PROJECT NO.: B-140093

OPEN DATE: JANUARY 21, 2014

AND TIME: 2:30 P.M.

PRE-BID DATE: JANUARY 9, 2014

AND TIME: 10:00 A.M.

LOCATION: PROCUREMENT MANAGEMENT 1825 HENDRY ST. 3rd FLOOR FORT MYERS, FL 33901

REQUEST FOR BID

TITLE: MOWING FOR DOT ROADWAYS AREAS 4, 5 & 6 (STEP ONE – QUALIFICATIONS) Advertised Date: DECEMBER 20, 2013

REQUESTER: LEE COUNTY BOARD OF COUNTY COMMISSIONERS DIVISION OF PROCUREMENT MANAGEMENT

ADDRESS 1825 Hendry St 3rd Floor FORT MYERS, FL 33901

PROCUREMENT CONTACT:

NAME: KATHY CICCARELLI TITLE: PROCUREMENT ANALYST PHONE NO.: (239) 533- 5456 EMAIL:[email protected]

FORMAL BID NO.: B-140093

***MANDATORY PRE-BID***

VENDORS…

AS STATED ON THE COVER PAGE OF THIS SOLICITATION, THIS IS A MANDATORY PRE-BID CONFERENCE; WHICH MEANS THAT A REPRESENTATIVE OF YOUR COMPANY MUST BE IN ATTENDANCE IN ORDER TO BE ELIGIBLE TO SUBMIT A QUOTE. THERE ARE NO EXCEPTIONS TO THIS RULE.

IT IS THE COUNTY’S POLICY TO START PRE-BIDS PROMPTLY AT THE TIME LISTED ON THE COVER PAGE OF THE SOLICITATION – IN THIS CASE: 10:00 A.M. ON JANUARY 9, 2014.

THE PRE-BID WILL BE HELD IN THE PROCUREMENT CONFERENCE ROOM AT 1825 HENDRY ST. 3rd FLOOR FORT MYERS, FL 33901. WE WILL HAND OUT MAPS OF THE AREAS AT THE PRE-BID ONLY. THESE MAPS WILL NOT BE AVAILIABLE AT ANY OTHER TIME.

SHOULD YOU HAVE ANY QUESTIONS PLEASE CONTACT ME AT 239-533-5456.

1

FORMAL BID NO.: B-140093

INTRODUCTION

OVERVIEW

Lee County DOT Operations is accepting qualifications from companies interested in providing mowing services for various Lee County roadways.

TWO-STEP QUOTE PROCESS

NOTE:

* PLEASE SUBMIT THE DOCUMENTS FOR STEPS ONE AND TWO TOGETHER ON THE PROJECT OPENING DATE.

*PLEASE USE SEPARATE SEALED ENVELOPES MARKED “STEP ONE” & “STEP TWO”

FOR STEP ONE PLEASE SUBMIT ONE ORIGINAL DOCUMENT (PLEASE MARK THE ORIGINAL) AND FIVE COPIES. ALL OF STEP ONE MAY BE INCLUDED IN ONE ENVELOPE AND MARKED AS STEP ONE.

IN ANOTHER ENVELOPE PLEASE PUT STEP TWO DOCUMENTS (PLEASE MARK THE ORIGINAL) AND TWO COPIES AND MARK THE ENVELOPE AS STEP TWO.

Lee County is utilizing a two-step process to evaluate the qualifications of quoters and allow only qualified companies to have their pricing opened and considered under Step Two.

*Step One will require interested vendors to submit the qualifications of their company.

*In Step Two, only those companies qualified in Step One will be eligible to have their pricing opened and considered.

STEP ONE - REQUEST FOR QUALIFICATIONS

In Step One, please submit all requested information to the Lee County Division of Procurement, 1825 Hendry Street, 3rd Floor, Fort Myers, FL 33901, before the deadline given on the cover of this solicitation. Qualifications received after this date and time will not be accepted.

All of the qualifications received will then be reviewed and evaluated by County staff, and a decision made as to which companies are qualified and which are not. Each company submitting qualifications will receive a letter stating whether they are qualified or not. Only those companies found to be qualified will be allowed to proceed to Step Two.

In order for a company to be considered responsive in Step One, it should submit all information requested, including appropriate signatures. Failure to meet these requirements may cause your company to be declared non-responsive.

2

FORMAL BID NO.: B-140093

STEP TWO - REQUEST FOR QUOTATIONS - PRICES

Companies found to be qualified in Step One, will be eligible to have their pricing opened and considered. This information must be completed and returned to Lee County Procurement, 1825 Hendry Street, 3rd Floor, Fort Myers, Fl 33901, along with Step One, before the given deadline. Pricing information received after this date and time will not be accepted.

3

FORMAL BID NO.: B-140093

GENERAL CONDITIONS

Sealed Bids will be received by the DIVISION OF PROCUREMENT MANAGEMENT, until the time and date specified on the cover sheet of this “Request for Bid”, and opened immediately thereafter by the Director or designee.

Any question regarding this solicitation should be directed to the Procurement Division Contact listed on the cover page of this solicitation, or by calling the Division of Procurement Management at (239) 533- 5450.

1. SUBMISSION OF BID:

a. Bids must be sealed in an envelope, and the outside of the envelope must be marked with the following information:

1. Marked with the words “Sealed Bid” 2. Name of the firm submitting the bid 3. Title of the bid 4. Bid number

b. The Bid must be submitted in duplicate as follows:

1. The original consisting of the Lee County bid forms completed and signed, and where applicable corporate and/or notary seals attached. 2. A copy of the original bid forms for the Director.

c. The following must be submitted along with the bid in a separate envelope. This envelope must be marked as described above, but instead of marking the envelope as “Sealed Bid”, please indicate the contents; i.e., literature, drawings, submittals, etc. This information must be submitted in duplicate.

1. Any information (either required or in addition to that asked for by the specifications) necessary to analyze your bid; i.e., required submittals, literature, technical data, financial statements.

2. Warranties and guarantees against defective materials and workmanship.

d. BIDS RECEIVED LATE: It is the bidder’s responsibility to ensure the bid is received by the Division of Procurement Management prior to the opening date and time specified. Any bid received after the opening date and time will be promptly returned to the bidder unopened. Lee County will not be responsible for bids received late because of delays by a third party delivery service; i.e., U.S. Mail, UPS, Federal Express, etc.

e. BID CALCULATION ERRORS: In the event there is a discrepancy between the total quoted amount or the extended amounts and the unit prices quoted, the unit prices will prevail and the corrected sum will be considered the quoted price.

f. PAST PERFORMANCE: All vendors will be evaluated on their past performance and prior dealings with Lee County (i.e., failure to meet specifications, poor workmanship,

4

FORMAL BID NO.: B-140093

late delivery, etc.). Poor or unacceptable past performance may result in bidder disqualification.

g. WITHDRAWAL OF BID: No bid may be withdrawn for a period of 90 days after the scheduled time for receiving bids. A bid may be withdrawn prior to the bid-opening date and time. Such a request to withdraw must be made in writing to the Director, who will approve or disapprove of the request.

h. COUNTY RESERVES THE RIGHT: The County reserves the right to exercise its discretion, to waive minor informalities in any bid; to reject any or all bids with or without cause; and/or to accept the bid that in its judgment will be in the best interest of the County of Lee.

i. EXECUTION OF BID: All bids shall contain the signature of an authorized representative of the bidder in the space provided on the quote proposal form. All bids shall be typed or printed in ink. The bidder may not use erasable ink. All corrections made to the bid shall be initialed.

2. ACCEPTANCE

The materials and/or services delivered under the bid shall remain the property of the seller until a physical inspection and actual usage of these materials and/or services is accepted by the County and is deemed to be in compliance with the terms herein, fully in accord with the specifications and of the highest quality. In the event the materials and/or services supplied to the County are found to be defective or do not conform to specifications, the County reserves the right to cancel the order upon written notice to the seller and return such product to the seller at the seller’s expense.

3. SUBSTITUTIONS

Whenever in these specifications a brand name or make is mentioned, it is the intention of the County only to establish a grade or quality of materials and not to rule out other brands or makes of equal quality. However, if a product other than that specified is bid, it is the vendor’s responsibility to name such product with his bid and to prove to the County that said product is equal to the product specified. Lee County shall be the sole judge as to whether a product being offered by the bidder is actually equivalent to the one being specified by the detailed specifications. (Note: This paragraph does not apply when it is determined that the technical requirements of this solicitation will require a specific product only, as stated in the detailed specifications.)

4. RULES, REGULATIONS, LAWS, ORDINANCES & LICENSES

The awarded vendor shall observe and obey all laws, ordinances, rules, and regulations, of the federal, state, and local government, which may be applicable to the supply of this product or service. The awarded vendor has attested to compliance with the applicable immigration laws of the United States in the attached affidavit. Violations of the immigration laws of the United States shall be grounds for unilateral termination of the awarded agreement.

a. Local Business Tax – Vendor shall submit within 10 calendar days after request. b. Specialty License(s) – Vendor shall possess at the time of the opening of the bid all necessary permits and/or licenses required for the sale of this product and/or

5

FORMAL BID NO.: B-140093

service and upon the request of the County will provide copies of licenses and/or permits within 10 calendar days after request. c. The geographic preference established in the Local Vendor Preference ordinance is applicable to all Lee County procurement activities unless otherwise specifically noted in the solicitation package. Provided, however, the Local Vendor Preference ordinance is not applicable to procurement activity or solicitations involving Federal Transit Administration grant funds. d. Statutes Section 607.1501 (1) states: A foreign corporation may not transact business in this state until it obtains a certificate of authority from the Department of State.

5. WARRANTY/GUARANTY (unless otherwise specified)

All materials and/or services furnished under this bid shall be warranted by the vendor to be free from defects and fit for the intended use.

6. PRE-BID CONFERENCE

A pre-bid conference will be held at the location, date, and time specified on the cover of this solicitation. Pre-bid conferences are generally non-mandatory, but it is highly recommended that everyone planning to submit a bid attend.

In the event a pre-bid conference is classified as mandatory, it will be so specified on the cover of this solicitation and it will be the responsibility of the bidder to ensure that they are represented at the pre-bid. Only those bidders who attend the pre-bid conference will be allowed to bid on this project.

7. LEE COUNTY PAYMENT PROCEDURES

All vendors are requested to mail an original invoice to:

Lee County Finance Department Post Office Box 2238 Fort Myers, FL 33902-2238

All invoices will be paid as directed by the Lee County payment procedure unless otherwise differently stated in the detailed specification portion of this bid.

Lee County will not be liable for requests for payment deriving from aid, assistance, or help by any individual, vendor, or bidder for the preparation of these specifications.

Lee County is generally a tax-exempt entity subject to the provisions of the 1987 legislation regarding sales tax on services. Lee County will pay those taxes for which it is obligated, or it will provide a Certificate of Exemption furnished by the Department of Revenue. All contractors or bidders should include in their bid all sales or use taxes, which they will pay when making purchases of material or subcontractor’s services.

8. LEE COUNTY BID PROTEST PROCEDURE Any contractor/vendor/firm that has submitted a formal bid/quote/proposal to Lee County, and who is adversely affected by an intended decision with respect to the award of the formal bid/quote/proposal, must file a written “Notice of Intent to File a Protest” with the Lee County

6

FORMAL BID NO.: B-140093

Procurement Management Director not later than seventy-two (72) hours (excluding Saturdays, Sundays and Legal Holidays) after receipt of the County’s “Notice of Intended Decision” with respect to the proposed award of the formal bid/quote/proposal.

The “Notice of Intent to File a Protest” is one of two documents necessary to perfect Protest. The second document is the “Formal Written Protest”, both documents are described below.

The “Notice of Intent to File a Protest” document must state all grounds claimed for the Protest, and clearly indicate it as the “Notice of Intent to File a Protest”. Failure to clearly indicate the Intent to file the Protest shall constitute a waiver of all rights to seek any further remedies provided for under this Protest Procedure.

The “Notice of Intent to File a Protest” shall be received (“stamped in”) by the Procurement Management Director or Public Works Director not later than Four o’clock (4:00) PM on the third working day following the day of receipt of the County’s Notice of Intended Decision.

The affected party shall then file its Formal Written Protest within ten (10) calendar days after the time for the filing of the Notice of Intent to File a Protest has expired. Except as provided for in the paragraph below, upon filing of the Formal Written Protest, the contractor/vendor/firm shall post a bond, payable to the Lee County Board of County Commissioners in an amount equal to five percent (5%) of the total bid/quote/proposal, or Ten Thousand Dollars ($10,000.00), whichever is less. Said bond shall be designated and held for payment of any costs that may be levied against the protesting contractor/vendor/firm by the Board of County Commissioners, as the result of a frivolous Protest.

A clean, Irrevocable Letter of Credit or other form of approved security, payable to the County, may be accepted. Failure to submit a bond, letter of credit, or other approved security simultaneously with the Formal Written Protest shall invalidate the protest, at which time the County may continue its procurement process as if the original “Notice of Intent to File a Protest” had never been filed. Any contractor/vendor/firm submitting the County’s standard bond form (CMO: 514), along with the bid/quote/proposal, shall not be required to submit an additional bond with the filing of the Formal Written Protest.

The Formal Written Protest shall contain the following:

County bid/quote/proposal identification number and title.

Name and address of the affected party, and the title or position of the person submitting the Protest.

A statement of disputed issues of material fact. If there are no disputed material facts, the Formal Protest must so indicate.

A concise statement of the facts alleged, and of the rules, regulations, statutes, or constitutional provisions, which entitle the affected party to relief.

All information, documents, other materials, calculations, and any statutory or case law authority in support of the grounds for the Protest.

7

FORMAL BID NO.: B-140093

A statement indicating the relief sought by the affected (protesting) party.

Any other relevant information that the affected party deems to be material to Protest.

Upon receipt of a timely filed “Notice of Intent to File a Protest”, the Procurement Management Director or Public Works Director (as appropriate) may abate the award of the formal bid/quote/proposal as appropriate, until the Protest is heard pursuant to the informal hearing process as further outlined below, except and unless the County Manager shall find and set forth in writing, particular facts and circumstances that would require an immediate award of the formal bid/quote/proposal for the purpose of avoiding a danger to the public health, safety, or welfare. Upon such written finding by the County Manager, the County Manager may authorize an expedited Protest hearing procedure. The expedited Protest hearing shall be held within ninety-six (96) hours of the action giving rise to the contractor/vendor/firm’s Protest, or as soon as may be practicable for all parties. The “Notice of Intent to File a Protest” shall serve as the grounds for the affected party’s presentation and the requirements for the submittal of a formal, written Protest under these procedures, to include the requirement for a bond, shall not apply.

The Dispute Committee shall conduct an informal hearing with the protesting contractor/vendor/firm to attempt to resolve the Protest, within seven working days (excluding Saturdays, Sundays and legal holidays) from receipt of the Formal Written Protest. The Chairman of the Dispute Committee shall ensure that all affected parties may make presentations and rebuttals, subject to reasonable time limitations, as appropriate. The purpose of the informal hearing by the Dispute Committee, the protestor and other affected parties is to provide an opportunity: (1) to review the basis of the Protest; (2) to evaluate the facts and merits of the Protest: and (3) to make a determination whether to accept or reject the Protest.

Once a determination is made by the Dispute Committee with respect to the merits of the Protest, the Dispute Committee shall forward to the Board of County Commissioners its recommendations, which shall include relevant background information related to the procurement.

Upon receiving the recommendation from the Dispute Committee, the Board of County Commissioners shall conduct a hearing on the matter at a regularly scheduled meeting. Following presentations by the affected parties, the Board shall render its decision on the merits of the Protest.

If the Board’s decision upholds the recommendation by the Dispute Committee regarding the award, and further finds that the Protest was either frivolous and/or lacked merit, the Board, at its discretion, may assess costs, charges, or damages associated with any delay of the award, or any costs incurred with regard to the protest. These costs, charges or damages may be deducted from the security (bond or letter of credit) provided by the contractor/vendor/firm. Any costs, charges or damages assessed by the Board in excess of the security shall be paid by the protesting contractor/vendor/firm within thirty (30) calendar days of the Board’s final determination concerning the award.

All formal bid/quote/proposal solicitations shall set forth the following statement:

“FAILURE TO FOLLOW THE BID PROTEST PROCEDURE REQUIREMENTS WITHIN THE TIMEFRAMES AS PRESCRIBED HEREIN AND ESTABLISHED BY

8

FORMAL BID NO.: B-140093

LEE COUNTY BOARD OF COUNTY COMMISSIONERS, FLORIDA, SHALL CONSTITUTE A WAIVER OF YOUR PROTEST AND ANY RESULTING CLAIMS.”

9. PUBLIC ENTITY CRIME

Any person or affiliate as defined by statute who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid or a contract to provide any goods or services to the County; may not submit a bid on a contract with the County for the construction or repair of a public building or a public work; may not submit bids or leases of real property to the County; may not be awarded or perform works as a contractor, supplier, subcontractor, or consultant under a contract with the County, and may not transact business with the County in excess of $25,000.00 for a period of 36 months from the date of being placed on the convicted vendor list.

10. QUALIFICATION OF BIDDERS (unless otherwise noted)

Bids will be considered only from firms normally engaged in the sale and distribution or provision of the services as specified herein. Bidders shall have adequate organization, facilities, equipment, and personnel to ensure prompt and efficient service to Lee County. The County reserves the right before recommending any award to inspect the facilities and organization; or to take any other action necessary to determine ability to perform is satisfactory, and reserves the right to reject bids where evidence submitted or investigation and evaluation indicates an inability of the bidder to perform.

11. MATERIAL SAFETY DATA SHEETS

In accordance with Chapter 443 of the Florida Statutes, it is the vendor’s responsibility to provide Lee County with Materials Safety Data Sheets on bid materials, as may apply to this procurement.

12. MISCELLANEOUS

If a conflict exists between the General Conditions and the detailed specifications, then the detailed specifications shall prevail.

13. WAIVER OF CLAIMS

Once this contract expires, or final payment has been requested and made, the awarded contractor shall have no more than 30 days to present or file any claims against the County concerning this contract. After that period, the County will consider the Contractor to have waived any right to claims against the County concerning this agreement.

14. AUTHORITY TO PIGGYBACK

It is hereby made a precondition of any bid and a part of these specifications that the submission of any bid in response to this request constitutes a bid made under the same conditions, for the same price, and for the same effective period as this bid, to any other governmental entity.

9

FORMAL BID NO.: B-140093

15. COUNTY RESERVES THE RIGHT

a) State Contract

If applicable, the County reserves the right to purchase any of the items in this bid from State Contract Vendors if the prices are deemed lower on State Contract than the prices we receive in this quotation.

b) Any Single Large Project

The County, in its sole discretion, reserves the right to separately quote any project that is outside the scope of this bid, whether through size, complexity, or dollar value.

c) Disadvantaged Business Enterprises (DBE’s)

The County, in its sole discretion, reserves the right to purchase any of the items in this bid from a Disadvantaged Business Enterprise vendor if the prices are determined to be in the best interest of the County, to assist the County in the fulfillment of any of the County’s grant commitments to federal or state agencies.

The County further reserves the right to purchase any of the items in this bid from DBE’s to fulfill the County’s stated policy toward DBE’s.

d) Anti-Discrimination

The vendor for itself, its successors in interest, and assignees, as part of the consideration there of covenant and agree that:

In the furnishing of services to the County hereunder, no person on the grounds of race, religion, color, age, sex, national origin, handicap or marital status shall be excluded from participation in, denied the benefits of, or otherwise be subjected to discrimination.

The vendor will not discriminate against any employee or applicant for employment because of race, religion, color, age, sex, national origin, handicap or marital status. The vendor will make affirmative efforts to ensure that applicants are employed and that employees are treated during employment without regard to their race, religion, color, age, sex, national origin, handicap or marital status. Such action shall include, but not be limited to, acts of employment, upgrading, demotion or transfer; recruitment advertising; layoff or termination, rates of pay or other forms of compensation and selection for training, including apprenticeship.

Vendor agrees to post in a conspicuous place, available to employees and applicants for employment, notices setting forth the provisions of this anti-discrimination clause.

Vendor will provide all information and reports required by relevant regulations and/or applicable directives. In addition, the vendor shall permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the County to be pertinent to ascertain compliance. The vendor shall maintain and make available relevant data showing the extent to which members of minority groups are beneficiaries under these contracts.

10

FORMAL BID NO.: B-140093

Where any information required of the vendor is in the exclusive possession of another who fails or refuses to furnish this information, the vendor shall so certify to the County its effort made toward obtaining said information. The vendor shall remain obligated under this paragraph until the expiration of three (3) years after the termination of this contract.

In the event of breach of any of the above anti-discrimination covenants, the County shall have the right to impose sanctions as it may determine to be appropriate, including withholding payment to the vendor or canceling, terminating, or suspending this contract, in whole or in part.

Additionally, the vendor may be declared ineligible for further County contracts by rule, regulation or order of the Board of County Commissioners of Lee County, or as otherwise provided by law.

The vendor will send to each union, or representative of workers with which the vendor has a collective bargaining agreement or other contract of understanding, a notice informing the labor union of worker’s representative of the vendor’s commitments under this assurance, and shall post copies of the notice in conspicuous places available to the employees and the applicants for employment.

The vendor will include the provisions of this section in every subcontract under this contract to ensure its provisions will be binding upon each subcontractor. The vendor will take such actions with respect to any subcontractor, as the contracting agency may direct, as a means of enforcing such provisions, including sanctions for non-compliance.

16. AUDITABLE RECORDS

The awarded vendor shall maintain auditable records concerning the procurement adequate to account for all receipts and expenditures, and to document compliance with the specifications. These records shall be kept in accordance with generally accepted accounting methods, and Lee County reserves the right to determine the record-keeping method required in the event of non- conformity. These records shall be maintained for two years after completion of the project and shall be readily available to County personnel with reasonable notice, and to other persons in accordance with the Florida Public Disclosure Statutes.

17. DRUG FREE WORKPLACE

Whenever two or more bids/proposals, which are equal with respect to price, quality and service, are received for the procurement of commodities or contractual services, a bid/proposal received from a business that certifies that it has implemented a drug-free workplace program shall be given preference in the award process. In order to have a drug-free workplace program, a business shall comply with the requirements of Florida Statutes 287.087.

18 REQUIRED SUBMITTALS

Any submittals requested should be returned with the bid response. This information may be accepted after opening, but no later than 10 calendar days after request.

11

FORMAL BID NO.: B-140093

19. TERMINATION

Any agreement as a result of this bid may be terminated by either party giving thirty (30) calendar days advance written notice. The County reserves the right to accept or not accept a termination notice submitted by the vendor, and no such termination notice submitted by the vendor shall become effective unless and until the vendor is notified in writing by the County of its acceptance.

The Procurement Management Director may immediately terminate any agreement as a result of this bid for emergency purposes, as defined by the Lee County Purchasing and Payment Procedure Manual.

Any vendor who has voluntarily withdrawn from a formal bid/proposal without the County’s mutual consent during the contract period shall be barred from further County procurement for a period of 180 days. The vendor may apply to the Board of Lee County Commissioners for waiver of this debarment. Such application for waiver of debarment must be coordinated with and processed by Procurement Management.

20. CONFIDENTIALITY

Vendors should be aware that all submittals (including financial statements) provided with a bid/proposal are subject to public disclosure and will not be afforded confidentiality.

21. ANTI-LOBBYING CLAUSE

All firms are hereby placed on formal notice that neither the County Commissioners nor candidates for County Commission, nor any employees from the Lee County Government, Lee County staff members, nor any members of the Qualification/Evaluation Review Committee are to be lobbied, either individually or collectively, concerning this project. Firms and their agents who intend to submit qualifications, or have submitted qualifications, for this project are hereby placed on formal notice that they are not to contact County personnel for such purposes as holding meetings of introduction, meals, or meetings relating to the selection process outside of those specifically scheduled by the County for negotiations. Any such lobbying activities may cause immediate disqualification for this project.

22. INSURANCE (AS APPLICABLE)

Insurance shall be provided, per the attached insurance guide. Upon request, an insurance certificate complying with the attached guide may be required prior to award.

23. CONFLICT OF INTEREST

All firms are hereby placed on formal notice that per Section 3 of Lee County Ordinance No. 92- 22:

The County is prohibited from soliciting a professional services firm to perform project design and/or construction services if the firm has or had been retained to perform the project feasibility or study analysis.

And:

12

FORMAL BID NO.: B-140093

A professional services firm who has performed or participated in the project feasibility planning, study analysis, development of a program for future implementation or drafting of solicitation documents directly related to this County project, as the primary contractor/consultant or a prominent member of the team, cannot be selected or retained, as the primary contractor/consultant or a named member of the contracting/consulting team, to perform project design, engineering, or construction services for subsequent phase s or scopes of work for this project. Pursuant to FS. S. 287.057(17) the firm will be deemed to have a prohibited conflict of interest that creates an unfair competitive advantage.

Should your response be found in violation of the above stated provisions; the County will consider this previous involvement in the project to be a conflict of interest, which will be cause for immediate disqualification of the submittal from consideration for this project.

13

FORMAL BID NO.: B-140093

LEE COUNTY, FLORIDA PROPOSAL QUOTE FORM FOR MOWING FOR DOT ROADWAYS AREAS 4, 5 & 6

DATE SUBMITTED: ______

VENDOR NAME:

TO: The Board of County Commissioners Lee County Fort Myers, Florida

Having carefully examined the “General Conditions”, and the “Detailed Specifications”, all of which are contained herein, the Undersigned proposes to furnish the following which meet these specifications:

NOTE REQUIREMENT: IT IS THE SOLE RESPONSIBILITY OF THE VENDOR TO CHECK LEE COUNTY PROCUREMENT MANAGEMENT WEB SITE FOR ANY PROJECT ADDENDA ISSUED FOR THIS PROJECT. THE COUNTY WILL POST ADDENDA TO THIS WEB PAGE, BUT WILL NOT NOTIFY.

The undersigned acknowledges receipt of Addenda numbers: ______

IN ORDER FOR YOUR QUOTATION TO BE CONSIDERED, VENDORS SHOULD COMPLETE AND RETURN PAGES 14, 15, 20, 21, 22, 29, 30, 31, 32, 37 AND 38.

14

FORMAL BID NO.: B-140093

ANTI-COLLUSION STATEMENT

THE BELOW SIGNED BIDDER HAS NOT DIVULGED TO, DISCUSSED OR COMPARED HIS BID WITH OTHER BIDDERS AND HAS NOT COLLUDED WITH ANY OTHER BIDDER OR PARTIES TO A BID WHATSOEVER. NOTE: NO PREMIUMS, REBATES OR GRATUITIES TO ANY EMPLOYEE OR AGENT ARE PERMITTED EITHER WITH, PRIOR TO, OR AFTER ANY DELIVERY OF MATERIALS. ANY SUCH VIOLATION WILL RESULT IN THE CANCELLATION AND/OR RETURN OF MATERIAL (AS APPLICABLE).

FIRM NAME ______

BY (Printed): ______

BY (Signature): ______

TITLE: ______

FEDERAL ID # OR S.S. #______

ADDRESS: ______

______

PHONE NO.: ______

FAX NO.: ______

CELLULAR PHONE/PAGER NO.: ______

DUNS #: ______

LEE COUNTY LOCAL BUSINESS TAX ACCOUNT NUMBER: ______

E-MAIL ADDRESS:

DISADVANTAGED BUSINESS ENTERPRISE (DBE): Yes No

15

FORMAL BID NO.: B-140093

LEE COUNTY, FLORIDA DETAILED SPECIFICATIONS FOR MOWING FOR DOT ROADWAYS AREAS 4, 5 & 6

SCOPE

The intent of this quote is to provide mowing for median and roadside right of way for various roads throughout Lee County. Proposer is required to indicate whether the Firm and/or any proposed sub-consultants are Disadvantaged Business Enterprises (DBE). Lee County encourages the utilization and participation of DBEs in procurements, and evaluation proceedings will be conducted within the established guidelines regarding equal employment opportunity and nondiscriminatory action based upon the grounds of race, color, sex or national origin. Interested certified Disadvantaged Business Enterprise (DBE) firms as well as other minority-owned and women-owned firms are encouraged to respond.

TERM OF AWARD

If awarded, the terms of this solicitation shall be in effect for one year or until new quotes are taken and awarded. The County reserves the right to renew this quote (or any portion thereof) and to negotiate lower pricing as a condition for each renewal, for up to four additional one-year periods, upon mutual agreement of both parties and, except as to lower pricing, under the same terms and conditions.

TWO-STEP QUOTATION PROCESS

Lee County is utilizing a two-step process to evaluate the qualifications of quoters and allow only qualified companies to have their pricing opened and considered under Step Two. Please see “Introduction” on page one of this specification package for a detailed explanation of this process.

Step One will require interested vendors to submit the qualifications of their company; this process involves the completion and return of pages 14, 15, 20, 21, 22, 29, 30, 31, 32, 37 and 38.

In Step Two only those companies qualified in Step One will be eligible to have their pricing opened and considered.

STEP ONE – REQUEST FOR QUOTATIONS - QUALIFICATIONS

All of the qualifications received under Step One will be reviewed and evaluated by County staff, and a decision made as to which companies are qualified and which are not. Each company submitting qualifications will receive a letter stating whether they are qualified or not. Only those companies found to be qualified will be allowed to proceed to Step Two.

16

FORMAL BID NO.: B-140093

STEP TWO – REQUEST FOR QUOTATIONS – PRICES

Firms found to be qualified in Step One will be eligible to have their pricing opened and considered. This information must be completed and returned to Lee County Procurement, 1825 Hendry Street, 3rd Floor, Fort Myers, FL 33901, before the given deadline. Pricing information received after this date and time will not be accepted.

CONTRACTS/AGREEMENTS

The purchase order will serve as the contract agreement for this quotation. If your firm will require Lee County to sign any type of contract and/or agreement as part of this purchase, please include a copy of these documents with Step One of the quotation. The County reserves the right to reject any documents that may be submitted.

MAJOR BREAKDOWNS/NATURAL DISASTERS

Lee County requires that the awarded vendor provide the name of a contact person and phone number which will afford Lee County access twenty-four hours per day, 365 days per year, of this product or service in the event of major breakdowns or natural disasters.

Lee County reserves the right to purchase the product or service listed in this quotation elsewhere in an emergency situation.

DESIGNATED CONTACT

The awarded vendor shall appoint a person or persons to act as a primary contact for all County departments. This person or back-up shall be readily available during normal work hours by phone or in person, and shall be knowledgeable of the terms and procedures involved.

METHOD OF PAYMENT

The payment will be made to the vendor in nine (9) monthly installments, after receipt of an invoice from the vendor at the end of each time period of one (1) month. The invoice must list the dates mowed and cost per mow.

ASSIGNMENT OF THIS CONTRACT

The awarded quoter shall not assign, transfer or sub-contract any portion of this agreement.

No sub-contractors are to be used for this quote without the approval of DOT.

17

FORMAL BID NO.: B-140093

AFFIDAVIT CERTIFICATION IMMIGRATION LAWS

The attached document, Affidavit Certification Immigration Laws, is required and should be submitted with your quotation package. It must be signed and notarized. Failure to include this affidavit with your quote will delay the consideration and review of your submission; and could result in your quote response being disqualified.

18

FORMAL BID NO.: B-140093

REQUIRED SUBMITTALS

1. Criteria One - Company History 2. Criteria Two – Certifications 3. Criteria Three - Insurance Requirements(Certificate or letter from your insurance company stating that you can obtain the required insurance) 4. Criteria Four - Performance Bond (A letter from a surety company stating that you are approved for the bond and can obtain it within twenty-one calendar days from receiving the written notice of award). 5. Criteria Five - Experience and References 6. Criteria Six – Equipment – Owned or leased 7. Step Two

19

FORMAL BID NO.: B-140093

THE FOLLOWING PAGES ARE REQUIRED TO BE SUBMITTED WITH STEP ONE OF THIS QUOTATION *****************************************************************

VENDOR QUALIFICATIONS

To qualify for consideration as a qualified vendor, a vendor must meet certain designated minimum experience and qualifications. The minimum qualifications are outlined in the following sections. A vendor must also demonstrate that he/she is financially qualified.

NOTE: IN ORDER TO QUALIFY TO PROCEED AND HAVE STEP 2 OPENED AND HAVE THEIR PRICING CONSIDERED; A “PASS” MUST BE OBTAINED FOR ALL OF THE EVALUATION CRITERIA – SEE “SAMPLE A – EVALUATION SHEETS FOR REQUEST FOR QUALIFICATIONS”.

REQUIRED SUBMITTALS FOR THIS RFQ ARE AS FOLLOWS:

CRITERIA ONE – COMPANY HISTORY

1. Please give us a brief history of your company. The vendor must have a minimum of three (3) years experience in mowing of medians and roadways. Tell us about your business such as the year started, your location, how many employees you have and the different types of work that you do, etc. ______

20

FORMAL BID NO.: B-140093

CRITERIA TWO – CERTIFICATIONS

1. MAINTENANCE OF TRAFFIC CERTIFICATION

Provide proof of certificates of all those who have a National Safety Council Course on Work Zone Safety and received an Intermediate Maintenance of Traffic Certification and will be working on the various projects. Please remember that there must always be a worker with an IMOT and the ability to be able to carry out the procedures at every worksite. You must have an IMOT Certificate at the time you submit your bid. Please include a copy of all the certificates. All certifications must remain valid during this contract. The County must be notified of any changes that take place immediately and copies of the new employee’s certifications must be furnished.

NAME TYPE OF LICENSE

______

______

______

______

______

______

______

______

______

______

______

21

FORMAL BID NO.: B-140093

2. CERTIFICATE OF TRAINING BEST MANAGEMENT PRACTICES

Fertilizer Best Management Practices registration and certification. Lee County Ordinance No. 08-08, an ordinance regulating landscape management practices, including the application and use of fertilizers containing nitrogen and/or phosphorus within unincorporated Lee County. All lawn/landscape businesses performing services in unincorporated Lee County must have at least one certified staff member at each worksite and the vehicles shall have a clearly displayed decal. You must have a Best Management Certification when you submit your bid. Please provide copies of all certifications.

NAME CERTIFICATE NUMBER

______

______

______

______

______

______

22

FORMAL BID NO.: B-140093

CRITERIA THREE– INSURANCE REQUIREMENTS

A certificate or letter from your insurance company stating that you can obtain the required insurance is all that is required until the bid is awarded.

Companies submitting their qualifications must be able to meet the following insurance requirements.

Minimum Insurance Requirements: Risk Management in no way represents that the insurance required is sufficient or adequate to protect the vendors’ interest or liabilities. The following are the required minimums the vendor must maintain throughout the duration of this contract. The County reserves the right to request additional documentation regarding insurance provided

a. Commercial General Liability - Coverage shall apply to premises and/or operations, products and completed operations, independent contractors, contractual liability exposures with minimum limits of:

$500,000 per occurrence $1,000,000 general aggregate $500,000 products and completed operations $500,000 personal and advertising injury

b. Business Auto Liability - The following Automobile Liability will be required and coverage shall apply to all owned, hired and non-owned vehicles use with minimum limits of:

$500,000 combined single limit (CSL) $300,000 bodily injury per person $500,000 bodily injury per accident $300,000 property damage per accident

c. Workers' Compensation - Statutory benefits as defined by FS 440 encompassing all operations contemplated by this contract or agreement to apply to all owners, officers, and employees regardless of the number of employees. Workers Compensation exemptions may be accepted with written proof of the State of Florida’s approval of such exemption. Employers’ liability will have minimum limits of:

$100,000 per accident $100,000 disease limit $500,000 disease – policy limit

*The required minimum limit of liability shown in a; b; c; may be provided in the form of

“Excess Insurance” or “Commercial Umbrella Policies.” In which case, a “Following Form

23

FORMAL BID NO.: B-140093

Endorsement” will be required on the “Excess Insurance Policy” or “Commercial Umbrella

Policy.”

Verification of Coverage:

1. Coverage shall be in place prior to the commencement of any work and throughout the duration of the contract. A certificate of insurance will be provided to the Risk Manager for review and approval. The certificate shall provide for the following:

a. The certificate holder shall read as follows:

Lee County Board of County Commissioners P.O. Box 398 Fort Myers, Florida 33902

b. “Lee County, a political subdivision and Charter County of the State of Florida, its agents, employees, and public officials” will be named as an "Additional Insured" on the General Liability policy, including Products and Completed Operations coverage.

24

FORMAL BID NO.: B-140093

CRITERIA FOUR- PERFORMANCE BOND

NOTE: REQUIRED SUBMITTAL

Please include a letter from your bonding company stating that you can qualify for the bond and will be able to obtain the bond within the twenty-one calendar days from the date of Written Notice of Award.

PERFORMANCE BOND

A performance bond in the amount of 100% of the one year contract amount will be required by the successful quoter of this contract. The performance bond shall be issued by the successful quoter within twenty-one calendar days from date of Written Notice of Award. A surety company considered satisfactory by Lee County and otherwise authorized to transact business in the State of Florida shall be required from the successful quoter. This shall insure the faithful performance of the obligations imposed by the resulting contract and protect the County from lawsuits for non-payment of debts incurred during the successful quoter's performance under such contract.

Only the form provided with the contract documents will be accepted.

QUALIFICATIONS OF SURETY COMPANIES

In order to be acceptable to the County, a surety company issuing quotation guaranty bonds or performance bonds in the amount listed, called for herein, shall meet and comply with the following minimum standards:

All Sureties for Lee County projects must be admitted to do business in the State of Florida and shall comply with the provisions of Florida Statute 255.05.

Attorneys-in-fact who sign bid bonds or performance bonds for Lee County projects must file with such bond a certified copy of their Power of Attorney to sign such bond.

Agents of surety companies must list their name, address and telephone number on all bonds.

The life of the bond provided to Lee County shall extend for the term of the contract.

To be acceptable to the Owner as Surety on projects not in excess of $500,000.00, Surety shall comply with these minimum provisions of State Statute 287.0935 as follows:

Surety must have twice the minimum surplus and capital required by Florida Insurance Code at the time of bid solicitation.

25

FORMAL BID NO.: B-140093

Surety must be in compliance with all provisions of the Florida Insurance Code and hold a currently valid certificate of authority issued by the United States Department of the Treasury under SS.31 U.S.C. 9304-9308.

Sureties on projects in excess of $500,000.00 shall comply with the above minimum provisions as well as being rated through A.M. Best shall comply with the following provisions:

The Surety shall be rated as "A-" or better as to General Policyholders Rating and Class VII or better as to financial category by the most current Best's Key Rating Guide, published by A.M. Best Company.

Surety must have fulfilled all of its obligations on all other bonds previously given to the County. Surety must have a minimum underwriting limitation of $5,000,000 published in the latest edition of the Federal Register for Federal Bonds (U.S. Dept. of Treasury).

26

FORMAL BID NO.: B-140093

BOND NO.: ______PERFORMANCE BOND

I. KNOW ALL MEN BY THESE PRESENTS: That (Name, Full Address & Phone # of Awardee), the Service Provider, as Principal, and , Surety, located at:

(Business Address) are held and firmly bound unto the LEE COUNTY BOARD OF COUNTY COMMISSIONERS, P O Box 398, Fort Myers, FL 33901, (941) 689.7385, a Political Subdivision of the State of Florida, as Obligee in the sum of (Amount of Bond Written in Words) ($______) Dollars,

lawful money of the United States, for the payment whereof we bind ourselves, our heirs, executors, personal representatives, successors and assigns, jointly and severally, firmly by these presents.

II. WHEREAS, Principal has entered into that certain contract (hereinafter "the Contract") dated the _____ day of ______, 20___, with Obligee for: Legal Description - (Legal Description, of Project including Strap #), who’s address is (Project Address) for the project known as (Bid # and Full Project Title), in accordance with the conditions and provisions further described in the aforementioned contract, which is by reference made a part hereof.

III. THE CONDITIONS OF THIS BOND are that if Principal:

1. Fully, promptly, and faithfully performs the contract at the times and in the manner prescribed in the contract, and

2. Promptly makes payments to all claimants, supplying Principal with labor, materials, or supplies, used directly or indirectly by Principal in the prosecution of the work provided for in the contract; and

3. Pays Obligee any and all losses, damages, costs and attorney's fees that Obligee sustains because of any default by Principal under the contract, including, but not limited to, all delay damages, whether liquidated or actual, incurred by Obligee; and

4. Performs the guarantee of all work and materials furnished under the contract applicable to the work and materials, then this bond is void; otherwise it remains in full force.

5. The Surety, for value received, hereby stipulates and agrees that no changes, extensions of time, alterations or additions to the terms of the Contract or other work to be performed hereunder, or the specifications referred to therein shall in any way affect its obligation under this bond, and it does hereby waive notice of any such changes, extension of time, alterations or additions to the terms of the Contract or to work or to the specifications.

6. In no event shall the Surety be liable in the aggregate to Obligee for more than the penalty of its performance bond regardless of the number of suits that may be filed by Obligee.

IN WITNESS WHEREOF, the above bounden parties have executed this instrument under several seals this ______day of ______, 20__ the name and corporate seal of each corporate party being hereto affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body.

PRINCIPAL: ______

BY: ______Authorized Signature (Principal)

27

FORMAL BID NO.: B-140093

______Printed Name ______Title of Person Signing Above

STATE OF ______COUNTY OF ______

The foregoing instrument was signed and acknowledged before me this _____ day of ______, 20__, by ______(Print or Type Name) who has produced ______(Type of Identification and Number) as identification.

______Notary Public Signature

______Printed Name of Notary Public

______Notary Commission Number/Expiration

BY: ______

As Attorney in Fact (Attach Power)

______Printed Name

______Agency Name

______Agency Mailing Address

______Agency Telephone Number STATE OF ______COUNTY OF ______

The foregoing instrument was signed and acknowledged before me this _____ day of ______, 20__, by

(Print or Type Name) who has produced ______(Type of Identification and Number) as identification. ______Notary Public Signature ______Printed Name of Notary Public ______Notary Commission Number/Expiration

28

FORMAL BID NO.: B-140093

CRITERIA FIVE – EXPERIENCE AND REFERENCES

The vendor should have a minimum of 3 years experience in mowing of roadways in Florida. Please provide us with a minimum of at least three (3) references. The services provided to these clients should have characteristics as similar as possible to those we are requesting. Please include:

Project description and work specifications, names and telephone numbers of people related to the job and familiar with your work and date of service. Please include the dollar amount.

Failure to provide complete and accurate client information, as specified here, may result in the disqualification of your proposal.

REFERENCE #1

Name of Firm: ______

Address: ______

______

Contact Person: ______

Phone Number: ______

E-mail address: ______

Project Description and work specification: ______

______

______

______

______

Dates of Service: ______

Dollar Amount: ______

29

FORMAL BID NO.: B-140093

REFERENCE #2

Name of Firm: ______

Address: ______

______

Contact Person: ______

Phone Number: ______

E-mail address: ______

Project Description and work specification: ______

______

______

______

______

______

Dates of Service: ______

Dollar Amount: ______

30

FORMAL BID NO.: B-140093

REFERENCE #3

Name of Firm: ______

Address: ______

______

Contact Person: ______

Phone Number: ______E-mail address: ______

Project Description and work specification: ______

______

______

______

______

______

Dates of Service: ______

Dollar Amount: ______

31

FORMAL BID NO.: B-140093

CRITERIA SIX- EQUIPMENT

SUGGESTED HEAVY EQUIPMENT NEEDED FOR THE CONTRACT MOWING

AREA NO. TRACTOR MOWING SIDE MOWER 4 2 1 5 3 1 6 3 1

Please provide a list of owned and/or leased equipment to include make, year and size and if it owned or leased and if leased the date the lease expires. The department may request to see the equipment. The equipment must be within 40 miles of downtown Fort Myers and must be available for inspection at any time.

______

______

______

______

______

______

______

______

______

______

______

______

______

______

______

32

FORMAL BID NO.: B-140093

THE FOLLOWING PAGES ARE SAMPLES OF FORMS THAT WILL BE UTILIZED BY LEE COUNTY IN EVALUATION OF THIS QUOTATION. THEY ARE PROVIDED FOR VENDOR'S INFORMATION ONLY. ************************************************************************* REFERENCE CHECK FOR STEP ONE: MOWING FOR DOT ROADWAYS AREAS 4, 5 AND 6

NAME OF VENDOR:

1. Has this vendor provided medians and roadways mowing for your facility?

Yes ______No ______

2. How long have they provided this mowing for your facility?

______

3. How often is your facility serviced by this vendor?

______

4. Approximately how large is the area serviced? How many miles?

______

5. Did the vendor have the proper equipment to do the job?

______

6. Did the vendor have sufficient help to complete the job?

______

7. Does the vendor complete the job in a reasonable amount of time?

______

8. How would you rate the vendor's response time to your requests?

Excellent Satisfactory Poor

9. Has the vendor ever started a job and not completed it?

Yes______No______

33

FORMAL BID NO.: B-140093

10. Has the vendor started a job and you had to call him back more than once to complete the job?

Yes______No______

11. a) Did the vendor use his Work Zone Safety knowledge correctly?

Yes______No______

b) Did you receive any complaints about the vendor such as mowing recklessly, not having proper signs posted, throwing stones from the mower, damaging vehicles or hurting pedestrians, etc.

Yes No Explanation: ______

14. Do you find the vendor's staff helpful and professional?

Yes No Explanation:

34

FORMAL BID NO.: B-140093

15. Would you recommend contracting with this vendor?

Yes No If No, please explain:

______

OVERALL COMMENTS: ______

NAME OF REFERENCE CALLED:

______

DATE/TIME: ______VERIFIED BY: ______

35

FORMAL BID NO.: B-140093

EVALUATION SHEET FOR: STEP ONE – MOWING FOR DOT ROADWAYS AREAS 4, 5 & 6

VENDOR NAME: ______

CRITERIA ONE – COMPANY HISTORY

PASS ______FAIL ______

CRITERIA TWO – CERTIFICATIONS

PASS ______FAIL ______

CRITERIA THREE – INSURANCE REQUIREMENTS

PASS ______FAIL ______

CRITERIA FOUR – PERFORMANCE BOND

PASS ______FAIL ______

CRITERIA FIVE – EXPERIENCE AND REFERENCES

PASS ______FAIL ______

CRITERIA SIX– EQUIPMENT – OWNED OR LEASE

PASS ______FAIL ______

Committee Evaluation Date/Time:

36

FORMAL BID NO.: B-140093

Lee County Ordinance No. 08-26 Local Bidder’s Preference AFFIDAVIT PRINCIPAL PLACE OF BUSINESS

Principal place of business is located within the boundaries of Lee County.

Company Name:

Signature Date

STATE OF ______COUNTY OF ______

The foregoing instrument was signed and acknowledged before me this ______day of

______, 20___, by ______who has produced

(Print or Type Name) ______as identification. (Type of Identification and Number)

______Notary Public Signature

______Printed Name of Notary Public

______Notary Commission Number/Expiration

The signee of this Affidavit guarantees, as evidenced by the sworn affidavit required herein, the truth and accuracy of this affidavit to interrogatories hereinafter made. LEE COUNTY RESERVES THE RIGHT TO REQUEST SUPPORTING DOCUMENTATION, AS EVIDENCE OF SERVICES PROVIDED, AT ANY TIME.

37

FORMAL BID NO.: B-140093

AFFIDAVIT CERTIFICATION IMMIGRATION LAWS

SOLICITATION NO.: ______PROJECT NAME: ______

LEE COUNTY WILL NOT INTENTIONALLY AWARD COUNTY CONTRACTS TO ANY CONTRACTOR WHO KNOWINGLY EMPLOYS UNAUTHORIZED ALIEN WORKERS, CONSTITUTING A VIOLATION OF THE EMPLOYMENT PROVISIONS CONTAINED IN 8 U.S.C. SECTION 1324 a(e) {SECTION 274A(e) OF THE IMMIGRATION AND NATIONALITY ACT (“INA”).

LEE COUNTY MAY CONSIDER THE EMPLOYMENT BY ANY CONTRACTOR OF UNAUTHORIZED ALIENS A VIOLATION OF SECTION 274A (e) OF THE INA. SUCH VIOLATION BY THE RECIPIENT OF THE EMPLOYMENT PROVISIONS CONTAINED IN SECTION 274A (e) OF THE INA SHALL BE GROUNDS FOR UNILATERAL CANCELLATION OF THE CONTRACT BY LEE COUNTY.

BIDDER ATTESTS THAT THEY ARE FULLY COMPLIANT WITH ALL APPLICABLE IMMIGRATION LAWS (SPECIFICALLY TO THE 1986 IMMIGRATION ACT AND SUBSEQUENT AMENDMENTS).

Company Name: ______

Signature Title Date

STATE OF ______COUNTY OF ______

The foregoing instrument was signed and acknowledged before me this day of 20 , by who has produced (Print or Type Name) as identification. (Type of Identification and Number)

______Notary Public Signature

______Printed Name of Notary Public

______Notary Commission Number/Expiration

The signee of this Affidavit guarantee, as evidenced by the sworn affidavit required herein, the truth and accuracy of this affidavit to interrogatories hereinafter made. LEE COUNTY RESERVES THE RIGHT TO REQUEST SUPPORTING DOCUMENTATION, AS EVIDENCE OF SERVICES PROVIDED, AT ANY TIME.

38

FORMAL BID NO.: B-140093

LEE COUNTY PROCUREMENT MANAGEMENT - BIDDERS CHECK LIST

IMPORTANT: Please read carefully and return with your bid proposal. Please check off each of the following items as the necessary action is completed: 1. The Solicitation has been signed and with corporate seal (if applicable).

2. The Solicitation prices offered have been reviewed (if applicable).

____ 3. The price extensions and totals have been checked (if applicable).

4. Substantial and final completion days inserted (if applicable).

5. The original (must be manually signed) and 1 hard copy original and others as specified of the Solicitation has been submitted.

6. Two (2) identical sets of descriptive literature, brochures and/or data (if required) have been submitted under separate cover.

7. All modifications have been acknowledged in the space provided.

8. All addendums issued, if any, have been acknowledged in the space provided.

9. Licenses (if applicable) have been inserted.

10. Erasures or other changes made to the Solicitation document have been initialed by the person signing the Solicitation.

11. Contractor’s Qualification Questionnaire and Lee County Contractor History (if applicable).

12. DBE Participation form completed and/or signed or good faith documentation.

13. Bid Bond and/or certified Check, (if required) have been submitted with the Solicitation in amounts indicated.

14. Any Delivery information required is included.

15. Affidavit Certification Immigration Signed and Notarized

16. Local Bidder Preference Affidavit (if applicable)

17. The mailing envelope has been addressed to: MAILING ADDRESS PHYSICAL ADDRESS Lee County Procurement Mgmt. Lee County Procurement Mgmt. P.O. Box 398 or 1825 Hendry St 3rd Floor Ft. Myers, FL 33902-0398 Ft. Myers, FL 33901 18. The mailing envelope MUST be sealed and marked with: Solicitation Number Opening Date and/or Receiving Date

19. The Solicitation will be mailed or delivered in time to be received no later than the specified opening date and time. (Otherwise Solicitation cannot be considered or accepted.)

20. If submitting a “NO BID” please write Solicitation number here ______and check one of the following: ______Do not offer this product ______Insufficient time to respond. ______Unable to meet specifications (why) ______Unable to meet bond or insurance requirement. Other: ______

Company Name and Address: ______

39

PROJECT NO.: B-140093

OPEN DATE: JANUARY 21, 2014

AND TIME: 2:30 P.M.

PRE-BID DATE: JANUARY 9, 2014

AND TIME: 10:00 A.M.

LOCATION: PROCUREMENT MANAGEMENT 1825 HENDRY ST. 3rd FLOOR FORT MYERS, FL 33901

REQUEST FOR BID

TITLE: MOWING FOR DOT ROADWAYS AREAS 4, 5 & 6 Advertised Date: DECEMBER 20, 2013

REQUESTER: LEE COUNTY BOARD OF COUNTY COMMISSIONERS DIVISION OF PROCUREMENT MANAGEMENT

ADDRESS 1825 Hendry St 3rd Floor FORT MYERS, FL 33901

PROCUREMENT CONTACT:

NAME: KATHY CICCARELLI TITLE: PROCUREMENT ANALYST PHONE NO.: (239) 533- 5456 EMAIL: [email protected]

FORMAL BID NO.: B-140093

***MANDATORY PRE-BID***

VENDORS…

AS STATED ON THE COVER PAGE OF THIS SOLICITATION, THIS IS A MANDATORY PRE-BID CONFERENCE; WHICH MEANS THAT A REPRESENTATIVE OF YOUR COMPANY MUST BE IN ATTENDANCE IN ORDER TO BE ELIGIBLE TO SUBMIT A QUOTE. THERE ARE NO EXCEPTIONS TO THIS RULE.

IT IS THE COUNTY’S POLICY TO START PRE-BIDS PROMPTLY AT THE TIME LISTED ON THE COVER PAGE OF THE SOLICITATION – IN THIS CASE: 10:00 A.M. ON JANUARY 9, 2014.

THE PRE-BID WILL BE HELD IN THE PROCUREMENT CONFERENCE ROOM AT 1825 HENDRY ST. 3rd FLOOR FORT MYERS, FL 33901. WE WILL HAND OUT MAPS OF THE AREAS AT THE PRE-BID ONLY. THESE MAPS WILL NOT BE AVAILIABLE AT ANY OTHER TIME.

SHOULD YOU HAVE ANY QUESTIONS PLEASE CONTACT ME AT 239-533-5456.

1

FORMAL BID NO.: B-140093

INTRODUCTION

OVERVIEW

Lee County DOT Operations is accepting qualifications from companies interested in providing mowing services for various Lee County roadways.

TWO-STEP QUOTE PROCESS

NOTE:

* PLEASE SUBMIT THE DOCUMENTS FOR STEPS ONE AND TWO TOGETHER ON THE PROJECT OPENING DATE.

*PLEASE USE SEPARATE SEALED ENVELOPES MARKED “STEP ONE” & “STEP TWO”

FOR STEP ONE PLEASE SUBMIT ONE ORIGINAL DOCUMENT (PLEASE MARK THE ORIGINAL) AND FIVE COPIES. ALL OF STEP ONE MAY BE INCLUDED IN ONE ENVELOPE AND MARKED AS STEP ONE.

IN ANOTHER ENVELOPE PLEASE PUT STEP TWO DOCUMENTS (PLEASE MARK THE ORIGINAL) AND TWO COPIES AND MARK THE ENVELOPE AS STEP TWO.

Lee County is utilizing a two-step process to evaluate the qualifications of quoters and allow only qualified companies to have their pricing opened and considered under Step Two.

*Step One will require interested vendors to submit the qualifications of their company.

*In Step Two, only those companies qualified in Step One will be eligible to have their pricing opened and considered.

STEP ONE - REQUEST FOR QUALIFICATIONS

In Step One, please submit all requested information to the Lee County Division of Procurement, 1825 Hendry Street, 3rd Floor, Fort Myers, FL 33901, before the deadline given on the cover of this solicitation. Qualifications received after this date and time will not be accepted.

All of the qualifications received will then be reviewed and evaluated by County staff, and a decision made as to which companies are qualified and which are not. Each company submitting qualifications will receive a letter stating whether they are qualified or not. Only those companies found to be qualified will be allowed to proceed to Step Two.

In order for a company to be considered responsive in Step One, it should submit all information requested, including appropriate signatures. Failure to meet these requirements may cause your company to be declared non-responsive.

2

FORMAL BID NO.: B-140093

STEP TWO - REQUEST FOR QUOTATIONS - PRICES

Companies found to be qualified in Step One, will be eligible to have their pricing opened and considered. This information must be completed and returned to Lee County Procurement, 1825 Hendry Street, 3rd Floor, Fort Myers, Fl 33901, along with Step One, before the given deadline. Pricing information received after this date and time will not be accepted.

3

FORMAL BID NO.: B-140093

GENERAL CONDITIONS

Sealed Bids will be received by the DIVISION OF PROCUREMENT MANAGEMENT, until the time and date specified on the cover sheet of this “Request for Bid”, and opened immediately thereafter by the Director or designee.

Any question regarding this solicitation should be directed to the Procurement Division Contact listed on the cover page of this solicitation, or by calling the Division of Procurement Management at (239) 533- 5450.

1. SUBMISSION OF BID:

a. Bids must be sealed in an envelope, and the outside of the envelope must be marked with the following information:

1. Marked with the words “Sealed Bid” 2. Name of the firm submitting the bid 3. Title of the bid 4. Bid number

b. The Bid must be submitted in duplicate as follows:

1. The original consisting of the Lee County bid forms completed and signed, and where applicable corporate and/or notary seals attached. 2. A copy of the original bid forms for the Director.

c. The following must be submitted along with the bid in a separate envelope. This envelope must be marked as described above, but instead of marking the envelope as “Sealed Bid”, please indicate the contents; i.e., literature, drawings, submittals, etc. This information must be submitted in duplicate.

1. Any information (either required or in addition to that asked for by the specifications) necessary to analyze your bid; i.e., required submittals, literature, technical data, financial statements.

2. Warranties and guarantees against defective materials and workmanship.

d. BIDS RECEIVED LATE: It is the bidder’s responsibility to ensure the bid is received by the Division of Procurement Management prior to the opening date and time specified. Any bid received after the opening date and time will be promptly returned to the bidder unopened. Lee County will not be responsible for bids received late because of delays by a third party delivery service; i.e., U.S. Mail, UPS, Federal Express, etc.

e. BID CALCULATION ERRORS: In the event there is a discrepancy between the total quoted amount or the extended amounts and the unit prices quoted, the unit prices will prevail and the corrected sum will be considered the quoted price.

f. PAST PERFORMANCE: All vendors will be evaluated on their past performance and prior dealings with Lee County (i.e., failure to meet specifications, poor workmanship,

4

FORMAL BID NO.: B-140093

late delivery, etc.). Poor or unacceptable past performance may result in bidder disqualification.

g. WITHDRAWAL OF BID: No bid may be withdrawn for a period of 90 days after the scheduled time for receiving bids. A bid may be withdrawn prior to the bid-opening date and time. Such a request to withdraw must be made in writing to the Director, who will approve or disapprove of the request.

h. COUNTY RESERVES THE RIGHT: The County reserves the right to exercise its discretion, to waive minor informalities in any bid; to reject any or all bids with or without cause; and/or to accept the bid that in its judgment will be in the best interest of the County of Lee.

i. EXECUTION OF BID: All bids shall contain the signature of an authorized representative of the bidder in the space provided on the quote proposal form. All bids shall be typed or printed in ink. The bidder may not use erasable ink. All corrections made to the bid shall be initialed.

2. ACCEPTANCE

The materials and/or services delivered under the bid shall remain the property of the seller until a physical inspection and actual usage of these materials and/or services is accepted by the County and is deemed to be in compliance with the terms herein, fully in accord with the specifications and of the highest quality. In the event the materials and/or services supplied to the County are found to be defective or do not conform to specifications, the County reserves the right to cancel the order upon written notice to the seller and return such product to the seller at the seller’s expense.

3. SUBSTITUTIONS

Whenever in these specifications a brand name or make is mentioned, it is the intention of the County only to establish a grade or quality of materials and not to rule out other brands or makes of equal quality. However, if a product other than that specified is bid, it is the vendor’s responsibility to name such product with his bid and to prove to the County that said product is equal to the product specified. Lee County shall be the sole judge as to whether a product being offered by the bidder is actually equivalent to the one being specified by the detailed specifications. (Note: This paragraph does not apply when it is determined that the technical requirements of this solicitation will require a specific product only, as stated in the detailed specifications.)

4. RULES, REGULATIONS, LAWS, ORDINANCES & LICENSES

The awarded vendor shall observe and obey all laws, ordinances, rules, and regulations, of the federal, state, and local government, which may be applicable to the supply of this product or service. The awarded vendor has attested to compliance with the applicable immigration laws of the United States in the attached affidavit. Violations of the immigration laws of the United States shall be grounds for unilateral termination of the awarded agreement.

a. Local Business Tax – Vendor shall submit within 10 calendar days after request. b. Specialty License(s) – Vendor shall possess at the time of the opening of the bid all necessary permits and/or licenses required for the sale of this product and/or

5

FORMAL BID NO.: B-140093

service and upon the request of the County will provide copies of licenses and/or permits within 10 calendar days after request. c. The geographic preference established in the Local Vendor Preference ordinance is applicable to all Lee County procurement activities unless otherwise specifically noted in the solicitation package. Provided, however, the Local Vendor Preference ordinance is not applicable to procurement activity or solicitations involving Federal Transit Administration grant funds. d. Florida Statutes Section 607.1501 (1) states: A foreign corporation may not transact business in this state until it obtains a certificate of authority from the Department of State.

5. WARRANTY/GUARANTY (unless otherwise specified)

All materials and/or services furnished under this bid shall be warranted by the vendor to be free from defects and fit for the intended use.

6. PRE-BID CONFERENCE

A pre-bid conference will be held at the location, date, and time specified on the cover of this solicitation. Pre-bid conferences are generally non-mandatory, but it is highly recommended that everyone planning to submit a bid attend.

In the event a pre-bid conference is classified as mandatory, it will be so specified on the cover of this solicitation and it will be the responsibility of the bidder to ensure that they are represented at the pre-bid. Only those bidders who attend the pre-bid conference will be allowed to bid on this project.

7. LEE COUNTY PAYMENT PROCEDURES

All vendors are requested to mail an original invoice to:

Lee County Finance Department Post Office Box 2238 Fort Myers, FL 33902-2238

All invoices will be paid as directed by the Lee County payment procedure unless otherwise differently stated in the detailed specification portion of this bid.

Lee County will not be liable for requests for payment deriving from aid, assistance, or help by any individual, vendor, or bidder for the preparation of these specifications.

Lee County is generally a tax-exempt entity subject to the provisions of the 1987 legislation regarding sales tax on services. Lee County will pay those taxes for which it is obligated, or it will provide a Certificate of Exemption furnished by the Department of Revenue. All contractors or bidders should include in their bid all sales or use taxes, which they will pay when making purchases of material or subcontractor’s services.

8. LEE COUNTY BID PROTEST PROCEDURE Any contractor/vendor/firm that has submitted a formal bid/quote/proposal to Lee County, and who is adversely affected by an intended decision with respect to the award of the formal bid/quote/proposal, must file a written “Notice of Intent to File a Protest” with the Lee County

6

FORMAL BID NO.: B-140093

Procurement Management Director not later than seventy-two (72) hours (excluding Saturdays, Sundays and Legal Holidays) after receipt of the County’s “Notice of Intended Decision” with respect to the proposed award of the formal bid/quote/proposal.

The “Notice of Intent to File a Protest” is one of two documents necessary to perfect Protest. The second document is the “Formal Written Protest”, both documents are described below.

The “Notice of Intent to File a Protest” document must state all grounds claimed for the Protest, and clearly indicate it as the “Notice of Intent to File a Protest”. Failure to clearly indicate the Intent to file the Protest shall constitute a waiver of all rights to seek any further remedies provided for under this Protest Procedure.

The “Notice of Intent to File a Protest” shall be received (“stamped in”) by the Procurement Management Director or Public Works Director not later than Four o’clock (4:00) PM on the third working day following the day of receipt of the County’s Notice of Intended Decision.

The affected party shall then file its Formal Written Protest within ten (10) calendar days after the time for the filing of the Notice of Intent to File a Protest has expired. Except as provided for in the paragraph below, upon filing of the Formal Written Protest, the contractor/vendor/firm shall post a bond, payable to the Lee County Board of County Commissioners in an amount equal to five percent (5%) of the total bid/quote/proposal, or Ten Thousand Dollars ($10,000.00), whichever is less. Said bond shall be designated and held for payment of any costs that may be levied against the protesting contractor/vendor/firm by the Board of County Commissioners, as the result of a frivolous Protest.

A clean, Irrevocable Letter of Credit or other form of approved security, payable to the County, may be accepted. Failure to submit a bond, letter of credit, or other approved security simultaneously with the Formal Written Protest shall invalidate the protest, at which time the County may continue its procurement process as if the original “Notice of Intent to File a Protest” had never been filed. Any contractor/vendor/firm submitting the County’s standard bond form (CMO: 514), along with the bid/quote/proposal, shall not be required to submit an additional bond with the filing of the Formal Written Protest.

The Formal Written Protest shall contain the following:

County bid/quote/proposal identification number and title.

Name and address of the affected party, and the title or position of the person submitting the Protest.

A statement of disputed issues of material fact. If there are no disputed material facts, the Formal Protest must so indicate.

A concise statement of the facts alleged, and of the rules, regulations, statutes, or constitutional provisions, which entitle the affected party to relief.

All information, documents, other materials, calculations, and any statutory or case law authority in support of the grounds for the Protest.

7

FORMAL BID NO.: B-140093

A statement indicating the relief sought by the affected (protesting) party.

Any other relevant information that the affected party deems to be material to Protest.

Upon receipt of a timely filed “Notice of Intent to File a Protest”, the Procurement Management Director or Public Works Director (as appropriate) may abate the award of the formal bid/quote/proposal as appropriate, until the Protest is heard pursuant to the informal hearing process as further outlined below, except and unless the County Manager shall find and set forth in writing, particular facts and circumstances that would require an immediate award of the formal bid/quote/proposal for the purpose of avoiding a danger to the public health, safety, or welfare. Upon such written finding by the County Manager, the County Manager may authorize an expedited Protest hearing procedure. The expedited Protest hearing shall be held within ninety-six (96) hours of the action giving rise to the contractor/vendor/firm’s Protest, or as soon as may be practicable for all parties. The “Notice of Intent to File a Protest” shall serve as the grounds for the affected party’s presentation and the requirements for the submittal of a formal, written Protest under these procedures, to include the requirement for a bond, shall not apply.

The Dispute Committee shall conduct an informal hearing with the protesting contractor/vendor/firm to attempt to resolve the Protest, within seven working days (excluding Saturdays, Sundays and legal holidays) from receipt of the Formal Written Protest. The Chairman of the Dispute Committee shall ensure that all affected parties may make presentations and rebuttals, subject to reasonable time limitations, as appropriate. The purpose of the informal hearing by the Dispute Committee, the protestor and other affected parties is to provide an opportunity: (1) to review the basis of the Protest; (2) to evaluate the facts and merits of the Protest: and (3) to make a determination whether to accept or reject the Protest.

Once a determination is made by the Dispute Committee with respect to the merits of the Protest, the Dispute Committee shall forward to the Board of County Commissioners its recommendations, which shall include relevant background information related to the procurement.

Upon receiving the recommendation from the Dispute Committee, the Board of County Commissioners shall conduct a hearing on the matter at a regularly scheduled meeting. Following presentations by the affected parties, the Board shall render its decision on the merits of the Protest.

If the Board’s decision upholds the recommendation by the Dispute Committee regarding the award, and further finds that the Protest was either frivolous and/or lacked merit, the Board, at its discretion, may assess costs, charges, or damages associated with any delay of the award, or any costs incurred with regard to the protest. These costs, charges or damages may be deducted from the security (bond or letter of credit) provided by the contractor/vendor/firm. Any costs, charges or damages assessed by the Board in excess of the security shall be paid by the protesting contractor/vendor/firm within thirty (30) calendar days of the Board’s final determination concerning the award.

All formal bid/quote/proposal solicitations shall set forth the following statement:

“FAILURE TO FOLLOW THE BID PROTEST PROCEDURE REQUIREMENTS WITHIN THE TIMEFRAMES AS PRESCRIBED HEREIN AND ESTABLISHED BY

8

FORMAL BID NO.: B-140093

LEE COUNTY BOARD OF COUNTY COMMISSIONERS, FLORIDA, SHALL CONSTITUTE A WAIVER OF YOUR PROTEST AND ANY RESULTING CLAIMS.”

9. PUBLIC ENTITY CRIME

Any person or affiliate as defined by statute who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid or a contract to provide any goods or services to the County; may not submit a bid on a contract with the County for the construction or repair of a public building or a public work; may not submit bids or leases of real property to the County; may not be awarded or perform works as a contractor, supplier, subcontractor, or consultant under a contract with the County, and may not transact business with the County in excess of $25,000.00 for a period of 36 months from the date of being placed on the convicted vendor list.

10. QUALIFICATION OF BIDDERS (unless otherwise noted)

Bids will be considered only from firms normally engaged in the sale and distribution or provision of the services as specified herein. Bidders shall have adequate organization, facilities, equipment, and personnel to ensure prompt and efficient service to Lee County. The County reserves the right before recommending any award to inspect the facilities and organization; or to take any other action necessary to determine ability to perform is satisfactory, and reserves the right to reject bids where evidence submitted or investigation and evaluation indicates an inability of the bidder to perform.

11. MATERIAL SAFETY DATA SHEETS

In accordance with Chapter 443 of the Florida Statutes, it is the vendor’s responsibility to provide Lee County with Materials Safety Data Sheets on bid materials, as may apply to this procurement.

12. MISCELLANEOUS

If a conflict exists between the General Conditions and the detailed specifications, then the detailed specifications shall prevail.

13. WAIVER OF CLAIMS

Once this contract expires, or final payment has been requested and made, the awarded contractor shall have no more than 30 days to present or file any claims against the County concerning this contract. After that period, the County will consider the Contractor to have waived any right to claims against the County concerning this agreement.

14. AUTHORITY TO PIGGYBACK

It is hereby made a precondition of any bid and a part of these specifications that the submission of any bid in response to this request constitutes a bid made under the same conditions, for the same price, and for the same effective period as this bid, to any other governmental entity.

9

FORMAL BID NO.: B-140093

15. COUNTY RESERVES THE RIGHT

a) State Contract

If applicable, the County reserves the right to purchase any of the items in this bid from State Contract Vendors if the prices are deemed lower on State Contract than the prices we receive in this quotation.

b) Any Single Large Project

The County, in its sole discretion, reserves the right to separately quote any project that is outside the scope of this bid, whether through size, complexity, or dollar value.

c) Disadvantaged Business Enterprises (DBE’s)

The County, in its sole discretion, reserves the right to purchase any of the items in this bid from a Disadvantaged Business Enterprise vendor if the prices are determined to be in the best interest of the County, to assist the County in the fulfillment of any of the County’s grant commitments to federal or state agencies.

The County further reserves the right to purchase any of the items in this bid from DBE’s to fulfill the County’s stated policy toward DBE’s.

d) Anti-Discrimination

The vendor for itself, its successors in interest, and assignees, as part of the consideration there of covenant and agree that:

In the furnishing of services to the County hereunder, no person on the grounds of race, religion, color, age, sex, national origin, handicap or marital status shall be excluded from participation in, denied the benefits of, or otherwise be subjected to discrimination.

The vendor will not discriminate against any employee or applicant for employment because of race, religion, color, age, sex, national origin, handicap or marital status. The vendor will make affirmative efforts to ensure that applicants are employed and that employees are treated during employment without regard to their race, religion, color, age, sex, national origin, handicap or marital status. Such action shall include, but not be limited to, acts of employment, upgrading, demotion or transfer; recruitment advertising; layoff or termination, rates of pay or other forms of compensation and selection for training, including apprenticeship.

Vendor agrees to post in a conspicuous place, available to employees and applicants for employment, notices setting forth the provisions of this anti-discrimination clause.

Vendor will provide all information and reports required by relevant regulations and/or applicable directives. In addition, the vendor shall permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the County to be pertinent to ascertain compliance. The vendor shall maintain and make available relevant data showing the extent to which members of minority groups are beneficiaries under these contracts.

10

FORMAL BID NO.: B-140093

Where any information required of the vendor is in the exclusive possession of another who fails or refuses to furnish this information, the vendor shall so certify to the County its effort made toward obtaining said information. The vendor shall remain obligated under this paragraph until the expiration of three (3) years after the termination of this contract.

In the event of breach of any of the above anti-discrimination covenants, the County shall have the right to impose sanctions as it may determine to be appropriate, including withholding payment to the vendor or canceling, terminating, or suspending this contract, in whole or in part.

Additionally, the vendor may be declared ineligible for further County contracts by rule, regulation or order of the Board of County Commissioners of Lee County, or as otherwise provided by law.

The vendor will send to each union, or representative of workers with which the vendor has a collective bargaining agreement or other contract of understanding, a notice informing the labor union of worker’s representative of the vendor’s commitments under this assurance, and shall post copies of the notice in conspicuous places available to the employees and the applicants for employment.

The vendor will include the provisions of this section in every subcontract under this contract to ensure its provisions will be binding upon each subcontractor. The vendor will take such actions with respect to any subcontractor, as the contracting agency may direct, as a means of enforcing such provisions, including sanctions for non-compliance.

16. AUDITABLE RECORDS

The awarded vendor shall maintain auditable records concerning the procurement adequate to account for all receipts and expenditures, and to document compliance with the specifications. These records shall be kept in accordance with generally accepted accounting methods, and Lee County reserves the right to determine the record-keeping method required in the event of non- conformity. These records shall be maintained for two years after completion of the project and shall be readily available to County personnel with reasonable notice, and to other persons in accordance with the Florida Public Disclosure Statutes.

17. DRUG FREE WORKPLACE

Whenever two or more bids/proposals, which are equal with respect to price, quality and service, are received for the procurement of commodities or contractual services, a bid/proposal received from a business that certifies that it has implemented a drug-free workplace program shall be given preference in the award process. In order to have a drug-free workplace program, a business shall comply with the requirements of Florida Statutes 287.087.

18 REQUIRED SUBMITTALS

Any submittals requested should be returned with the bid response. This information may be accepted after opening, but no later than 10 calendar days after request.

11

FORMAL BID NO.: B-140093

19. TERMINATION

Any agreement as a result of this bid may be terminated by either party giving thirty (30) calendar days advance written notice. The County reserves the right to accept or not accept a termination notice submitted by the vendor, and no such termination notice submitted by the vendor shall become effective unless and until the vendor is notified in writing by the County of its acceptance.

The Procurement Management Director may immediately terminate any agreement as a result of this bid for emergency purposes, as defined by the Lee County Purchasing and Payment Procedure Manual.

Any vendor who has voluntarily withdrawn from a formal bid/proposal without the County’s mutual consent during the contract period shall be barred from further County procurement for a period of 180 days. The vendor may apply to the Board of Lee County Commissioners for waiver of this debarment. Such application for waiver of debarment must be coordinated with and processed by Procurement Management.

20. CONFIDENTIALITY

Vendors should be aware that all submittals (including financial statements) provided with a bid/proposal are subject to public disclosure and will not be afforded confidentiality.

21. ANTI-LOBBYING CLAUSE

All firms are hereby placed on formal notice that neither the County Commissioners nor candidates for County Commission, nor any employees from the Lee County Government, Lee County staff members, nor any members of the Qualification/Evaluation Review Committee are to be lobbied, either individually or collectively, concerning this project. Firms and their agents who intend to submit qualifications, or have submitted qualifications, for this project are hereby placed on formal notice that they are not to contact County personnel for such purposes as holding meetings of introduction, meals, or meetings relating to the selection process outside of those specifically scheduled by the County for negotiations. Any such lobbying activities may cause immediate disqualification for this project.

22. INSURANCE (AS APPLICABLE)

Insurance shall be provided, per the attached insurance guide. Upon request, an insurance certificate complying with the attached guide may be required prior to award.

23. CONFLICT OF INTEREST

All firms are hereby placed on formal notice that per Section 3 of Lee County Ordinance No. 92- 22:

The County is prohibited from soliciting a professional services firm to perform project design and/or construction services if the firm has or had been retained to perform the project feasibility or study analysis.

And:

12

FORMAL BID NO.: B-140093

A professional services firm who has performed or participated in the project feasibility planning, study analysis, development of a program for future implementation or drafting of solicitation documents directly related to this County project, as the primary contractor/consultant or a prominent member of the team, cannot be selected or retained, as the primary contractor/consultant or a named member of the contracting/consulting team, to perform project design, engineering, or construction services for subsequent phase s or scopes of work for this project. Pursuant to FS. S. 287.057(17) the firm will be deemed to have a prohibited conflict of interest that creates an unfair competitive advantage.

Should your response be found in violation of the above stated provisions; the County will consider this previous involvement in the project to be a conflict of interest, which will be cause for immediate disqualification of the submittal from consideration for this project.

13

FORMAL BID NO.: B-140093

LEE COUNTY, FLORIDA PROPOSAL QUOTE FORM FOR MOWING FOR DOT ROADWAYS 4, 5 & 6

DATE SUBMITTED: ______

VENDOR NAME:

TO: The Board of County Commissioners Lee County Fort Myers, Florida

Having carefully examined the “General Conditions”, and the “Detailed Specifications”, all of which are contained herein, the Undersigned proposes to furnish the following which meet these specifications:

NOTE REQUIREMENT: IT IS THE SOLE RESPONSIBILITY OF THE VENDOR TO CHECK LEE COUNTY PROCUREMENT MANAGEMENT WEB SITE FOR ANY PROJECT ADDENDA ISSUED FOR THIS PROJECT. THE COUNTY WILL POST ADDENDA TO THIS WEB PAGE, BUT WILL NOT NOTIFY.

The undersigned acknowledges receipt of Addenda numbers: ______

SECTION 1: LEE COUNTY MAINTAINED ROADS FROM I-75 WEST LIMIT TO COUNTY LINE EAST AND SR 80 SOUTH LIMITTO COUNTY LINE NORTH (SEE MAP) (AREA-4)

MOWING, EDGING & DEBRIS PICK UP:

$______PER CYCLE TOTAL x (9) CYCLES = $______TOTAL

TOTAL SECTION 1: $______

SECTION 2: LEE COUNTY MAINTAINED ROADS FROM THE CALOOSAHATCHIE NORTH LIMIT TO COUNTY LINE SOUTH AND FROM US 41 EAST LIMIT TO COUNTY LINE WEST(SEE MAP)(AREA-5)

MOWING, EDGING & DEBRIS PICK UP:

$______PER CYCLE TOTAL x (9) CYCLES = $______TOTAL

TOTAL SECTION 2: $______

14

FORMAL BID NO.: B-140093

SECTION 3: LEE COUNTY MAINTAINED ROADS FROM THE CALOOSAHATCHIE NORTH LIMIT AND THE COUNTY LINE SOUTH AND FROM I-75 EAST LIMIT TO US 41 WEST EXCLUDING SAN CARLOS PARK AREA BETWEEN ALICO RD. AND ESTERO PKWY. (SEE MAP) (AREA-6)

A. MOWING, EDGING & DEBRIS PICK UP:

$______PER CYCLE TOTAL x (9) CYCLES = $______TOTAL

B. MOWING AND DEBRIS PICK UP FOR 38.75 ACRES (ORTIZ AVE. AND LUCKETT RD.)

$______PER CYCLE TOTAL x (9) CYCLES = $______TOTAL

TOTAL SECTION 3: $______

TO BE STARTED WITHIN ______CALENDAR DAYS AFTER RECEIPT OF AWARD AND PURCHASE ORDER.

WILL YOU DELIVER WITH YOUR OWN VEHICLE AS OPPOSED TO COMMON CARRIER? YES NO

Does your firm have a location/office/facility in Lee County? YES NO

Address:

Bidders should carefully read all the terms and conditions of the specifications. Any representation of deviation or modification to the bid may be grounds to reject the bid.

Are there any modifications to the bid or specifications: YES NO

Failure to clearly identify any modifications in the space below or on a separate page may be grounds for the bidder being declared nonresponsive or to have the award of the bid rescinded by the County.

MODIFICATIONS:

Bidder shall submit his/her bid on the County’s Proposal Quote Form, including the firm name and authorized signature. Any blank spaces on the Proposal Quote Form, qualifying notes or exceptions, counter offers, lack of required submittals, or signatures, on County’s Form may result in the Bidder/Bid being declared non-responsive by the County.

15

FORMAL BID NO.: B-140093

ANTI-COLLUSION STATEMENT

THE BELOW SIGNED BIDDER HAS NOT DIVULGED TO, DISCUSSED OR COMPARED HIS BID WITH OTHER BIDDERS AND HAS NOT COLLUDED WITH ANY OTHER BIDDER OR PARTIES TO A BID WHATSOEVER. NOTE: NO PREMIUMS, REBATES OR GRATUITIES TO ANY EMPLOYEE OR AGENT ARE PERMITTED EITHER WITH, PRIOR TO, OR AFTER ANY DELIVERY OF MATERIALS. ANY SUCH VIOLATION WILL RESULT IN THE CANCELLATION AND/OR RETURN OF MATERIAL (AS APPLICABLE).

FIRM NAME ______

BY (Printed): ______

BY (Signature): ______

TITLE: ______

FEDERAL ID # OR S.S.#______

ADDRESS: ______

______

PHONE NO.: ______

FAX NO.: ______

CELLULAR PHONE/PAGER NO.: ______

DUNS #: ______

LEE COUNTY LOCAL BUSINESS TAX ACCOUNT NUMBER: ______

E-MAIL ADDRESS:

DISADVANTAGED BUSINESS ENTERPRISE (DBE): Yes No

16

FORMAL BID NO.: B-140093

LEE COUNTY, FLORIDA DETAILED SPECIFICATIONS FOR MOWING FOR DOT ROADWAYS AREAS 4, 5 & 6 SCOPE

Proposer is required to indicate whether the Firm and/or any proposed sub-consultants are Disadvantaged Business Enterprises (DBE). Lee County encourages the utilization and participation of DBEs in procurements, and evaluation proceedings will be conducted within the established guidelines regarding equal employment opportunity and nondiscriminatory action based upon the grounds of race, color, sex or national origin. Interested certified Disadvantaged Business Enterprise (DBE) firms as well as other minority-owned and women-owned firms are encouraged to respond.

The intent of this quote is to provide median and roadside mowing for various roads in areas four, five and six in Lee County. Mowing work consists of providing all labor, materials, equipment, permits and incidentals necessary to perform the following:

AREA 4: LEE COUNTY MAINTAINED ROADS LEE COUNTY MAINTAINED ROADS FROM I-75 WEST TO COUNTY LINE EAST AND SR 80 SOUTH TO COUNTY LINE NORTH (SEE MAP)

(Approximately 92.70 MILES OF ROADWAYS)

Mowing, Edging and Debris pick up:

MEDIANS AND ROADSIDE.

Mowing length – Approximately 92.70 Miles

NOTE – All mowing is to be conducted in accordance with the specifications outlined in the Maintenance section of this quote.

AREA 5: LEE COUNTY MAINTAINED ROADS LEE COUNTY MAINTAINED ROADS FROM THE CALOOSAHATCHIE NORTH TO COUNTY LINE SOUTH AND FROM US 41 EAST TO COUNTY LINE WEST(SEE MAP)

(Approximately 128.20 MILES OF ROADWAYS)

Mowing, Edging and Debris pick up:

MEDIANS AND ROADSIDE.

Mowing length – Approximately 128.20 Miles

Roads that are not included in this quote are:

1. WINKLER ROAD MEDIANS ONLY FROM CYPRESS LAKE TO COLLEGE PARKWAY 2. SUMMERLIN ROAD ROW TO ROW FROM MCGREGOR BLVD. TO GLADIOLUS DR.

17

FORMAL BID NO.: B-140093

3. SUMMERLIN ROAD MEDIANS ONLY FROM GLADIOLUS DR. TO BOYSCOUT DR. 4. MCGREGOR BLVD ROW to ROW FROM SANIBEL TOLL FACILITY TO SUMMERLIN ROAD 5. SANIBEL CAUSEWAY 6. CAPTIVA ISLAND 7. SANIBEL ISLAND 8. MIDPOINT BRIDGE 9. COLLEGE PKWY. ROW to ROW FROM US 41 TO MCGREGOR BLVD 10. BASS ROAD ROW to ROW FROM SUMMERLIN ROAD TO GLADIOLUS DR. 11. CYPRESS LAKE DRIVE MEDIANS ONLY FROM US 41 TO MCGREGOR BLVD. 12. COLONIAL BLVD. ROW to ROW FROM US 41 TO MCGREGOR BLVD. 13. BONITA BEACH RD. MEDIANS ONLY FROM KINGS KEW TO US 41 14. ESTERO BLVD 15. GLADIOLUS DR. ROW TO ROW FROM US 41 TO SAN CARLOS BLVD. 16. MAGNOLIA POINTE 17. PUNTA RASSA RD 18. ALL CM ROADS INSIDE RESIDENTIAL SUBDIVISIONS.

NOTE – All mowing is to be conducted in accordance with the specifications outlined in the Maintenance section of this quote.

AREA 6: LEE COUNTY MAINTAINED ROADS BETWEEN THE CALOOSAHATCHIE RIVER AND THE COUNTY LINE AND BETWEEN I-75 AND US 41 EXCLUDING SAN CARLOS PARK BETWEEN ALICO RD. AND ESTERO PKWY. (SEE MAP)

A. (126.50 MILES OF ROADWAYS)

Mowing, Edging and Debris pick up:

MEDIANS AND ROADSIDE.

Mowing length – Approximately 126.50 Miles

Roads that are not included in this quote are:

1. CORKSCREW ROAD MEDIANS ONLY FROM US 41 TO I-75 2. DANIELS PKWY MEDIANS ONLY FROM US 41 TO I-75 3. FOWLER ST. MEDIANS ONLY FROM US 41 TO COLONIAL BLVD. 4. ESTERO PKWY. MEDIANS ONLY FROM US 41 TO 3 OAKS PKWY. 5. ESTERO PKWY ROW to ROW FROM 3 OAKS PKWY TO BEN HILL GRIFFIN PKWY. 6. PLANTATION RD. ROW to ROW FROM IDLEWILD TO COLONIAL BLVD. 7. 3 OAKS PKWY ROW to ROW FROM WILLIAMS RD. TO EAST TERRY ST. 8. 3 OAKS PKWY MEDIANS ONLY FROM WILLIAMS RD. TO ALICO RD. 9. BEN C PRATT/SIX MILE CYPRESS MEDIANS ONLY FROM SOUTH OF HAMMOND STADIUM TO COLONIAL BLVD. 10. BONITA BEACH RD. MEDIANS ONLY FROM US 41 TO I-75 11. IMPERIAL PKWY. MEDIANS ONLY FROM BONITA BEACH RD. TO COLLIER COUNTY LINE 12. ALL CM ROADS INSIDE RESIDENTIAL SUBDIVISIONS.

18

FORMAL BID NO.: B-140093

C. (38.75 ACRES MOWING AND DEBRIS PICK UP FOR ORTIZ AVE. AND LUCKETT RD .) MOWING AREA – APPROXIMATELY 38.75 ACRES.

NOTE – All mowing is to be conducted in accordance with the specifications outlined in the Maintenance section of this quote.

TERM OF AWARD

If awarded, the terms of this solicitation shall be in effect for one year or until new quotes are taken and awarded. The County reserves the right to renew this quote (or any portion thereof) and to negotiate lower pricing as a condition for each renewal, for up to four additional one-year periods, upon mutual agreement of both parties and, except as to lower pricing, under the same terms and conditions.

BASIS OF AWARD

The basis of award for this quote will be the responsible low Bidder meeting all specification requirements for each area.

The awarded vendor understands that the County reserves the right to adjust the number of cycles or terminate this agreement at any time as best serves the needs of Lee County.

Lee County reserves the right, at the County’s discretion, to award to either one single vendor or to multiple vendors. Lee County reserves the right, at its discretion, to limit the number of areas awarded to any single vendor to two (2). The intent of this is to ensure that vendors are able to adequately maintain the areas which they are awarded. Prior to making any future awards under other mowing quotes the County also reserves the right to consider the number of areas the vendor may have already been awarded and base future awards on the vendor’s performance in maintaining what they are currently awarded. Lee County reserves the right to reject unbalanced quotes (a quote where a normally low cost item is priced well out of the normal range). If a segment of this quote should begin maintenance at any other time than the beginning of a monthly cycle, the first invoice for maintenance of that segment shall be paid on a pro-rated basis. CONSUMER PRICE INDEX ADJUSTMENT

At the County’s sole discretion, the contract price quoted for this service may be increased annually on the first of October. If granted, this increase would be based on the July Consumer Price Index for U.S. City Average, Wage and Clerical Workers, All Items, as published by the Bureau of Labor Statistics, Southeastern Regional Office as of the month of July for that year. Lee County will notify the vendor of the increase amount if granted. This increased amount would begin with the billing for the month of October.

TERMINATION

Both the vendor and the County have the right to terminate a contract/agreement awarded under this solicitation upon 30 days written notice delivered to the other party. The County reserves the right to accept or reject a termination notice submitted by the vendor and no such termination notice submitted by the vendor; no termination notice submitted by the vendor will become effective unless and until the vendor is notified in writing by the County of its acceptance.

19

FORMAL BID NO.: B-140093

If a complaint is filed with respect to the awarded vendor under this Quote/Contract, both Procurement Management and the County-Department will meet with the vendor and provide an opportunity for the vendor to resolve the issue. If the vendor fails to resolve the issue to the County’s satisfaction within three months after notice of the complaint, then the County, through its Procurement Management Director, has the right and authority to terminate the vendor’s services, without recourse to the vendor for payments related to the unfinished work under the contract/award. If a termination occurs under this provision, the vendor will be barred from bidding on a County project for a period of one year from the date of termination.

Any vendor, who has voluntarily withdrawn from a formal quote/proposal without the County’s mutual consent during the contract period, shall be barred from further County procurement for a period of 180 days.

MAJOR BREAKDOWNS/NATURAL DISASTERS

Lee County requires that the awarded vendor provide the name of a contact person and phone number which will afford Lee County access twenty-four hours per day, 365 days per year, of this product or service in the event of major breakdowns or natural disasters.

Lee County reserves the right to purchase the product or service listed in this quotation elsewhere in an emergency situation.

DESIGNATED CONTACT

The awarded vendor shall appoint a person or persons to act as a primary contact for all County departments. This person or back-up shall be readily available during normal work hours by phone or in person, and shall be knowledgeable of the terms and procedures involved.

AFFIDAVIT CERTIFICATION IMMIGRATION LAWS

The attached document, Affidavit Certification Immigration Laws, is required and should be submitted with your solicitation package. It must be signed and notarized. Failure to include this affidavit with your response will delay the consideration and review of your submission; and could result in your response being disqualified.

SUB-CONTRACTORS

The use of sub-contractors under this quote is not allowed without prior written authorization from the County representative.

LOCAL BIDDER’S PREFERENCE

Note: In order for your firm to be considered for the local vendor preference, you must complete and return the attached “Local Vendor Preference Questionnaire” with your quotation. The Lee County Local Bidder’s Preference Ordinance No. 08-26 is being included as part of the award process for this project. As such, Lee County at its sole discretion, may choose to award a preference to any qualified “Local Contractor/Vendor” in an amount not to exceed 3 % of the total amount quoted by that firm.

20

FORMAL BID NO.: B-140093

“Local Contractor / Vendor” shall mean: a) any person, firm, partnership, company or corporation whose principal place of business in the sole opinion of the County, is located within the boundaries of Lee/Collier County, Florida; or b) any person, firm, partnership, company or corporation that has provided goods or services to Lee County on a regular basis for the preceding consecutive three (3) years, and that has the personnel, equipment and materials located within the boundaries of Lee/Collier County sufficient to constitute a present ability to perform the service or provide the goods.

The County reserves the exclusive right to compare, contrast and otherwise evaluate the qualifications, character, responsibility and fitness of all persons, firms, partnerships, companies or corporations submitting formal bids or formal quotes in any procurement for goods or services when making an award in the best interests of the County.

AGREEMENTS/CONTRACTS

The awarded vendor will be required to execute an Agreement/Contract as a condition of award. A sample of this document may be viewed on-line at http://www.lee- county.com/gov/dept/ProcurementManagement/contracts/Pages/Forms.aspx .

SITE CHANGES

Lee County may, at their sole discretion, add or delete sections at no change in the unit price of the work as long as the new sections are of a similar nature and the total change per contract area does not increase or decrease the original contract area by more than 25%.

Lee County may, at their sole discretion, add new areas of dissimilar nature or alter sites, based on a mutually agreed price, to be negotiated between the vendor and an authorized Lee County representative.

Lee County reserves the right to delete or cancel any site or service at the quoted price.

Lee County reserves the right to add or delete services based on a mutually agreed upon price, to be negotiated between the vendor and an authorized Lee County Representative.

ASSIGNMENT OF THIS CONTRACT

The Contractor shall not assign, transfer or sub-contract any portion of this agreement unless prior permission is granted by County Representative.

EXAMINATION OF SITES

Lee County suggests that vendors visit the sites of this work and acquaint themselves with the conditions as they exist and the operations to be carried out under this quote. Vendors shall make such investigations as they may see fit so that they may fully understand the facilities, difficulties and restrictions attending the execution of the work under this quote.

WORKMANSHIP AND INSPECTION The supervision of the performance of this quote is vested wholly with Lee County DOT. Lee County DOT will decide any and all questions, which may arise as to the quality and acceptability of equipment, materials used, work performed, and the manner of performance and rate of progress of the work.

21

FORMAL BID NO.: B-140093

All work that does not meet the specifications must be corrected before Lee County DOT will give approval for payment. Lee County has the right to deny a monthly payment for work not completed for that period of time. MAJOR BREAKDOWNS/NATURAL DISASTERS

Lee County requires that the awarded vendor provide the name of a contact person and phone number which will afford Lee County access twenty-four hours per day, 365 days per year, of this product or service in the event of major breakdowns or natural disasters.

Lee County reserves the right to purchase the product or service listed in this quotation elsewhere in an emergency situation.

DESIGNATED CONTACT

The awarded vendor shall appoint a person or persons to act as a primary contact for all County departments. This person or back-up shall be readily available during normal work hours by phone or in person, and shall be knowledgeable of the terms and procedures involved.

TOLLS

Lee County will not pay for or reimburse awarded vendors for any bridge tolls.

EMERGENCY PHONE NUMBERS

Provide to the County Representative a list of emergency phone numbers. Lee County requires that the awarded vendor provide the name of a contact person and phone number which will afford Lee County access twenty-four hours per day, 365 days per year, of this product or service in the event of major breakdowns or natural disasters.

WORK SCHEDULE

Provide to the County's representative a complete twelve (12) month schedule that includes all work to be done mowing and edging. Contact the County's representative and confirm the monthly work schedule. Contact the County Representative within 24 hours of schedule change.

SUPERVISION AND SAFETY

A. Provide the maintenance services in a professional manner. During all maintenance work hours, provide a qualified and competent, English speaking person on site who is authorized to supervise the maintenance operations and to represent and act for the Contractor.

B. The contractor shall videotape in color, the entire site prior to commencement of maintenance contract. Care must be taken to ensure that the site is adequately documented i.e. utility boxes, curb, signs, and condition of existing sod and plants, including any damage such as weed eater blight. This videotape will be used to resolve any disputes. In the event that the site is not properly documented and could have reasonably been done and an issue arises, it will be assumed the contractors responsibility and shall be repaired at no cost to the County. Two copies shall be made, one for the contractor’s file and the other to the County representative. Videotapes shall be in the format that may be reviewed in any standard VHS video or DVD recorder without adaptation.

22

FORMAL BID NO.: B-140093

C. All vehicles and trailers shall have the contractor's name and business phone number clearly displayed during work hours. Contractors' personnel shall wear appropriate apparel including high visibility safety vest (class II).

D. It shall be the Contractor's responsibility to maintain safe and efficient pedestrian and vehicular traffic flow through the designated work zone area. The Contractor shall adhere to the applicable federal, state, and local laws, ordinances and regulations. The Contractor shall maintain proper work zones in accordance with the State of Florida, Department of Transportation's Manual on Traffic Control and Safe Practices for Streets and Highway Construction and Utility Operations and the Manual on Uniform Traffic Control Devices (M.U.T.C.D.)

E. The Contractor shall fully adhere to the Federal Occupational Safety and Health Act (OSHA)

F. Lee County DOT requires that mowing equipment have warning lights or a strobe light installed and operating while in operation. Warning signs that read “Mowers Ahead" and meeting the MUTCD specifications be placed in the right-of-way facing each lane of traffic in both directions. Signage shall be placed at the beginning and ending limits of the project.

REPORTING, INSPECTION AND CHECKLIST

A. The Contractor shall complete the Checklist provided by the County Representative, upon each site visit. Lists shall be completed accurately and thoroughly, signed and dated and returned to the County Representative within forty-eight (48) hours of each and every site visit. If this report is not received in a timely fashion verifying the completed work, the following month’s payment shall be withheld. Post dating reports and submitting multiple inspections at one time will not be accepted.

B. Onsite inspections will be conducted at the request of the County Representative and scheduled within five (5) working days of request.

C. The Contractor shall meet with the County Representative on a set monthly schedule to discuss and remedy any field questions and or associated problems.

INITIAL SITE VISIT

Before the contractor begins any work, the contractor, a county representative, shall meet on site to clearly define the limits of mowing responsibilities and expectations, and to discuss any relevant issues.

MOWING MAINTENANCE

Contractor will provide all labor, materials, equipment, permits, and incidentals necessary to perform the following:

A, MOWING

Mow all Bahia sod areas at a height of four to five inches (4”-5”) with a rotary mower. Mowing consists of nine (9) cycles: monthly, as needed to maintain an attractive, even sodded area. The mowing cycle is to be completed within four weeks. Failure to do so could result in non-payment of the invoice or a vendor complaint being filed.Please refrain from mowing sod clippings into the tree rings where possible. Avoid

23

FORMAL BID NO.: B-140093 damage to the tree rings as most contain irrigation tubing and bubblers. Any irrigation equipment, traffic signs, Mail boxes and utility boxes damaged by mowing or trimming will be repaired at the contractor’s expense. Mowing wet grass or operating with dull blades shall be avoided. The County reserves the right to add or eliminate a cycle. The county shall contact the Contractor a minimum of one (1) week ahead of scheduled cycle for cancellation. If the Contractor feels that an extra mowing is warranted please notify the Mowing Supervisor immediately.

Any extra mowing charges submitted without prior approval will be denied.

MOWING AND EDGING CLEAN-UP.:

Roadway, curb and gutter, sidewalk and bike paths shall be blown free of clippings in conjunction with mowing and edging events. Do not leave large clumps of grass clippings in the roadways or on sidewalks. In accordance with the Lee County Fertilizer BMP ordinance section 7, subsection G: grass clippings shall not be directed into storm drains, ditches, conveyances, water bodies, roadways or any other impervious surfaces. All curbs are to be cleaned of mulch debris with each visit to the site.

LITTER PICK-UP AND DEBRIS REMOVAL (MOWED AREAS):

Clean-up all litter in sod areas (if applicable), and tree rings within the right of way limits during each site visit. Litter and debris shall be removed prior to mowing and any debris thrown or dragged to adjacent property or roadways by mowing operations shall be cleaned-up. Litter and debris shall be removed, and disposed of at a County approved disposal site. No litter shall be left on site after the Contractor departs. There will be no additional cost to Lee County for litter and debris disposal.

Litter and Debris is defined as foreign items within the limits of the project such as, but not limited to, palm fronds, paper, plastic, aluminum, metal, glass, and tires. etc. If an illegal dump is located (defined as: centralized piles of debris, construction materials or large items such as mattresses, or household appliances) within the limits of the project, the contractor is to contact the Landscape Maintenance Supervisor and report the event. The contractor will not be held responsible for the cleanup of illegal dumping.

EDGING (MOWED AREAS):

Edging is only performed for Arterial and Collector roads or as needed and shall be performed on quarterly basis. The edging cycle is to be completed within one week. Edging shall be performed with rigid blade edging equipment or manual hand edger leaving a clean straight edge no more than 1" back from curbs, traffic signs, tree rings, or bed areas. Weed eaters shall not be used for edging purposes particularly around the trees.

Tree rings and bed areas shall be repaired and restored when disturbed by the mowing function or by irrigation washouts, at no additional cost to the County. Any trees or shrubs damaged from errant string trimmer or careless mowing will be replaced with like size, Florida #1 grade material at the cost of the Contractor.

DETAILED SPECIFICATIONS FOR MOWING

(1) Bidder shall review and visit the designated mowing area boundaries, prior to submitting the quote.

(2) The vendor shall mow to an average height of 5", plus/minus 1". The mower blades must be sharpened at a regular frequency. The leaf blades should not be ripped or torn.

24

FORMAL BID NO.: B-140093

(3) The vendor shall be responsible for the immediate clean-up of debris thrown or dragged by his equipment onto adjacent property and roadways.

(4) One week prior to the start of each cutting, the awarded vendor shall inspect the area to be mowed for debris or litter that will interfere with the mowing process, (for example, tires or fence posts). If any area has large debris, or as listed herein, the vendor shall notify Lee County DOT at 533-9400. To aid Lee County in the pick-up of the debris, the vendor shall flag the debris location.

(5) The awarded vendor shall mow within approximately 12" of any obstruction (trees, signs, mail boxes etc. this area to be hand trimmed) in the right-of-way, unless specifically waived by Lee County DOT. Any damage to utilities, signs, etc., will be repaired at the contractor’s expense and shall be reported by the vendor in writing, within 24 hours, to the County Representative. Damage to stop signs shall be reported immediately by vendor to County Representative. Some areas may contain vegetation, i.e., pepper bushes, etc. Lee County DOT does not expect the awarded vendor to mow or remove this type of vegetation.

(6) Lee County DOT will not pay for mowing that is done at such a high speed as to cause the grass to be torn or laid over.

(7) Lee County requires that in addition to operating warning lights or a strobe on the equipment, that the awarded vendor place "Mower Ahead" type signs, within a one mile proximity, in each direction, of the work zone.

Lee County DOT requires that all locations, per Attachment #B, #C and #D, be cut completely, each time at a mowing cycle. not to exceed 30 calendar days. No partial cuts or partial payments will be made, unless specifically agreed to by both parties prior to the partial mowing. If the contractor fails to meet the required 30 day complete cycle, he will be assessed a penalty equal to 5% of the total one cycle mowing charge, for all locations awarded to that vendor, for each day that exceeds the 30 day complete cycle duration. The actual length of the cycle will be based on the contractors’ log, which is to be submitted weekly as required (Attachment), and verified by an authorized Lee County representative.

(9) The contractor will be required to submit a weekly breakdown of the work completed, along with a projection of what should be completed the following week. The submittal shall be in the form as shown in Attachment E.

(10) The vendor shall make every reasonable effort to not damage mulch rings around trees or planting beds.

INVOICE

All vendors are requested to mail one original invoice and one invoice copy to: Lee County Finance Department, P. O. Box 2238, Fort Myers, FL, 33902-2238. In addition, one original invoice shall be sent to:, Lee County DOT, 5560 Zip Drive, Fort Myers, Florida, 33905 Attn: PROJECT MANAGER. Please make sure that the purchase order number is on the invoice, otherwise it can’t be processed. Also, make sure you list the dates mowed and the cost per mow and the total for cycle # ______. Once the invoice has been approved by the department it can be processed for payment.

25

FORMAL BID NO.: B-140093

ATTACHMENT A LOCAL VENDOR PREFERENCE QUESTIONNAIRE (LEE COUNTY ORDINANCE NO. 08-26)

Instructions: Please complete either Part A or B whichever is applicable to your firm

PART A: VENDOR’S PRINCIPAL PLACE OF BUSINESS IS LOCATED WITHIN LEE/COLLIER COUNTY (Only complete Part A if your principal place of business is located within the boundaries of Lee/Collier County)

1. What is the physical location of your principal place of business that is located within the boundaries of Lee/Collier County, Florida?

2. What is the size of this facility (i.e. sales area size, warehouse, storage yard, etc.)

PART B: VENDOR’S PRINCIPAL PLACE OF BUSINESS IS NOT LOCATED WITHIN LEE/COLLIER COUNTY OR DOES NOT HAVE A PHYSICAL LOCATION WITHIN LEE/COLLIER COUNTY (Please complete this section.)

1. How many employees are available to service this contract?

2. Describe the types, amount and location of equipment you have available to service this contract.

3. Describe the types, amount and location of material stock that you have available to service this contract.

26

FORMAL BID NO.: B-140093

4. Have you provided goods or services to Lee County on a regular basis for the preceding, consecutive three years?

Yes No

If yes, please provide your contractual history with Lee County for the past three, consecutive years. Attach additional pages if necessary.

27

FORMAL BID NO.: B-140093

Lee County Ordinance No. 08-26 Local Bidder’s Preference AFFIDAVIT PRINCIPAL PLACE OF BUSINESS

Principal place of business is located within the boundaries of Lee County.

Company Name:

Signature Date

STATE OF ______COUNTY OF ______

The foregoing instrument was signed and acknowledged before me this ______day of

______, 20___, by ______who has produced

(Print or Type Name) ______as identification. (Type of Identification and Number)

______Notary Public Signature

______Printed Name of Notary Public

______Notary Commission Number/Expiration

The signee of this Affidavit guarantees, as evidenced by the sworn affidavit required herein, the truth and accuracy of this affidavit to interrogatories hereinafter made. LEE COUNTY RESERVES THE RIGHT TO REQUEST SUPPORTING DOCUMENTATION, AS EVIDENCE OF SERVICES PROVIDED, AT ANY TIME.

28

FORMAL BID NO.: B-140093

LEE COUNTY PROCUREMENT MANAGEMENT - BIDDERS CHECK LIST

IMPORTANT: Please read carefully and return with your bid proposal. Please check off each of the following items as the necessary action is completed: 1. The Solicitation has been signed and with corporate seal (if applicable).

2. The Solicitation prices offered have been reviewed (if applicable).

____ 3. The price extensions and totals have been checked (if applicable).

4. Substantial and final completion days inserted (if applicable).

5. The original (must be manually signed) and 1 hard copy original and others as specified of the Solicitation has been submitted.

6. Two (2) identical sets of descriptive literature, brochures and/or data (if required) have been submitted under separate cover.

7. All modifications have been acknowledged in the space provided.

8. All addendums issued, if any, have been acknowledged in the space provided.

9. Licenses (if applicable) have been inserted.

10. Erasures or other changes made to the Solicitation document have been initialed by the person signing the Solicitation.

11. Contractor’s Qualification Questionnaire and Lee County Contractor History (if applicable).

12. DBE Participation form completed and/or signed or good faith documentation.

13. Bid Bond and/or certified Check, (if required) have been submitted with the Solicitation in amounts indicated.

14. Any Delivery information required is included.

15. Affidavit Certification Immigration Signed and Notarized

16. Local Bidder Preference Affidavit (if applicable)

17. The mailing envelope has been addressed to: MAILING ADDRESS PHYSICAL ADDRESS Lee County Procurement Mgmt. Lee County Procurement Mgmt. P.O. Box 398 or 1825 Hendry St 3rd Floor Ft. Myers, FL 33902-0398 Ft. Myers, FL 33901 18. The mailing envelope MUST be sealed and marked with: Solicitation Number Opening Date and/or Receiving Date

19. The Solicitation will be mailed or delivered in time to be received no later than the specified opening date and time. (Otherwise Solicitation cannot be considered or accepted.)

20. If submitting a “NO BID” please write Solicitation number here ______and check one of the following: ______Do not offer this product ______Insufficient time to respond. ______Unable to meet specifications (why) ______Unable to meet bond or insurance requirement. Other: ______

Company Name and Address: ______

29

ATTACHMENT B AREA 4 ROW LENGTH STREET FROM STREET TO STREET WIDTH (FT) ANDROS AVE 60 BARCELONA AV BIGELOW RD 1,477 ARUBA AVE 50 ARUBA AV END 141 ARUBA AVE 50 CARIBBEAN BLVD ARUBA AV 1,314 AVIARY ST EOP LEETANA RD 727 BAHAMA AVE 50 SEVENTH ST EIGHTH ST 292 BAHAMA AVE 50 NINTH ST TENTH ST 290 BAHAMA AVE 50 RIVER RD BAHAMA AV 590 BAHAMA AVE 50 TENTH ST RIVER RD 295 BAHAMA AVE 50 BAHAMA AV END 144 BAHAMA AVE 50 EIGHTH ST NINTH ST 288 BALSEY RD 50 S RIVER RD PALM BEACH BLVD 899 BALSEY RD BALSEY RD END 240 BALSEY RD BALSEY RD S RIVER RD 807 BARBADOS AVE 50 BARBADOS AV CARIBBEAN BLVD 1,158 BARBADOS AVE 50 BARBADOS AV END 147 BARCELONA AVE 60 NEVIS DR CARIBBEAN BLVD 291 BARCELONA AVE 60 MARQUETTE BLVD ANDROS AV 442 BARCELONA AVE 60 ANDROS AV BIGELOW RD 1,145 BARCELONA AVE 60 ST KITTS DR NEVIS DR 327 BARCELONA AVE 60 WEBER BLVD ST KITTS DR 1,276 BARCELONA AVE 60 CARIBBEAN BLVD MARQUETTE BLVD 346 BENTWOOD CT 60 OLD BAYSHORE RD EOP 1,338 BIGELOW RD MARILYN LN OLD OLGA RD 263 BIGELOW RD BARCELONA AV ANDROS AV 332 BIGELOW RD ANDROS AV RIVER OAK LN 335 BIGELOW RD OLD OLGA RD MARILYN LN 177 BIGELOW RD MARINA PARK DR QUEEN ANNE DR 318 BIGELOW RD RIVER OAK LN PINE WOOD CT 69 BIGELOW RD PINE WOOD CT RIVER PINE DR 241 BIGELOW RD QUEEN ANNE DR BARCELONA AV 183 BIGELOW RD RIVER PINE DR OLD OLGA RD 181 BOONESBORO RD 60 BOONESBORO RD END 182 HANSON HOKE FARM BOONESBORO RD 60 LEETANA RD 1,269 LN HANSON HOKE FARM BOONESBORO RD 60 BOONESBORO RD 380 LN BROADWAY ST BROADWAY ST PEARL ST 1,420 BROADWAY ST BROADWAY ST EOP 469 FORMAL BID NO.:

BROADWAY ST 100 N RIVER RD PEARL ST 476 BROADWAY ST 90 PALM BEACH BLVD BROADWAY ST 734 BROADWAY ST PEARL ST EOP 319 BROWN RD 40 IDALIA DR OLD OLGA RD 662 BROWN RD 40 PALM BEACH BLVD IDALIA DR 1,045 BUCKEYE DR 50 CLARKE AV CLARKE AV 945 BUCKEYE DR 50 S OLGA DR LA BELLE VISTA DR 225 BUCKEYE DR 50 LA BELLE VISTA DR CLARKE AV 276 BUFORD ST 50 GOODE AV MITCHELL AV 345 CALADIUM RD 50 PARKER AV DAVIS BLVD 1,460 CALOOSA RD EOP N RIVER RD 1,761 CARIBBEAN BLVD 50 RIVER FOREST DR FIFTH ST 319 CARIBBEAN BLVD 50 PONCE CIR WEBER BLVD 285 CARIBBEAN BLVD 60 BAHAMA AV ARUBA AV 454 CARIBBEAN BLVD 50 E TOBAGO CIR DOMINICA AV 662 CARIBBEAN BLVD 50 MONTEGO DR CARTAGENA AV 809 CARIBBEAN BLVD 50 DOMINICA AV TROPIC AV 300 CARIBBEAN BLVD 60 ST CROIX AV W TOBAGO CIR 423 CARIBBEAN BLVD 50 GRENADA WAY WEBER BLVD 488 CARIBBEAN BLVD 60 RIVER RIDGE BLVD BAHAMA AV 937 CARIBBEAN BLVD 50 FIFTH ST GRENADA WAY 428 CARIBBEAN BLVD 50 TROPIC AV RIVER FOREST DR 713 CARIBBEAN BLVD 50 OLD OLGA RD MONTEGO DR 319 CARIBBEAN BLVD 50 BARCELONA AV PONCE CIR 854 CARIBBEAN BLVD 50 CARTAGENA AV BARCELONA AV 360 CARIBBEAN BLVD 60 BARBADOS AV ST CROIX AV 448 CARIBBEAN BLVD 60 ARUBA AV BARBADOS AV 525 CARIBBEAN BLVD 60 W TOBAGO CIR POINCIANA BLVD 191 CARIBBEAN BLVD 60 POINCIANA BLVD E TOBAGO CIR 95 CARIBBEAN BLVD 60 E TOBAGO CIR DOMINICA AV 390 CARTAGENA AVE 60 PALM BEACH BLVD MONTEGO DR 219 CARTAGENA AVE 60 MONTEGO DR CRISTOBAL ST 808 CARTAGENA AVE 60 CARIBBEAN BLVD TRINIDAD ST 292 CARTAGENA AVE 60 CRISTOBAL ST TRINIDAD ST 290 CASALY DR 50 LEAVITT RD SEBASTIAN CT 198 CASALY DR 50 SEBASTIAN CT THOMPSON RD 90 CASALY DR 50 WAYLIFE CT LEAVITT RD 181 CASALY DR 50 SAFE HARBOUR CT WEBSTER RD 270 CASALY DR 50 WEBSTER RD WAYLIFE CT 109 CASALY DR 50 THOMPSON RD GARDNER RD 288 CEMETERY RD N RIVER RD EOP 3,533 CENTER ST JOSEPHINE ST N RIVER RD 668

1

FORMAL BID NO.:

CENTER ST JOSEPHINE ST EOP 837 CHARLES ST 50 WEBSTER RD LEAVITT RD 291 CHARLES ST 50 IVERSON ST THOMPSON RD 224 CHARLES ST 50 THURLOW DR WEBSTER RD 285 CHARLES ST 50 IVERSON ST LEAVITT RD 56 CHATTAHOOCHEE DR 60 RABUN GAP DR TALLULAH FALLS RD 1,293 CHESTERFIELD RD 60 CHESTERFIELD RD LEETANA RD 1,240 CHESTERFIELD RD 60 CHESTERFIELD RD END 213 CHURCH AVE S 50 PARK ST N RIVER RD 459 CLARKE AVE 50 BUCKEYE DR BUCKEYE DR 551 COLONY DR 60 EOP EAST LAKE DR 161 COLONY DR 60 EAST LAKE DR COLONY DR 160 CRISTOBAL ST 50 MONTEGO DR CARTAGENA AV 819 CRISTOBAL ST 50 OLD OLGA RD MONTEGO DR 319 CYPRESS CREEK DR EOP CYPRESS CREEK RD 1,439 CYPRESS CREEK RD 50 CYPRESS CREEK DR N RIVER RD 2,033 DAVIS BLVD 80 PARKER AV LILY RD 291 DAVIS BLVD 80 PALM BEACH BLVD FIRST ST 361 DAVIS BLVD 80 FOURTH ST FIFTH ST 411 DAVIS BLVD 80 FIRST ST SECOND ST 284 DAVIS BLVD 80 DE MOYA DR FIFTH ST 1,148 DAVIS BLVD 80 PARKVIEW DR HIBISCUS RD 290 DAVIS BLVD 80 HIBISCUS RD LILY RD 290 DAVIS BLVD 80 DAVIS CT DE MOYA DR 177 DAVIS BLVD 80 PARKER AV CALADIUM RD 290 DAVIS BLVD 80 CALADIUM RD LOTUS RD 315 DAVIS BLVD 80 THIRD ST SECOND ST 295 DAVIS BLVD 80 DAVIS CT PARKVIEW DR 1,020 DAVIS BLVD 80 FOURTH ST THIRD ST 296 DAVIS CT 50 PARKVIEW DR DAVIS BLVD 453 DE MOYA DR 70 HAVANA AV SANTIAGO AV 447 DE MOYA DR 70 HAVANA AV ISLE OF PINES AV 399 DE MOYA DR 70 ISLE OF PINES AV DAVIS BLVD 644 DEAL RD 50 PALM CREEK DR OLD BAYSHORE RD 3,970 DEAL RD 50 DURRANCE RD PALM CREEK DR 5,336 DOMINICA AVE 50 CARIBBEAN BLVD FIFTH ST 675 DUKE HWY 60 N OLGA DR DUKE HWY 2,539 DUKE HWY 60 DUKE HWY FOWLERS WAY 6,439 DURRANCE RD 50 DEAL RD RAMBO LN 3,657 DURRANCE RD 50 BAHIA VISTA RD BAYSHORE RD 2,332 DURRANCE RD 50 RAMBO LN W BAHIA VISTA RD 1,985 DURRANCE RD 50 DURRANCE RD DURRANCE RD 652

2

FORMAL BID NO.:

E COURT PL WEST COURT PL LAUREL WAY 396 E COURT PL LAUREL WAY OLD OLGA RD 492 E CYPRESS AVE 60 FOURTH ST FIFTH ST 287 E CYPRESS AVE 60 THIRD ST FOURTH ST 295 E CYPRESS AVE 60 FIRST ST SECOND ST 292 E CYPRESS AVE 60 SECOND ST THIRD ST 292 E CYPRESS AVE 60 PALM BEACH BLVD FIRST ST 364 E TOBAGO CIR 50 W TOBAGO CIR CARIBBEAN BLVD 698 EAST LAKE DR 60 BAYSHORE RD SWAN WAY 441 EAST LAKE DR 60 SWAN WAY COLONY DR 1,212 EIGHTH ST 50 BAHAMA AV RIVER RIDGE BLVD 700 FIFTH ST 50 MATANZAS DR CARIBBEAN BLVD 726 FIFTH ST 50 HIBISCUS RD PARKER AV 634 FIFTH ST 50 MATANZAS DR TROPIC AV 456 FIFTH ST 50 PARKER AV LOTUS RD 512 FIFTH ST 50 UPCOHALL AV E CYPRESS AV 710 FIFTH ST 50 POINCIANA BLVD UPCOHALL AV 870 FIFTH ST 50 DAVIS BLVD PARKVIEW DR 381 FIFTH ST 50 LOTUS RD RIVER RIDGE BLVD 257 FIFTH ST 50 W CYPRESS AV E CYPRESS AV 364 FIFTH ST 50 TROPIC AV DOMINICA AV 294 FIFTH ST 50 W CYPRESS AV RIVER RIDGE BLVD 927 FIFTH ST 50 DOMINICA AV POINCIANA BLVD 776 FIFTH ST 50 PARKVIEW DR HIBISCUS RD 294 FIRST ST 50 TROPIC AV POINCIANA BLVD 1,066 FIRST ST 50 DAVIS BLVD LAKEVIEW DR 738 FIRST ST 50 W CYPRESS AV RIVER RIDGE BLVD 744 FIRST ST 50 MATANZAS DR TROPIC AV 1,540 FIRST ST 50 UPCOHALL AV E CYPRESS AV 889 FIRST ST 50 POINCIANA BLVD UPCOHALL AV 871 FIRST ST 50 LAKEVIEW DR WEST RD 791 FIRST ST 50 PARKER AV PARKVIEW DR 681 FIRST ST 50 RIVER RIDGE BLVD PARKER AV 772 FOURTH ST 50 RIVER RIDGE BLVD PARKER AV 767 FOURTH ST 50 UPCOHALL AV E CYPRESS AV 753 FOURTH ST 50 PARKER AV PARKVIEW DR 991 FOURTH ST 50 POINCIANA BLVD UPCOHALL AV 871 FOURTH ST 50 DAVIS BLVD WEST RD 1,236 FOURTH ST 50 TROPIC AV POINCIANA BLVD 1,067 FOURTH ST 50 MATANZAS DR TROPIC AV 458 FOURTH ST 50 W CYPRESS AV RIVER RIDGE BLVD 885 GARDNER CT GARDNER RD EOP 664

3

FORMAL BID NO.:

GARDNER RD 50 PALM BEACH BLVD CASALY DR 1,253 GARDNER RD EOP GARDNER CT 804 GARDNER RD GARDNER CT CASALY DR 93 GOODE AVE 50 GOODE AV BUFORD ST 498 GOODE AVE 50 GOODE AV END 196 GRENADA WAY 50 CARIBBEAN BLVD NASSAU ST 303 GRENADA WAY 50 NASSAU ST WEBER BLVD 1,022 HABERSHAM CT 60 EOP TALLULAH FALLS RD 399 HAVANA AVE 50 DE MOYA DR EOP 1,382 HERZOG RD 40 PALM BEACH BLVD EOP 1,258 HIBISCUS RD 50 FIFTH ST SIXTH ST 448 HIBISCUS RD 50 SIXTH ST SEVENTH ST 289 HIBISCUS RD 50 SEVENTH ST DAVIS BLVD 976 HUBER RD 50 NALLE GRADE RD MARMADUKE LN 1,661 INTERLOCHEN LN 60 INTERLOCHEN LN END 196 INTERLOCHEN LN 60 TRAVERSE DR INTERLOCHEN LN 398 INTERLOCHEN LN 60 INTERLOCHEN LN INTERLOCHEN LN 987 IRIS WAY 50 OLD OLGA RD RIVERSIDE DR 1,149 ISLE OF PINES AVE 50 DE MOYA DR EOP 1,415 IVERSON ST PALM BEACH BLVD CHARLES ST 431 JOSEPHINE ST PEARL ST EOP 323 JOSEPHINE ST PEARL ST CENTER ST 467 JOSEPHINE ST PARK ST CENTER ST 461 JULIA ST PEARL ST N RIVER RD 473 JULIA ST N RIVER RD PARK ST 459 LA BELLE VISTA DR 50 BUCKEYE DR EOP 679 LAKEVIEW DR 50 PALM BEACH BLVD FIRST ST 361 LAKEVIEW DR 50 FIRST ST SECOND ST 449 LAZY LN 50 LAZY LN RIVER FOREST DR 476 LAZY LN 50 LAZY LN END 180 LEAVITT RD 50 CHARLES ST CASALY DR 832 LEETANA RD WETSTONE RD LEETANA RD 360 LEETANA RD 50 AVIARY ST BOONESBORO RD 2,636 LEETANA RD PRITCHETT PKWY AVIARY ST 1,318 LEETANA RD 50 BOONESBORO RD WETSTONE RD 661 LILY RD 50 SEVENTH ST DAVIS BLVD 897 LINWOOD AVE HAZEL WAY PARK WAY 499 LINWOOD AVE PALM BEACH BLVD IDALIA DR 1,314 LINWOOD AVE 40 PARK WAY EOP 689 LINWOOD AVE IDALIA DR OLD OLGA RD 665 LINWOOD AVE OLD OLGA RD HAZEL WAY 498 LIPPINCOTT RD 30 JOSHUA DR EOP 249

4

FORMAL BID NO.:

LIPPINCOTT RD 30 JOSHUA DR PALM BEACH BLVD 322 LOTUS RD 50 DAVIS BLVD FIFTH ST 1,537 LOTUS RD 50 DAVIS BLVD RIVER RD 409 MARILYN LN 50 BIGELOW RD RIVERSIDE DR 1,017 MARQUETTE BLVD 60 EOP RIVER FOREST DR 1,376 MARQUETTE BLVD 60 LAZY RIVER LN WEBER BLVD 650 MARQUETTE BLVD 60 WEBER BLVD BARCELONA AV 1,150 MARQUETTE BLVD 60 RIVER FOREST DR LAZY RIVER LN 535 MARQUETTE BLVD 50 EOP RIVER FOREST DR 2,300 MATANZAS DR 60 SECOND ST THIRD ST 677 MATANZAS DR 60 WEBER BLVD PALM BEACH BLVD 1,041 MATANZAS DR 60 FIRST ST SECOND ST 561 MATANZAS DR 60 THIRD ST FOURTH ST 289 MATANZAS DR 60 FIRST ST WEBER BLVD 68 MATANZAS DR 60 FOURTH ST FIFTH ST 290 MAYNARD ST 60 LOUISE ST META DR 269 META ST MAYNARD ST EOP 866 MITCHELL AVE 50 MITCHELL AV END 187 MITCHELL AVE 50 PALM BEACH BLVD BUFORD ST 484 MITCHELL AVE 50 BUFORD ST MITCHELL AV 770 MONTEGO DR 50 CARIBBEAN BLVD TRINIDAD ST 294 MONTEGO DR 50 CRISTOBAL ST TRINIDAD ST 288 MONTEGO DR 50 CRISTOBAL ST CARTAGENA AV 1,382 N OLGA DR EOP DUKE HWY 467 N OLGA DR N OLGA DR UNNAMED ACCESS 677 N OLGA DR TERRELL DR N OLGA RD 649 N OLGA DR UNNAMED ACCESS N OLGA RD 297 N OLGA DR DUKE HWY TERRELL DR 652 N OLGA RD N RIVER RD N OLGA DR 959 N RIVER RD CALOOSA RD CYPRESS CREEK LN 2,663 N RIVER RD SPANISH CREEK LN SILVER & HORST LN 677 N RIVER RD OWL CREEK DR THUNDERBIRD DR 1,168 N RIVER RD UNNAMED ACCESS SERENOA CT 3,404 N RIVER RD TRAVERSE DR VILLA DEL RIO DR 558 N RIVER RD VILLA DEL RIO DR N FRANKLIN LOCK RD 744 N RIVER RD JULIA ST CENTER ST 229 N RIVER RD SAVAGE AV CHURCH AV S 239 N RIVER RD CYPRESS CREEK LN CEMETERY RD 1,321 N RIVER RD SAVAGE AV JOHNSON RD 220 N RIVER RD ENGLISH LN PARKINSON RD 329 N RIVER RD OTTER WATER WAY ELMWOOD DR 725 N RIVER RD 60 BROADWAY ST JULIA ST 491

5

FORMAL BID NO.:

N RIVER RD CLAYTOR RD N RIVER RD 1,562 N RIVER RD OWL CREEK DR SR 31 3,981 N RIVER RD N OLGA DR N OLGA RD 1,149 N RIVER RD ARMEDA RD TURKEY RUN LN 3,692 N RIVER RD SERENGETI CIR RIVER BOAT BEND 1,846 N RIVER RD N FRANKLIN LOCK RD TELEGRAPH CREEK LN 279 N RIVER RD SERENOA CT ARMEDA RD 629 N RIVER RD 60 CHURCH AV S BROADWAY ST 229 N RIVER RD ELMWOOD DR TRAVERSE DR 2,761 N RIVER RD CENTER ST PARK ST 483 N RIVER RD PARK ST CLAYTOR RD 1,069 N RIVER RD TERRELL DR N OLGA RD 440 N RIVER RD N OLGA DR ARGO DR 2,700 N RIVER RD OTTER WATER WAY TERRELL DR 594 N RIVER RD N RIVER RD N RIVER RD 416 N RIVER RD BRENFIELD LN SERENGETI CIR 433 N RIVER RD MILLERS GULLY LN EOP 5,544 N RIVER RD THUNDERBIRD DR TURKEY RUN LN 338 N RIVER RD WILENIUS DR PARKINSON RD 1,626 N RIVER RD SILVER & HORST LN MILLERS GULLY LN 1,387 N RIVER RD LYNDHURST LN TAYLOR RD 331 N RIVER RD N RIVER RD N RIVER RD 567 N RIVER RD PARK ST WILENIUS DR 424 N RIVER RD TELEGRAPH CREEK LN RIVERCHASE CT 765 N RIVER RD LYNDHURST LN BRENFIELD LN 221 N RIVER RD JOHNSON RD PARK ST 201 N RIVER RD SANDS DR SPANISH CREEK LN 655 N RIVER RD CALOOSA RD FICHTERS CREEK LN 5,037 N RIVER RD RIVERWIND DR RIVER ESTATES LN 929 N RIVER RD UNNAMED ACCESS ARGO DR 1,653 N RIVER RD SERENOA CT SERENOA CT 40 N RIVER RD TAYLOR RD FICHTERS CREEK LN 2,361 N RIVER RD ENGLISH LN CEMETERY RD 4,217 N RIVER RD RIVER BOAT BEND RIVER ESTATES LN 1,815 N RIVER RD RIVERWIND DR RIVERCHASE CT 684 N RIVER RD RIVERWIND DR RIVERWIND DR 76 N RIVER RD CALOOSA RD FICHTERS CREEK LN 3,173 N RIVER RD RANCHO 78 DR SANDS DR 4,408 N RIVER RD RANCHO 78 DR PERSIMMON RIDGE RD 625 N RIVER RD N RIVER RD N RIVER RD 388 NALLE GRADE RD 50 SLATER RD HASKINS RD 681 NALLE GRADE RD 50 CAMPBELL RD PEARCE ST 847

6

FORMAL BID NO.:

NALLE GRADE RD 50 WOODBRIDGE LN FREEMAN DR 978 NALLE GRADE RD 50 PINE ECHO RD NALLE RD 2,027 NALLE GRADE RD 50 FREEMAN DR PEARCE ST 1,388 NALLE GRADE RD 50 GOTTARDE RD HUFFMASTER RD 1,334 NALLE GRADE RD 50 WILLIAMS DR WOODBRIDGE LN 670 NALLE GRADE RD 50 SKIPPER RD KEOLA LN 663 NALLE GRADE RD 50 BOWEN RD WELBORN RD 671 NALLE GRADE RD 50 WILLIAMS DR BOWEN RD 1,315 NALLE GRADE RD 50 SLATER RD HUFFMASTER RD 2,631 NALLE GRADE RD 50 SKIPPER RD LANI LN 662 NALLE GRADE RD 50 PINE ECHO RD LANI LN 1,332 NALLE GRADE RD GOTTARDE RD CAMPBELL RD 36 NALLE GRADE RD 50 KEOLA LN WELBORN RD 1,326 NALLE GRADE RD 50 HASKINS RD MEADOW LANE RD 1,337 NALLE GRADE RD MEADOW LANE RD HUBER RD 97 NALLE RD WALLIN DR LAWHON LN 656 NALLE RD COUNCILOR LN ST PAUL RD 518 NALLE RD HENDERSON GRADE RD MERLE DR 1,341 NALLE RD SHADOW OAK LN WALLIN DR 3,045 NALLE RD MAPLE LN QUAIL RUN 838 NALLE RD NALLE GRADE RD BAUGHMAN LN 3,312 NALLE RD VERONICA BLVD SEDGEFIELD RD 1,496 NALLE RD ST PAUL RD QUAIL HOLLOW RD 1,308 NALLE RD MAPLE LN MERLE DR 330 NALLE RD HEATHER LN COUNCILOR LN 109 NALLE RD LAWHON LN SEDGEFIELD RD 2,288 NALLE RD BAYSHORE RD SHADOW OAK LN 1,847 NALLE RD QUAIL RUN HEATHER LN 238 NALLE RD HENDERSON GRADE RD VERONICA BLVD 668 NASSAU ST 50 GRENADA WAY WEBER BLVD 613 NEVIS DR 50 BARCELONA AV PONCE CIR 666 NINTH ST 50 BAHAMA AV RIVER RIDGE BLVD 643 OAK DR 50 S RIVER RD EOP 886 OAKWOOD CT 50 OAKWOOD CT END 204 OAKWOOD CT 50 OAKWOOD CT RANDOLPH DR 296 OLD BAYSHORE RD 50 ROBERTS RD BENTWOOD CT 2,927 OLD BAYSHORE RD 50 RABUN GAP DR HOWARD RD 2,518 OLD BAYSHORE RD 50 DEAL RD RUTH RD 680 OLD BAYSHORE RD 50 DEAL RD TUNDRA DR 1,327 OLD BAYSHORE RD 50 BENTWOOD CT RUTH RD 945 OLD BAYSHORE RD 50 RABUN GAP DR BAYSHORE RD 620 OLD BAYSHORE RD 50 OLD BAYSHORE RD SR 31 1,307

7

FORMAL BID NO.:

OLD BAYSHORE RD 50 ROBERTS RD HOWARD RD 1,011 OLD OLGA RD RANDOLPH DR S OLGA DR 824 OLD OLGA RD OLD OLGA RD BIGELOW RD 683 OLD OLGA RD 66 CARIBBEAN BLVD OLD OLGA RD 1,342 OLD OLGA RD 66 CRISTOBAL ST CARIBBEAN BLVD 578 OLD OLGA RD PINE AV PINE AV 37 OLD OLGA RD PINE AV S FRANKLIN LOCK RD 875 OLD OLGA RD 60 LINWOOD AV WEST COURT PL 841 OLD OLGA RD 66 PALM BEACH BLVD CRISTOBAL ST 758 OLD OLGA RD PALM BEACH BLVD SESSLER RD 1,306 OLD OLGA RD OLD OLGA RD IRIS WAY 69 OLD OLGA RD 60 BROWN RD PINE AV 1,290 OLD OLGA RD 60 WEST COURT PL E COURT PL 425 OLD OLGA RD OLD OLGA RD BIGELOW RD 470 OLD OLGA RD E COURT PL BROWN RD 31 OLD OLGA RD VIOLET DR RANDOLPH DR 659 OLD OLGA RD IRIS WAY VIRGINIA AV 319 OLD OLGA RD S FRANKLIN LOCK RD SESSLER RD 624 OLD OLGA RD S OLGA DR LINWOOD AV 2,653 OLD OLGA RD VIRGINIA AV VIOLET DR 327 OWANITA RD WAGNER AV S RIVER RD 698 OWANITA RD 50 PALM BEACH BLVD WAGNER AV 1,492 OX BOW RD 60 RIVER FOREST DR OX BOW RD 841 OX BOW RD OX BOW RD END 162 PALM CREEK DR 50 PIONEER RD ACE RD 856 PALM CREEK DR 50 AQUA VISTA LN DUECE RD 1,681 PALM CREEK DR 50 AQUA VISTA LN BAYSHORE RD 3,634 PALM CREEK DR 50 DUECE RD ACE RD 278 PALM CREEK DR 50 PIONEER RD DEAL RD 1,443 PARK ST JULIA ST N RIVER RD 381 PARK ST N RIVER RD JOSEPHINE ST 484 PARK ST N RIVER RD CHURCH AV S 245 PARK ST JOSEPHINE ST EOP 647 PARK WAY 60 LEE AVE WEST COURT PL 489 PARK WAY 60 LINWOOD AV LEE AVE 461 PARKER AVE 60 THIRD ST FOURTH ST 291 PARKER AVE 60 PALM BEACH BLVD FIRST ST 359 PARKER AVE 60 FOURTH ST FIFTH ST 288 PARKER AVE 60 FIRST ST SECOND ST 292 PARKER AVE 60 FIFTH ST CALADIUM RD 290 PARKER AVE 60 SEVENTH ST DAVIS BLVD 972 PARKER AVE 60 SECOND ST THIRD ST 288

8

FORMAL BID NO.:

PARKER AVE 60 SIXTH ST SEVENTH ST 246 PARKER AVE 60 CALADIUM RD SIXTH ST 53 PARKINSON RD GOLDEN RD PARKINSON RD 2,705 PARKINSON RD WILD HORSE DR GOLDEN RD 1,093 PARKINSON RD N RIVER RD WILD HORSE DR 566 PARKVIEW DR 50 FIFTH ST DAVIS CT 1,446 PARKVIEW DR 50 SECOND ST THIRD ST 310 PARKVIEW DR 50 FOURTH ST FIFTH ST 338 PARKVIEW DR 50 THIRD ST FOURTH ST 307 PARKVIEW DR 50 FIRST ST SECOND ST 386 PARKVIEW DR 50 PALM BEACH BLVD FIRST ST 360 PARKVIEW DR 50 DAVIS BLVD DAVIS CT 302 PEARL ST 80 BROADWAY ST JULIA ST 467 PEARL ST REWIS RD PEARL ST 627 PEARL ST BROADWAY ST BROADWAY ST 40 PEARL ST JULIA ST JOSEPHINE ST 871 PEARL ST 80 BROADWAY ST SAVAGE AV 450 PEARL ST JOSEPHINE ST REWIS RD 1,562 PERSIMMON RIDGE RD 50 N RIVER RD WALKER FARM CT 3,203 PERSIMMON RIDGE RD 50 WALKER FARM CT AMAZING GRACE LN 3,163 PERSIMMON RIDGE RD 50 GOIN OUTBACK DR PERSIMMON POINTE DR 1,815 PERSIMMON RIDGE RD 50 AMAZING GRACE LN GOIN OUTBACK DR 929 PERSIMMON RIDGE RD 50 PERSIMMON POINTE DR EOP 898 PINE AVE EOP LAUREL WAY 220 PINE AVE LAUREL WAY OLD OLGA RD 501 PINE AVE OLD OLGA RD PALM BEACH BLVD 1,415 PINE WOOD CT 60 PINE WOOD CT END 191 PINE WOOD CT 60 BIGELOW RD PINE WOOD CT 510 POINCIANA BLVD 80 CARIBBEAN BLVD FIFTH ST 295 POINCIANA BLVD 80 FIRST ST SECOND ST 292 POINCIANA BLVD 80 SECOND ST THIRD ST 290 POINCIANA BLVD 80 FOURTH ST FIFTH ST 290 POINCIANA BLVD 80 THIRD ST FOURTH ST 289 POINCIANA BLVD 80 PALM BEACH BLVD FIRST ST 358 PONCE CIR 50 ST KITTS DR NEVIS DR 504 PONCE CIR 50 NEVIS DR CARIBBEAN BLVD 354 PRITCHETT PKWY 100 BAYSHORE RD LEETANA RD 3,957 PRITCHETT PKWY 100 LEETANA RD HUNTERS GLEN CIR 6,985 PRITCHETT PKWY 100 HUNTERS GLEN CIR RICH RD 2,862 RABUN GAP DR 60 TALLULAH FALLS RD OLD BAYSHORE RD 776 RABUN GAP DR 60 TALLULAH FALLS RD CHATTAHOOCHEE DR 1,061 RANDOLPH CT 50 RANDOLPH DR RANDOLPH DR 313

9

FORMAL BID NO.:

RANDOLPH CT 50 RANDOLPH DR END 205 RANDOLPH DR 50 RANDOLPH DR RIVERVIEW CT 316 RANDOLPH DR 50 OAKWOOD CT RANDOLPH DR 262 RANDOLPH DR 50 OLD OLGA RD OAKWOOD CT 325 RANDOLPH DR 50 RIVERVIEW CT S OLGA DR 1,115 REWIS RD EOP PEARL ST 964 RICH RD GOTTARDE RD POOR LN 884 RICH RD LEETANA RD TAMMY LN 1,432 RICH RD POOR LN SLATER RD 2,979 RICH RD TAMMY LN LYNN RD 1,948 RICH RD LYNN RD DOSONTE LN 655 RICH RD LEETANA RD GOTTARDE RD 523 RIVER ESTATES CT RIVER ESTATES CT END 183 RIVER ESTATES CT 60 RIVER ESTATES CT RIVER ESTATES LN 630 RIVER ESTATES LN 60 N RIVER RD RIVER ESTATES CT 1,008 RIVER ESTATES LN 60 RIVER ESTATES LN RIVER ESTATES LN 971 RIVER ESTATES LN RIVER ESTATES LN RIVER ESTATES LN 73 RIVER ESTATES LN RIVER ESTATES LN END 922 RIVER ESTATES LN RIVER ESTATES LN END 231 RIVER ESTATES LN RIVER ESTATES LN END 174 RIVER ESTATES LN RIVER ESTATES LN RIVER ESTATES LN 58 RIVER ESTATES LN 60 RIVER ESTATES LN RIVER ESTATES LN 862 RIVER ESTATES LN 60 RIVER ESTATES CT RIVER ESTATES LN 712 RIVER FOREST DR RIVER FOREST DR EOP 149 RIVER FOREST DR RIVER FOREST DR END 204 RIVER FOREST DR 60 CARIBBEAN BLVD MARQUETTE BLVD 395 RIVER FOREST DR 50 RIVER FOREST DR LAZY LN 1,938 RIVER FOREST DR 50 LAZY LN RIVER FOREST DR 198 RIVER FOREST DR 50 SLEEPY HOLLOW LN RIVER FOREST DR 207 RIVER FOREST DR 50 ISLAND RD OX BOW RD 506 RIVER FOREST DR 50 OX BOW RD SLEEPY HOLLOW LN 404 RIVER FOREST DR 60 TROPIC AV CARIBBEAN BLVD 745 RIVER FOREST DR 50 MARQUETTE BLVD ISLAND RD 331 RIVER RD 66 RIVER RIDGE BLVD LOTUS RD 443 RIVER RD 66 LOTUS RD EOP 2,120 RIVER RD 66 BAHAMA AV RIVER RIDGE BLVD 521 RIVER RIDGE BLVD 80 SECOND ST THIRD ST 288 RIVER RIDGE BLVD 80 THIRD ST FOURTH ST 292 RIVER RIDGE BLVD 80 EIGHTH ST NINTH ST 296 RIVER RIDGE BLVD 80 FIRST ST SECOND ST 291 RIVER RIDGE BLVD 80 PALM BEACH BLVD FIRST ST 359 RIVER RIDGE BLVD 80 FOURTH ST FIFTH ST 288

10

FORMAL BID NO.:

RIVER RIDGE BLVD 80 SEVENTH ST CARIBBEAN BLVD 300 RIVER RIDGE BLVD 80 TENTH ST RIVER RD 315 RIVER RIDGE BLVD 80 NINTH ST TENTH ST 294 RIVER RIDGE BLVD 80 SEVENTH ST EIGHTH ST 298 RIVER RIDGE BLVD 80 FIFTH ST CARIBBEAN BLVD 320 RIVERSIDE DR 50 IRIS WAY MARILYN LN 343 RIVERSIDE DR 50 VIOLET DR VIRGINIA AV 476 RIVERSIDE DR 50 VIRGINIA AV IRIS WAY 366 RIVERVIEW CT 50 RIVERVIEW CT RANDOLPH DR 355 RIVERVIEW CT 50 RIVERVIEW CT END 161 ROBERTS RD EOP OLD BAYSHORE RD 1,326 S OLGA DR RANDOLPH DR BUCKEYE DR 134 S OLGA DR OLD OLGA RD RANDOLPH DR 1,291 S OLGA DR WISE WAY EOP 422 S OLGA DR BUCKEYE DR WISE WAY 167 S OLGA DR OLD OLGA RD PALM BEACH BLVD 2,528 S RIVER RD 50 SNYDER DR OAK DR 369 S RIVER RD 50 CARBONATA DR BALSEY RD 243 S RIVER RD 50 CARBONATA DR EOP 276 S RIVER RD 50 SNYDER DR SNYDER DR 97 SAFE HARBOUR CT 60 CASALY DR SAFE HARBOUR CT 1,072 SAFE HARBOUR CT 60 SAFE HARBOUR CT END 215 SANDY PINES CIR 60 WELLS RD WELLS RD 41 SANDY PINES CIR 60 WELLS RD WELLS RD 2,533 SANTIAGO AVE 50 DE MOYA DR EOP 1,183 SAVAGE AVE 45 CAPTAIN NELSON CT N RIVER RD 309 SAVAGE AVE 45 PEARL ST CAPTAIN NELSON CT 183 SCOUT CAMP RD RIVER BOAT BEND EOP 172 SCOUT CAMP RD N RIVER RD RIVER BOAT BEND 1,313 SEBASTIAN CT 50 CASALY DR SEBASTIAN CT 997 SEBASTIAN CT 50 SEBASTIAN CT END 162 SECOND ST 50 W CYPRESS AV RIVER RIDGE BLVD 792 SECOND ST 50 RIVER RIDGE BLVD PARKER AV 770 SECOND ST 50 DAVIS BLVD LAKEVIEW DR 923 SECOND ST 50 MATANZAS DR TROPIC AV 1,061 SECOND ST 50 UPCOHALL AV E CYPRESS AV 844 SECOND ST 50 POINCIANA BLVD UPCOHALL AV 871 SECOND ST 50 TROPIC AV POINCIANA BLVD 1,066 SECOND ST 50 WEST RD LAKEVIEW DR 428 SECOND ST 50 PARKER AV PARKVIEW DR 929 SEDGEFIELD RD 60 NALLE RD EOP 1,226 SERENOA CT SERENOA CT END 305

11

FORMAL BID NO.:

SERENOA CT 100 N RIVER RD SERENOA CT 379 SERENOA CT 60 SERENOA CT SERENOA CT 1,553 SERENOA CT 100 SERENOA CT N RIVER RD 378 SEVENTH ST 50 BAHAMA AV RIVER RIDGE BLVD 759 SEVENTH ST 50 LILY RD HIBISCUS RD 304 SEVENTH ST 50 LILY RD PARKER AV 317 SHADOW OAK LN NALLE RD EOP 508 SIXTH ST 50 PARKER AV HIBISCUS RD 654 SLATER RD 55 MARNA LN WHITEHEAD RD 239 SLATER RD 55 RICH RD I-75 949 SLATER RD 55 NALLE GRADE RD GOLDEN RD 3,005 SLATER RD 55 MARNA LN RICH RD 981 SLATER RD 55 WHITEHEAD RD GOLDEN RD 437 SLEEPY HOLLOW LN 60 SLEEPY HOLLOW LN END 180 SLEEPY HOLLOW LN 60 RIVER FOREST DR SLEEPY HOLLOW LN 932 SNYDER DR 50 PALM BEACH BLVD S RIVER RD 1,068 SNYDER DR 50 EOP S RIVER RD 874 ST CROIX AVE 50 CARIBBEAN BLVD ST CROIX AV 799 ST CROIX AVE 50 ST CROIX AV END 186 ST KITTS DR 50 PONCE CIR WEBER BLVD 225 ST KITTS DR 50 BARCELONA AV PONCE CIR 872 SUNSET TRL 50 PALM BEACH BLVD S RIVER RD 1,581 SWAN WAY EAST LAKE DR PELICAN WAY 448 TALLULAH FALLS RD 60 CHATTAHOOCHEE DR RABUN GAP DR 348 TALLULAH FALLS RD 60 HABERSHAM CT BAYSHORE RD 305 TALLULAH FALLS RD 60 HABERSHAM CT CHATTAHOOCHEE DR 440 TAYLOR RD N RIVER RD EOP 2,324 TENTH ST 50 BAHAMA AV RIVER RIDGE BLVD 587 TERRELL DR N RIVER RD N OLGA DR 1,945 THIRD ST 50 UPCOHALL AV E CYPRESS AV 798 THIRD ST 50 MATANZAS DR TROPIC AV 461 THIRD ST 50 TROPIC AV POINCIANA BLVD 1,066 THIRD ST 50 PARKER AV PARKVIEW DR 1,037 THIRD ST 50 DAVIS BLVD WEST RD 1,279 THIRD ST 50 POINCIANA BLVD UPCOHALL AV 871 THIRD ST 50 RIVER RIDGE BLVD PARKER AV 770 THIRD ST 50 W CYPRESS AV RIVER RIDGE BLVD 836 THOMPSON RD 50 CHARLES ST CASALY DR 788 THURLOW ST 50 CHARLES ST CASALY DR 795 TRAVERSE DR 60 INTERLOCHEN LN TRAVERSE DR 1,363 TRAVERSE DR 60 TRAVERSE DR END 264 TRAVERSE DR 60 N RIVER RD INTERLOCHEN LN 476

12

FORMAL BID NO.:

TRINIDAD ST 50 MONTEGO DR CARTAGENA AV 811 TRIPLETT RD WELLS RD EOP 1,375 TROPIC AVE 60 THIRD ST FOURTH ST 289 TROPIC AVE 60 PALM BEACH BLVD FIRST ST 359 TROPIC AVE 60 SECOND ST THIRD ST 290 TROPIC AVE 60 FIRST ST SECOND ST 291 TROPIC AVE 60 RIVER FOREST DR CARIBBEAN BLVD 320 TROPIC AVE 60 FIFTH ST RIVER FOREST DR 294 TROPIC AVE 60 FOURTH ST FIFTH ST 292 TUNDRA DR 50 OLD BAYSHORE RD EOP 1,362 UPCOHALL AVE 60 FIRST ST SECOND ST 293 UPCOHALL AVE 60 FOURTH ST FIFTH ST 290 UPCOHALL AVE 60 THIRD ST FOURTH ST 288 UPCOHALL AVE 60 SECOND ST THIRD ST 289 UPCOHALL AVE 60 PALM BEACH BLVD FIRST ST 357 VIOLET DR 50 OLD OLGA RD RIVERSIDE DR 729 VIRGINIA AVE 50 OLD OLGA RD RIVERSIDE DR 1,088 W COURT PL PARK WAY W COURT PL 439 W COURT PL HAZEL WAY W COURT PL 78 W COURT PL E COURT PL HAZEL WAY 492 W CYPRESS AVE 60 PALM BEACH BLVD FIRST ST 359 W CYPRESS AVE 60 THIRD ST FOURTH ST 294 W CYPRESS AVE 60 SECOND ST THIRD ST 292 W CYPRESS AVE 60 FOURTH ST FIFTH ST 294 W CYPRESS AVE 60 FIRST ST SECOND ST 294 W TOBAGO CIR 50 W TOBAGO CIR E TOBAGO CIR 99 W TOBAGO CIR 50 W TOBAGO CIR W TOBAGO CIR 158 W TOBAGO CIR 50 CARIBBEAN BLVD W TOBAGO CIR 593 W TOBAGO CIR 50 W TOBAGO CIR W TOBAGO CIR 46 WAGNER AVE 50 OWANITA RD EOP 985 WAYLIFE CT 60 WAYLIFE CT CASALY DR 1,065 WAYLIFE CT 60 WAYLIFE CT END 229 WAYZATA CT 60 EOP BAYSHORE RD 1,408 WEBER BLVD 80 BARCELONA AV MATANZAS DR 454 WEBER BLVD 80 ST KITTS DR BARCELONA AV 436 WEBER BLVD 80 CARIBBEAN BLVD NASSAU ST 291 WEBER BLVD 80 MATANZAS DR PALM BEACH BLVD 325 WEBER BLVD 80 GRENADA WAY ST KITTS DR 37 WEBER BLVD 80 NASSAU ST GRENADA WAY 330 WEBER BLVD 80 CARIBBEAN BLVD MARQUETTE BLVD 293 WEBSTER RD 50 CHARLES ST CASALY DR 833 WELLS RD WELLS RD SANDY PINES CIR 457

13

FORMAL BID NO.:

WELLS RD RD WELLS RD 1,219 WELLS RD BAYSHORE RD TRIPLETT RD 1,346 WELLS RD WELLSWOOD RD TRIPLETT RD 1,577 WERNER DR EOP PALM BEACH BLVD 2,708 WEST RD 50 FOURTH ST THIRD ST 285 WEST RD 50 FIRST ST SECOND ST 531 WEST RD 50 THIRD ST SECOND ST 370 WEST RD 50 PALM BEACH BLVD FIRST ST 382 WILLIAMS DR EOP NALLE GRADE RD 4,845 WISE WAY 50 WISE WAY END 206 WISE WAY 50 S OLGA DR WENOLA CT 878 WISE WAY 50 WENOLA CT WISE WAY 334

Total Feet 489,327

Total Mile 92.7

14

FORMAL BID NO.:

ATTACHMENT C

AREA #5 ROW LENGTH STREET FROM STREET TO STREET WIDTH (FT) A & W BULB RD MCGREGOR BLVD MCGREGOR BLVD 60 A & W BULB RD 66 LAKE COVE DR HERITAGE COVE BLVD 520 A & W BULB RD 66 CASA DEL MAR BLVD CALUSA PALMS DR 1,273 A & W BULB RD GLADIOLUS DR SANDPIPER PRESERVE BLVD 927 A & W BULB RD 66 FOREST RIVER LN LAKE COVE DR 866 A & W BULB RD 66 SANDPIPER PRESERVE BLVD CASA DEL MAR BLVD 1,263 A & W BULB RD 66 HERITAGE COVE BLVD MCGREGOR BLVD 451 A & W BULB RD 66 CASA DEL MAR BLVD CASA DEL MAR BLVD 53 A & W BULB RD 66 CASA DEL MAR BLVD FOREST RIVER LN 1,104 ADELPHI CIR 50 CREIGHTON DR EOP 664 ADELPHI CT 50 CREIGHTON DR ADELPHI CT 327 ADELPHI CT 50 ADELPHI CT ADELPHI CT 1,705 ALLAIRE LN 60 PINE RD BEAULIEU CT 1,157 ALLEN WAY ALLEN WAY END 191 ALLEN WAY 50 ALLEN WAY LINTON RD 635 ALMETTA AVE 100 BIRR ST COLLIER DR 387 ALMETTA AVE 100 COLLIER DR AMSTERDAM AV 975 AMSTERDAM AVE ALMETTA AV BIRR ST 309 ANCHORAGE WAY 60 IONA RD ANCHORAGE WAY 1,084 ANCHORAGE WAY 60 ANCHORAGE WAY END 222 ARMADA CT 60 BROADWAY W EOP 743 ASTARIAS DR ASTARIAS CIR FRONTAGE RD 290 BAHIA CT 60 BAHIA CT BAHIA CT 47 BAHIA CT 60 BAHIA LN BAHIA LN 175 BAHIA CT 60 BAHIA LN BAHIA LN 714 BAHIA LN 50 BAHIA CT BAHIA CT 326 BAIN RD IONA RD MAI TAI LN 51 BAIN RD 50 BREWSTER DR DENNIS DR 321 BAIN RD 50 CHATHAM DR MAI TAI LN 334 BAIN RD 50 CHATHAM DR BREWSTER DR 345 BAKER CT 50 BAKER CT PRATHER DR 439 BAKER CT 50 BAKER CT END 185 BAL ISLE DR 50 CYPRESS LAKE DR EOP 1,528 BANYAN COVE CIR 50 BANYAN COVE CIR BANYAN COVE CIR 1,435 BANYAN COVE CIR 50 MCGREGOR BLVD MCGREGOR BLVD 36 BANYAN COVE CIR 50 BANYAN COVE CIR BANYAN COVE CIR 127 BANYAN COVE CIR 50 BANYAN COVE CIR BANYAN COVE CIR 353 BANYAN COVE CIR 50 BANYAN COVE CIR BANYAN COVE CIR 1,062 BANYAN COVE CIR 50 BANYAN COVE CIR BANYAN COVE CIR 229 BANYAN COVE CIR 50 MCGREGOR BLVD BANYAN COVE CIR 203 BANYAN COVE CIR 50 BANYAN COVE CIR WINKLER RD 390 BASS LN 80 WINKLER RD BASS CIR 241 BASS LN 80 BASS CIR WINKLER RD 241 BASS LN BASS CIR END 166 BASS LN 60 WINKLER RD END 853 BASS RD COMMERCE CENTER CT WILLOWCREST WAY 1,415 BASS RD SUMMERLIN RD LIGON CT 476

15

FORMAL BID NO.:

BASS RD LIGON CT COMMERCE CENTER CT 359 BAY DR 50 MCGREGOR BLVD SWAY DR 291 BAYLOR LN 50 BUCKNELL DR DRAKE DR 276 BAYLOR LN 50 YALE DR DRAKE DR 265 BAYSHORE AVE 50 WINKLER RD NATOMA DR 815 BAYSIDE DR 50 MCGREGOR BLVD FRONTAGE RD EOP 1,286 BAYSIDE DR MCGREGOR BLVD FRONTAGE RD MCGREGOR BLVD 32 BEAULIEU CT 60 ALLAIRE LN PINE RD 1,553 BEAULIEU CT 60 BEAULIEU CT END 209 BEAULIEU CT 60 BEAULIEU CT ALLAIRE LN 359 BETHANY AVE 50 CREIGHTON DR FURMAN BLVD 913 BETHANY CT 50 FURMAN BLVD FURMAN BLVD 1,468 BIRNAM WOOD LN 60 TAYLOR DR BOAT CLUB DR 877 BIRR ST 50 AMSTERDAM AV ALMETTA AV 1,187 BLACKFRIAR DR 60 SWORDS WAY LAKE GRASMERE WAY 585 BLENHEIM ST 50 SEDGEWICK CT VILLMOOR LN 312 BLENHEIM ST 50 CARMELLE DR SEDGEWICK CT 224 BLENHEIM ST 50 CARMELLE DR EOP 128 BOAT CLUB DR 60 BOAT CLUB DR END 197 BOAT CLUB DR 60 MACBETH LN PERTHSHIRE LN 286 BOAT CLUB DR 60 BOAT CLUB DR LAKE GRASMERE WAY 684 BOAT CLUB DR 60 BIRNAM WOOD LN SWORDS WAY 301 BOAT CLUB DR 60 BIRNAM WOOD LN PERTHSHIRE LN 298 BOAT CLUB DR 60 SWORDS WAY LAKE GRASMERE WAY 681 BONAIRE CIR 50 BONAIRE CIR BONAIRE CIR 3,145 BONAIRE CIR 50 BONAIRE CIR BONAIRE CIR 42 BONAIRE CIR 50 IONA RD BONAIRE CIR 235 BONAIRE CIR 50 BONAIRE CIR IONA RD 235 BOY SCOUT DR RED CEDAR DR BOY SCOUT DR 600 BOY SCOUT DR S CLEVELAND AV RAMSEY WAY 644 BOY SCOUT DR SUMMERLIN RD SUMMERLIN RD 165 BOY SCOUT DR SUMMERLIN RD SUMMERLIN RD 82 BOY SCOUT DR RAMSEY WAY CLAYTON CT 402 BOY SCOUT DR CLAYTON CT RED CEDAR DR 650 BRAEBURN RD 50 OVERLOOK DR PINECREST RD 1,370 BRANDENBURG LN MAIDA LN HERITAGE FARMS RD 688 BRANTLEY RD FORESTWOOD CIR BRANTLEY COMMONS CT 362 BRANTLEY RD CRYSTAL CT EQUESTRIAN CIR 372 BRANTLEY RD S CLEVELAND AV CRYSTAL CT 397 BRANTLEY RD BRANTLEY COMMONS CT BRANTLEY COMMONS CT 287 BRANTLEY RD EQUESTRIAN CIR EQUESTRIAN CIR 1,022 BRANTLEY RD WORLD PLAZA LN FORESTWOOD CIR 779 BRANTLEY RD BRANTLEY COMMONS CT SUMMERLIN RD 428 BRANTLEY RD FORESTWOOD CIR EQUESTRIAN CIR 358 BREWSTER DR 50 EOP BAIN RD 375 BROADWAY W TAHITIAN BLVD BRECKENRIDGR DR 408 BROADWAY W GARDEN DR BRECKENRIDGR DR 329 BROADWAY W 80 S TAMIAMI TRL POINCIANA AV 630 BROADWAY W TERRA VISTA BLVD TERRA VISTA BLVD 37 BROADWAY W PINE TREE LN CHARING CROSS CIR 1,173 BROADWAY W 80 LOGAN AVE TERRA VISTA BLVD 552 BROADWAY W PORTHOLE CT ARMADA CT 403

16

FORMAL BID NO.:

BROADWAY W RIVER DR HOLIDAY DR 276 BROADWAY W SHERRILL LN LUETTICH LN 333 BROADWAY W RIVER DR BASIN DR 135 BROADWAY W SHERRILL LN RIVERWOODS PLANTATION BLVD 437 BROADWAY W GARDEN DR PORT DR 174 BROADWAY W 80 POINCIANA AV LOGAN AVE 1,663 BROADWAY W CHARING CROSS CIR RIVERWOODS PLANTATION BLVD 216 BROADWAY W HOLIDAY DR LUETTICH LN 353 BROADWAY W PINE TREE LN PORTHOLE CT 528 BROADWAY W 80 TERRA VISTA BLVD TAHITIAN BLVD 599 BROADWAY W RIVERWOODS PLANTATION BLVD RIVERWOODS PLANTATION BLVD 52 BROADWAY W ANCHOR DR PORT DR 155 BROADWAY W BASIN DR ANCHOR DR 140 BUCKNELL DR 50 LOYOLA LN BAYLOR LN 394 BUCKNELL DR 50 BAYLOR LN GABRIEL LN 586 BUNCHE BEACH RD SUMMERLIN RD SANIBEL VIEW CIR 876 BUNCHE BEACH RD SANIBEL VIEW CIR MASTIQUE BEACH BLVD 460 BUNCHE BEACH RD MASTIQUE BEACH BLVD EOP 4,964 CACTUS DR 50 THORNTON RD FERN DR 1,148 CALEB DR 60 CALEB DR END 422 CALEB DR 60 SHELL POINT BLVD CALEB DR 1,709 CALOOSA Y & R CLUB DR 61 COLLEGE PKWY ISLAND CIR 190 CAMBRIDGE LN 50 KIMBERLY TER CAMBRIDGE PL 571 CAMBRIDGE PL 50 CAMBRIDGE LN VILLMOOR LN 467 CAMELOT DR 100 LANGTON CT CHESTERTON AV 478 CAMELOT DR 70 FEATHER SOUND DR KINGS POINT DR 188 CAMELOT DR 70 FEATHER SOUND DR KINGS POINT DR 116 CAMELOT DR 70 MCGREGOR BLVD FEATHER SOUND DR 252 CAMELOT DR 100 CHESTERTON AV SOUTH POINTE BLVD 418 CAMELOT DR 100 BURNING TREE AV LANGTON CT 267 CAMELOT DR 70 MCGREGOR BLVD FEATHER SOUND DR 268 CAMELOT DR 100 KINGS POINT DR BURNING TREE AV 238 CANAAN DR 50 SHELL POINT BLVD EOP 1,757 CANAL ST 50 CONCOURSE DR EOP 712 CANAL ST 50 EOP CONCOURSE DR 612 CANDLE DR 60 LAKE CANDLEWOOD DR JOHN MORRIS RD 2,570 CANDLEWOOD DR 50 S FLOSSMOOR RD N FLOSSMOOR RD 295 CANDLEWOOD DR 50 S HERMITAGE RD N FLOSSMOOR RD 352 CANDLEWOOD DR 50 S MAYFAIR RD N HERMITAGE RD 325 CANDLEWOOD DR 50 S HERMITAGE RD N HERMITAGE RD 292 CANDLEWOOD DR 50 N MAYFAIR RD KNOLLWOOD RD 318 CANDLEWOOD DR 50 S MAYFAIR RD N MAYFAIR RD 313 CAPE VIEW DR 50 EOP CAPE VIEW DR 303 CAPE VIEW DR 50 CAL COVE DR CAPE VIEW DR 396 CAPE VIEW DR 50 CAPE VIEW DR EOP 400 CAPISTRANO CT 60 CAPISTRANO CT END 224 CAPISTRANO CT 60 CAPISTRANO CT SAN CARLOS BLVD 983 CARMELLE DR 50 CORNELL PL KIMBERLY TER 922 CARMELLE DR 50 CORNELL PL BLENHEIM ST 679 CARMEN AVE 50 LINDA LOMA DR LUANNE LN 538 CARMEN AVE 50 KIMBLE DR CHAR ANN DR 273 CARMEN AVE 50 HEIDI LEE LN LUANNE LN 268

17

FORMAL BID NO.:

CARMEN AVE 50 KIMBLE DR LINDA LOMA DR 280 CASA DEL RIO LN 50 MCGREGOR BLVD RIVIERA AV 1,170 CASABLANCA CT 50 INDIANA AV ASTARIAS CIR 297 CASABLANCA CT 50 INDIANA AV CASABLANCA CT 347 CASABLANCA CT 50 WILSON AV SUNSET VISTA DR 331 CEDARHURST DR 50 EDGEWATER CIR S BRANDYWINE CIR 1,355 CHAR ANN DR 60 CARMEN AV JUANITA AV 837 CHARING CROSS CIR 60 CHARING CROSS CIR CHARING CROSS CIR 2,731 CHARING CROSS CIR 60 CHARING CROSS CIR BROADWAY W 535 CHARMONT PL 50 N LARKWOOD SQ KIMBERLY TER 902 CHATHAM DR 50 EOP BAIN RD 280 CHLOE CIR 60 HEAVEN LN HENDRY CREEK DR 459 CHLOE CIR 60 CHLOE CIR END 172 CHLOE CIR 60 HEAVEN LN CHLOE CIR 162 CHRISTINE WAY 50 CHRISTINE WAY END 197 CHRISTINE WAY 50 TAHITIAN DR CHRISTINE WAY 314 CHURCH ST 50 ROBINSON ST EOP 204 CHURCH ST 50 ROBINSON ST JOE LOUIS CT 312 CLARA DR 50 SHADDELEE LN E LUCAS RD 400 CLEBURNE DR 85 MCGREGOR BLVD MCGREGOR BLVD 1,204 COCA SABAL LN ZANDER LN CONGDON RD 269 COCA SABAL LN ZANDER LN GLADIOLUS DR 400 COCONUT DR 66 PALMETTO TER PARK PL 1,189 COCONUT RD 70 COCONUT SHORES DR OLDE MEADOWBROOK BLVD 968 COCONUT RD 50 NORTH COMMONS DR COCONUT SHORES DR 475 COCONUT RD 50 VIA VENETO BLVD COCONUT POINT RESORT DR 450 COCONUT RD 70 SPRING CREEK RD EL DORADO BLVD 786 COCONUT RD WALDEN CENTER DR S COCONUT ISLAND DR 517 COCONUT RD 70 OLDE MEADOWBROOK BLVD SPRING CREEK RD 824 COCONUT RD 50 COCONUT POINT RESORT WEEKS FISH CAMP RD 1,241 COCONUT RD 50 COCONUT SHORES DR OLDE MEADOWBROOK BLVD 995 COCONUT RD 70 VIA VENETO BLVD COCONUT POINT RESORT DR 610 COCONUT RD 70 EL DORADO BLVD VIA VENETO BLVD 1,124 COCONUT RD OLDE MEADOWBROOK BLVD OLDE MEADOWBROOK BLVD 56 COCONUT RD S COCONUT ISLAND DR NORTH COMMONS DR 363 COCONUT RD 70 VIA VENETO BLVD VIA VENETO BLVD 244 COCONUT RD 50 WEEKS FISH CAMP RD EOP 703 COCONUT RD S TAMIAMI TRL WALDEN CENTER DR 863 COCONUT RD 70 VIA VENETO BLVD COCONUT POINT RESORT DR 511 COCOS DR 60 TIDEWATER ISLAND CIR COCOS DR 2,400 CODIE ST 50 GLADIOLUS DR EOP 539 COLUMBIA CIR 60 IONA RD IONA RD 1,228 CONCOURSE DR 60 HAGER CT DUERA MAE DR 277 CONCOURSE DR 60 GLADIOLUS DR ROBINSON ST 251 CONCOURSE DR 60 ROBINSON ST CANAL ST 316 CONCOURSE DR 60 CANAL ST COOPER LN 325 CONCOURSE DR 60 DUERA MAE DR COOPER LN 610 CONGDON RD SHANNON BLVD ZANDER LN 416 CONGDON RD COCA SABAL LN SHANNON BLVD 593 CONGDON RD ZANDER LN GLADIOLUS DR 136 CONOVER CT 50 GRIFFIN BLVD EOP 749 CONVERSE ST 50 XAVIER AV S SETON HALL AV 563

18

FORMAL BID NO.:

COOK RD 50 IONA RD SANDY KEY LN 2,272 COOK RD 50 ARBOR RIDGE DR N OLEANDER DR 448 COOK RD 50 SANDY KEY LN LINTON RD 359 COOK RD 50 IONA RD SHENANDOAH CIR 1,341 COOK RD 50 N OLEANDER DR JOHN MORRIS RD 450 COOK RD 50 ARBOR RIDGE DR VESTA LN 400 COOPER LN 60 CONCOURSE DR EOP 609 COPRA LN 60 IONA RD OMAI CT 1,067 COPRA LN 60 JOHN MORRIS RD OMAI CT 510 CORNELL PL 50 KIMBERLY TER CARMELLE DR 633 CORPORATE CT 60 PRESIDENTIAL CT COLLEGE PKWY 263 CORPORATE CT 60 CORPORATE CT PRESIDENTIAL CT 548 CORPORATE CT CORPORATE CT END 225 CRANVILLE SQ 50 KIMBERLY TER KIMBERLY TER 1,100 CREEK DR MULLOCK CREEK LN EOP 362 CREEK DR PARK RD MULLOCK CREEK LN 1,727 CREIGHTON DR 50 ADELPHI CT CREIGHTON DR 60 CREIGHTON DR 50 CREIGHTON DR ADELPHI CIR 72 CREIGHTON DR 50 WINKLER RD ADELPHI CT 185 CREIGHTON DR 50 PRINCIPIA DR HOFSTRA CT 153 CREIGHTON DR 50 FURMAN BLVD BETHANY AV 281 CREIGHTON DR 50 HOFSTRA CT E HOFSTRA CT W 270 CREIGHTON DR 50 CREIGHTON DR BETHANY AV 199 CREIGHTON DR 50 FURMAN BLVD HOFSTRA CT 341 CROTON DR 50 PALM DR MOSS DR 220 CROTON DR 50 MOSS DR LIVE OAK DR 220 CRYSTAL CT 60 CRYSTAL DR BRANTLEY RD 1,282 CRYSTAL DR 50 S CLEVELAND AV CRYSTAL CT 400 CYPRESS DR 60 SIXTH AV SEVENTH AV 295 CYPRESS DR 60 FIFTH AV SIXTH AV 285 CYPRESS DR 60 NINTH AV TENTH AV 273 CYPRESS DR 60 FOURTH AV FIFTH AV 351 CYPRESS DR 60 EIGHTH AV NINTH AV 292 CYPRESS DR FOURTH AV S CLEVELAND AV 1,386 CYPRESS DR 50 FERN DR THORNTON RD 1,147 CYPRESS DR 60 SEVENTH AV EIGHTH AV 282 CYPRESS LAKE CIR 50 CYPRESS LAKE CIR END 185 CYPRESS LAKE CIR 50 CYPRESS LAKE DR CYPRESS LAKE CIR 1,947 CYPRESS LAKE DR SUMMERLIN LAKES DR REFLECTION LAKES PKWY 628 CYPRESS LAKE DR OVERLOOK DR CARRIAGE PKWY 266 CYPRESS LAKE DR REFLECTION LAKES PKWY REFLECTION LAKES PKWY 43 CYPRESS LAKE DR PANTHER LN WINKLER RD 790 CYPRESS LAKE DR WARWICK CIR MCGREGOR BLVD 510 CYPRESS LAKE DR BAL ISLE DR MARINER WAY 444 CYPRESS LAKE DR WARWICK CIR JULIAS WAY 210 CYPRESS LAKE DR COSTCO PLAZA COSTCO PLAZA 508 CYPRESS LAKE DR EDISON LN SUMMERLIN RD 883 CYPRESS LAKE DR 50 SAND SPUR LN CAL COVE DR 576 CYPRESS LAKE DR LEARNING CT FIESTA WAY 524 CYPRESS LAKE DR WINKLER RD STRATFORD PLACE CIR 475 CYPRESS LAKE DR CARRIAGE PKWY CARRIAGE PKWY 42 CYPRESS LAKE DR MARINER WAY MCGREGOR BLVD 228

19

FORMAL BID NO.:

CYPRESS LAKE DR 60 CLARELLEN DR CYPRESS LAKE CIR 1,505 CYPRESS LAKE DR WARWICK CIR WARWICK CIR 208 CYPRESS LAKE DR CARRIAGE PKWY EDISON LN 425 CYPRESS LAKE DR COSTCO PLAZA S TAMIAMI TRL 512 CYPRESS LAKE DR MCGREGOR BLVD MCGREGOR BLVD 51 CYPRESS LAKE DR 60 CYPRESS LAKE CIR SAND SPUR LN 532 CYPRESS LAKE DR 60 CLARELLEN DR BAL ISLE DR 84 CYPRESS LAKE DR STRATFORD PLACE CIR OVERLOOK DR 1,619 CYPRESS LAKE DR JULIAS WAY LEARNING CT 1,258 CYPRESS LAKE DR SUMMERLIN RD SUMMERLIN LAKES DR 992 CYPRESS LAKE DR PRINCIPIA DR PANTHER LN 890 CYPRESS LAKE DR DR COSTCO PLAZA 677 CYPRESS LAKE DR REFLECTION LAKES PKWY WESTSHORE DR 1,547 CYPRESS LAKE DR FIESTA WAY PRINCIPIA DR 806 CYPRESS TER 80 S TAMIAMI TRL LAKES AV 248 CYPRESS TER 80 CYPRESS TERRACE CIR LAKES AV 412 DANA DR S CLEVELAND AV EOP 1,164 DANAH CT 50 GRIFFIN BLVD DANAH CT 400 DANAH CT 50 DANAH CT EOP 422 DANAH CT 50 DANAH CT EOP 424 DANIEL CT 50 DANIEL CT EOP 423 DANIEL CT 50 DANIEL CT EOP 422 DANIEL CT 50 GRIFFIN BLVD DANIEL CT 399 DAVID DR 50 SHELL POINT BLVD EOP 1,290 DAVIS RD 66 HEALD LN KNOT DR 166 DAVIS RD 66 2ND TER 3RD TER 156 DAVIS RD 66 IONA TER IONA TER 584 DAVIS RD 66 NIGHTBIRD DR PINE NEEDLE LN 96 DAVIS RD OSPREY DR HEALD LN 34 DAVIS RD 66 PINTAIL DR KNOT DR 200 DAVIS RD 66 DOWITCHER DR MCGREGOR BLVD 237 DAVIS RD 66 DOWITCHER DR GRACKLE DR 199 DAVIS RD 66 CATBIRD DR PINE NEEDLE LN 103 DAVIS RD 66 GANNET DR WARBLER DR 198 DAVIS RD 66 CATBIRD DR SHOVELER DR 201 DAVIS RD 66 HARBOUR PALMS DR IONA RD 329 DAVIS RD 66 6TH TER 5TH TER 138 DAVIS RD 66 4TH TER 3RD TER 178 DAVIS RD 66 OSPREY DR NIGHTBIRD DR 200 DAVIS RD 66 IONA TER HARBOUR PALMS DR 371 DAVIS RD 66 SIESTA PINES CT 6TH TER 285 DAVIS RD 66 GRACKLE DR OVENBIRD DR 202 DAVIS RD 66 SORA DR SHOVELER DR 200 DAVIS RD 66 5TH TER 4TH TER 183 DAVIS RD 66 OVENBIRD DR GANNET DR 200 DAVIS RD 66 1ST TER IONA TER 132 DAVIS RD 66 PINTAIL DR SIESTA PINES CT 192 DAVIS RD 66 PINTAIL DR CASCADE COVE CT 105 DAVIS RD 66 SORA DR WARBLER DR 201 DAVIS RD 66 2ND TER 1ST TER 126 DEAN WAY 50 SHADDELEE LN E MCGREGOR BLVD 634 DEAN WAY 50 WINKLER RD MCGREGOR BLVD 1,424

20

FORMAL BID NO.:

DENNIS DR 50 BAIN RD EOP 462 DON JACOBS CT 50 PETTYS WAY VECTOR AV 889 DONNA DR MCGREGOR BLVD KENNETH RD 498 DONNA DR KENNETH RD HOPEDALE DR 265 DONNA DR HOPEDALE DR W RIVERSIDE DR 661 DRAKE DR 50 BAYLOR LN LOYOLA LN 375 DRAKE DR 50 BAYLOR LN GABRIEL LN 581 DUBLIN CIR 60 KELLY RD SHAMROCK LN 530 DUBLIN CIR 60 EOP DUBLIN CIR 115 DUBLIN CIR 60 KELLY RD DUBLIN CIR 530 DUBLIN CIR 60 DUBLIN CIR SHAMROCK LN 996 DUBLIN CIR 60 DUBLIN CIR EOP 68 DUERA MAE DR 60 HAGIE DR CONCOURSE DR 1,349 DUQUESNE DR 50 FURMAN BLVD FURMAN BLVD 784 DUQUESNE DR 50 FURMAN BLVD XAVIER AV N 419 E BRENTWOOD RD 60 N BRENTWOOD RD S BRENTWOOD RD 704 E FOUNTAINHEAD RD 50 S FOUNTAINHEAD RD LONG MEADOW RD 310 E FOUNTAINHEAD RD 50 LONG MEADOW RD N FOUNTAINHEAD RD 279 E MAYFAIR RD 50 N MAYFAIR RD S MAYFAIR RD 281 E TROPICANA DR 50 MACOMBO RD SIROCCO ST 301 E TROPICANA DR 50 SEVILLE WAY MACOMBO RD 288 E TROPICANA DR 50 SEVILLE WAY GOLF DR 270 E TROPICANA DR 50 SIROCCO ST SAN SOUCI DR 289 EDEN ST 60 SHELL POINT BLVD EOP 646 EDGEMERE DR 50 EOP WINKLER RD 526 EDGEWATER CIR FOXFIRE DR PALM WOODE DR 713 EDGEWATER CIR FOXFIRE DR CEDARHURST DR 298 EDGEWATER CIR SADDLE WOODE DR MYERLEE COUNTRY CLUB 403 EDGEWATER CIR WINKLER RD CEDARHURST DR 635 EDGEWATER CIR PALM WOODE DR SADDLE WOODE DR 399 EDINBURGH DR MCGREGOR BLVD POMPANO ST 455 EDINBURGH DR MY WAY LN POMPANO ST 370 EICHEN CIR 50 EVENTIDE BLVD SONNEN CT 1,747 EICHEN CIR 50 EVENTIDE BLVD SONNEN CT 135 EIGHTH AVE 66 CYPRESS DR PALM DR 743 EIGHTH AVE 66 PALM DR OAK DR 511 EIGHTH AVE 66 OAK DR OAK DR 245 EIGHTH AVE 66 OAK DR MAPLE DR 726 EL MAR AVE 50 WINKLER RD NATOMA DR 712 EL RIO AVE 50 WINKLER RD NATOMA DR 809 EL VALLE AVE 50 WINKLER RD NATOMA DR 608 ELDERBERRY LN 50 GLADIOLUS DR SUMMERLIN CENTER DR 317 ELDERBERRY LN 50 SUMMERLIN CENTER DR ELDERBERRY LN 91 ELDERBERRY LN 50 SUMMERLIN RD ELDERBERRY LN 749 ELDERBERRY LN 50 ELDERBERRY LN SUMMERLIN CENTER DR 81 ELDERBERRY LN 50 SUMMERLIN RD ELDERBERRY LN 205 ELEVENTH AVE 50 OAK DR MAPLE DR 916 EMILY DR 50 VASSAR DR TULANE DR 276 EMILY DR 50 GABRIEL LN TULANE DR 1,273 ENTRADA DR N 50 ENTRADA DR S ENTRADA DR S 1,413 ENTRADA DR N 50 ENTRADA DR S MCGREGOR BLVD 176 ENTRADA DR N 50 EOP ENTRADA DR S 104

21

FORMAL BID NO.:

ENTRADA DR S 50 ENTRADA DR N ENTRADA DR N 1,559 ESQUIRE CT 50 EOP S BRANDYWINE CIR 343 ESSEX DR 50 ASCOT LN KIMBERLY TER 911 EVENTIDE BLVD 60 MCGREGOR BLVD EICHEN CIR 294 FAIR HAVENS RD 60 EOP SHELL POINT BLVD 1,335 FERN DR 50 CACTUS DR PALM DR 215 FERN DR 50 CACTUS DR CYPRESS DR 216 FERN DR 50 PALM DR MOSS DR 224 FERN DR 50 HIBISCUS DR CYPRESS DR 211 FERN DR 50 LIVE OAK DR MOSS DR 206 FIESTA LN 50 LAKE MCGREGOR DR FIESTA WAY 979 FIESTA WAY 100 MACOMBO RD SIROCCO ST 300 FIESTA WAY 100 SEVILLE WAY SEVILLE WAY 253 FIESTA WAY 100 GOLF DR CYPRESS LAKE DR 150 FIESTA WAY 100 CYPRESS LAKE DR SEVILLE WAY 148 FIESTA WAY 100 SAN SOUCI DR SIROCCO ST 301 FIESTA WAY 100 MACOMBO RD SEVILLE WAY 301 FIESTA WAY 100 SEVILLE WAY GOLF DR 253 FIFTH AVE 50 OAK DR MAPLE DR 741 FIFTH AVE 50 PALM DR OAK DR 760 FIFTH AVE 50 CYPRESS DR PALM DR 736 FIRST AVE 50 OAK DR MAPLE DR 759 FIRST AVE 50 PALM DR OAK DR 759 FOREST KNOLL CT 50 EOP HAGIE DR 674 FOUNTAIN AVE EOP TROPICAL DR 292 FOUNTAIN AVE TROPICAL DR MCGREGOR BLVD 352 FOUNTAIN WAY LAFAUNCE WAY LOGAN LN 329 FOUNTAIN WAY FOUNTAIN WAY HOPEDALE DR 193 FOUNTAIN WAY LAFAUNCE WAY FOUNTAIN WAY 337 FOUNTAIN WAY HOPEDALE DR FOUNTAIN WAY 114 FOURTH AVE 50 CYPRESS DR PALM DR 636 FOURTH AVE 50 PALM DR OAK DR 759 FOURTH AVE 50 OAK DR MAPLE DR 762 FRONTAGE RD WILSON AV ASTARIAS DR 751 FRONTAGE RD PINE RIDGE RD FRONTAGE RD 1,096 FRONTAGE RD ASTARIAS DR ASTARIAS DR 44 FRONTAGE RD ASTARIAS DR EOP 371 FRONTAGE RD KEENAN AV VAL-MAR DR 331 FRONTAGE RD JONATHANS BAY CIR FRONTAGE RD 504 FRONTAGE RD FURMAN BLVD PRINCIPIA DR 782 FRONTAGE RD SETON HALL AV FURMAN BLVD 1,647 FRONTAGE RD SAFETY ST FRONTAGE RD 895 FURMAN BLVD 50 XAVIER AV N DUQUESNE DR 201 FURMAN BLVD 50 DUQUESNE DR BETHANY AV 310 FURMAN BLVD 50 DUQUESNE DR XAVIER AV N 155 FURMAN BLVD 50 BETHANY CT BETHANY CT 249 FURMAN BLVD 50 XAVIER AV S FRONTAGE RD 246 FURMAN BLVD 50 HOFSTRA DR BETHANY CT 250 FURMAN BLVD 50 HOFSTRA DR CREIGHTON DR 247 FURMAN BLVD 50 DUQUESNE DR XAVIER AVE S 262 FURMAN BLVD 50 DUQUESNE DR DUQUESNE DR 38 GABRIEL LN 50 BUCKNELL DR EMILY DR 315

22

FORMAL BID NO.:

GABRIEL LN 50 TULANE DR EMILY DR 278 GABRIEL LN 50 DRAKE DR YALE DR 256 GABRIEL LN 50 DRAKE DR BUCKNELL DR 275 GINA WAY 50 LUANNE LN LINDA LOMA DR 351 GOETZ DR 60 PECK AV KEENAN AV 420 GOLF DR 50 E TROPICANA DR FIESTA WAY 477 GREENBRIAR DR BRENTWOOD PKWY TANGLEWOOD PKWY 1,477 GREENBRIAR DR WHISKEY CREEK DR TANGLEWOOD PKWY 1,211 GRIFFIN BLVD 50 LAUREL LN SCHULTZ RD 310 GRIFFIN BLVD 50 SCHULTZ RD DANIEL CT 595 GRIFFIN BLVD 50 CONOVER CT MCGREGOR BLVD 433 GRIFFIN BLVD 50 CONOVER CT DANAH CT 1,300 GRIFFIN BLVD 50 LAUREL LN SHERRY LN 486 GRIFFIN BLVD 50 SHERRY LN EOP 1,134 GRIFFIN BLVD 50 DANIEL CT DANAH CT 1,332 HAGER CT 60 HAGER CT END 187 HAGER CT 60 CONCOURSE DR HAGER CT 488 HAGIE DR 60 EOP NEW HAVEN DR 249 HAGIE DR 60 NEW HAVEN DR DUERA MAE DR 331 HAGIE DR 60 FOREST KNOLL CT GLADIOLUS DR 886 HAGIE DR 60 NEW HAVEN DR NEW HAVEN DR 327 HAGIE DR 60 FOREST KNOLL CT DUERA MAE DR 636 HARBOR LN 50 EOP HARBOR LN 457 HARBOR LN 50 HARBOR LN OLD WHISKEY CREEK DR 87 HARBOR LN 50 OLD WHISKEY CREEK DR HARBOR LN 107 HARLEM HEIGHTS PARK 60 KELLY RD HAGER CT 2,046 ENTERANCE HEALD LN 60 DAVIS RD EOP 607 HEAVEN LN 60 HENDRY CREEK DR CHLOE CIR 1,429 HEIDI LEE LN 50 JUANITA AV CARMEN AV 858 HEIDI LEE LN 50 CARMEN AV SAN CARLOS BLVD 294 HENDRY CREEK DR 60 ROBERTS LN S TAMIAMI TRL 1,071 HENDRY CREEK DR 60 CHLOE CIR WILL-LEW LN 790 HENDRY CREEK DR 60 WILL-LEW LN ROBERTS LN 657 HENDRY CREEK DR 60 HENDRY CREEK DR LIGHT BLUE CIR 287 HENDRY CREEK DR 60 HEAVEN LN THORY CT 207 HENDRY CREEK DR 60 HENDRY CREEK DR HEAVEN LN 1,210 HERITAGE FARMS RD GLADIOLUS DR BRANDENBURG LN 277 HIBISCUS DR 50 THORNTON RD FERN DR 1,133 HIBISCUS LN 50 EOP AQUA LN 355 HICKORY BLVD 100 HARMONY LN MELODY LN 1,208 HICKORY BLVD 100 MCLAUGHLIN BLVD HARMONY LN 566 HICKORY BLVD 100 BONITA BEACH RD SW KINGS KEW 724 HICKORY BLVD 100 KINGS KEW HICKORY BLVD 387 HICKORY BLVD 100 ESTERO BLVD MELODY LN 1,495 HICKORY BLVD 100 MCLAUGHLIN BLVD MARIMIN DR 2,537 HICKORY BLVD 100 HICKORY BLVD BONITA BEACH RD SW 748 HICKORY BLVD 100 HICKORY BLVD PLATT RD 1,262 HICKORY BLVD 100 PLATT RD HICKORY VIEW DR 278 HICKORY BLVD 100 HICKORY BLVD BONITA BEACH RD SW 394 HICKORY BLVD 100 MCLAUGHLIN BLVD HARMONY LN 1,814 HICKORY BLVD 100 HICKORY VIEW DR HICKORY BAY DR 227 HICKORY BLVD 100 HICKORY BAY DR MARIMIN DR 182

23

FORMAL BID NO.:

HOFSTRA CT E 50 HOFSTRA CT W CREIGHTON DR 622 HOFSTRA CT W 50 CREIGHTON DR HOFSTRA CT E 638 HOFSTRA DR 50 CREIGHTON DR FURMAN BLVD 858 HOPEDALE DR 60 FOUNTAIN WAY DONNA DR 155 HOPEDALE DR 60 DONNA DR HOPEDALE DR 261 HOPEDALE DR 60 TWIN PALM DR HOPEDALE DR 169 HOPEDALE DR 60 HOPEDALE DR TWIN PALM DR 246 HOPEDALE DR 60 FOUNTAIN WAY FOUNTAIN WAY 199 HOPEDALE DR 60 FOUNTAIN WAY W RIVERSIDE DR 575 IONA RD WHITE ORCHID LN WHITE ORCHID LN 52 IONA RD 50 TAHITIAN DR BAIN RD 366 IONA RD 50 TAHITIAN DR IONA LAKES DR 599 IONA RD GARDEN DR GARDEN DR 64 IONA RD 50 JOHN MORRIS RD BIDDY LN 387 IONA RD 50 INTRACOASTAL CT BAIN RD 471 IONA RD 50 VASSAR DR MCGREGOR BLVD 1,304 IONA RD 50 PEPPERTREE DR ST ANNS CT 459 IONA RD 50 HARBOUR ISLE DR CAPE SABLE LN 293 IONA RD 50 RED POINCIANA DR CAPE SABLE LN 278 IONA RD 50 COLUMBIA CIR LAGUNA DR 309 IONA RD 50 IONA LAKES DR BONAIRE CIR 532 IONA RD 50 PORTSIDE DR PORTS OF IONA DR 526 IONA RD 50 COLUMBIA CIR COLUMBIA CIR 276 IONA RD 50 IONA LAKES DR SUMMERWOOD DR 277 IONA RD 50 PORTS OF IONA DR HARBOUR ISLE DR 214 IONA RD 50 GARDEN DR RED POINCIANA DR 131 IONA RD 50 JOHN MORRIS RD CALOOSA CREEK CIR 800 IONA RD 50 BIDDY LN OMAI CT 452 IONA RD 50 ST ANNS CT QUAIL RUN RD 438 IONA RD 50 GARDEN DR COVES END DR 157 IONA RD 50 SUMMERWOOD DR LAKE CANDLEWOOD DR 490 IONA RD 50 OMAI CT LAKE CANDLEWOOD DR 611 IONA RD 50 WHITE ORCHID LN COOK RD 789 IONA RD 50 BONAIRE CIR PORTSIDE DR 528 IONA RD BONAIRE CIR BONAIRE CIR 43 IONA RD 50 LAGUNA DR COVES END DR 237 IONA RD QUAIL RUN RD VASSAR DR 54 IONA RD 50 CALOOSA CREEK CIR COOK RD 1,056 IONA RD 50 PEPPERTREE DR COLUMBIA CIR 462 IONA RD 50 DAVIS RD ST CHARLES HARBOUR BLVD 633 IONA RD 50 INTRACOASTAL CT IONA LAKES DR 474 IONA RD 50 DAVIS RD WHITE ORCHID LN 785 IONA RD 50 DAVIS RD WHITE ORCHID LN 361 IONE DR 50 EOP WINKLER RD 486 IONE DR 50 EOP WINKLER RD 150 ISLAND CIR 35 CALOOSA Y & R CLUB DR RIVERSIDE DR 1,847 ISLAND CIR CALOOSA Y & R CLUB DR CALOOSA Y & R CLUB DR 40 ISLAND PARK RD 60 SWORDS WAY SWORDS WAY 41 ISLAND PARK RD 60 PARK VILLAGE BLVD SUGAR BUSH LN 457 ISLAND PARK RD 150 S TAMIAMI TRL ISLAND PARK RD 690 ISLAND PARK RD TIMBERWOOD CIR TIMBERWOOD CIR 54 ISLAND PARK RD 60 GOLFSIDE CIR KEY BISCAYNE BLVD 482

24

FORMAL BID NO.:

ISLAND PARK RD 60 PARK RD SEAWIND DR 1,037 ISLAND PARK RD 60 SUGAR BUSH LN SUGAR BUSH LN 69 ISLAND PARK RD 60 CLUB BLVD ISLAND PARK RD 520 ISLAND PARK RD 60 ROYAL WOODS DR BIRCHWOOD LN 737 ISLAND PARK RD 60 TIMBERWOOD CIR CLUB BLVD 328 ISLAND PARK RD CLUB BLVD CLUB BLVD 62 ISLAND PARK RD FOREST VILLAS CIR FOREST VILLAS CIR 36 ISLAND PARK RD 60 GOLFSIDE CIR FOREST VILLAS CIR 491 ISLAND PARK RD GOLFSIDE CIR GOLFSIDE CIR 48 ISLAND PARK RD 60 SWORDS WAY SEAWIND DR 142 ISLAND PARK RD 60 BIRCHWOOD LN SUGAR BUSH LN 609 ISLAND PARK RD 60 PARK VILLAGE BLVD PARK VILLAGE BLVD 89 ISLAND PARK RD 60 KEY BISCAYNE BLVD ROYAL WOODS DR 726 ISLAND PARK RD 60 SWORDS WAY PARK VILLAGE BLVD 552 ISLAND PARK RD 60 FOREST VILLAS CIR TIMBERWOOD CIR 1,068 JACOBS DR 60 PLUMOSA AV PARK RD 513 JACOBS DR 60 PLUMOSA AV TIDEWATER ISLAND CIR 411 JOE GREEN CT 50 STRAIGHT ST STRAIGHT ST 295 JOE LOUIS CT 50 JOE LOUIS CT END 210 JOE LOUIS CT 50 CHURCH ST JOE LOUIS CT 570 JOHN MORRIS RD 50 ASH LN MCGREGOR BLVD 633 JOHN MORRIS RD 50 BIRCH BLVD SYCAMORE LN 120 JOHN MORRIS RD 50 MAPLE LN ASH LN 174 JOHN MORRIS RD 50 SYCAMORE LN OAK LN 180 JOHN MORRIS RD JACARANDA DR KELLY SANDS WAY 379 JOHN MORRIS RD 50 COCONUT CREEK CT LAKE CANDLEWOOD DR 483 JOHN MORRIS RD 50 CANDLE DR SPENCER ST 143 JOHN MORRIS RD 50 REBECCA ST SPENCER ST 220 JOHN MORRIS RD 50 COCONUT CREEK CT COOK RD 339 JOHN MORRIS RD POINT BREEZE DR CINNABAR LN 315 JOHN MORRIS RD MCGREGOR BLVD TROPIC DR 584 JOHN MORRIS RD 50 BIRCH BLVD RAINTREE LN 395 JOHN MORRIS RD CINNABAR LN JACARANDA DR 428 JOHN MORRIS RD 50 TIMOTHY LN REBECCA ST 218 JOHN MORRIS RD ALLEN WAY RIVER BY RD 108 JOHN MORRIS RD 50 COPRA LN IONA RD 1,040 JOHN MORRIS RD 50 COCONUT CREEK CT COOK RD 536 JOHN MORRIS RD 50 TIMOTHY LN IONA RD 94 JOHN MORRIS RD POINT BREEZE DR SUMMERLIN RD 237 JOHN MORRIS RD TROPIC DR KELLY SANDS WAY 262 JOHN MORRIS RD 50 RIVER BY RD COPRA LN 220 JOHN MORRIS RD 50 OAK LN MAPLE LN 187 JOHN MORRIS RD 50 LAKE CANDLEWOOD DR CANDLE DR 604 JOHN MORRIS RD 50 COOK RD RAINTREE LN 173 JOHNSON ST 50 EOP GLADIOLUS DR 588 JUANITA AVE 50 LINDA LOMA DR LUANNE LN 279 JUANITA AVE 50 LUANNE LN HEIDI LEE LN 264 JUANITA AVE 50 LINDA LOMA DR KIMBLE DR 281 JUANITA AVE 50 JUANITA AV CHAR ANN DR 296 JUANITA AVE 50 CHAR ANN DR KIMBLE DR 280 JUANITA AVE 50 JUANITA AV END 156 KAPOK CT 60 KAPOK CT END 198

25

FORMAL BID NO.:

KAPOK CT 60 KAPOK CT END 194 KAPOK CT 60 KAPOK CT KAPOK CT 194 KAPOK CT 60 KAPOK CT KAPOK CT 42 KAPOK CT 60 MCGREGOR BLVD KAPOK CT 576 KEENAN AVE 50 PRATHER DR MCGREGOR BLVD FRONTAGE RD 259 KEENAN AVE 50 KEENAN AV VIA DEL FONTANA AV 148 KEENAN AVE 50 PRATHER DR BRUCE CIR 380 KEENAN AVE 50 MCGREGOR BLVD FRONTAGE RD MCGREGOR BLVD 28 KEENAN AVE 50 KEENAN CT BRUCE CIR 543 KEENAN AVE 50 KEENAN AV END 169 KEENAN AVE 50 VAL-MAR DR KEENAN CT 373 KEENAN AVE 50 VIA DEL FONTANA AV KEENAN AV 1,107 KEENAN AVE 50 GOETZ DR VAL-MAR DR 307 KEENAN CT 50 KEENAN CT END 206 KEENAN CT 50 KEENAN AV KEENAN CT 483 HARLEM HEIGHTS PARK KELLY RD 60 PINE RIDGE RD 1,270 ENTERANCE KELLY RD 50 KELLY COVE DR MCGREGOR BLVD 918 KELLY RD 50 SIESTA DR SUNSET STRIP 323 KELLY RD 50 AMBERWOOD LAKE CT SAN CARLOS BLVD 1,292 KELLY RD 50 AMBERWOOD LAKE CT DUBLIN CIR 194 KELLY RD 50 CARVER GARDENS DR DUBLIN CIR 287 KELLY RD 50 DUBLIN CIR DUBLIN CIR 994 KELLY RD 50 SIESTA DR PINE RIDGE RD 1,507 KELLY RD 50 SUNSET STRIP TIERRA PLAZA 331 KELLY RD SAN CARLOS BLVD TIERRA PLAZA 499 KELLY RD 50 LAKEVIEW DR CARVER GARDENS DR 209 KELLY RD 50 LAKEVIEW DR KELLY COVE DR 148 KENNETH RD 60 DONNA DR LAFAUNCE WAY 478 KENNETH RD 60 DONNA DR DONNA DR 45 KENWOOD LN 60 COLLEGE PKWY S CLEVELAND AV 1,753 KIMBERLY LN 50 MCGREGOR BLVD SW MCGREGOR BLVD 125 KIMBERLY LN 50 KIMBERLY LN END 189 KIMBERLY LN 50 MCGREGOR BLVD SW KIMBERLY LN 1,599 KIMBERLY TER 60 VILLMOOR LN CORNELL PL 612 KIMBERLY TER 60 CHARMONT PL WINKLER RD 186 KIMBERLY TER 60 CORNELL PL CAMBRIDGE LN 131 KIMBERLY TER CRANVILLE SQ N LARKWOOD SQ 64 KIMBERLY TER 60 ESSEX DR VILLMOOR LN 284 KIMBERLY TER 60 CARMELLE DR CAMBRIDGE LN 140 KIMBERLY TER 60 S LARKWOOD SQ CRANVILLE SQ 203 KIMBERLY TER 60 N LARKWOOD SQ N LARKWOOD SQ 196 KIMBERLY TER 60 CARMELLE DR CRANVILLE SQ 175 KIMBERLY TER 60 ESSEX DR ASCOT LN 548 KIMBERLY TER 60 S LARKWOOD SQ CRANVILLE SQ 85 KIMBERLY TER CHARMONT PL N LARKWOOD SQ 70 KIMBLE DR 60 JUANITA AV CARMEN AV 862 KINGS POINT DR 50 EOP CAMELOT DR 611 KNOLLWOOD RD 50 CANDLEWOOD DR KNOLLWOOD RD 1,285 KNOLLWOOD RD 50 CANDLEWOOD DR OVERLOOK DR 281 KNOLLWOOD RD 50 EOP KNOLLWOOD RD 83 KNOLLWOOD RD 50 KNOLLWOOD RD EOP 81 LA FAUNCE WAY 60 MCGREGOR BLVD KENNETH RD 340

26

FORMAL BID NO.:

LA FAUNCE WAY 60 KENNETH RD FOUNTAIN WAY 305 LA FAUNCE WAY 60 RIVERSIDE DR FOUNTAIN WAY 819 LAKE CANDLEWOOD DR 60 IONA RD CANDLE DR 180 LAKE CANDLEWOOD DR 60 JOHN MORRIS RD CANDLE DR 3,535 LAKE GRASMERE WAY 60 BLACKFRIAR DR TAYLOR DR 379 LAKE GRASMERE WAY 60 MOORFIELD DR BOAT CLUB DR 342 LAKE GRASMERE WAY 60 MOORFIELD DR BLACKFRIAR DR 265 LAKE MCGREGOR DR MCGREGOR BLVD MCGREGOR VILLAGE DR 1,494 LAKE MCGREGOR DR LEARNING CT FIESTA LN 857 LAKE MCGREGOR DR MCGREGOR VILLAGE DR JULIAS WAY 183 LAKE MCGREGOR DR LAKE MCGREGOR CIR LEARNING CT 240 LAKE MCGREGOR DR JULIAS WAY LAKE MCGREGOR CIR 209 LAKE MCGREGOR DR LEARNING CT FIESTA WAY 375 LAKERIDGE CT 50 LAKERIDGE VIEW CT LAKERIDGE CT 203 LAKERIDGE CT 80 S TAMIAMI TRL LAKERIDGE CT 651 LAKERIDGE CT 50 LAKERIDGE CT LAKERIDGE VIEW CT 134 LAKES AVE 50 CYPRESS TER LAKES AV 238 LAKES TER 80 DON JACOBS CT S TAMIAMI TRL 653 LAKEWOOD BLVD SUMMERLIN WOODS DR SUMMERLIN RD 139 LAKEWOOD BLVD HOLE-IN-ONE CIR PARK LAKE DR 525 LAKEWOOD BLVD 60 LAKEWOOD BLVD POINT VIEW BLVD 546 LAKEWOOD BLVD LAKEWOOD TRACE CT SUMMERLIN WOODS DR 302 LAKEWOOD BLVD PARK LAKE DR PARK LAKE DR 329 LAKEWOOD BLVD LAKEWOOD BLVD LAKEWOOD BLVD 60 LAKEWOOD BLVD PARK LAKE DR LAKEWOOD BLVD 1,185 LAKEWOOD BLVD COUNTRY RD HOLE-IN-ONE CIR 484 LAKEWOOD BLVD LAKEWOOD TRACE CT LAKEWOOD BLVD 507 LAKEWOOD BLVD 60 POINT VIEW BLVD GLADIOLUS DR 878 LAKEWOOD BLVD LAKEWOOD BLVD COUNTRY RD 653 LAUREL LN 50 EOP GRIFFIN BLVD 722 LAZY LN 50 SUNSET STRIP SIESTA DR 322 LEARNING CT 60 CYPRESS LAKE DR CYPRESS LAKE DR 63 LEARNING CT 60 LEARNING CT CYPRESS LAKE DR 615 LIGHT BLUE CIR 60 HENRDY CREEK DR HENRDY CREEK DR 1,366 LIGON CT 60 LIGON CT RAINBOW MEADOWS CT 1,304 LIGON CT 60 LIGON CT END 188 LIGON CT 60 RAINBOW MEADOWS CT BASS RD 1,404 LINDA LOMA DR 66 CARMEN AV SAN CARLOS BLVD 296 LINDA LOMA DR 66 CARMEN AV GINA WAY 340 LINDA LOMA DR 66 CARMEN AV CARMEN AV 60 LINDA LOMA DR 66 GINA WAY JUANITA AV 553 LINTON RD 50 COVE LN ALLEN WAY 789 LINTON RD 50 COOK RD COVE LN 471 LIVE OAK DR 50 CROTON DR FERN DR 848 LIVE OAK DR 50 CROTON DR THORNTON RD 298 LOGAN LN FOUNTAIN WAY EOP 573 LOGAN LN MCGREGOR BLVD FRONTAGE RD 37 LOGAN LN FOUNTAIN WAY FRONTAGE RD 497 LONG MEADOW RD 50 E FOUNTAINHEAD RD OVERLOOK DR 1,047 LONGWOOD DR 50 OLD WHISKEY CREEK DR MCGREGOR BLVD 774 LORAS LN 25 EOP YALE DR 442 LOVEROCK WAY GLADIOLUS DR LOVEROCK WAY 375

27

FORMAL BID NO.:

LOVEROCK WAY GLADIOLUS DR LOVEROCK WAY 677 LOYOLA LN 50 DRAKE DR BUCKNELL DR 258 LUANNE LN 50 CARMEN AV GINA WAY 271 LUANNE LN 50 JUANITA AV GINA WAY 599 LUCAS RD 50 LUCAS RD END 138 LUCAS RD 50 WINKLER RD CLARA DR 376 LUCAS RD 50 CLARA DR LUCAS RD 190 LUECK LN WINKLER RD PANTHER LN 653 MACBETH LN 60 TAYLOR DR BOAT CLUB DR 854 MACOMBO RD 50 E TROPICANA DR FIESTA WAY 479 MAEVA CT MAEVA CT END 195 MAEVA CT SHADDELEE LN E MAEVA CT 138 MAHOE CT 60 MCGREGOR BLVD MAHOE CT 1,353 MAHOE CT 60 MAHOE CT END 217 MAIDA LN 60 GLADIOLUS DR BRANDENBURG LN 288 MAIDA LN 30 BRANDENBURG LN SANDEL WOOD CIR W 139 MALT DR SANDLEWOOD LN EOP 80 MALT DR PARK MEADOWS DR SANDLEWOOD LN 753 MAPLE DR 60 THIRD AV EOP 273 MAPLE DR 60 FOURTH AV FIFTH AV 291 MAPLE DR 60 SIXTH AV SEVENTH AV 288 MAPLE DR 60 FIRST AV SECOND AV 334 MAPLE DR 60 SAGO AV SUMMERLIN RD 269 MAPLE DR 60 SEVENTH AV EIGHTH AV 305 MAPLE DR 60 EIGHTH AV NINTH AV 293 MAPLE DR 60 FIFTH AV SIXTH AV 290 MAPLE DR 60 S CLEVELAND AV FIRST AV 408 MAPLE DR 60 TENTH AV ELEVENTH AV 275 MAPLE DR 60 THIRD AV FOURTH AV 329 MAPLE DR 60 ELEVENTH AV SAGO AV 278 MAPLE DR 60 NINTH AV TENTH AV 283 MARBEN DR 50 SHADDELEE LN E MARBEN DR 213 MARBEN DR MARBEN DR END 166 MARBROOK CT 50 VILLMOOR LN EOP 237 MATTHEW DR SUNRISE DR SUMMERLIN RD 257 MCGREGOR BLVD 100 TULANE DR MCGREGOR BLVD 852 MCGREGOR BLVD 80 MCGREGOR BLVD EVENTIDE BLVD 575 MCGREGOR BLVD SUMMERLIN RD DAVIS RD 263 MCGREGOR BLVD 100 BANYON DR AMAZON LN 310 MCGREGOR BLVD 100 S OLEANDER DR JOHN MORRIS RD 372 MCGREGOR BLVD 80 EVENTIDE BLVD MCGREGOR BLVD 484 MCGREGOR BLVD 80 MCGREGOR BLVD MCGREGOR BLVD 37 MCGREGOR BLVD 100 WINDWARD WAY CIR MANDOLIN BAY DR 512 MCGREGOR BLVD 100 SANIBEL SUNSET CT BANYON DR 1,153 MCGREGOR BLVD 100 JOHN MORRIS RD TROPICANA DR 448 MCGREGOR BLVD 100 S OLEANDER DR ARBOR RIDGE DR 581 MCGREGOR BLVD 100 MERCURY WAY LUNAR DR 557 MCGREGOR BLVD 80 WATERCRESS LN WATERCRESS LN 368 MCGREGOR BLVD 100 DAVIS RD SANIBEL SUNSET CT 908 MCGREGOR BLVD 100 MAJESTIC PALMS BLVD KAPOK CT 632 MCGREGOR BLVD 100 CIRCLE DR TROPICANA DR 515 MCGREGOR BLVD 60 EOP DEEP LAGOON LN 867

28

FORMAL BID NO.:

MCGREGOR BLVD 100 TULANE DR KAPOK CT 615 MCGREGOR BLVD 60 SUMMERLIN RD SUMMERLIN RD 64 MCGREGOR BLVD 80 CIRCLE DR WATERCRESS LN 168 MCGREGOR BLVD 100 MERCURY WAY MERCURY WAY 36 MCGREGOR BLVD 100 JACARANDA DR ARBOR RIDGE DR 241 MCGREGOR BLVD 80 MCGREGOR BLVD MCGREGOR BLVD 34 MCGREGOR BLVD 100 JACARANDA DR AMAZON LN 307 MCGREGOR BLVD 100 TULANE DR KAPOK CT 506 MCGREGOR BLVD 100 CIRCLE DR MERCURY WAY 1,673 MCGREGOR BLVD 80 WATERCRESS LN CIRCLE DR 103 MCGREGOR BLVD 100 MANDOLIN BAY DR THORNTON RD 449 MCGREGOR BLVD 100 THORNTON RD MAJESTIC PALMS BLVD 392 MCGREGOR BLVD 80 MCGREGOR BLVD TRAVERS AV 446 MCGREGOR BLVD 100 MCGREGOR PALMS DR MCGREGOR WOODS BLVD 1,227 MCGREGOR BLVD 100 MCGREGOR WOODS BLVD CHANCE WAY 905 MEDERIA LN MEDERIA LN END 145 MEDERIA LN 66 MEDERIA LN PARK PL 574 MEMOLI LN PANTHER LN WINKLER RD 628 MONTROSE DR 50 MONTROSE DR MCGREGOR BLVD 838 MONTROSE DR 50 MONTROSE DR END 164 MOORFIELD DR 60 SWORDS WAY LAKE GRASMERE WAY 547 MOSS DR 50 FERN DR CROTON DR 848 MYERLEE COUNTRY CLUB BLVD 100 PANTHER LN CEDARHURST DR 126 MYERLEE COUNTRY CLUB BLVD 100 CEDARHURST DR WINKLER RD 649 MYERLEE COUNTRY CLUB BLVD 100 MYERLEE COUNTRY CLUB BLVD MYERLEE COUNTRY CLUB BLVD 831 MYERLEE COUNTRY CLUB BLVD BIRDIE WAY DOG LEG WAY 221 MYERLEE COUNTRY CLUB BLVD PAR WAY TEE WAY 276 MYERLEE COUNTRY CLUB BLVD 50 EDGEWATER CIR PANTHER LN 546 MYERLEE COUNTRY CLUB BLVD 50 MYERLEE GARDENS AV EDGEWATER CIR 958 MYERLEE COUNTRY CLUB BLVD TEE WAY EOP 581 MYERLEE COUNTRY CLUB BLVD MYERLEE COUNTRY CLUB BLVD DOG LEG WAY 786 MYERLEE COUNTRY CLUB BLVD PAR WAY BIRDIE WAY 261 MYRTLE ST 50 MYRTLE ST TAHITIAN DR 590 MYRTLE ST 50 MYRTLE ST END 204 N BRENTWOOD RD 60 EOP E BRENTWOOD RD 281 N BRENTWOOD RD 60 E BRENTWOOD RD OVERLOOK DR 830 N FLOSSMOOR RD 50 CANDLEWOOD DR S FLOSSMOOR RD 1,193 N FOUNTAINHEAD RD 50 E FOUNTAINHEAD RD OVERLOOK DR 1,138 N HERMITAGE RD CANDLEWOOD DR S HERMITAGE RD 1,369 N LARKWOOD SQ 60 N LARKWOOD SQ CHARMONT PL 267 N LARKWOOD SQ 60 N LARKWOOD SQ KIMBERLY TER 227 N LARKWOOD SQ 60 KIMBERLY TER N LARKWOOD SQ 356 N LARKWOOD SQ 60 CHARMONT PL S LARKWOOD SQ 635 N MAYFAIR RD 50 CANDLEWOOD DR E MAYFAIR RD 1,118 NATOMA DR 50 EL MAR AV BAYSHORE AV 338 NATOMA DR 50 EL RIO AV SHADDELEE LN E 392 NATOMA DR 50 EL VALLE AV EL MAR AV 295 NATOMA DR 50 BAYSHORE AV EL RIO AV 330 NEW HAVEN DR 60 HAGIE DR HAGIE DR 1,327 NINTH AVE 50 CYPRESS DR OAK DR 1,253 NINTH AVE 50 OAK DR MAPLE DR 956 OAK DR 60 NINTH AV TENTH AV 282

29

FORMAL BID NO.:

OAK DR 60 TENTH AV ELEVENTH AV 282 OAK DR 60 SIXTH AV SEVENTH AV 292 OAK DR 60 SEVENTH AV EIGHTH AV 293 OAK DR 60 EIGHTH AV NINTH AV 293 OAK DR 60 THIRD AV FOURTH AV 322 OAK DR 60 SECOND AV THIRD AV 332 OAK DR 60 FOURTH AV FIFTH AV 289 OAK DR 60 FIRST AV SECOND AV 334 OAK DR 60 ELEVENTH AV SAGO AV 260 OAK DR 60 S CLEVELAND AV FIRST AV 407 OAK DR 60 FIFTH AV SIXTH AV 289 OLD GLADIOLUS DR GLADIOLUS DR PARKSIDE DR 650 OLD GLADIOLUS DR 100 OLD GLADIOLUS DR END 187 OLD GLADIOLUS DR 100 ASPEN DR PINE MEADOWS DR 525 OLD GLADIOLUS DR 100 ASPEN DR OLD GLADIOLUS DR 126 OLD GLADIOLUS DR 100 PARKSIDE DR PINE MEADOWS DR 359 OLD MCGREGOR BLVD 100 MCGREGOR BLVD TULANE DR 1,225 OLD WHISKEY CREEK DR 50 HARBOR LN MCGREGOR BLVD 379 OLD WHISKEY CREEK DR 50 HARBOR LN HARBOR LN 108 OLD WHISKEY CREEK DR 50 HARBOR LN LONGWOOD DR 704 OMAI CT 60 COPRA LN OMAI CT 634 OMAI CT 60 COPRA LN IONA RD 470 OMAI CT 60 OMAI CT END 178 OVERLOOK DR 50 N FOUNTAINHEAD RD S FLOSSMOOR RD 328 OVERLOOK DR 50 BRAEBURN RD CYPRESS LAKE DR 292 OVERLOOK DR 50 N BRENTWOOD RD S FOUNTAINHEAD RD 424 OVERLOOK DR 50 N FOUNTAINHEAD RD LONG MEADOW RD 308 OVERLOOK DR 50 S FLOSSMOOR RD KNOLLWOOD RD 1,932 OVERLOOK DR 50 KNOLLWOOD RD PINECREST RD 295 OVERLOOK DR 50 LONG MEADOW RD S FOUNTAINHEAD RD 328 OVERLOOK DR 50 PINECREST RD BRAEBURN RD 330 OVERLOOK DR 50 N BRENTWOOD RD S BRENTWOOD RD 716 PALM DR 50 CROTON DR THORNTON RD 300 PALM DR 60 FIRST AV SECOND AV 334 PALM DR 60 SECOND AV THIRD AV 335 PALM DR 60 FOURTH AV FIFTH AV 289 PALM DR 60 THIRD AV FOURTH AV 315 PALM DR 60 FIFTH AV SIXTH AV 287 PALM DR 60 SEVENTH AV EIGHTH AV 291 PALM DR 60 S CLEVELAND AV FIRST AV 402 PALM DR 60 S CLEVELAND AV S CLEVELAND AV 56 PALM DR 60 SIXTH AV SEVENTH AV 292 PALM DR 50 FERN DR CROTON DR 847 PALMETTO TER 66 ROYAL PALM DR RIVERSIDE DR 271 PALMETTO TER 66 COCONUT DR ROYAL PALM DR 200 PALMETTO TER 66 PINE TREE LN COCONUT DR 317 PANTHER LN 60 LUECK LN MEMOLI LN 405 PANTHER LN 60 CYPRESS LAKE DR MEMOLI LN 1,341 PANTHER LN 60 ROSE CT LUECK LN 382 PANTHER LN MYERLEE COUNTRY CLUB MYERLEE COUNTRY CLUB 39 PANTHER LN 60 MYERLEE COUNTRY CLUB ROSE CT 474 PARK MEADOWS DR 60 WOODROSE CT MALT DR 484

30

FORMAL BID NO.:

PARK MEADOWS DR 60 PARK MEADOW LN S CLEVELAND AV 774 PARK MEADOWS DR 60 MALT DR PINNACLE PINES DR 1,258 PARK MEADOWS DR 60 WOODROSE CT TAMARA LEE CT 507 PARK MEADOWS DR SUMMERLIN RD TAMARA LEE CT 89 PARK MEADOWS DR 60 PINNACLE PINES DR PARK MEADOW LN 809 PARK PL 66 COCONUT DR MEDERIA LN 508 PARK PL 66 MEDERIA LN ROYAL PALM DR 406 PARK PL 66 COCONUT DR PINE TREE LN 569 PARK PL 66 ROYAL PALM DR RIVERSIDE DR 320 PARK RD 50 PIONEER RD CREEK DR 982 PARK RD 50 CREEK DR PARKRIDGE CIR 724 PARK RD 60 ISLAND PARK CT EOP 164 PARK RD 50 PARKRIDGE CIR COACHLIGHT DR 3,210 PARK RD 60 ISLAND PARK CT ISLAND PARK CT 395 PARK RD 50 EOP PIONEER RD 386 PARK RD 60 JACOBS DR ISLAND PARK RD 1,233 PARK RD 60 ISLAND PARK CT ISLAND PARK RD 645 PARKER DR 50 SHADDELEE LN E SHADDELEE LN E 797 PARKRIDGE CIR 60 PARK RD PARKRIDGE CT 244 PARKRIDGE CIR 60 PARKRIDGE CT PARKRIDGE CT 966 PARKRIDGE CT 60 PARKRIDGE CIR PARKRIDGE CIR 963 PARKRIDGE CT 60 PARKRIDGE CT END 210 PARKRIDGE CT 60 PARKRIDGE CT PARKRIDGE CIR 332 PAUL SCHULTZ WAY LOVEROCK WAY MCGREGOR BLVD 1,485 PECK AVE 50 PECK AV END 145 PECK AVE 50 SANFORD DR GOETZ DR 355 PECK AVE 50 PECK AV SUNDOWN HARBOR CT 419 PECK AVE 50 SANFORD DR MCGREGOR BLVD FRONTAGE RD 307 PECK AVE 50 SANFORD DR SANFORD DR 778 PERTHSHIRE LN 60 BOAT CLUB DR TAYLOR DR 879 PETTYS WAY 50 SCANLON DR PETTYS WAY 545 PETTYS WAY 50 PETTYS WAY DON JACOBS CT 512 PETTYS WAY 50 PETTYS WAY S TAMIAMI TRL 384 PICKADILLY CT 50 ASCOT LN EOP 658 PINE DR N 66 PINE DR S PINE DR S 1,023 PINE DR N 66 PINE DR S S CLEVELAND AV 269 PINE DR S 66 PINE DR N PINE DR N 1,034 PINE NEEDLE LN 60 DAVIS RD PINE NEEDLE LN 481 PINE NEEDLE LN 60 PINE NEEDLE LN END 187 PINE RD 50 GREEN OAK DR ADAMS RD 216 PINE RD 50 BEAULIEU CT ALLAIRE LN 399 PINE RD PINE RD EOP 331 PINE RD 50 BRISTOL RD ADAMS RD 331 PINE RD 50 ESTERO VERDE DR GREEN OAK DR 902 PINE RD 50 BEAULIEU CT BRISTOL RD 704 PINE RD 50 S TAMIAMI TRL ESTERO VERDE DR 531 PINE RIDGE RD STEVENS BLVD BARRACUDA BEND 606 PINE RIDGE RD 80 LEE MAR LAKE CT GLADIOLUS DR 2,082 PINE RIDGE RD 66 STARDUST DR BOMBAY LN 561 PINE RIDGE RD 66 BOMBAY LN KELLY RD 1,071 PINE RIDGE RD 66 POINTE CLUB DR GULF REFLECTIONS DR 880 PINE RIDGE RD KELLY RD LEECO CT 854

31

FORMAL BID NO.:

PINE RIDGE RD SUMMERLIN RD SUMMERLINE SQUARE DR 335 PINE RIDGE RD BARRACUDA BEND SAFETY LN 1,474 PINE RIDGE RD 66 SUMMERLIN RD POINTE CLUB DR 1,332 PINE RIDGE RD 66 SUMMERLIN RD POINTE CLUB DR 401 PINE RIDGE RD SAN CARLOS BLVD STEVENS BLVD 1,044 PINE RIDGE RD 66 OLD SOUTH WAY TRICIA LN 653 PINE RIDGE RD 66 DERWENT BLVD STARDUST DR 309 PINE RIDGE RD 66 GULF REFLECTIONS DR TRICIA LN 163 PINE RIDGE RD LEECO CT LEE MAR LAKE CT 375 PINE RIDGE RD 60 GLADIOLUS DR RICHWOOD DR 684 PINE RIDGE RD SUMMERLIN RD SUMMERLIN RD 68 PINE RIDGE RD SAFETY LN SUMMERLINE SQUARE DR 1,296 PINE RIDGE RD 60 RICHWOOD DR MCGREGOR BLVD 1,477 PINE TREE LN 66 RIVERSIDE DR PALMETTO TER 300 PINE TREE LN 66 PARK PL BROADWAY W 262 PINE TREE LN 66 PARK PL PALMETTO TER 1,608 PINECREST RD 50 BRAEBURN RD EOP 159 PINECREST RD 50 BRAEBURN RD OVERLOOK DR 992 PIONEER RD 50 PIONEER RD PARK RD 2,256 PLACID DR 50 MCGREGOR BLVD PLACID DR 724 PLACID DR 50 PLACID DR END 172 PLUMOSA AVE 60 PLUMOSA AV END 189 PLUMOSA AVE 60 JACOBS DR PLUMOSA AV 2,715 POINCIANA AVE TRAILSIDE DR WESTWOOD DR 327 POINCIANA AVE WESTWOOD DR BROADWAY W 348 POMPANO ST 50 EDINBURGH DR COLLEGE PKWY RAMP 1,060 POPHAM DR 60 HENNESSEY CT WINKLER RD 551 POPHAM DR 60 ROYAL OAK CT SWAN LAKE DR 147 POPHAM DR 60 HENNESSEY CT ROYAL OAK CT 469 PORTHOLE CT 60 BROADWAY W EOP 755 PRESIDENTIAL CT 60 CORPORATE CT PRESIDENTIAL CT 1,195 PRESIDENTIAL CT PRESIDENTIAL CT END 204 PRESIDENTIAL CT 60 WHISKEY CREEK DR CORPORATE CT 377 PUTTER POINT LN OVERLOOK DR EOP 459 RAINBOW MEADOWS CT 60 RAINBOW MEADOWS CT END 188 RAINBOW MEADOWS CT 60 RAINBOW MEADOWS CT LIGON CT 2,048 RIVER BY RD 50 JOHN MORRIS RD RIVER BY RD 1,361 RIVER BY RD 50 RIVER BY RD END 195 RIVERSIDE DR 66 PALMETTO TER PARK PL 573 RIVERSIDE DR 60 ISLAND CIR MATCH POINTE 698 RIVERSIDE DR 60 MATCH POINTE EOP 677 RIVERSIDE DR 66 ESTEGO CT PINE TREE LN 484 RIVERSIDE DR 66 PALMETTO TER ESTEGO CT 330 RIVERSIDE DR 66 PARK PL EOP 514 RIVERSIDE LN 50 RIVERSIDE LN END 198 RIVERSIDE LN 50 RIVERSIDE LN TRAVERS AV 587 RIVIERA AVE 50 RIVIERA AV RIVIERA AV 59 RIVIERA AVE 50 VILLAIRE CT MCGREGOR BLVD 611 RIVIERA AVE 50 VILLAIRE CT RIVIERA AV 291 RIVIERA AVE 50 RIVIERA AV RIVIERA AV 189 ROBALO DR 50 MCGREGOR BLVD ROBALO DR 444 ROBALO DR 50 ROBALO DR END 136

32

FORMAL BID NO.:

ROBINSON ST 50 CONCOURSE DR CHURCH ST 891 ROBINSON ST 50 CONCOURSE DR EOP 651 ROSE LN TROPICAL DR EOP 417 ROSE LN TROPICAL DR MCGREGOR BLVD 341 ROYAL PALM DR 66 ROYAL PALM DR END 129 ROYAL PALM DR 66 ROYAL PALM DR PARK PL 535 ROYAL PALM DR 66 PARK PL PALMETTO TER 633 S BRANDYWINE CIR 50 CEDARHURST DR ESQUIRE CT 289 S BRANDYWINE CIR 50 CEDARHURST DR WINKLER RD 741 S BRANDYWINE CIR 50 ESQUIRE CT S BRANDYWINE CIR 498 S BRENTWOOD RD 60 E BRENTWOOD RD OVERLOOK DR 811 S FLOSSMOOR RD 50 OVERLOOK DR CANDLEWOOD DR 286 S FLOSSMOOR RD 50 N FLOSSMOOR RD CANDLEWOOD DR 1,110 S FOUNTAINHEAD RD 50 OVERLOOK DR E FOUNTAINHEAD RD 969 S GROVE AVE 50 EOP TROPICAL DR 329 S GROVE AVE 50 MCGREGOR BLVD TROPICAL DR 348 S HERMITAGE RD 50 N HERMITAGE RD CANDLEWOOD DR 1,337 S LARKWOOD SQ 50 N LARKWOOD SQ KIMBERLY TER 901 S MAYFAIR RD 50 E MAYFAIR RD CANDLEWOOD DR 1,220 SAFETY ST 60 SUMMERLIN RD FRONTAGE RD 155 SAFETY ST 60 FRONTAGE RD SAFETY ST 392 SAGO AVE 60 OAK DR MAPLE DR 836 SAN SOUCI DR 50 E TROPICANA DR FIESTA WAY 637 SAND SPUR LN 50 CYPRESS LAKE DR EOP 304 SANDLEWOOD LN MALT DR WOODROSE CT 662 SANFORD DR 50 PECK AV PECK AV 1,305 SCARBORO DR 50 ASCOT LN KIMBERLY TER 674 SCHOOL ST 30 GLADIOLUS DR EOP 1,125 SECOND AVE 50 PALM DR OAK DR 761 SECOND AVE 50 OAK DR MAPLE DR 744 SEDGEWICK CT 50 EOP BLENHEIM ST 279 SETON HALL AVE WINKLER RD FRONTAGE RD 54 SETON HALL AVE CONVERSE ST FRONTAGE RD 231 SEVENTH AVE 50 CYPRESS DR PALM DR 741 SEVENTH AVE 50 PALM DR OAK DR 759 SEVENTH AVE 50 OAK DR MAPLE DR 742 SEVILLE WAY 50 FIESTA WAY FIESTA WAY 49 SEVILLE WAY 50 FIESTA WAY FIESTA WAY 680 SEVILLE WAY 50 FIESTA WAY E TROPICANA DR 489 SHADDELEE LN E 50 MEMORY LN MARBEN DR 144 SHADDELEE LN E 50 WINKLER RD MAEVA CT 356 SHADDELEE LN E 50 MAEVA CT NATOMA DR 280 SHADDELEE LN E 50 MARBEN DR MCGREGOR BLVD 213 SHADDELEE LN E 50 MEMORY LN CLARA DR 212 SHADDELEE LN E 50 WINKLER RD CLARA DR 316 SHADDELEE LN W 50 PARKER DR DEAN WAY 135 SHADDELEE LN W 50 DEAN WAY TRAVERS AV 1,814 SHADDELEE LN W 50 MCGREGOR BLVD PARKER DR 362 SHADDELEE LN W 50 PARKER DR PARKER DR 252 SHELL POINT BLVD 100 CALEB DR EDEN ST 420 SHELL POINT BLVD 100 WOODSONG LN SHELL POINT BLVD 2,685 SHELL POINT BLVD 100 SHELL POINT BLVD CALEB DR 310

33

FORMAL BID NO.:

SHELL POINT BLVD SHELL POINT PLAZA SHELL POINT PLAZA 45 SHELL POINT BLVD WOODSONG LN WOODSONG LN 52 SHELL POINT BLVD 100 SHELL POINT PLAZA ON PAR BLVD 1,882 SHELL POINT BLVD MCGREGOR BLVD MCGREGOR BLVD 65 SHELL POINT BLVD 100 MCGREGOR BLVD SHELL POINT PLAZA 747 SHELL POINT BLVD 100 EDEN ST FAIR HAVENS RD 418 SHELL POINT BLVD 100 ON PAR BLVD WOODSONG LN 3,232 SHERRY LN 50 EOP GRIFFIN BLVD 725 SIESTA DR 60 HOLIDAY LN KELLY RD 1,210 SIESTA PINES CT 60 EOP DAVIS RD 516 SILVERY LN 50 SILVERY LN END 214 SILVERY LN 50 SILVERY LN TRAVERS AV 571 SIROCCO ST 50 FIESTA WAY E TROPICANA DR 509 SIXTH AVE 50 PALM DR OAK DR 759 SIXTH AVE 50 PALM DR CYPRESS DR 739 SIXTH AVE 50 OAK DR MAPLE DR 740 SNOW DR 50 PANTHER DR SNOW DR 550 SNOW DR 50 SNOW DR END 189 SONNEN CT 50 EICHEN CIR SONNEN CT 270 SONNEN CT 50 SONNEN CT END 161 SOUTH POINTE BLVD 100 OWLCLOVER ST DEERFOOT DR 230 SOUTH POINTE BLVD 100 OWLCLOVER ST LENNEX LN 297 SOUTH POINTE BLVD 100 WILDGINGER DR FOXGLOVE CIR 207 SOUTH POINTE BLVD 100 VANILLA LEAF ST CYPRESS LAKE DR 142 SOUTH POINTE BLVD 100 WILDGINGER DR VANILLA LEAF ST 208 SOUTH POINTE BLVD 100 CONFERENCE DR COLLEGE PKWY 397 SOUTH POINTE BLVD 100 LENNEX LN CAMELOT DR 702 SOUTH POINTE BLVD 100 CAMELOT DR CAMELOT DR 209 SOUTH POINTE BLVD 100 FOXGLOVE CIR DEERFOOT DR 210 SOUTH POINTE BLVD 100 SOMERSET BLVD CAMELOT DR 744 SOUTH POINTE BLVD 100 CONFERENCE DR SOMERSET BLVD 621 SOUTH POINTE BLVD 100 FOXGLOVE CIR FOXGLOVE CIR 208 SPRING CREEK RD WINDWARD BLVD PELICAN COLONY BLVD 775 SPRING CREEK RD PELICAN COLONY BLVD VIA CONTI 1,116 SPRING CREEK RD VIA CONTI COCONUT RD 747 STRAIGHT ST 25 JOE GREEN CT EOP 358 STRAIGHT ST 25 GLADIOLUS DR JOE GREEN CT 288 SUMMERLIN CENTER DR 50 ELDERBERRY LN EOP 268 SUMMERLIN CENTER DR 50 ELDERBERRY LN SUMMERLIN RD 376 SUMMERLIN CENTER DR 50 ELDERBERRY LN ELDERBERRY LN 87 SUMMERLIN RD CEDARBEND DR HAYLEY LN 660 SUMMERLIN RD REFLECTIONS PKWY LAKEWOOD BLVD 3,094 SUMMERLIN RD COLLEGE PKWY EDISON PKWY 1,160 SUMMERLIN RD SUMMERLIN COMMONS WAY HAWKS LANDING DR 791 SUMMERLIN RD LAKEWOOD BLVD SUMMERLIN RD 1,067 SUMMERLIN RD MATTHEW DR CEDARBEND DR 2,239 SUMMERLIN RD WINKLER RD WINKLER RD 53 SUMMERLIN RD CYPRESS LAKE DR REFLECTIONS PKWY 2,855 SUMMERLIN RD MAPLE DR PARK MEADOWS DR 2,745 SUMMERLIN RD HAWKS LANDING DR MAPLE DR 1,784 SUMMERLIN RD COLLEGE PKWY EDISON PKWY 2,108 SUMMERLIN RD COLONIAL BLVD ROYAL PALM SQ BLVD 890

34

FORMAL BID NO.:

SUMMERLIN RD GLADIOLUS DR GLADIOLUS DR 32 SUMMERLIN RD COUNTRY RD GLADIOLUS DR 782 SUMMERLIN RD HAYLEY LN SUMMERLIN RD 669 SUMMERLIN RD COLLEGE PKWY EDISON PKWY 1,482 SUMMERLIN RD COLLEGE PKWY EDISON PKWY 62 SUMMERLIN RD ROYAL PALM SQ BLVD MATTHEW DR 1,695 SUMMERLIN RD BOY SCOUT DR SUMMERLIN COMMONS WAY 615 SUMMERLIN RD SUMMERLIN RD COUNTRY RD 1,778 SUMMERLIN RD EDISON PKWY CYPRESS LAKE DR 1,340 SUMMERLIN RD PARK MEADOWS DR BRANTLEY RD 1,563 SUMMERWINDS CT 60 SUMMERWINDS CT END 228 SUMMERWINDS CT 60 SAN CARLOS BLVD SUMMERWINDS CT 975 SUMMERWOOD DR 60 IONA RD SUMMERWOOD DR 2,493 SUMMERWOOD DR 60 SUMMERWOOD DR SUMMERWOOD DR 2,502 SUNDOWN HARBOR CT 50 SUNDOWN HARBOR CT END 183 SUNDOWN HARBOR CT 50 PECK AV SUNDOWN HARBOR CT 464 SUNNYSIDE CT 50 SUNNYSIDE CT END 201 SUNNYSIDE CT 50 SUNNYSIDE CT SUNNYSIDE LN 567 SUNNYSIDE LN 50 SUNNYSIDE CT SUNNYSIDE LN 165 SUNNYSIDE LN 50 SUNNYSIDE LN END 220 SUNNYSIDE LN 50 TRAVERS AV SUNNYSIDE CT 392 SUNSET STRIP 60 TIERRA PLAZA HOLIDAY LN 626 SUNSET STRIP 60 TIERRA PLAZA KELLY RD 575 SUNSET VISTA DR 50 POTTINGERS PL ALGIERS ST 475 SUNSET VISTA DR 50 ALGIERS ST CASABLANCA CT 230 SUNSET VISTA DR 40 SUNSET VISTA DR POTTINGERS PL 509 SUNSET VISTA DR 50 CASABLANCA CT MCGREGOR BLVD 840 SUNSET VISTA DR 40 WINKLER RD SUNSET VISTA DR 308 SWAN LAKE DR 60 EOP POPHAM DR 1,091 SWORDS WAY 60 ISLAND PARK RD TAYLOR DR 199 SWORDS WAY 60 MOORFIELD DR BLACKFRIAR DR 290 SWORDS WAY 60 TAYLOR DR ISLAND PARK RD 199 SWORDS WAY 60 BOAT CLUB DR MOORFIELD DR 289 SWORDS WAY 60 BLACKFRIAR DR TAYLOR DR 297 TAHITIAN DR 50 BAHIA CT CHRISTINE WAY 512 TAHITIAN DR 50 MYRTLE ST CHRISTINE WAY 429 TAHITIAN DR MYRTLE ST IONA RD 92 TAYLOR DR 60 PERTHSHIRE LN BIRNAM WOOD LN 302 TAYLOR DR 60 LAKE GRASMERE WAY SWORDS WAY 773 TAYLOR DR 60 PERTHSHIRE LN MACBETH LN 288 TAYLOR DR 60 SWORDS WAY SWORDS WAY 42 TAYLOR DR 60 SWORDS WAY BIRNAM WOOD LN 298 TENTH AVE 50 TAMARA LEE CT OAK DR 1,237 TENTH AVE 50 OAK DR MAPLE DR 956 THIRD AVE 50 OAK DR MAPLE DR 761 THIRD AVE 50 PALM DR OAK DR 759 THORNTON RD 50 CYPRESS DR HIBISCUS DR 215 THORNTON RD 50 CYPRESS DR CACTUS DR 216 THORNTON RD 50 LIVE OAK DR PALM DR 441 THORNTON RD 50 PALM DR CACTUS DR 218 THORNTON RD 50 RED POINCIANA DR LIVE OAK DR 285 THORNTON RD 50 MCGREGOR BLVD HIBISCUS DR 168

35

FORMAL BID NO.:

THORNTON RD 50 IONA RD RED POINCIANA DR 1,207 THORY CT 60 THORY CT END 226 THORY CT 60 HENDRY CREEK DR THORY CT 296 TIERRA PLAZA 60 KELLY RD SUNSET STRIP 884 TIMBER RUN CT 50 TIMBER RUN CT END 214 TIMBER RUN CT 50 TIMBER RUN CT WINKLER RD 1,194 TRAILSIDE DR 100 POINCIANA AV S TAMIAMI TRL 583 TRAILSIDE DR 100 PARK AV PARK AV 150 TRAILSIDE DR 100 PARK AV POINCIANA AV 896 TRAILSIDE DR 100 PARK AV S TAMIAMI TRL 572 TRAVERS AVE 50 SHADDELEE LN W SUNNYSIDE LN 493 TRAVERS AVE 50 SILVERY LN SUNNYSIDE LN 387 TRAVERS AVE 50 MCGREGOR BLVD MCGREGOR BLVD 38 TRAVERS AVE 50 RIVERSIDE LN EOP 122 TRAVERS AVE 50 RIVERSIDE LN SHADDELEE LN W 107 TRAVERS AVE 50 MCGREGOR BLVD SILVERY LN 169 TROPICAL DR 50 FOUNTAIN AV ROSE LN 311 TROPICAL DR 50 S GROVE AV ROSE LN 660 TULANE DR 50 OLD MCGREGOR BLVD VASSAR DR 325 TULANE DR MCGREGOR BLVD OLD MCGREGOR BLVD 142 TULANE DR 50 EMILY DR VASSAR DR 699 TWIN PALM DR 80 HOPEDALE DR HOPEDALE DR 253 TWIN PALM DR 80 MCGREGOR BLVD HOPEDALE DR 335 TWIN PALM DR 80 HOPEDALE DR W RIVERSIDE DR 685 VAL-MAR DR 50 MCGREGOR BLVD FRONTAGE RD MCGREGOR BLVD 38 VAL-MAR DR 50 KEENAN AV MCGREGOR BLVD FRONTAGE RD 1,369 VASSAR DR 50 TULANE DR EMILY DR 827 VASSAR DR 50 EMILY DR IONA RD 276 VECTOR AVE 80 DON JACOBS CT CYPRESS TERRACE CIR 373 VECTOR AVE 80 CYPRESS TERRACE CIR CYPRESS TERRACE CIR 332 VILLAIRE CT 60 EOP RIVIERA AV 171 VILLMOOR LN 60 CAMBRIDGE PL WINKLER RD 185 VILLMOOR LN 60 BLENHEIM ST KIMBERLY TER 237 VILLMOOR LN 60 BLENHEIM ST ASCOT LN 744 VILLMOOR LN 60 KIMBERLY TER MARBROOK CT 261 VILLMOOR LN 60 CAMBRIDGE PL MARBROOK CT 245 W RIVERSIDE DR 60 HOPEDALE DR LAFAUNCE WAY 279 W RIVERSIDE DR 60 HOPEDALE DR DONNA DR 537 W RIVERSIDE DR 60 DONNA DR DONNA DR 53 W RIVERSIDE DR 60 TWIN PALM DR DONNA DR 345 WALL DR 50 GLADIOLUS DR EOP 635 WARWICK CIR 50 CYPRESS LAKE DR CYPRESS LAKE DR 1,087 WESTFIELD DR 50 FAIRFIELD WAY FAIRFIELD WAY 1,116 WHISKEY CREEK DR 100 MCGREGOR BLVD FAIRFIELD WAY 508 WILLIAMS RD UNNAMED DR S TAMIAMI TRL 296 WILLIAMS RD ATLANTIC GULF BLVD BACCARAT LN 1,255 WILLIAMS RD BACCARAT LN WEST TREE DR 530 WILLIAMS RD TROPICANA AV SOUND WAY 637 WILLIAMS RD WEST TREE DR TROPICANA AV 1,053 WILLIAMS RD SOUND WAY KINGS RD 1,690 WILLIAMS RD KINGS RD WILLIAMS RD 137 WILSHIRE DR 50 EOP WINKLER RD 744

36

FORMAL BID NO.:

WILSON AVE 50 FRONTAGE RD CASABLANCA CT 783 WILSON AVE 50 MCGREGOR BLVD FRONTAGE RD 44 WINKLER RD 100 S BRANDYWINE CIR FRANCHI BLVD 758 WINKLER RD 100 CROWN ARBOR WAY WELLINGTON LAKES CIR 1,020 WINKLER RD COLLEGE PKWY WILDWOOD HAMMOCK CT 323 WINKLER RD KING LEAR CT KING LEAR CT 46 WINKLER RD 100 PRENTISS POINTE CIR CROWN COLONY BLVD 1,536 WINKLER RD 100 BRINDLE LN VILLMOOR LN 260 WINKLER RD HARBOUR CLUB RD BURNING BARK DR 508 WINKLER RD CYPRESS LAKE DR WINKLER RD 625 WINKLER RD EAST COLLEGE POINTE DR HARBOUR CLUB RD 506 WINKLER RD HIDDEN HARBOUR BLVD INDIANA AV 209 WINKLER RD COLLEGE PKWY WILDWOOD HAMMOCK CT 579 WINKLER RD 100 BANYAN BAY BLVD WOODGATE DR 164 WINKLER RD 100 PRENTISS POINTE CIR GRANITE CT 508 WINKLER RD 50 ALTADENA DR MCGREGOR BLVD 131 WINKLER RD 100 LUECK LN MEMOLI LN 397 WINKLER RD 100 BELLE MEADE DR BELLE MEADE DR 38 WINKLER RD HIDDEN HARBOUR BLVD SUNSET VISTA DR 121 WINKLER RD 65 IONE DR WYOMI DR 335 WINKLER RD 100 GOLF COURSE DR EDGEWATER CIR 113 WINKLER RD 100 BRACKEN WAY CROWN COLONY BLVD 1,747 WINKLER RD 110 GLADIOLUS DR SUMMERLIN RD 2,183 WINKLER RD 100 COLONY TRACE DR SOUTH LAKE CIR 383 WINKLER RD 100 TROPICAL CT TIMBER RUN CT 319 WINKLER RD 100 MEMOLI LN WINKLER RD 741 WINKLER RD 50 BAYSHORE AV LUCAS RD 58 WINKLER RD WILDWOOD HAMMOCK CT CREIGHTON DR 1,142 WINKLER RD 65 AVERLY ST SUNSET VISTA DR 354 WINKLER RD 100 COLONY LAKES BLVD CROWN ARBOR WAY 902 WINKLER RD 100 MYERLEE COUNTRY CLUB ROSE CT 233 WINKLER RD 50 LUCAS RD EL RIO AV 250 WINKLER RD 50 EL MAR AV BAYSHORE AV 341 WINKLER RD 100 BIG MANGROVE DR WINKLER RD 1,096 WINKLER RD 100 MIDDLEBROOK DR BANYAN BAY BLVD 206 WINKLER RD 100 SOUTHWIND BAY CIR STOCKBRIDGE DR 763 WINKLER RD 100 PADDLE CREEK DR ASCOT LN 231 WINKLER RD 65 AVERLY ST WYOMI DR 313 WINKLER RD CREIGHTON DR SETON HALL AV 901 WINKLER RD WINKLER RD COLLEGE PKWY 682 WINKLER RD 100 WOODGATE DR SOUTHWIND BAY CIR 827 WINKLER RD 50 PINE HAMMOCK CIR PINE HAMMOCK CIR 375 WINKLER RD 100 KING LEAR CT TROPICAL CT 588 WINKLER RD 100 KING LEAR CT BELLE MEADE DR 53 WINKLER RD 100 PALM WOODE DR SADDLE WOODE DR 399 WINKLER RD 50 SUMICA DR SHADDELEE LN E 478 WINKLER RD 100 ROSE CT LUECK LN 389 WINKLER RD 100 SADDLE WOODE DR MYERLEE COUNTRY CLUB 396 WINKLER RD 65 BANYAN COVE CIR IONE DR 339 WINKLER RD WINKLER RD END 324 WINKLER RD 50 DEAN WAY EL MAR AV 197 WINKLER RD RIVERWALK PARK BLVD WINKLER RD 179

37

FORMAL BID NO.:

WINKLER RD 50 EDGEMERE DR ALTADENA DR 313 WINKLER RD 100 BELLE MEADE DR MIDDLEBROOK DR 729 WINKLER RD CYPRESS LAKE DR CYPRESS LAKE DR 57 WINKLER RD 100 PALM WOODE DR GOLF COURSE DR 292 WINKLER RD 100 VILLMOOR LN POPHAM DR 503 WINKLER RD 65 BANYAN COVE CIR EL VALLE AV 180 WINKLER RD 100 EDGEWATER CIR FRANCHI BLVD 626 WINKLER RD MYERLEE COUNTRY CLUB MYERLEE COUNTRY CLUB 39 WINKLER RD 100 GRANITE CT SUMMERLIN RD 325 WINKLER RD SETON HALL AV CYPRESS LAKE DR 877 WINKLER RD 100 TIMBER RUN CT COLONY LAKES BLVD 529 WINKLER RD 110 WINKLER RD GLADIOLUS DR 950 WINKLER RD 100 KIMBERLY TER S BRANDYWINE CIR 468 WINKLER RD 50 EL RIO AV SHADDELEE LN E 333 WINKLER RD 100 MYERLEE COUNTRY CLUB ROSE CT 263 WINKLER RD 100 POPHAM DR KIMBERLY TER 818 WINKLER RD 100 WELLINGTON LAKES CIR COLONY TRACE DR 511 WINKLER RD CREIGHTON DR CREIGHTON DR 39 WINKLER RD INDIANA AV BURNING BARK DR 311 WINKLER RD STOCKBRIDGE DR BIG MANGROVE DR 92 WINKLER RD 50 EL VALLE AV DEAN WAY 96 WINKLER RD 100 PADDLE CREEK DR WINKLER RD 171 WINKLER RD 100 BASS LN BRINDLE LN 348 WINKLER RD 100 ASCOT LN BASS LN 256 WOODMERE LN 50 WOODMERE LN END 201 WOODMERE LN 50 MCGREGOR BLVD WOODMERE LN 533 WYOMI DR 50 EOP WINKLER RD 790 XAVIER AVE N 50 DUQUESNE DR FURMAN BLVD 755 XAVIER AVE S 50 DUQUESNE DR FURMAN BLVD 663 XAVIER AVE S 50 FURMAN BLVD CONVERSE ST 607 YALE DR 50 GABRIEL LN LORAS LN 119 YALE DR 50 LORAS LN BAYLOR LN 442 YORKSHIRE LN MCGREGOR BLVD YORKSHIRE LN 1,026 ZANDER LN CONGDON RD COCA SABAL LN 819 ZEHNER LN 50 ZEHNER LN END 116 ZEHNER LN 50 ZEHNER LN SAN CARLOS BLVD 1,207

Total Feet 676,989

Total Miles 128.2

38

FORMAL BID NO.:

ATTACHMENT D

AREA #6

ROW LENGTH STREET FROM STREET TO STREET WIDTH (FT) 1ST ST 65 SOUTH RD EOP 419 1ST ST 65 CENTER RD DANLEY DR 404 1ST ST 65 DAHLIA LN CENTER RD 343 1ST ST 65 SOUTH RD DAHLIA LN 442 2ND ST 65 SOUTH RD DAHLIA LN 440 2ND ST 65 SOUTH RD EOP 416 2ND ST 65 DAHLIA LN CENTER RD 346 2ND ST 65 CENTER RD DANLEY DR 740 3RD ST 65 SOUTH RD CENTER RD 785 3RD ST 65 CENTER RD DANLEY DR 903 3RD ST 65 SOUTH RD EOP 470 4TH ST 65 CENTER RD DANLEY DR 867 4TH ST 65 SOUTH RD EOP 417 4TH ST 65 SOUTH RD CENTER RD 784 5TH ST 65 CENTER RD DANLEY DR 534 5TH ST 65 CENTER RD EOP 633 6TH ST DANLEY DR LANDING VIEW RD 2,166 6TH ST CENTER RD DANLEY DR 418 6TH ST 65 CENTER RD EOP 476 ADELMO LN 60 ARC WAY EOP 326 ALAMEDA AVE 50 SHAW BLVD MADONNA DR 957 ALAMEDA AVE 50 GIBSON ST ALAMEDA AV 601 ALAMEDA AVE 50 MADONNA DR PALM BEACH BLVD 1,320 ALAMEDA AVE 50 SHAW BLVD GIBSON ST 318 ALAMEDA AVE 50 ALAMEDA AV END 162 ALLIANCE LN METROPOLIS AV METRO PKWY 193 ALTA VISTA AVE PALM BEACH BLVD EOP 418 ALTA VISTA AVE PALM BEACH BLVD EOP 65 ALTAMONT AVE 60 JERSEY RD TENNESSEE WAY 342 ALTAMONT AVE 60 JERSEY RD SEMINOLE ST 411 ANDERSON LN 60 FOXFIRE LN BRIARCLIFF RD 954 ANDERSON LN 60 ANDERSON LN FOXFIRE LN 974 ANDERSON LN ANDERSON LN END 168 ANDREA LN 60 TORO LN HEMINGWAY DR 3,684 ANDREA LN 60 WEST DR GALEANA AV 629 ANDREA LN 60 TORO LN WEST HYDE PARK DR 288 APOLLO DR 60 E MICHIGAN AV BALLARD RD 1,260 ARDEN ST BEACON BLVD VERNON DR 657 ARLINGTON AVE 60 PROSPECT AV BIRMINGHAM ST 355 ARLINGTON AVE 60 PROSPECT AV VIRGINIA ST 228 ARLINGTON AVE 60 VIRGINIA ST VIRGINIA ST 44 ARLINGTON AVE 60 TUSCALOOSA ST VIRGINIA ST 559 ARLINGTON AVE 60 E RIVERSIDE DR CYPRESS LN 334 ARMEDA AVE 50 PROSPECT AV BURDICK AV 499 ARMEDA AVE 50 BURDICK AV EOP 469 ATLANTA AVE 50 KINGSTON DR RICHMOND AVE 496

39

FORMAL BID NO.:

ATLANTA AVE 50 KINGSTON DR LEXINGTON AV 387 ATLANTIS LN 60 METROPOLIS AV METRO PKWY 253 AUBURN AVE 50 ROCKLEDGE RD DEXTER DR 252 AUBURN AVE 50 DEXTER DR COLORADO PL 245 AVACADO CT 50 MIRAMAR RD MIRAMAR RD 548 BALBOA AVE PONCE DE LEON DR BALBOA AV 129 BALBOA AVE 50 LAGOON DR PALM BEACH BLVD 1,306 BALBOA AVE 50 PALM BEACH BLVD GARCIA AV 630 BALLARD RD APOLLO DR EOP 50 BALLARD RD 40 ORTIZ AV HEIMAN AV 832 BALLARD RD 40 APOLLO DR HEIMAN AV 321 BALTIMORE AVE 60 PALM BEACH BLVD WALTER ST 669 BALTIMORE AVE 60 WALTER ST EOP 85 BANNER DR 80 HALIFAX AV INDEPENDENCE CIR 690 BARRY DR 50 BEACON BLVD VERNON DR 993 BEACON BLVD VERNON DR ARDEN ST 784 BEACON BLVD 80 DELTA ST ELKTON CT 240 BEACON BLVD TRAILWINDS DR GLENLIVET RD 167 BEACON BLVD LEEDS RD BARKELEY LN 162 BEACON BLVD 80 LEISURE LN ELKTON CT 516 BEACON BLVD GLENLIVET RD LEEDS RD 239 BEACON BLVD BRANDON ST ARDEN ST 216 BEACON BLVD 80 CORONET ST BARRY DR 251 BEACON BLVD 80 DELTA ST BARRY DR 241 BEACON BLVD 80 BRANDON ST BEACON MANOR DR 238 BEACON BLVD VERNON DR EOP 196 BEACON BLVD 80 LEISURE LN TRAILWINDS DR 755 BEACON BLVD 80 BEACON MANOR DR CORONET ST 223 BEACON BLVD BARKELEY LN CRYSTAL DR 573 BEACON MANOR DR 50 BEACON BLVD DANLEY DR 207 BEACON MANOR DR 50 CHARLIES TER DANLEY DR 563 BEACON MANOR DR 50 S CLEVELAND AV CHARLIES TER 873 BELLAIR RD 50 PALM BEACH BLVD GARCIA AV 632 BELLAIR RD 50 FLAMINGO CIR PALM BEACH BLVD 738 BELLAIR RD 50 FLAMINGO CIR PALM BEACH BLVD 521 BEN C PRATT SIX MILE METRO PKWY MOLLY LN 617 CYPRESS BEN C PRATT SIX MILE MOLLY LN TRADER ST 667 CYPRESS BEN C PRATT SIX MILE SIX MILE CYPRESS PKWY BROOKSHIRE LAKE BLVD 1,895 CYPRESS BEN C PRATT SIX MILE PLANTATION RD SIX MILE CYPRESS PKWY 2,863 CYPRESS BEN C PRATT SIX MILE DANI DR ROLFES RD 519 CYPRESS BEN C PRATT SIX MILE BROOKSHIRE LAKE BLVD BERGAMO WAY 2,698 CYPRESS BEN C PRATT SIX MILE OLYMPIC CT DANIELS PKWY 1,465 CYPRESS BEN C PRATT SIX MILE CHALLENGER BLVD DANI DR 47 CYPRESS BEN C PRATT SIX MILE COLONIAL BLVD COLONIAL BLVD 76 CYPRESS BEN C PRATT SIX MILE 68125CRYSTAL DR PENZANCE BLVD 2,218

40

FORMAL BID NO.:

CYPRESS BEN C PRATT SIX MILE TRADER ST PLANTATION RD 606 CYPRESS BEN C PRATT SIX MILE CHALLENGER BLVD DANI DR 99 CYPRESS BEN C PRATT SIX MILE BERGAMO WAY PENZANCE BLVD 2,796 CYPRESS BEN C PRATT SIX MILE CHALLENGER BLVD DANI DR 554 CYPRESS BEN C PRATT SIX MILE KEY DEER CT HERITAGE PALMS BLVD 4,640 CYPRESS BEN C PRATT SIX MILE ROLFES RD COLONIAL BLVD 766 CYPRESS BEN C PRATT SIX MILE INTERNATIONAL CENTER BLVD OLYMPIC CT 966 CYPRESS BEN C PRATT SIX MILE BERNWOOD PLACE DR CHALLENGER BLVD 1,296 CYPRESS BEN C PRATT SIX MILE HERITAGE PALMS BLVD WINKLER AV EXT 2,978 CYPRESS BEN C PRATT SIX MILE SIX MILE CYPRESS PKWY INTERNATIONAL CENTER BLVD 1,765 CYPRESS BEN C PRATT SIX MILE PENZANCE BLVD KEY DEER CT 2,120 CYPRESS BEN C PRATT SIX MILE CHALLENGER BLVD CHALLENGER BLVD 55 CYPRESS BEN C PRATT SIX MILE WINKLER AVE EXT VIA COLOMBA CIR 1,754 CYPRESS BEN C PRATT SIX MILE BERNWOOD PLACE DR BERNWOOD PLACE DR 1,320 CYPRESS BEN C PRATT SIX MILE CHALLENGER BLVD DANI DR 637 CYPRESS BESSIE AVE 50 NEW YORK DR PROSPECT AV 758 BILLYS CREEK DR 50 DR ORTIZ AV 1,194 BILLYS CREEK DR 50 ORTIZ AV GARY DR 1,470 BIRMINGHAM ST 60 MONTGOMERY AV NEW YORK DR 453 BIRMINGHAM ST 60 ARLINGTON AV NEW YORK DR 411 BIRMINGHAM ST 60 E RIVERSIDE DR MONTGOMERY AV 257 BONITA BEACH RD SE OAK LN EAST BROOK DR 431 BONITA BEACH RD SE S TAMIAMI TRL ARROYAL RD 296 BONITA BEACH RD SE CABALLERO WAY CABALLERO WAY 44 BONITA BEACH RD SE DUCK LAKE LOOP DUCK LAKE LOOP 546 BONITA BEACH RD SE IMPERIAL PKWY IMPERIAL PKWY 53 BONITA BEACH RD SE DOVEWOOD CT INDUSTRIAL RD 815 BONITA BEACH RD SE OLD 41 RD RACE TRACK RD 1,450 BONITA BEACH RD SE CABALLERO WAY DOVEWOOD CT 1,296 BONITA BEACH RD SE EAST BROOK DR DUCK LAKE LOOP 773 BONITA BEACH RD SE IMPERIAL PKWY SARADRIENNE LN 657 BONITA BEACH RD SE DUCK LAKE LOOP IMPERIAL PKWY 659 BONITA BEACH RD SE SARADRIENNE LN SARADRIENNE LN 700 BONITA BEACH RD SE SARADRIENNE LN SARADRIENNE LN 473 BONITA BEACH RD SE S TAMIAMI TRL ARROYAL RD 618 BONITA BEACH RD SE OLD 41 RD OLD 41 RD 175 BONITA BEACH RD SE SARADRIENNE LN QUAILS NEST LN 1,077 BONITA BEACH RD SE PINE HAVEN WAY OAK LN 583 BONITA BEACH RD SE RACE TRACK RD PINE HAVEN WAY 988

41

FORMAL BID NO.:

BONITA BEACH RD SE WISCONSIN ST CABALLERO WAY 953 BONITA BEACH RD SE INDUSTRIAL RD OLD 41 RD 548 BONITA BEACH RD SE HACIENDA VILLAGE DR WISCONSIN ST 1,453 BONITA BEACH RD SE SPANISH WELLS BLVD HACIENDA VILLAGE DR 1,018 BONITA BEACH RD SE ARROYAL RD SPANISH WELLS BLVD 1,504 BRAMAN AVE 50 GRAND AV CALVIN BLVD 331 BRAMAN AVE 50 CALVIN BLVD BROADWAY 399 BRANDON ST 50 BEACON BLVD VERNON DR 855 BRIAR RIDGE CIR 60 BRIAR RIDGE CIR BRIAR RIDGE CIR 5,785 BRIAR RIDGE CIR 80 BRIARCLIFF RD BRIAR RIDGE CIR 397 BRIAR RIDGE CIR 60 BRIAR RIDGE CIR BRIAR RIDGE CIR 32 BRIARCLIFF RD 60 TRIPLE CROWN CT BRIAR PATCH LN 496 BRIARCLIFF RD 60 SWEETWATER CT GLENDALE LN 460 BRIARCLIFF RD 60 ANDERSON LN TEN MILE DR 143 BRIARCLIFF RD 60 ANDERSON LN TEN MILE DR 168 BRIARCLIFF RD 60 BRIARCLIFF RD END 281 BRIARCLIFF RD 60 BRIAR PATCH LN BLACKHAWK DR 495 BRIARCLIFF RD 60 BRIARCREST CIR SHAMROCK DR 1,374 BRIARCLIFF RD 60 ANDERSON LN BRIARCREST CIR 1,644 BRIARCLIFF RD 60 QUAIL TRL DOVELAND LN 509 BRIARCLIFF RD 60 WILDFLOWER DR GLENDALE LN 656 BRIARCLIFF RD 60 S TAMIAMI TRL LAUREL DAWN DR 831 BRIARCLIFF RD 60 COUNTRY CT DOVELAND LN 825 BRIARCLIFF RD 60 BRIARCLIFF RD TRIPLE CROWN CT 400 BRIARCLIFF RD 60 HUNTINGTON CT N PEBBLE LN 356 BRIARCLIFF RD 60 BRIAR RIDGE CIR QUAIL TRL 426 BRIARCLIFF RD 60 BRIAR RIDGE CIR BRIAR RIDGE CIR 34 BRIARCLIFF RD 60 HUNTINGTON CT SWEETWATER CT 933 BRIARCLIFF RD 60 WILDFLOWER DR BRIARHILL CT 323 BRIARCLIFF RD 60 SHAMROCK DR N PEBBLE LN 1,323 BRIARCLIFF RD 60 BRIARHILL CT BRIAR RIDGE CIR 207 BRIARCLIFF RD 60 TEN MILE DR LAUREL DAWN DR 2,920 BRIARCREST CIR 80 BRIARCREST CIR BRIARCLIFF RD 208 BRIARCREST CIR 50 BRIARCREST CIR BRIARCREST CIR 37 BRIARCREST CIR 50 BRIARCREST CIR BRIARCREST CIR 199 BRIARCREST CIR 50 BRIARCREST CIR BRIARCREST CIR 2,194 BRIARCREST CIR 50 BRIARCREST CIR BRIARCREST CIR 1,628 BRIARCREST CIR 50 BRIARCREST CIR END 213 BROADVIEW DR 60 EOP ILLINOIS DR 996 BROADWAY 120 MARAVILLA LN HUNTER ST 151 BROADWAY 120 BROADWAY CIR PINEVIEW RD 278 BROADWAY 120 MORENO AV UNITY ST 648 BROADWAY 120 WILLIAMS DR PINEVIEW RD 154 BROADWAY 120 WILLIAMS DR MARAVILLA LN 175 BROADWAY 135 EARL RD BROADWAY CIR 117 BROADWAY MORENO AV BRAMAN AV 334 BROADWAY 120 EARL RD BROADWAY CIR 172 BROADWAY 135 CARRELL RD BROADWAY CIR 252 BROADWAY BRAMAN AV HANSON ST 984 BROADWAY 120 HUNTER ST UNITY ST 678 BROADWAY E HIGHLANDS AV SANDY LN 1,319 BROADWAY E TANGLEWOOD LN BROADWAY E 769

42

FORMAL BID NO.:

BROADWAY E TANGLEWOOD LN GROVELINE CT 476 BROADWAY E 70 HIGHLANDS AV S TAMIAMI TRL 631 BROADWAY E GROVELINE CT SANDY LN 509 BROKEN ARROW RD S PEBBLE LN SAWDUST TRL 659 BROKEN ARROW RD SAWDUST TRL RAINFOREST LN 987 BROOKSHIRE LAKE BLVD 50 WAKEFIELD DR ST EDMUNDS LOOP 387 BROOKSHIRE LAKE BLVD 50 ST EDMUNDS LOOP RADCLIFFE DR 457 BROOKSHIRE LAKE BLVD 50 ST EDMUNDS LOOP RADCLIFFE DR 164 BROOKSHIRE LAKE BLVD 50 RADCLIFFE DR ST EDMUNDS LOOP 192 BROOKSHIRE LAKE BLVD 50 SOUTHWELL DR DANIELS PKWY 791 BROOKSHIRE LAKE BLVD 50 HEATHER RIDGE LOOP SOUTHWELL DR 251 BROOKSHIRE LAKE BLVD 50 HEATHER RIDGE LOOP WAKEFIELD DR 249 BROOKSHIRE LAKE BLVD 50 HEATHER RIDGE LOOP HEATHER RIDGE LOOP 615 BROOKSHIRE LAKE BLVD 50 BROOKSHIRE LAKE BLVD SIX MILE CYPRESS PKWY 193 BROWNING DR 66 MAINE AV MORSE PLAZA 573 BRUNER LN 60 HEMINGWAY DR GAMMA DR 3,673 BUENA VISTA BLVD 75 LAGOON DR PALM BEACH BLVD 1,325 BUENA VISTA BLVD 75 PALM BEACH BLVD GARCIA AV 631 BUENA VISTA BLVD 50 GARCIA AV EOP 300 BURDICK AVE 50 GLENWOOD AV ARMEDA AV 329 BURDICK AVE 50 GREENWOOD AV SCOTT AV 330 BURDICK AVE 50 ARMEDA AV GREENWOOD AV 333 CALVIN BLVD 66 BRAMAN AV HANSON ST 974 CAROL WAY CAROL WAY E RIVERSIDE DR 122 CAROL WAY KINGSTON DR CAROL WAY 331 CAROLINA AVE 50 GLENWOOD AV TAMMIE LN 813 CAROLINA AVE 50 TICE ST PALM BEACH BLVD 1,142 CAROLINA AVE 50 TICE ST GLENWOOD AV 1,333 CENTER RD 65 1ST ST DANLEY DR 579 CENTER RD 65 4TH ST 3RD ST 592 CENTER RD 65 5TH ST 4TH ST 605 CENTER RD 65 6TH ST 5TH ST 623 CENTER RD 65 2ND ST 1ST ST 558 CENTER RD 65 3RD ST 2ND ST 630 CHARLES ST 66 GEORGIA AV CONNECTICUT AV 764 CHATTANOOGA DR 50 ROYAL PALM PARK RD EOP 1,436 CIRCLE DR 50 SHAW BLVD SHAW BLVD 1,166 CLOVERLEAF CT 60 CLOVERLEAF CT INDIAN PAINT LN 331 CLOVERLEAF CT 60 CLOVERLEAF CT END 214 COCONUT RD 150 IMPERIAL PKWY OLD LIGHTHOUSE RD 1,324 COCONUT RD 150 S TAMIAMI TRL HEALTH CENTER BLVD 781 COCONUT RD 150 SPRING RUN BLVD IMPERIAL PKWY 1,324 COCONUT RD 150 VIA COCONUT POINT VIA COCONUT POINT 55 COCONUT RD 150 HEALTH CENTER BLVD VIA COCONUT POINT 814 COCONUT RD OLD LIGHTHOUSE RD OLD LIGHTHOUSE RD 64 COCONUT RD 150 SPRING RUN BLVD IMPERIAL PKWY 2,165 COCONUT RD 150 SPRING RUN BLVD SPRING RUN BLVD 55 COCONUT RD 150 IMPERIAL PKWY IMPERIAL PKWY 84 COCONUT RD 150 OAKWILDE BLVD SPRING RUN BLVD 1,640 COCONUT RD 150 VIA COCONUT POINT OAKWILDE BLVD 2,244 COLORADO PL 50 AUBURN AV E RIVERSIDE DR 308 COLORADO PL 50 ILLINOIS DR AUBURN AV 499

43

FORMAL BID NO.:

COMMERCE PARK DR 50 METRO PKWY COMMERCE BLVD 944 COMMERCE PARK DR 50 PLANTATION RD TECHSTER BLVD 1,000 COMMONS WAY 35 S TAMIAMI TRL CORKSCREW VILLAGE LN 335 CONNECTICUT AVE 66 CHARLES ST GIBSON ST 321 CONNECTICUT AVE 66 SHAW BLVD MADONNA DR 958 CONNECTICUT AVE 66 CORAL DR CHARLES ST 321 COOPERS CT 60 EOP ELVAS AV 344 CORAL DR 66 GEORGIA AV CONNECTICUT AV 783 CORAL DR 66 OKLAHOMA AV GEORGIA AV 260 CORAL DR 66 MORSE PLAZA OKLAHOMA AV 240 CORAL DR 66 OKLAHOMA AV OKLAHOMA AV 47 CORAL DR 66 MORSE PLAZA MORSE PLAZA 165 CORAL DR 66 UTAH AV MORSE PLAZA 119 CORAL DR 66 UTAH AV MAINE AV 289 CORAL DR 66 MAINE AV SCHNEIDER DR 380 CORALEE AVE 60 CORALEE AV END 215 CORALEE AVE 60 RIVER RANCH RD CORALEE AV 1,136 CORKSCREW RD THREE OAKS PKWY SEE SEE ST 1,028 CORKSCREW RD PUENTE LN PUERTO WAY 576 CORKSCREW RD CYPRESS PARK CIR DESIGN PARC LN 578 CORKSCREW RD COUNTRY CREEK DR COUNTRY CREEK DR 51 CORKSCREW RD THREE OAKS PKWY THREE OAKS PKWY 52 CORKSCREW RD CORKSCREW COMMONS DR PUENTE LN 529 CORKSCREW RD CORKSCREW RD (COPV) CORKSCREW COMMONS DR 62 CORKSCREW RD CORKSCREW WOODLAND BLVD CORKSCREW COMMONS DR 398 CORKSCREW RD SEE SEE ST COUNTRY CREEK DR 968 CORKSCREW RD PUERTO WAY THREE OAKS PKWY 631 CORKSCREW RD COUNTRY CREEK DR CYPRESS PARK CIR 1,065 CORKSCREW RD SANDY LN CORKSCREW VILLAGE LN 1,012 CORKSCREW RD CORKSCREW VILLAGE LN S TAMIAMI TRL 863 CORKSCREW RD DESIGN PARC LN SANDY LN 1,659 CORKSCREW VILLAGE LN 35 CORKSCREW RD COMMONS WAY 234 CORKSCREW VILLAGE LN 35 COMMONS WAY EOP 298 CORNING CT 60 CORNING CT END 178 CORNING CT 60 CORNING CT HEIMAN AV 443 CORONET ST 50 BEACON BLVD VERNON DR 1,009 COUNTRY CREEK DR 80 CORKSCREW RD CORKSCREW RD 73 COUNTRY CT 60 BRIARCLIFF RD SHADOW RUN CT 1,772 COUNTRY CT 60 SHADOW RUN CT COUNTRY CT 972 COUNTRY CT COUNTRY CT END 214 COUNTY RD 50 ESTERO CT S TAMIAMI TRL 310 COUNTY RD 50 HIGHLANDS AV ESTERO CT 291 CRYSTAL DR 80 CRYSTAL COMMERCE LOOP CRYSTAL COMMERCE LOOP 646 CRYSTAL DR 100 METRO PKWY FORDHAM ST 1,056 CRYSTAL DR 100 METRO PKWY FORDHAM ST 41 CRYSTAL DR 100 CHATHAM ST WOODDALE DR 502 CRYSTAL DR 80 METRO PKWY CRYSTAL CONDO RD 495 CRYSTAL DR 100 CHATHAM ST BEACON ST 348 CRYSTAL DR 100 S CLEVELAND AV BEACON BLVD 1,234 CRYSTAL DR 100 WOODDALE DR AMEDICUS LN 1,870 CRYSTAL DR 100 FORDHAM ST AMEDICUS LN 1,137 CRYSTAL DR 80 CRYSTAL CONDO RD CRYSTAL COMMERCE LOOP 440

44

FORMAL BID NO.:

CRYSTAL DR 80 CRYSTAL COMMERCE LOOP PLANTATION RD 369 DANIELS 9300 60 INDIAN PAINT LN FIDDLESTICKS BLVD 1,445 DANIELS 9300 60 EOP DANIELS 9300 511 DANIELS 9300 60 DANIELS 9300 INDIAN PAINT LN 154 DANIELS PKWY METRO PKWY METRO PKWY 48 DANIELS PKWY DANPORT BLVD DANPORT BLVD 50 DANIELS PKWY CROSS CREEK BLVD SIX MILE CYPRESS PKWY 4,302 DANIELS PKWY SOPHOMORE LN SHIRE LN 692 DANIELS PKWY S TAMIAMI TRL SAUER DR 1,094 DANIELS PKWY SOPHOMORE LN RIVERSIDE CENTER CT 1,341 DANIELS PKWY PLANTATION RD COMMERCE BLVD 924 DANIELS PKWY BIG PINE WAY BELL TOWER DR 1,368 DANIELS PKWY PARKER COMMONS BLVD CROSS CREEK BLVD 1,682 DANIELS PKWY FRONTAGE RD ENT APALOOSA LN 670 DANIELS PKWY BELL TOWER DR BELL TOWER DR 39 DANIELS PKWY SHIRE LN PARKER COMMONS BLVD 719 DANIELS PKWY COMMERCE BLVD COMMERCE BLVD 72 DANIELS PKWY SIX MILE CYPRESS PKWY BROOKSHIRE LAKE BLVD 1,231 DANIELS PKWY RIVERSIDE CENTER CT CODY LEE RD 1,344 DANIELS PKWY METRO PKWY MORGAN LA FEE LN 1,275 DANIELS PKWY COMMERCE BLVD METRO PKWY 862 DANIELS PKWY SHETLAND LN SOPHOMORE LN 344 DANIELS PKWY MORGAN LA FEE LN PONDEROSA WAY 610 DANIELS PKWY BROOKSHIRE LAKE BLVD PLANTATION RD 1,195 DANIELS PKWY SKYPORT AV PALOMINO LN 732 DANIELS PKWY CORBEL CIR BIG PINE WAY 1,101 DANIELS PKWY CODY LEE RD PINTO LN 1,366 DANIELS PKWY DANPORT BLVD SKYPORT AV 692 DANIELS PKWY PINTO LN SHETLAND LN 1,011 DANIELS PKWY PONDEROSA WAY CORBEL CIR 674 DANIELS PKWY RIVERSIDE CENTER CT RIVERSIDE CENTER CT 43 DANIELS PKWY PALOMINO LN FRONTAGE RD ENT 658 DANLEY DR 65 CENTER RD DANLEY DR 456 DANLEY DR 65 1ST ST PAGE AIRPORT RD 378 DANLEY DR 65 2ND ST 1ST ST 648 DANLEY DR 65 3RD ST 2ND ST 684 DANLEY DR 65 5TH ST 4TH ST 791 DANLEY DR 65 6TH ST 5TH ST 619 DANLEY DR 65 METRO PKWY 6TH ST 1,069 DANLEY DR 65 4TH ST 3RD ST 595 DANLEY DR S DANLEY DR CENTER ST 491 DANPORT BLVD DANIELS PKWY MARKET PLACE RD 366 DANPORT BLVD MARKET PLACE RD MALL LOOP RD 305 DEAN ST 50 ORTIZ AV DEAN ST 1,211 DEAN ST DEAN ST END 173 DEL RAY AVE 50 KINGSTON DR DEL RAY AV 147 DEL RAY AVE 50 PONCE DE LEON DR E RIVERSIDE DR 1,229 DEL RAY AVE 50 DEL RAY AV PONCE DE LEON DR 985 DEL RAY AVE 50 KINGSTON DR DEL RAY AV 92 DELTA ST 50 EOP MESA DR 115 DELTA ST 50 MESA DR BEACON BLVD 1,047 DETAR LN 50 TICE ST EOP 1,470

45

FORMAL BID NO.:

DEXTER DR 50 ILLINOIS DR AUBURN AV 555 DOWDY DR EOP ORTIZ AV 131 DRYDEN CIR 50 GOLDEN LAKE RD GOLDEN LAKE RD 1,524 E MICHIGAN AVE 60 APOLLO DR EOP 112 E MICHIGAN AVE 60 HEIMAN AV APOLLO DR 323 E MICHIGAN AVE 60 HEIMAN AV ORTIZ AV 843 E RIVERSIDE DR 66 PALMACEA RD DEL RAY AV 350 E RIVERSIDE DR 66 PALMACEA RD LABELLE AV 313 E RIVERSIDE DR 80 COLORADO PL EOP 800 E RIVERSIDE DR 60 ARLINGTON AV NEW YORK DR 401 E RIVERSIDE DR CAROL WAY LABELLE AV 323 E RIVERSIDE DR 66 CAROL WAY KINGSTON DR 349 E RIVERSIDE DR 100 MIRAMAR RD GRANADA BLVD 370 E RIVERSIDE DR 66 OKLAHOMA AV GEORGIA AV 333 E RIVERSIDE DR 60 NEW YORK DR BIRMINGHAM ST 751 E RIVERSIDE DR 66 EOP KINGSTON DR 990 E RIVERSIDE DR 80 COLORADO PL BIRMINGHAM ST 242 E RIVERSIDE DR 66 GRANADA BLVD DEL RAY AV 368 E RIVERSIDE DR 60 EOP ARLINGTON AV 377 E RIVERSIDE DR 66 E RIVERSIDE DR EOP 110 EARL RD 50 CLEVELAND AV BROADWAY 1,391 ELKTON CT 50 BEACON BLVD MESA DR 1,150 ELVAS AVE 50 COOPERS CT FIGUERA AV 315 ELVAS AVE 50 ORTIZ AV MENOCAL AV 311 ENDEAVOR LN 50 METROPOLIS AV METRO PKWY 255 ESTERO PKWY 150 S TAMIAMI TRL ESTERO PKWY 616 ESTERO PKWY 150 ESTERO PKWY OSPREY COVE BLVD 841 ESTERO PKWY 150 CALADESI DR CALADESI DR 72 ESTERO PKWY SANDY LN CASCADES ISLE BLVD 1,299 ESTERO PKWY ROOKERY DR HEATHERSTONE WAY 674 ESTERO PKWY 150 CALADESI DR SANDY LN 815 ESTERO PKWY 150 OSPREY COVE BLVD CALADESI DR 1,886 ESTERO PKWY HEATHERSTONE WAY THREE OAKS PKWY 1,304 ESTERO PKWY CASCADES ISLE BLVD CASCADES ISLE BLVD 76 ESTERO PKWY CASCADES ISLE BLVD ROOKERY DR 1,943 EUGENE ST 50 ROYAL PALM PARK RD LAVONNE AV 697 EXCHANGE LN 50 MOLLY LN TRADER ST 825 EXCHANGE LN EOP TRADER ST 617 EXCHANGE LN 50 METRO PKWY MOLLY LN 658 FAIRFAX DR 50 FLAMINGO CIR PALM BEACH BLVD 959 FAIRFAX DR 50 PALM BEACH BLVD GARCIA AV 631 FIDDLESTICKS BLVD WHITE HICKORY LN WHITE HICKORY LN 46 FIDDLESTICKS BLVD 100 WHITE HICKORY LN INDIAN PONY DR 1,891 FIDDLESTICKS BLVD DANIELS PKWY DANIELS 9300 350 FIDDLESTICKS BLVD INDIAN PONY DR WEST RIDGE CT 449 FIDDLESTICKS BLVD DANIELS 9300 WEST RIDGE CT 1,781 FIDDLESTICKS BLVD OLD HICKORY BLVD OLD HICKORY BLVD 58 FIDDLESTICKS BLVD 100 OLD HICKORY BLVD WHITE HICKORY LN 2,638 FIDDLESTICKS BLVD 100 OLD HICKORY BLVD FIDDLESTICKS BLVD 284 FIGUERA AVE 50 PALM BEACH BLVD GARCIA AV 628 FIGUERA AVE 50 ELVAS AV GARCIA AV 503 FIGUERA AVE 50 GLENWOOD AV TICE ST 1,330

46

FORMAL BID NO.:

FIGUERA AVE 50 TICE ST ELVAS AV 410 FLAMINGO CIR 50 FAIRFAX DR PALM BEACH BLVD 1,026 FLAMINGO CIR 50 BELLAIR RD FAIRFAX DR 516 FLAMINGO CIR 50 LAGOON DR BELLAIR RD 277 FLORENCE AVE 50 PALM BEACH BLVD PALM BEACH BLVD 41 FLOWERS DR 60 S CLEVELAND AV FLOWERS DR 1,203 FLOWERS DR 60 FLOWERS DR END 208 FOWLER ST EAST MALL DR CONCORDE DR 1,102 FOWLER ST COLONIAL BLVD FOWLER ST 533 FOWLER ST 100 SIMPSON ST WELCH ST 259 FOWLER ST 108 PARKWAY ST KENNESAW ST 264 FOWLER ST CONCORDE DR WINLKER AV 515 FOWLER ST WINKLER AV EXT WINKLER AV EXT 37 FOWLER ST 108 KENNESAW ST COLLINS ST 331 FOWLER ST COLONIAL BLVD COLONIAL BLVD 59 FOWLER ST 106 SIMPSON ST CARRELL RD 627 FOWLER ST 100 COLLINS ST MORENO AV 333 FOWLER ST FOWLER ST N AIRPORT RD 2,194 FOWLER ST 100 WELCH ST HUNTER TER 265 FOWLER ST 100 HUNTER ST PARKWAY ST 267 FOWLER ST 100 HUNTER TER HUNTER ST 261 FOWLER ST S CLEVELAND AV FOWLER ST 2,672 FOWLER ST 106 CARRELL RD WINLKER AV 2,683 FOWLER ST N AIRPORT RD COLONIAL BLVD 2,005 FOWLER ST FOWLER ST EAST MALL DR 511 FOWLER ST HANSON ST BRAMAN AV 959 FOWLER ST 100 BRAMAN AV MORENO AV 342 FOXFIRE LN 60 FOXFIRE LN ANDERSON LN 628 FOXFIRE LN FOXFIRE LN END 222 FRONTAGE RD 40 FRONTAGE RD FRONTAGE RD 899 FRONTAGE RD 40 FRONTAGE RD EOP 2,076 FRONTAGE RD 60 OLD US 41 FRONTAGE RD 426 GAMMA DR 60 BRUNER LN ANDREA LN 611 GARCIA AVE 50 BALBOA AV BUENA VISTA BLVD 333 GARCIA AVE 50 BELLAIR RD FAIRFAX DR 328 GARCIA AVE 50 MIRAMAR RD BALBOA AV 318 GARCIA AVE 50 MENOCAL AV ORTIZ AV 321 GARCIA AVE 50 BUENA VISTA BLVD BELLAIR RD 340 GARCIA AVE 50 ORTIZ AV FIGUERA AV 329 GARCIA AVE 50 MENOCAL AV FAIRFAX DR 337 GARY DR 50 BILLYS CREEK DR ORTIZ AV 1,080 GEORGIA AVE 66 CORAL DR CHARLES ST 325 GEORGIA AVE 66 CHARLES ST GIBSON ST 322 GEORGIA AVE 66 E RIVERSIDE DR CORAL DR 551 GEORGIA AVE 66 SHAW BLVD GIBSON ST 323 GEORGIA LN 60 TENNESSEE WAY SEMINOLE ST 360 GEORGIA LN 60 ILLINOIS DR TENNESSEE WAY 308 GIBSON CIR 50 GREENWOOD AV GREENWOOD AV 919 GIBSON ST 66 GEORGIA AV CONNECTICUT AV 769 GIBSON ST 66 CONNECTICUT AV ALAMEDA AV 388 GLENWOOD AVE NUNA AV LYNNEDA AV 331 GLENWOOD AVE TAMMIE LN CAROLINA AV 305

47

FORMAL BID NO.:

GLENWOOD AVE ORTIZ AV FIGUERA AV 326 GLENWOOD AVE 50 PROSPECT AV WOOD AV 331 GLENWOOD AVE 50 NEW YORK DR HOWELL CIRCLE DR 818 GLENWOOD AVE 50 WOOD AV BURDICK AV 162 GLENWOOD AVE FIGUERA AV TAMMIE LN 527 GLENWOOD AVE 50 BURDICK AV NEW YORK DR 178 GLENWOOD AVE CAROLINA AV NUNA AV 830 GLENWOOD AVE 50 HOWELL CIRCLE DR LYNNEDA AVE 163 GOLDEN LAKE RD 70 DRYDEN CIR DRYDEN CIR 500 GOLDEN LAKE RD LUCKETT RD HIGHLAND DR 236 GOLDEN LAKE RD JUPITER RD MARS ST 314 GOLDEN LAKE RD HIGHLAND DR JUPITER RD 80 GOLDEN LAKE RD 70 DRYDEN CIR JUNIPER DR 663 GRACE AVE EOP GRAND AV 616 GRANADA BLVD 50 PONCE DE LEON DR KINGSTON DR 1,365 GRANADA BLVD 50 PONCE DE LEON DR E RIVERSIDE DR 1,269 GREENWOOD AVE 50 BURDICK AV GIBSON CIR 539 GREENWOOD AVE 50 PROSPECT AV BURDICK AV 498 GREYWOOD CIR 50 SOUTHWELL DR SOUTHWELL DR 1,252 GUINEVERE CT 60 MORGAN LA FEE LN EOP 201 HALIFAX AVE 80 BANNER DR INDEPENDENCE CIR 2,397 HALIFAX AVE 80 HARPER RD BANNER DR 776 HAMILTON DR 50 PLAZA DR HAMILTON DR 1,056 HAMILTON DR LUCKETT RD PLAZA DR 140 HANSON ST EOP VERONICA S SHOEMAKER BLVD 645 HANSON ST 50 WORK DR WORK DR 41 HANSON ST 50 FORD ST WORK DR 1,311 HANSON ST 50 WORK DR IRON BRIDGE BLVD 809 HANSON ST VERONICA S SHOEMAKER BLVD VERONICA S SHOEMAKER BLVD 51 HANSON ST IRON BRIDGE BLVD VERONICA S SHOEMAKER BLVD 466 HEATHER RIDGE LOOP 50 BROOKSHIRE LAKE BLVD BROOKSHIRE LAKE BLVD 1,826 HEIMAN AVE 60 WHEATON CT MANASSAS CT 264 HEIMAN AVE 60 SQUIRREL HILL CT WHEATON CT 262 HEIMAN AVE 60 CORNING CT LAREDO AV 252 HEIMAN AVE 60 BALLARD RD E MICHIGAN AV 1,260 HEIMAN AVE 60 MANASSAS CT CORNING CT 261 HEIMAN AVE 60 E MICHIGAN AV SQUIRREL HILL CT 259 HEMINGWAY DR 60 ANDREA LN BRUNER LN 629 HIATT ST 60 MORSE PLAZA MAINE AV 501 HIGH COTTON LN 80 HIGH COTTON LN END 236 HIGH COTTON LN 80 HIGH COTTON LN ORTIZ AV 1,763 HIGHLANDS AVE 50 EOP COUNTY RD 232 HIGHLANDS AVE 50 MOCKINGBIRD LN JUDETH LN 419 HIGHLANDS AVE 50 JUDETH LN COUNTY RD 958 HIGHLANDS AVE 50 MOCKINGBIRD LN LORDS WAY ST 176 HIGHLANDS AVE 50 ORANGE BLOSSOM LN BROADWAY E 257 HORACE LN 50 UNDERWOOD DR EOP 648 HOWARD ST 50 HOWARD ST ORTIZ AV 1,171 HOWARD ST 50 HOWARD ST END 175 HOWELLS CIRCLE DR 60 GLENWOOD AV HOWELLS CIRCLE DR 662 HUNTER ST 50 CENTRAL AV BROADWAY 1,248 IDLEWILD ST GWYNNE ST FOUNTAIN AV 659

48

FORMAL BID NO.:

IDLEWILD ST METRO PKWY METRO PKWY 40 IDLEWILD ST HIGHLAND AV GWYNNE ST 644 IDLEWILD ST FOUNTAIN AV FORD ST 676 IDLEWILD ST FORD ST METRO PKWY 1,937 ILLINOIS DR 60 GEORGIA LN ROCKLEDGE RD 108 ILLINOIS DR 60 DEXTER DR COLORADO PL 271 ILLINOIS DR 60 COLORADO PL MONTGOMERY AV 271 ILLINOIS DR 60 ROCKLEDGE RD DEXTER DR 263 ILLINOIS DR 60 NEW YORK DR MONTGOMERY AV 337 ILLINOIS DR 60 BROADVIEW DR GEORGIA LN 231 INDEPENDENCE CIR 80 SIX MILE CYPRESS PKWY BANNER DR 645 INDEPENDENCE CIR 80 BANNER DR HALIFAX AV 1,006 INDEPENDENCE CIR 80 HALIFAX AV SIX MILE CYPRESS PKWY 375 INDIAN PAINT LN 60 CLOVERLEAF CT INDIAN PAINT LN 1,544 INDIAN PAINT LN 60 DANIELS 9300 CLOVERLEAF CT 313 INDIAN PONY DR FIDDLESTICKS BLVD INDIAN PAINT LN 1,290 INTERPORT AVE 35 MARKET PLACE RD MALL LOOP RD 361 IONE AVE 50 EOP TICE ST 981 JEFFREY LN 60 EOP PONDEROSA WAY 165 JEFFREY LN 60 JEFFREY LN END 173 JEFFREY LN 60 PONDEROSA WAY JEFFREY LN 651 JERSEY RD 60 ALTAMONT AV GEORGIA LN 561 JERSEY RD 60 MONTGOMERY AV ALTAMONT AV 339 JOBE RD 45 PALOMINO LN JOBE RD 318 JOHNSON AVE 50 WALTER ST PALM BEACH BLVD 695 JOHNSON AVE 50 PALM BEACH BLVD PALM BEACH BLVD 35 JUPITER RD 50 GOLDEN LAKE RD ORTIZ AV 1,333 KESTREL CIR 60 KESTREL CIR KESTREL CIR 301 KESTREL CIR 60 KESTREL CIR KESTREL CIR 106 KESTREL CIR 60 KESTREL CIR EOP 163 KESTREL CIR 60 KESTREL CIR KESTREL CIR 41 KESTREL CIR 60 KESTREL CIR KESTREL CIR 1,346 KESTREL CIR 60 KESTREL CIR KESTREL CIR 522 KESTREL CIR 60 PLANTATION RD KESTREL CIR 211 KESTREL CIR 60 KESTREL CIR PLANTATION RD 210 KESTREL CIR 60 KESTREL CIR END 214 KESTREL CIR 60 KESTREL CIR KESTREL CIR 881 KESTREL CIR 60 KESTREL CIR KESTREL CIR 117 KESTREL CIR 60 KESTREL CIR END 225 KING ARTHURS CT 60 MORGAN LA FEE LN EOP 190 KINGS CROSSING RD SKYPORT AV PALOMINO LN 736 KINGSTON DR 50 PALMACEA RD PALMACEA RD 167 KINGSTON DR 50 E RIVERSIDE DR CAROL WAY 650 KINGSTON DR 50 LABELLE AV CAROL WAY 611 KINGSTON DR 50 GRANADA BLVD PALM BEACH BLVD 105 KINGSTON DR 50 GRANADA BLVD DEL RAY AV 443 KINGSTON DR 50 RICHMOND AV ATLANTA AV 265 KINGSTON DR 50 DEL RAY AV DEL RAY AV 153 KINGSTON DR 50 ATLANTA AV PALM BEACH BLVD 287 KINGSTON DR 50 PALMACEA RD LABELLE AV 448 KINGSTON DR 50 PALMACEA RD DEL RAY AV 499 KINGSTON DR E 50 KINGSTON DR S RICHMOND AV 491

49

FORMAL BID NO.:

KINGSTON DR S 50 KINGSTON DR W KINGSTON DR E 284 KINGSTON DR W 50 RICHMOND AV KINGSTON DR S 482 KRYPTON LN 50 METROPOLIS AV METRO PKWY 253 LABELLE AVE 50 E RIVERSIDE DR CAROL WAY 314 LABELLE AVE 50 CAROL WAY KINGSTON DR 853 LACY LN 60 ARC WAY EOP 956 LAGOON DR 80 BUENA VISTA BLVD FLAMINGO CIR 228 LAGOON DR 80 BALBOA AV BUENA VISTA BLVD 352 LAGOON DR 80 BALBOA AV BUENA VISTA BLVD 98 LAGOON DR 80 MIRAMAR RD LAGOON DR 1,311 LAKE CALOOSA DR SCHNEIDER DR EOP 1,144 LANDING VIEW RD METRO PKWY METRO PKWY 41 LANDING VIEW RD METRO PKWY 6TH ST 814 LAREDO AVE 50 HEIMAN AV EOP 2,581 LAREDO AVE 50 HEIMAN AV ORTIZ AV 807 LAVONNE AVE 50 ROYAL PALM PARK RD EUGENE ST 822 LEXINGTON AVE 50 ATLANTA AV RICHMOND AV 350 LEXINGTON AVE 50 ATLANTA AV ORANGE RIVER BLVD 306 LEXINGTON AVE 60 WORKMEN WAY TICE ST 301 LEXINGTON AVE 60 RICHMOND AV WORKMEN WAY 1,957 LEXINGTON AVE 60 RICHMOND AV WORKMEN WAY 1,135 LOIS LEE LN 60 METROPOLIS AV METRO PKWY 256 LORDS WAY ST 50 S TAMIAMI TRL HIGHLANDS AV 620 LUCKETT RD 66 GOLDEN LAKE RD ORTIZ AV 1,323 LUCKETT RD HAMILTON DR LUCKETT RD 45 LUCKETT RD LUCKETT RD GOLDEN LAKE RD 806 LUCKETT RD ENTERPRISE PKWY LUCKETT RD 507 LUCKETT RD ENTERPRISE PKWY ENTERPRISE PKWY 55 LUCKETT RD LUCKETT RD HAMILTON DR 512 LYNNEDA AVE 50 GLENWOOD AV PELHAM ST 664 LYNNEDA AVE 50 PELHAM ST TICE ST 661 MADONNA DR 50 CONNECTICUT AV TEXAS AV 298 MADONNA DR 50 TEXAS AV VERMONT AV 297 MADONNA DR 50 ALAMEDA AV CONNECTICUT AV 306 MADONNA DR 50 MORSE PLAZA VERMONT AV 901 MAINE AVE 66 SHAW BLVD CORAL DR 968 MAINE AVE 66 SHAW BLVD HIATT ST 308 MAINE AVE 66 HIATT ST BROWNING DR 259 MALL LOOP RD DANPORT BLVD DANPORT BLVD 62 MALL LOOP RD 50 INTERPORT AVE DANPORT BLVD 371 MALL LOOP RD 50 DANPORT BLVD SKYPORT AV 588 MANASSAS CT 60 MANASSAS CT END 190 MANASSAS CT 60 HEIMAN AV MANASSAS CT 443 MARAVILLA CIR 50 MARAVILLA CIR MARAVILLA CIR 821 MARAVILLA CIR 50 MARAVILLA CIR MARAVILLA CIR 1,055 MARAVILLA CIR 50 MARAVILLA LN MARAVILLA CIR 334 MARAVILLA CIR 60 MARAVILLA CIR CLEVELAND AV 359 MARAVILLA LN 50 CLEVELAND AV MARAVILLA CIR 979 MARAVILLA LN 50 BROADWAY MARAVILLA CIR 409 MARK LN PLANTATION RD SCOTT LN 319 MARK LN EOP SCOTT LN 1,281 MARS ST 50 ORTIZ AV GOLDEN LAKE RD 1,341

50

FORMAL BID NO.:

MARSH AVE 50 DE SOTO AV WOODSIDE AV 329 MARSH AVE 50 WASHINGTON AV DE SOTO AV 325 MARSH AVE 60 PRISCILLA LN NEW YORK AV 309 MARSH AVE 60 PRISCILLA LN BALLARD RD 1,016 MARSH AVE 50 SCOTT AV WOODSIDE AV 329 MARSH AVE 50 MADISON AV ARLINGTON AV 901 MARSH AVE 50 ARMEDA AV GREENWOOD AV 331 MARSH AVE 50 GLENWOOD AV ARMEDA AV 326 MARSH AVE 50 MADISON AV WASHINGTON AV 335 MARSH AVE 50 GREENWOOD AV SCOTT AV 330 MARSH AVE 50 NEW YORK AV ARLINGTON AV 724 MARSH AVE PALM BEACH BLVD GLENWOOD AV 192 MAYNARD ST 60 SCHNIEDER DR EOP 185 MENOCAL AVE 50 ELVAS AV GARCIA AV 487 MESA DR 50 ELKTON CT EOP 122 MESA DR 50 ELKTON CT DELTA ST 250 METRO PLANTATION RD 60 PLANTATION RD METRO PKWY 1,985 METROPOLIS AVE 40 ATLANTIS LN LOIS LEE LN 662 METROPOLIS AVE 40 ENDEAVOR LN ATLANTIS LN 660 METROPOLIS AVE 40 ENDEAVOR LN ALLIANCE LN 668 METROPOLIS AVE ALLIANCE LN EOP 55 METROPOLIS AVE 45 N GULFCOAST LN EOP 156 METROPOLIS AVE 45 S GULFCOAST LN N GULFCOAST LN 615 METROPOLIS AVE 45 EOP S GULFCOAST LN 628 METROPOLIS AVE 40 KRYPTON LN LOIS LEE LN 661 MIRAMAR RD 50 AVACADO CT AVACADO CT 454 MIRAMAR RD 50 AVACADO CT E RIVERSIDE DR 408 MIRAMAR RD 50 PONCE DE LEON DR PALM BEACH BLVD 1,253 MIRAMAR RD 50 AVACADO CT PONCE DE LEON DR 393 MIRAMAR RD 50 PALM BEACH BLVD GARCIA AV 617 MISSISSIPPI AVE 50 PALM BEACH BLVD PALM BEACH BLVD 37 MISSISSIPPI AVE 50 TICE ST PALM BEACH BLVD 946 MLK FRONTAGE RD 70 EOP WATTS RD 852 MLK FRONTAGE RD 70 WATTS RD PARK 82 DR 626 MOLLY LN 50 EXCHANGE LN SIX MILE CYPRESS PKWY 356 MONTGOMERY AVE 60 ILLINOIS DR TENNESSEE WAY 351 MONTGOMERY AVE 60 SEMINOLE ST POINSETTIA ST 163 MONTGOMERY AVE 60 JERSEY RD VIRGINIA ST 143 MONTGOMERY AVE 60 TUSCALOOSA ST SEMINOLE ST 176 MONTGOMERY AVE 60 ILLINOIS DR BIRMINGHAM ST 612 MONTGOMERY AVE 60 TENNESSEE WAY VIRGINIA ST 197 MONTGOMERY AVE 60 TUSCALOOSA ST JERSEY RD 458 MORENO AVE 50 MORENO AV BROADWAY 596 MORGAN LA FEE LN 60 PENDRAGON LN ROUND TABLE CT 718 MORGAN LA FEE LN 60 MORGAN LA FEE LN GUINEVERE CT 134 MORGAN LA FEE LN 60 PENDRAGON LN DANIELS PKWY 259 MORGAN LA FEE LN 60 KING ARTHUR CT MORGAN LA FEE LN 328 MORGAN LA FEE LN 60 MORGAN LA FEE LN MORGAN LA FEE LN 49 MORGAN LA FEE LN 60 ROUND TABLE CT KING ARTHUR CT 438 MORGAN LA FEE LN 60 GUINEVERE CT MORGAN LA FEE LN 363 MORGAN LA FEE LN 60 MORGAN LA FEE LN MORGAN LA FEE LN 256 MORGAN LA FEE LN 60 MORGAN LA FEE LN MORGAN LA FEE LN 62

51

FORMAL BID NO.:

MORGAN LA FEE LN 60 MORGAN LA FEE LN MORGAN LA FEE LN 223 MORGAN LA FEE LN 60 MORGAN LA FEE LN EOP 137 MORSE PLAZA 66 CORAL DR EOP 1,096 MORSE PLAZA 100 MADONNA DR BROWNING DR 97 MORSE PLAZA 100 SHAW BLVD HIATT ST 304 MORSE PLAZA 100 PALM BEACH BLVD MADONNA DR 225 MORSE PLAZA 66 SHAW BLVD CORAL DR 965 MORSE PLAZA 100 BROWNING DR HIATT ST 556 N AIRPORT RD 100 TERMINAL DR NORTH CORPORATE HANGAR DR 148 N AIRPORT RD 100 NORTH CORPORATE HANGAR DR EOP 1,137 N AIRPORT RD 100 FOWLER ST S CLEVELAND AV 1,701 N AIRPORT RD 100 FOWLER ST TERMINAL DR 804 N AIRPORT RD 100 TERMINAL DR TERMINAL DR 1,332 N GALAXY DR 60 S GALAXY DR ORTIZ AV 1,269 N GULF COAST LN 45 METROPOLIS AV METRO PKWY 284 NEW PINE LAKE DR 50 TREEHAVEN CIR TREEHAVEN CIR 494 NEW PINE LAKE DR 50 TREEHAVEN CIR TRAILWINDS DR 389 NEW YORK DR 60 ILLINOIS DR BIRMINGHAM ST 308 NEW YORK DR 60 POINSETTIA ST TUSCALOOSA ST 276 NEW YORK DR 60 ILLINOIS DR VIRGINIA ST 543 NEW YORK DR 60 SEMINOLE ST WALTER ST 248 NEW YORK DR 60 PALM BEACH BLVD BESSIE AV 345 NEW YORK DR 60 BESSIE AV RAILROAD AV 369 NEW YORK DR 60 SEMINOLE ST POINSETTIA ST 293 NEW YORK DR 60 E RIVERSIDE DR BIRMINGHAM ST 340 NEW YORK DR 60 PALM BEACH BLVD PALM BEACH BLVD 38 NEW YORK DR 60 PALM BEACH BLVD GLENWOOD AV 321 NEW YORK DR 60 PALM BEACH BLVD GLENWOOD AV 450 NEW YORK DR 60 PALM BEACH BLVD GLENWOOD AV 556 NEW YORK DR 60 PALM BEACH BLVD TICE ST 46 NEW YORK DR 60 VIRGINIA ST TUSCALOOSA ST 665 NUNA AVE NUNA AVE MAPLE CT 569 NUNA AVE GLENWOOD AV MAPLE CT 180 NUNA AVE 50 PELHAM ST TICE ST 658 NUNA AVE NUNA AVE MAPLE CT 365 NUNA AVE 50 PELHAM ST GLENWOOD AV 672 OKLAHOMA AVE 66 E RIVERSIDE DR CORAL DR 677 OKLAHOMA AVE 66 SHAW BLVD CORAL DR 967 OLD US 41 THOMAS RD TEN MILE DR 1,641 OLD US 41 66 FRONTAGE RD EOP 1,945 OLD US 41 ALICO RD THOMAS RD 2,358 OLD US 41 66 FRONTAGE RD OLD US 41 540 OLD US 41 S TAMIAMI TRL OLD US 41 120 ORANGE RIVER BLVD RICHARDSON BLVD EOP 82 ORANGE RIVER BLVD 50 PALM BEACH BLVD LEXINGTON AV 170 ORANGE RIVER BLVD 50 LEXINGTON AV RICHARDSON BLVD 662 ORTIZ AVE 90 LAREDO AV E MICHIGAN AV 1,285 ORTIZ AVE 70 HOLLY DR TICE ST 311 ORTIZ AVE 70 LUCKETT RD DR 303 ORTIZ AVE 70 HOWARD ST BILLY'S CREEK DR 498 ORTIZ AVE ORTIZ AV DR MARTIN LUTHER KING BLVD 1,256 ORTIZ AVE DR MARTIN LUTHER KING JR BLVD DR MARTIN LUTHER KING JR BLVD 69

52

FORMAL BID NO.:

ORTIZ AVE 70 E MICHIGAN AV BALLARD RD 1,268 ORTIZ AVE VINCE SMITH DR ORTIZ AV 2,438 ORTIZ AVE 70 HIGH COTTON LN KIM LN 473 ORTIZ AVE 70 DEAN ST GLENWOOD AV 484 ORTIZ AVE 70 JUPITER RD LUCKETT RD 321 ORTIZ AVE DR MARTIN LUTHER KING JR BLVD ORTIZ AV 1,277 ORTIZ AVE 70 GARY DR BILLYS CREEK DR 328 ORTIZ AVE 70 STEWARD DR GLENWOOD AV 838 ORTIZ AVE COLONIAL BLVD COLONIAL CENTER DR 627 ORTIZ AVE PALM BEACH BLVD GARCIA AV 628 ORTIZ AVE 70 N GALAXY DR S GALAXY DR 247 ORTIZ AVE DR MARTIN LUTHER KING BLVD ORTIZ AV 897 ORTIZ AVE BRUCE HERD LN SCOFIELD ST 304 ORTIZ AVE LAREDO AV LAREDO AV 35 ORTIZ AVE 70 HOWARD ST BILLY'S CREEK DR 726 ORTIZ AVE VINCE SMITH DR ORTIZ AV 1,671 ORTIZ AVE SCOFIELD ST ORTIZ AV 881 ORTIZ AVE 70 MARS ST N GALAXY DR 248 ORTIZ AVE 70 JUPITER RD MARS ST 318 ORTIZ AVE 80 KIM LN LAREDO AV 489 ORTIZ AVE 70 BALLARD RD S GALAXY DR 152 ORTIZ AVE 70 NOTTINGHAM DR HUNTERS GREEN DR 296 ORTIZ AVE 70 BILLYS CREEK DR ORTIZ CIR 315 ORTIZ AVE 70 ORTIZ AV HIGH COTTON LN 928 ORTIZ AVE 70 GARY DR BILLYS CREEK DR 331 ORTIZ AVE TICE ST ELVAS AV 613 ORTIZ AVE BRUCE HERD LN VINCE SMITH DR 1,032 ORTIZ AVE COLONIAL CENTER DR ORTIZ AV 819 ORTIZ AVE 70 STEWARD DR HOLLY DR 182 ORTIZ AVE 70 ZANA DR DEAN ST 449 ORTIZ AVE 70 ORTIZ CIR ZANA DR 226 ORTIZ AVE ORTIZ AV DR MARTIN LUTHER KING BLVD 873 ORTIZ AVE GARCIA AV ELVAS AV 498 ORTIZ AVE DR MARTIN LUTHER KING JR BLVD DR MARTIN LUTHER KING JR BLVD 66 PALMACEA RD 50 KINGSTON DR PALMACEA RD 162 PALMACEA RD 50 PALMACEA RD KINGSTON DR 114 PALMACEA RD 50 PONCE DE LEON DR PALMACEA RD 445 PALMACEA RD 50 PONCE DE LEON DR E RIVERSIDE DR 1,142 PALOMINO LN 120 PALOMINO OAKS DR PENZANCE BLVD 1,460 PALOMINO LN JOBE RD DANIELS PKWY 310 PALOMINO LN 60 KINGS CROSSING RD DANFORTH LAKES BLVD 3,669 PALOMINO LN 60 RENAISSANCE WAY PALOMINO OAKS DR 809 PALOMINO LN 60 DANFORTH LAKES BLVD RENAISSANCE WAY 1,649 PELHAM ST 50 LYNNEDA AV NUNA AV 336 PENDRAGON LN MORGAN LA FEE LN EOP 307 PENZANCE BLVD 60 WINE PALM RD BLASINGIM RD 962 PENZANCE BLVD 120 NALDA ST CANNON LN 1,006 PENZANCE BLVD 60 FLINTLOCK LN PASEO GRANDE BLVD 1,096 PENZANCE BLVD 120 MUSKET LN PALOMINO LN 1,299 PENZANCE BLVD 60 WINE PALM RD J V PARKER LN 340 PENZANCE BLVD 60 CAISSON LN EOP 668 PENZANCE BLVD 60 SIX MILE CYPRESS PKWY J V PARKER LN 1,601

53

FORMAL BID NO.:

PENZANCE BLVD 120 PASEO GRANDE BLVD CANNON LN 219 PENZANCE BLVD 60 CAISSON LN FLINTLOCK LN 1,318 PENZANCE BLVD 60 BLASINGIM RD TIMBERLINE CIR 159 PENZANCE BLVD 60 RANCHETTE RD TIMBERLINE CIR 1,140 PENZANCE BLVD 60 TIMBERLINE CIR TIMBERLINE CIR 39 PENZANCE BLVD 120 MUSKET LN NALDA ST 309 PINE VILLA LN PINE VILLA LN PINE VILLA LN 148 PINE VILLA LN 60 PINE VILLA LN PINE VILLA LN 3,733 PINE VILLA LN 70 DANIELS PKWY PINE VILLA LN 1,147 PINEVIEW RD 66 BROADWAY EOP 889 PLANTATION MANOR LOOP 60 PLANTATION PINES BLV PLANTATION PINES BLV 812 PLANTATION MANOR LOOP 60 HONEYSUCKLE RD EOP 91 PLANTATION MANOR LOOP 60 PLANTATION PINES BLV HONEYSUCKLE RD 196 PLANTATION PINES BLVD 60 PLANTATION MANOR LOO PLANTATION MANOR LOO 398 PLANTATION PINES BLVD 60 PLANTATION RD PLANTATION MANOR LOOP 1,648 PLANTATION RD 80 SOUTHWELL DR TECHSTER BLVD 345 UNNAMED ACCESS TO PLANTATION RD 80 LANCER AVE 1,164 PARKCREST PLANTATION RD 80 METRO PLANTATION RD WILLOW LAKE CIR 311 PLANTATION RD 80 ARC WAY PENZANCE BLVD 833 PLANTATION RD 80 TECHSTER BLVD ARAGON WAY 595 PLANTATION RD KESTREL CIR KESTREL CIR 37 PLANTATION RD 80 CIR SILVER & LEWIS LN 400 PLANTATION RD 80 INTERNATIONAL CENTER BLVD SIX MILE CYPRESS PKWY 3,805 PLANTATION RD 80 DANIELS PWKY SHOPPES AT PLANTATION DR 489 PLANTATION RD 80 ARC WAY PLANTATION PRESERVE 433 PLANTATION RD 80 WAKEFIELD DR MAGNOLIA LN 935 PLANTATION RD 80 CRYSTAL DR CORPORATE PARK CIR 996 PLANTATION RD 80 CORPORATE PARK CIR PENZANCE BLVD 1,138 PLANTATION RD 80 SILVER & LEWIS LN PLANTATION PINES BLV 521 PLANTATION RD 80 PLANTATION PRESERVE METRO PLEX DR 695 PLANTATION RD 80 METRO PLEX DR METRO PLANTATION RD 576 PLANTATION RD IDLEWILD ST WILLOW LAKE CIR 1,650 PLANTATION RD 80 KESTREL CIR CRYSTAL DR 822 UNNAMED ACCESS TO PLANTATION RD 80 ORION DR 280 PARKCREST PLANTATION RD 80 HIGHLAND PINES CIR SCOTT LN 1,075 PLANTATION RD 80 PLANTATION PINES BLV KESTREL CIR 609 PLANTATION RD 80 MAGNOLIA LN SCOTT LN 78 PLANTATION RD 80 PLANTATION PARK CT COMMERCE PARK DR 384 PLANTATION RD 80 DANIELS PKWY PLANTATION PARK CT 409 PLANTATION RD 80 ARAGON WAY WAKEFIELD DR 373 PLANTATION RD 80 LANCER AVE INTERNATIONAL CENTER BLVD 429 POINSETTIA ST 60 POINSETTIA ST NEW YORK DR 339 POINSETTIA ST 60 NEW YORK DR PROSPECT AV 664 PONCE DE LEON DR 50 DEL RAY AV GRANADA BLVD 387 PONCE DE LEON DR 50 DEL RAY AV PALMACEA RD 335 PONCE DE LEON DR 50 LAGOON DR MIRAMAR RD 377 PONCE DE LEON DR 50 MIRAMAR RD GRANADA BLVD 377 PONDEROSA WAY 50 JEFFREY LN PONDEROSA WAY 2,391 PONDEROSA WAY 50 DANIELS PKWY JEFFREY LN 452 PONDEROSA WAY PONDEROSA WAY END 213 PROSPECT AVE 60 PALM PL VIRGINIA ST 270

54

FORMAL BID NO.:

PROSPECT AVE 60 VIRGINIA ST ARLINGTON AV 337 QUEENS DR RICHMOND AV EOP 682 RADCLIFFE DR 50 PENTLAND WAY BROOKSHIRE LAKE BLVD 517 RADCLIFFE DR 50 SOUTHWELL DR PENTLAND WAY 777 RAILROAD AVE 40 PROSPECT AV NEW YORK DR 776 RANCHETTE RD 60 PLANTATION PRESERVE WILLOW LAKE CIR 1,492 RANCHETTE RD 60 WILLOW LAKE CIR IDLEWILD ST 1,685 RANCHETTE RD 60 PENZANCE BLVD PLANTATION PRESERVE 1,313 REGENT CIR 50 WAKEFIELD DR WAKEFIELD DR 1,251 RICHMOND AVE 50 KINGSTON DR W ATLANTA AV 108 RICHMOND AVE 50 PALM BEACH BLVD QUEENS DR 216 RICHMOND AVE 50 ATLANTA AV QUEENS DR 266 RICHMOND AVE 50 LEXINGTON AV KINGSTON DR 347 RICHMOND AVE 50 LYNNE DR CAROL DR 277 RICHMOND AVE 50 CAROL DR LEXINGTON AV 311 RICHMOND AVE 50 KINGSTON DR E KINGSTON DR W 332 RIVER RANCH RD 66 BLOCK LN HORNE LN 76 RIVER RANCH RD 66 ROAD RUNNER CT RIDGE RUNNER CT 265 RIVER RANCH RD 66 ROAD RUNNER CT HORNE LN 187 RIVER RANCH RD 66 SPRING RIDGE CIR SPRING RIDGE CIR 289 RIVER RANCH RD 66 RIDGE RUNNER CT SPRINGLAKE CT 453 RIVER RANCH RD 66 CORKSCREW RD CORALEE AV 931 RIVER RANCH RD 66 WILLIAMS RD SPRING LAKE CT 619 RIVER RANCH RD 66 SPRING RIDGE CIR CORALEE AV 502 RIVER RANCH RD 66 BLOCK LN SPRING RIDGE CIR 197 RIVER RANCH RD 66 WILLIAMS RD SPRING LAKE CT 427 ROCKLEDGE RD 50 ILLINOIS DR AUBURN AV 619 ROUND TABLE CT 60 EOP MORGAN LA FEE LN 151 ROUNDABOUT VIA COCONUT POINT VIA COCONUT POINT 143 ROUNDABOUT VIA COCONUT POINT VIA COCONUT POINT 158 ROUNDABOUT WILLIAMS RD WILLIAMS RD 114 ROUNDABOUT WILLIAMS RD WILLIAMS RD 113 ROYAL PALM PARK RD TENNESSEE WAY CHATTANOOGA DR 160 ROYAL PALM PARK RD 60 PALM BEACH BLVD EUGENE ST 182 ROYAL PALM PARK RD 60 EUGENE ST LAVONNE AV 407 ROYAL PALM PARK RD 24 CHATTANOOGA DR EOP 1,221 ROYAL PALM PARK RD 50 TENNESSEE WAY LAVONNE AVE 675 S AIRPORT RD S DANLEY DR S CLEVELAND AV 1,350 S DANLEY DR SOUTH RD CENTER RD 371 S DANLEY DR 65 BEACON MANOR DR SOUTH RD 1,204 S GALAXY DR 60 ORTIZ AV N GALAXY DR 1,245 S GULF COAST LN 45 METROPOLIS AV METRO PKWY 241 S PEBBLE LN BROKEN ARROW RD EOP 888 S PEBBLE LN BRIARCLIFF RD GRAYSTONE LN 2,284 S PEBBLE LN GRAYSTONE LN BROKEN ARROW RD 1,019 SANDY LN 60 BROADWAY E SANDLINE WAY 1,579 SANDY LN SANDLINE WAY ESTERO RIVER CIR 1,370 SANDY LN ESTERO RIVER CIR CORKSCREW RD 915 SCHNEIDER DR 50 MAYNARD ST EOP 851 SCHNEIDER DR 50 CORAL DR LAKE CALOOSA DR 2,181 SCHNEIDER DR 50 CORAL DR MAYNARD ST 217 SCOTT AVE 50 BURDICK AV EOP 377

55

FORMAL BID NO.:

SCOTT AVE 50 PROSPECT AV BURDICK AV 496 SCOTT LN MARK LN EOP 1,579 SEE SEE ST 60 SEE SEE ST END 226 SEE SEE ST 60 CORKSCREW RD SEE SEE ST 1,181 SEMINOLE ST 50 ALTAMONT AV GEORGIA LN 680 SEMINOLE ST 50 GEORGIA LN TENNESSEE WAY 635 SEMINOLE ST 50 PROSPECT AV NEW YORK DR 659 SEMINOLE ST 50 ALTAMONT AV MONTGOMERY AV 409 SEMINOLE ST 50 MONTGOMERY AV NEW YORK DR 469 SHADOW RUN CT 60 SHADOW RUN CT END 257 SHADOW RUN CT 60 SHADOW RUN CT COUNTRY CT 596 SHAW BLVD 66 CONNECTICUT AV TEXAS AV 294 SHAW BLVD 66 TEXAS AV VERMONT AV 296 SHAW BLVD 66 CIRCLE DR MORSE PLAZA 238 SHAW BLVD 66 OKLAHOMA AV CIRCLE DR 46 SHAW BLVD 66 MORSE PLAZA MORSE PLAZA 67 SHAW BLVD 66 MORSE PLAZA UTAH AV 217 SHAW BLVD 66 ALAMEDA AV CONNECTICUT AV 302 SHAW BLVD 66 VERMONT AV GEORGIA AV 268 SHAW BLVD 66 SHAW BLVD OKLAHOMA AV 285 SHAW BLVD 66 UTAH AV MAINE AV 287 SHERRY ST 50 SHERRY ST END 188 SHERRY ST 50 ORTIZ AV SHERRY ST 1,163 SHORE DR SHORE DR END 184 SHORE DR 66 CORAL DR SHORE DR 684 SKYPORT AVE 50 KINGS CROSSING RD DANIELS PKWY 296 SKYPORT AVE 50 MARKETPLACE RD MALL LOOP RD 281 SKYPORT AVE 50 MARKETPLACE RD KINGS CROSSING RD 263 SOUTH RD 65 1ST ST DANLEY DR 567 SOUTH RD 65 3RD ST 2ND ST 627 SOUTH RD 65 2ND ST 1ST ST 558 SOUTH RD 65 EOP 4TH ST 254 SOUTH RD 65 DANLEY DR PAGE AIRPORT RD 714 SOUTH RD 65 4TH ST 3RD ST 602 SOUTHWELL DR 50 WHITEHAVEN LN RADCLIFFE DR 314 SOUTHWELL DR 50 RADCLIFFE DR BROOKSHIRE LAKE BLVD 555 SOUTHWELL DR 50 PLANTATION RD GREYWOOD CIR 184 SOUTHWELL DR 50 BROOKSHIRE LAKE BLVD GREYWOOD CIR 735 SOUTHWELL DR 50 GREYWOOD CIR GREYWOOD CIR 249 SQUIRREL HILL CT 60 SQUIRREL HILL CT HEIMAN AV 413 SQUIRREL HILL CT 60 SQUIRREL HILL CT END 191 ST EDMUNDS LOOP 50 BROOKSHIRE LAKE BLVD BROOKSHIRE LAKE BLVD 1,621 ST IVES CT 50 STERLING WAY WHITBY WAY 250 ST IVES CT 50 WHITBY WAY WAKEFIELD DR 549 ST IVES CT 50 STERLING WAY EOP 742 STERLING WAY WAKEFIELD DR ST IVES CT 350 STEWARD DR 50 STEWARD DR ORTIZ AV 1,214 STEWARD DR 50 STEWARD DR END 170 TAMMIE LN 55 CAROLINA AV GLENWOOD AV 646 TAMMIE LN 50 CAROLINA AV GLENWOOD AV 329 TENNESSEE WAY 60 ROYAL PALM PARK RD SEMINOLE ST 123 TENNESSEE WAY 60 GEORGIA LN ALTAMONT AV 556

56

FORMAL BID NO.:

TENNESSEE WAY 60 SEMINOLE ST GEORGIA LN 530 TENNESSEE WAY 60 ALTAMONT AV MONTGOMERY AV 343 TEXAS AVE 66 SHAW BLVD MADONNA DR 957 THOMAS AVE 50 EOP TICE ST 961 THOMAS RD 60 EOP OLD US 41 976 THREE OAKS PKWY CORKSCREW RD ESTERO TOWN COMMONS PL 915 THREE OAKS PKWY CORKSCREW RD CORKSCREW RD 71 THREE OAKS PKWY COLONIAL WALK S WILLIAMS RD 1,562 THREE OAKS PKWY LAUREL OAK DR LAUREL OAK DR 39 THREE OAKS PKWY ESTERO GARDENS BLVD SOUTH GOLDEN ELM DR 1,050 THREE OAKS PKWY LAUREL OAK DR QUENTE WAY 950 THREE OAKS PKWY ESTERO GARDENS BLVD SOUTH GOLDEN ELM DR 440 THREE OAKS PKWY CORKSCREW RD QUENTE WAY 953 THREE OAKS PKWY ROOKERY DR ESTERO GARDENS BLVD 867 THREE OAKS PKWY ESTERO TOWN COMMONS PL COLONIAL WALK S 913 THREE OAKS PKWY LAUREL OAK DR QUENTE WAY 59 THREE OAKS PKWY SOUTH GOLDEN ELM DR LAUREL OAK DR 823 THREE OAKS PKWY SOUTH GOLDEN ELM DR LAUREL OAK DR 66 THREE OAKS PKWY ESTERO PKWY ROOKERY DR 1,298 THREE OAKS PKWY ESTERO TOWN COMMONS PL COLONIAL WALK S 560 TICE ST 50 IONE AV MISSISSIPPI AV 112 TICE ST 60 TILLMANS DR DETAR LN 1,445 TICE ST 50 THOMAS AV CAROLINA AV 179 TICE ST 50 NUNA AV LYNNEDA AVE 334 TICE ST 50 TYRONE AV IONE AV 248 TICE ST I-75 LEXINGTON AV 992 TICE ST DETAR LN LEXINGTON AV 497 TICE ST 50 TYRONE AV NUNA AV 81 TICE ST ORTIZ AV TILLMANS DR 293 TICE ST 50 THOMAS AV MISSISSIPPI AV 200 TICE ST 50 FIGUERA AV ORTIZ AV 323 TICE ST 50 NEW YORK DR LYNNEDA AV 988 TICE ST 50 FIGUERA AV FIGUERA AV 96 TICE ST 50 CAROLINA AV FIGUERA AV 733 TICE ST ORTIZ AV TILLMANS DR 891 TORO LN 60 EOP ANDREA LN 199 TRADER ST EXCHANGE LN SIX MILE CYPRESS PKWY 310 TRAILWINDS DR 80 LEEDS RD S CLEVELAND AV 611 TRAILWINDS DR 80 BEACON BLVD LEEDS RD 876 TRAILWINDS DR 80 ELEUTHERA LN GRANADA CT 234 TRAILWINDS DR 80 DOMINICAN CT BEACON BLVD 550 TRAILWINDS DR 80 ELEUTHERA LN NEW PINELAKE DR 250 TRAILWINDS DR 80 NEW PINELAKE DR DOMINICAN CT 578 TREEHAVEN CIR 50 WOODDALE DR NEW PINELAKE DR 2,070 TREEHAVEN CIR 50 NEW PINELAKE DR WOODDALE DR 541 TRIPLE CROWN CT 60 TRIPLE CROWN CT END 194 TRIPLE CROWN CT 60 TRIPLE CROWN CT BRIARCLIFF RD 2,320 TUSCALOOSA ST 60 PROSPECT AV ARLINGTON AV 323 TUSCALOOSA ST 60 NEW YORK DR MONTGOMERY AV 350 TUSCALOOSA ST 60 ARLINGTON AV NEW YORK DR 354 TYRONE AVE 40 TICE ST PALM BEACH BLVD 761 UNDERWOOD DR 50 HORACE LN PALM BEACH BLVD 928

57

FORMAL BID NO.:

UNDERWOOD DR 50 EOP HORACE LN 942 UNITY AVE 50 BROADWAY UNITY ST 343 UNITY AVE 50 BROADWAY UNITY ST 560 UNITY ST UNITY ST END 184 UTAH AVE 66 SHAW BLVD CORAL DR 964 VERMONT AVE 66 SHAW BLVD MADONNA DR 953 VERNON DR 50 ARDEN ST BEACON BLVD 261 VERNON DR 50 ARDEN ST BRANDON ST 248 VERNON DR 50 BRANDON ST CORONET ST 251 VERNON DR 50 BARRY DR CORONET ST 246 VIA COCONUT POINT PELICAN COLONY BLVD PELICAN COLONY BLVD 175 VIA COCONUT POINT PELICAN COLONY BLVD VIA COCONUT POINT 55 VIA COCONUT POINT COCONUT RD COCONUT RD 73 VIA COCONUT POINT VIA SICILIA WAY VIA VILLAGIO 4,077 VIA COCONUT POINT VIA COCONUT POINT ROUNDABOUT 2,792 VIA COCONUT POINT VIA VILLAGIO ROUNDABOUT 630 VIA COCONUT POINT CORKSCREW RD VIA COCONUT POINT 792 VIA COCONUT POINT VIA COCONUT POINT PELICAN COLONY BLVD 116 VIA COCONUT POINT VIA UMBRA WAY VIA SICILIA WAY 736 VIA COCONUT POINT ALAMANDA DR COCONUT RD 952 VIA COCONUT POINT PELICAN COLONY BLVD PELICAN COLONY BLVD 116 VIA COCONUT POINT VIA COCONUT POINT VIA COCONUT POINT 763 VIA COCONUT POINT VIA MONTE CARLO WAY VIA UMBRA WAY 1,187 VIA COCONUT POINT COCONUT RD VIA COCONUT POINT 682 VIA COCONUT POINT PELICAN COLONY BLVD ALAMANDA DR 805 VIA COCONUT POINT VIA COCONUT POINT VIA MONTE CARLO WAY 656 VIRGINIA ST 60 ARLINGTON AV PROSPECT AV 208 VIRGINIA ST 60 ARLINGTON AV NEW YORK DR 337 VIRGINIA ST 60 MONTGOMERY AV NEW YORK DR 339 WAKEFIELD DR 50 BROOKSHIRE LAKE BLVD STERLING WAY 769 WAKEFIELD DR 50 ST IVES CT PLANTATION RD 177 WAKEFIELD DR 50 WHITBY WAY STERLING WAY 247 WAKEFIELD DR 50 ST IVES CT WHITBY WAY 253 WALTER ST WILMA AV BALTIMORE AV 41 WALTER ST 60 JOHNSON AV WILMA AV 408 WALTER ST 60 NEW YORK DR JOHNSON AV 378 WAVERLY AVE 40 TICE ST PALM BEACH BLVD 570 WHEATON CT 60 WHEATON CT END 168 WHEATON CT 60 HEIMAN AV WHEATON CT 448 WHITBY WAY 50 ST IVES CT WAKEFIELD DR 337 WILLIAMS DR 50 EOP BROADWAY 791 WILLIAMS RD S TAMIAMI TRL WILLIAMS RD 1,015 WILLIAMS RD ROUNDABOUT WILLIAMS RD 477 WILLIAMS RD ROUNDABOUT WILLIAMS RD 494 WILLIAMS RD BODE BLVD RIVER RANCH RD 286 WILLIAMS RD RIVER RANCH RD THREE OAKS PKWY 2,020 WILLIAMS RD BODE BLVD RIVER RANCH RD 1,115 WILLIAMS RD WILLIAMS RD BODE BLVD 1,163 WILLIAMS RD BODE BLVD RIVER RANCH RD 892 WILMA AVE 50 WALTER ST PALM BEACH BLVD 753 WINSFORD LN 50 RADCLIFFE DR BROOKSHIRE LAKE BLVD 1,220 WOOD AVE 50 PALM BEACH BLVD GLENWOOD AV 1,176

58

FORMAL BID NO.:

WOODDALE DR 50 TREEHAVEN CIR CRYSTAL DR 294 YOUNGQUIST RD 80 BROTHERS CT YOUNGQUIST RD 548 YOUNGQUIST RD YOUNGQUIST RD CHIEF CT 154 YOUNGQUIST RD 80 OLD US 41 BROTHERS CT 1,143 YOUNGQUIST RD S TAMIAMI TRL OLD US 41 110 YOUNGQUIST RD CHIEF CT YOUNGQUIST RD 43

Feet 667,935

Miles 126.5

59

FORMAL BID NO.:

ATTACHMENT #E

Fax To: 533-9445

Contractor: Today’s Date:

Date STREET FROM TO Planned Completed Mowing NAME STREET STREET Mowing Mowing Complete This Week Last Week This Cycle

60