HomeMy WebLinkAboutAnnan Landscape Company, LLC Landscape Maintenance Services Agreement for Cross Seminole Trail 2013 07 24AGREEMENT FOR LANDSCAPE MAINTENANCE SERVICES
THIS AGREEMENT FOR LANDSCAPE MAINTENANCE SERVICES ( "Agreement ") is made and entered
into by and between the CITY OF WINTER SPRINGS, a Florida municipal corporation ( "City "), located at 1126
East State Road 434, Winter Springs, Florida 32708, and Annan Landscaping Company, LLC., authorized to
conduct business in Florida ( "Service Provider "), located at: 991 Explorer Cover, Altamonte Springs, FL 32701.
WITNESSETH:
WHEREAS, City wishes to obtain landscape maintenance services for the CROSS SEMINOLE TRAIL
Landscape Maintenance for a limited time period; and
WHEREAS, Service Provider participated in the selection and negotiation process; and
WHEREAS, Service Provider is willing to provide such landscape maintenance services for the CROSS
SEMINOLE TRAIL Landscape Maintenance, for the City under the terms and conditions stated herein.
NOW, THEREFORE, for good and valuable consideration, the receipt and sufficiency of which is hereby
acknowledged, the parties covenant and agree as follows:
1.0 GENERAL PROVISIONS
1.1 Recitals. The foregoing recitals are deemed to be true and accurate and are fully incorporated
herein by reference.
1.2 Engagement. The City hereby engages Service Provider and Service Provider agrees to
perform the Services outlined in this Agreement for the stated fee arrangement. No prior or present agreements
or representations shall be binding upon any of the parties hereto unless incorporated in this Agreement.
1.3 Due Diligence. Service Provider acknowledges that it has investigated prior to the execution of
this Agreement and satisfied itself as to the conditions affecting the Services, the availability of materials and
labor, the cost thereof, the requirements to obtain necessary insurance as set forth herein, and the steps
necessary to complete the Services within the time set forth herein. Service Provider warrants unto the City that it
has the competence and abilities to carefully and faithfully complete the Services within the time set forth herein.
Service Provider will perform its Services with due and reasonable diligence consistent with sound professional
practices.
2.0 TERM AND DEFINITIONS.
2.1 The term of this Agreement shall be for twelve (12) months, commencing on October 1, 2013, and
terminating at midnight on September 30, 2014, unless either party chooses to exercise its rights under Section
20, "Termination ". The parties shall have the option to extend the term of this Agreement for five (5) one -year
periods. Any such extension shall be by mutual written agreement of all parties and shall be executed no less
than ninety (90) days prior to the expiration of this Agreement's current term.
The City Manager or the City Manager's designee (hereinafter "City Manager ") shall review the
performance of the Service Provider annually at least ninety (90) days prior to the Agreement's anniversary date.
The City manager shall recommend a one (1) year extension or termination. Should the Service Provider and
City agree to extend the Agreement, the Service Provider may be entitled to an increase in rates in an amount not
to exceed one half (1/2) the change in the Consumer Price Index (CPI) for the most recently available twelve (12)
month period for All Urban Consumers (CPI -U) for All Items, U.S. City average, published by the Bureau of Labor
Statistics of the U.S. Department of Labor for 1982 -84, or the successor index to same. Said increase shall
become effective beginning with the invoice for work performed after the start of the new Agreement period.
2.2 Definitions. The following words and phrases used in this Agreement shall have the following
meaning ascribed to them unless the context clearly indicates otherwise:
CROSS SEMINOLE TRAIL 2013 LANSCAPE MAINTENANCE AGREEMENT
a. "Agreement" or "Contract" shall be used interchangeably and shall refer to this
Agreement, as amended from time to time, which shall constitute authorization
for the Service Provider to provide the maintenance services approved by the
City.
b. "Effective Date" shall be the date on which the last signatory hereto shall execute
this Agreement, and it shall be the date on which this Agreement shall go into
effect. The Agreement shall not go into effect until said date.
C. "Service Provider" shall mean Annan Landscaping Company. LLC., a Florida
Corporation, and its principals, officers, employees, and agents.
d. "Public Record" shall have the meaning given in Section 119.011(1), Florida
Statutes.
e. "Work" or "Services" shall be used interchangeably and shall include the
performance of the work agreed to by the parties in this Agreement.
f. "City Project Manager" or "Designated Representative" or "Project Director' shall mean the City's
Urban Beautification Manager, or his/her designee, who is to provide the general administration
of the Agreement.
3.0 SCOPE OF SERVICES
Service Provider shall do, perform, deliver and carry out, in a professional manner, the type of
services as set forth in the "Scope of Work," attached hereto as Exhibit 'A' and fully incorporated herein by this
reference, including but not limited to the furnishing of all labor, equipment, tools, materials, and incidentals.
4.0 AMENDMENTS AND MODIFICATIONS
Any cardinal change in the terms and conditions set forth in this Agreement must be mutually
agreed to by both the City and the Service Provider, and may be implemented only after this Agreement has been
amended in writing.
The City reserves the right to make changes in the work, including alterations, reductions therein, or
additions thereto. Upon receipt by the Service Provider of the City's notification of a contemplated change, the
Service Provider shall (1) if requested by the City, provide an estimate for the increase or decrease in cost due to
the contemplated change, (2) notify the City of any estimated change in the completion date, and (3) advise the
City in writing if the contemplated change shall affect the Service Provider's ability to meet the completion dates
or schedules of this Agreement.
If the City so instructs, in writing, the Service Provider shall suspend work on that portion of the work
affected by a contemplated change, pending the City's decision to proceed with the change. If the City elects to
make the change, the City shall issue an Amendment to this Agreement or Change Order and the Service
Provider shall not commence work on any such change until such written amendment or change order has been
issued and signed by each of the parties.
5.0 SCHEDULE
Service Provider shall perform services in conformance with the schedule reasonably established
by the City Project Manager. Service Provider shall complete all of said services in a timely manner and will keep
City apprised of the status of work on at least a monthly basis or as otherwise reasonably requested by the City.
Should Service Provider fall behind on the established schedule, it shall employ such resources so as to comply
with the schedule.
No extension for completion of services shall be granted to Service Provider without City's prior
written consent.
CROSS SEMINOLE TRAIL 2013 LANSCAPE MAINTENANCE AGREEMENT
6.0 METHODS OF PAYMENT FOR SERVICES AND EXPENSES OF SERVICE PROVIDER
6.1 Compensation. For the Services provided pursuant to the Agreement, the City agrees to pay
Service Provider a sum not to exceed SIXTEEN THOUSAND AND EIGHT HUNDRED Dollars ($16,800). If this
Agreement is extended, the total annual amount paid to Service Provider shall not exceed the above mentioned
number adjusted by the Producer Price Index as set forth in paragraph 2.1 of this Agreement.
6.2 Additional Services. From time to time during the term of this Agreement, City may request that
Service Provider perform additional Services not required under the Project Manual. For those additional services
agreed upon by the City and Service Provider in writing, City agrees to pay Service Provider a total amount equal
to that mutually agreed upon by the parties in writing.
6.3 Payment. Upon receipt of a proper invoice from Service Provider, the City agrees to pay the
Service Provider the invoice amount providing said amount accurately reflects the terms and conditions of this
Agreement. Invoices may only be submitted on a monthly basis unless otherwise agreed by the City. Unless
otherwise agreed in writing by the City, there shall be no other compensation paid to the Service Provider and its
principals, employees, and independent professional associates and consultants in the performance of Work
under this Agreement. The City agrees to make all payments due within thirty (30) days of receipt of a proper
invoice delivered by Service Provider. The Service Provider may only bill the City for actual work performed.
6.4 Truth -In- Negotiation Certificate. Signature of this Agreement by the Service Provider shall act
as the execution of a truth -in- negotiation certificate certifying that the wage and rates and costs used to determine
the compensation provided for in this Agreement are accurate, complete, and current as of the date of the
Agreement.
7.0 RIGHT TO INSPECTION
7.1 City or its affiliates shall at all times have the right to review or observe the services performed by
Service Provider.
7.2 No inspection, review, or observation shall relieve Service Provider of its responsibility under this
Agreement.
8.0 AUDIT AND INSPECTIONS
The Service Provider shall maintain records on the City's projects, in accordance with generally
accepted accounting principals and practices to substantiate all invoiced amounts. Said records will be available
to the City during the Service Provider's normal business hours for a period of two (2) years after the Service
Provider's final invoice for examination to the extent required to verify the direct costs (excluding established or
standard allowances and taxes) incurred herein. Should such an audit by the City reveal monies owed to the
City, the Service Provider shall reimburse the City for the cost of the audit and pay the principal overcharge
amount owed the City plus interest accrued at the prime interest rate in effect on the date of discovery. Said
interest rate shall apply to the principal overcharge amount revealed in the audit for the period from the original
payment due date(s) to the payment by the Service Provider of all monies owed.
9.0 PROFESSIONALISM AND STANDARD OF CARE
Service Provider shall do, perform and carry out in a professional manner all Services required to
be performed by this Agreement. Service Provider shall also use the degree of care and skill in performing the
Services that are ordinarily exercised under similar circumstances by reputable members of Service Provider's
profession working in the same or similar locality as Service Provider.
10.0 SUBMITTAL OF PROGRESS REPORTS
Service Provider shall submit a monthly written progress report as to the status of all Work set
forth in this Agreement. The report shall in a sufficient manner demonstrate that any funds expended were used
to provide the agreed -upon Services. If the detail is not sufficient in the City Project Manager's reasonable
discretion to permit the City to determine the Work performed or the manner in which it is being performed, the
City may seek more detail from the Service Provider. Service Provider agrees to provide that information within a
reasonable time period.
CROSS SEMINOLE TRAIL 2013 LANSCAPE MAINTENANCE AGREEMENT
11.0 WARRANTY OF PROFESSIONAL SERVICES
The Service Provider (for itself and any of its employees, contractors, partners, and agents used to
perform the Services) hereby warrants unto the City that all of its employees (and those of any of its contractors,
partners, and agents used to perform the Services) have sufficient experience to properly complete
the Services specified herein or as may be performed pursuant to this Agreement. In pursuit of any Work, the
Service Provider shall supervise and direct the Work, using its best skill and attention and shall enforce strict
discipline and good order among its employees. The Service Provider shall comply with all laws, ordinances,
rules, regulations, and lawful orders of any public authority bearing on the performance of the Work.
12.0 CORPORATE REPRESENTATIONS BY SERVICE PROVIDER
Service Provider hereby represents and warrants to the City the following:
a. Service Provider is duly registered and licensed to do business in the State of Florida
and is in good standing under the laws of Florida, and is duly qualified and authorized
to carry on the functions and operations set forth in this Agreement.
b. The undersigned signatory for Service Provider has the power, authority, and the
legal right to enter into and perform the obligations set forth in this Agreement and all
applicable exhibits thereto, and the execution, delivery, and performance hereof by
Service Provider has been duly authorized by the board of directors and /or president
of Service Provider. In support of said representation, Service Provider agrees to
provide a copy to the City of a corporate certificate of good standing provided by the
State of Florida prior to the execution of this Agreement.
C. Service Provider is duly licensed under all local, state and federal laws to provide the
Services stated in paragraph 3.0 herein. In support of said representation, Service
Provider agrees to provide a copy of all said licenses to the City prior to the execution
of this Agreement.
13.0 WORK IS A PRIVATE UNDERTAKING
With regard to any and all Work performed hereunder, it is specifically understood and agreed to by
and between the parties hereto that the contractual relationship between the City and Service Provider is such
that the Service Provider is an independent contractor and not an agent of the City. The Service Provider, its
contractors, partners, agents, and their employees are independent contractors and not employees of the City.
Nothing in this Agreement shall be interpreted to establish any relationship other than that of an independent
contractor, between the City, on one hand, and the Service Provider, its contractors, partners, employees, or
agents, during or after the performance of the Work under this Agreement.
14.0 PROGRESS MEETING
City Project Manager may hold periodic progress meetings on a monthly basis, or more frequently if
required by the City, during the term of work entered into under this Agreement. Service Provider's Project
Manager and all other appropriate personnel shall attend such meetings as designated by the City Project
Manager.
15.0 SAFETY
Precautions shall be exercised at all times for the protection of all persons (including the City's
employees) and property. The safety provisions of all applicable laws, regulations, and codes shall be observed.
Hazards arising from the use of vehicles, machinery, and equipment shall be guided or eliminated in accordance
with the highest accepted standard of safety. Service Provider shall be solely and absolutely responsible and
assume all liability for the safety and supervision of its principals, employees, contractors, and agents while
performing Services provided hereunder.
CROSS SEMINOLE TRAIL 2013 LANSCAPE MAINTENANCE AGREEMENT
16.0 INSURANCE
Service Provider shall maintain in full force and effect during the life of the Agreement, Worker's
Compensation insurance covering all employees in performance of work under the Agreement. Service Provider
shall make this same requirement of any of its subcontractors. Service Provider shall indemnify and save the City
harmless for any damage resulting to them for failure of either Service Provider or any subcontractor to take out
or maintain such insurance.
The following are required types and minimum limits of insurance coverage which the Service Provider agrees to
maintain during the term of this Agreement:
COVERAGE MINIMUM LIMITS
General and Auto Liability $500,000 per person /incident / $1,000,000 incident
Professional Liability (if applicable) $1,000,000
Worker's Compensation Statutory
Neither Service Provider nor any subcontractor shall commence work under this Agreement until they have
obtained all insurance required under this section and have supplied the City with evidence of such coverage in
the form of a Certificate of Insurance and endorsement. The City shall approve such certificates. All insurers shall
be licensed to conduct business in the State of Florida. Insurers must have, at a minimum, a policyholders' rating
of "A ", and a financial class of "VII" as reported in the latest edition of Best's Insurance Reports, unless the City
grants specific approval for an exception. All policies provided should be Occurrence, not Claims Made, forms.
The contractor's insurance policies should be endorsed to add the City of Winter Springs as an Additional
Insured. The Service Provider shall be responsible for all deductibles. All of the policies of insurance so required
to be purchased and maintained shall contain a provision or endorsement that the coverage afforded shall not be
cancelled, materially changed or renewal refused until at least thirty (30) calendar days written notice have been
given to the City by certified mail.
17.0 COMPLIANCE WITH LAWS AND REGULATIONS
In the performance of work and services under this Agreement, Service Provider agrees to comply
with all Federal, State and Local laws and regulations now in effect, or hereinafter enacted during the term of this
Agreement that are applicable to Service Provider, its employees, agents or subcontractors, if any, with respect to
the work and services described herein.
18.0 DOCUMENTS
18.1 Public Records. It is hereby specifically agreed that any record, document, computerized
information and program, audio or video tape, photograph, or other writing of the Service Provider and its
independent contractors and associates related, directly or indirectly, to this Agreement, may be deemed to be a
Public Record whether in the possession or control of the City or the Service Provider. Said record, document,
computerized information and program, audio or video tape, photograph, or other writing of the Service Provider
is subject to the provisions of Chapter 119, Florida Statutes, and may not be destroyed without the specific written
approval of the City's City Manager. Upon request by the City, the Service Provider shall promptly supply copies
of said public records to the City. All books, cards, registers, receipts, documents, and other papers in connection
with this Agreement shall at any and all reasonable times during the normal working hours of the Service Provider
be open and freely exhibited to the City for the purpose of examination and /or audit.
18.2 The Service Provider acknowledges that the City is a Florida municipal corporation and subject to
the Florida Public Records Law. Service Provider agrees that to the extent any document produced by Service
Provider under this Agreement constitutes a Public Record; Service Provider shall comply with the Florida Public
Records Law.
19.0 ASSIGNMENT
19.1 Service Provider shall not assign or subcontract this Agreement, or any rights or any monies due
or to become due hereunder without the prior, written consent of City.
CROSS SEMINOLE TRAIL 2013 LANSCAPE MAINTENANCE AGREEMENT
19.2 If upon receiving written approval from City, any part of this Agreement is subcontracted by
Service Provider, Service Provider shall be fully responsible to City for all acts and /or omissions performed by the
subcontractor as if no subcontract had been made.
19.3 If City determines that any subcontractor is not performing in accordance with this Agreement,
City shall so notify Service Provider who shall take immediate steps to remedy the situation.
19.4 If any part of this Agreement is subcontracted by Service Provider, prior to the commencement of
any Work by the subcontractor, Service Provider shall require the subcontractor to provide City and its affiliates
with insurance coverage as set forth by the City.
20.0 TERMINATION
This Agreement may be terminated by the Service Provider upon thirty (30) days prior written notice to the
City in the event of substantial failure by the City to perform in accordance with the terms of this Agreement
through no fault of the Service Provider. It may also be terminated by the City with or without cause immediately
upon written notice to the Service Provider. Unless the Service Provider is in breach of this Agreement, the
Service Provider shall be paid for services rendered to the City's satisfaction through the date of termination.
After receipt of a Termination Notice and except as otherwise directed by the City, the Service Provider shall:
A. Stop work on the date and to the extent specified by the City.
B. Terminate and settle all orders and subcontracts relating to the performance of the terminated work.
C. Transfer all work in process, completed work and other material related to the terminated work to the City
or approved designee.
D. Continue and complete all parts of the work that have not been terminated.
21.0 FORCE MAJEURE
Any delay or failure of either party in the performance of its required obligations hereunder shall be
excused if and to the extent caused by acts of God; fire; flood; windstorm; explosion; riot; war; sabotage; strikes
(except involving Service Providers labor force); extraordinary breakdown of or damage to City's affiliates'
generating plants, their equipment, or facilities; court injunction or order; federal and /or state law or regulation;
order by any regulatory agency; or cause or causes beyond the reasonable control of the party affected; provided
that prompt notice of such delay is given by such party to the other and each of the parties hereunto shall be
diligent in attempting to remove such cause or causes. If any circumstance of Force Majeure remains in effect for
sixty days, either party may terminate this Agreement.
22.0 GOVERNING LAW & VENUE
This Agreement is made and shall be interpreted, construed, governed, and enforced in accordance
with the laws of the State of Florida. Venue for any state action or litigation shall be Seminole County, Florida.
Venue for any federal action or litigation shall be in the Middle District of Florida in Orlando, Florida.
23.0 HEADINGS
23.1 Paragraph headings are for the convenience of the parties only and are not to be construed as
part of this Agreement.
24.0 SEVERABILITY
24.1 In the event any portion or part thereof of this Agreement is deemed invalid, against public policy,
void, or otherwise unenforceable by a court of law, the parties, at the sole discretion and option of the City, shall
negotiate an equitable adjustment in the affected provision of this Agreement. The validity and enforceability of
the remaining parts of this Agreement shall otherwise be fully enforceable.
25.0 INTEGRATION; MODIFICATION
25.1 The drafting, execution, and delivery of this Agreement by the Parties have been induced by no
representations, statements, warranties, or agreements other than those expressed herein. This Agreement
CROSS SEMINOLE TRAIL 2013 LANSCAPE MAINTENANCE AGREEMENT
embodies the entire understanding of the parties, and there are no further or other agreements or understandings,
written or oral, in effect between the parties relating to the subject matter hereof unless expressly referred to
herein.
26.0 THIRD PARTY RIGHTS
Nothing in this Agreement shall be construed to give any rights or benefits to anyone other than City
and Service Provider.
27.0 PROHIBITION AGAINST CONTINGENT FEES
Service Provider warrants that it has not employed or retained any company or person, other than a
bona fide employee working solely for the Service Provider, to solicit or secure this Agreement, and that it has not
paid or agreed to pay any person, company, corporation, individual, or firm, other than a bona fide employee
working solely for the Service Provider, any fee, commission, percentage, gift, or other consideration contingent
upon or resulting from the award or making of this Agreement.
28.0 NO JOINT VENTURE
Nothing herein shall be deemed to create a joint venture or principal -agent relationship between
the parties, and neither party is authorized to, nor shall either party act toward third persons or the public in any
manner which would indicate any such relationship with the other party.
29.0 ATTORNEY'S FEES
If any legal action or other proceeding is brought for the enforcement of this Agreement, or because of an
alleged dispute, breach, default or misrepresentation in connection with any provisions of this Agreement, the
successful or prevailing party or parties shall be entitled to recover reasonable attorney's fees, court costs, and all
expenses (including taxes) even if not taxable as court costs (including, without limitation, all such fees, costs and
expenses incident to appeals), incurred in that action or proceeding, in addition to any other relief to which such
party or parties may be entitled.
30.0 COUNTERPARTS
This Agreement may be executed in any number of counterparts, each of which when so executed and
delivered shall be considered an original agreement; but such counterparts shall together constitute but one and
the same instrument.
31.0 DRAFTING
City and Service Provider each represent that they have both shared equally in drafting this Agreement
and no party shall be favored or disfavored regarding the interpretation of this Agreement in the event of a dispute
between the parties.
32.0 NOTICES
Any notices required to be given by the terms of this Agreement shall be delivered by hand or mailed,
postage prepaid to:
For Service Provider:
Annan Landscaping Company, LLC
991 Explorer Cove
Altamonte Springs, FL 32701
CROSS SEMINOLE TRAIL 2013 LANSCAPE MAINTENANCE AGREEMENT
For City:
City of Winter Springs
Urban Beautification Manager
1126 East State Road 434
Winter Springs, FL 32708
Phone: (407) 327 -1800 x315
33.2 Either party may change the notice address by providing the other party written notice of the
change.
34.0 SOVEREIGN IMMUNITY
Notwithstanding any other provision set forth in this Agreement, nothing contained in this Agreement
shall be construed as a waiver of the City's right to sovereign immunity under section 768.28, Florida Statutes, or
other limitations imposed on the City's potential liability under state or federal law. As such, the City shall not be
liable under this Agreement for punitive damages or interest for the period before judgment. Further, the City
shall not be liable for any claim or judgment, or portion thereof, to any one person for more than one hundred
thousand dollars ($100,000.00), or any claim or judgment, or portion thereof, which, when totaled with all other
claims or judgments paid by the State or its agencies and subdivisions arising out of the same incident or
occurrence, exceeds the sum of two hundred thousand dollars ($200,000.00). This paragraph shall survive
termination of this Agreement.
35.0 INDEMNIFICATION
35.1 For all Services performed pursuant to this Agreement, the Service Provider agrees to the fullest extent
permitted by law, to indemnify and hold harmless the City and its commissioners, employees, officers, and city
attorneys (individually and in their official capacity) from and against all claims, losses, damages, personal injuries
(including but not limited to death), or liability (including reasonable attorney's fees through any and all
administrative, trial and appellate proceedings), directly or indirectly arising from:
a. any default under this Agreement by Service Provider;
b. any negligent act, omission or operation of work related to all Services performed
under this Agreement by Service Provider, and its employees, principals, agents,
independent contractors, and consultants.
c. the acts, errors, omissions, intentional or otherwise, arising out of or resulting
from Service Provider's and its employees, partners, contractors, and agents on
the performance of the Services being performed under this Agreement;
d. Service Provider's, and its employees, partners, contractors, and agents failure
to comply with the provisions of any federal, state, or local laws, ordinance, or
regulations applicable to Service Provider's and its employees, partners,
contractors, and agents performance under this Agreement;
e. any fraud and misrepresentation conducted by Service Provider and its
employees, partners, contractors, and agents on the City under this Agreement.
35.2 The indemnification provided above shall obligate the Service Provider to defend at its own
expense or to provide for such defense, at the option of the City, as the case may be, of any and all claims of
liability and all suits and actions of every name and description that may be brought against the City or its
commissioners, employees, officers, and City Attorney which may result from any negligent act, omission or
operation of work related to the Services under this Agreement whether the Services be performed by the Service
Provider, or anyone directly or indirectly employed by them. In all events the City and its commissioners,
employees, officers, and City Attorney shall be permitted to choose legal counsel of its sole choice, the fees for
which shall be reasonable and subject to and included with this indemnification provided herein.
CROSS SEMINOLE TRAIL 2013 LANSCAPE MAINTENANCE AGREEMENT
36.0 ORDER OF PRECEDENCE
36.1 In case of any inconsistency in any of the documents bearing on the Agreement between the City
and the Service Provider, the inconsistency shall be resolved by giving precedence in the following order:
a. Addenda to this Agreement subsequent to the Effective date of this Agreement;
b. This Agreement;
c. Exhibits to this Agreement; and
d. The Bid documents.
36.2 Any inconsistency in the work description shall be clarified by the City and performed by the Service
Provider.
37.0 AGREEMENT INTERPRETATION
37.1 At its discretion, during the course of the work, should any errors, ambiguities, or discrepancies be
found in the Agreement or specifications, the City at its sole discretion will interpret the intent of the Agreement
and work descriptions and the Service Provider hereby agrees to abide by the City's interpretation and agrees to
carry out the work in accordance with the decision of the City.
37.2 When the material, article, or equipment is designated by a brand name and more than one brand
name is listed, it will be understood that the work is based on one brand name only. The Service Provider will be
responsible for all coordination necessary to accommodate the material, article, or equipment being provided
without additional cost to the City. A substitute material, article, or equipment is allowed if it is reasonably
equivalent to the brand name specified. The City has full discretion to decide whether a substitute is reasonably
equivalent. Service Provider must notify the City prior to use of the substitute for a specified brand name and
allow the City to make a determination before Service Provider uses the substitute.
38.0 NONDISCRIMINATION
The Service Provider warrants and represents that it complies with all Federal and State requirements
concerning fair employment and will not discriminate by reason of race, color, religion, sex, age, national origin, or
physical handicap.
39. ARREARS
The Service Provider shall not pledge the City's credit or make it guarantor of payment or surety for any
contract, debt, obligation, judgment, lien or any form of indebtedness. The Service Provider further warrants and
represents that it has no obligation for indebtedness that would impair its ability to fulfill the terms of this
Agreement.
40. WARRANTY
The Service Provider warrants that skilled and competent personnel to the highest professional standards
in the field shall perform all services.
41. INDEPENDENT CONTRACTOR
The Service Provider agrees that it is an independent contractor with respect to the services provided
pursuant to this Agreement, and not an employee, agent, or servant of the City. All persons engaged in any of
the work or services performed shall at all times, and in all places, be subject to the Service Provider's sole
discretion, supervision, and control. The Service Provider shall exercise control over the means and manner in
which it and its employees perform the work; the City's interest is in the results obtained. Nothing in this
Agreement shall be considered to create the relationship of employer and employee between the parties.
42. NONWAIVER
No inspection by the City, nor any payment for or acceptance of the whole or part of the items in this
Agreement, nor any extension of time, nor any possession taken by the City of the product or services hereunder
CROSS SEMINOLE TRAIL 2013 LANSCAPE MAINTENANCE AGREEMENT
Shall operate as a wafvpr Of (1) any PrOvisiOn of this Agleement, (2) the right to have It fully Performect, (3) any
POWei'llerein reserved by the City or (4) any fight to damages under this Agreement. No livaiver -of aily breach of
this Agreement shalt be Feld to be a waived Of any other i)reacri..
43. g&��SIVI�Ty
This is not an exclusive Agreement, The City rnay, at its sole discretion, contract with other entities for
work, similar to that to be Performed by the Service Provider hereunder,
IN WITNESS WHEREOF, the parties hereto Caused this Agreement to be executed by
their dutY authorized MPresentatives as of the date first written ebove.
Nara e (Printed and Sirs
Title
Date
M"11
CITY OF WINTER SPRING FLORIDA
A Florida munminpi mrrw)�
Mmi
MV
('RCVS S SEMINOLETRAIL 2013 LANSCAFE: MAINTENAMM AGREEMENT
BID FORM 'v
GENERAL
1.1 Description
The follo Ong 'Bid is hereby made to Mtla-1110f -WInt"U S-Ptr-i�qs, hereafter called the OWNER. Bid is submitted
By-
(Insert legal name, address, and whether sole Proprietorship, Partnership or corporatiom)
1,2 The Undersigned:
A, Acknowledges receipt of,
1. ProjPct Bid Request for the Landscape Maintenance semces -CrOss Seminole Trail, Winter
Springs Town Center, dated 2013,
2, map(s)
B. Has examined the sitf-1 and all infbrmzttJon and understands that in suba)itung his Bid, he waives all right
to plead any MiSanderstanding regarding the same,
C. Agrees-,
1, To hold this Bid open for 90 calendar days after submittal to the city,
1,3 Stipulated Amount
I IN-ill P-rovide I-he services under this Pr*0 flor 111c Basc Bid Ainotult.,csr
(s
The Bidder hereby agrees to Perform all work as required by the Contract Documents for the
following Unit Prices. All work required to be performed by the Contract Documents is to be
included wfthfn the following Pay items,, inclusive of furnishing all manpower, equipment,
mate,dals and perforimnce of all operations relative to the project. Work for which there is not a
Pay Item will be considered incidental to the Contract and no additional c'ornpensafion VAII be
allowed. The Owner, at his sole option and discretion, may choose to add or deduct frorn the
contract "rk at the unit Prices Set forth below. Service Provider shall be paid for actual
quantities completed in accordance with the Contract Documents. The following is the ordler of
Precedence which will be Used in case Of conflicts within the Bid Schedule provided by each
Bidder: Unit Cost, Total Cost, Total Base, Bid (See attached Bid Form).
D, t have attached a list of all subcontractors I will utilize for the Coj)tr-act work,
4111 #2013-CST*--SR - CROSS SEMINOLE TRAIL 1,A.,N'D ',CAPE�lAli\-TENANCE 2-001
1.6 Submittal
Y SUBWTTED, this 14uay of 2013.
By
Title,
res city
Cross Seminole Trail
LANDSCAPE MAINTENANCE SERVICES
Winter Springs
I_!anmfu.jy aware of ail conditions affecting such work/items for which bids were advertised.
AA-oJ �Amfx� 0 (Bidding Company) does hereby submit the
following bid for��om���tion�o�sai�dvvor�k/� em.
-
Total bid price for Landscape Maintenance Services — Cross Seminole Trail per
specifications is as follows:
ITEM # & DESCRIPTION MON
__I= LOTAUANNUAL COST
1. GROSS SEM. TRAIL x 12
LANDSCAPE MAINT,
2. CROSS SEM• TRAIL S— -D - x 12
IRRIGAmON MAINT.
(Base Bid 1+2) GRAND TOTAL$
ULI-F
L/61 Poo
The Bidder agrees with all conditions herein stated, proposes fc) contract, to the Base Bid sums, with the owiler
the f0110*tng, Unit Costs fe$Ulting in additions to or dPrimtinniz front the 5ase Bid as follows-
UNIT PRICE #1 (Provide Mulch)
Additional Mulch fristalled (Pine)
UNIT PRIG #2
Labor to provide and install I Gallon Plant
Labor to provide and install 3 Galic)n pfant
Labor to provide and install 4" Annual
$ jLS_� per square yard
$ each
$
each
eactl
BID #21113-CST-S.R _ -CROSS SE-k.11N OLE TRAIL LANDSCAPE MANIT-NANICE, 2013
UNIT PRICE #3
Irrigation Repairs and Troubleshooting beyond ContraGt Requirements:
Labor
Emergence CaftDut
UNIT PRICE #4
MateFiaf Cost (�"Vholesale plus 15 0%),,
Rotors — Gear Drive
Pop-Up Sprinkiers 4"
Shrub Nozzles
Rainbird MC 24 Sta,
Zone Valves - I"
Zone Valves - 1 -1/2"
Zone Valves - 21'
Zone Valves - 311
9V Battery
TBOS — 4 Sta.
TBOS — I Sta.
END OF SECTMN
$ per hour
$ per hour
each
each
$ each
$ each
$ each
$ each
$ each
$ each
$ each
each
each
BID #2013-CST-,SR -- CROSS SENIMINOLE, TRAIL LANDSCAPE IWA M'ENNANCE 201 3il
T
SECTION 00700
GENERAL CONDITIONS
1. SCOPE
The scope of work includes furnishing Landscape Maintenance Services for the Cross Seminole Trail in
Winter Springs as described including all labor, equipment, tools, materials, and incidentals, and performing
of all operations necessary as described in the Project Manual.
2. ENGINEERS
The Owner is the Engineer on this project.
3. APPLICABLE SPECIFICATIONS AND REQUIREMENTS
All work to be performed on this project shall conform to applicable specifications and requirements included
(or referenced) in these Contract Documents.
4. PERMITS, LICENSES AND REGULATIONS
The Service Provider shall procure and pay for all permits, licenses, and bonds necessary for the prosecution
of the Work, and/or required by municipal, State and federal regulations, laws and procedures, unless
specifically provided otherwise in the Contract Documents. The Owner shall provide all required easements.
The Service Provider shall give all notices, pay all fees, and comply with all federal, state and municipal laws,
ordinances, rules and regulations and codes bearing on the conduct of the Work. This Contract, as to all
matters not particularly referred to and defined herein, shall notwithstanding, be subject to the provisions of all
pertinent ordinances, codes and normal regulatory procedures of the municipality or other political subdivision
within whose limits the Work is constructed, which ordinances, codes and procedures are hereby made a part
hereof with the same force and effect as if specifically set out herein.
The Service Provider must obtain a City Arbor license within (30) days of execution of this agreement. The
Service Provider must have a valid state or a neighboring municipality Irrigation Repair License prior to
execution of this agreement. Contractor or approved sub - Contractor must have a valid state Certified Pest
Control Operator's License.
5. PERFORMANCE AND PAYMENT BONDS (not used)
6. BID BOND (not used)
7. INSURANCE AND HOLD HARMLESS INDEMNIFICATION
Hold Harmless Agreement - To the fullest extent permitted by laws and regulations Service Provider shall
indemnify and hold harmless Owner and their consultants, agents and employees from and against all claims,
damages, losses and expenses, direct, indirect or consequential (including but not limited to fees and charges
of engineers, architects, attorneys and other professionals and court and arbitration costs) arising out of or
resulting from the performance of the Work, provided that any such claim, damage, loss or expenses (a) is
attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property other
than the Work itself) including the loss of use resulting therefrom and (b) is caused in whole or in part by any
negligent act or omission of Service Provider, any Subcontractor, any person or organization directly or
indirectly employed by any of them to perform or furnish any of the Work or anyone for whose acts any of
them may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder or
arises by or is imposed by Law and Regulations regardless of the negligence of any such party.
BID #2013- CST -SR — CROSS SEMINOLE TRAIL LANDSCAPE MAINTENANCE 20131
In any and all claims against Owner or any of their consultants, agents or employees by any employee of
Service Provider, any Subcontractor, any person or organization directly or indirectly employed by any of
them to perform or furnish any of the Work or anyone for whose acts any of them may be liable, the
indemnification obligation under the previous paragraph shall not be limited in any way by any limitation on
the amount or type of damages, compensation or benefits payable by or for Service Provider or any such
Subcontractor or other person or organization under workers' or workmen's compensation acts, disability
benefit acts or other employee benefit acts.
Service Provider's Liability Insurance - The Service Provider shall not commence any work under this
Contract until he has obtained all insurance required under this paragraph. Service Provider shall purchase
and maintain such comprehensive general liability and other insurance as is appropriate for the Work being
performed and furnished and as will provide protection from claims set forth which may arise out of or result
from Service Provider's performance and furnishing of the Work and Service Provider's other obligations
under the Contract Documents, whether it is to be performed or furnished by Service Provider, by any
Subcontractor, by anyone directly or indirectly employed by any of them to perform or furnish any of the Work,
or by anyone for whose acts any of them may be liable. The insurance required by this paragraph shall
include the specific coverage's and be written for not less than the limits of liability and coverage's provided or
required by law, whichever is greater. The comprehensive general liability insurance shall include completed
operations insurance. The comprehensive general liability insurance shall also include Contractual Liability
Insurance applicable to Service Provider's obligations under the Hold Harmless Indemnification. All of the
policies of insurance so required to be purchased and maintained (or the certificates or their evidence thereof)
shall contain a provision or endorsement that the coverage afforded will not be canceled, materially changed
or renewal refused until at least thirty days' prior written notice has been given to Owner by certified mail. All
such insurance shall remain in effect until final payment and at all times thereafter when Service Provider may
be correcting, removing or replacing defective work in accordance with the Contract Documents. Service
Provider's General Liability Insurance shall include the Owner, and Owner's consultants as insured or
additional insured which may be accomplished by either an endorsement of Service Provider's
Comprehensive General Liability policy or by Service Provider's carrier issuing a separate protection liability
policy.
Various types of coverage and corresponding limits are further described under Article 16.0 of the Agreement
(Section 00500).
8. SALES TAX
The Service Provider shall include in his bid, and shall pay, all Florida State sales tax and other local, State,
and Federal taxes in accordance with existing laws and regulations.
9. LAYOUT OF WORK (not used)
10. CHANGES IN THE WORK
The owner may, at any time, or from time to time, without invalidating the Agreement order alterations,
deletions or revisions in the Work by written Change Order or Field Order. Upon receipt of any such order
Service Provider shall promptly proceed with the Work involved which shall be performed under the
applicable conditions of the Contract Documents.
Any deviations from these specifications, plans and contract documents, must be approved by the Owner in
advance of the construction either by a written and executed Change Order or a written Field Order.
The Service Provider agrees that he will do such work as may be required for the proper execution of the
whole work herein contemplated, including all labor, equipment and materials reasonably necessary for the
proper completion of the work. The Service Provider agrees that he will make no claim for extra work unless
that material or work is not covered by, or properly inferable from the Contract Documents. If the Service
Provider makes a claim for an extra or additional cost and requests a Change Order be issued prior to
performing the work, and the Owner renders a decision denying such request, the Service Provider must
BID #2013-CST-SR— CROSS SEMINOLE TRAIL LANDSCAPE MAINTENANCE 2013 r
notify the Owner in writing within 3 days of the time that the Service Provider is informed of the Owner's
decision. Otherwise the Owner will not consider any such difference as a claim for a Change Order or
additional payment or time. Any such written notice received by the Owner from the Service Provider within
the 3 -day period shall be just reason for the Owner to re- evaluate his previous decision.
11. DEFINITION AND COORDINATION OF CONTRACT DOCUMENTS
The Advertisement for Bids, Proposal and Agreement, General Conditions, Special Conditions, and addenda,
any change orders, the drawings and specifications, and any supplementary documents are essential parts of
this contract, and together constitute the Contract Documents. Any item shown on the drawings shall be
considered as included in the specifications, whether specifically mentioned therein or not, and vice versa.
Any errors or omissions as to standards or work in the drawings and specifications shall in no way relieve the
Service Provider of the obligation to furnish a first -class job in accordance with the best standard practice and
in accordance with the intent of the Contract Documents.
A. In case of conflict, the precedence of the Contract Documents shall be as follows
1. Service Provider's Bid (Proposal) and Agreement
2. Change Orders
3. Special Conditions
4. Advertisement
5. Instructions to Bidders
6. General Conditions
7. Drawings
An addendum issued prior to bid, may modify any of the contract documents in existence at that time.
The addendum takes precedence over the previous issue of the contract document being modified.
12. FINAL DRAWINGS (not used)
13. CONSTRUCTION SCHEDULE (not used)
14. PAYMENTS
The Contractor shall give a detailed invoice and written report at the end of each month describing the work
performed at each of the designated locations listed in this agreement. If any repair work, or plantings were
made during the month, a detailed description of the work performed, plantings and /or repairs are to be listed
with their respective locations and attached to the invoice. The City Representative prior to processing for
payment will review these invoices. In case of any conflicts, an inspection of the area and work in question
will be made by the City Representative and an authorized representative of the Contractor at a time agreed
upon by both parties not more than five (5) working days after receipt of invoices. Once the City
Representative has approved the invoices, payment will be thirty (30) days thereafter.
A. Payments may be withheld if:
1. Work is found defective and not remedied;
2. Repairs or replacements have not been made for which the Contractor is responsible;
2. Contractor does not make prompt and proper payments to subcontractors;
3. Contractor does not make prompts and proper payments for labor, materials, or equipment furnished him;
4. Another Contractor is damaged by an act for which Contractor is responsible;
5. Claims or liens are filed on the job; or
6. In the opinion of the City of Winter Springs, Contractor's work is not progressing satisfactorily.
15. PAYMENTS WITHHELD
The Owner will disburse, and shall have the right to act as agent for the Service Provider in disbursing such
funds as have been withheld pursuant to Section 00700, paragraph 14, to the party or parties who are entitled
BID #2013 - CST -SR — CROSS SEMINOLE TRAIL LANDSCAPE MAINTENANCE 20131
to payment there from. The Owner will render to the Service Provider a proper accounting of all such funds
disbursed in behalf of the Contract. Neither the final payment nor any part of the retained percentage shall
become due until the Service Provider, if required, shall deliver to the Owner his written one year guarantee
on the work and a complete release of liens arising out of this Contract, or receipts in full in lieu thereof, and, if
required in either case, an affidavit that so far as he has knowledge or information, the releases and receipts
include all the labor and material for which a lien could be filed; but the Service Provider may, if any
subcontractor refuses to sign a release or receipt in full, furnish a bond satisfactory to the Owner, to indemnify
himself against any lien. If any lien remains unsatisfied after all payments are made, the Service Provider
shall refund to the Owner all monies that the latter may be compelled to pay in discharging such a lien,
including all costs and a reasonable attorney's fee.
16. OWNER'S RIGHT TO TERMINATE THE CONTRACT
17. GENERAL GUARANTEE (not used)
18. APPAREL
All service provider personnel shall maintain a professional, neat and appropriate appearance when on job
site in order to reflect the standards of the community. Marked uniforms shall be worn when working on the
project. Footwear shall conform to the appropriate OSHA standards.
END OF SECTION
BID #2013 - CST -SR — CROSS SEMINOLE TRAIL LANDSCAPE MAINTENANCE 20131
SECTION 01010
SUMMARY OF WORK
SCHEDULE OF LANDSCAPE MAINTENANCE SERVICES
MAINTENANCE CODE FREQUENCY
1. MOW
2. TRIM HEDGES
3. WEEDEATER
4. MULCH -3" DEEP
5. EDGING
6. WEEDING
7. PRUNING
8. TRASH PICK -UP
9. FERTILIZATION
10. ANNUALS
11. INSECT CONTROL
12. TURF HERBICIDE (St. Augustine Only)
13. TRIMMING OF TREES (ONLY ALONG SERVICE AREA)
14. IRRIGATION MAINTENANCE
A. WEEKLY
B. BI- WEEKLY
C. MONTHLY
D. SEMI - ANNUAL
E. AS NEEDED
F. ANNUALLY
G. 3X PER YEAR
H. BI- MONTHLY
I. AS REQUESTED
(NOT IN PRICE)
MAINTENANCE /FREQUENCY CODE SEASONAL VARIATION
A B
MONTH MONTH
ITEM# & DESCRIPTION 04101 THRU 09/30 10/01 THRU 03/31
1. Trail
2. Bridge at SR 434
3. Creek Bridge
LOCATIONS AND SCOPE
1A, 2E, 3A, 5B, 8A,
6B, 7E, 13E
1A, 2B, 3A, 5B, 8A,
6B, 2E, 11 E, 9G,
7E, 13E, 14C
7E, 13E
1 B, 3B, 4F, 5E, 8E,
6E, 7E, 13E
1 B, 2E, 3E, 5E, 8A,
11 E, 7E, 6B, 9G, 4F,
6E, 14C
7E, 13E
1. Cross Seminole Trail
Just south (approx. 30') of the south entrance onto the SR 434 Cross Seminole Trail Overpass Bridge,
heading North West along the trail to the Layer Elementary entrance road (current end of the trail).
Maintain each side of trail to project boundaries which is usually 2 to 8 passes with a 50" mower deck, but
this varies in many areas. Includes small medians at each Trail Head.
2. SR 434 Bridge
SR434 Cross Seminole Trail Overpass, located just east of Tuskawilla Road. No work is performed on
the actual bridge itself. Beds under and around bridge are included. Service area has irrigation with
timer being located on the South West side of SR 434 by the power boxes.
3. Cross Seminole Trail (Creek) Bridge
Located between the Seminole County Bus Yard (Consolidated Services) and Layer Elementary School.
Keep vines from growing over hand railings and onto bridge. Trim any overhanging tree limbs and
foliage.
BID #2013- CST -SR — CROSS SEMINOLE TRAIL LANDSCAPE MAINTENANCE 20131
1. GENERAL
1.1 Work Covered by Contract Documents
4. The work to be performed under this Contract consists of landscape maintenance services for the Cross
Seminole Trail in Winter Springs. Perform all work in accordance with the Contract Documents. Furnish
all materials, equipment, tools, and labor which are reasonably and properly inferable and necessary for
the proper completion of the work, whether specifically indicated in the Contract Documents or not.
B. The Contractor shall be obligated, at its expense, immediately or promptly to repair to the City's
Representative's satisfaction, any damage to exterior plantings, or irrigation systems or any other
property within the areas specified in this agreement. In the event the contractor has not repaired
any such damage within reasonable time, as determined by the City's Representative, the City
may repair such damage and deduct such cost from the next payment due to the Contractor. The
Contractor shall be liable to the City for any such cost in excess of the amount deducted by the
City.
C. The Contractor shall be obligated to immediately notify the City Representative verbally and
follow in writing within twenty -four (24) hours after the event of any damage which the Contractor
discovers, or should have discovered in the exercise of reasonable care, whether or not such
damage was caused by the Contractor.
D. Prior to the commencement of work on this contract, an authorized representative of the
Contractor and the Designated Representative of the City may perform a video condition survey
of all exterior plantings at each of the designated areas of the City covered by this Agreement.
The Contractor and the City shall jointly prepare and sign a written report of the condition survey
which shall describe the condition and location of all unhealthy plants
E. During the 30 day period preceding the expiration of the term of this Agreement, or, in the event
of an earlier termination a 30 day period following the termination, a final condition survey may be
made jointly by the City Representative and the Contractor. This survey shall establish a punch
list of plantings and material that do not meet the specifications and that must be replaced prior to
the final completion of the contract. If the plantings and materials so identified are not replaced,
an appropriate amount shall be withheld from the final payment.
2. CONTRACT
2.1 General
A. This project shall be maintained under a unit price contract.
B. The project as shown on the Drawings and described in these specifications constitutes the work
to be performed under this contract.
3. SAFETY REQUIREMENTS
3.1 General
A. Any equipment and tools used in performing the work under this Agreement shall conform to the
Florida Department of Transportation - Manual of Uniform Traffic Devices.
B. Equipment shall be maintained in good repair, shall be fueled on concrete surfaces only, and
shall be provided with the proper noise reduction and safety devices as prescribed by the
Occupational Safety and Health Administration (OSHA).
6
BID #2013 - CST -SR — CROSS SEMINOLE TRAIL LANDSCAPE MAINTENANCE 20131
Contractor shall follow proper Maintenance of Traffic (MOT) procedures set forth by the Florida
Department of Transportation (FDOT) while working under this agreement.
END OF SECTION
BID #2013-CST-SR— CROSS SEMINOLE TRAIL LANDSCAPE MAINTENANCE 20 ] 3
SECTION 01100
TECHNICAL SPECIFICATIONS
SPECIFIC TASKS
1.0 MOWING
The mowing of all grassed areas shall be no less than once every seven (7) days in the heavy growing
season. Mowing shall be no less than bi- weekly, or as instructed by the City's Representative, during the
dormant growing season. Dormant and growing seasons are dictated by weather and therefore may change per
the City's Representative, but otherwise shall be:
Heavy Growing Season - April 1 thru September 30
Dormant Growing Season - October 1 thru March 31
All Bahia grassed areas will be mowed to a height of 3 inches on average, depending upon established
grass needs, by finish mower or a groom mower. At no time shall more than one -third (1/3) of the leaf surface be
removed in one mowing.
Prior to and during the mowing process, turf and bed areas must be cleaned of: paper, bottles, cans,
limbs and all other debris (as well as misplaced dirt or sand). Trash must also be removed from areas
immediately bordering site and actual site locations. Areas are to look clean, neat and free of debris at all times.
Debris that accidentally become shredded by lawn equipment during the mowing process must be completely
removed before leaving the site.
Any clipping and /or trimming debris will be removed from site as work is completed, or at the end of each
day that work is performed. Lawn clippings may be left on the turf areas so long as no readily visible clumps
remain on the grass surface after mowing. Otherwise large clumps of clippings will be collected and disposed of
by Contractor. In case of fungal disease outbreaks, all clipping will be collected and properly disposed of until
disease is undetectable. No debris bags shall be left on site more than 5 hours.
2.0 MULCHING
Mulching to be performed during the dormant growing season as per the service schedule to keep
planted areas neat and freshly maintained. Mulch depth to be a minimum total depth of three (3) inches and
placed, not dumped, as well as kept from around the immediate base of shrubs. Pine Bark mulch is to be used.
3.0 EDGING
Edging of all walks, curbs, edging of pavements, and grass invasion shall be done weekly during the
heavy growing season and bi- weekly for the remainder of the year. All grass and dirt to be blown off onto grass
areas only. No debris shall be blown onto hard surfaces or into shrub or flower beds. Schedule for edging of soft
surfaces such as turf, bed borders, and ground cover shall be performed bi- weekly or more as needed.
4.0 WEEDEATING
Areas inaccessible to mowing equipment shall be kept neat and trimmed as needed. Trimming of grass
and weeds around any fixed objects (walls, light posts, light fixtures, equipment boxes, pond structures, sign
posts and trees) will be done through chemical control within a limit of six inches (6 ") maximum or trimmer so as
not to inflict damage of any kind to structure, equipment or tree.
BID #2013- CST -SR — CROSS SEMINOLE TRAIL LANDSCAPE MAINTENANCE 20131
6.0 PRUNING SHRUBS AND ORNAMENTALS
Pruning of plants shall be performed as needed to remove dead wood harboring insects and disease and
to promote maximum health and growth. The finding of insects or disease shall be reported immediately to the
City Representative so as to limit losses. Aesthetic pruning shall consist of removal of dead or broken branches.
Pruning shall be performed to balance infiltration light to enhance new growth.
Small leafed shrubs, such as pittosporum, azaleas and Indian hawthorn, etc., are to be kept trimmed in a
tight, neat appearance, with removal of partial new growth after no more that four inches of new growth appears.
Larger leafed shrubs, such as viburnum, may attain new growth reaching from 2" to 4" before removal. But at no
times are shrubs to display a disorderly appearance. Ornamentals, such as crinum lilies, are to be trimmed
aggressively during the rainy season to be kept neat and fungus free. This may be as frequent as every other
week. Sago palms are to be trimmed a minimum of three times a year, or more often, as needed, depending on
growth and health. Azaleas are to be trimmed at regular intervals as described above with the exception of the
months of October thru March when no trimming should be done to achieve maximum flowering. Wax myrtles are
to be trimmed aggressively in order to maintain a neat, compact habitat. At no time is an herbicide to be used to
rid plants of sucker growth. Instead, hand pulling or aggressive trimming routine is to be established. All
ornamentals that produce any dead fronds (i.e., coontie, sage, aztec grass, holly fern, etc.) are to be
systematically checked and cleaned with special attention to early spring cleanup.
6.0 PLANT REPLACEMENT
The Contractor shall be responsible for replacing any plant materials that die or become damaged to the
point that the plant grade is less than Florida Number 1 as a result of neglect or damage caused by the
maintenance operation. Replacement material shall be identical to plant species, quality and specifications of the
materials at the time the loss occurs.
7.0 TREE TRIMMING
All trees are to be trimmed to meet industry standards. Trimming of established trees is to be done to a
maximum of ten (10) foot under canopy and pruned just outside the branch collar. New or young trees are to be
trimmed with an ideal under canopy of seven (7) feet or as appropriate for the size and health of each tree.
Sucker growth is to be removed by hand or trimmer from the base of a tree. Herbicides are not to be used for this
purpose. Palms are to be trimmed regularly to ensure the absence of seeds and fronds dropping to the ground
and not as severely as the hurricane cut. Ligustrum and Holly trees are to be maintained per industry standards or
as specified by City's Representative.
Approved traffic (M.U.T.C.D.) warning devices shall be used when necessary to provide safety to persons
and vehicular traffic within any areas undergoing pruning. Work will be scheduled after consulting with the City's
Representative.
8.0 WEEDING
Weeding of all plant bed areas is to be as often as necessary to conform to the shrub trimming schedule,
to control weed population and maintain healthy plants. Remove weeds, vines and "voluntary" seedlings from
planting beds. Weed control in landscaped areas will be accomplished by hand weeding and /or application of
round -up and a pre- emergent herbicide if needed. All weeds in sidewalks or pavement areas (including curbing)
shall be chemically controlled or removed by hand.
9.0 ANNUALS (As Requested — NOT INCLUDED)
Annuals are to be changed four (4) times per year as determined by Owner or City's Representative for
each seasonal change. A schedule shall be determined and agreed upon by both Owner and Service Provider.
BID #2013- CST -SR — CROSS SEMINOLE TRAIL LANDSCAPE MAINTENANCE 20131
Bed preparations are to consist of 14 -14 -14 Granular fungicide and Cavalier Subdue GR. along with any added
soil preparations or enhancements needed to facilitate strong healthy growing annuals.
10.0 IRRIGATION (Currently only at SR 434 Bridge)
The Service Provider shall provide irrigation inspections one (1) time per month at minimum. The
scheduled inspection shall consist of turning on each zone and inspecting each head for the proper coverage,
including straightening, or adjusting the flow of water and adjusting or unclogging any heads. If any heads or
parts are defective, and the defect or damage was not caused by the Service Provider, the Service Provider will
replace the parts at that time, billing only for the parts, and all parts to be given to the Owner or City
Representative for inspection with the monthly invoice.
The Service Provider shall submit a detailed report, at the time of billing of each monthly service,
consisting of the clock and location, each zone by number, any repairs or work performed during that service. All
parts used will be itemized on the bill with a maximum of $ 150.00 to be spent without approval during the regular
monthly scheduled maintenance visits. If additional money is needed for any repairs, the Owner or City
Representative must be given a detail report of the repair and the cost involved before the work is to be
performed. No payment will be made for heads or parts damaged by the Service Provider.
Service Provider shall immediately repair any and all damaged property within the areas specified in this
agreement to meet plant replacement specifications or original irrigation parts. All work performed by Contractor
to meet industry standards.
All labor required to repair or replace defective parts is included in the contract price except when
repairing valves, main lines or lateral lines over 1 '/2 ", clock or wiring problems, or lines under sidewalks or
roadways. Labor cost for these services is established in the bid calculation sheet of SECTION 00300, BID
FORM. Material costs shall be paid on the basis of approved wholesale documented cost plus 15% for overhead
and profit.
Mainline breaks before the zone valves shall be repaired by Owner unless otherwise instructed.
Contractor is to immediately notify Owner if a mainline leak is noticed. Should the Service Provider need to shut
down the mainline for any reason, the Owner must be contacted before action is taken in any circumstance.
11. CHEMICAL PROGRAM
1.1 FERTILIZATION/PEST CONTROL- TURF (Not Used)
* *End of Section **
BID #2013 - CST -SR — CROSS SEMINOLE TRAIL LANDSCAPE MAINTENANCE 20131
Service Area Map
! LEGEND
LAKE TFONR¢E
d Q 6 CR d'1
�. :9
4 C+w Se N S A 8 It
` pp u�N� � At G 511 . 4 P yi. =tC
N a '✓ mnk Nd Y. t B
a m SANFORD ? �`
O $•b
MA A Q ... CR4$A.. o .. >�_> rLee Esc ir-sa c�tr.>rs
J� 6 TIM Pfl;-W
J p ;^^'v 7 w u xE
z r
KE MARY
OW LAKEIVARYZ�-V')
FI, CJ. h f IP
- E �m d
•
a xa t,l�t
�F fnd keimeluncr .e,er 6rmrmery LAKE .tESllp
C"
e w my
_4 N
Patlrolonc Wall Ewun4ery f
1 a
� w )•.
w a: 43.L.ONGW , D . C',p
FLORIDAAW $
cc
o:
WINTER SPRIT
uCi aryl 5 �¢
,7R4,,At.TAM0NTE #NNGS
' CAS BERRY � -. Begin lda orerencrr9rldpr ���
"4 VIEDO
CROSS SEMINOLE TRAIL
m �
1 tSOWFll SWlNCtd RD v as
City of Minter Sump Ma'nte : �e area c�
Landscape Maintenance
• Service area begins just South of the Southern entrance to the SR 434 Bridge Overpass. Access is located off of
Gardena Avenue, adjacent to State Road 434, 2 blocks past the Cross Seminole Bridge (heading east on SR 434
from Tuskawilla Road) at the Gardena Road Trail Head; proceed on the trail to the bridge entrance area.
• Service area ends at the entrance road to Layer Elementary School off of SR 419.
• Cross Seminole Trail is to be maintained on both sides up to the edge of sodded areas, wooded areas, fences, or
property lines; where applicable.
BID #2013- CST -SR — CROSS SEMINOLE TRAIL LANDSCAPE MAINTENANCE 2013
GENERAL BID FORM
1.1 Description
The following Bid is hereby made to hereafter called the OWNER. Bid issubmitted
By,
(Insert legal name, address, and
1,2 The Undersigned.-
A. Acknowledgps receipt of,
-sole Proprietorship, partnership or corporation.)
1. Project Bid Request for the Landscape Maintenance: Services —Cross Seftnolelf rail, Winter
Springs. Town Center, dated 201 a,
2, map(s)
S_ Has examined the sit+,, and all infbrrr;�fion and understands that in subrraitffng his Bid, he waives all right
to Plead any misunderstanding regarding the same,
C. Agrees-,
1- To hold this Bid open for 90 calendar days after submittal to the City.
1,3 Stipulated Amount
I �-vdl provide the se.r4-iccs x)I)dcr hi's PrRiccl ibr 1110 Ww Bid Ataotuitor
The Bidder hereby agrees to Perform all work as required by the Contract Documents for the
f011Owing Unit Prices, All work required to be Performed by the Contract Dockiments is to be
included within the following pay fterns, inclusive of furnishing all manPOwer, equipment,
Materials and Performance of all operations relative to the project. Work far which there is not a
Pay Item will fie considered incidental to the Contract and no additional compensation will be
allowed. The Owner, at his sole option and discretion, may choose to add or deduct front the
contract WOrk at the unit Prices Set forth below. Service Provider shall be paid for actual
quantities completed in accoRlance with the Contract Documents. The following is the Order of
Precedence which will be used in case of conflicts Within the Bid Sc-hedijte Provided by each
Bidder: Unit Cost, Total Cost, Tol,.al Base Bid (see attached Bid Farm).
D, I have attached a list of all Subrontractors I wilt utilize for tht- Colitrar-twof4K
.8ID#2(113-C,S7'-S-R-.('-'R.OSSS.Ei%IINOLETRA.11.,f,,.,kND�C.'A.PEMAI,VFENzANCF'?-0131
1.6
By
Submittal
RESPEcTFULLY SUBWTTED, this 6)4day of -I-
--2LLj—, 2013.
Business
Title
city S Slate Zip ' 10
Cross Seminole Trail
Winter Springs
I am fully aware of all conditions affecting such work/items for which
kAA-tJ (14. bids were advertised.
following bid for compl6tion of said worktitem. (Bidding Company) does hereby submit the
Total bid price for Landscape Maintenance Services — Cross Seminole Trail per
specifications is as follows.-
ITEM # §� MCRIPTICLN
1. CROSS SEM. TRAIL
LANDSCAPE MAINT,
2, CROSS SEM, TRAIL
IRRIGATION MAINT.
L—NIJ., COST's,
MON
j= LQ_TAUANl�LUAL CO','-,T
$— —&-D x12 =
(Base Bid 1+2) G TOTAL$
- /4 ?06;
The Bidder agrees with all conditions herein stated, Proposes to contract, to the Base Bid sums, with the. Owner
the following Unit Costs resulting in additions to or deductions frorn the 9_asoBid as follows:
UNIT PRICE #1 (Provide Mulch)
Additional Mulch Im9talled (Pine)
UNfT PRfCE #2
Labor to provide and install I Gallon Plant
Labor to provide and install 3 Gallon Plant
Labor tc� provide and install 4" Annual
s per square, yard
$ each
each
eactl
DID #2013-CST-SR -- C.R.0SS.S'L'&jIN0LE TRAIL LANDSCAPE MAINTENANCE, 2013!
UNIT PRICE #3
Irrigation Repairs and Troubleshooting beyond Contract Requirements:
Labor $ per hour
Ernergp,me Callout $ per hour
UNIT PRICE #4
Material Cost (Wholesale plus 15%y
Rotors — Gear Dive
$
each
Pop-Up Sprinklers 4"
$
each
Shrub Nozzles
$
each
Rainbird MC 24 Sta.
$
each
Zone Valves - I"
$
each
Zone Valves - 1-1/2
each
Zone Valves - 2"
$
each
Zone Valves - 311
$
each
9V Battery
$
each
TBOS — 4 Sta.
$
each
TBOS — I Sta-
$
each
END OF SECTION
t10) T .4-
7e,
RID #2013-CST-SR -- CROSS SEMINOLE TRAIL LANDSCAPE MAINTENANCE 20.13 ]I'=
U '*ty of Winter Springs
Project Manual: CROSS SEMINOLE TRAIL LANDSCAPE MAINTENANCE
BID Number: 2013-CST-SR
Date: JUNE 2013
Send To: CITY OF WINTER SPRINGS
ATTN: URBAN BEAUTIFICATION MANAGER
1126 EAST STATE ROAD 434
WINTER SPRINGS, FL 32708
(407) 327-5976
Mvinnimli, i nnsvvsauwlu���
Anticipated
Start Date: OCTOBER 1, 2013
o"o
----J=BID #2013-CST-SR- CROSS SEMINOLE TRAIL LANDSCAPE MAINTENANCE 20131
Al 01 &7 7ilil
144N4-Z M-1
f^ • •r
The following Bid is hereby made to the City of Winter Springs, hereafter called the OWNER. Bid is submitted
By: 3, Wcr rug= Ts; 99 Ile rAJ o,4A Sim OflOcIEL 32,7 S . 6C-,°
(Insert legal name, address, and whether sole proprietorship, partnership or corporation.)
A. Acknowledges receipt of:
1. Project Bid Request for the Landscape Maintenance Services — Gross Seminole Trail, Winter
Springs Town Center, dated 2013.
2. Map(s)
B. Has examined the site and all information and understands that in submitting his Bid, he waives all right
to plead any misunderstanding regarding the same.
C. Agrees:
1. To hold this Bid open for 90 calendar days after submittal to the City.
1.3 Stipulated amount
fTAW�*l
I will provide the services under this project for the Base Bid Amount of
s-�V')daeo Dollars($
The Bidder hereby agrees to perform all work as required by the Contract Documents for the
following Unit Prices. All work required to be performed by the Contract Documents is to be
included within the following Pay Items, inclusive of furnishing all manpower, equipment,
materials and performance of all operations relative to the project. Work for which there is not a
Pay Item will be considered incidental to the Contract and no additional compensation will be
allowed. The Owner, at his sole option and discretion, may choose to add or deduct from the
contract work at the unit prices set forth below. Service Provider shall be paid for actual
quantities completed in accordance with the Contract Documents. The following is the order of
precedence which will be used in case of conflicts within the Bid Schedule provided by each
Bidder: Unit Cost, Total Cost, Total Base Bid (See attached Bid Form).
D. I have attached a list of all subcontractors I will utilize for the Contract work.
BID #2013- CST -SR — CROSS SEMINOLE TRAIL LANDSCAPE MAINTENANCE 2013
RESPECTFULLY SUBMITTED, this 25- day of 5 y 2013.
Service Provider
Business Address /6" city C'M e0c) State zip 17_74-S—
Cross Seminole Trail
Winter Springs
I am fully aware Of all which bids were advertised.
v f (Bidding Company) does hereby submit the
following bid for completion of said work/item.
Total bid price for Landscape Maintenance Services — Cross Seminole Trail per
specifications is as follows:
ITEM # & DESCRIPTION MONTHLY TOTAL/ANNUAL COST
o*
i. CROSS SEM.TRAIL �� x12 =
LAND8CAPEMA|NT
cc
2. CROSS 8ENY.TRAIL x12=
|RRK3AT|ONMA|NT.
(Base Bid 1+2) GRAND TOTAL$
UNIT CQSTS:
W �o
The Bidder agrees with all conditions herein stated, proposes to contract, ho the Base Bid sums, with the Owner
the following Unit Costs resulting in additions to or deductions from the Base Bid as follows:
UNIT PRICE #i (Provide Mulch)
Additional Mulch Installed (Pine)
UNIT PRICE #2
Labor to provide and install 1 Gallon Plant
Labor to provide and install 3 Gallon Plant
Labor to provide and install 4"Annual
$__5-5- cparaquen»yand
$ u
each
s 13 each
s_l, -�5___-each
BID #2013-CST-SR —CROSS SEMINOLE TRAIL LANDSCAPE MAINTENANCE �0131
UNIT PRICE #3
Irrigation Repairs and Troubleshooting beyond Contract Requirements:
Labor
Emergence Callout
UNIT PRICE #4
Material Cost (Wholesale plus 15%)-.
Rotors — Gear Drive
Pop-Up Sprinklers 4"
Shrub Nozzles
Rainbird MC 24 Sta.
Zone Valves - 1"
Zone Valves - 1 -1/2"
Zone Valves - 2"
Zone Valves - 3"
9V Battery
TBOS — 4 Sta.
TBOS — 1 Sta.
END OF SECTION
$ per hour
$
per hour
$ 2-), 7 _".) each
$
each
$ each
$ each
$ each
$ each
$ each
$ each
$
each
$ i each
$ 5" each
BID #2013-CST-SR - CROSS SEMINOLE TRAIL LANDSCAPE MAINTENANCE 20131 am
SECTION 00700
GENERAL CONDITIONS
The scope of work includes furnishing Landscape Maintenance Services for the Cross Seminole Trail in
Winter Springs as described including all labor, equipment, tools, materials, and incidentals, and performing
of all operations necessary as described in the Project Manual,
2. ENGINEERS
The Owner is the Engineer on this project.
3. APPLICABLE SPECIFICATIONS AND REQUIREMENTS
All work to be performed on this project shall conform to applicable specifications and requirements included
(or referenced) in these Contract Documents.
4. PERMITS, LICENSES AND REGULATIONS
The Service Provider shall procure and pay for all permits, licenses, and bonds necessary for the prosecution
of the Work, and/or required by municipal, State and federal regulations, laws and procedures, unless
specifically provided otherwise in the Contract Documents. The Owner shall provide all required easements.
The Service Provider shall give all notices, pay all fees, and comply with all federal, state and municipal laws,
ordinances, rules and regulations and codes bearing on the conduct of the Work. This Contract, as to all
matters not particularly referred to and defined herein, shall notwithstanding, be subject to the provisions of all
pertinent ordinances, codes and normal regulatory procedures of the municipality or other political subdivision
within whose limits the Work is constructed, which ordinances, codes and procedures are hereby made a part
hereof with the same force and effect as if specifically set out herein.
The Service Provider must obtain a City Arbor license within (30) days of execution of this agreement. The
Service Provider must have a valid state or a neighboring municipality Irrigation Repair License prior to
execution of this agreement. Contractor or approved sub - Contractor must have a valid state Certified Pest
Control Operator's License.
5. PERFORMANCE AND PAYMENT BONDS (not used)
6. BID BOND (not used)
7. INSURANCE AND HOLD HARMLESS INDEMNIFICATION
Hold Harmless Agreement - To the fullest extent permitted by laws and regulations Service Provider shall
indemnify and hold harmless Owner and their consultants, agents and employees from and against all claims,
damages, losses and expenses, direct, indirect or consequential (including but not limited to fees and charges
of engineers, architects, attorneys and other professionals and court and arbitration costs) arising out of or
resulting from the performance of the Work, provided that any such claim, damage, loss or expenses (a) is
attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property other
than the Work itself) including the loss of use resulting therefrom and (b) is caused in whole or in part by any
negligent act or omission of Service Provider, any Subcontractor, any person or organization directly or
indirectly employed by any of them to perform or furnish any of the Work or anyone for whose acts any of
them may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder or
arises by or is imposed by Law and Regulations regardless of the negligence of any such party.
BID #2013 - CST -SR — CROSS SEMINOLE TRAIL LANDSCAPE MAINTENANCE 2013
In any and all claims against Owner or any of their consultants, agents or employees by any employee of
Service Provider, any Subcontractor, any person or organization directly or indirectly employed by any of
them to perform or furnish any of the Work or anyone for whose acts any of them may be liable, the
indemnification obligation under the previous paragraph shall not be limited in any way by any limitation on
the amount or type of damages, compensation or benefits payable by or for Service Provider or any such
Subcontractor or other person or organization under workers' or workmen's compensation acts, disability
benefit acts or other employee benefit acts.
Service Provider's Liability Insurance - The Service Provider shall not commence any work under this
Contract until he has obtained all insurance required under this paragraph_ Service Provider shall purchase
and maintain such comprehensive general liability and other insurance as is appropriate for the Work being
performed and furnished and as will provide protection from claims set forth which may arise out of or result
from Service Provider's performance and furnishing of the Work and Service Provider's other obligations
under the Contract Documents, whether it is to be performed or furnished by Service Provider, by any
Subcontractor, by anyone directly or indirectly employed by any of them to perform or furnish any of the Work,
or by anyone for whose acts any of them may be liable. The insurance required by this paragraph shall
include the specific coverage's and be written for not less than the limits of liability and coverage's provided or
required by law, whichever is greater. The comprehensive general liability insurance shall include completed
operations insurance. The comprehensive general liability insurance shall also include Contractual Liability
Insurance applicable to Service Provider's obligations under the Hold Harmless Indemnification. All of the
policies of insurance so required to be purchased and maintained (or the certificates or their evidence thereof)
shall contain a provision or endorsement that the coverage afforded will not be canceled, materially changed
or renewal refused until at least thirty days' prior written notice has been given to Owner by certified mail. All
such insurance shall remain in effect until final payment and at all times thereafter when Service Provider may
be correcting, removing or replacing defective work in accordance with the Contract Documents. Service
Provider's General Liability Insurance shall include the Owner, and Owner's consultants as insured or
additional insured which may be accomplished by either an endorsement of Service Provider's
Comprehensive General Liability policy or by Service Provider's carrier issuing a separate protection liability
policy.
Various types of coverage and corresponding limits are further described under Article 16.0 of the Agreement
(Section 00500).
The Service Provider shall include in his bid, and shall pay, all Florida State sales tax and other local, State,
and Federal taxes in accordance with existing laws and regulations.
9. LAYOUT OF WORK (not used)
10. CHANGES IN THE WORK
The owner may, at any time, or from time to time, without invalidating the Agreement order alterations,
deletions or revisions in the Work by written Change Order or Field Order. Upon receipt of any such order
Service Provider shall promptly proceed with the Work involved which shall be performed under the
applicable conditions of the Contract Documents.
Any deviations from these specifications, plans and contract documents, must be approved by the Owner in
advance of the construction either by a written and executed Change Order or a written Field Order.
The Service Provider agrees that he will do such work as may be required for the proper execution of the
whole work herein contemplated, including all labor, equipment and materials reasonably necessary for the
proper completion of the work. The Service Provider agrees that he will make no claim for extra work unless
that material or work is not covered by, or properly inferable from the Contract Documents. If the Service
Provider makes a claim for an extra or additional cost and requests a Change Order be issued prior to
performing the work, and the Owner renders a decision denying such request, the Service Provider must
BID #2013- CST -SR — CROSS SEMINOLE TRAIL LANDSCAPE MAINTENANCE 2013
notify the Owner in writing within 3 days of the time that the Service Provider is informed of the Owner's
decision. Otherwise the Owner will not consider any such difference as a claim for a Change Order or
additional payment or time. Any such written notice received by the Owner from the Service Provider within
the 3 -day period shall be just reason for the Owner to re- evaluate his previous decision.
4 ! i 1 • Z Is ; *1 i # , • 11
The Advertisement for Bids, Proposal and Agreement, General Conditions, Special Conditions, and addenda,
any change orders, the drawings and specifications, and any supplementary documents are essential parts of
this contract, and together constitute the Contract Documents. Any item shown on the drawings shall be
considered as included in the specifications, whether specifically mentioned therein or not, and vice versa.
Any errors or omissions as to standards or work in the drawings and specifications shall in no way relieve the
Service Provider of the obligation to furnish a first -class job in accordance with the best standard practice and
in accordance with the intent of the Contract Documents.
A. In case of conflict, the precedence of the Contract Documents shall be as follows:
1. Service Provider's Bid (Proposal) and Agreement
2. Change Orders
3. Special Conditions
4. Advertisement
5. Instructions to Bidders
6. General Conditions
7. Drawings
An addendum issued prior to bid, may modify any of the contract documents in existence at that time.
The addendum takes precedence over the previous issue of the contract document being modified.
12. FINAL DRAWINGS (not used)
13. CONSTRUCTION SCHEDULE (not used)
14. PAYMENTS
The Contractor shall give a detailed invoice and written report at the end of each month describing the work
performed at each of the designated locations listed in this agreement. If any repair work, or plantings were
made during the month, a detailed description of the work performed, plantings and /or repairs are to be listed
with their respective locations and attached to the invoice. The City Representative prior to processing for
payment will review these invoices. In case of any conflicts, an inspection of the area and work in question
will be made by the City Representative and an authorized representative of the Contractor at a time agreed
upon by both parties not more than five (5) working days after receipt of invoices. Once the City
Representative has approved the invoices, payment will be thirty (30) days thereafter.
A. Payments may be withheld if:
1. Work is found defective and not remedied;
2_ Repairs or replacements have not been made for which the Contractor is responsible;
2. Contractor does not make prompt and proper payments to subcontractors;
3. Contractor does not make prompts and proper payments for labor, materials, or equipment furnished him;
4. Another Contractor is damaged by an act for which Contractor is responsible;
5. Claims or liens are filed on the job; or
6. In the opinion of the City of Winter Springs, Contractor's work is not progressing satisfactorily.
The Owner will disburse, and shall have the right to act as agent for the Service Provider in disbursing such
funds as have been withheld pursuant to Section 00700, paragraph 14, to the party or parties who are entitled
BID #2013 - CST -SR — CROSS SEMINOLE TRAIL LANDSCAPE MAINTENANCE 20131
to payment there from. The Owner will render to the Service Provider a proper accounting of all such funds
disbursed in behalf of the Contract. Neither the final payment nor any part of the retained percentage shall
become due until the Service Provider, if required, shall deliver to the Owner his written one year guarantee
on the work and a complete release of liens arising out of this Contract, or receipts in full in lieu thereof, and, if
required in either case, an affidavit that so far as he has knowledge or information, the releases and receipts
include all the labor and material for which a lien could be filed; but the Service Provider may, if any
subcontractor refuses to sign a release or receipt in full, furnish a bond satisfactory to the Owner, to indemnify
himself against any lien. If any lien remains unsatisfied after all payments are made, the Service Provider
shall refund to the Owner all monies that the latter may be compelled to pay in discharging such a lien,
including all costs and a reasonable attorney's fee.
r
All service provider personnel shall maintain a professional, neat and appropriate appearance when on job
site in order to reflect the standards of the community. Marked uniforms shall be worn when working on the
project. Footwear shall conform to the appropriate OSHA standards.
END OF SECTION
BID #2013 - CST -SR — CROSS SEMINOLE TRAIL LANDSCAPE MAINTENANCE 20131
SUMMARY OF WORK
SCHEDULE OF LANDSCAPE MAINTENANCE SERVICES
MAINTENANCE CODE FREQUENM
1. mow
2. TRIM HEDGES
3. WEEDEATER
4. K8ULCH'3"DEEP
5. EDGING
G. WEEDING
7. PRUNING
8. TRASH PICK-UP
9. FERTILIZATION
10. ANNUALS
11. INSECT CONTROL
12. TURF HERBICIDE (St Augustine Only)
13. TR|K8KA|NG OF TREES (ONLY ALONG SERVICE AREA)
14. IRRIGATION MAINTENANCE
A. WEEKLY
B.8|4WEEKLY
C. MONTHLY
D. SEMI-ANNUAL
E.ASNEEDED
F. ANNUALLY
G.3X PER YEAR
H. BI-MONTHLY
|ASREC>UESTED
(NOT VVPRICE)
MAINTENANCE/FREQUENCY CODE SEASONAL VARIATION
MONTH MONTH
Creek Bridge
1A`2E,3A.5Q.8A,
8B.7E.13E
1A`2B.3A,58.8A,
88.2E.11E,98.
7E.13E.14C
7[,13E
1EL3B.4F.5E.8E,
GE 7E, 13E
18.2E. 3E, 5E, 8A,
11E.7E.6B`9G.4F.
6E, 14C
7E, 13E
t Cross Seminole Trail
Just south (approx. 30')ofthe south entrance onto the GR434Cross Seminole Trail Overpass Bridge,
heading North West along the trail to the Layer Elementary entrance road (current end of the trail).
Maintain each side of trail to project boundaries which is usually 2 to 8 passes with a 50" mower deck, but
this varies in many areas. Includes small medians at each Trail Head.
2. SIR 434 Bridge
SR434 Cross Seminole Trail Overpass, located just east of Tuskawilla Road. No work is performed on
the actual bridge itself. Beds under and around bridge are included. Service area has irrigation with
timer being located on the South West side ofGR434by the power boxes.
3. Cross Seminole Trail (Creak)Bridge
Located between the Seminole County Bus Yard (Consolidated Services) and Layer Elementary School.
Keep vines from growing over hand railings and onto bridge- Trim any overhanging tree limbs and
BtD #2013-CST-SR - CROSS SEMINOLE TRAIL LANDSCAPE MAINTENANCE 20131 ow
1. GENERAL
1.1 Work Covered by Contract Documents
4. The work to be performed under this Contract consists of landscape maintenance services for the Cross
Seminole Trail in Winter Springs. Perform all work in accordance with the Contract Documents. Furnish
all materials, equipment, tools, and labor which are reasonably and properly inferable and necessary for
the proper completion of the work, whether specifically indicated in the Contract Documents or not.
B. The Contractor shall be obligated, at its expense, immediately or promptly to repair to the City's
Representative's satisfaction, any damage to exterior plantings, or irrigation systems or any other
property within the areas specified in this agreement. In the event the contractor has not repaired
any such damage within reasonable time, as determined by the City's Representative, the City
may repair such damage and deduct such cost from the next payment due to the Contractor. The
Contractor shall be liable to the City for any such cost in excess of the amount deducted by the
City.
C. The Contractor shall be obligated to immediately notify the City Representative verbally and
follow in writing within twenty -four (24) hours after the event of any damage which the Contractor
discovers, or should have discovered in the exercise of reasonable care, whether or not such
damage was caused by the Contractor.
D. Prior to the commencement of work on this contract, an authorized representative of the
Contractor and the Designated Representative of the City may perform a video condition survey
of all exterior plantings at each of the designated areas of the City covered by this Agreement.
The Contractor and the City shall jointly prepare and sign a written report of the condition survey
which shall describe the condition and location of all unhealthy plants
E. During the 30 day period preceding the expiration of the term of this Agreement, or, in the event
of an earlier termination a 30 day period following the termination, a final condition survey may be
made jointly by the City Representative and the Contractor. This survey shall establish a punch
list of plantings and material that do not meet the specifications and that must be replaced prior to
the final completion of the contract. If the plantings and materials so identified are not replaced,
an appropriate amount shall be withheld from the final payment.
2.1 General
A. This project shall be maintained under a unit price contract.
B. The project as shown on the Drawings and described in these specifications constitutes the work
to be performed under this contract.
3. SAFETY REQUIREMENTS
3.1 General
A. Any equipment and tools used in performing the work under this Agreement shall conform to the
Florida Department of Transportation - Manual of Uniform Traffic Devices.
B. Equipment shall be maintained in good repair, shall be fueled on concrete surfaces only, and
shall be provided with the proper noise reduction and safety devices as prescribed by the
Occupational Safety and Health Administration (OSHA).
BID #2013- CST -SR— CROSS SEMINOLE TRAIL LANDSCAPE MAINTENANCE 20131 I
C. Contractor shall follow proper Maintenance of Traffic (MOT) procedures set forth by the Florida
Department of Transportation (FDOT) while working under this agreement.
END OF SECTION
BID #2013-CST-SR— CROSS SEMINOLE TRAIL LANDSCAPE MAINTENANCE 20131
M51AURINM
SPECIFIC TASKS
r •
The mowing of all grassed areas shall be no less than once every seven (7) days in the heavy growing
season. Mowing shall be no less than bi- weekly, or as instructed by the City's Representative, during the
dormant growing season. Dormant and growing seasons are dictated by weather and therefore may change per
the City's Representative, but otherwise shall be:
Heavy Growing Season - April 1 thru September 30
Dormant Growing Season - October 1 thru March 39
All Bahia grassed areas will be mowed to a height of 3 inches on average, depending upon established
grass needs, by finish mower or a groom mower. At no time shall more than one -third (1/3) of the leaf surface be
removed in one mowing.
Prior to and during the mowing process, turf and bed areas must be cleaned of: paper, bottles, cans,
limbs and all other debris (as well as misplaced dirt or sand). Trash must also be removed from areas
immediately bordering site and actual site locations. Areas are to look clean, neat and free of debris at all times.
Debris that accidentally become shredded by lawn equipment during the mowing process must be completely
removed before leaving the site.
Any clipping and /or trimming debris will be removed from site as work is completed, or at the end of each
day that work is performed. Lawn clippings may be left on the turf areas so long as no readily visible clumps
remain on the grass surface after mowing. Otherwise large clumps of clippings will be collected and disposed of
by Contractor. In case of fungal disease outbreaks, all clipping will be collected and properly disposed of until
disease is undetectable. No debris bags shall be left on site more than 5 hours.
2.0 MULCHING
Mulching to be performed during the dormant growing season as per the service schedule to keep
planted areas neat and freshly maintained. Mulch depth to be a minimum total depth of three (3) inches and
placed, not dumped, as well as kept from around the immediate base of shrubs. Pine Bark mulch is to be used.
3.0 EDGING
Edging of all walks, curbs, edging of pavements, and grass invasion shall be done weekly during the
heavy growing season and bi- weekly for the remainder of the year. All grass and dirt to be blown off onto grass
areas only. No debris shall be blown onto hard surfaces or into shrub or flower beds. Schedule for edging of soft
surfaces such as turf, bed borders, and ground cover shall be performed bi- weekly or more as needed.
4.0 WEEDEATING
Areas inaccessible to mowing equipment shall be kept neat and trimmed as needed. Trimming of grass
and weeds around any fixed objects (walls, light posts, light fixtures, equipment boxes, pond structures, sign
posts and trees) will be done through chemical control within a limit of six inches (6 ") maximum or trimmer so as
not to inflict damage of any kind to structure, equipment or tree.
BID #2013-CST-SR - CROSS SEMINOLE TRAIL LANDSCAPE MAINTENANCE 2013
6.0 PRUNING SHRUBS AND ORNAMENTALS
Pruning of plants shall be performed as needed to remove dead wood harboring insects and disease and
to promote maximum health and growth. The finding of insects or disease shall be reported immediately to the
City Representative so as to limit losses. Aesthetic pruning shall consist of removal of dead or broken branches.
Pruning shall be performed to balance infiltration light to enhance new growth.
Small leafed shrubs, such as pittosporum, azaleas and Indian hawthorn, etc., are to be kept trimmed in a
tight, neat appearance, with removal of partial new growth after no more that four inches of new growth appears.
Larger leafed shrubs, such as viburnum, may attain new growth reaching from 2" to 4" before removal. But at no
times are shrubs to display a disorderly appearance. Ornamentals, such as crinum lilies, are to be trimmed
aggressively during the rainy season to be kept neat and fungus free. This may be as frequent as every other
week. Sago palms are to be trimmed a minimum of three times a year, or more often, as needed, depending on
growth and health. Azaleas are to be trimmed at regular intervals as described above with the exception of the
months of October thru March when no trimming should be done to achieve maximum flowering. Wax myrtles are
to be trimmed aggressively in order to maintain a neat, compact habitat. At no time is an herbicide to be used to
rid plants of sucker growth. Instead, hand pulling or aggressive trimming routine is to be established. All
ornamentals that produce any dead fronds (i.e., coontie, sage, aztec grass, holly fern, etc.) are to be
systematically checked and cleaned with special attention to early spring cleanup.
6.0 PLANT REPLACEMENT
The Contractor shall be responsible for replacing any plant materials that die or become damaged to the
point that the plant grade is less than Florida Number 1 as a result of neglect or damage caused by the
maintenance operation. Replacement material shall be identical to plant species, quality and specifications of the
materials at the time the loss occurs.
7.0 TREE TRIMMING
All trees are to be trimmed to meet industry standards. Trimming of established trees is to be done to a
maximum of ten (10) foot under canopy and pruned just outside the branch collar. New or young trees are to be
trimmed with an ideal under canopy of seven (7) feet or as appropriate for the size and health of each tree.
Sucker growth is to be removed by hand or trimmer from the base of a tree. Herbicides are not to be used for this
purpose. Palms are to be trimmed regularly to ensure the absence of seeds and fronds dropping to the ground
and not as severely as the hurricane cut. Ligustrum and Holly trees are to be maintained per industry standards or
as specified by City's Representative.
Approved traffic (M.U.T.C.D.) warning devices shall be used when necessary to provide safety to persons
and vehicular traffic within any areas undergoing pruning. Work will be scheduled after consulting with the City's
Representative.
8.0 WEEDING
Weeding of all plant bed areas is to be as often as necessary to conform to the shrub trimming schedule,
to control weed population and maintain healthy plants. Remove weeds, vines and "voluntary" seedlings from
planting beds. Weed control in landscaped areas will be accomplished by hand weeding and/or application of
round -up and a pre- emergent herbicide if needed. All weeds in sidewalks or pavement areas (including curbing)
shall be chemically controlled or removed by hand.
9.0 ANNUALS (As Requested — NOT INCLUDED)
Annuals are to be changed four (4) times per year as determined by Owner or City's Representative for
each seasonal change. A schedule shall be determined and agreed upon by both Owner and Service Provider.
BID #2013 - CST -SR — CROSS SEMINOLE TRAIL LANDSCAPE MAINTENANCE 20131
Bed preparations are to consist of 14 -14 -14 Granular fungicide and Cavalier Subdue GR. along with any added
soil preparations or enhancements needed to facilitate strong healthy growing annuals.
10.0 IRRIGATION (Currently only at SR 434 Bridge)
The Service Provider shall provide irrigation inspections one (1) time per month at minimum. The
scheduled inspection shall consist of turning on each zone and inspecting each head for the proper coverage,
including straightening, or adjusting the flow of water and adjusting or unclogging any heads. If any heads or
parts are defective, and the defect or damage was not caused by the Service Provider, the Service Provider will
replace the parts at that time, billing only for the parts, and all parts to be given to the Owner or City
Representative for inspection with the monthly invoice.
The Service Provider shall submit a detailed report, at the time of billing of each monthly service,
consisting of the clock and location, each zone by number, any repairs or work performed during that service. All
parts used will be itemized on the bill with a maximum of $ 150.00 to be spent without approval during the regular
monthly scheduled maintenance visits. If additional money is needed for any repairs, the Owner or City
Representative must be given a detail report of the repair and the cost involved before the work is to be
performed. No payment will be made for heads or parts damaged by the Service Provider.
Service Provider shall immediately repair any and all damaged property within the areas specified in this
agreement to meet plant replacement specifications or original irrigation parts. All work performed by Contractor
to meet industry standards.
All labor required to repair or replace defective parts is included in the contract price except when
repairing valves, main lines or lateral lines over 1 '/ ", clock or wiring problems, or lines under sidewalks or
roadways. Labor cost for these services is established in the bid calculation sheet of SECTION 00300, BID
FORM. Material costs shall be paid on the basis of approved wholesale documented cost plus 15% for overhead
and profit.
Mainline breaks before the zone valves shall be repaired by Owner unless otherwise instructed.
Contractor is to immediately notify Owner if a mainline leak is noticed. Should the Service Provider need to shut
down the mainline for any reason, the Owner must be contacted before action is taken in any circumstance.
1.1 FERTILIZATIONIPEST CONTROL- TURF (Not Used)
* *End of Section **
BID #2013-CST-SR— CROSS SEMINOLE TRAIL LANDSCAPE MAINTENANCE 2013
.f J
clrycfPinterSp?n smai'MenanuArea
Landscape hiainteunu
LEGEND
Goss SCIRY,ela TMA - 8uµ1
�� Cro3Y:Mxrida TraB -At�vd �,.
i4 Shmiret we —T-1, Bow`,
Sen.: %%V.. Trail, N.y -K
FL 1W S—r TIa3- Cr'V, -d
FL NA Marc T,a -Pm.» 14
ni ruarvcsS- fAc�c.
vw+st5lnp
dv�rysu (:dw.YnN�A.xt
LnnC
P rc
N
W+ h
.S
Service area begins just South of the Southern entrance to the SR 434 Bridge Overpass. Access is located off of
Gardena Avenue, adjacent to State Road 434, 2 blocks past the Cross Seminole Bridge (heading east on SR 434
from Tuskawilla Road) at the Gardena Road Trail Head; proceed on the trail to the bridge entrance area.
Service area ends at the entrance road to Layer Elementary School off of SR 419.
Cross Seminole Trail is to be maintained on both sides up to the edge of sodded areas, wooded areas, fences, or
property lines; where applicable.
BID #2013-CST-SR— CROSS SEMINOLE TRAIL LANDSCAPE MAINTENANCE 2013
0
Fl�
REQUEST FOR LANDSCAPE NIAINNTENANNCE BIDS
Project Manual: CROSS SEMINOLE TRAIL LANDSCAPE MAINTENANCE
Department: COMMUNITY DEVELOPMENT
t
URBAN BEAIJTIFICATION DIVISION
BID Number:
Date:
201 -3 - CS T- S R
JUNE 2013
Send To: CITY OF WINTER SPRINGS
ATTN: URBAN BEAUTIFICATION MANAGER
1126 EAST STATE ROAD 434
WINTER SPRINGS, Ff., 32708
(407)-')'27-5976
Bid Due Date: JULY 11, 2013 — NO LATER THAN 3
Anticipated
Start" Date: OCTOBER 1, 2013
B11) #2013-CST-SR - CROSS SFAAIN'01-1, TRAIL LANDSCAPE' MAINTENAN'(1. 2013�
I im
L GENERAL
Description
The lollowing Bid is hereby made to hereafter oaUed the OVVNER Bid iooubmiKed
8y Da*xuaIee �
(insert legal name, address, and whether sale proprietorship, partnership or corporation.)
1.2 The Undersigned:
A. Acknowledges receipt o[
DawnaIee Corporation
1
. Project BkdRequesifonHhoLandsoapeKXahntenanoeSarvcea — �rovwSanm�moheTraU VNnua
SphngeTown Cen��r.dated 2013, ' ' r
2
Map(s)
B, Has examined the site and all information and understands that in submitting his Bid he all right
��e� any m�und��ndingn�a�h��e�mw. ' waives
Agrees:
To hold this Bid open for 90 catendar days after submittal to the City,
1.3 Stipulated Amount
A, Base Bid
{ *ill provide deson imuun&rchi�pu!*urI or [11C ]`3ase BidAnmunt^y
Nineteen tbcmsooacl, & five hundred
Dollar" (S 19500. 00
The Bidder hereby agrees to perform all work as required by the Contract Documents for the
following Unit Prices. All work required lnbe performed hy the Contract Documents is\obe
Included within the following Pay Items, inclusive uf furnishing all ^manpower, equipment
materials and performance of all operations relative tothe project. Work for which there is not
o
t
a pay|bsmwi|)banonsidenmdincidanta|1utheConinedandnoa6ddona|oompennedonwi||b a allowed, od� The Owner, at his sole option and discretion, may choose to add or deduct from the
contract work at the unit prices set forth below. Service Provider shall be paid for actual
quantities completed in accordance with the Contract Documents. The following is the order of
precedence which will be used in case of conflicts within the Bid Schedule provided by each
Bidder: Unit Cost, Total Cost, Total Base Bid (See attached Bid Form),
D. I have attached a list of all subcontractors I Will Utili7e for the Contract work,
BID #201J-C'SJ'-SJk
0 13 EM 0
C1 IN
sla
xp. xT1/
1�6 Submittat
RESPECTFULLY SUBMITTED, this 21 - day of . June
Service Provider
Dawnalee Corporation
6y Title President
2013.
Business Address -2�1 CitV��'n .State Florida Zir, 32708
BID CALCULATION SHEET
Cross Seminole Trail
LANDSCAPE MAINTENANCE SERVICES
Winter Springs
I am fully aware of all conditions affecting such work/items for which bids were advertised.
Da%qnalee Corporation (Bidding Company) does hereby submit the
following bid for completion of said �workhtem.
Total bid price for Landscape Maintenance Services — Cross Seminole Trail per
specifications is as follows-,
ITEM # & DESCRIr1--11
CROSS SERI. TRAIL
LANDSCAPE MAINT,
2. CROSS SEM. TRAIL
IRRIGATION MAINT,
.U.N'11'—COSTS:
M LY ONTH TOTAL/ANNUAL COST
L_ ----
0. x 12 = $19320.00
15. x 12
(Base Bid 1+2) GRAND TOTALS
$ 180.00
19500.00
The Bidder agrees with all conditions herein stated, proposes to contract to the Base Bid sums, with the Owner
the following Unit Costs resulting in additions to 01 deductions from the Base Bid as follows:
UNIT PRICE #1 (Provide Mulch)
Additional Mulch Installed (Pine)
UNIT PRICE #2
Labor to provide and install I Gallon Plant
Labor to provide and install 3 Gallon Plant
Labor to provide and install 4" Annual
$ 45.00 per square yard
5.50 each
$ —Ti- .-00— each
$ 1.6-5 each
1311) #2013-CS'F-SIZ CROSS 4E,'N1 INOLET[E .;�Jl_ LANDS(-A N: `,`,1AIN'Tr`NAN('l-'
2013S
J "zz'
Y
UNIT PRICE #3
Irrigation Repairs and T roubleshooflng beyond Contract Requirernents�
Labor
Emergence Callout
UNIT PRICE #4
Material Cost (Wholesale plus 15%,):
Rotors — Gear Drive
Pop-Up Sprinklers 4"
Shrub Nozzles
Rainbird MC 24 Sta.
Zone Valves - I"
Zone Valves - 1-112"
Zone Valves - 2"
Zone Valves - 3"
9V Battery
TBOS — 4 Sta.
TBOS — 1 Sta,
END O F
$ 45.00 per hour
$ per flour
$ 12.95
each
4_. 7-5
each
2.50
each
$1325.00
each
$ 25.00
each
$
each
$ X2.00
each
$ 265.15
each
$ 50
each
$
each
$_ 155.00
each
BID #2013-CST-SR CROSS Sj'-%,
IINOLF TRAIL LANDSC.-^LPE NININTENANCt" 2011
I
REQUEST FOR LANDSCAPE MAINTENANCE BIDS
Project Manual: CROSS SEMINOLE TRAIL LANDSCAPE MAINTENANCE
Department: COMMUNITY DEVELOPMENT
URBAN BEAUTIFICATION DIVISION
BID Number: 2013-CST-SR
Date: JUNE 2013
Send To: CITY OF WINTER SPRINGS
ATTN: URBAN BEAUTIFICATION MANAGER
1126 EAST STATE ROAD 434
WINTER SPRINGS, FL 32708
(407) 327 -5976
Bid Due Date: JULY 11, 2013 — NO LATER THAN 3 PM
Anticipated
Start Date: OCTOBER 1, 2013
BID #2013 - CST -SR - CROSS SEMINOLE TRAIL LANDSCAPE MAINTENANCE 2013
SECTION 00300
BID FORM
GENERAL
1.1 Description
The following Bid is hereby made to the City of Winter Springs, hereafter called the OWNER. Bid is submitted
By. Greener Grounds, LLC
(Insert legal name, address, and whether sole proprietorship, partnership or corporation.)
1.2 The Undersigned:
A. Acknowledges receipt of:
1. Project Bid Request for the Landscape Maintenance Services —Cross Seminole Trail, Winter
Springs Town Center, dated 2013.
2. Map(s)
B. Has examined the site and all information and understands that in submitting his Bid, he waives all right
to plead any misunderstanding regarding the same.
C. Agrees:
1. To hold this Bid open for 90 calendar days after submittal to the City.
1.3 Stipulated Amount
A. Base Bid
I will provide the services under this project for the Base Bid Amount of
Twenty thousand ftve hundred & forty -four dollars & 00/100 Dollars ($ . 20,544.00
The Bidder hereby agrees to perform all work as required by the Contract Documents for the
following Unit Prices. All work required to be performed by the Contract Documents is to be
included within the following Pay Items, inclusive of furnishing all manpower, equipment,
materials and performance of all operations relative to the project. Work for which there is not a
Pay Item will be considered incidental to the Contract and no additional compensation will be
allowed. The Owner, at his sole option and discretion, may choose to add or deduct from the
contract work at the unit prices set forth below. Service Provider shall be paid for actual
quantities completed in accordance with the Contract Documents. The following is the order of
precedence which will be used in case of conflicts within the Bid Schedule provided by each
Bidder: Unit Cost, Total Cost, Total Base Bid (See attached Bid Form).
D. I have attached a list of all subcontractors I will utilize for the Contract work.
BID #2013 - CST -SR — CROSS SEMINOLE TRAIL LANDSCAPE MAINTENANCE 2013
1.6 Submittal
RESPECTFULLY SUBMITTED, this 11th day of MY , 2013.
Service Provider
By James L Kirkland, III
Title President
Business Address 1255 Belle Avenue, Unit 177 City Winter Springs
BID CALCULATION SHEET
State FL Zip 32708
Cross Seminole Trail
LANDSCAPE MAINTENANCE SERVICES
Winter Springs
I am fully aware of all conditions affecting such work/items for which bids were advertised.
Greener Grounds, LLC (Bidding Company) does hereby submit the
following bid for completion of said work/item.
Total bid price for Landscape Maintenance Services — Cross Seminole Trail per
specifications is as follows:
ITEM # & DESCRIPTION MONTHLY TOTAL /ANNUAL COST
1. CROSS SEM. TRAIL $ 1712.00 X 12 = $ 20,544.00
LANDSCAPE MAINT.
2. CROSS SEM. TRAIL $ INCL x 12 = $ INCL
IRRIGATION MAINT.
(Base Bid 1 +2) Gi2AND TO`rAL$ 20,544.00
UNIT COSTS:
The Bidder agrees with all conditions herein stated, proposes to contract, to the Base Bid sums, with the Owner
the following Unit Costs resulting in additions to or deductions from the Base Bid as follows:
UNIT PRICE #1 (Provide Mulch)
Additional Mulch Installed (Pine)
UNIT PRICE #2
Labor to provide and install 1 Gallon Plant
Labor to provide and install 3 Gallon Plant
Labor to provide and install 4" Annual
$ 45.00 per square yard
$ 5.00 each
$ 10.00 each
$ 1.65 each
BID #2013 - CST -SR — CROSS SEMINOLE TRAIL LANDSCAPE MAINTENANCE 2013
UNIT PRICE #3
Irrigation Repairs and Troubleshooting beyond Contract Requirements:
Labor
Emergence Callout
UNIT PRICE #4
Material Cost (Wholesale plus 15 %):
Rotors — Gear Drive
Pop -Up Sprinklers 4"
Shrub Nozzles
Rainbird MC 24 Sta.
Zone Valves - 1"
Zone Valves - 1 -1 /2"
Zone Valves - 2"
Zone Valves - 3"
9V Battery
TBOS — 4 Sta.
TBOS — 1 Sta.
END OF SECTION
$ 45.00 per hour
$ 75.00 per hour
$ COST + 15% each
$ each
$ each
$ each
$ each
$ each
$ each
$ each
$ each
$ each
$ each
BID #2013- CST -SR — CROSS SEMINOLE TRAIL LANDSCAPE MAINTENANCE 2013
City
of Winter
Springs
Memo
To: City Clerk's Office
From: Steven T. Richart, Urban Beautification Manager
CC: Kevin Smith, City Manager
Date: 7/17/2013
Re: Cross Seminole Trail Landscape Maintenance
Dear City Clerks:
Please find two (2) originals of the agreement for Cross Seminole Trail Landscape Maintenance that
requires signature of the City Manager. Once each original has been signed, please return one (1)
original to me and one (1) original should remain with the City Clerk's Office.
Quotes were requested for the project and the following were received.
1. Annan Landscape $16,800
2. Eastwood Tuff Turf $19,200
3. Dawnalee Corp. $19,500
4. Cross Seminole Trail $20,544
Annan Landscaping is the lowest cost, qualified bid. The contract starts October 15t for one year, with
five, one year renew options.
Thank you very kindly,
�f� T. Jz'iG"
li