Loading...
2016-30 AGREEMENT FOR PEST CONTROL SERVICES THIS AGREEMENT, made and entered into this (p day of _ yi / 2016, A.D., by and between the City of Clermont 685 West Montrose S reet, Clermont, Florida (hereinafter referred to as "CITY"), and FLORIDA PEST CONTROL & CHEMICAL CO., 2334 Montclair Road, Leesburg, Florida 34748, (hereinafter referred to as "CONTRACTOR"). WHEREAS, the City of Clermont issue RFB 16-031 Pest Control Services; WHEREAS, CONTRACTOR submitted its response dated April 14, 2016 to RFB 16- 031; WHEREAS, CITY desires to award a contract to CONTRACTOR in accordance with the terms and conditions of RFB 16-031 and CONTRACTOR's response thereto; WITNESSETH: That the parties hereto, for the consideration hereinafter set forth, mutually agree as follows: ARTICLE I—SCOPE OF WORK The CONTRACTOR shall furnish all labor, materials, equipment, tools and transportation to perform all the work described in the bid documents and specifications entitled: RFB NO. 16-031 Pest Control Services as prepared by Owner and its agents and shall do everything required by this Contract and the other Contract Documents contained in the specifications, which are part of these Documents. ARTICLE II—THE CONTRACT SUM CITY shall pay CONTRACTOR, for the faithful performance of the Agreement as set forth in the Agreement Documents and the Unit Price Schedule an amount in accordance with the compensation schedule set forth in Exhibit 'A', attached hereto and incorporated herein. ARTICLE III—TERM AND TERMINATION 1. This Agreement is to become effective upon execution by both parties, and shall remain in effect for a period of three (3) years thereafter, unless terminated or renewed as provided for herein. 2. Notwithstanding any other provision of this Agreement, CITY may, upon written notice to CONTRACTOR, terminate this Agreement if: a) without cause and for convenience upon thirty (30) days written notice to 1 CONTRACTOR b) CONTRACTOR is adjudged to be bankrupt; c) CONTRACTOR makes a general assignment for the benefit of its creditors; d) CONTRACTOR fails to comply with any of the conditions of provisions of this Agreement; or e) CONTRACTOR is experiencing a labor dispute, which threatens to have a substantial, adverse impact upon performance of this Agreement, without prejudice to any other right or remedy CITY may have under this Agreement. In the event of such termination, CITY shall be liable only for the payment of all unpaid charges, determined in accordance with the provisions of this Agreement, for work, properly performed and accepted prior to the effective date of termination. 3. Upon mutual agreement of the parties, this Agreement may be renewed for three (3) additional one (1) year terms. Sixty (60) days prior to completion of each extended term of this Agreement, CONTRACTOR may request and the City may consider an adjustment to price based on changes in the Consumer Price Index (CPI). ARTICLE IV—COMMENCEMENT AND COMPLETION OF WORK 1. The CONTRACTOR shall commence work within ten (10) calendar days after receipt of a Notice To Proceed or Purchase Order, and shall provide the services on a monthly basis in accordance with a schedule to be agreed-upon with the Owner. All pest control services shall be performed during Owner's normal business hours and shall be subject to restrictions as imposed by Owner with regard to access to any specific area. 2. The CONTRATOR shall perform all services in a diligent and professional manner and in accordance with all applicable laws. 3. The CONTRACTOR further declares it has examined the sites of the work and that from personal knowledge and experience or that it has made sufficient investigations to fully satisfy it that such sites are correct and suitable for the work and it assumed full responsibility therefore. It is expressly agreed that under no circumstances, conditions or situations shall this Contract be more strongly construed against the OWNER than against the CONTRACTOR and his Surety. Any ambiguity or uncertainty in the Specifications shall be interpreted and construed by the OWNER's representative and his decision shall be final and binding upon all parties. 4. It is distinctly understood and agreed that the passing, approval and/or acceptance of any part of the work or material by the OWNER or by any agent or representative as in compliance with the terms of this Contract and/or the Specifications covering said work shall not operate as a waiver by the OWNER of strict compliance with the terms of this Contract and/or the Specifications covering said work; and the OWNER may require the 2 CONTRACTOR and/or his Surety to redo any service provided to comply strictly and in all things with this Contract and the Specifications. ARTICLE V—PAYMENTS In accordance with the provisions fully set forth in the Contract Documents as provided, the OWNER shall pay the CONTRACTOR in twelve (12) equally monthly installments within thirty (30) days of service of a valid and accurate invoice for services provided during the prior month. The invoice shall not become due and payable until approved by OWNER. CONTRACTOR shall not bill OWNER more frequently than one time per month. ARTICLE VI—DISPUTE RESOLUTION - MEDIATION 1. Any claim, dispute or other matter in question arising out of or related to this Agreement shall be subject to mediation as a condition precedent to voluntary arbitration or the institution of legal or equitable proceedings by either party. 2. The CITY and CONTRACTOR shall endeavor to resolve claims, disputes and other matters in question between them by mediation. 3. The parties shall share the mediator's fee and any filing fees equally. The mediation shall be held in Clermont, Lake County, Florida, unless another location is mutually agreed upon. Agreements reached in mediation shall be enforceable as settlement agreements in any court having jurisdiction thereof. ARTICLE VII—INSURANCE AND INDEMNIFICATION RIDER Throughout the term of this Contract, CONTRACTOR shall maintain insurance as set forth in the Contract Documents. To the fullest extent permitted by law, the CONTRACTOR shall indemnify and hold harmless the OWNER and its agents and employees from and against all claims, damages, losses and expenses, including but not limited to attorney fees, arising out of or resulting from the performance of the Work, provided that any such claim, damage, loss or expense (1) is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property and (2) is caused in whole or in part by any negligent act of omission of the CONTRACTOR, any subcontractor, or anyone directly or indirectly act of omission of the CONTRACTOR, any subcontractor, or anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder. Such obligation shall not be construed to negate, abridge, or otherwise reduce any other right or obligation of indemnity which would otherwise exist as to any party or person described in this Article. In any and all claims against the OWNER or any of its agents or employees by any employee of the CONTRACTOR, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, the indemnification obligations under this Paragraph shall not be limited in any way by any limitation on the amount or 3 type of damages, compensation or benefits payable by of for the CONTRACTOR or any subcontractor under worker's or workmen's compensation acts, disability benefits acts or other employee benefit acts. The CONTRACTOR hereby acknowledges receipt of ten dollars and other good and valuable consideration from the OWNER for the indemnification provided herein. ARTICLE VIII—NOTICES All notices shall be in writing and sent by United States mail, certified or registered, with return receipt requested and postage prepaid, or by nationally recognized overnight courier service to the address of the party set forth below. Any such notice shall be deemed given when received by the party to whom it is intended. CONTRACTOR: Florida Pest Control & Chemical Co. Darren Swearingen, Division Manager 2334 Montclair Road Leesburg, FL 34748 CITY: City of Clermont Attn: Darren Gray, City Manager 685 W. Montrose Street Clermont, FL 34711 ARTICLE IX—MISCELLANEOUS 1. Attorneys' Fees. In the event a suit or-action is instituted to enforce or interpret any provision of this agreement, the prevailing party shall be entitled to recover such sum as the Court may adjudge reasonable as attorneys' fees at trial or on any appeal, in addition to all other sums provided by law. 2. Waiver. The waiver by city of breach of any provision of this agreement shall not be construed or operate as a waiver of any subsequent breach of such provision or of such provision itself and shall in no way affect the enforcement of any other provisions of this agreement. 3. Severability. If any provision of this agreement or the application thereof to any person or circumstance is to any extent invalid or unenforceable, such provision, or part thereof, shall be deleted or modified in such a manner as to make the agreement valid and enforceable under applicable law, the remainder of this agreement and the application of such a provision to other persons or circumstances shall be unaffected, and this agreement shall be valid and enforceable to the fullest extent permitted by applicable law. 4. Amendment. Except for as otherwise provided herein, this agreement may not be modified or amended except by an agreement in writing signed by both parties. 4 5. Entire Agreement. This agreement including the documents incorporated by reference contains the entire understanding of the parties hereto and supersedes all prior and contemporaneous agreements between the parties with respect to the performance of services by CONTRACTOR. 6. Assignment. This agreement is personal to the parties hereto and may not be assigned by CONTRACTOR, in whole or in part, without the prior written consent of city.' 7. Venue. The parties agree that the sole and exclusive venue for any cause of action arising out of this agreement shall be Lake County, Florida. 8. Applicable Law. This agreement and any amendments hereto are executed and delivered in the State of Florida and shall be governed, interpreted, construed and enforced in accordance with the laws of the State of Florida. 9. Public Records. Contractor expressly understands records associated with this project are public records and agrees to comply with Florida's Public Records law, to include, to: (a) Keep and maintain public records that ordinarily and necessarily would be required by the CITY in order to perform the services contemplated herein. (b) Provide the public with access to public records on the same terms and conditions that the CITY would provide the records and at a cost that does not exceed the cost provided in this Florida's Public Records law or as otherwise provided by law. (c) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law. (d) Meet all requirements for retaining public records and transfer, at no cost, to the CITY all public records in possession of CONSULTANT upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to the CITY in a format that is compatible with the information technology systems of the CITY. (e) If Contractor has questions regarding the application of Chapter 119, Florida Statutes, to the Contractor's duty to provide public records relating to this Contract, Contractor shall contact the City's custodian of public records at City Clerk's Office, (352) 241-7331. 5 ARTICLE X—AGREEMENT DOCUMENTS The Agreement Documents, as listed below are herein made fully a part of this Agreement as if herein repeated. Document Precedence: 1. This Agreement 2. Purchase Order 3. All documents contained in City of Clermont RFB No. 16-031 Pest Control Services and CONTRACTOR's April 14, 2016 response thereto, including all addenda or amendments thereto. 4. Instructions to Bidders IN WITNESS WHEREOF, the parties hereto have executed this Agreement on thisp7(0 day of ..•_ 4 'i / .,2016. gjiy,of, -rmont = `' "CM YyM. ,ager rr- Atte st: 7� ,r"`44,..!;[,,xacy'Ackroyd Howe, City Clerk Florida Pest Con rol & Chemical Co. By: UslAIVArN (Signature) bCtf`c-r-v i &A)eckkvl jej J u I o r.) viAavvo3to (Name/Title Printed or Typed) Attest: Corporate S cretary 6 (Name Printed or Typed) 7 EXHIBIT A City of Clermont Bid 16-031 SECTION -C REVISED PRICE SCHEDULE NOTE: For aerial maps of most City buildings visit the Lake County website at www.lakecountvfl.00v and select°Lake County Maps°on the left menu. On the next screen,select"GIS Interactive Mao*and search by°Street Address'. The website provides online measurement of the exterior of the buildings listed. JlPest Control Price Per` .n Description 'Annual'Price Annual'^Visits 'Visit City Hall Building—685 West Montrose Street 1 NOTE:City Hall pest control win performedon be the e:derlor 12 — 1 kab— of building around doorways, around lower windows and building ground level If pest control(spot treatment)is needed inside the building a spade]request win be made 2 Clermont City Center—620 West Montrose .-�p Street 12 9— *. ,1a- 3 Public Services Office Building—40012th Street 12 11 C\ — 5► 10%,- 4 Public Services Sign Shop—40012th Street 12 u 9 - u \o% Waterfront Band Shell Pavilion and Restrooms— C 5 330 Third Street 12 —1 — t A. 6 Bishop Field—950 East Avenue 12 AL q - IN ‘0%— 7 Boat Ramp Restroom—938 West Lake Minneola 12 li, Is- IA— Drive 8 Mc Knney Park Pavilion—801 Bloxam Avenue 12 t 9- =•\(5$ 9 Waterfront Park Restrooms—100 r Street 12 1 9- 1 O$- 10 West Beach Restrooms—215 12th Street 12 % 5— Ito (9D— 11 Trail Head Restroom—797 West Minneola 12 Avenue 1 og— 12 West Park Pavilion and Restrooms—250 12th 12 ‘o%- Street 13 Palatlakaha Park Concession Stand and 12 % Is, o% Restrooms—125012th Street 14 Palatlakaha Park Playground and Restrooms— 12 "1�1 - `Da 125012'h Street 15 Hancock Park Ball Fields Restrooms—3301 Q South Hancock Road 12 _1— 1�� 16 Hancock Park Pavilion Restrooms—3301 South 12 41 I — a '4%— Hancock Road RFB No. 16-031 Page 15 of 33 3/22/2016 12:20 PM P.46 City of Clermont Bid 16-031 SECTION -C REVISED PRICE SCHEDULE ace Per I;n Pest.Control Pace Annual Price Annual'Visits, Visit 17 Hancock Park Concession Stand-3301 South 12 % Ct- t Hancock Road t 0% 18 Lake Felter Park-1750 Johns Lake Road 12 a .,(1 _ 41% 19 Public Services Break Room-1201 Osceola 12 I4 4.- s. .y Stmt 20 Police Station-865 West Montrose Street 12 '4 ,$ V k)IL, Fire Department Administration Building-439 W Q 21 Hwy.50 12 u _I ' a iov 22 Fire Station#1 -439 West Hwy.50 12 4 5_ a (_p 23 Fire Station#2-2200 Hartwood Marsh Road 12 a 5- at t sp 24 Fire Station#3-2180 Legends Way 12 4 - 41. 15tc, 25 Fire Station#4-13341 Hartle Road 12 4 5- It tpp - Historical Site Building'A°Depot and Pavilion- 12 li 44 - It 1 ; % 490 West Avenue �'1 27 Historical Site Building'B°Townsend Home- 12 5 1 _ 490 West Avenue Ut 28 Historical Site Building'C'Kern Home-49012 - ►► West Avenue (p Historical Site 29 Building°D'Cooper Memorial 12 '5 f library-490 West Avenue 1 0 Historical Site Building°E°School House Lbrary 12 4 �- up -490 West Avenue 31 Kehlor Park Building-466 West Minneola 12 31 q _ ,Og Avenue 32 Women's Club-655 West Broome Street 12 I q - 11 (13$ 33 East Wastewater Treatment Plant Building°A'- 12 la- 1 a1 3335 South Hancock Road ip East Wastewater Treatment Plant Building°B°- _ - is 34 3335 South Hancock Road 12 5 D 35 Lake Hiawatha 1A-450 Lake Minneola Shores 12 A 5_ a Uo Dr. RFB No. 16-031 Page 16 of 33 3!22/2016 12.20 PM p.47 City of Clermont Bid 16-031 SECTION —C REVISED PRICE SCHEDULE Control DescriptionsOgmMegigDa , *' Annual Price Lake Hiawatha 1B-451 Lake Minneola Shores 12 - l!r p Dr. 37 New Police Station-3600 South Hwy 27 12 �s C� - 10% - 38 Rowing Boathouse-1050 Lake Minneola Dr. 12 q- 1 39 Clermont Bikes and Boards-5 2nd St. 12 5— 610 40 Clermont Bikes and Boards Storage--15 2nd 12 5- (90 41 Parks and Recreation Department-3700 S. 12 - IN too Highway 27 lSr Amount Sr- (Add Numbers 1 VW SPECIAL REQUESTS AND EMERGENCY SERVICES: $ 5) EACH CALL By signing below, the respondent agrees to all terms, conditions, and specifications as stated in this solicitation,and is acting in an authorized capacity to execute this response. The respondent also certifies that It can and will provide and make available,at a minimum,the items set forth in this solicitation. Respondent InformationSignature f"•4 Company Name(print): Florida Peet Control & Chemical Co. Street Address: 2334 Montclair Rd. Leesburg, FL. 34748 Mailing Address(if different): Telephone: 352-360-2322 Fax 352-360-1261 Email. d_gweari*+gcn( f1ArPRt'_Prim Payment Terms: % days,net FEIN: 59 606071 Professional.License No.: JB575 Sgnature: �: •, . Date. Z lj /11) Print Name• Darren Swearingen Title: Division Manager Does the respondent accept payment using the City's MASTERCARD? IR/es 0 No END OF SECTION —C RFB No:16-031 Page 17 of 33 3/22/2016 12:20 PM P.48 Cityof Clermont Bid 18-001 FREDDY L. SUAREZ Purchasing Director CSER )N Purchasing Department 352-241-7350 Choice of Champions' fsuarez@clermontfl.org ADDENDA 1 — MARCH 22,2016 RFB 16-031 -- PEST CONTROL SERVICES To all prospective respondents,the following location Is being added to the bid: Parks and Recreation Department—3700 S. Highway 27, Clermont, FL Department Personnel: Scott Davidoff—352-394-3500 See attached revised Price Schedule, Section—C. END OF ADDENDA 1 This addenda must be acknowledge and may be returned with your solicitation. All other terms, conditions and specifications remain unchanged for RFB 16-031. l7]nririn Pant rnntrnl 4 C'hpmiral [`n 4/1/9A16 Name of Company Date sAu,Q.BAA. Division Manager signature Title Darren Swearingen Typed/Printed Name 685 W. Montrose Street • Clermont, FL 34711 s www.ClermontFL.gov 3/22/201612 20 PM P. 45 SECTION — B STATEMENT OF WORK 1 —SCHEDULE Each location shall receive service calls on a monthly basis unless otherwise described in the final contract. The specific date and time of servicing shall be mutually agreed upon between the City and the successful respondent. This schedule may change to meet the operational needs of the City. Call back servicing is required with a maximum response time of eight (8) hours at no additional charge. Emergency response time shall be no more than four (4) hours. All building perimeters shall be serviced quarterly to protect against pest intrusion. This quarterly service shall be included in the rate proposed. 2 — PENALTY SCHEDULE/DEDUCTIONS In the event the contractor shall not have completed all of the required services as outlined in the specifications, when the frequency requires, the contractor will be required to make corrections of all discrepancies on the following work day, within eight (8) hours. These corrections must be completely performed in accordance with the specification requirements, if not, a deduction for the total cost for that location will be deducted from the Contractor's monthly invoice. Failure of the contractor to appear on any scheduled workday without the advance approval of the City's Contract Administrator, or his designee, shall result in the deduction of the total cost for that service. Penalties are intended to act as an incentive for the contractor to perform in full compliance with the specifications. Penalties will be applied in accordance with the Contractor's RFB pricing. A full penalty price will be levied against the contractor each time service is not performed in full accordance with work specifications. Such penalties will continue until said service is performed or the contract is canceled. 3 — PESTS INCLUDED AND EXCLUDED The contractor shall adequately suppress the following pests: • Indoor population of rodents, insects, arachnids, and other arthropods. • Outdoor populations of potentially indoor-infesting species that are within the property boundaries of the specified buildings. • Nests of stinging insects within the property boundaries of the specified buildings. RFB No 16-031 Page 9 of 33 SECTION — B STATEMENT OF WORK • Individuals of all excluded pest population that are incidental invaders inside the specified buildings. Populations of the following pests are excluded from this contract: • Birds, bats, snakes, and all other vertebrates other than commensal rodents. • Termites and other wood-destroying organisms. • Mosquitoes. • Pests that primarily feed on outdoor vegetation. 4—CONTRACTOR'S PERSONNEL Contractor's employees are to present a professional appearance. Shall be neat, clean, well groomed, courteous, properly uniformed and conduct themselves in a respectable manner while performing duties and while on City property. Employees shall wear an appropriate uniform as well as a name tag specifying the name of the employee and the Contractor's company name. This provision will be strictly enforced. The contractor shall provide the City with a listing of all personnel assigned to the contract. The City may request the Contractor to remove any employee if it is determined that services are not being performed in accordance with the terms and conditions of the contract. 5— UNAUTHORIZED PERSONNEL The Contractor's employees are not to be accompanied in their work areas on the premises by acquaintances, family members, or any other persons unless said person is an authorized Contractor employee. The City of Clermont prohibits teenagers, minors, or children to work in City owned buildings under this Agreement. 6 — MATERIALS/EQUIPMENT The Contractor shall provide all materials, chemicals, supplies, and equipment as required to properly maintain the facilities and areas in an acceptable condition. Use of the organophospate pesticides including but not limited to Malathion, Dursban and RFB No 16-031 Page 10 of 33 SECTION — B STATEMENT OF WORK Diazinon is prohibited. Preference will be given to those respondents utilizing biological and/or organic environmentally friendly solutions. The Contractor shall be responsible for all costs incurred in providing the required services. The quality of the supplies provided is subject to City approval. 7— BUILDING SECURITY Public Services may have designated staff available to provide entry to and exit from or they may be on an alarm system. Contractor's employees must be properly identified and are not to enter or leave buildings at will once they have reported for duty. Entry and exit will be limited to the initial report for service and service completion time. At no time can the contractor's personnel be left without supervision at any Fire Department location. Scheduling and entry to the fire stations, when no one is available at the station, may be coordinated by contacting the designated City personnel. 8—SAFETY The Contractor shall be responsible for instructing employees in safety measures considered appropriate. The Contractor shall ensure that all employees have been trained and have access to Occupational Safety and Health Administration (OSHA) Exposure to Bloodborne Pathogens Rule 29 CFR1910.1030. The Contractor shall ensure that personal protection equipment is provided and decontamination/disposal guidelines are in compliance. In compliance with Chapter 442, Florida Statutes, any toxic substance used resulting from this RFB must be accompanied by a Material Safety Data Sheet (MSDS), preferably in CD-ROM. The MSDS must include the following information: ❖ The chemical name and the common name of the toxic substance. ❖ The hazards or other risks in the use of the substance including: > The potential for fire, explosion, corrosiveness and reactivity; > The known acute and chronic health effects of risks from exposure, including the medical conditions which are generally recognized as being aggravated by exposure to the toxic substance; and ➢ The Primary routes of entry and symptoms of overexposure. ❖ The proper precautions, handling practices, necessary personal protective equipment, and other safety precautions in the use of or exposure to the toxic substances, including appropriate emergency treatment in case of exposure. ❖ The emergency procedure for first aid. RFB No 16-031 Page 11 of 33 SECTION — B STATEMENT OF WORK ❖ A description in lay terms of the known potential health risks posed by the toxic substance intended to alert any person reading this information. The Contractor also warrants that the commodities supplied to the City shall conform in all respects to the standards set forth in the Occupational Safety and Health Act of 1970, as amended and the failure to comply with this condition will be considered a breach of contract. All materials and insecticides shall conform to applicable Federal, State, County and local ordinances, laws, statutes and regulations. By signing this RFB, the respondent certifies that all material, equipment; etc. contained in their response meets all OSHA requirements. The respondent further certifies that, if their company is the successful bidder, and the material, equipment, etc. is subsequently found to be deficient in any OSHA requirement, all cost necessary to bring the material, equipment, etc. in compliance with the aforementioned requirements shall be borne by the respondent. 9— RESPONSIBILITY The Contractor shall notify the appropriate department personnel, in the event of scheduling delays, changes, or comments/complaints received from personnel at the locations being serviced. The Contractor shall perform his services during the hours as designated at each site and in consultation with management of each location. Rodenticide and insecticides used shall be used with due precaution to avoid the possibility of accidental harm to humans, domestic animals and pets. The Contractor shall use an odorless chemical that will not be harmful to food when pesticide spraying/servicing near any food areas. 10—CONTACT INFORMATION Location Department Personnel City Hall Building—685 West Montrose Street Joe McMahon—352-394-7177 Clermont City Center—620 West Montrose Street Joe McMahon—352-394-7177 Public Services Office Building—400 12th Street Joe McMahon—352-394-7177 Public Services Sign Shop—400 12th Street Joe McMahon—352-394-7177 Waterfront Band Shell Pavilion and Restrooms—330 Joe McMahon—352-394-7177 Third Street RFB No 16-031 Page 12 of 33 SECTION - B STATEMENT OF WORK Location Department Personnel Bishop Field—950 East Avenue Scott Davidoff—352-241-7177 Boat Ramp Restroom—938 West Lake Minneola Dnve Joe McMahon—352-394-7177 McKinney Park Pavilion- 801 Bloxam Avenue Joe McMahon—352-394-7177 Waterfront Park Restrooms—100 3'd Street Joe McMahon—352-394-7177 West Beach Restrooms—21512th Street Joe McMahon—352-394-7177 Trail Head Restroom—797 West Minneola Avenue Joe McMahon—352-394-7177 West Park Pavilion and Restrooms—250 12th Street Scott Davidoff—352-394-3500 Palatlakaha Park Concession Stand and Restrooms— Scott Davidoff—352-394-3500 1250 12th Street Palatlakaha Park Playground and Restrooms—1250 12th Scott Davidoff—352-394-3500 Street Hancock Park Ball Fields Restrooms—3301 South Scott Davidoff—352-394-3500 Hancock Road Hancock Park Pavilion Restrooms—3301 South Hancock Scott Davidoff—352-394-3500 Road Hancock Park Concession Stand—3301 South Hancock Scott Davidoff—352-394-3500 Road Lake Felter Park—1750 Johns Lake Road Scott Davidoff—352-394-3500 Public Services Break Room—1201 Osceola Street Joe McMahon—352-394-7177 Police Station—865 West Montrose Street Charles Vitale—352-394-5588 Fire Department Administration Budding—439 W Hwy 50 Carle Bishop—352-394-7662 Fire Station#1—439 West Hwy.50 Carle Bishop—352-394-7662 Fire Station#2—2200 Hartwood Marsh Road Carle Bishop—352-394-7662 Fire Station#3—2180 Legends Way Carle Bishop—352-394-7662 Fire Station#4—13341 Hartle Road Carle Bishop—352-394-7662 Historical Site Building"A"Depot and Pavilion—490 West Joe McMahon—352-394-7177 Avenue Historical Site Building"B"Townsend Home—490 West Joe McMahon—352-394-7177 Avenue Histoncal Site Building"C"Kern Home—490 West Joe McMahon—352-394-7177 Avenue RFB No 16-031 Page 13 of 33 SECTION - B STATEMENT OF WORK Location Department Personnel Histoncal Site Building"D"Cooper Memonal Library—490 Joe McMahon—352-394-7177 West Avenue Histoncal Site Building"E"School House—490 West Joe McMahon—352-394-7177 Avenue Kehlor Park Building—466 West Minneola Avenue Joe McMahon—352-394-7177 Women's Club—655 West Broome Street Joe McMahon—352-394-7177 East Wastewater Treatment Plant Building"A"—3335 Duane Land—352-241-0178 South Hancock Road East Wastewater Treatment Plant Building"B"—3335 Duane Land—352-241-0178 South Hancock Road Lake Hiawatha 1A—450 Lake Minneola Shores Dr Joe McMahon—352-394-7177 Lake Hiawatha 1B—451 Lake Minneola Shores Dr Joe McMahon—352-394-7177 New Police Station—3600 South Hwy 27 Charles Vitale—352-394-5588 Rowing Boathouse—1050 Lake Minneola Dr Joe McMahon—352-394-7177 Clermont Bikes and Boards—5th 2nd Street Joe McMahon—352-394-7177 Clermont Bikes and Boards Storage--15 2nd St Joe McMahon—352-394-7177 END OF SECTION -B RFB No 16-031 Page 14 of 33