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