Loading...
NOTICE OF INTENT TO AWARD-REVISEDAugust 20, 2025 CITY OF CLEARWATER FINANCE DLPAIRI MEET, POST OFFICE Box 4748, CLEARWATER, FLORIDA 33758-4748 MUNICIPAL. SERVICER BUILDING, 100 SOUTH Mtini.e AVENUE, CLEARWATER, FLORIDA 33756 TE:LISPIIONE: (727) 562-4530 NOTICE OF INTENT TO AWARD -REVISED Parks and Recreation Department and the Procurement Division recommend award of ITB No.42-25, Landscape Maintenance Services, to the following vendors representing the lowest and most responsible bidders, in accordance with the bid specifications, in the estimated annual amount $661,324.00, for a period of one (1) year, with three (3), one (1) year renewal options. Average Joe Landscape • Primary Award: Zone 3 East, Zone 4 Northwest and Zone 5 Southwest • Secondary Award: Zone 1 West Botanical Dimensions Inc. • Secondary Award: Zone 6 Ballfields J&J Diversified, LLC dba Diversified Landscape Maintenance • Primary Award: Zone 1 West and Zone 2 Countryside • Secondary Award: Zone 3 East, Zone 4 Northwest and Zone 5 Southwest MMM Property Maintenance and Lawn Care LLC. • Primary Award: Zone 6 Ballfields • Secondary Award: Zone 2 Countryside This Award recommendation will be considered by the City Council at the September 4, 2025, Council Meeting (6:00 p.m.). These meetings are held at Clearwater Main Library, t�100 N. Osceola Ave., Clearwater, FL 33755. Inquiries regarding this Intent to Award can be directed to the City's Procurement Analyst at (727) 444-8510, or mailed to City of Clearwater, Attn: Procurement Division, PO Box 4748, Clearwater, FL 33758-4748. Posted on this date by: Kra Cao -k/ Krissie Cook Procurement Analyst Ryan Cotton, Councilmember Mike Mannino, Councilmember Bruce Rector, Mayor !)avid Allbritton, Councilmember Lina Teixeira, Councilmember "Equal Employment and Affirmative Action Employer" Vendor Name: Average Joe Landscape Botanical Dimensions Inc J & J Diversified, LLC (dba) Diversified Landscape Maintenance Zone 1 West Zone 2 Countryside $98,525.00 $120,320.00 Zone 3 East Zone 4 Northwest Zone 5 Southwest Zone 6 Ballfields $50,400.00 Total $610,247.00 $168,538.00 840.00 No Bid No Bid $90,515.00 $47,520.00 $416,905.00 68,174.00 I : $126,225.00 $133,040.00 $84,960.00 $61,920.00 $651,085.00 No Bid $79,699.00 No Bid No Bid No Bid $45,280.00 $124,979.00 MMM Property Maintenance and Lawn Care LL Superior Landscaping & Lawn Service Inc. Yellowstone Landscape $402,302.00 $260,968.00 $257,047.00 $316,555.00 $266,251.00 No Bid $1,503,123.00 No Bid No Bid No Bid No Bid No Bid $119,680.00 $119,680.00 Secondary i�ditrGr�ev bid for Zone 4 INVITATION TO BID No. 42-25 Landscaping Maintenance Services Solicitation Response Listing FOR THE CITY OF CLEARWATER Due/Opening: July 28, 2025; 10:00 a.m. 1) Average Joe Landscape 9820 Sunbeam Dr. Newport Richey, FL 34654 N/A 3) J&J Diversified, LLC dba Diversified Landscape Maintenance PO Box 1883 Pinellas Park, FL 33780 850-509-4800 5) Superior Landscaping & Lawn Service Inc 2200 NW 23rd Ave Miami, FL 33142 N/A ADVERTISED: POSTED: 2) Botanical Dimensions Inc. PO Box 13257 Tampa, FL 33681 813-831-6689 4) MMM Property Maintenance and Lawn Ca 10505 Osceola Dr New Port Richey, FL 34654 305-942-4238 6) Yellowstone Landscape 9506 N. Trask St. Tampa, FL 33624 813-545-5706 TAMPA BAY TIMES 7/2/2025 myclearwater.com 06/27/2025 - 07/28/2025 X BRIGHT AND BEAUTIFUL • BAY TO BEACH INVITATION TO BID 42-25 LANDSCAPING MAINTENANCE SERVICES NOTICE Friday, June 27, 2025 NOTICE IS HEREBY GIVEN that sealed bids will be received by the City of Clearwater (City) until 10:00 am, Local Time, on Monday, July 28, 2025 to provide: The City of Clearwater seeks multiple contractors to provide landscaping maintenance services across designated sites throughout the City. The solicitation is divided into six (6) zones. Bids must be in accordance with the provisions, specifications and instructions set forth herein and will be received by the Procurement Division until the above noted time, when they will be publicly acknowledged and accepted. Bid packets, any attachments and addenda are available for download at: https://procurement.opengov.com/portal/mvclearwater/proiects/178735. Please read the entire solicitation package and submit the bid in accordance with the instructions. This document (less this invitation and the instructions) and any required response documents, attachments, and submissions will constitute the bid. General, Process, or Technical Questions concerning this solicitation shall be submitted through the City's e -Procurement Portal located at: https://procu rement.opengov.com/portal/mvclearwater/prof ects/178735. All answers to inquiries will be posted on the City's e -Procurement Portal. Bidders may also click "Follow" on this bid to receive an email notification when answers are posted. It is the responsibility of the bidder to check the website for answers to inquiries. This Request for Proposals is issued by: Lori Vogel, CPPB Procurement ManagerLori.voael(aamvclearwater.com v. 7.2024 Procurement Division PO Box 4748 33758-4748 Clearwater FL 727-562-4630 INSTRUCTIONS 2.1 Vendor Questions All questions regarding the contents of this solicitation, and solicitation process (including requests for ADA accommodations), shall be submitted through the City's e -Procurement Portal, located at https://orocurement.opengov.com/portal/myclearwater. Please note the deadline for submitting inquiries. All answers to inquiries will be posted on the City's e -Procurement Portal. Bidders may also click "Follow" on this bid to receive an email notification when answers are posted. It is the responsibility of the bidder to check the website for answers to inquiries. 2.2 Addenda/Clarifications Any changes to the specifications will be in the form of an addendum. Vendors are required to register for an account via the City's e -Procurement Portal hosted by OpenGov. Once the bidder has completed registration, they will receive addenda notifications to their email by clicking "Follow" on this project. Ultimately, it is the sole responsibility of each bidder to periodically check the site for any addenda at https://orocurement.opengov.com/portal/myclearwater. The City cannot be held responsible if a vendor fails to receive any addenda issued. The City shall not be responsible for any oral changes to these specifications made by any employees or officer of the City. Failure to acknowledge receipt of an addendum may result in disqualification of a bid. 2.3 Due Date & Time for Submission and Opening Date: Monday, July 28, 2025 Time: 10:00 am The City will open all bids properly and timely submitted and will record the names and other information specified by law and rule. All bids become the property of the City and will not be returned except in the case of a late submission. Respondent names, as read at the bid opening, will be posted on the City website. Once a notice of intent to award is posted or 30 days from day of opening elapses, whichever occurs earlier, bids are available for inspection by contacting the Procurement Division. 2.4 Bid Firm Time Bids shall remain firm and unaltered after opening for 90 days. The City may accept the bid, subject to successful contract negotiations, at any time during this time. 2.5 Bid Submittals It is recommended that bids are submitted electronically through the City's e -Procurement Portal located at https://orocurement.openaov.com/portal/myclearwater. By way of the e -Procurement Portal, responses will be locked and digitally encrypted until the submission deadline passes. E-mail or fax submissions will not be accepted. No responsibility will attach to the City of Clearwater, its employees or agents for premature opening of a bid that is not properly addressed and identified. 2.6 Late Bids The bidder assumes responsibility for having the bid delivered on time at the place specified. All bids received after the date and time specified shall not be considered and will be returned unopened to the bidder. The bidder assumes the risk of any delay in the mail or in handling of the mail by employees of the City of Clearwater, or any private courier, regardless whether sent by mail or by means of personal delivery. It shall not be sufficient to show that you mailed or commenced delivery before the due date and v. 7.2024 2 time. All times are Clearwater, Florida local times. The bidder agrees to accept the time stamp in the City's Procurement Office as the official time. 2.7 Lobbying; Lobbying No -Contact Period; Questions Regarding Solicitation From the time a competitive solicitation is posted until such time as the contract is awarded by the city or the solicitation is cancelled, all bidders, offerors, respondents, including their employees, representatives, and other individuals acting on their behalf, shall be prohibited from lobbying city officers, city employees, and evaluation committee members. Violation of this section may result in rejection/disqualification from award of the contract arising out of the competitive solicitation. All questions regarding the competitive solicitation must be submitted through the City's e -Procurement Portal, who will respond in writing and post such response to ensure that all respondents receive the same information during the No -Contact Period. The penalty for violating the No -Contact Period may include suspension or debarment. 2.8 Commencement of Work If bidder begins any billable work prior to the City's final approval and execution of the contract, bidder does so at its own risk. 2.9 Responsibility to Read and Understand Failure to read, examine and understand the solicitation will not excuse any failure to comply with the requirements of the solicitation or any resulting contract, nor shall such failure be a basis for claiming additional compensation. If a vendor suspects an error, omission or discrepancy in this solicitation, the vendor must immediately and in any case not later than seven (7) business days in advance of the due date notify the contact listed on this solicitation The City is not responsible for and will not pay any costs associated with the preparation and submission of the bid. Bidders are cautioned to verify their bids before submission, as amendments to or withdrawal of bids submitted after time specified for opening of bids may not be considered. The City will not be responsible for any bidder errors or omissions. 2.10 Form and Content of Bids Bids, including modifications, must be certified by an authorized representative and submitted electronically. In the event of a disparity between the unit price and the extended price, the unit price shall prevail unless obviously in error, as determined by the City. The City requires that an electronic copy of the bids be submitted through the City's e -Procurement portal located at https://procurement.opengov.com/portal/myclearwater. The bids must provide all information requested and must address all points. The City does not encourage exceptions. The City is not required to grant exceptions and depending on the exception, the City may reject the bids. 2.11 Specifications Technical specifications define the minimum acceptable standard. When the specification calls for "Brand Name or Equal," the brand name product is acceptable. Alternates will be considered upon demonstrating the other product meets stated specifications and is equivalent to the brand product in terms of quality, performance and desired characteristics. Minor differences that do not affect the suitability of the supply or service for the City's needs may be accepted. Burden of proof that the product meets the minimum standards or is equal to the brand name, product, is on the bidder. The City reserves the right to reject bids that the City deems unacceptable. v. 7.2024 3 2.12 Modification/Withdrawal of Bids For bids submitted electronically, vendors may use the "Unsubmit Response" button located on the Response Details page of their submission. Responses may be resubmitted once they have been edited or modified as needed. For mailed in or hand delivered bids, written requests to modify or withdraw the bid received by the City prior to the scheduled opening time will be accepted and will be corrected after opening. Written requests must be addressed and labeled in the same manner as the bid and marked as a MODIFICATION or WITHDRAWAL of the bid. No oral requests will be allowed. Requests for withdrawal after the bid opening will only be granted upon proof of undue hardship and may result in the forfeiture of any bid security. Any withdrawal after the bid opening shall be allowed solely at the City's discretion. 2.13 Debarment Disclosure If the vendor submitting this bid has been debarred, suspended, or otherwise lawfully precluded from participating in any public procurement activity, including being disapproved as a subcontractor with any federal, state, or local government, or if any such preclusion from participation from any public procurement activity is currently pending, the bidder shall include a letter with its bid identifying the name and address of the governmental unit, the effective date of this suspension or debarment, the duration of the suspension or debarment, and the relevant circumstances relating the suspension or debarment. 2.14 Reservations The City reserves the right to reject any or all bids or any part thereof; to rebid the solicitation; to reject non- responsive or non -responsible bids; to reject unbalanced bids; to reject bids where the terms, prices, and/or awards are conditioned upon another event; to reject individual bids for failure to meet any requirement; to award by item, part or portion of an item, group of items, or total; to make multiple awards; to waive minor irregularities, defects, omissions, technicalities or form errors in any bid. The City may seek clarification of the bid from bidder at any time, and failure to respond is cause for rejection. Submission of a bid confers on bidder no right to an award or to a subsequent contract. The City is charged by its Charter to make an award that is in the best interest of the City. All decisions on compliance, evaluation, terms and conditions shall be made solely at the City's discretion and made to favor the City. No binding contract will exist between the bidder and the City until the City executes a written contract or purchase order. 2.15 Official Solicitation Document Changes to the solicitation document made by a bidder may not be acknowledged or accepted by the City. Award or execution of a contract does not constitute acceptance of a changed term, condition or specification unless specifically acknowledged and agreed to by the City. The copy maintained and published by the City shall be the official solicitation document. 2.16 Copying of Bids Bidder hereby grants the City permission to copy all parts of its bid, including without limitation any documents and/or materials copyrighted by the bidder. The City's right to copy shall be for internal use in evaluating the proposal. 2.17 Contractor Ethics It is the intention of the City to promote courtesy, fairness, impartiality, integrity, service, professionalism, economy, and government by law in the Procurement process. The responsibility for implementing this v. 7.2024 4 policy rests with each individual who participates in the Procurement process, including Respondents and Contractors. To achieve this purpose, it is essential that Respondents and Contractors doing business with the City also observe the ethical standards prescribed herein. It shall be a breach of ethical standards to: A. Exert any effort to influence any City employee or agent to breach the standards of ethical conduct. B. Intentionally invoice any amount greater than provided in Contract or to invoice for Materials or Services not provided. C. Intentionally offer or provide sub -standard Materials or Services or to intentionally not comply with any term, condition, specification or other requirement of a City Contract. 2.18 Gifts The City will accept no gifts, gratuities or advertising products from bidders or prospective bidders and affiliates. The City may request product samples from vendors for product evaluation. 2.19 Right to Protest Pursuant to Section 2.562(3), Clearwater Code of Ordinances, a bidder who submitted a response to a competitive solicitation and was not selected may appeal the decision through the bid protest procedures, a copy of which shall be available in the Procurement Division. A protesting bidder must include a fee of one percent of the amount of the bid or proposed contract to offset the City's additional expenses related to the protest. This fee shall not exceed $5,000.00 nor be less than $50.00. Full refund will be provided should the protest be upheld. No partial refunds will be made. ADDRESS PROTESTS TO: City of Clearwater - Procurement Division 1255 Cleveland St, 3rd FL Clearwater FL 33755 or PO Box 4748 Clearwater FL 33758-4748 2.20 Evaluation Process Bids will be reviewed by the Procurement Division and representative(s) of the respective department(s). The City staff may or may not initiate discussions with bidders for clarification purposes. Clarification is not an opportunity to change the bid. Bidders shall not initiate discussions with any City employee or official. Respondent is hereby notified that Section 287.05701, Florida Statutes, requires that the City may not request documentation of or consider a vendor's social, political, or ideological interests when determining if the vendor is a responsible vendor. 2.21 Criteria for Evaluation and Award The City evaluates three (3) categories of information: responsiveness, responsibility, and price. All bids must meet the following responsiveness and responsibility criteria to be considered further. A. Responsiveness. The City will determine whether the bid complies with the instructions for submitting bids including completeness of bid which encompasses the inclusion of all required v. 7.2024 5 attachments and submissions. The City must reject any bids that are submitted late. Failure to meet other requirements may result in rejection. B. Responsibility. The City will determine whether the bidder is one with whom it can or should do business. Factors that the City may evaluate to determine "responsibility" include, but are not limited to: excessively high or low priced bids, past performance, references (including those found outside the bid), compliance with applicable laws -including tax laws, bidder's record of performance and integrity - e.g. has the bidder been delinquent or unfaithful to any contract with the City, whether the bidder is qualified legally to contract with the City, financial stability and the perceived ability to perform completely as specified. A bidder must at all times have financial resources sufficient, in the opinion of the City, to ensure performance of the contract and must provide proof upon request. City staff may also use Dun & Bradstreet and/or any generally available industry information. The City reserves the right to inspect and review bidder's facilities, equipment and personnel and those of any identified subcontractors. The City will determine whether any failure to supply information, or the quality of the information, will result in rejection. C. Price. We will then evaluate the bids that have met the requirements above 2.22 Cost Justification In the event only one response is received, the City may require that the bidder submit a cost proposal in sufficient detail for the City to perform a cost/price analysis to determine if the bid price is fair and reasonable. 2.23 Contract Negotiations and Acceptance Bidder must be prepared for the City to accept the bid as submitted. If bidder fails to sign all documents necessary to successfully execute the final contract within a reasonable time as specified, or negotiations do not result in an acceptable agreement, the City may reject bid or revoke the award, and may begin negotiations with another bidder. Final contract terms must be approved or signed by the appropriately authorized City official(s). No binding contract will exist between the bidder and the City until the City executes a written contract or purchase order. 2.24 Notice of Intent to Award Notices of the City's intent to award a Contract are posted to Purchasing's website. It is the bidder's responsibility to check the City of Clearwater's website at httos://procurement.opengov.com/portal/mvclearwater/proiects/178735 to view the Procurement Division's Intent to Award postings. 2.25 ITB Timeline Dates are tentative and subject to change. Release ITB: June 27, 2025 Advertise Tampa Bay Times: July 2, 2025 Question Submission Deadline: July 18, 2025, 10:00am Due Date & Time for Submissions and Opening: July 28, 2025, 10:00am Review Bids: Week of July 28, 2025 v. 7.2024 6 Council Authorization: September 2025 Contract Begins: October 1, 2025 STANDARD TERMS AND CONDITIONS 3.1 Definitions Uses of the following terms are interchangeable as referenced: "vendor, contractor, consultant, supplier, proposer, company, persons", "purchase order, PO, contract, agreement", "City, Clearwater", "bid, proposal, response, quote". 3.2 Independent Contractor It is expressly understood that the relationship of Contractor to the City will be that of an independent contractor. Contractor and all persons employed by Contractor, either directly or indirectly, are Contractor's employees, not City employees. Accordingly, Contractor and Contractor's employees are not entitled to any benefits provided to City employees including, but not limited to, health benefits, enrollment in a retirement system, paid time off or other rights afforded City employees. Contractor employees will not be regarded as City employees or agents for any purpose, including the payment of unemployment or workers' compensation. If any Contractor employees or subcontractors assert a claim for wages or other employment benefits against the City, Contractor will defend, indemnify and hold harmless the City from all such claims. 3.3 Subcontracting Contractor may not subcontract work under this Agreement without the express written permission of the City. If Contractor has received authorization to subcontract work, it is agreed that all subcontractors performing work under the Agreement must comply with its provisions. Further, all agreements between Contractor and its subcontractors must provide that the terms and conditions of this Agreement be incorporated therein. 3.4 Assignment This Agreement may not be assigned either in whole or in part without first receiving the City's written consent. Any attempted assignment, either in whole or in part, without such consent will be null and void and in such event the City will have the right at its option to terminate the Agreement. No granting of consent to any assignment will relieve Contractor from any of its obligations and liabilities under the Agreement. 3.5 Successor and Assigns, Binding Effect This Agreement will be binding upon and inure to the benefit of the parties and their respective permitted successors and assigns. 3.6 No Third Party Beneficiaries This Agreement is intended for the exclusive benefit of the parties. Nothing set forth in this Agreement is intended to create, or will create, any benefits, rights, or responsibilities in any third parties. 3.7 Non -Exclusivity The City, in its sole discretion, reserves the right to request the materials or services set forth herein from other sources when deemed necessary and appropriate. No exclusive rights are encompassed through this Agreement. 3.8 Amendments v. 7.2024 7 There will be no oral changes to this Agreement. This Agreement can only be modified in a writing signed by both parties. No charge for extra work or material will be allowed unless approved in writing, in advance, by the City and Contractor. 3.9 Time of the Essence Time is of the essence to the performance of the parties' obligations under this Agreement. 3.10 Compliance with Applicable Laws A. General. Contractor must procure all permits and licenses, and pay all charges and fees necessary and incidental to the lawful conduct of business. Contractor must stay fully informed of existing and future federal, state, and local laws, ordinances, executive orders, and regulations that in any manner affect the fulfillment of this Agreement and must comply with the same at its own expense. Contractor bears full responsibility for training, safety, and providing necessary equipment for all Contractor personnel to achieve throughout the term of the Agreement. Upon request, Contractor will demonstrate to the City's satisfaction any programs, procedures, and other activities used to ensure compliance. B. Drug -Free Workplace. Contractor is hereby advised that the City has adopted a policy establishing a drug-free workplace for itself and those doing business with the City to ensure the safety and health of all persons working on City contracts and projects. Contractor will require a drug-free workplace for all Contractor personnel working under this Agreement. Specifically, all Contractor personnel who are working under this Agreement must be notified in writing by Contractor that they are prohibited from the manufacture, distribution, dispensation, possession, or unlawful use of a controlled substance in the workplace. Contractor agrees to prohibit the use of intoxicating substances by all Contractor personnel and will ensure that Contractor personnel do not use or possess illegal drugs while in the course of performing their duties. C. Federal and State Immigration Laws. Contractor agrees to comply with the Immigration Reform and Control Act of 1986 (IRCA) in performance under this Agreement and to permit the City and its agents to inspect applicable personnel records to verify such compliance as permitted by law. Contractor will ensure and keep appropriate records to demonstrate that all Contractor personnel have a legal right to live and work in the United States. 1. As applicable to Contractor, under this provision, Contractor hereby warrants to the City that Contractor and each of its subcontractors will comply with, and are contractually obligated to comply with, all federal immigration laws and regulations that relate to their employees (hereinafter "Contractor Immigration Warranty"). 2. A breach of the Contractor Immigration Warranty will constitute as a material breach of this Agreement and will subject Contractor to penalties up to and including termination of this Agreement at the sole discretion of the City. 3. The City retains the legal right to inspect the papers of all Contractor personnel who provide services under this Agreement to ensure that Contractor or its subcontractors are complying with the Contractor Immigration Warranty. Contractor agrees to assist the City in regard to any such inspections. 4. The City may, at its sole discretion, conduct random verification of the employment records of Contractor and any subcontractor to ensure compliance with the Contractor Immigration v. 7.2024 8 Warranty. Contractor agrees to assist the City in regard to any random verification performed. 5. Neither Contractor nor any subcontractor will be deemed to have materially breached the Contractor Immigration Warranty if Contractor or subcontractor establishes that it has complied with the employment verification provisions prescribed by Sections 274A and 274B of the Federal Immigration and Nationality Act. D. Nondiscrimination. Contractor represents and warrants that it does not discriminate against any employee or applicant for employment or person to whom it provides services because of race, color, religion, sex, national origin, or disability, and represents and warrants that it complies with all applicable federal, state, and local laws and executive orders regarding employment. Contractor and Contractor's personnel will comply with applicable provisions of Title VII of the U.S. Civil Rights Act of 1964, as amended, Section 504 of the Federal Rehabilitation Act, the Americans with Disabilities Act (42 U.S.C. § 12101 et seq.), and applicable rules in performance under this Agreement. 3.11 Sales/Use Tax, Other Taxes Contractor is responsible for the payment of all taxes including federal, state, and local taxes related to or arising out of Contractor's services under this Agreement, including by way of illustration but not limitation, federal and state income tax, Social Security tax, unemployment insurance taxes, and any other taxes or business license fees as required. If any taxing authority should deem Contractor or Contractor employees an employee of the City or should otherwise claim the City is liable for the payment of taxes that are Contractor's responsibility under this Agreement, Contractor will indemnify the City for any tax liability, interest, and penalties imposed upon the City. The City is exempt from paying state and local sales/use taxes and certain federal excise taxes and will furnish an exemption certificate upon request. 3.12 Amounts Due the City Contractor must be current and remain current in all obligations due to the City during the performance of services under the Agreement. Payments to Contractor may be offset by any delinquent amounts due the City or fees and charges owed to the City. 3.13 Public Records In addition to all other contract requirements as provided by law, the Contractor executing this Agreement agrees to comply with public records law. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS, Rosemarie Call, Phone: 727-444-7151 or Email: Rosemarie.Call(Wmvclearwater.com, 600 Cleveland Street, Suite 600, Clearwater, FL 33755. The Contractor agrees to comply with the following: A. Keep and maintain public records required by the City of Clearwater (hereinafter "public agency" in this section) to perform the service being provided by the contractor hereunder. B. Upon request from the public agency's custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable v. 7.2024 9 time at a cost that does not exceed the cost provided for in Chapter 119, Florida Statutes, as may be amended from time to time, or as otherwise provided by law. C. Ensure that the public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the contractor does not transfer the records to the public agency. D. Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the contractor or keep and maintain public records required by the public agency to perform the service. If the contractor transfers all public records to the public agency upon completion of the contract, the contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the contractor keeps and maintains public records upon completion of the contract, the contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency's custodian of public records, in a format that is compatible with the information technology systems of the public agency. E. A request to inspect or copy public records relating to a public agency's contract for services must be made directly to the public agency. If the public agency does not possess the requested records, the public agency shall immediately notify the contractor of the request and the contractor must provide the records to the public agency or allow the records to be inspected or copied within a reasonable time. F. The contractor hereby acknowledges and agrees that if the contractor does not comply with the public agency's request for records, the public agency shall enforce the contract provisions in accordance with the contract. G. A contractor who fails to provide the public records to the public agency within a reasonable time may be subject to penalties under Section 119.10, Florida Statutes. H. If a civil action is filed against a contractor to compel production of public records relating to a public agency's contract for services, the court shall assess and award against the contractor the reasonable costs of enforcement, including reasonable attorney fees, if: 1. The court determines that the contractor unlawfully refused to comply with the public records request within a reasonable time; and 2. At least eight (8) business days before filing the action, the plaintiff provided written notice of the public records request, including a statement that the contractor has not complied with the request, to the public agency and to the contractor. I. A notice complies with subparagraph (h)2. if it is sent to the public agency's custodian of public records and to the contractor at the contractor's address listed on its contract with the public agency or to the contractor's registered agent. Such notices must be sent by common carrier delivery service or by registered, Global Express Guaranteed, or certified mail, with postage or shipping paid by the sender and with evidence of delivery, which may be in an electronic format. A Contractor who complies with a public records request within eight (8) business days after the notice is sent is not liable for the reasonable costs of enforcement. 3.14 Audits and Records v. 7.2024 10 Contractor must preserve the records related to this Agreement for five (5) years after completion of the Agreement. The City or its authorized agent reserves the right to inspect any records related to the performance of work specified herein. In addition, the City may inspect any and all payroll, billing or other relevant records kept by Contractor in relation to the Agreement. Contractor will permit such inspections and audits during normal business hours and upon reasonable notice by the City. The audit of records may occur at Contractor's place of business or at City offices, as determined by the City. 3.15 Background Check The City may conduct criminal, driver history, and all other requested background checks of Contractor personnel who would perform services under the Agreement or who will have access to the City's information, data, or facilities in accordance with the City's current background check policies. Any officer, employee, or agent that fails the background check must be replaced immediately for any reasonable cause not prohibited by law. 3.16 Security Clearance and Removal of Contractor Personnel The City will have final authority, based on security reasons: (i) to determine when security clearance of Contractor personnel is required; (ii) to determine the nature of the security clearance, up to and including fingerprinting Contractor personnel; and (iii) to determine whether or not any individual or entity may provide services under this Agreement. If the City objects to any Contractor personnel for any reasonable cause not prohibited by law, then Contractor will, upon notice from the City, remove any such individual from performance of services under this Agreement. 3.17 Default A. A party will be in default if that party: (i) is or becomes insolvent or is a party to any voluntary bankruptcy or receivership proceeding, makes an assignment for a creditor, or there is any similar action that affects Contractor's capability to perform under the Agreement; (ii) is the subject of a petition for involuntary bankruptcy not removed within sixty (60) calendar days; (iii) conducts business in an unethical manner or in an illegal manner; or (iv) fails to carry out any term, promise, or condition of the Agreement. B. Contractor will be in default of this Agreement if Contractor is debarred or suspended in accordance with the Clearwater Code of Ordinances Section 2.565 or if Contractor is debarred or suspended by another governmental entity. C. Notice and Opportunity to Cure. In the event a party is in default then the other party may, at its option and at any time, provide written notice to the defaulting party of the default. The defaulting party will have thirty (30) days from receipt of the notice to cure the default; the thirty (30) day cure period may be extended by mutual agreement of the parties, but no cure period may exceed ninety (90) days. A default notice will be deemed to be sufficient if it is reasonably calculated to provide notice of the nature and extent of such default. Failure of the non -defaulting party to provide notice of the default does not waive any rights under the Agreement. D. Anticipatory Repudiation. Whenever the City in good faith has reason to question Contractor's intent or ability to perform, the City may demand that Contractor give a written assurance of its intent and ability to perform. In the event that the demand is made and no written assurance is given within five (5) calendar days, the City may treat this failure as an anticipatory repudiation of the Agreement. 3.18 Remedies v. 7.2024 11 The remedies set forth in this Agreement are not exclusive. Election of one remedy will not preclude the use of other remedies. In the event of default: A. The non -defaulting party may terminate the Agreement, and the termination will be effective immediately or at such other date as specified by the terminating party. B. The City may purchase the services required under the Agreement from the open market, complete required work itself, or have it completed at the expense of Contractor. If the cost of obtaining substitute services exceeds the contract price, the City may recover the excess cost by: (i) requiring immediate reimbursement to the City; (ii) deduction from an unpaid balance due to Contractor; (iii) collection against the proposal and/or performance security, if any; (iv) collection against liquidated damages (if applicable); or (v) a combination of the aforementioned remedies or other remedies as provided by law. Costs includes any and all, fees, and expenses incurred in obtaining substitute services and expended in obtaining reimbursement, including, but not limited to, administrative expenses, attorneys' fees, and costs. C. The non -defaulting party will have all other rights granted under this Agreement and all rights at law or in equity that may be available to it. D. Neither party will be liable for incidental, special, or consequential damages. 3.19 Continuation During Disputes Contractor agrees that during any dispute between the parties, Contractor will continue to perform its obligations until the dispute is settled, instructed to cease performance by the City, enjoined or prohibited by judicial action, or otherwise required or obligated to cease performance by other provisions in this Agreement. 3.20 Termination for Convenience The City reserves the right to terminate this Agreement at its convenience, in part or in whole, upon thirty (30) calendar days' written notice. 3.21 Termination for Conflict of Interest The City may cancel this Agreement after its execution, without penalty or further obligation, if any person significantly involved in initiating, securing, drafting, or creating the Agreement for the City becomes an employee or agent of Contractor. 3.22 Termination for Non -Appropriation and Modification for Budgetary Contraints The City is a govemmental agency which relies upon the appropriation of funds by its governing body to satisfy its obligations. If the City reasonably determines, in its sole discretion, that it does not have funds to meet its obligations under this Agreement, the City will have the right to terminate the Agreement without penalty on the last day of the fiscal period for which funds were legally available. In the event of such termination, the City agrees to provide written notice of its intent to terminate thirty (30) calendar days prior to the stated termination date. 3.23 Payment to Contractor Upon Termination Upon termination of this Agreement, Contractor will be entitled only to payment for those services performed up to the date of termination, and any authorized expenses already incurred up to such date of termination. The City will make final payment within thirty (30) calendar days after the City has both completed its appraisal of the materials and services provided and received Contractor's properly prepared final invoice. v. 7.2024 12 3.24 Non -Waiver of Rights There will be no waiver of any provision of this Agreement unless approved in writing and signed by the waiving party. Failure or delay to exercise any rights or remedies provided herein or by law or in equity, or the acceptance of, or payment for, any services hereunder, will not release the other party of any of the warranties or other obligations of the Agreement and will not be deemed a waiver of any such rights or remedies. 3.25 Indemnification/Liability A. To the fullest extent permitted by law, Contractor agrees to defend, indemnify, and hold the City, its officers, agents, and employees, harmless from and against any and all liabilities, demands, claims, suits, losses, damages, causes of action, fines or judgments, including costs, attorneys', witnesses', and expert witnesses' fees, and expenses incident thereto, relating to, arising out of, or resulting from: (i) the services provided by Contractor personnel under this Agreement; (ii) any negligent acts, errors, mistakes or omissions by Contractor or Contractor personnel; and (iii) Contractor or Contractor personnel's failure to comply with or fulfill the obligations established by this Agreement. If applicable, this paragraph shall be construed in harmony with F. S. § 725.06. B. Contractor will update the City during the course of the litigation to timely notify the City of any issues that may involve the independent negligence of the City that is not covered by this indemnification. C. The City assumes no liability for actions of Contractor and will not indemnify or hold Contractor or any third party harmless for claims based on this Agreement or use of Contractor -provided supplies or services. D. Nothing contained herein in intended to serve as a waiver by the City of its sovereign immunity, to extend the liability of the City beyond the limits set forth in Section 768.28, Florida Statutes, or be construed as consent by the City to be sued by third parties. 3.26 Warranty Contractor warrants that the services and materials will conform to the requirements of the Agreement. Additionally, Contractor warrants that all services will be performed in a good, workman -like, and professional manner. The City's acceptance of service or materials provided by Contractor will not relieve Contractor from its obligations under this warranty. If any materials or services are of a substandard or unsatisfactory manner as determined by the City, Contractor, at no additional charge to the City, will provide materials or redo such services until in accordance with this Agreement and to the City's reasonable satisfaction. Unless otherwise agreed, Contractor warrants that materials will be new, unused, of most current manufacture and not discontinued, will be free of defects in materials and workmanship, will be provided in accordance with manufacturer's standard warranty for at least one (1) year unless otherwise specified, and will perform in accordance with manufacturer's published specifications. If applicable, this paragraph shall be construed in harmony with F. S. § 725.06. 3.27 City's Right to Recover Against Third Parties Contractor will do nothing to prejudice the City's right to recover against third parties for any loss, destruction, or damage to City property, and will at the City's request and expense, furnish to the City reasonable assistance and cooperation, including assistance in the prosecution or defense of suit and the execution of instruments of assignment in favor of the City in obtaining recovery. 3.28 No Guarantee of Work v. 7.2024 13 Contractor acknowledges and agrees that it is not entitled to deliver any specific amount of materials or services or any materials or services at all under this Agreement and acknowledges and agrees that the materials or services will be requested by the City on an as needed basis at the sole discretion of the City. Any document referencing quantities or performance frequencies represent the City's best estimate of current requirements, but will not bind the City to purchase, accept, or pay for materials or services which exceed its actual needs. 3.29 Ownership All deliverables, services, and information provided by Contractor or the City pursuant to this Agreement (whether electronically or manually generated) including without limitation, reports, test plans, and survey results, graphics, and technical tables, originally prepared in the performance of this Agreement, are the property of the City and will not be used or released by Contractor or any other person except with prior written permission by the City. 3.30 Use of Name Contractor will not use the name of the City of Clearwater in any advertising or publicity without obtaining the prior written consent of the City. 3.31 FOB Destination Freight Prepaid and Allowed All deliveries will be FOB destination freight prepaid and allowed unless otherwise agreed. 3.32 Risk of Loss Contractor agrees to bear all risks of loss, injury, or destruction of goods or equipment incidental to providing these services and such loss, injury, or destruction will not release Contractor from any obligation hereunder. 3.33 Safeguarding City Property Contractor will be responsible for any damage to City real property or damage or loss of City personal property when such property is the responsibility of or in the custody of Contractor or its employees. 3.34 Warranty of Rights Contractor warrants it has title to, or the right to allow the City to use, the materials and services being provided and that the City may use same without suit, trouble, or hindrance from Contractor or third parties. 3.35 Proprietary Rights Indemnification Without limiting the foregoing, Contractor will without limitation, at its expense defend the City against all claims asserted by any person that anything provided by Contractor infringes a patent, copyright, trade secret, or other intellectual property right and must, without limitation, pay the costs, damages and attorneys' fees awarded against the City in any such action, or pay any settlement of such action or claim. Each party agrees to notify the other promptly of any matters to which this provision may apply and to cooperate with each other in connection with such defense or settlement. If a preliminary or final judgment is obtained against the City's use or operation of the items provided by Contractor hereunder or any part thereof by reason of any alleged infringement, Contractor will, at its expense and without limitation, either: (a) modify the item so that it becomes non -infringing; (b) procure for the City the right to continue to use the item; (c) substitute for the infringing item other item(s) having at least equivalent capability; or (d) refund to the City an amount equal to the price paid, less reasonable usage, from the time of installation acceptance through cessation of use, which amount will be calculated on a useful life not less than five (5) years, plus any additional costs the City may incur to acquire substitute supplies or services. Nothing contained herein in intended to serve as a waiver by the City of its sovereign immunity, to extend the liability v. 7.2024 14 of the City beyond the limits set forth in Section 768.28, Florida Statutes, or be construed as consent by the City to be sued by third parties. 3.36 Contract Administration This Agreement will be administered by the Purchasing Administrator and/or an authorized representative from the using department. All questions regarding this Agreement will be referred to the administrator for resolution. Supplements may be written to this Agreement for the addition or deletion of services. Payment will be negotiated and determined by the contract administrator(s). 3.37 Force Majeure Failure by either party to perform its duties and obligations will be excused by unforeseeable circumstances beyond its reasonable control, including acts of nature, acts of the public enemy, riots, fire, explosion, legislation, and governmental regulation. The party whose performance is so affected will within five (5) calendar days of the unforeseeable circumstance notify the other party of all pertinent facts and identify the force majeure event. The party whose performance is so affected must also take all reasonable steps, promptly and diligently, to prevent such causes if it is feasible to do so, or to minimize or eliminate the effect thereof. The delivery or performance date will be extended for a period equal to the time lost by reason of delay, plus such additional time as may be reasonably necessary to overcome the effect of the delay, provided however, under no circumstances will delays caused by a force majeure extend beyond one hundred -twenty (120) calendar days from the scheduled delivery or completion date of a task unless agreed upon by the parties. 3.38 Cooperative Use of Contract This Agreement may be extended for use by other municipalities, counties, school districts, and government agencies with the approval of Contractor. Any such usage by other entities must be in accordance with the statutes, codes, ordinances, charter and/or procurement rules and regulations of the respective government agency. Orders placed by other agencies and payment thereof will be the sole responsibility of that agency. The City is not responsible for any disputes arising out of transactions made by others. 3.39 Fuel Charges and Price Increases No fuel surcharges will be accepted. No price increases will be accepted without proper request by Contractor and response by the City's Procurement Division. 3.40 Notices All notices to be given pursuant to this Agreement must be delivered to the parties at their respective addresses. Notices may be (i) personally delivered; (ii) sent via certified or registered mail, postage prepaid; (iii) sent via electronic mail; (iv) sent via overnight courier; or (v) sent via facsimile. If provided by personal delivery, receipt will be deemed effective upon delivery. If sent via certified or registered mail, receipt will be deemed effective three (3) calendar days after being deposited in the United States mail. If sent via electronic mail, ovemight courier, or facsimile, receipt will be deemed effective two (2) calendar days after the sending thereof. 3.41 Governing Law, Venue This Agreement is govemed by the laws of the State of Florida. The exclusive venue selected for any proceeding or suit in law or equity arising from or incident to this Agreement will be Pinellas County, Florida. 3.42 Integration Clause This Agreement, including all attachments and exhibits hereto, supersede all prior oral or written agreements, if any, between the parties and constitutes the entire agreement between the parties with respect to the work to be performed. v. 7.2024 15 3.43 Provisions Required by Law Any provision required by law to be in this Agreement is a part of this Agreement as if fully stated in it. 3.44 Severability If any provision of this Agreement is declared void or unenforceable, such provision will be severed from this Agreement, which will otherwise remain in full force and effect. The parties will negotiate diligently in good faith for such amendment(s) of this Agreement as may be necessary to achieve the original intent of this Agreement, notwithstanding such invalidity or unenforceability. 3.45 Surviving Provisions Notwithstanding any completion, termination, or other expiration of this Agreement, all provisions which, by the terms of reasonable interpretation thereof, set forth rights and obligations that extend beyond completion, termination, or other expiration of this Agreement, will survive and remain in full force and effect. Except as specifically provided in this Agreement, completion, termination, or other expiration of this Agreement will not release any party from any liability or obligation arising prior to the date of termination. DETAILED SPECIFICATIONS The awarded companies are expected to perform the following work as tasked by the City. Estimated Annual requirements for each task element is indicated in the PRICING SHEET: 4.1 Introduction The City of Clearwater (City) is a coastal community on Florida's West Coast and the third-largest city in the Tampa Bay area with a population of approximately 118,463 residents. Clearwater Beach, a renowned international destination in Pinellas County, attracts millions of tourists annually and most recently received the prestigious TripAdvisor Traveler's Choice Award for 2024. It consistently ranks among the top vacation spots in both national and international publications, offering year-round attractions such as pristine "sugar sand" beaches, diverse dining options, and venues like the Philadelphia Phillies Spring Training and Clearwater Threshers Minor League Baseball. The acclaimed Clearwater Marine Aquarium, nationally recognized for its innovative work in marine rescue, rehabilitation, and release, remains a major draw for visitors. The City of Clearwater is committed to advancing sustainability through eco -friendly initiatives that enhance our economy, safeguard our environment, and fortify our community. 4.2 Scope of Work Work under this contract shall include the furnishing of all labor, material, equipment, supervision, transportation, and other services necessary to perform landscaping maintenance services at specified locations within the City of Clearwater (City). Services include, but are not limited to: mowing, edging, and trimming lawns; removing trash, clippings, and debris from landscaped areas, lawns, and hard surfaces (e.g., sidewalks, parking lots); and maintaining plant beds and landscape materials. All plant material must be maintained in a healthy, thriving condition throughout the contract term, equal to or better than the condition at the contract's start. Contractors will coordinate all maintenance activities with the City representative from Clearwater Parks and Recreation Department and are responsible for reporting any irregularities within their assigned zones. The following documents are part of this ITB: • Exhibit A — Landscaping Maintenance Services Zones • Exhibit B — Landscaping Maintenance Services Calendar v. 7.2024 16 • Exhibit C – Zone 1 West • Exhibit D – Zone 2 Countryside • Exhibit E – Zone 3 East • Exhibit F – Zone 4 Northwest • Exhibit G – Zone 5 Southwest • Exhibit H – Zone 6 Ballfields The City reserves the right to add or remove locations from the contract with a thirty (30) day written notice. Payments will be adjusted accordingly—either by applying the negotiated cost for any added site or deducting the bid price for any removed site. The award methodology will be based on several factors, including contractor capacity past performance (if applicable), and weather the pricing for each zone is deemed reasonable for the required services. It should be noted that awards may be distributed across multiple contractors, and the lowest bidder may not be awarded additional zones if doing so is not in the best interest of the city. Note: Contractors are not required to submit bids for all zones; however, to be considered for a specific zone, pricing must be provided for every site within that zone. 4.3 Contractors Responsibilities Local Office and Point of Contact. Contractors are required to maintain a local office within the Tampa Bay Region. The awarded contractor must designate and provide contact information for an authorized representative who will serve as the primary point of contact with the City's Parks and Recreation Department for all contract -related matters. Monthly Site Meetings. Contractors shall meet with a City representative at least once per month for a comprehensive inspection of the grounds maintained. Personnel. All Contractor personnel shall be considered employees of the Contractor and shall remain under its sole supervision and control. Personnel must be properly trained and experienced in landscaping services. Within thirty (30) days of the Notice of Intent to Award, the Contractor must provide the City with a list of employees assigned to the contract along with their specific task assignments. Work Schedule. Maintenance activities must be conducted between 7:00 A.M. and 7:00 P.M., Monday through Saturday, excluding City -observed holidays. Although the workweek is defined as Sunday through Saturday, any adjustments outside these hours due to extenuating circumstances must receive prior approval from the department. All maintenance tasks, such as weeding, mowing, edging, and trimming, shall be completed in a continuous manner before leaving the site. Sustainability and Compliance. The City encourages disposal of organic plant materials at certified mulching facilities. Contractors must comply with Pinellas County's Landscape Best Management Practices, including mandatory training for all landscaping personnel. Service Interruptions. Should any location become temporarily unserviceable due to conditions such as standing water, inclement weather, or parked vehicles, the Contractor must promptly notify the City and reschedule service as soon as conditions allow. v. 7.2024 17 Work Completion Notification. Contractors must notify the assigned City representative (in person, by phone, or via email) no later than 8:00 A.M. each Monday to confirm completion of the previous week's work. Inspection and Payment. Following notification, the City will inspect the serviced location on the next business day. If deficiencies are found, the Contractor will be notified and will have forty-eight (48) hours to complete corrective actions. Payment will be made only upon successful completion and approval of services. Repairs to Existing Facilities. The Contractor shall take all necessary precautions to prevent damage to existing structures, facility systems, utility roads, and irrigation systems during the course of work. Should any damage to City property occur as a result of the Contractor's activities, the Contractor shall repair or replace the affected area in-kind and to the satisfaction of the City, at no cost to the City. All such repairs shall be completed promptly upon occurrence, unless otherwise directed by the appropriate department representative. The Contractor must notify the department within twenty-four (24) hours of discovering any damage resulting from accidents, vandalism, theft, natural events, or unknown causes. Repairs to damage not caused by the Contractor's work, including those to irrigation or facility systems, will be handled by the City at no cost to the Contractor. Safety and Uniform Requirements. The City reserves the right to issue work stoppage orders for observed unsafe or harmful actions. All personnel must wear approved company uniforms, follow Occupational Safety and Health Act (OSHA) safety guidelines, and conduct themselves professionally while on City property. Traffic Control and Pedestrian Safety. The Contractor is responsible for establishing and maintaining safe work zones in both vehicular traffic areas and areas accessible to pedestrians and park users. Maintenance activities in high pedestrian traffic areas or during peak periods must be coordinated with the City. Lane closures during the winter tourist season are generally not permitted. The Parks and Recreation Department reserves the right to restrict work hours in areas with high pedestrian use. Two-way traffic must be maintained at all times through intersections and along roadways—full closures are not allowed. The Contractor shall be familiar with and comply with the City of Clearwater's safety standards and Temporary Traffic Control (TCC) requirements. The Contractor performing the installation is responsible for all TCC coordination and for notifying the appropriate agencies. When applicable, a TCC plan must be submitted to and approved by the City prior to any partial lane closures or the start of work. Lane closures must also be approved by the City's Traffic Operations Division and Parking Division at least forty-eight (48) hours before work is scheduled to begin. All traffic control measures must comply with the latest edition of the Manual on Uniform Traffic Control Devices (MUTCD), the Florida Department of Transportation (FDOT) Roadway and Traffic Design Standards (600 Series), and FDOT Standard Specifications for Road and Bridge Construction. These guidelines apply whenever construction equipment is relocated or operated on active roadways. The Contractor shall install advance -warning signs as appropriate for field conditions and provide a crew responsible for installing, relocating, and maintaining all traffic control devices. This includes covering, adding, or removing signs and performing any work necessary to ensure a safe and compliant work zone. Hazardous Conditions. The Contractor shall ensure that all work sites are kept free of hazards to both persons and property resulting from the performance of work. Any hazardous condition identified by the Contractor that is not caused by their work must be reported immediately to the designated department representative. v. 7.2024 18 Failure to Perform Satisfactorily. All maintenance activities must be performed in a professional and workmanlike manner, consistent with accepted trade practices and prevailing industry standards. If the Contractor fails to perform as specified, the City reserves the right to compensate only for the portion of work satisfactorily completed, as determined by the department representative, with a corresponding adjustment to the contract price. Alternatively, the City may have the required services performed by a third - party vendor at the Contractor's expense. Maintenance Scheduling. Each location is assigned a service level indicating the frequency of maintenance to be performed (e.g., Level 1P, 2P, 3P; Level 1G, 2G, 3G, etc.), as determined by the City. Monthly service visits must take place during the designated week identified in Exhibit B — Landscaping Maintenance Services Calendar — unless otherwise approved by the department. The City reserves the right to modify the number of service visits based on local conditions or other relevant factors. Any such changes will result in an appropriate adjustment to the base bid amount. The Contractor is required to follow the City -provided work schedule (Exhibit B). Any deviation from this schedule must be approved in writing by authorized representatives from both parties. 4.4 Landscape Maintenance Specifications The Contractor shall perform all services described herein at each designated site during scheduled maintenance visits. All services listed are mandatory, though frequency and scheduling will vary by location. Litter Removal. The Contractor shall clean the entire property during each scheduled visit. This includes removing all trash and debris including but not limited to cigarette butts, paper, leaves, twigs, branches, clippings, and dead plant material, from landscape areas, parking lots, driveways, sidewalks, entrances, pedestrian bridges, and underpasses. Accumulations in parking lot corners, around stops, curbs, and along walkways must be cleared. Broken glass on paved surfaces must be removed, and all sand, gravel, and soil swept or blown from adjacent hardscape areas and disposed of offsite. Debris must not be allowed to accumulate and shall never be disposed of in catch basins, drains, culverts, or stormwater infrastructure. Parking Tots must be cleared of debris during each visit, preferably when parking activity is minimal. All materials collected by the Contractor must be removed from the site the same day. The Contractor is not responsible for extraordinary debris resulting from severe weather, vandalism, special events, or roadside dumping unless specifically requested by the City. Such incidents should be reported immediately. Cleanup may be requested and quoted separately. Turf Maintenance. Lawn mowing shall be performed using clean, sharp, and properly adjusted blades to ensure a uniform cut. No more than one-third of the grass blade height may be removed during mowing. Scalping shall be avoided, and mowing patterns rotated regularly. Small mowers shall be used in areas with limited access. Mowing Heights: Turf Type Mowing Height St. Augustine 3 to 4 inches Bahia 3 to 4 inches Note: Higher mowing heights shall be used during dry conditions. Mowing should ideally occur when turf is dry, although mowing wet grass is acceptable. Clippings may remain on the lawn if evenly dispersed; however, visible clumps or diseased clippings must be collected and removed. In cases of fungal outbreaks, clippings shall be removed and properly disposed of offsite. v. 7.2024 19 Following mowing and edging, all clippings and debris must be cleared from sidewalks, curbs, storm drains, valve boxes, and roadways. Mower discharge shall be directed away from streets and landscape beds unless unavoidable, and deflector chutes must be used. No debris shall be swept or blown into storm drains, landscaped beds, or open culverts. If turf degradation is caused by Contractor neglect, the Contractor shall restore affected areas at no additional cost to the City. Turf areas are to be kept green, healthy, and presentable. Equipment shall be operated with care around structures, landscaping, and utilities. Damage caused by the Contractor must be repaired at the Contractor's expense. Seeding and sodding are not included in this contract unless specifically requested and authorized by the City. If such services are needed, the Contractor shall provide a quote for City review and written approval prior to proceeding. Turf edging shall be performed at the same frequency as mowing and must include all walks, driveways, curbs, planting bed borders, tree rings, storm drains, valve boxes, bollards, air reliefs, and other structures where grass tends to accumulate. String trimming shall not be performed directly against the base of any tree or shrub. Isolated trees and shrubs located in turf areas must have a mulched buffer zone, minimum one (1) foot radius from the trunk or shrub drip line, to prevent bark damage from mowers and reduce competition from surrounding turfgrass. Grass surrounding valve boxes and quick couplers must be neatly trimmed to maintain a clean appearance. Areas around structures, poles, and other obstacles that cannot be accessed with standard mowing equipment must be regularly maintained using a string trimmer. Alternatively, an approved herbicide may be applied to create a buffer around trees and infrastructure, but only by a certified applicator and with written authorization from the City. Herbicides are not permitted for use as an edging method along walks or curbs. Palm Maintenance. Palm pruning shall be performed regularly to remove dead fronds and sucker growth, maintaining a clean, attractive trunk in accordance with the natural appearance of each palm species. Pruning is limited to fronds reachable from the ground or with equipment, not to exceed twelve (12) feet in height. Remove all dead, yellowing, or unsightly fronds and seed heads as part of routine maintenance. Green fronds shall not be removed unless they obstruct access for pedestrians, cyclists, or vehicles. The natural arching shape of the fronds should be preserved, and care must be taken to avoid injury to the bud. Pruning tools must be sterilized between each Phoenix dactylifera 'Medjool' palm using International Society of Arboriculture (ISA) standard sterilization practices to prevent cross-contamination. Only descending fronds below the "9-to-3 o'clock" horizontal line may be removed, unless fronds above that line are dead or yellowing and within the 12-foot pruning limit. Spikes or other tools that penetrate the trunk shall not be used. Pruning shall be performed using ladders or aerial lift equipment ("cherry pickers"). All palm trunks shall be maintained with a clean, rounded, uniform cut on all retained boots. All fronds, seeds, seed heads, and suckers removed during pruning must be properly disposed of offsite the same day. The Contractor is also responsible for removing any fronds dislodged by pruning that fall at a later time. Palms must be regularly inspected for signs of disease or distress in the trunk, bud, or fronds. Any observed issues must be promptly reported to the designated department representative. Shrub and Groundcover Maintenance. Pruning refers to the selective removal of branches to maintain or improve the plant's size, shape, or health. Trimming refers to the uniform cutting of branch tips to create a clean, squared, hedge-like appearance. Depending on the species, some plants require pruning while v. 7.2024 20 others benefit from trimming to maintain their optimal appearance. All shrubs and groundcovers shall be kept in a neat, healthy, and well -manicured condition at all times. All plant material shall be pruned to preserve its intended size, shape, and character. No shrubs or groundcovers shall be allowed to exceed the Florida Department of Transportation (FDOT) "Clear Sight Window" standards when located within a sight visibility triangle. Species with a natural, informal growth habit should be selectively pruned to preserve their natural form, with removal limited to dead or damaged material or to maintain an appropriate height. These types shall be pruned with hand shears as needed to maintain a natural shape, fullness, and flowering potential. Examples include Parson's Juniper, Bird of Paradise, Crinum Lily, Cardboard Palm, King Sago, Heavenly Bamboo, Split -Leaf Philodendron, Red Fountain Grass, and Schefflera. Shrubs used for linear hedges or border plantings shall be trimmed with squared faces, keeping the top slightly narrower than the base to allow even sunlight exposure and prevent lower foliage dieback. Where the planting forms a serpentine bed edge, only the vertical face shall be rounded to maintain a natural curve. As new growth appears, overly long branches shall be removed to encourage fullness and structure. Examples include Pittosporum, Podocarpus, Silverthorne, Oleander, Boxthorn, Viburnum, and Indian Hawthorn. Groundcovers must remain contained within the planting bed boundaries and kept at least twelve (12) inches away from buildings or structures. They shall be edged at every service visit along adjacent hardscapes, with supplemental shearing performed as needed to preserve a neat appearance. Vining or climbing groundcovers must not be permitted to grow through other plantings or climb structures, unless specifically directed by the City. Common groundcovers include Confederate Jasmine, Lantana, Liriope, Aztec Grass, Ivy, Ornamental Sweet Potato, and Perennial Peanut. Seasonal Maintenance: • March through October: High -maintenance shrubs and groundcovers may require trimming with each visit. Low -maintenance types shall be trimmed as needed. • November through February: All shrubs and groundcovers shall be trimmed as needed to maintain a tidy appearance. • Ornamental grasses shall be renewal pruned to a height of 8-12 inches in late February annually. • Perennial Peanut shall be maintained at 3-6 inches and mowed or line -trimmed once monthly in April, June, and August, or as otherwise directed by the City. Shrubs shall not be trimmed into topiary or ornamental shapes unless explicitly requested by the City. Instead, they shall be encouraged to develop into full, natural masses at the height specified by City staff. 4.5 Landscape and Grounds Maintenance: Health, Pest and Weed Control Requirements Weed Control in Landscaped Areas. The Contractor shall inspect all landscaped areas for weed growth during each scheduled service visit. All planting beds and tree rings must be maintained free of weeds year- round to prevent competition with desirable vegetation and to preserve the aesthetic integrity of the landscape design. All weeds shall be removed and properly disposed of offsite by the Contractor on the same day they are identified. Undesirable weed species shall be eliminated either manually or through the application of City -approved herbicides, in accordance with manufacturer instructions and product labeling. Selective, non-selective, and pre -emergent herbicides registered with the Environmental Protection Agency may be used, but only with v. 7.2024 21 prior written authorization from the City. All herbicide applications must be performed by experienced personnel under the direct supervision of a licensed and certified pest control professional. Chemically treated weeds must be removed once their foliage has discolored from green to yellow. If any herbicide application results in damage to desirable plant material, including turf, the Contractor shall be responsible for promptly replacing the affected plants with the same size, species, and quality at no cost to the City. "Volunteer" plants, invasive species, and trees that germinate unintentionally in planting beds and are not part of the intended design shall be treated or removed, including the entire root system, using manual or chemical methods as appropriate. Weeds growing on hardscapes, including sidewalks, driveways, temporary and permanent parking areas, adjacent streets, pavement cracks, rights-of-way, and any other paved surfaces within the contract limits, shall be removed during each visit by hand -pulling or with approved herbicides, followed by proper removal and disposal. Fertilization Program. The Contractor shall conduct routine inspections during each site visit and report any concerns to City staff, including but not limited to stressed vegetation, declining turf, or other visible deficiencies requiring City attention. All fertilizer applications will be performed by City personnel. Diseases and Pests. The Contractor shall implement Integrated Pest Management (IPM) practices to monitor and manage pest and disease activity at all sites. Upon identifying a specific issue requiring treatment, the Contractor must notify the City and submit the proposed treatment plan for approval. Fire ants, wasps, and other harmful or hazardous pests must be addressed immediately to prevent safety risks. If a pest infestation exceeds manageable levels, it must be reported to the City for prompt resolution. Bee removal is the responsibility of the City and will be handled through alternate arrangements. The Contractor shall be fully responsible for any damage caused by improper or negligent chemical application. Turf. During each visit, the Contractor shall inspect turf areas for signs of insect activity or disease. Any proposed treatment must be submitted in writing or communicated verbally to the City for approval prior to application. Turf treatments shall be applied on a site-specific basis and must include a buffer area extending 25% beyond the visible boundaries of the infestation. Trees, Shrubs, and Groundcovers. Any abnormalities, such as signs of disease, pests, or stress affecting trees, shrubs, or groundcovers, shall be promptly reported to City staff so that appropriate measures may be taken. Palms. If disease symptoms are observed in palms during maintenance visits, the Contractor shall immediately notify the City and provide a location map of the affected tree(s). The City will determine the appropriate course of action on a case-by-case basis. The Contractor shall take all necessary precautions to prevent disease spread. Pruning and maintenance of smaller palms must be performed following University of Florida Cooperative Extension Service guidelines, including the disinfection of tools using soap or alcohol -based solutions between uses. Insecticide Maintenance. The Contractor may remove and properly dispose of wasps or other ground - dwelling insects found in plants, turf, or on-site structures/furnishings as part of routine maintenance. Irrigation Maintenance. Any visible signs of irrigation damage or malfunction must be reported to the City immediately by phone. The Contractor is also responsible for notifying the City of any dry or stressed turf areas observed during maintenance. v. 7.2024 22 Mulch Maintenance. The Contractor shall notify the City when mulch levels have deteriorated or when its condition requires attention. The Contractor is responsible for maintaining weed -free mulch rings around trees, shrubs, and palms located in turf areas. Upon request by the City, the Contractor may be asked to provide a quote for mulch application services, with the City supplying the mulch material. 4.6 Inspections Each site shall be inspected during service visits for any irregularities, including but not limited to irrigation leaks, vehicular damage, dead or declining turf and plant material, significant insect infestations (with particular attention to fire ants), and signs of vandalism. All findings must be promptly reported to the designated department representative. The Contractor shall support the City by reporting any observed damage, vandalism, graffiti, or maintenance needs related to public or private property within the service area. This includes, but is not limited to, traffic and directory signs, structures, site furnishings, monuments, fences, lighting, utilities, and paved surfaces. The Contractor is expected to remain responsive to special conditions or unforeseen issues that may arise throughout the contract term. Full cooperation and timely response to such matters is required. Upon request, the Contractor may be asked to provide additional services, such as the installation of seasonal flowers or plants for City events or functions. These services must be quoted separately and approved in writing by the City prior to commencement. 4.7 Minimum Qualifications Experience. The Contractor's Owner or Principal must possess a minimum of three (3) years of demonstrated experience in providing commercial or institutional landscaping services. This requirement applies to the individual, not the business entity. References. The Contractor shall provide three (3) references for similar services performed within the past three (3) years, preferably for public agencies of comparable size in the Tampa Bay region. Staff Certifications. The Contractor must employ at least one permanent, full-time commercial limited lawn and ornamental applicator. A copy of their valid Florida Department of Agriculture Pesticide Applicator License must be submitted to the City under Submittal Requirements. In addition, the Contractor shall provide, under Submittal Requirements a list of full-time personnel who hold relevant certifications, including: • International Society of Arboriculture (ISA) Certified Arborist • Florida Certified Horticulture Professional • Landscape Best Management Practices (BMP) for Pinellas County • Green Industries Best Management Practices (GI -BMP) Certification The list must include each staff member's name, certification/license number, and expiration date. Equipment. The Contractor shall submit an inventory list of equipment proposed for use under this contract under Submittal Requirements. All equipment must be in proper working condition and is subject to inspection by the City's Landscape Maintenance Manager or designee both prior to contract award and at any time during the contract period. Vehicles. All vehicles used by the Contractor on City property must display the company name and telephone number in a clearly visible location. v. 7.2024 23 INSURANCE REQUIREMENTS A list of Insurance Policies that may be required. 5.1 Requirements The Vendor shall, at its own cost and expense, acquire and maintain (and cause any subcontractors, representatives or agents to acquire and maintain) during the term with the City, sufficient insurance to adequately protect the respective interest of the parties. Coverage shall be obtained with a carrier having an AM Best Rating of A -VII or better. In addition, the City has the right to review the Contractor's deductible or self-insured retention and to require that it be reduced or eliminated. Specifically the Vendor must carry the following minimum types and amounts of insurance on an occurrence basis or in the case of coverage that cannot be obtained on an occurrence basis, then coverage can be obtained on a claims -made basis with a minimum three (3) year tail following the termination or expiration of this Agreement: 5.2 Commercial General Liability Insurance Coverage, including but not limited to, premises operations, products/completed operations, products liability, contractual liability, advertising injury, personal injury, death, and property damage in the minimum amount of $1,000,000 (one million dollars) per occurrence and $2,000,000 (two million dollars) general aggregate. 5.3 Commercial Automobile Liability Insurance Coverage for any owned, non -owned, hired or borrowed automobile is required in the minimum amount of $1,000,000 (one million dollars) combined single limit. 5.4 Workers' Compensation Insurance Unless waived by the State of Florida and proof of waiver is provided to the City, statutory Workers' Compensation Insurance coverage in accordance with the laws of the State of Florida, and Employer's Liability Insurance in the minimum amount of $1,000,000 (one million dollars) each employee each accident, $1,000.000 (one million dollars) each employee by disease, and $1.000,000 (one million dollars) disease policy limit. Coverage should include Voluntary Compensation, Jones Act, and U.S. Longshoremen's and Harbor Worker's Act coverage where applicable. Coverage must be applicable to employees, contractors, subcontractors, and volunteers, if any. 5.5 Waiver of Subrogation With regard to any policy of insurance that would pay third party losses, Contractor hereby grants City a waiver of any right to subrogation which any insurer of the Contractor may acquire against the City by virtue of the payment of any loss under such insurance. Contractor agrees to obtain any endorsement that may be necessary to affect such waiver, but this provision shall apply to such policies regardless of whether or not the city has received a waiver of subrogation endorsement from each insurer. The above insurance limits may be achieved by a combination of primary and umbrella/excess liability policies. 5.6 Other Insurance Provisions Prior to the execution of this Agreement, and then annually upon the anniversary date(s) of the insurance policy's renewal date(s) for as long as this Agreement remains in effect, the Vendor will furnish the City with a Certificate of Insurance(s) (using appropriate ACORD certificate, SIGNED by the Issuer, and with applicable endorsements) evidencing all of the coverage set forth above and naming the City as an "Additional Insured" on the Commercial General Liability Insurance and the Commercial Automobile Liability Insurance. In addition when requested in writing from the City, Vendor will provide the City with certified v. 7.2024 24 copies of all applicable policies. The address where such certificates and certified policies shall be sent or delivered is as follows: City of Clearwater Attn: Procurement Division, 42-25 P.O. Box 4748 Clearwater, FL 33758-4748 Vendor shall provide thirty (30) days written notice of any cancellation, non -renewal, termination, material change or reduction in coverage. Vendor's insurance as outlined above shall be primary and non-contributory coverage for Vendor's negligence. Vendor reserves the right to appoint legal counsel to provide for the Vendor's defense, for any and all claims that may arise related to Agreement, work performed under this Agreement, or to Vendor's design, equipment, or service. Vendor agrees that the City shall not be liable to reimburse Vendor for any legal fees or costs as a result of Vendor providing its defense as contemplated herein. The stipulated limits of coverage above shall not be construed as a limitation of any potential liability to the City, and City's failure to request evidence of this insurance shall not be construed as a waiver of Vendor's (or any contractors', subcontractors', representatives' or agents') obligation to provide the insurance coverage specified. MILESTONES 6.1 Anticipated Beginning and End of Initial Term The initial term is estimated to be from October 1, 2025 through September 30, 2026. If the commencement of performance is delayed because the City does not execute the contract on the start date, the City may adjust the start date, end date and milestones to reflect the delayed execution. 6.2 Renewal At the end of the initial term of this contract, the City may initiate renewal(s) as provided herein. The decision to renew a contract rests solely with the City. The City will give written notice of its intention to renew the contract no later than thirty (30) days prior to the expiration. three (3), one (1) year renewal(s) are possible at the City's option. 6.3 Extension The City reserves the right to extend the term of this contract, provided however, that the City shall give written notice of its intentions to extend this contract no later than thirty (30) days prior to the expiration date of the contract. 6.4 Prices All pricing shall be firm for the initial term of one (1) year except where otherwise provided by the specifications, and include all transportation, insurance and warranty costs. The City shall not be invoiced at prices higher than those stated in any contract resulting from this proposal. A. The Contractor certifies that the prices offered are no higher than the lowest price the Contractor charges other buyers for similar quantities under similar conditions. The Contractor further agrees that any reductions in the price of the goods or services covered by this proposal and occurring after award will apply to the undelivered balance. The Contractor shall promptly notify the City of such price reductions. v. 7.2024 25 B. During the sixty (60) day period prior to the renewal anniversary of the contract effective date, the Contractor may submit a written request that the City increase the prices in an amount for no more than the twelve month change in the Consumer Price Index for All Urban Consumers (CPI -U), US City Average, All Items, Not Seasonally Adjusted as published by the U.S. Department of Labor, Bureau of Labor Statistics for Tampa -St. Petersburg -Clearwater, FL (https://www.bis.gov/cpi/home.htm). The City shall review the request for adjustment and respond in writing; such response and approval shall not be unreasonably withheld. C. At the end of the initial term, pricing may be adjusted for amounts other than inflation based on mutual agreement of the parties after review of appropriate documentation. Renewal prices shall be firm for each renewal term listed above. D. No fuel surcharges will be accepted. BID SUBMISSION 7.1 Bid Submission The City prefers responses are submitted electronically through the City's e -Procurement Portal located at https://procurement.opengov.com/portal/myclearwater. Without exception, responses will not be accepted after the submission deadline regardless of any technical difficulties such as poor Internet connections. The City strongly recommends completing your response well ahead of the deadline. Bidders can get help through OpenGov Assist, located on the bottom right of the OpenGov portal. Submittal Requirements can be found under Section 9. of this solicitation. PRICING SHEET Pursuant to the contract specifications enumerated and described in this solicitation, we agree to furnish Landscape Maintenance Services to the City of Clearwater at the price(s) stated below. Pricing Requirements • Contractors may submit bids for any combination of the six (6) designated zones. • Contractors are not required to bid on all zone however, to be considered responsive, a bid for any zone must include pricing for every site within that zone. Partial zone bids will be deemed non-responsive and will not be considered. • Each zone must be priced independently. There shall be no price interdependence between zones, and the City does not guarantee that a contractor will be awarded all zones they submit bids for. • While a contractor may be awarded more than one (1) zone, the City does not anticipate awarding all six (6) zones to a single vendor due to the overall volume of work. • Award decisions will take into account the contractors demonstrated capacity and past performance (where applicable). • The City reserves the right to determine whether the pricing submitted for a zone is reasonable in relation to the scope of work. In cases of multi -zone bidding, the lowest bidder may not be v. 7.2024 26 awarded all zones bid if doing so is determined to exceed their capacity or is otherwise not in the City's best interest. • The pricing sheets contains properties that have been removed, enter a 0 in the per service cost column for these properties. DELIVERY REQUIREMENTS FOB: Destination, Freight Prepaid and Allowed Freight Costs: Unit prices should include all freight and transportation charges PAYMENT TERMS: • City of Clearwater's standard payment terms are NET30 • Electronic Funds Transfer (EFT) / Automated Clearing House (ACH ZONE 1 WEST Line Item Location Number Type Service Level Property Location Description Annual Service Quantity Per Service Cost Total No Bid 1 W001 ROW 1G First median Island Way Median #1 32 South of Windward Passage 2 W002 ROW 1G First median Island Way Median #2 32 North of Windward Passage 3 W003 ROW 1G First median Island Way Median #3 32 South of Dory Passage 4 W004 ROW 1G First median Island Way Median #4 32 North of Dory Passage 5 W005 ROW 1G First median Island Way Median #5 32 South of Skiff Point v. 7.2024 27 Line Item 6 Location Number W006 Type ROW Service Level 1G Property First median North of Skiff Point Location Description Island Way Median #6 Annual Service Quantity 32 Per Service Cost Total No Bid 7 W007 ROW 1G First median South of Palm Island NE Island Way Median #7 32 8 W008 ROW 1G Between Palm Island SW and Palm Island NE Island Way Median #8 32 9 W009 ROW 1G First median North of Palm Island NE Island Way Median #9 32 10 W010 ROW 1G First median South of Harbor Passage Island Way Median #10 32 11 W011 ROW 1G First median North of Harbor Passage Island Way Median #11 32 12 W012 ROW 1G Second median North of Harbor Passage Island Way Median #12 - New Turn Lane 32 13 W013 ROW 1G Third median North of Harbor Passage Island Way Median #13 32 14 W014 ROW 1G Fourth median North of Harbor Passage Island Way Median #14 32 v. 7.2024 28 Line Item 15 Location Number W015 Type ROW Service Level 1G Property Fifth median North of Harbor Passage Location Description Island Way Median #15 Annual Service Quantity 32 Per Service Cost Total No Bid 16 W016 ROW 1G Sixth median North of Harbor Passage Island Way Median #16 32 17 W017 ROW 1G Last median North of Harbor Passage Island Way Median #17 32 18 W018 ROW 1G West end of Dolphin Point Dolphin Point Median 32 19 W019 ROW 1G West end of Skiff Point Skiff Point Median 32 20 W020 ROW 1G South end of Leeward Island Leeward Island - South Median 32 21 W021 ROW 1G North end of Leeward Island Leeward Island - North Median 32 22 W022 ROW 1G South end of Midway Island Midway Island - South Median 32 23 W023 ROW 1G North end of Midway Island Midway Island - North Median 32 24 W024 ROW 1G South end of Windward Island Windward Island - South Median 32 25 W025 ROW 1G North end of Windward Island Windward Island - North Median 32 v. 7.2024 29 Line Item 26 Location Number W026 Type ROW Service Level 1G Property East end of Palm Island SW Location Description Palm Island - SW Median Annual Service Quantity 32 Per Service Cost Total No Bid 27 W027 ROW 1G East end of Palm Island SE Palm Island - SE Median 32 28 W028 ROW 1G West end of Palm Island NW Palm Island - NW Median 32 29 W029 ROW 1G East end of Palm Island NE Palm Island - NE Median 32 30 W030 ROW 1G South end of Snug Island Snug Island - South Median 32 31 W031 ROW 1G North end of Snug Island Snug Island - North Median 32 32 W032 ROW 1G South end of Harbor Island Harbor Island - South Median 32 33 W033 ROW 1G North end of Harbor Island Harbor Island - North Median 32 34 W034 ROW 2G East end of Laurel Street Laurel Street End 24 35 W035 ROW 2G Kipling Plaza between Mandalay Avenue and Bruce Avenue Kipling Plaze Median #1 24 36 W036 ROW 2G Kipling Plaza between Bruce Avenue and Lantana Avenue Kipling Plaza Median #2 24 v. 7.2024 30 Line Item 37 Location Number W037 Type ROW Service Level 2G Property Kipling Plaza between Lantana Avenue and Narcissus Avenue Location Description Kipling Plaza Median #3 Annual Service Quantity 24 Per Service Cost Total No Bid 38 W038 ROW 2G Kipling Plaza between Narcissus Avenue and Bay Esplanade Kipling Plaza Median #4 24 39 W039 ROW 2G East end of Gardenia Street Gardenia Street End 24 40 W040 ROW 2G East end of Verbena Street Verbena Street End 24 41 W041 ROW 2G East end of Mango Street Mango Street End 24 42 W042 Sewer 2P 830 Lantana Avenue Lift Station #10 28 43 W043 ROW 2G Intersection of Verbena Street and Bruce Avenue Verbena / Bruce Triangle 24 44 W044 ROW 2G Intersection of Mandalay Avenue and North Bohenia Circle Mandalay / N Bohenia - W Triangle 24 45 W045 ROW 2G Intersection of Mandalay Avenue and North Bohenia Circle Mandalay / N Bohenia - E Triangle 24 v. 7.2024 31 Line Item 46 Location Number W046 Type ROW Service Level 2G Property Intersection of N. Bohenia Cir. and Bruce Ave; N. of Mango St. Location Description Bruce Triangle - North Annual Service Quantity 24 Per Service Cost Total No Bid 47 W047 ROW 2G Intersection of S. Bohenia Cir. and Bruce Ave; S. of Mango St. Bruce Triangle - South 24 48 W048 ROW 2G Intersection of Mandalay Avenue and South Bohenia Circle Mandalay / S Bohenia - E Triangle 24 49 W049 ROW 2G Intersection of Mandalay Avenue and South Bohenia Circle Mandalay / S Bohenia - W Triangle 24 50 W050 ROW 2G Insersection of Mandalay Avenue and Jewel Street Mandalay / Jewel Triangle 24 51 W051 ROW 2G East end of Ins Street Ins Street End 24 52 W052 ROW 2G East End of Aster Street Aster Street End 24 53 W053 ROW 1G Intersection of Acacia and Mandalay Ave Acacia Roundabout 32 54 W054 Sewer 2P 213 Hamden Drive Lift Station #8 28 v. 7.2024 32 Line Item 55 Location Number W055 Type ROW Service Level 2G Property East end of Third Street Location Description Hamden / Third Street End Annual Service Quantity 24 Per Service Cost Total No Bid 56 W056 ROW 2G East end of Fifth Street Hamden / Fifth Street End 24 57 W057 Sewer 2P 501 Parkway Drive Lift Station #14 28 58 W058 Police 2P 700 Bayway Boulevard Clearwater Beach Police Sub- station 28 59 W059 ROW 2G W. Side of Gulf Boulevard Clearwater Pass Bridge - North Side 24 60 W060 ROW 2G E and W side of Gulf Boulevard and area beneath bridge Clearwater Pass Bridge - South Side 24 61 W061 Fire 1P 950 Gulf Boulevard Fire Station #44 42 62 W062 ROW 2G 1241 Gulf Boulevard; Shoppes on Sand Key Gulf Boulevard Median #5 24 63 W063 ROW 2G 1290 Gulf Boulevard; Light Towers Gulf Boulevard Median #4 24 64 W064 ROW 2G 1365 Gulf Boulevard; Cresent Beach Club Gulf Boulevard Median #3 24 65 W065 Parking 2P 1371 Gulf Boulevard; Sand Key Parking Lot #67 28 66 W066 Sewer 2P 1371 Gulf Boulevard; Sand Key Lift Station # 45 28 v. 7.2024 33 Line Item 67 Location Number W067 Type ROW Service Level 2G Property 1501 Gulf Boulevard; Sand Key condo Location Description Gulf Boulevard Median #2 Annual Service Quantity 24 Per Service Cost Total No Bid 68 W068 ROW 2G 1582 Gulf Boulevard; Cabana Club Condo Gulf Boulevard Median #1 24 69 W069 ROW 2G 1660 Gulf Boulevard; Sand Key Crosswalk Median at Dan's Island 24 70 W070 ROW 1G Second median South of Windward Passage Island Way Median #18 32 71 W071 ROW 1G Carlousel Triangle Eldorado Ave and Bay Esplanade 32 72 W072 Parks 1G 1001 Gulf Blvd. Sailing Center 32 73 W073 Parks 1G N/S side of SR 60 - W of Mainland Bridge to E of Beach Bridge Memorial Causway N/S 32 74 W074 Parks 2G E side of Gulf Boulevard and area beneath Sandy Key Bridge Clearwater pass bridge 24 75 W075 Parks 1G Intersection of Narcissus Avenue and Bay Esplanade Bay Esplande Park Trangle Median 32 76 W076 Removed Removed Property Removed Intentionally Left Blank - Property Removed 0 v. 7.2024 34 Line Item 77 Location Number W077 Typo Parking Service Level 1P Property 112 S Osceola Avenue Location Description City Hall (40%) Annual Service Quantity 42 , Per Service Cost Total No Bid 78 W078 Sewer 2P 251 Pierce Street, S side under bridge LS #16 (B.I.E. Property) 28 79 W079 Parking 2P 28 N Garden Avenue Parking Lot #4 Garden Avenue 28 80 W080 ROW 2G Small triangle at Hendricks Street and Laura Street Hendricks Street 24 81 W081 Removed Removed Property Removed Intentionally Left Blank - Property Removed 0 82 W082 Parking 2G 610 Pierce Street, S of Park Street Garage Parking Lot #23 Pierce Street 24 83 W083 Fire 3P 610 Franklin Street Old (Fire- 45) 18 84 W084 Police 2P 612 Franklin Street Hispanic Outreach Center 28 85 W085 Police 1P 645 Pierce Street Main Police Station 42 86 W086 Parking 1P 351 S Fort Harrison Avenue Parking Lot #17 Court Street and Fort Harrison Avenue 42 87 W087 Parking 3P 600 Chestnut Street Parking Lot #24 Chestnut Street 18 v. 7.2024 35 Line Item 88 Location Number W088 Type Econ. Dev. Service Level 3P Property SW Corner of Prospect Avenue and Park Street Location Description Park Street Lot Annual Service Quantity 18 Per Service Cost Total No Bid 89 W089 Storm 3P 900 Chestnut Street and 915 Court Street Court Street Lot 18 90 W090 Econ. Dev. 3P 115 MLK at NE Corner of MLK and Pierce Street Clearwater Auto Lot #2 18 91 W091 Econ. Dev. 3P 205 MLK to Corner of MLK and Gould Street Clearwater Auto Lot #1 18 92 W092 Econ. Dev. 3P 1124 Gould Street Gould 18 93 W093 Econ. Dev. 3P 314 Madison Avenue 314 Madison Avenue Vacant Lot 18 94 W094 Fire 1P 1140 Court Street Station # 45 - Court 42 95 W095 Storm 3P 413 S Madison Avenue Gould 18 96 W096 Removed Removed Property Removed Intentionally Left Blank - Property Removed 0 97 W097 Parking 1P 301 Pierce Street CMA Parking Lot 42 98 W098 Econ. Dev. 3P S Washington Ave N/W S Washington Ave and Pierce Street Vacant Lot 18 v. 7.2024 36 Line Item Location Type Service Property Location Annual Per Total No Bid Level Description Service Service Quantity Cost 99 100 101 Number W099 W100 W101 Econ. Dev. CRA Storm 3P 2P 2P 1125 Pierce Street 701 Franklin Street 620 Drew Street S/E Corner of Washington Ave and Pierce S East Ave and Franklin St Garden & Drew; Along Pinellas Trail 18 28 28 TOTAL ZONE 2 COUNTRYSIDE Line Item 1 Location Number CS001 Type ROW Service Level 1P Property Countryside Blvd, Belcher Rd - Enterprise Rd Location Description Countryside Boulevard Median #1 Annual Service Quantity 42 Per Service Cost Total No Bid 2 CS002 ROW 1P Countryside Blvd, US 19 - Village Rd, adjacent to mall Countryside Boulevard Median #2 42 3 CS003 ROW 1P Countryside Blvd, Village Rd - Winding Wood Dr, adjacent to mall Countryside Boulevard Median #3 42 4 CS004 ROW 1P Countryside Blvd, Winding Wood Dr Countryside Boulevard Median #4 42 5 CS005 ROW 1P Countryside Blvd, Winding Wood Dr Countryside Boulevard Median #5 42 v. 7.2024 37 Line Item 6 Location Number CS006 Type ROW Service Level 1G Property Countryside Blvd, SR 580 - Sabal Springs Dr Location Description Countryside Boulevard Median #6 Annual Service Quantity 32 Per Service Cost Total No Bid 7 CS007 ROW 1G Countryside Blvd, and Sabal Springs Dr- Wildwood Dr Countryside Boulevard Median #7 32 8 CS008 ROW 1G Countryside Blvd, Wildwood Dr - Westchester Dr S Countryside Boulevard Median #8 32 9 CS009 ROW 1G Countryside Blvd, Westchester DrS- Clubhouse Dr S Countryside Boulevard Median #9 32 10 CS010 ROW 1G Countryside Blvd, Clubhouse Dr S - Westchester Dr N Countryside Boulevard Median #10 32 11 CS011 ROW 1G Countryside Blvd, Westchester Dr N - Countryclub Dr Countryside Boulevard Median #11 32 12 CS012 ROW 1G Countryside Blvd, Countryclub Dr - St. Andrews Dr Countryside Boulevard Median #12 32 13 CS013 ROW 1G Countryside Blvd, St. Andrews Dr - Clubhouse Dr N Countryside Boulevard Median #13 32 v. 7.2024 38 Line Item 14 Location Number CS014 Type ROW Service Level 1G Property Countryside Blvd, Clubhouse Dr N - Augusta Dr S Location Description Countryside Boulevard Median #14 Annual Service Quantity 32 Per Service Cost Total No Bid 15 CS015 ROW 1G Countryside Blvd, Augusta Dr S - Pebble Beach Dr Countryside Boulevard Median #15 32 16 CS016 ROW 1G Countryside Blvd, Pebble Beach Dr - Augusta Dr N Countryside Boulevard Median #16 32 17 CS017 ROW 1G Countryside Blvd, Augusta Dr N - Firestone Dr Countryside Boulevard Median #17 32 18 CS018 ROW 1G Countryside Blvd, Firestone Dr - Spyglass Dr Countryside Boulevard Median #18 32 19 CS019 ROW 1G Countryside Blvd, Spyglass Dr Gleneagles Dr/Ct Countryside Boulevard Median #19 32 20 CS020 ROW 1G Countryside Blvd, Gleneagles Dr/Ct - Concorde Ct Countryside Boulevard Median #20 32 21 CS021 ROW 1G Countryside Blvd, Concorde Ct - Northside Dr Countryside Boulevard Median #21 32 v. 7.2024 39 Line Item 22 Location Number CS022 Type ROW Service Level 1G Property Northside Dr, E of intersection with US 19 Location Description Northside Drive Median Annual Service Quantity 32 Per Service Cost Total No Bid 23 CS023 ROW 1G Eastland Blvd, W of intersection with McMullen Booth Rd Eastland Boulevard Median #1 32 24 CS024 ROW 1G Eastland Blvd, second median W of McMullen Booth Rd Eastland Boulevard Median #2 32 25 CS025 ROW 1G Eastland Blvd, third median W of McMullen Booth Rd Eastland Boulevard Median #3 32 26 CS026 ROW 1G Eastland Blvd, fourth median W of McMullen Booth Rd Eastland Boulevard Median #4 32 27 CS027 ROW 1G Landmark Dr, first median S of Eastland Blvd Landmark Drive Median #1 32 28 CS028 ROW 1G Landmark Dr, S of SR 580 and N of Haverford Drive Landmark Drive Median #2 32 29 CS029 ROW 1G Landmark Dr, N of SR 580 and S of Wildwood Dr/Mayfair Ct Landmark Drive Median #3 32 v. 7.2024 40 Line Item 30 Location Number CS030 Type ROW Service Level 1G Property Landmark Dr, Wildwood Dr/Mayfair Ct - Kenilwick Dr S Location Description Landmark Drive Median #4 Annual Service Quantity 32 Per Service Cost Total No Bid 31 CS031 ROW 1G Wildwood Dr, Landmark Drive - Woodview Court Wildwood Drive Median #1 32 32 CS032 ROW 1G Wildwood Dr, Woodview Ct - Pinewood Ct/Quail Hollow Rd E Wildwood Drive Median #2 32 33 CS033 ROW 1G Wildwood Dr, Pinewood Ct/Quail Hollow Rd E Woodhaven Ct Wildwood Drive Median #3 32 34 CS034 ROW 1G Wildwood Dr, Woodhaven Ct - Ashwood Ct Wildwood Drive Median #4 32 35 CS035 ROW 1G Wildwood Dr, Ashwood Ct - Woodmere Ct Wildwood Drive Median #5 32 36 CS036 ROW 1G Wildwood Dr, Woodmere Ct - Bryn Mawr Dr N Wildwood Drive Median #6 32 37 CS037 ROW 1G Wildwood Dr, Bryn MawrDrN- Quail Hollow Rd W Wildwood Drive Median #7 32 v. 7.2024 41 Line Item 38 Location Number CS038 Type ROW Service Level 1G Property Wildwood Dr, Quail Hollow Rd W - Countryside Blvd Location Description Wildwood Drive Median #8 Annual Service Quantity 32 Per Service Cost Total No Bid 39 CS039 ROW 1G Intersection of Sea Pines Circle E and Sea Pines Circle W Sea Pines Circle Median Island 32 40 CSO40 ROW 2G SW corner of McMullen Booth Road and Curlew Road Clearwater Welcome Sign 24 41 CSO41 ROW 3G W portion of Winding Wood Drive; sign N to crime watch sign Cypress Bend Neghbourhood Sign 17 42 CS042 ROW 1G N. side of Countryside Blvd. Btwn Belcher Rd. and Enterprise Rd. Countryside Boulevard ROW ditch 32 43 CS043 ROW 3G 2671 Enterprise Road; South side of Enterprise Road Enterprise Road 17 44 CS044 ROW 3G 2714 Enterprise Road; North side of Enterprise Road Enterprise Road 17 45 CS045 ROW 2G S of Enterprise Road past Lake Chautauqua park gate; both sides Landmark Drive Extension 24 v. 7.2024 42 Line Item 46 Location Number CS046 Type Storm Service Level 2P Property Retention S of Enterprise, W of Landmark and N of Oakbrook Location Description Landmark Drive Ext. Pond Annual Service Quantity 28 Per Service Cost Total No Bid 47 CS047 Storm 2P SE intersection of Landmark Drive and Heather Trail Heather Trail 28 48 CS048 Storm 2P N of SR 580; area adjacent and W of Countryside High School Clearwater Ditch at Countryside High School 28 49 CS049 DukeEnROW 3G S and N side of Northside Drive, W of Marigold Drive Springdale 17 50 CS050 Water Production 2G 3024 Eastland Boulevard Well #3-2 24 51 CS051 Sewer 3P 2385 Hazelwood Ln G end of Wilow Tree Tr., W of Belcher LS# 15 - Woodgate 18 52 CS052 Sewer 3P 2495 Laurelwood Drive LS# 41 - Village on the Green 18 53 CS053 Sewer 3P 3440 McMullen Booth Rd, 1/8 mile S of Curlew, W side of road LS# 53 - Curlew 18 54 CS054 Sewer 3P 29231 US 19 N, E side of road, S of Northside Drive LS# 55 - South of Bob Evans Restaurant 18 v. 7.2024 43 Line Item 55 Location Number CS055 Type Fire Service Level 1P Property 2681 Countryside Boulevard Location Description Fire Station #50 - Countryside Annual Service Quantity 42 Per Service Cost Total No Bid 56 CS056 Police 1P 2851 N McMullen Booth Road - under construction Countryside Police Sub- Station 42 57 CS057 ROW 1G Countryside Blvd. concrete median #1 West of enterprise Road 32 58 CS058 ROW 1G Countryside Blvd. concrete median #2 West of HWY 19N 32 59 CS059 ROW 1G Countryside Blvd. concrete median #3 East of HWY 19N 32 60 CS060 Gas 2P 2910 N McMullen Booth Rd Northeast Gas Station 28 61 CS061 General Services 1P 2741 State Road 580 Old Countryside Library 42 62 CS062 Library 1P 2642 Sabal Springs Drive Countryside Library 42 63 CS063 Gas 2P 7302 US HWY 19 N, New Port Richey Pasco Office 28 64 CS064 Gas 2P 8017 Mitchell Blvd Trinity Gas Station 28 65 CS065 Storm 2P Charles Avenue Pond at Charles Ave and Daniel St 28 66 CS066 Sewer 3P 2619 Winding Wood Drive, C-Side LS# 48 - Cypress Bend 18 v. 7.2024 44 Line Item Location Type Service Property Location Annual Per Total No Bid Level Description Service Service Quantity Cost Number TOTAL ZONE 3 EAST Line Item 1 Location Number E001 Type ROW Service Level 2G Property Intersection of Arlie Avenue and Bayshore Boulevard Location Description Bayshore Boulevard Welcome Sign Annual Service Quantity 24 Per Service Cost Total No Bid 2 E002 Storm 3P West end of Arlie Avenue, West of Bayshore Boulevard Lift Station #36 - Arlie Avenue 18 3 E003 Storm 2P End of Maximo Ave at San Domingo St, off Bayshore Blvd Alligator Lake - Maximo Lot 28 4 E004 Storm 3P 1125 N McMullen Booth Road Alligator Lake 18 5 E005 Parks 3G SE of Del Oro Park on Bordeaux Lane Bordeaux 17 6 E006 ROW 3G 1317 Fairwood Avenue Wood Valley Median #5 17 7 E007 ROW 3G SW corner of Bayshore Boulevard and Drew Street Bayshore/Drew Street 17 8 E008 ROW 3G 1316 Grantwood Avenue Wood Valley Median #6 17 9 E009 ROW 2G 3192 SR 60 - Courtney Cambell Causeway (N side) GTB/Bayshore Triangle Median 24 v. 7.2024 45 Line Item 10 Location Number E010 Type ROW Service Level 2G Property 3191 SR 60 - Courtney Campbell Causeway (South side) Location Description Monument Park Annual Service Quantity 24 Per Service Cost Total No Bid 11 E011 Sewer 3P 1308 McMullen Booth Road Lift Station #58 - Ruth Eckard Hall 18 12 E012 Storm 3P 3085 Cleveland Street Cleveland Street Retention area 18 13 E013 Vacant lot 3G West end of St. Croix Drive, N of SR 590 St. Croix Drive 17 14 E014 ROW 3G Intersection of Lawrence Drive and St. John Drive Lawrence Drive Medians (2) 17 15 E015 ROW 3G 3003 SR 590 590 Lot 17 16 E016 ROW 2G W side of Spring Lake Dr, Off SR 590, betw. M- B RD and US 19 Spring Lake 24 17 E017 ROW 3G The curve of Nutwood Avenue and Melonwood Avenue Wood Valley Median #11 17 18 E018 ROW 3G 2750 Park Trail Lane, E of Moccasin Lake, along RR Tracks Park Trail Lane - Western portion 17 19 E019 ROW 3G 2750 Park Trail Lane, E of Fairwood Ave, along RR Tracks Park Trail Lane - Eastern portion 17 20 E020 Storm 3P East of US 19 North of Drew, West side of apartments Fairwood ROW 18 v. 7.2024 46 Line Item 21 Location Number E021 Type Storm Service Level 3P Property 2780 Drew Street Location Description EC Moore Complex #8 & #9 West Pond Annual Service Quantity 18 Per Service Cost Total No Bid 22 E022 ROW 3G 108 David Avenue David Avenue - North Lot 17 23 E023 Storm 3P 355 Hampton Road Hampton Road 18 24 E024 Fire 2P 565 Sky Harbor Drive Station #49 - Sky Harbor 28 25 E025 ROW 3G S side of Sharkey Road, from Oberlin Dr to W end of Sharkey Rd Sharkey Road 17 26 E026 Storm 3G 965 Oberlin Drive Sharkey Road and Oberlin Drive 17 27 E027 ROW 3G 133 Virginia Avenue Wood Valley Median #7 17 28 E028 Storm 3P West of US 19 (Tropic Hills), West side of Driftwood Avenue FP Lots - Tropic Hills 18 29 E029 Fire 2P 1700 N Belcher Road Station #48 - Belcher 28 30 E030 Gen. Svcs. 2P 1701 N Hercules Ave. Solid Waste Complex 28 31 E031 ROW 3G E of Hercules Ave, between Bumice Dr and Bell Cheer Dr Grove Avenue 17 32 E032 ROW 2G NW corner of US 19 and Drew Street US 19 and Drew Street NW 24 33 E033 ROW 2G NE comer of US 19 and Drew Street US 19 and Drew Street NE 24 v. 7.2024 47 me Item 34 Location Number E034 Type ROW Service Level 2G Property SW corner of US 19 and Drew Street Location Description US 19 and Drew Street SW Annual Service Quantity 24 Per Service Cost Total No Bid 35 E035 ROW 2G SE corner of US 19 and Drew Street US 19 and Drew Street SE 24 36 E036 ROW 3G RAB at Intersection of Edenwood St/Calamondin Ln Wood Valley Median #4 17 37 E037 ROW 3G 1217 Fairwood Avenue Wood Valley Median #3 17 38 E038 ROW 3G 1117 Fairwood Avenue Wood Valley Median #2 17 39 E039 ROW 3G RAB at Intersection of Park Trail Ln/Fairwood Ave Wood Valley Median #1 17 40 E040 ROW 3G N of Gulf -to- Bay Blvd, between Belcher Rd and Coachman Rd Landry Avenue Median 17 41 E041 ROW 2G W of US 19, S of SR 60 (exclude LS bed) Tropic Hills Entrance Median 24 42 E042 ROW 2G E of Belcher road on Grovewood Road (exclude LS bed) Grovewood Entrance Medians 24 43 E043 ROW 2G Glenmoor Road at S Belcher Road (excludes LS bed) Meadows Entrance Medians 24 v. 7.2024 48 Line Item 44 Location Number E044 Type ROW Service Level 2P Property Gateway Drive and Nursery Road, median bed included Location Description Imperial Park Entrance Annual Service Quantity 28 Per Service Cost Total No Bid 45 E045 ROW 1G 2206 Ham Boulevard (excludes LS bed) Momingside West Entrance Median #1 32 46 E046 ROW 1G Intersection of Ham Blvd and St. Charles Dr/Clairborne Dr Morningside Median - Roundabout 32 47 E047 ROW 1G Ham Boulevard, York Drive - St. Charles Dr/Clairbome Dr Momingside Median #2 including bulb - outs 32 48 E048 ROW 1G Harn Boulevard, between Williams Dr and York Dr Momingside Median #3 including bulb - outs 32 49 E049 ROW 1G Ham Boulevard, between Whipsering Pines Dr and Williams Dr Momingside Median #4 including bulb- outs 32 50 E050 ROW 1G Ham Boulevard, between Flushing Avenue and Whispering Pines Dr Momingside Median #5 including bulb - outs 32 51 E051 ROW 1G Harn Boulevard, SE of Flushing Avenue Morningside Median #6 32 52 E052 ROW 1G Ham Boulevard, between Ranchwood Drive and Stewart Boulevard Momingside Median #7 32 v. 7.2024 49 Line Item 53 Location Number E053 Type ROW Service Level 1G Property Intersection of Ham Blvd and Stewart Blvd Location Description Morningside Median - Roundabout Annual Service Quantity 32 Per Service Cost Total No Bid 54 E054 ROW 1G Ham Boulevard, immediately E of Stewart Boulevard Morningside Median #8 32 55 E055 ROW 1G Ham Boulevard, E of Stewart Boulevard Morningside Median #9 32 56 E056 ROW 1G Ham Boulevard, West of Moreland Drive Momingside Medians #10, 11, 12 including bulb - outs 32 57 E057 ROW 1G Ham Boulevard, between Moreland Drive and Dickenson Drive Momingside Medians #13, 14 including bulb -outs 32 58 E058 ROW 1G Ham Boulevard and Summerlin Drive Morningside Medians #15 including bulb - outs 32 59 E059 ROW 1G Intersection of Ham Boulevard and Summerlin Drive Morningside Medians - Roundabout 32 60 E060 ROW 1G Ham Boulevard and Summerlin Drive Momingside Medians #16 including bulb - outs 32 61 E061 ROW 1G Ham Boulevard between Progress Energy ROW and US 19 Morningside Medians #17 including bulb - outs 32 v. 7.2024 50 Line Item Location Number Type Service Property Location Annual Level Description Service Quantity Per Total No Bid Service Cost 62 E062 ROW 1G Ham Boulevard between Progress Energy ROW and US 19 Morningside Medians #18 including bulb - outs 32 63 E063 ROW 1G Ham Boulevard between Progress Energy ROW and US 19 Morningside Medians #19 including bulb - outs 32 64 E064 ROW 1G Stewart Boulevard, immediately S of Harn Boulevard Momingside Median #20 including bulb - outs 32 65 E065 ROW 1G Stewart Boulevard, immediately N of Williams Drive Momingside Median #21 including bulb - outs 32 66 E066 ROW 1G Stewart Boulevard, between Williams Drive and Summerlin Drive Momingside Median #22 including bulb - outs 32 67 E067 ROW 1G Stewart Boulevard, between Summerlin Drive and Monte Carlo Drive Morningside Median #23 including bulb - outs 32 68 E068 ROW 1G Stewart Boulevard and Nursery road (excludes HOA LS bed) Momingside South Entrance Median #24 including bulb - outs 32 69 E069 ROW 1G 2276 Morningside Drive Morningside Median - Roundabout 32 70 E070 ROW 1G 1374 Williams Court Morningside Median - Roundabout 32 v. 7.2024 51 Line Item 71 Location Number E071 Type ROW Service Level 1P Property Drew Street East of Bayview Avenue Location Description Drew Street Median #11 Annual Service Quantity 42 Per Service Cost Total No Bid 72 E072 ROW 1P Drew Street West of Bayview Avenue Drew Street Median #10 42 73 E073 ROW 1P East of Wellington Apartments Drew Street Median #9 42 74 E074 ROW 1P West of Wellington Apartments Drew Street Median #8 42 75 E075 ROW 1P West of Fairwood Avenue Drew Street Median #5 42 76 E076 ROW 3G W of Belcher Road, from Barber Drive to 3rd Street Druid Road Median #1 17 77 E077 ROW 3G First median W of 3rd Street, to Belcher Road Druid Road Median #2 17 78 E078 ROW 3G Second median W of 3rd Street, to Belcher Road Druid Road Median #3 17 79 E079 ROW 3G First median E of Belcher Road Druid Road Median #4 17 80 E080 ROW 1P 3035 Gulf -to- Bay Boulevard, W of Bayside Bridge Gulf -to -Bay Median #1 42 81 E081 ROW 1P Between Bypass Drive and Old Coachman Road Gulf -to -Bay Median #3 42 v. 7.2024 52 Line Item 82 Location Number E082 Type ROW Service Level 1P Property Between Old Coachman Road and Kilmer Avenue Location Description Gulf -to -Bay Median #4 Annual Service Quantity 42 Per Service Cost Total No Bid 83 E083 ROW 1P Between Kilmer Avenue and 2nd Street Gulf -to -Bay Median #5 42 84 E084 ROW 1P Between 2nd Street and Femwood Avenue Gulf -to -Bay Median #6 42 85 E085 ROW 1P Between Fernwood Avenue and Landry Avenue Gulf -to -Bay Median #7 42 86 E086 ROW 1P Between Landry Avenue and 1st Street Gulf -to -Bay Median #8 42 87 E087 ROW 1P Between 1st Street and Belcher Road Gulf -to -Bay Median #9 42 88 E088 ROW 1P Between Gunn Avenue and Mercury Lane Gulf -to -Bay Median #11 42 89 E089 ROW 1P Between Aurora Avenue and Comet Avenue Gulf -to -Bay Median #12 42 90 E090 ROW 1P Between Arcturas Avenue and Corona Avenue Gulf -to -Bay Median #13 42 91 E091 ROW 1P Between Crest Avenue and Skyview Avenue Gulf -to -Bay Median #14 42 92 E092 ROW 1P First median W of Hillcrest Avenue on Court Street Court Street Median #1 42 v. 7.2024 53 Line Item 93 Location Number E093 Type ROW Service Level 1P Property First median E of Lincoln Avenue on Court Street Location Description Court Street Median #2 Annual Service Quantity 42 Per Service Cost Total No Bid 94 E094 ROW 1P Intersection of Lincoln Avenue and Court Street Court Street Median #3 42 95 E095 ROW 1P Between Missouri Avenue and Madison Avenue Court Street Median #4 42 96 E096 ROW 1P Intersection of Court Street and S Ewing Avenue Court Street Median #5 42 97 E097 ROW 1P Concrete median East of Hampton Road Drew Street Median #7 42 98 E098 ROW 1P Concrete median West of Hampton Road Drew Street Median #6 42 99 E099 ROW 1P West of Old Coachman Road Drew Street Median #1 42 100 E100 Gas 2P 2531 Nursery Road South Gate Station 28 101 E101 ROW 1P East of Old Coachman Road Drew Street Median #2 42 102 E102 ROW 1P West of US HWY 19 North of campus walk professional center Drew Street Median #3 42 103 E103 ROW 1P East of US HWY 19 North Drew Street Median #4 42 104 E104 ROW 1P West of McMullen Booth Road Drew Street Median #12 42 v. 7.2024 54 Line Item Location Type Service Property Location Annual Per Total No Bid Level Description Service Service Quantity Cost Number 105 E105 ROW 3G 1001 Grantwood Avenue Wood Valley Median #8 17 106 E106 ROW 3G Fairwood Avenue S of the railroad tracks Wood Valley Median #9 17 107 E107 ROW 3G The curve of Edenwood Avenue and Melonwood Avenue Wood Valley Median #10 17 108 E108 Parks 1G 2935 Saint Croix Drive Sall's Lake 32 109 E109 Parks 1G 2152 Mckinney Street Terrace Lake 32 110 E110 Parks 1G E of US 19, S end of Owen Drive and W Virginia Lane Moccasin Lake Lot 32 111 E111 Parks 1G 3031 Hoyt Ave Hoyt Lot 32 112 E112 General Services 1P 1005 N Old Coachman Transfer Station 42 TOTAL ZONE 4 NORTHWEST Line Item Location Type Property Service Location Description Annual Per No Bid 1 2 3 Number NW001 NW002 NW003 Marine and Avia. Marine and Avia. Gen. Svcs. Hercules Avenue ROW, Gilbert/Airpark ROW to golf course entrance 201 Seminole Street 1900 Grand Avenue Level Service Service Quantity Cost 2P 1P 2P Airpark ROW Seminole Boat Ramp Fleet Administration 28 42 28 v. 7.2024 55 Line Item 4 Location Number NW004 Type Gas Property 777 Maple Street Service Level 1P Location Description Gas Sales and Survey Office Annual Service Quantity 42 Per Service Cost No Bid 5 NW005 Fire 1720 Overbrook Avenue 2P Station #51 (Overbrook) 28 6 NW006 Police 1310 N Martin Luther King Jr. Avenue 2P N Greenwood PD#1 28 7 NW007 Econ. Dev. 1050 N Martin Luther King Jr. Avenue 3P N Greenwood Parking Lot #2 18 8 NW008 Sewer 1881 Virginia Avenue 3P Lift Station #65 - Virginia 18 9 NW009 Sewer 1053 Sunset Point Road 3P Lift Station #1 - Sunset Point 18 10 NW010 Sewer 1351 Sunset Point Road 3P Lift Station #24 - Betty Lane 18 11 NW011 Sewer 810 N Osceola Avenue 3P Lift Station #12 18 12 NW012 Sewer 1500 N Myrtle Avenue 2P Myrtle Avenue 28 13 NW013 Storm 1730 Overbrook Avenue 3G 1730 Overbrook Avenue 17 14 NW014 Storm 1360 Sunset Point Road 3P Spring Branch 18 15 NW015 Storm 1310 Highland Ave between Overlea St and Pinebrook Dr 3P Highland Avenue Pond 18 16 NW016 Econ. Dev. 1532 Smallwood Circle 3G Smallwood 17 17 NW017 Storm 1490 Palmetto Street 2P NW corner of Highland Ave/Palmetto St; both side of RR tracks 28 v. 7.2024 56 Line Item Location Type Property Service Location Description Annual Per No Bid Level Service Service Quantity Cost Number 18 NW018 Storm 1312 Palmetto Street 3P 1312 Palmetto - Vacant Lot 18 19 NW019 Storm 1850 West Drive 3P West Drive Pond 18 20 NW020 Storm 1164 LaSalle Street 3G 1164 Lasalle Street (storm water) 17 21 NW021 ROW W of Douglas Avenue, from Pinellas trail to 1160 Iva Street 3G Sedeeva Street 17 22 NW022 Vacant Lot 907 Metto Street vacant lot 3G 907 Metto Street 17 23 NW023 Econ. Dev. 802 Jurgens Street 3G 802 Jurgens Street 17 24 NW024 ROW NE Corner North Myrtle Avenue and Palm Bluff Street 3G Rails to Trails - Palm Bluff 17 25 NW025 Vacant Lot 1201 N Myrtle Avenue 3G 1201 N Myrtle Avenue 17 26 NW026 Econ. Dev. 1317 - 1323 MLK Jr. Avenue, NE Corner of MLK and Tangerine 3G Blue Chip Lot 17 27 NW027 Econ. Dev. 1415 Taft Avenue 3G 1415 Taft Avenue 17 28 NW028 Greenwood ROW 610 Carlton Street 3G Rails to Trails - Roosevelt Avenue 17 29 NW029 Greenwood ROW N side of Marshall Street, at intersection of Fulton Avenue 3G Fulton Avenue 17 v. 7.2024 57 Line Item Location Type Property Service Location Description Annual Per No Bid Level Service Service Quantity Cost Number 30 NW030 ROW W of Osceola Avenue, W end of Georgia Street 3G Georgia Street End 17 31 NW031 Sewer 301 Eldridge Street 3G Lift Station #32 17 32 NW032 ROW W end of Cedar Street, W of Osceola Avenue 3G Cedar Street End 17 33 NW033 ROW W of Sunset Drive, W end of Spring Court Street 3G Spring Court Street End 17 34 NW034 ROW W of Osceola Avenue, W end of Palm Bluff Street 3G Palm Bluff Street End 17 35 NW035 ROW W of Sunset Drive, W end of Engman Street 3G Engman Street End 17 36 NW036 ROW W of Sunset Drive, W end of Marshall Street 3G Marshall Street End 17 37 NW037 ROW W of Sunset Drive, W end of Fairmont Street 3G Fairmont Street End 17 38 NW038 ROW W of Sunset Drive, W end of Sunburst Court 3G Sunburst Court Street End 17 39 NW039 ROW W of Sunset Drive, W end of Princess Street 3G Princess Street End 17 40 NW040 ROW Includes cul- de -sac median on the E end of Venetian Point Drive 2G Venetian Point Drive Medians (3) 24 v. 7.2024 58 Line Item Location Type Property Service Location Description Annual Per No Bid Level Service Service Quantity Cost Number 41 NW041 ROW N and S side of Sunburst Court from N Ft. Harrison, W to Wall 2G Sunburst Court 24 42 NW042 Greenwood ROW Intersection MLK Jr Avenue and Jones Street, E side 3G MLK Jr Avenue/Jones Street End 17 43 NW043 Greenwood ROW Intersection MLK Jr Avenue and Hart Street, E side 3G MLK Jr Avenue/Hart Street End 17 44 NW044 Greenwood ROW Intersection MLK Jr Avenue and Jackson Road, W side 3G MLK Jr Avenue/ Jackson Road End 17 45 NW045 Greenwood ROW E side of MLK Jr Avenue at railroad crossing 3G MLK and Railroad 17 46 NW046 Greenwood ROW S of Seminole Street 2G MLK Streetscape - Median #1 (800) 24 47 NW047 Greenwood ROW First median N of Seminole Street 2G MLK Streetscape - Median #2 (900) 24 48 NW048 Greenwood ROW First median S of Palmetto Street 2G MLK Streetscape - Median #3 (905) 24 49 NW049 Greenwood ROW Intersection of Palmetto Street and MLK Jr. Avenue 2G MLK Streetscape - Median #4 RAB 24 50 NW050 Greenwood ROW N of Palmetto Street 2G MLK Streetscape - Median #5 (1002) 24 51 NW051 Greenwood ROW N of Metto Street 2G MLK Streetscape - Median #6 (1004) 24 52 NW052 Greenwood ROW S of Palm Bluff Street 2G MLK Streetscape - Median # 7 (1022) 24 v. 7.2024 59 Line Item 53 Location Number NW053 Type Greenwood ROW Property N of La Salle Street Service Level 2G Location Description MLK Streetscape - Median # 8 (1200) Annual Service Quantity 24 Per Service Cost No Bid 54 NW054 Greenwood ROW N of Engman Street 2G MLK Streetscape - Median #9 (1304) 24 55 NW055 Greenwood ROW N of Tangerine Street 2G MLK Streetscape - Median #10 (1319) 24 56 NW056 Greenwood ROW S of Grant Street 2G MLK Streetscape - Median #11 (1405) 24 57 NW057 Greenwood ROW N of Grant Street 2G MLK Streetscape - Median #12 (1500) 24 58 NW058 Greenwood ROW N of Marshall Street 2G MLK Streetscape - Median #13 (1600) 24 59 NW059 Greenwood ROW Between E Beckett Street and W Beckett Street 2G MLK Streetscape - Median #14 (1606) 24 60 NW060 Greenwood ROW First median N of W Beckett Street 2G MLK Streetscape - Median #15 (1625) 24 61 NW061 Greenwood ROW First median S of Fairmont Street 2G MLK Streetscape - Median #16 (1631) 24 62 NW062 Greenwood ROW SW corner of Fairmont Street and MLK Jr Avenue 2G MLK Streetscape - MLK/Fairmont Gateway 24 63 NW063 Greenwood ROW W of Pinellas Trail at Fulton Avenue 2G Fairmont Street Median #14 24 64 NW064 Greenwood ROW E of Pinellas Trail at Fulton Avenue 2G Fairmont Street Median #13 24 65 NW065 Greenwood ROW E of Pinellas Trail at Fulton Avenue 2G Fairmont Street Median #15 24 v. 7.2024 60 Line Item Location Type Property Service Location Description Annual Per No Bid Level Service Service Quantity Cost Number 66 NW066 Greenwood ROW Triangle at Marshall Street and Fulton Avenue 2G Marshall Street Median 24 67 NW067 Greenwood ROW Intersection at Fulton Avenue and Marshall Street 2G Fairmont Street Median #12 24 68 NW068 Greenwood ROW N of intersection at Fulton Avenue and Marshall Street 2G Fairmont Street Median #11 24 69 NW069 Greenwood ROW S of intersection at Fulton Avenue and Fairmont Street 2G Fairmont Street Median #10 24 70 NW070 Greenwood ROW Intersection at Fulton Avenue and Fairmont Street 2G Fairmont Street Median #9 - RAB at Fulton Avenue 24 71 NW071 Greenwood ROW E of intersection at Fulton Avenue and Fairmont Street 2G Fairmont Street Median #8 24 72 NW072 Greenwood ROW W of intersection at MLK Jr Avenue at Fairmont Street 2G Fairmont Street Median #7 24 73 NW073 Greenwood ROW W of intersetion at N Washington Avenue at Fairmont Street 2G Fairmont Street Median #5 24 v. 7.2024 61 Line Item 74 Location Number NW074 Type Greenwood ROW Property E of intersection at N Washington Avenue at Fairmont Street Service Level 2G Location Description Fairmont Street Median #4 Annual Service Quantity 24 Per Service Cost No Bid 75 NW075 Greenwood ROW 2nd median W of intersection at Fairmont St and N Madison Ave 2G Fairmont Street Median #3 24 76 NW076 Greenwood ROW W of intersection at Fairmont Street and N Madison Avenue 2G Fairmont Street Median #2 24 77 NW077 Greenwood ROW Intersection of Douglas Ave and Harbor Dr 2G ROW Median 24 78 NW078 Greenwood ROW E of Intersection at Fairmont Street and Harbor Drive 2G Fairmont Street Median #1 24 79 NW079 ROW E and W side of Douglas Avenue, S of Overbrook Avenue 2G Douglas Avenue 24 80 NW080 Greenwood ROW E of intersection at MLK Jr Avenue and Palmetto Street 2G Palmetto Street - Median #15 24 81 NW081 Greenwood ROW 2nd W of intersection at Phillies Drive and Palmetto Street 2G Palmetto Street - Median #14 24 82 NW082 Greenwood ROW W of intersection at Phillies Drive and Palmetto Street 2G Palmetto Street - Median #13 24 v. 7.2024 62 Line Item 83 Location Number NW083 Type Greenwood ROW Property W of intersection at West Avenue and Palmetto Street Service Level 2G Location Description Palmetto Street - Median #12 Annual Service Quantity 24 Per Service Cost No Bid 84 NW084 Greenwood ROW W of intersection at N Madison Avenue and Palmetto Street 2G Palmetto Street - Median #11 24 85 NW085 Greenwood ROW E of intersection at N Madison Avenue and Palmetto Street 2G Palmetto Street - Median #10 24 86 NW086 Greenwood ROW 2nd W of intersection at N Missouri Avenue and Palmetto Street 2G Palmetto Street - Median #9 24 87 NW087 Greenwood ROW W of intersection at N Missouri Avenue and Palmetto Street 2G Palmetto Street - Median #8 24 88 NW088 Greenwood ROW 5th W of intersection at Holt Avenue and Palmetto Street 2G Palmetto Street - Median #7 24 89 NW089 Greenwood ROW 4th W of intersection at Holt Avenue and Palmetto Street 2G Palmetto Street - Median #6 24 90 NW090 Greenwood ROW 3rd W of intersection at Holt Avenue and Palmetto Street 2G Palmetto Street - Median #5 24 v. 7.2024 63 Line Item 91 Location Number NW091 Type Greenwood ROW Property 2nd W of intersection at Holt Avenue and Palmetto Street Service Level 2G Location Description Palmetto Street - Median #4 Annual Service Quantity 24 Per Service Cost No Bid 92 NW092 Greenwood ROW W of intersection at Holt Avenue and Palmetto Street 2G Palmetto Street - Median #3 24 93 NW093 Greenwood ROW E of intersection at Holt Avenue and Palmetto Street 2G Palmetto Street - Median #2 24 94 NW094 Greenwood ROW E of intersection at Fairbum Avenue and Palmetto Street 2G Palmetto Street - Median #1 24 95 NW095 Greenwood ROW NW corner of intersection at Betty Lane and Palmetto Street 2G Palmetto Street and Betty Lane Gateway 24 96 NW096 Greenwood ROW S of intersection at Betty Lane and LaSalle Street 2G N Betty Lane - Median #2 24 97 NW097 Greenwood ROW N of intersection at Betty Lane and LaSalle Street 2G N Betty Lane - Median #1 24 98 NW098 ROW S of Eldridge at railroad, off Betty Lane 3G N Jefferson Street End 17 99 NW099 ROW W side of Betty Lane at railroad crossing 3G Betty Lane and Railroad 17 v. 7.2024 64 Line Item 100 Location Number NW100 Type ROW Property Cul-de-sac median at E end of Sunnydale Drive Service Level 3G Location Description Sunnydale Drive Annual Service Quantity 17 Per Service Cost No Bid 101 NW101 ROW Triangle at Idlewild Drive and Oakdale Way 3G Idlewild/Oakdale Median 17 102 NW102 ROW Triangle median at Woodlawn Terrace and Oakdale Way 3G Woodlawn/Oakdale Median 17 103 NW103 ROW Triangle at Idlewild Drive and Pinecrest Way 3G Idlewild/Pinecrest Median 17 104 NW104 ROW Triangle median at Woodlawn Terrace and Pinecrest Way 3G Woodlawn/Pinecrest Median 17 105 NW105 ROW Cul-de-sac median 3G Byram Drive Median 17 106 NW106 ROW Cul-de-sac median E end of Erin Lane 3G Erin Lane Median 17 107 NW107 ROW At Joel Lane, W off Highland Avenue and Carlos Avenue 3G Carlos Avenue Median 17 108 NW108 ROW W of Highland Avenue on Joel Lane 3G Joel Lane Median 17 109 NW109 ROW Maple Street N to golf course, including N of Mariva to fence 3G Mariva Avenue median 1 17 v. 7.2024 65 Line Item 110 Location Number NW110 Type ROW Property Maple Street N to golf course, including N of Mariva to fence Service Level 3G Location Description Mariva Avenue median 2 Annual Service Quantity 17 Per Service Cost No Bid 111 NW111 ROW Maple Street N to golf course, including N of Mariva to fence 3G Mariva Avenue median 3 17 112 NW112 ROW Maple Street N to golf course, including N of Mariva to fence 3G Mariva Avenue dead-end 17 113 NW113 ROW NW side of Flagler Drive from Highland to Keene along RR Tracks 3G Flagler Drive 17 114 NW114 ROW Triangle lot W of 1556 Scott Street, at Scott St and Flagler Dr 3G Flagler Drive and Scott Street Property 17 115 NW115 ROW Intersection of Baker Avenue and Casler Avenue 2G Grandview: Baker Circle 24 116 NW116 ROW Ridgewood Street and Richards Avenue 2G Grandview: Ridgewood Roundabout 1 24 117 NW117 ROW Ridgewood Street and Baker Avenue 2G Grandview: Ridgewood Roundabout 2 24 118 NW118 ROW Ridgewood Street and Casler Avenue 2G Grandview: Ridgewood Roundabout 3 24 v. 7.2024 66 Line Item 119 Location Number NW119 Type ROW Property Intersection of Casler Avenue and Palmetto Street Service Level 2G Location Description Grandview: Palmetto Circle Annual Service Quantity 24 Per Service Cost No Bid 120 NW120 ROW Intersection of Palmetto Street and Amble Lane 3G Amble Lane Median 17 121 NW121 ROW On Cincinnati Parkway, from Harding St. N to Mckinley St. 3G Cincinnati Parkway Median #1 17 122 NW122 ROW On Cinicinnati Parkway, from McKinley St. N to Gilbert St. 3G Cincinnati Parkway Median #2 17 123 NW123 ROW 1704 N Highland Ave 2G Greenlea-Otten Traffic Calming 24 124 NW124 ROW 1548-1572 Linwood Dr 2G Greenlea-Otten Traffic Calming 24 125 NW125 ROW Intersection of Linwood Dr and Palmelia Dr 2G Greenlea-Otten Traffic Calming 24 126 NW126 ROW Intersection of Linwood Dr and Sharondale Dr 2G Greenlea-Otten Traffic Calming 24 127 NW127 ROW Intersection of Linwood Dr and Murray Avenue 2G Greenlea-Otten Traffic Calming 24 128 NW128 ROW Intersection of Otten Street and Weston Drive 2G Greenlea-Otten Traffic Calming 24 129 NW129 ROW 1471 Otten Street 2G Greenlea-Otten Traffic Calming 24 v. 7.2024 67 Line Item 130 Location Number NW130 Type ROW Property Intersection of Greenlea Drive and Sharondale Drive Service Level 2G Location Description Greenlea-Otten Traffic Calming Annual Service Quantity 24 Per Service Cost No Bid 131 NW131 ROW Intersection of Greenlea Drive and Ridgeway Drive 2G Greenlea-Otten Traffic Calming 24 132 NW132 ROW Intersection of Greenlea Drive and Murray Avenue 2G Greenlea-Otten Traffic Calming 24 133 NW133 ROW 1730 Greenlea Dr 2G Greenlea-Otten Traffic Calming 24 134 NW134 ROW 1776 Greenlea Dr 2G Greenlea-Otten Traffic Calming 24 135 NW135 ROW 1836 Ridgeway Dr 2G Greenlea-Otten Traffic Calming 24 136 NW136 ROW 1882 Ridgeway Dr 2G Greenlea-Otten Traffic Calming 24 137 NW137 ROW 1814 Greenhill Dr 2G Greenlea-Otten Traffic Calming 24 138 NW138 ROW 1836 Greenhill Dr 2G Greenlea-Otten Traffic Calming 24 139 NW139 ROW 1858 Greenhill Dr 2G Greenlea-Otten Traffic Calming 24 140 NW140 ROW 1721 Prince Philip Street 2G Greenlea-Otten Traffic Calming 24 141 NW141 ROW 1779 Prince Philip Street 2G Greenlea-Otten Traffic Calming 24 142 NW142 ROW 1724 Thames Street 2G Greenlea-Otten Traffic Calming 24 143 NW143 ROW 1766 Thames Street 2G Greenlea-Otten Traffic Calming 24 144 NW144 ROW 1739 Townsend Street 2G Greenlea-Otten Traffic Calming 24 v. 7.2024 68 Line Item 145 Location Number NW145 Type ROW Property 1767 Townsend Street Service Level 2G Location Description Greenlea-Otten Traffic Calming Annual Service Quantity 24 Per Service Cost No Bid 146 NW146 Removed Property Removed Removed Intentionally Left Blank- Property Removed 0 147 NW147 ROW Windsor Gate E , West of Keene Road 1G Windsor Gate East Median 32 148 NW148 Gas 1010 North Hercules Avenue 2P North Gas Station 28 149 NW149 Sewer 1818 North Washington 3P Lift Station #2 18 150 NW150 Econ. Dev. 900 North Ft. Harrison Avenue 2P North Ward School 28 151 NW151 ROW W of Sunset Drive, W end of LeBeau Street 3G LeBeau Street end 17 152 NW152 ROW W of Sunset Drive, W end of Pleasant Street 3G Pleasant Street end 17 153 NW153 Storm 1740 Weston Drive 3P Kings Highway Pond 18 154 NW154 Econ. Dev. 1313 N. Martin Luther King Jr. Ave 3P 1313 N Martin Luther King Jr. Ave 18 155 NW155 Econ. Dev. 1006 Grant Street 3P 1006 Grant St 18 156 NW156 Econ. Dev. 1007 Marshall Street 3P 1007 Marshall St 18 157 NW157 Econ. Dev. 1004 Grant Street 3P 1005 Marshall St 18 158 NW158 Econ. Dev. 1002 Grant Street 3P 1002 Grant St 18 159 NW159 Sewer 1119 N Betty Ln 3P Lift Station #3 18 v. 7.2024 69 Line Item 160 Location Number NW160 Type Parks Property 1301 N Betty Lane Service Level 1G Location Description Betty Lane Park Annual Service Quantity 32 Per Service Cost No Bid 161 NW161 Parks 1971 N Betty Lane 1G State Street Park 32 162 NW162 Parks 440 Baker Avenue 1G Lake Hobart 32 163 NW163 Parks 1430 Maple Street 1G Hillcrest 32 164 NW164 Parks E of Glenwood Avenue, between Drew Street and Ridgewood Street 1G Ridgewood Street Property 32 165 NW165 Parks 800 N Martin Uther King Jr Ave 1G N Greenwood Library/Walter C. Campbell Sr Park 32 166 NW166 Econ. Dev. 900 Palmetto Ave 3G 900 Palmetto Ave 17 167 NW167 Econ. Dev. 1325 N MLK Jr. Ave 3G 1329 N MLK Jr. Ave 17 168 NW168 Econ. Dev. 1329 N MLK Jr. Ave 3G 1105 Carlton St 17 169 NW169 Econ. Dev. 400 N Myrtle Ave 1G 400 N Myrtle Ave 32 170 NW170 Econ. Dev. Corner of Cleveland St and MLK Jr. Ave 3G Nolan Parking Lot MLK/Cleveland - SW Corner 17 171 NW171 Parking 115 S. Osceola Ave 1G Peace Memorial Lot 32 172 NW172 Stormwater 1838 Pineland Dr 3G 1838 Pineland Dr 17 ZONE 5 SOUTHWEST v. 7.2024 70 Line Item 1 Location Number SW001 Type Storm Service Level 3P Property 100 S Arcturas Avenue, N of Gulf -to - Bay Location Description Arcturas Avenue Annual Service Quantity 18 Per Service Cost Total No Bid 2 SW002 Storm 3P W side of Arcturas Avenue, N of Druid Road by bridge Clearwater High Dtich 18 3 SW003 Storm 3P 1865 Druid Road Druid Ditch Lot and ROW 18 4 SW004 Storm 3P South side of Belleair Ave, between Evergreen Ave and Montery Dr Hillcrest ROW 18 5 SW005 Storm 3P Stevensons Creek at South Hillcrest Ave South of Jeffords Street, North of Browning St 18 6 SW006 Storm 3P Stevensons Creek at 1364 Jeffords Street Jeffords Street Pond 18 7 SW007 Storm 3P 1400-1449 block of Jeffords Street, East of S. Hillcrest Ave LS -19 and Jeffords St. Median/Swale 18 8 SW008 Storm 3P 1450-1469 block of Jeffords Street, San Remo Ave to Oakview Ave Jeffords Street Median/Swale 18 v. 7.2024 71 Line Item 9 Location Number SW009 Type Storm Service Level 3P Property 1470-1499 block of Jeffords Street, Oakview Ave to Highland Ave Location Description Jeffords Street Median/Swale Annual Service Quantity 18 Per Service Cost Total No Bid 10 SW010 Storm 3P 530 Turner Street to 531 Chestnut Street Roger Street Ditch 18 11 SW011 Storm 2P 601 Spencer Avenue / 600 S Duncan Avenue Spencer/Duncan Avenue Ponds 28 12 SW012 ROW 3G NW corner of Pierce St and S Lady Mary Dr Grass area on the West side of Stevenson's Creek 17 13 SW013 Storm 3P 1339 Park St, North portion of the CHIP shelter site Ditch lot, E of Stevenson's Creek, N of Park St to Cleveland St 18 14 SW014 Econ. Dev. 3P 1344 Cleveland City owned lot, N of Cleveland St, E of Stevenson's Creek 18 15 SW015 ROW 3G End of E -W alley, One block N of Cleveland St, W of N Evergreen Ave W end of alley (ending at Stevenson's Creek) 17 16 SW016 Storm 3P Corner of Tangerine by lake, E of lake along Lake Avenue Lake Drive ROW 18 v. 7.2024 72 • • 17 oca ion Number SW017 ype ROW Service Level 2G Property 1.5 blocks N of Druid Road, 1 block W of keene Road Location Description Florida Ave - Keene Rd - area NORTH OF PINELLAS COUNTY POND Annual Service Quantity 24 Per Service Cost Total No Bid 18 SW018 Econ. Dev. 3P 1250-1274 Cleveland Street Economy Inn Lot 18 19 SW019 Econ. Dev. 3P 1359 Cleveland Street Carpro Property 18 20 SW020 Econ. Dev. 3P 1356 Park Street Park St Vacant Lot 18 21 SW021 PD 3P 14 S Evergreen Avenue Evergreen Lot 18 22 SW022 PD 3P 1498 S Martin Luther King Jr Avenue S MLK Jr PD Sub Station 18 23 SW023 Fire 3P 1450 Lakeview Road Safety Village 18 24 SW024 Fire 3P 1460 Lakeview Road Station #47 (Lakeview) 18 25 SW025 Sewer 3P N of Bellair Road, between Keene and Belcher Lift Station #40 - Belleair Road 18 26 SW026 Parks 3G 1370 Pomelo Ave South of Dempsey St, North of Woodland St, West of CSX RR 17 27 SW027 Storm 3P 1500-1549 block of South Myrtle Ave South of Woodland St, North of Howard St, West of CSX RR 18 28 SW028 Storm 3P 800 block of Howard St South of Howard st, North of Belleair Rd, West of CSX RR 18 v. 7.2024 73 Line Item 29 Location Number SW029 Type Econ. Dev. Service Level 3P Property 1454 S Martin Luther King Jr Avenue Location Description 1454 S MLK Jr Avenue - Vacant Lot Annual Service Quantity 18 Per Service Cost Total No Bid 30 SW030 Storm 3G 800 Mark Drive 800 Mark Drive - Vacant Lot 17 31 SW031 Gen. Svc. 3G 1380 Friend Avenue Gates Lake 17 32 SW032 ROW 2G Cleveland Street, 1st median E of Glenwood Avenue Cleveland Street Median #14 24 33 SW033 ROW 2G Cleveland Street, 2nd median E of Glenwood Avenue Cleveland Street Median #13 24 34 SW034 ROW 2G Intersection of Cleveland Street and Crest Avenue Cleveland Street Median #12 24 35 SW035 ROW 2G Intersection of Cleveland Street and Lake Drive Cleveland Street Median #11 - RAB 24 36 SW036 ROW 2G Cleveland Street between Duncan Avenue and Keystone Drive Cleveland Street Median #10 24 37 SW037 ROW 2G Cleveland Street, E of Duncan Avenue Cleveland Street Median #9 24 v. 7.2024 74 Line Item 38 Location Number SW038 Type ROW Service Level 2G Property Cleveland Street, W of Saturn Avenue Location Description Cleveland Street Median #8 Annual Service Quantity 24 Per Service Cost Total No Bid 39 SW039 ROW 2G Intersection of Cleveland Street and Saturn Avenue Cleveland Street Median #7 - RAB 24 40 SW040 ROW 2G Intersection of Cleveland Street and Corona Avenue Cleveland Street Median #6 - RAB 24 41 SW041 ROW 2G Cleveland Street, E of Corona Avenue Cleveland Street Median #5 24 42 SW042 ROW 2G Cleveland Street between N Meteor Avenue and Acturas Avenue Cleveland Street Median #4 24 43 SW043 ROW 2G Cleveland Street between N Meteor Avenue nd N Comet Avenue Cleveland Street Median #3 24 44 SW044 ROW 2G Intersection of Cleveland Street and Aurora Avenue Cleveland Street Median #2 - RAB 24 45 SW045 ROW 2G Cleveland Street between Neptune Avenue and Starcrest Drive Cleveland Street Median #1 24 v. 7.2024 75 Line Item 46 Location Number SW046 Type ROW Service Level 2G Property N Glenwood Avenue between Grove Street and Drew Street Location Description N Glenwood Avenue Median including bulb -outs Annual Service Quantity 24 Per Service Cost Total No Bid 47 SW047 ROW 2G Intersection of S Glenwood Avenue and Franklin Street S Glenwood Avenue - RAB 24 48 SW048 ROW 2G N Crest Avenue between Grove Street and Drew Street N Crest Avenue Median including bulb -outs 24 49 SW049 ROW 2G Intersection of Lake Drive and Grove Street N Lake Drive - RAB 24 50 SW050 ROW 2G Lake Drive N of Harvard Street S Lake Drive - Median #3 24 51 SW051 ROW 2G Lake Drive S of Harvard Street S Lake Drive - Median #2 24 52 SW052 ROW 2G Lake Drive N of Dartmouth Street S Lake Drive - Median #1 24 53 SW053 ROW 2G Lake Drive, N of Rainbow Drive Rainbow Drive/ S Lake Drive Median #2 24 54 SW054 ROW 2G Lake Drive, S of Rainbow Drive Rainbow Drive/ S Lake Drive Median #1 24 v. 7.2024 76 Line Item 55 Location Number SW055 Type ROW Service Level 2G Property N Keystone Drive between Grove Street and Drew Street Location Description N Keystone Drive Median Annual Service Quantity 24 Per Service Cost Total No Bid 56 SW056 ROW 2G Intersection of Rainbow Drive and S Keystone Drive Rainbow Drive/S Keystone Drive 24 57 SW057 ROW 2G N Duncan Avenue between Cleveland Street and Drew Street N Duncan Avenue Median 24 58 SW058 ROW 2G Intersection of Rainbow Drive and S Duncan Avenue Rainbow Drive/S Duncan Avenue - RAB 24 59 SW059 ROW 2G N Jupiter Avenue between Cleveland Street and Drew Street N Jupiter Avenue Median including bulb -outs 24 60 SWO60 ROW 2G S Jupiter Avenue between Cleveland Street and Rainbow Drive S Jupiter Avenue Median 24 61 SW061 ROW 2G N Satum Avenue between Cleveland Street and Drew Street N Satum Avenue Median including bulb -outs 24 v. 7.2024 77 Line Item 62 Location Number SW062 Type ROW Service Level 2G Property S Saturn Avenue just S of Cleveland Street Location Description S Saturn Avenue Median #2 including bulb -outs Annual Service Quantity 24 Per Service Cost Total No Bid 63 SW063 ROW 2G S Saturn Avenue just N of Rainbow Drive S Saturn Avenue Median #1 including bulb -outs 24 64 SW064 ROW 2G N Mars Avenue between Cleveland Street and Drew Street N Mars Avenue Median including bulb -outs 24 65 SW065 ROW 3G SE corner of Drew Street and Mars Avenue Mars Avenue East Shoulder 17 66 SW066 ROW 2G S Mars Avenue between Cleveland Street and Rainbow Drive S Mars Avenue Median including bulb -outs 24 67 SW067 ROW 2G S Corona Avenue between Cleveland Street and Rainbow Drive S Corona Avenue Median including bulb -outs 24 68 SW068 ROW 2G N Arcturas Avenue between Cleveland Street and Drew Street N Arcturus Avenue Median including bulb -outs 24 v. 7.2024 78 Line Item 69 Location Number SW069 Type ROW Service Level 2G Property S Arcturas Avenue between Cleveland Street and Rainbow Drive Location Description Annual Service Quantity 24 Per Service Cost Total No Bid S Arcturas Avenue Median including bulb -outs 70 SW070 ROW 2G Intersection of Rainbow Drive and Arcturas Avenue Rainbow Drive/S Arcturas Avenue - RAB 24 71 SW071 ROW 2G N Meteor Avenue between Cleveland Street and Drew Street N Meteor Avenue Median including bulb -outs 24 72 SW072 ROW 2G S Meteor Avenue between Cleveland Street and Rainbow Drive S Meteor Avenue Median including bulb -outs 24 73 SW073 ROW 2G N Comet Avenue between Cleveland Street and Drew Street N Comet Avenue Median including bulb -outs 24 74 SW074 ROW 2G S Comet Avenue between Cleveland Street and Rainbow Drive S Comet Avenue Median including bulb -outs 24 75 SW075 ROW 2G Intersection of Rainbow Drive and Comet Avenue Rainbow Drive/S Comet Avenue - RAB 24 v. 7.2024 79 Line Item 76 Location Number SW076 Type ROW Service Level 2G Property N Aurora Avenue, just S of Drew Street Location Description N Aurora Avenue Median #2 including bulb -outs Annual Service Quantity 24 Per Service Cost Total No Bid 77 SW077 ROW 2G N Aurora Avenue, just N of Cleveland Street N Aurora Avenue Median #1 including bulb -outs 24 78 SW078 ROW 2G S Aurora Avenue between Cleveland Street and Rainbow Drive S Aurora Avenue Median including bulb -outs 24 79 SW079 ROW 2G N Cirus Avenue between Cleveland Street and Drew Street N Cirus Avenue Median including bulb -outs 24 80 SW080 ROW 2G S Cirus Avenue between Cleveland Street and Rainbow Drive S Cirus Avenue Median including bulb -outs 24 81 SW081 ROW 2G N Nimbus Avenue between Cleveland Street and Drew Street N Nimbus Avenue Median including bulb -outs 24 82 SW082 ROW 2G S Nimbus Avenue between Rainbow Drive and Cleveland Street S Nimbus Avenue Median #2 including bulb -outs 24 v. 7.2024 80 Line Item 83 Number SW083 ROW - Level 2G • • - . S Nimbus Avenue between Gulf to Bay Blvd and Rainbow Dr. • • • Description S Nimbus Avenue Median #1 including bulb -outs • nnua Service Quantity 24 •er Service Cost - otal No Bid 84 SW084 ROW 3G E end of E Street, S of Lakeview, E of Ft Harrison Avenue E Street End 17 85 SW085 ROW 3G Intersection of McLennan Street and Hamlet Avenue McLennan Street / Hamlet Avenue Roundabout 17 86 SW086 ROW 3G S of Mclennan St to Belleview Blvd, dirt road S to Woodlawn 1st Avenue 17 87 SW087 ROW 3G Triangle at NE of Myrtle Ave and Howard St, WofRR tracks Howard Street Triangle Median 17 88 SW088 ROW 3G Triangle at NE of Myrtle Ave and Howard St, WofRR tracks Howard Street Triangle Median 17 89 SW089 ROW 3G Along N side of cemetary from Myrtle Avenue to Friend Avenue Tuskawilla Street 17 v. 7.2024 81 Line Item 90 Location Number SW090 Type ROW Service Level 3G Property Ewing Ave to Dempsey Street Location Description Ewing Ave - Median #1 (S of Lakeview Rd) Annual Service Quantity 17 Per Service Cost Total No Bid 91 SW091 ROW 3G Dempsey Street Dempsey Street - Median (W of Ewing Ave) 17 92 SW092 ROW 3G Between Druid Road and Jasmine Way, half block E of Missouri Ave Druid Road/Jasmine Way Alleu 17 93 SW093 ROW 2G 1 block N of Druid Road, 2 blocks W of Keene Road Phoenix and Turner RAB 24 94 SW094 ROW 2G 1 block N of Druid Road, 1 block west of Keene Road Florida and Turner RAB 24 95 SW095 ROW 3G Off Betty Lane, N of Belleair Road Betty Court Median 17 96 SW096 ROW 3G N of Belleair Road, just W of Highalnd Avenue Eunice Lane Median 17 97 SW097 ROW 2G 1301 Boylan Avenue Intersection of Boylan Ave and Lakeview Rd 24 98 SW098 ROW 2G 1337 Boylan Avenue Boylan Ave North Median 24 99 SW099 ROW 2G 1401 Boylan Avenue Boylan Ave South Median 24 v. 7.2024 82 Line Item 100 Location Number SW100 Type ROW Service Level 2G Property 1256 Bellevue Boulevard Location Description Bellevue/Prescott Annual Service Quantity 24 Per Service Cost Total No Bid 101 SW101 ROW 2G 1568 S Prescott Avenue Prescott Ave bulb- outs 24 102 SW102 ROW 2G 1301 S Betty Lane Intersection of S Betty Ln and Lakeview Rd 24 103 SW103 ROW 2G 1352-1360 S Betty Lane S Betty Lane bulb- outs 24 104 SW104 ROW 2G 1544 and 1548 S Betty Lane S Betty Lane medians #1 and #2 24 105 SW105 ROW 2G 1575 S Betty Lane S Betty Lane/Belleair 24 106 SW106 ROW 2G RAB at Intersection of St. Thomas Dr and Fredrica Ave St Thomas/Fredrica 24 107 SW107 ROW 2G 1301 S Evergreen Avenue Intersection of S Evergreen Ave and Lakeview Rd 24 108 SW108 ROW 2G 1337-1340 S Evergreen Avenue S Evergreen Avenue bulb -outs 24 109 SW109 ROW 2G RAB at Intersection of S Evergreen Ave and Campbell Ct. S Evergreen/Campbell #1 24 110 SW110 ROW 2G 1401 S Evergreen Ave S Evergreen/Campbell #2 24 111 SW111 ROW 2G 1409 S Evergreen Avenue S Evergreen/Campbell #3 24 v. 7.2024 83 Line Item 112 Location Number SW112 Type ROW Service Level 2G Property 1413 S Evergreen Avenue Location Description S Evergreen/Campbell #4 Annual Service Quantity 24 Per Service Cost Total No Bid 113 SW113 ROW 2G RAB at Intersection of S Evergreen Ave and Bellevue Blvd Bellevue/S Evergreen 24 114 SW114 ROW 2G RAB at Intersection of St. Thomas Dr and Evergreen Ave St Thomas/Evergreen 24 115 SW115 ROW 2G 1300 S Hillcrest Avenue Lakeview/Hillcrest median #1 24 116 SW116 ROW 2G 1312 S Hillcrest Avenue Lakeview/Hillcrest median #2 24 117 SW117 ROW 2G 1318 S Hillcrest Avenue Lakeview/Hillcrest median #3 24 118 SW118 ROW 2G RAB at Intersection of S Hillcrest Ave and Satsuma St S Hillcrest/Satsuma St 24 119 SW119 ROW 2G RAB at Intersection of S Hillcrest Ave and Orange St S Hillcrest/Orange St 24 120 SW120 ROW 2G RAB at Intersection of S Hillcrest Ave and Lime St S Hillcrest/Lime St 24 v. 7.2024 84 Line Item 121 Location Number SW121 Type ROW Service Level 2G Property RAB at Intersection of S Hillcrest Ave and Temple St Location Description S Hillcrest/Temple St Annual Service Quantity 24 Per Service Cost Total No Bid 122 SW122 ROW 2G RAB at Intersection of S Hillcrest Ave and Bellevue Blvd Bellevue/S Hillcrest 24 123 SW123 ROW 2G RAB at Intersection of St. Thomas Dr and Hillcrest Ave St Thomas/Hillcrest 24 124 SW124 ROW 2G 1524 S Hillcrest Ave S Hillcrest #1 24 125 SW125 ROW 2G 1542 S Hillcrest Ave S Hillcrest #3 24 126 SW126 ROW 1G Median between Belleair Road and Bayview Drive Missouri Ave Median #12 32 127 SW127 ROW 1G Median between Howard Street and Belleair Road Missouri Ave Median #11 32 128 SW128 ROW 1G Median between Woodlawn Street and Howard Street Missouri Ave Median #10 32 v. 7.2024 85 Line Item 129 Location Number SW129 Type ROW Service Level 1G Property Median between Belleview Boulevard and Woodlawn Street Location Description Missouri Ave Median #9 Annual Service Quantity 32 Per Service Cost Total No Bid 130 SW130 Econ. Dev. 3P 1247 Grove Street 1247 Grove St/house 18 131 SW131 ROW 1G Median between Queen Street and Kingsley Street Missouri Ave Median #8 32 132 SW132 ROW 1G Median between Lakeview Road and Kingsley Street Missouri Ave Median #7 32 133 SW133 ROW 1G Median between Lakeview Road and Kingsley Street Missouri Ave Median #6 32 134 SW134 ROW 1G Median between Lakeview Road and Kingsley Street Missouri Ave Median #5 32 135 SW135 ROW 1G Median between Jeffords Street and Lakeview Road Missouri Ave Median #4 32 136 SW136 ROW 1G Median between Lotus Path and Jeffords Street Missouri Ave Median #3 32 v. 7.2024 86 Line Item 137 Location Number SW137 Type ROW Service Level 1G Property Median between Druid Road and Magnolia Drive Location Description Missouri Ave Median #2 Annual Service Quantity 32 Per Service Cost Total No Bid 138 SW138 ROW 1G Median between Roger Street and Druid Road Missouri Ave Median #1 32 139 SW139 Fire 1P 677 Hercules Ave Future site FD 47 42 140 SW140 Econ. Dev. 3P 801 Howard St Howard Street at RR Tracks 18 141 SW141 Sewer 3P 205 Jeffords St Lift Station #7 18 142 SW142 Parks 1G 3 Turner Street Turner Street Dock 32 143 SW143 Parks 1G N of Belleair Road, E of Betty Lane Ann Circle Median 32 144 SW144 Parks 3G 799 Lakeview Rd Vacant Lot between Lakeview Rd and Dempsey St 17 TOTAL ZONE 6 BALLFIELDS Line Item Location Type Service Property Location Annual Per Total No Bid Level Description Service Service Quantity Cost 1 2 Number BF001 BF002 Parks Parks 1G 1G 2642 Sabal Springs Dr., N of SR 580 just off of C'side Blvd. 2780 Drew St. Countryside Community Park Eddie C. Moore 8-9 32 32 v. 7.2024 87 Line Item 3 Location Number BF003 Type Parks Service Level 1G Property 2994 Drew St. Location Description Eddie C. Moore 5-7 Annual Service Quantity 32 Per Service Cost Total No Bid 4 BF004 Parks 1G 3050 Drew St., corner of McMullen Booth Rd. Eddie C. Moore 1-4 32 5 BF005 Parks 1G 1967 N. Hercules Ave. Frank Tack Park 32 6 BF006 Parks 1G 714 N. Saturn Ave. Sid Lickton Park 32 7 BF007 Parks 1G 3060 McMullen Booth Rd Countryside Sports Plex 32 TOTAL SUBMITTAL REQUIREMENTS 1 Exceptions* Proposers shall indicate any and all exceptions taken to the provisions or specifications in this solicitation document. Exceptions that surface elsewhere and that do not also appear under this section shall be considered invalid and void and of no contractual significance. Do you have any exceptions to the provisions or specifications? ❑ Yes ❑ No *Response required When equals "Yes" Exceptions Taken* **Special Note — Any material exceptions taken to the City's Terms and Conditions may render a Proposal non-responsive. Upload a copy of any exceptions taken to the provisions or specifications in this solicitation. *Response required 2 Additional Materials* Have you included any additional materials? ❑ Yes ❑ No v. 7.2024 88 *Response required When equals "Yes" Description of Additional Materials* Provide a brief description of the additional materials included. *Response required 3 Certified Business* Are you a Certified Small Business or a Certified Minority, Woman or Disadvantaged Business Enterprise? ❑ Yes ❑ No *Response required When equals "Yes" Certified Business Type* Pick one of the following. El Certified Small Business El Certified Minority, Woman, or Disadvantaged Business Enterprise *Response required When equals "Yes" Certifying Agency* List the Agency that provided your certification. *Response required When equals "Yes" Certification Documentation* Provide a copy of your certification. *Response required 4 Vendor Certification* By submitting this response, the Vendor hereby certifies that: A. It is under no legal prohibition on contracting with the City of Clearwater. B. It has read, understands, and is in compliance with the specifications, terms and conditions stated herein, as well as its attachments, and any referenced documents. C. It has no known, undisclosed conflicts of interest. D. The prices offered were independently developed without consultation or collusion with any of the other vendors or potential vendors or any other anti-competitive practices. E. No offer of gifts, payments or other consideration were made to any City employee, officer, elected official, or consultant who has or may have had a role in the procurement process for the commodities or services covered by this contract. The Vendor has not influenced or attempted to v. 7.2024 89 influence any City employee, officer, elected official, or consultant in connection with the award of this contract. F. It understands the City may copy all parts of this response, including without limitation any documents or materials copyrighted by the Vendor, for internal use in evaluating respondent's offer, or in response to a public records request under Florida's public records law (F.S. Chapter 119) or other applicable law, subpoena, or other judicial process; provided that the City agrees not to change or delete any copyright or proprietary notices. G. It hereby warrants to the City that the Vendor and its subcontractors will comply with, and are contractually obligated to comply with, all federal, state, and local laws, rules, regulations, and executive orders. H. It certifies that Vendor is not presently debarred, suspended, proposed for debarment, declared ineligible, voluntarily excluded, or disqualified from participation in this matter from any federal, state, or local agency. I. It will provide the commodities or services specified in compliance with all federal, state, and local laws, rules, regulations, and executive orders if awarded by the City. J. It is current in all obligations due to the City. K. It will accept all terms and conditions as set forth in this solicitation if awarded by the City. L. The signatory is an officer or duly authorized representative of the Vendor with full power and authority to submit binding offers and enter into contracts for the commodities or services as specified herein. ❑ Please confirm *Response required 5 E -Verify System Certification* PER FLORIDA STATUTE 448.095, CONTRACTORS AND SUBCONTRACTORS MUST REGISTER WITH AND USE THE E -VERIFY SYSTEM TO VERIFY THE WORK AUTHORIZATION STATUS OF ALL NEWLY HIRED EMPLOYEES. The affiant, by virtue of confirming below, certifies that: A. The Contractor and its Subcontractors are aware of the requirements of Florida Statute 448.095. B. The Contractor and its Subcontractors are registered with and using the E -Verify system to verify the work authorization status of newly hired employees. C. The Contractor will not enter into a contract with any Subcontractor unless each party to the contract registers with and uses the E -Verify system. D. The Subcontractor will provide the Contractor with an affidavit stating that the Subcontractor does not employ, contract with, or subcontract with unauthorized alien. E. The Contractor must maintain a copy of such affidavit. F. The City may terminate this Contract on the good faith belief that the Contractor or its Subcontractors knowingly violated Florida Statutes 448.09(1) or 448.095(2)(c). v. 7.2024 90 G. If this Contract is terminated pursuant to Florida Statute 448.095(2)(c), the Contractor may not be awarded a public contract for at least 1 year after the date on which this Contract was terminated. H. The Contractor is liable for any additional cost incurred by the City as a result of the termination of this Contract. ❑ Please confirm *Response required 6 References* Please download the below documents, complete, and upload. • REFERENCES.pdf *Response required 7 Scrutinized Company Certification* Please download the below documents, complete, and upload. • SCRUTINIZED COMPANIES AND B... *Response required 8 Compliance with Anti -Human Trafficking Laws* Please download the below documents, complete, and upload. • Compliance with 787.06 form... *Response required 9 W-9* Upload your current W-9 form. (available at https://www.irs.gov/pub/irs-pdf/fw9.pdf) *Response required 10 Upload a valid Florida Department of Agriculture Pesticide Applicator License * *Response required 11 Upload Full-time personnel listing with required information from solicitaion.* *Response required 12 Upload equipment list.* *Response required v. 7.2024 91 Countersigned: CITY OF CLEARWATER, FLORIDA By: Jennifer POI le City Manager Approved as to form: Attest: Melissa Isabel Rosemarie Call Assistant City Attorney City Clerk