Loading...
ISLAND ESTATES CIVIC ASSOCIATION INC. , /.k) " , ~. J ..f. ~ .# ~ ADOPT-A-PARK AGREEMENT THIS AGREEMENT is made and entered into this 11 day of November 1987 by and between the City of Clearwater, a Florida municipal corporation, hereinafter referred to as CITY, and the Island Estates Civic Association, Inc., a Florida corpor- ation not for profit, hereinafter referred to as ASSOCIATION. WHEREAS, CITY has instituted an Adopt-A-Park program to encourage and obtain support from civic-minded entities and individuals for the beautification and maintenance of City parks; and WHEREAS, such beautification and maintenance will promote the general welfare by aesthetically enhancing said parks at a savings of taxpayer dollars; and WHEREAS, ASSOCIATION desires to adopt the Island Estates entrance median and rights-of-way, the "Project", as shown on the aerial attached hereto as Exhibit 1; NOW, THEREFORE, the parties hereto agree as follows: 1. CITY and ASSOCIATION approve the landscape plan pre- pared by the ASSOCIATION, a copy of which is attached hereto as Exhibit 2. 2. CITY shall remove all existing_oleanders on the rights-of-way, and fill and grade said rights-of-way and median. 3. CITY shall purchase and install all sod and sabal palms in accord with the Landscape Plan. 4. CITY shall upgrade and maintain the existing irriga- tion system including the installation of timers for irrigation. Qo.,' O~ fl;'Y1.CtAt~_ n/ l Sic 7 1 \ /j(', I..">,": _ r', G) '--" ./ L../ '-'~ L- ~ ------ (3) ..,., " ) I 5. CITY shall construct new sidewalk as shown on the Landscape Plan up to the traffic triangles and straighten exist- ing sidewalk on east side of Island Way. 6. CITY shall provide electric meters as necessary for irrigation and lighting. 7. ASSOCIATION shall be allowed to remove the existing brick walls within the right-of-way and construct new wood and concrete signs approximately 15' toward the water from existing site, as shown on the Landscape Plan. 8. ASSOCIATION shall be allowed to place an angled bronze plaque listing the names of contributors to this project at a location to be approved by the City. 9. ASSOCIATION shall provide all landscape materials necessary for the project, with the exception of sabal palms, sod and irrigation system, including but not limited to foliage, mulch, electric lights, and new sidewall signs. 10. ASSOCIATION shall be responsible for securing any permits that may be required for this Project and City agrees to waive any permit fees that might otherwise be applicable. 11. ASSOCIATION shall be responsible for and pay all electric service charges for irrigation and lighting, and CITY shall pay all water service charges for irrigation. 12. ASSOCIATION, upon project completion, shall provide all necessary landscape maintenance on a regular basis including mowing, weeding, edging, pruning, fertilizing, pesticides, and irrigation, and shall provide two rotations of annual flowers each year. 2 .. I ,< . I ~~ ., 13. The ASSOCIATION shall indemnify, defend and hold harmless the CITY for any bodily injury or property damage aris- ing from the performance of landscaping, or maintenance tasks by the ASSOCIATION relating to this Project. 14. CITY and ASSOCIATION agree that either party may terminate this Agreement on thirty (30) days written notice in the event CITY or ASSOCIATION fail to provide improvements or maintenance as stipulated. Should termination occur, CITY re- serves the right to adjust or remove landscape materials or improvements as CITY may deem necessary. CITY OF CLEARWATER, FLORIDA r~~ Ma:..~ger Attest: ~"'- ~~~:~~rk~~. ~::'':-'- '" -' -"~:--~-:: ,.J"" Approved as to form and correctness: - ~ ISLAND ESTATES HOMEOWNERS 4kJ~ INC. to ')/1 T -:tv I{:c If- tl:..'~, t 3 " " I I ESTIMATED CITY COSTS ASSOCIATED WITH ISLAND ESTATES AGREEMENT MATERIAL & SUPPLIES l. 25,000 sq. ft. St. Augustine sod $ 4,000.00 2. 39 Sabal Palms @ $47.50 1,852.50 3. Irrigation Supplies 2,000.00 4. 140' of 5' sidewalk 700.00 $ 8,552.50 LABOR 302 man hrs. @ $12/hr. $ 3,624.00 Total Labor & Materials $12,176.50 . ' I I ~ )4' ,b"lt. ~ ~ . , . " . SECTION 1. INSTRUCT:tONS rro BIDDERS 1.1 PROPOSAL: Sealed bids will be received for furnishing all labor, material, equipment supervision, transportation and all other services necessary for furnishing landscape maintenance service, for the City. of Clearwater. Parks and Recreation Department, herein specified and as required by the Department, (at the time and locations as specified in the Bid Proposal). Any bids received after the time and date specified for bid opening in the Bid Proposal Form will not be considered. 1.2 TERMS OF CONTRACT: The purpose of this bid is to establ1.sh a contract for the purchase of maintenance services for a twelve (12) month period. 1.3 EXAMINATION OF SITE(S): Each bidder is required before submitting his/her proposal, to visit the site of the proposed work and become familiar with any local conditions which may in any manner affect the work to be done or affect the equipment, materials and labor required. The bidder is also requirea to examine carefully the specifications and conditions and inform himse 1 f Iherse 1 r thoroughly' regarding any and all conditions and requirements that may in any manner a ffect the work to be' performed .u.."lder this contract. No additional allowances shall be made because of lack of knowledge of these conditions. NOTE: Bidders shall contact Mr. Mark Roether at (813) 462=6531 for any information regarding the services to be rendered and these specifications. 1.4 LOCATION: COURT STREET TRIANGLE: A triangular median at the intersection of Court St. and Chestnut St. Address is 1000-~ Court St., Clearwater, FL. SEE ATTACHED MAP. SECTION 2. - GENERAL CONDITIONS 2.1 SCOPE: Work under this contract(s) shall include the furnishing of all labor, material, equipment, supervision, transportation and other services necessary to do the landscape maintenance at the designated area as specified herein. . -; .. " . . . , ; i ;. ~ r ~....,:, . , .., I ~, :-. . ,.'" ' - ';,.' '- ~l . . I . :1" It.' ,~: 1:- ~: - . ~ I , I - ~of~' ~~_ - l' ' DUring- and a.t the end' ot the maintenance perio9., all plant materia.l shall be in a healthy, growing, condition equal to o~.better. ~han at the beginninq of the maintenance period.'. ' .... '. ,'. .1t ~. \~~ . ,. . . . . "'i '0 ,-, - ..i -: ~ .... .. ., '. . . ....'. ."" I 2.2 CONTRACTOR'S RESPONSIBILITY: 2.2.1 Local Office: The Contractor shall maintain a local office with a competent company representative that can be reached during normal working hours and authorized to discuss matters pertaining to this contract with a Parks and Recreation Representative. A local office is one that can be reached by telephone without it being a toll call. An answering machine service of mobile telephone shall fulfill the requirement for a local office. 2.2.2 Contractor (s) and Independent Contractor; Indemnification: The Contractor(s) shall act under the contract(s) as an independent contractor and will not be an agent or employee of the City. The Contractor(s) shall not tepresent or otherwise hold out itself or any of its directors, officers, partners,' employees, or agents to be an age~t employee of the City. The Contractor(s) shall i~demnify and otherwise hold harmless the Ci.ty, and its officials, officers, directors, - employees, agents and oth~r representatives, from all liability, loss, or damage (including reasonable attorney's fees and other co~ts of defense 'resulting from damage or injury to persons or property caused, or claimed to have been caused, by acts or omissions of the Contractor(s). 2.2.3 Laws, Permits and Regulation: The Contractor(s) shall have all necessary licenses and permits (City, County, State) as required for work under this contract; and shall comply with all laws, ordinances, regulation, etc., applicable to the work contemplated herein. The bidder is presumed to be familiar with all local laws, ordinances and regulations that may in any way affect the work. .2. I I , ' . t" t 2.2.4 2.2.5 2.2.6 2.2.7 ~ '. Ignorance on the part of the bidder will in no. way relieve. him/her trom responsibility. Responsibility for Work: The Contractor(s) shall be responsible for all damage, loss or injuries that occur as a result of the fault or negligence of said Contractor (s) or his/her employees in connection with the performance of this work. The successful bidder (s) shall not assign, transfer, conveyor otherwise dispose of this contract(s), or of any or all of his/her or its rights, title 'or interest herein, or his/her or its power to execute such contract to any person, company or cooperation without prior written consent of the City. Cancellation: Either party may cancel the contract(s) with or without cause by giving thirty (30) days written notice to the other party. Insurance: The Contractor(s) shall indemnify and save the City harmless from any and all claims, liability, losses and courses of actions which may arise out of the fulfillment of this Agreement. The Contractor(s) ~hall pay all claims and losses of any nature whatever in connection there~ith, and shall defend all suits in the name of the City when applicable, and shall pay all costs and judgments which' may issue thereon. The Contractor(s) term of this insurance: shall maintain during the agreement the following a) Workers' Compensation Insurance for all employees of the Contractor(s) as required by Florida Statue 440. b) Public Liability Insurance on comprehensive basis, in amounts not less than $100,000 per person and $300,000 per occurrence for bodily injury, and $50,000 per occurrence for property damage. . . . . ". ~ ." ~"."~~(~" . i .. ., ,.,~.' it ; ;.,l-~:"i . 00 .~t\. I ,~, , ' ,..' I '. ~ r ). : . '~'''' . 'V'" ... ,.. J' . ~ , ~ . ~ ',.. ". ;''' ~... . . .... " C) J1.utomobil~ Liability Insurance coverinq l." all owned, : non-owned. and hired vehicles used .' in connection '"with'; the work, in amounts not 4' less than $10~, 000', per' person and $300,000' i' per occurrence for bodily injury and $50,000 per occurrence for property damage. J1.11 insurance policies shall be issued in companies authorized to do business under the laws of the state of Florida. The Contractor (s) shall 'furnish Certificates of Insurance to the City of Clearwater's Parks and Recreation Department naming the city of Clearwater as additional insured prior to the commencement of operations, and no material change or cancellation of the insurance shall be effective without thirty (30) days prior written notice to the City. Compliance with the foregoing requirements shall not relieve the Contractor (s) of his/her liability and obligation under this Section or under any other section of this Agreement. 2.2.8 Employees1 J1.l1 employees or the Contractor(s) shall be consider~d to be at all times the sole employees of the Contractor(s) under his/her sole direction and not an employee or agent of the City. The Contractor(s) shall supply competent and physically capable employees and' the City may require the Contractor(s) to remove an employee it deems careless, ,incompetent, insubordinate, or otherwise objectionable and whose continued employment on City property is not in the best interest of the City. 2.2.9 Repairs to Existing Facilities: 2.2.9.1 JU1 portions of the existing structure" facilities services, utilities, roads and irrigation systems shall be protected against damage or interrupted service at all times by the Contractor(s) during, the term of these contract (5) . Any damage to the .4:. '. I 2.2.10 2.2.11 I I I .1 ,.. -.-- ~:; '-~-f?'f;"" ~. .: .;: . s . . ' 'I: . , -.. 0- , ,. . ' ~ 1 , ,~ ! ~ ! .. ~' 1i~ ' property as, a result of the performance of work by the Contractor (s) under this specification durinq the term of the contract (s) shall be repaired or replaced' in kind and in an approved mariner. All work of this kind shall be performed by the Contractor(s) at no cost to the . City and, shall be as directed by the Parks and Recreation Department Representative. Repairs . to facilities shall be made immediately after damage or alteration occurs, unless 9therwise directed. 2.2.9.2 Repairs to the existing structures or facilities, including irrigation systems, which are damaged or altered in any way, including acts of . God, . vandalism, vehicular damage, theft, or undetermined damages, that do not resul t from the performance of work by the Contractor(s) shall be repaired by . the City at no cost to the Contractor (s) , except where the specifications provide other~ise. 2.2.9.3 The Contractor(s) shall notify the Parks and Recreation Department within" twenty four' (24) . hours, after discovery. of any damage caused by accident, vandalism, theft, acts of God, or undetermined causes. Safety Requirements: T~e Parks and Recreation Department reserves the right to issue restraint'or cease and desist orders to the Contractor(s) when unsafe or harmful acts are observed or reported relative to the performance of the work under this contract(s). Hazardous Conditions: The Contractor(s) shall maintain all work sites free of hazards to persons and/or property resulting from , '. . ., I .. ,.. ... ~"'" '" . .:.111 I ,'.. , '.', '" ,t., .!~ . . !'" I " ; !. . . - , '" ~ :'" his/her operations .. Any hazardous con~ition :no-ted by the li'Contractor (s), which. is not a " ',result ot:,.:J<his/her::' operations, shall immediately"be reported to the Parks and Recreation. Department at 10 South Missouri Avenue, City H~ll Annex, 462-6531. " .' . .:.. . '" .,t. '01' t . \; , ~ .: 2.3 FAILURE TO PERFORM SATISFACTORILY 2.3.1 2.3.2 It is agreed and understood that in the short run if the contractor(s) fails to perform the work as specified herein, the Parks and Recreation Department (1) will only pay for the amount ot service received as determined by the Parks and Recreation Department with an appropriate downward adjustment in contract price, or (2) may have such repair work done by. Parks and Recreation staff or otherwise. Default of Contracts: The City may by written notice delivered to the Contractorls) gi ven address terminate the contract (s) if the Contractor(s) has been found to have failed to 'perform his/her services in a manner satisfaccory to the City as per specifications. The date of termination shall be stated in the notice. The City shall be sole judge of nonperformance. BIDDER'S STATEMENT OF EXPEiUENCE, TECHNICAL ABILITIES A1\l REFERENCES: The bidder is required to submit a. minimum of two' (2)" references' which will 'enable 'the City to judge his/her responsibility, experience, and' skill with landscape maintenance. The City reserves the right to reject any bid when, in its opinion, the bidder has insufficient experience, responsibility, skill or business standing to perform the proposed work in strict compliange with the specifications, or when the information provided' by the bidder is insufficient for making a judgment. ~ , 2.4 PAYMENTS WITHHELD: such extent as may from loss due to: The 'City may withhold payment to be necessary to protect the City 2.5 2.5.1 Work required in the specifications which is defective, incomplete, or not performed. .6. . . . . , . 2.6 1 I I '.. ,; ,I. I ~ !. . :_1 ". " . : .;. ":' ; . ~'.~ it~r~ .'~. .. l...,. 1. '.' "I " " .' ~ I. . , , . ", . .. : . ~ . .,: .., .. PAYMENT: The Contractor shall' submit bills to the Parks and Recreation Department. Bills shall indicate the date of service and services rendered. Invoices shall be submitted monthly lat the end of each month) for services rendered during said month. SECTION 3. - LAWN MAINTENANCE SPECIFICATIONS 3.1 SCOPE: To mow, edge, and trim lawns; removing trash and debris from landscape and lawn' areas; removal of clippings; maintenance and care of plant beds and landscape materials; and the cleaning of hard surfaces at designated areas in the City of Clearwater. The Contractor is to work with the Clearwater Parks and Recreation Department in coordinating maintenance activities and reporting irregularities in the work zone. The Contractor (s) will provide the labor and materials required to maintain the street median (approximate size 3,910 s.f.) at the intersection of Court Street and Chestnut Street, including: . Traffic safety; . Trash and debris r~.oval from the job site; . Mowing of turf; . Edging of turf from hard surfaces and lan~scape areas; . Removal of excess grass clippings; . Removal of weeds in landscaped areas; . Proper trimming and pruning of landscape plants and trees; . Proper fertilization and pest control of landscape and lawn (may be subcontracted); . Irrigation service and.repair; . Mulch replacement; . Cleaning of hard surfaces; and the . Reporting of irre1ularities at the job site. 3.2 SCHEDULING OF WORK: 3.2.1 The Contractor ls) shall accomplish all lawn maintenance required under the contract bet'..leen the hours of 1:00 a.m. and 7:00 p.rn. Monday through Saturday, excluding observed . i ". . " I ,.Il' . , I ... : .. . .. I , .1 . . ...; ~ " .... 3.2.2 . , ? ~ holidays. 'The Parks and Recreation Department may.. grant, on an individual basis, permission to perfo~.contract maintenance at other hours., ". All work' shall be completed in a continuous manner, that is the mowinq, edging, trimming, etc. , be completed be~ore leaVing the job site. 3.3 WORK METHODS: 3.3.1 3.3.2 Maintenance schedUling:. The Contractor(s) will adhere to a work schedule provided by the City (see Section 3.3.3). 'Any variations to that schedule, requested by either party, must be approved,. either verbally or in writing by an authorized representative of the other party. Duties per service visit: The Contractor(s) shall provide the following service at each scheduled visit to the designated lOcation: Litter -'Remove trash and debris from the area to' be maintained. Proper disposal of collected trash and. debris is a requirement of the contractor. ': Extraordinary amounts of debris caused by hurricanes, tornadoes, vandalism, etc.,. would ~e the responsibility of the Parks Division to cl.ean up. The contrac~or should report such accumulations of debris when they are encountered. Bids for the extraordinary cleanup from the contractor 'would be considered. Mowing - All.. turf areas to be mowed at a height of four inches above the ground surface. Cuts should be clean, with properly sharpened blades. . Mowers should not direct discharge into the street, unless unavoidable, and proper ~eflectors 'should be attached at discharge points of the mower. Discharge t " should also. not be directed into any storm drainage syst~or land~caped area. Clippings - Bagging is not required but any heavy amounts of clippings, that would be visible 24 hours after mowing, should be removed. Any clippings left on hard surfaces ,. , .8. I I .._ ..... ... 4..__.._..._........ ... i,.;~;ti' .:\-.,~' ".(." ,L :" .I'~ . . '. .,' ..l'.... '.:,.' A .. ".~' should be swept', or blown 'off. not be blown into the street. ~: ~: ~:.: ! ',~~ :i <~ ".~ . . '~". ~ . . ,., 1 ~ ' , . .-, ~. ~ L .. '..-. . Clippings should Edginq and trirmdnc; " - All site features (curbs, walks,' . shrubs, trees, or other fixed objects) shall be trimmed or edged, whichever is applicable. string trimming is not to be done against the base of any tree, but may be done around palms. Herbicides can be utilized to maintain edges of shrub and tree areas if applicator is properly certified. Herbicides shall not be used to edge walks and curbs. Visual Check - The site should be checked for irregularities" such as irrigation leaks, vehicle damage, dead turf or plant material, vandalism, etc., which should be reported to the Parks Division within 48 hours after providing the service. Plant and Tree Trimning and Pruning - All plant material should be trimmed in a manner that promotes the natural shape and mature size of the particular specie. Trimming should be per for:ned at interva,ls that wi 11 maintain plants in a neat appearance. Ligustrum trees should be Kept elevated as to ~here .the bottom of the canopy is clear to six feet from the ground surface. Shoot suckers should be kept off the t=unk system as to maintain the clear multi-trunk appearance. Canopy tops should not be sheare1, but. occasional pruning of long shoots may "be"': necessary to malntain the "mushroom" shape that is normally associated with Ligustrum trees. Plant and Tree Fertilization - All tree and plant material should be fertilized with the appropriate amount of 20-6-12 sulfur coated, slow release, ornamental fertilizer, three times per year. Applications should be made in mid-February, early June, and mid-September. Weed Removal, in Landscaped Area - Weeds should be removed on a regular basis in order to keep them from being visibly noticeable. Weed control with the use of appropriate herbicides . .-. I ..:; .- I .., <( '~. , is by " ," . . I. , .~ ' ~1 allowable, ., qiven they are a. cert1fied:,applicator. properly applied !"o'". Mulch Condition - Should be maintained at a thickness that will discourage weed growth as well as heip' ~etain soil moisture; usually 3 inches. Irrigation Service and Repair Should be performed after each mowing to assure the systems proper operation and timing. Heads should be turned and unclogged as needed to achieve proper coverage. Drip tubing should be kept covered with mulch. Timer should be checked for proper time of day and operating schedule. Leaks or breaks in the system should be repaired before the next scheduled system running time. All repairs which will be charged at $20.00 or more must be approved in advance by the Parks and Recrea~ion Department. Minor repairs, less than $20.00, should be billed to the Parks Department . in addition to the monthly maintenance fee. Lawn and 9rnamental Pest Control - Should be performed by: a properly licensed and certified applicator to keep pest .pop~lations at a less than damaging level. Landscape materials lost to or extensively damaged by pests will be replaced by the contractor at the contr~ctor's expense. Diatanon products are not .to be used on city properties. Lawn Fertilization Apply one pound of Nitrogen and one pound of Potassium evenly per thousand square feet of turf area. Nitrogen should be in a minimum 25% slow release formula. ~pplications should be made once in late February and once in late August of each year. Applications should be performed in accordance :with irrigation scheduling and turf conditions to avoid burning. Where irrigation does 'not exist, available Nitrogen shall be in a minimum 50\ slow release formula. Fertilizer should be removed from hard surfaces,to avoid staining. . 10 . , ' I I . " .' .': , . . . ~ " . . : ,. ~: ',.. ' ~nual Flower,Maintenanca (where applicable) - Based on two'plant1ngs per year, the city will provide a pre~plant fungicide drench'ot flower bed areas; install appropriate plants; apply a granular, slow release fertilizer; and irrigate to establishment. Contractor will provide weed removal; pinching and pruning; replacement 'plantinqs; regular pesticide/ fertilizer applications; removal of faded plants at the end of the growing season; and preparation of soil and remulching for the next planting. Pinching/pruning: Plants shall be tip pinched to promote fullness and branching, as needed, for first six weeks starting two weeks after planting. plants should be pruned to keep them within bounds of the bed area. Replacements: Plants that fail or are missing shall be replaced with the same variety upon the next scheduled visit to the site. The Contractor shall furnish the plants, which should be no smaller than a 4" container. . . ?esticide/Fertilizer Aoolications: The following pesticide/fertiiizer combination shall be foliar applied in a spray solution at every service visit: One pound Orthene 75% ~p; One and' one half pound of Zyban fungicide: and Eight pounds of water soluble 20-20-20 fertilizer, per 100 gallons of water. Cover plants thoroughly to the point'of runoff. Substitute a water. soluble 10-30-20 for the 20-20-20 after the first six applications and continue applications up to one month from expected removal date. plant Removal: The Contractor will remove the faded plants at the end of the growing periods and disP9se of them properly. Soil Preparation/Remulching: Contractor shall turn soil to loosen clods and roots existing in the planting area in preparation for the next crop. Shredded Cypress mulch should be added as necessary to maintain a minimum thickness of one inch. No more than two inches , .. . I . . I .~ :.'0. ,- .!:~.~. .-;. ..f. '.., .. . \.. ,: t. ._..).... ., .\1l.".~'i;'1 : h.;.~. I . ~t...::. 1-. :"': ~... ~ ~J ~ ~ ~.. if :..r I' ~ \, '~.I:' . .'. .;. : : 'I)'S' .' I'A I of mulch should' be pla.ced in the area. .. ;. -..... ...~:"...~, . ~~.~ ..:~. ~1'.. ::\~~: i. . '. ,I. ~ ..... .~t. \ . -2. I ~.'. : .r . . . . .. I , ~ : :"0: , plant1nq ': 3.3.3 ,;' . .. I. : . : ~ '. . .' I .' I '.:,. . .. ~ ", . Level of Service: This location is designated as a level ~ -: ~~rv~ce, requlre~ent. . . ~. . .... . Level 2 - Schedule service for the 2nd week of January and February; the 2nd and 4th weeks of March, Apr~l;: May, . and June (these biweekly visits should. occur no closer than ten and no further than seventeen calendar days apart); the 2nd, 3rd, . and 4th weeks of July; weekly in August: t.he', first three weeks of September; the 1st and 3rd weeks of October; and the first weeks of November and December for a total of 24 visits for the year. 3.3.4 Completion of Work: Within 48 hours of completing work the contractor shall notify the supervisor assigned to monitor the contract either in person or by phone of said completion. It is acceptable to leave a phone message. However, to make certain the message is received" it is advisable to call between 6:30 a.m. - 1:30 a.m. or 3:00 p.m. - 3:30 p.m. Inspection and ~pproval Upon receiving notification frem the Contractor, the City shall inspect the serviced location the following business day. If, upon inspection, the work specified has not been completed, the City shal~ contact the Contractor to indicate the necessary corrective measures. The Contractor will be given 48 hours from this notification to make appropriate corrections. If the work has been completed successfully then the City will pay for services billed. 3.4 SPECIAL CONDITIONS: 1. This location shall have been maintained in an equal manner prior to transferring maintenance responsibility to 'the Contractor. . ' 2. ~ll listed acreage,or square.footage figures are estimates. . 12 . \ ' '. . ..... ..' . '. , , . I I '. :-t 1 L.('> ~~. >jt 3. .. >i. ;"\' "..".. '. ,r: :.. . . .~-.: ~::::- ~ J ,> . >:J,.. \ ',! \. . .'(..1 .:. >,: > ::' ,Jr..: '. '. .\ . ~ '. la' . ,.1' ,":~~~ \ ~> "~:::' ; >.- ,:.~", '>, to. ,', \.~> ::\ :' 'j1.~;. ~.' i . . .l~ :. . ..... .. All maintenance shall be performed in a. g-ood and workmanlike ',r,lanner, consiste~t with trade practices and standards which prevail in the industry. . ' , -. 4. The Contractor shall be responsible for damage to any plant material or site feature caused by the Contractor or 'his/her employees. The Contractor shall be notified in writing of the specific nature of the damage and cost of repair. The city shall, at its option, invoice the Contractor for the payment, or reduce by the amount of the repairs the next regular payment to the Contractor. S. Occasionally. circumstances (standing water, prolonged inclement weather, parked vehicles, etc.) may make all or portions of a location unserviceable durinq the regular schedule. The Contractor shall notify the City Supervisor of such occurrences, and shall schedule to perform the required maintenance to the location as soon as the pertaining circumstances are relieved. 6. All bidders must submit proof of licenses if requested. applicable , \ 1. The City may l,'equest additional services based on the individual' site costs. submitted as a part of this bid. H:'OAT~\HPrlLtS\HGOHttH\BlO-Rrp\l~lOS.OOC