Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Res No 132-12-13689
RESOLUTION NO.: 132-12-13689 A Resolution authorizing the City Manager to enter into a 3 -year agreement and one, two -year option for a total of five consecutive years, with SFM Services, Inc. for Landscaping Services for public right -of -way areas within the City. WHEREAS, the City requires Landscaping services of public right -of -way areas within the City; and WHEREAS, the City accepted sealed proposals for Citywide Landscaping Services in response to a Request for Proposal and a subsequent Invitation to Quote; and WHEREAS, SFM Services,, Inc., provided the lowest price and responsive and responsible proposal for Landscaping Services for public right -of -way areas within the City; and WHEREAS, SFM Services, Inc. offered the City a proposal that requires the City to pay SFM Services, Inc. a fee of $136,420 over the 3 -year agreement and, a total of $158,990 including the 2 -year option for a total of five consecutive years. NOW, THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA: Section 1. The City Manager is authorized to enter into a 3 -year agreement and one, two -year option for a total of five consecutive years, with SFM Services Inc. for Landscaping Services for public right -of way areas within the City for a total cost of $136,420 over 3 -years and a total of $158,990 including the 2 -year option for a total of five consecutive years. Section 2. Severability. If any section, clause, sentence, or phrase of this resolution is for any reason held invalid or unconstitutional by a court of competent jurisdiction, this holding shall not affect the validity of the remaining portions of this resolution. Section 3. Effective Date: This resolution shall take effect immediately upon enactment. PASSED AND ENACTED thisl 2 thday of June 2012, A EST: CITY CLERK READ AND APP.R LANGUAG CDFid n AS TO FO LITY AND EREOF RNEY APPROVED: MAYS COMMISSION VOTE: 4 -0 Mayor Stoddard: Absent Vice Mayor Liebman: Yea Commissioner Harris: Yea Commissioner Newman: Yea Commissioner Welsh: Yea C:\ Users \mmenende \AppData \Local \Microsoft \Windows \Temporary Internet Files \Content.Outlook \TZ48RTT2 \CA Approved 6 4 12 No Nos Resolution Landscaping 5 31 12.doc CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER- OFFICE MEMORANDUM To: The Honorable Mayor & Members of the City Commission From: Hector Mirabile, PhD, City Manager Date. June I, 2012 Agenda Item No.: South Miami All- AmedcaCHV I I I I 'Mr 2001 SUBJECT: A Resolution authorizing the City Manager to enter into a 3 -year agreement and one, two -year option for a total of five consecutive years, with SFM Services, Inc. for Landscaping Services for public right - of -way areas within the City. BACKGROUND: A solicitation was advertised for Landscaping services for public right -of -way areas within the City. A mandatory pre -bid meeting was held on March 30, 2012; fifteen (15) companies attended. Bids were due on April 6, 2012; ten (.10) proposals were received. After the bids were received, it. was noted that a required service regarding the mulching of those areas identified in the solicitation was omitted from the scope of services. In an effort to salvage the solicitation, quotes were requested from the ten companies that had responded to the initial solicitation. As a condition of submission, the companies were advised in the Invitation to Quote that a "no -bid" for mulching would result in their entire proposal to be rejected. Public Works advised it would be cost prohibitive for internal staff to perform mulching services; it should be noted that the incumbent vendor currently performs mulching services. The bid summary is enclosed which includes the quotes from the initial solicitation and the mulching services quotations. Four companies responded to the Invitation to Quote: Vendor Landscaping Proposal Mulching 5 -year Total SFM Services $136,420 $22,570 $158,990 Mesis Landscaping $142,248 $249375 $166,623 (Incumbent) Superior $232,199 $41,800 $2739999 Mitchells $294,1 17 $24,750 $318,867 The low bidder is SFM Services, Inc., with a five (5) year total of $158,990. 4�, t Id Pre -Bid Conference Sign4n Sheet Date: March 30, 2012 RFP Title: Citywide Landscaping RFP No.: Please Print Clearly N/A X: \Purchasing \Request for Proposals & Qualification (RFPs) \Landscaping RFP\2012 \Pre Bid Meeting \Citywide Landscaping Pre -Bid Meeting Sign -1n Sheet 3.30.12.doc 0 2 Name/Title Co Telephone 1 1 7 \ `l_ %CCI�C: tt ��i / ^1 /,, )'t�(�•/J•.tr11%�E� ? (A '.ri'laJ .(T/, ` t71 -1 E l! -'.,. �J" ��•+T• "'�J 'uairluin (std - l(t•ew (�3o.S�- 6� <(- cc�•7i7 3 L.t,( v3a<-ztrz. vv OV S aj,- v cow 4 ` v(&O� Ravt�Qr,� LOSTY Jen..1i"Qs lLnlIGt -tr vkvpcitki MC.l=mr Sa'v I tic 5 r\A MZ. 70 3760 F � k�,m s (3� be Mc oi-► -) . K) e 1- N ted ov' 40((y /,a o. �;3 I3. 1 ` link Y(la�r�%� 'V 7 1 C) Wsyrz.P� CkA� S" vtAc4 �vr s c" `78Ca -ara -_ Os sr acuuo s - asq.s5 0<, u CI5 (5 L) 5, 9 �f �� � �� �os� - yo.s� _ o2 d 7r y ?u A3 - c wo�(!S PU t7 w09,t�S 1>< X: \Purchasing \Request for Proposals & Qualification (RFPs) \Landscaping RFP\2012 \Pre Bid Meeting \Citywide Landscaping Pre -Bid Meeting Sign -1n Sheet 3.30.12.doc 0 2 i Pre -Bid Conference Sign -1n Sheet Date: March 30, 2012 RFP Title: RFP No.: Landscapi N/A Please Print Clearly Name/Title Company Name/ E�mail Address Telephone tF77e AE PSI;21 "A vh /f�� CT %'•v�`��i3/►l�i c3b`r �yG v tlFYi� e�� ��TIMri- 77.uG, VjaT•',� zv Louis PP.ReZ, 3 ORERMki3NS MfPNPArR coundkee lPc.r ZC� g pers • nit 4 01,w v e- v►�j}i+.i wfikwr+f RAC DOIAO rlopi >A FVW c�YJ t %a -r1dSc gof'fi• s �= s7iraJ4r[ 'j6 3vs �f'�e �i oo . �-� 6'vs quo IfAVps Lvl4es - S fn-ss LO4 J5 -e .. di.p "e ilk Or5 9) L ake S .S, no'sx S,'. 45imt6dAt4#4 U%&OAULO 6i;A ns. X05 -gt$ -�• v� Gt.16A+##%d14 4D S;4AC&9N%CJA5.caM AIN04MOF vAbq N&Iw6 a v�7��✓ ('oRT�/i. rl f Top T. Jr 1L (usl S .305 255 y653 8 T)P -re POTPTOPdzwl'INc.COM 9 10 11 XAPurchasing \Request for Proposals & Qualification (RFPs) \Landscaping RFP\2012 \Pre Bid Meeti.ngTitywide Landscaping Pre -Bid Meeting Sign-In Sheet 3.30.12.doc `t, ��icc7Rr.«ranrer� ° � BID OPENING REPORT Bids were opened CRODON, INC hri o t oni i s ;1 one Friday, April 6, 2012 after: 10:00am For: Citywide 2. ELAN LAWN & LANSCAPA SERVICES, INC Landscaping CONTRACTORS: BID AMOUNTS: WEARS 2YEARS L CRODON, INC hri o t oni i s ;1 a 6t4 tc/6 2. ELAN LAWN & LANSCAPA SERVICES, INC g 3 9 i4e, 0'S 8 3. FLORIDA'TURF & LANSCAPE q3 0 ,sp 41 1,g I ae 4. GROUNDKEEPERS, INC I )t 2,b 5. MESIS LANDSCAPING SERVICES, INC 11% 'q 5-? 6, MITCHELL'S LAWN MAINTENANCE CORP. /2'7 T SFM SERVICES, INC. A So aW 8. SUPERIOR LANDSCAPING & LAWN SERVICE, INC A '(3? w5 it 9. TIP TOP ENTERPRISES, INC. it c?4p t A 376 .y/ It 19 S (. 3 • a;L 10. YN O LANDSCAPING & LAWN SERVICES, INC It/50 /5735 Is b q 1 ( 90 THE ABOVE BID AMOUNTS HAVE NOT BEEN CHECKED. THE BID TOTALS ARE SUBJECT TO CORRECTION AFTER THE BIDS HAVE BEEN COMPLETELY REVIEWED. City Clerk's VitttessI f 0 \ .d.:I1:L•. t:xBH I� k .: Bids were opened on: Tuesday May 8 2012 after: 10:00am For: RFP - CITYWIDE LANDSCAPING "MULCHING" COMPANIES THAT SUBMITTED PROPOSALS: 1 � 2. MESIS LANDSCAPE SERVICES INC' s,! �T S MITCHELL'S LAWN MAINTENANCE CORP. _/ �d s" 3. SFM SERVICES, INC. _ _._ 1. 3� S Sr i 9" 4 SUPERIOR LANDSCAPING & LAWN SERVICE, INC. �S D�b.7�,l THE A13OVE 13105 HAVE INUI IMbIN i.11MAILM THE BIDS ARE SUBJECT TO CORRECTION AFTER THE BIDS HAVE BEEN COMPLETELY REVIEWED. City Clerk's Sign t Gwwi iiucss: Witness: _ r, .° CITY OF SOUTH MIAMI SOU1hMiami PUBLIC WORKS AND CENTRAL SERVICES w ! ' INVITATION TO QUOTE ) C ��. •H � ANNUAL PROPOSAL OVER A 3 -YEAR TERM; PLUS A 2 -YEAR EXTENSION SUBMiTTEDTO: City Clerk PROJECT: (Mulching): Citywide Landscaping NAME: Maria M. Menendez, CMC ADDRESS: 6130 Sunset Drive ADDRESS: 6130 Sunset Drive CITY /STATE: Miami, Florida 33143 CITY /STATE: Miami, Florida 33143 DATE: Monday, April, 30, 2012 PHONE: 305- 663 -6339, Central Services E -MAIL: skutickl%i`Sauthmi»mi11.gov MANDATORY PRE -QUOTE MEETINGi N/A DUE DATE: Tuesday, May 8, 2012 at 10AM QUOTE SUBMISSION REQUIREMENTS: Mulching proposal will added to your previous proposal for the Cltywlde Landscaping RFP, closed on April 6, 2012 Firms not responding to this Invitation to Quote will your render your entire Citywide Landscaping proposal as non - responsive All bidders must attend Mandatory Pre -Quote Meeting (if Applicable) to submit a quote. Quotes submitted after 10:00am on the due date will not be accepted unless otherwise specified in the quote docilment of a time change. All quotes will be submitted to the City Clefks Office in a sealed envelope. The label on the envelope needs to read as follows. City of South Miami Maria M. Menendez, CMC 6130 Sunset Drive South Miami, FI.33143 Project Name: Must input project name. if label does not have all information above your quote will not be accepted. SCOPE OF WORK DESCRIPTION (TO BE COMPLETED BY CITY): The following locations require mulching once per year in the month of October: Bird Road from 57 AVE to 65 Avenue — sixty cubic yards (60 CY) of Red Mulch 11 Traffic Circles throughout the City of South Miaami— twenty cubic yards (20 CY) of Cypress Mulch — sixty cubic DESCRIPTION OF WORK TO BE PERFORMED BY CONTRACTOR (Annual Proposal over a 3 -Year Term; Plus a 2 -Year Extension): Mulching proposal will be added to your previous proposal for the Citywide Landscaping RFP, closed on April 6, 2012 NOTES: Mulching proposal will be added to your previou's proposal for the Citywide Landscaping RFP; closed on April 60 2b12 Firms not responding to this Invitation to Quote will your Fender your entire Citywide Landscaping proposal as non - responsive Contractorshali be com iel Contractor shall furnish all materials and uipment necessary to secure completion of the work. Contractor may choose to submit a quote i company letterhead but must be attached with this form. Deadline to submit is Tuesday, ^20 at 10:00 AM. Signature: - PrintlTypo Name: E -mail: V i U f is rJ C� ME31 S y 5 Firm Name: 4�5i5 ,c- FAA/b6e�APFs' 6 "oea5 iJL Address: / g9s0 so 1433 A0e ' Title: ►'2 E-6.1'0 e W r _ Phone: 7$fe- .2 /O�"6 -aSq-SSop Fax: .3 dam- a7$0 -,50 j0 F.E.I.N. No.: l6 /.9 ell City: &I / RM 1 State: ,J S) 7 7 THE EXECUTION OF THIS FOAM CONSTITUTES THE UNEQUIVOCAL OFFER OF PROPOSER TO BE BOUND BY THE TERMS OF ITS PROPOSAL. FAILURE TO SIGN THIS SOUCn'ATION WHERE INDICATED ABOVE BY AN AUTHORIZED REPRESENTATIVE SHALL RENDER THE PROPOSAL NON - RESPONSIVE. THE CITY MAY, HOWEVER; IN ITS SOLE DISCRETION, ACCEPT ANY PROPOSAL THAT INCLUDES AN EXECUTED DOCUMENT WHICH UNEQUIVOCALLY BINDS THE PROPOSER TO THE TERMS OF ITS OFFER, THE CITY'S REQUEST FOR QUOTES IS FOR THE LOWEST AND MOST RESPONSIVE PRICE. THE CM RESERVES THE RIGHT TOAWARD THE PROJECT TO THE FIRM CONSIDERED THE BEST TO SERVE THE CITY's INTEREST. Item Description Amount Mulching Requirements peF the Scope of Work listed above . a0 ANNUAL TOTAL OVER A3 -YEAR TERM: &25000 ANNUAL TOTAL OVER A 2 -YEAR EXTENSION: t? 762 NOTES: Mulching proposal will be added to your previou's proposal for the Citywide Landscaping RFP; closed on April 60 2b12 Firms not responding to this Invitation to Quote will your Fender your entire Citywide Landscaping proposal as non - responsive Contractorshali be com iel Contractor shall furnish all materials and uipment necessary to secure completion of the work. Contractor may choose to submit a quote i company letterhead but must be attached with this form. Deadline to submit is Tuesday, ^20 at 10:00 AM. Signature: - PrintlTypo Name: E -mail: V i U f is rJ C� ME31 S y 5 Firm Name: 4�5i5 ,c- FAA/b6e�APFs' 6 "oea5 iJL Address: / g9s0 so 1433 A0e ' Title: ►'2 E-6.1'0 e W r _ Phone: 7$fe- .2 /O�"6 -aSq-SSop Fax: .3 dam- a7$0 -,50 j0 F.E.I.N. No.: l6 /.9 ell City: &I / RM 1 State: ,J S) 7 7 THE EXECUTION OF THIS FOAM CONSTITUTES THE UNEQUIVOCAL OFFER OF PROPOSER TO BE BOUND BY THE TERMS OF ITS PROPOSAL. FAILURE TO SIGN THIS SOUCn'ATION WHERE INDICATED ABOVE BY AN AUTHORIZED REPRESENTATIVE SHALL RENDER THE PROPOSAL NON - RESPONSIVE. THE CITY MAY, HOWEVER; IN ITS SOLE DISCRETION, ACCEPT ANY PROPOSAL THAT INCLUDES AN EXECUTED DOCUMENT WHICH UNEQUIVOCALLY BINDS THE PROPOSER TO THE TERMS OF ITS OFFER, THE CITY'S REQUEST FOR QUOTES IS FOR THE LOWEST AND MOST RESPONSIVE PRICE. THE CM RESERVES THE RIGHT TOAWARD THE PROJECT TO THE FIRM CONSIDERED THE BEST TO SERVE THE CITY's INTEREST. CITY OF SOUTH MIAMI PUBLIC WORKS AND CENTRAL SERVICES `` INVITATION TO QUOTE ANNUAL PROPOSAL OVER A 3•YEAR TERM; PLUS A 2 -YEAR EXTENSION SUBMITTED TO: City Clerk PROJECT: NAME: Maria M. Menendez, CIVIC ADDRESS: ADDRESS: 6130 Sunset Drive CITY /STATE: CITY /STATE: Miami, Florida 33143 DATE: PHONE: 305- 663 -6339, Central Services E -MAIL: MANDATORY PRE -QUOTE MEETING: N /A: DUE DATE: (Mulching): Citywide Landscaping 6130 Sunset Drive Miami, Florida 33143 Monday, April, 30, 2012 skullck n Soufhntiamifl.ROv Tuesday, May 8, 2012 at 10 AM QUOTE SUBMISSION REQUIREMENTS: Mulching proposal will added to your previous proposal for the Citywide Landscaping RFP, closed on April 6, 2012 Firms not responding to this Invitation to Quote will your render your entire Citywide Landscaping proposal as non - responsive All bidders must attend Mandatory Pre -Quote Meeting (If Applicable) to submit a quote. Quotes submitted after 10:00am on the due date will not be accepted unless otherwise specified in the quote document of a time change. All quotes will be submitted to the City Clerks Office in a sealed envelope. The label on the envelope needs to read as follows. City of South Miami Maria M. Menendez, CMC 6130 Sunset Drive South Miami, Fl, 33143 Project Name: Must input project name. if label does not have all information above your quote will not be accepted. SCOPE OF WORK DESCRIPTION (TO BE COMPLETED BY CITY): Bird Road from 57 AVE to.65 Avenue —sixty cubic yards 60 CY of Red Mulch 1,�; ' ,bJ 11 Traffic Circles throughout the City of South Mlami — twenty Cubic ards (20 CY ) of C ress Mulch e 57 "' Avenue from US 1 to Sunset Drive — sixty cubic yards 60 CV of Red Mulch Sunset Drive from US 1 to 69 Avenue — twelve cubic yards (12 CY ) of Red Mulch Es Sunset Drive from US 1 from 8011i Street to 57 °' Avenue — sixty cublc yards GO nF Red F c h 64'" Street fnm 59R' Avenuo to 001" Avenue — eight cubic yards (0 CY)_of Red Mulch DESCRIPTION OF WORK TO BE PERFORMED BY CONTRACTOR (Annual Proposal over a 3 -Year Term; Plus a 2 -Year Extension): Mulching proposal will be added to your previous proposal for the Citywide Landscaping RFP, closed on April 6, 2012 THUS OT. -; IAN ORDER `I 0 Mulching proposal will be added to your previous proposal for the Citywide Landscaping RFP, closed on April 6, 2012 Firms not responding to this invitation to Quote will your render your entire Citywide Landscaping proposal as non- respansive Cbntractor shall be compensated according to the quote submitted. Contractor shall furnish all materials and equipment necessary to secure completion of the work. Contractor may choose to submit a quote on company letterhead but must be attached with this form. Deadline to submit is Tuesday, May 8, 2012 at 19A AM. .: ii�'f� +►mil /"tS+.� Title: � "d e n, i 0 611 ;► • U" ry • �� �_ EL .�NsNo.: a. S City: ` 4 1 c'A m ! State: PL 3,911 THE EXECUTION OF THIS FORM CONSTITUTES THE UNEQUIVOCAL OFFER OF PROPOSER TO BE BOUND BY THE TERMS OF ITS PROPOSAL FAILURE TO SIGN THIS SOLICITATION WHERE INDICATED ABOVE BY AN AUTHORIZED REPRESENTATIVE SHALL RENDER THE PROPOSAL NON- RESPONSIVE. THE CITY MAY, HOWEVER, IN ITS SOLE DISCRETION, ACCEPT ANY PROPOSAL THAT INCLUDES AN EXECUTED DOCUMENT WHICH UNEQUIVOCALLY BINDS THE PROPOSERTO THE TERMS OF ITS OFFER, THE CITY'S REQUEST FOR QUOTES 15 FOR THE LOWEST AND MOST RESPONSIVE PRICE. THE CITY RESERVES THE RIGHTTO AWARD THE PROJECT TO THE FIRM CONSIDERED THE BEST TO SERVE THE CITY'S INTEREST. Item Description Amount Mulching Requirements per the Scope of Work listed above ANNUAL TOTAL OVER A 3 -YEAR TER Aft 1f5eft ANNUAL TOTAL OVER A2 -YEAR EXTENSION. , Mulching proposal will be added to your previous proposal for the Citywide Landscaping RFP, closed on April 6, 2012 Firms not responding to this invitation to Quote will your render your entire Citywide Landscaping proposal as non- respansive Cbntractor shall be compensated according to the quote submitted. Contractor shall furnish all materials and equipment necessary to secure completion of the work. Contractor may choose to submit a quote on company letterhead but must be attached with this form. Deadline to submit is Tuesday, May 8, 2012 at 19A AM. .: ii�'f� +►mil /"tS+.� Title: � "d e n, i 0 611 ;► • U" ry • �� �_ EL .�NsNo.: a. S City: ` 4 1 c'A m ! State: PL 3,911 THE EXECUTION OF THIS FORM CONSTITUTES THE UNEQUIVOCAL OFFER OF PROPOSER TO BE BOUND BY THE TERMS OF ITS PROPOSAL FAILURE TO SIGN THIS SOLICITATION WHERE INDICATED ABOVE BY AN AUTHORIZED REPRESENTATIVE SHALL RENDER THE PROPOSAL NON- RESPONSIVE. THE CITY MAY, HOWEVER, IN ITS SOLE DISCRETION, ACCEPT ANY PROPOSAL THAT INCLUDES AN EXECUTED DOCUMENT WHICH UNEQUIVOCALLY BINDS THE PROPOSERTO THE TERMS OF ITS OFFER, THE CITY'S REQUEST FOR QUOTES 15 FOR THE LOWEST AND MOST RESPONSIVE PRICE. THE CITY RESERVES THE RIGHTTO AWARD THE PROJECT TO THE FIRM CONSIDERED THE BEST TO SERVE THE CITY'S INTEREST. of r, CITY OF SOUTH MIAMI PUBLIC WORKS AND CENTRAL SERVICES INVITATION TO QUOTE w °P ANNUAL PROPOSAL OVER 3 -YEAR TERM; PLUS A 2 -YEAR EXTENSION SUBMITTED TO: City Clerk PROJECT: (Mulching): Citywide landscaping NAME: Maria M. Menendez, CIVIC ADDRESS: 6130 Sunset Drive ADDRESS: 6130 Sunset Drive CITY /STATE: Miami, Florida 33143 CITY /STATE: Miami, Florida 33143 DATE: Monday, April, 30, 2012 PHONE: 305- 663 -6339, Central Services E -MAIL: skulloa MANDATORY PRE -QUOTE MEETING: „ =j /A , , " "' DUE DATE:�fiRaY� FY`AFt4T:s(3tNt QUOTE SUBMISSION REQUIREMENTS: Mulching proposal will added to your previous proposal for the atywide Landscaping RFP, closed on April 6, 2012 Firms not responding to this invitation to Quotemill your render your eritIm Citywide Landscaping prdpossl as non responslvc__ All bidders must attend Mandatory Pre -Quote Meeting (lf Applicable) to submit a quote. Quotes submittE after 10:00am on the due date will not be accepted unless otherwise specified in the quote document of a time change. All quotes will be submitted to the City Clerks Office in a sealed envelope. The label on the envelope needs to read as follows. City of south Miami Maria M. Menendez, CMC 6130 Sunset Drive South Miami, Fl. 33143 Project Name: Must input project name. If label does not have all information above your quote will not be accepted. SCOPE OF WORK DESCRIPTION (TO BE COMPLETED BY CITY): The following locations require mulching once per year In the month of October: DESCRIPTION OF WORK TO BE PERFORMED BY CONTRACTOR Annual Pr ' osal over 3- YearTem Plus a 2 -Year Extension : Multhi I WIN be added to Your roposal for the CKVWWO Landscaping RFP closed on rti 6 2012 Ftrins not mpanding to this Invitation WQuote will render ur entire tanasea u non.ft sponwm Contractor shall be compensated according to the quote submitted. - Contractor shall furnish all materials and equipment necessary to secure completion of the work. Contractor may choose to submit a quote on company letterhead but must be attached with this form. Deadline to submit Is Tuesday. Mav 8.2012 at 10:00 AM. Signature: Print/Type Name: E-mail: Finn Name: Address: V P tr�1n &c '4' L. • 33o b �Q6 otr Title: e O r i Ce411C Phone: N"' Fax: F.E.I.N. No.: city: State: THE EXECUTION OF THIS FORM CONSTTrUTES THE UNEQUIVOCAL OFFER OF PROPOSER To BE BOUND BY THE TERMS OF ITS PROPOSAL FAILURE TO SIGN THIS SOLICITATION WHERE INDICATED ABOVE BY AN AUTHORIZED REPRESENTATIVE SHALL RENDERTHE PROPOSAL NON- RESPONSIVE. THE QTY MAY, HOWEVER, IN ITS SOLE DISCRETION, ACCEPTANY PROPOSALTHAT INCLUDES AN MCUTED DOCUMENT WHICH UNEQUIVOCALLY BINDS THE PROPOSER TO THE TERMS OF ITS OFFER. THE CITY'S REQUEST FOR QUOTES IS FOR THE LOWEST AND MOST RESPONSIVE PRICE. THE OTY RESERVES THE RIGHT TO AWARD THE PROJECT TO THE FIRM CONSIDERED THE BEST TO SERVE THE CITY'S INTEREST. ['f l Shy Ce A7 Item Description Amount Mulching Requirements per the Scope of Work listed above ANNUAL TOTAL OVER A 3-YEAR TERM: ANNUALTOTAL OVER A 2•YEAR EXTENSION: Ftrins not mpanding to this Invitation WQuote will render ur entire tanasea u non.ft sponwm Contractor shall be compensated according to the quote submitted. - Contractor shall furnish all materials and equipment necessary to secure completion of the work. Contractor may choose to submit a quote on company letterhead but must be attached with this form. Deadline to submit Is Tuesday. Mav 8.2012 at 10:00 AM. Signature: Print/Type Name: E-mail: Finn Name: Address: V P tr�1n &c '4' L. • 33o b �Q6 otr Title: e O r i Ce411C Phone: N"' Fax: F.E.I.N. No.: city: State: THE EXECUTION OF THIS FORM CONSTTrUTES THE UNEQUIVOCAL OFFER OF PROPOSER To BE BOUND BY THE TERMS OF ITS PROPOSAL FAILURE TO SIGN THIS SOLICITATION WHERE INDICATED ABOVE BY AN AUTHORIZED REPRESENTATIVE SHALL RENDERTHE PROPOSAL NON- RESPONSIVE. THE QTY MAY, HOWEVER, IN ITS SOLE DISCRETION, ACCEPTANY PROPOSALTHAT INCLUDES AN MCUTED DOCUMENT WHICH UNEQUIVOCALLY BINDS THE PROPOSER TO THE TERMS OF ITS OFFER. THE CITY'S REQUEST FOR QUOTES IS FOR THE LOWEST AND MOST RESPONSIVE PRICE. THE OTY RESERVES THE RIGHT TO AWARD THE PROJECT TO THE FIRM CONSIDERED THE BEST TO SERVE THE CITY'S INTEREST. ['f l Shy Ce A7 401 =: PAP J F � •�'t+.I.ali�ya SUBMITTED TO: NAME: ADDRESS: CITY OF SOUTH MIAMI PUBLIC WORKS AND CENTRAL SERVICES INVITATION TO QUOTE ANNUAL PROPOSAL OVER A 3 -YEAR TERM; PLUS A 2 -YEAR EXTENSION City Clerk Maria M. Menendez, CIVIC 6130 Sunset Drive CITY /STATE: Miami, Florida 33143 _ PHONE: 305. 663.6339, Central Services MANDATORY PRE -QUOTE MEETING: Sutdh ht;and Wrr tool PROJECT: (Mulching): Citywide Landscaping ADDRESS: 6130 Sunset Drive CITY /STATE: Miami, Florida 33143 DATE: Monday, April, 30, 2012 E -MAIL: skulick southmiamifl.eov DUE DATE: (Tuesday; May 8, 201..2 at 10 AM QUOTE SUBMISSION REQUIREMENTS: Mulching proposal will added to your previous proposal for the Citywide Landscaping RFP, closed on April 6, 2012 Firms not responding to this invitation to Quote will your render your entire Citywide Landscaping proposal as non - responsive All bidders must attend Mandatory Pre -Quote Meeting (if Applicable) to submit a quote. Quotes submitted after 10:00am on the due date will not be accepted unless otherwise specified in the quote document of a time change. All quotes will be submitted to the City Clerks Office in a sealed envelope. The label on the envelope needs to read as follows. City of South Miami Maria M. Menendez, CIVIC 6130 Sunset Drive South Miami, Ff.33143 Project Name: Must input project name. If label does not have all Information above your quote will not be accepted, SCOPE OF WORK DESCRIPTION (TO BE COMPLETED BY CITY): The following locations require mulching once per year In the month of October: Bird Road from 57 AVE to 65 Avenue - sixty cubic Yards (60 CY) of Red Mulch T t Traffic Circles throughout the City of South Miami - twonly cubic yards (20 CY) of Cypress Mulch 57 "'Avenue from US 1 to Sunset Drive - six� cubic yards (60 CY) of Red Mulch DESCRIPTION OF WORK TO BE PERFORMED BY CONTRACTOR (Annual proposal over a 3 -Year Term; Plus a 2•Year Extension): [Mulching proposal will be added to your previous proposal for the Citywide Landscaping RFP, closed on April 6, 2012 Mulching proposal will be added to your previous proposal for the Citywide Landscaping RFP, closed on April 60 2012 Firms not responding to this invitation to Quote will your render your entire Citywide Landscaping proposal as non - responsive Contractor shall be compensated according to the quote submitted, Contractor shall furnish all materials and eq`kmen ne s r to secure completion of the work. Contractor may choose to sublpit a quote c com an ie stile . but must be attached with this form. Deadline to submit is Tuesda , May S. 20f 2 at 1 :0 Signature: d / -/ " / / I Printrrype Name: —(�— k��/x —ry E -mail: At ,'trsa, It u 0 SI, DevZa.1- A Firm Name: Item Description f�%4+ , IL L Amount 2 2-cp e? 0W Mulching Requirements per the Scope of Work listed above mkMc - pQ Q`r?,�.a ANNUAL TOTAL OVER A 3 -YEAR TERM• ZS DL31S ANNUAL TOTAL OVER A 2 -YEAR EXTENSION Ib 772 C) Mulching proposal will be added to your previous proposal for the Citywide Landscaping RFP, closed on April 60 2012 Firms not responding to this invitation to Quote will your render your entire Citywide Landscaping proposal as non - responsive Contractor shall be compensated according to the quote submitted, Contractor shall furnish all materials and eq`kmen ne s r to secure completion of the work. Contractor may choose to sublpit a quote c com an ie stile . but must be attached with this form. Deadline to submit is Tuesda , May S. 20f 2 at 1 :0 Signature: d / -/ " / / I Printrrype Name: —(�— k��/x —ry E -mail: At ,'trsa, It u 0 SI, DevZa.1- A Firm Name: S+a , e. �S f�%4+ , IL L Address: 2 2-cp e? 0W 23 mkMc - Title: iJrCS��Gu.i Phone: Fax: F,E,I.N. No.: City: N`C44 . State: FL� THE EXECUTION OF THIS FORM CONSTITUTES THE UNEQUIVOCAL OFFER OF PROPOSER TO BE BOUND BY THE TERMS OF ITS PROPOSAL FAILURE TO SIGN THIS SOLICITATION WHERE INDICATED ABOVE BY AN AUTHORIZED REPRESENTATIVE SHALL RENDER THE PROPOSAL NON- RESPONSIVE. THE CITY MAY, HOWEVER, IN ITS SOLE DISCRETION, ACCEPT ANY PROPOSAL THAT INCLUDES AN EXECUTED DOCUMENT WHICH UNEQUIVOCALLY BINDS THE PROPOSER TO THE TERMS OF ITS OFFER. THE CITY'S REQUEST FOR QUOTES IS FOR THE LOWEST AND MOST RESPONSIVE PRICE., THE CITY RESERVES THE RIGHT TO AWARD THE PROJECT TO THE FIRM CONSIDERED THE BEST TO SERVE THE CITY'S INTEREST. r C ; r1 N 4. d' 00 bb } •p„ C 001 N 001 to Ln u to to m co 5 Vim) w N ti gym, V 10— A C s tR 4#q). vMi —' m b u C Rct N 00 W N lD u 75 M } M N Will N 06 1 tlf V) OA C U to W m 00 m N m m m m ILO tOA 3 i' u Z O1 'M Z to Z M Z Z Z 0� In N CL u 00 n N "I tD 0) _ CD W J lillkl L In tND O 000, M co OCT rill T-4 N rq V? VF Vr V) Y e-1 N M a Ln tD N 00 Z O1 C 0 O ` O m M T .. m to V Z N n H O O d M CD iD to rl ri N O V' O N M VN" ID fn W (n 001 O ton (� '; -:,•M ei r1 ei N N N N N 4A V). V)• Vt• Vf V► Vt• V). V) 46 LL m . 's0 00 O O N co 1° v v oMo a )n co Im to oo to Ln � }..;C O N 00 N N . .: ko O rOi rNi aN -t e•1 a-1 0 Z ma i 'm M O d' O in N O to tD W �. ... M 0 N M co M N t -I M t D D o a n N w O1 m U tD oo m o m i m ° n tD 3 Vf +A Vt tI> ry. 1-4 v . vNr m V ao ar c a e w N u_ u c .0 m Q Q to O •S C lA C O •12 .. u It •L m W C C @ m 3 C �" N L to to W 3 ul 1 c 'Y L% J lI) V) N u c 3 m 10 w. c V) 2 C7 J V) In ti 3 > I U !- 77 7 in Thursday, April 05, 2012 City of South Miami 6130 Sunset Drive South Miami, Fl. 33143 To whom it may concern: Letter of Intent SFM Services, Inc. appreciates the opportunity to bid the Citywide Landscaping RFP for the City of South Miami. This letter of intent affirms our qualifications and commitment to service the City of South Miami and to meet and exceed all your requirements. SFM has 25 years of experience in the landscape industry. SFM's president Jose Infante and vice president Christian Infante are both ISA (International Society of Arboriculture) Certified Arborists. Jose Infante is also a licensed commercial pesticide applicator and a FNGLA Certified Landscape Maintenance Technician. (See attached certificates) SFM has been performing the same services requested in this RFP since 1987 to a mixed client base composed of major public facilities, government entities and commercial properties. Currently we provide complete landscape services to the following entities: • City of Coral Gables • City of Miami Beach • City of Homestead • City of Sunny Isles • City of Miramar • City of Doral SFM has extensive experience maintaining major cities and public facilities throughout South Florida. The SFM team uses the horticultural best management practices possible. Upper management always encourages all levels of workers to attend horticultural seminars. SFM is headquartered in Miami -Dade County and also owns a 42 -acre tree farm in the City of Homestead. SFM currently has approximately 450 employees. Many of them receive continued education through their involvement in the following leading industry associations: ➢ Florida Nursery, Growers & Landscape Association ( FNGLA) ➢ International Society of Arboriculture (ISA) American Public Works Association (APWA) City of South Miami 411§F 1 Sg1Y1CC5, IHC. j; A American Traffic Safety Services Association (ATSSA) ".'% ' AHDtA1D (APEASSOCIAT101 Leading Florida's Green Industry We enforce a drug free policy and all employees are bonded and go through a criminal background check. We are a local certified minority owned company with offices in Miami" Dade County. Our price submitted is composed of all the specifications listed in the scope of service that include: • Athletic fields maintenance • ROW maintenance • Tree trimming • Litter control • Irrigation maintenance • Misc. services listed SFM is confident that we are the right choice for the City of South Miami to serve your landscape needs. If you have any questions regarding this proposal, please do not hesitate to contact me directly at 305.818.2424 ext. 17. Respectfully Submitted, Christian Infante Vice President City of South Miami 41ISFM scevlt<s; rxt. PRO POSALSUBMITTAL •R Citywide `T, "f:f�v +�..�2�Y/tlTM.{!�f�YSn. �{rPYJ..a H' N. W. �^^. ti ^.�— rE•%�•r;;..y� {R' "��+�1!'JT. �`a'�9�.. NL A'4 ^. �Y�!lMV.CY.�ah"�.Y�:�'. J�'✓<.`^�i^'�) �•1R•ai -lam' :!f�'+t^!�SCff: ':.�+n +�tt.:•��I Landscaping This checklist indicates the forms and documents required to be submitted for this Request for Proposal (RFP) to be presented by the deadline set for within the RFP. Please check off and submit documents in' the order listed below. Fulfillment of all proposal requirements listed is mandatory for consideration of proposals, The proposal shall include the following items: ✓ Bidder Qualification Statement V Non- Collusion Affidavit Public Entity Crimes and Conflicts of Interest Drug Free Workplace Acknowledgement of Conformance with OSHA Standards List of Proposed Subcontractors and Principal Suppliers v Indemnification and Insurance Documents Cost Proposal, (Pricing Sheets) Submit this checklist along with your proposal indicating the completion and submission of each required forms and /or documents. 30 REFER TO "TECHNICAL SPECIFICATIONS" FOR DETAILS AND REQUIREMENTS FOR EACH ZONE FOR CYCLE CUTS; FERTILIZER APPLICATION; THREE -YEAR TOTAL. ALSO INCLUDE, OPTIONAL 2 -YEAR CONTRACT EXTENSION PRICING. *CYCLE CUTS 3 -Year Contract Period ZONES 2 .3 4.. 5 6 Total. Cycle Cuts ]]�.. j .� Year 1 ���.(✓��� C��BCvcc� Oa��EbQp�'2 .�C> Year Year 3 sj�Q`i 6�0. ao V,� /�f�o YEAR i Optional 2 -Year Contract Extension ZONES 2 : -:3. `. 9 ` ` ' S .. 6...' Total Cycle Cuts Year 4 *���� Co i� l2 �� 1J�%E• Zl L aC c t��.4� t qco. � /�tr Do CD l Year 5� CQ 7JO0. 1oy� 25�•DUQ ©v� ,f7L ;11 ILL cyCLE CLITS TWO YEAR EXTENSION f ti 'Note: All Zones Require 24 Cuts per Year 16 C',�7 PRICING SHEETS Citywide Landscaping FERTILIZER APPLICATION & 3 -YEAR CONTRACT TOTAL Fertilizer Zones I — S: Three Times Per Year Fertilizer Zones 6: Two Times Per Year 30 THREE -YEAR CONTRACT GRAND-TOTAL, CYCLE CUTS AND FERTILIZER APPLICATION I taw RTIL121;R1T0 rAL ZONES It e 1 - 5 Fertilizer Zones 6: Two Times Per Year 30 THREE -YEAR CONTRACT GRAND-TOTAL, CYCLE CUTS AND FERTILIZER APPLICATION I FERTILIZER APPLICATION & 2 -YEAR CONTRACT EXTENSION TOTAL Fertilizer Zones I — S: Three Times Per Year Fertilizer ! 3 q 5 Total Application Year COE Year 5 too +320 toodifflig � N90 ,rp POE Fertilizer Zones 6: Two Times Per Year 2 -YEAR CONTRACT EXTENSION GRAND TOTAL: CYCLE CUTS AND FERTILIZER APPLICATION H IN C� ATTACHMENT W PUBLIC ENTITY CRIMES AND CONFLICTS OF INTEREST Services Pursuant to the provisions of Paragraph (2) (a) of Section 287.133, Florida State Statutes - "A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a Bid on a Contract to provide any goods or services to a public entity, may not submit a Bid on a Contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded to perform work as a Contractor, supplier, Subcontractor, or Consultant under a Contract with any public entity, and may not transact business with any public entity in excess of the threshold amount Category Two of Section 287.017, Florida Statutes, for thirty six (36) months from the date of being placed on the convicted vendor list ". The award of any contract hereunder is subject to the provisions of Chapter 112, Florida State Statutes. BIDDERS must disclose with their Bids, the name of any officer, director, partner, associate or agent who is also an officer or employee of the City of South Miami or it's agencies. SWORN STATEMENT PURSUANT TO SECTION 287.133 (3)(a), FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICIAL AUTHORIZED TOrr ADMINISTER OATHS, `- t Y I �n I. This sworn statement is submitted to lam! lm of S&A+k is [print name of the public entity] by ( .h0SJ 1 (2 n l_en+nn [print individual's name and title] for V [print name of entity submitting sworn statement] whose business address is 4 lA i 1 a Q !� R) to r t /-% _ and (if applicable) its Federal (If the entity has no FEIN, sworn statement: 44:::�GP include the tion Number (FEIN) is _ Security Number of the A�CS individual signing this G 2. 1 understand that a "public entity crime" as defined in Paragraph 287.133 (1)(g), Florida. Statutes, means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or of the United States, including, but not limited to , any bid or contract for goods or services to be provided to any public entity or an agency or political subdivision of any other state or of the United States and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation. 3, l understand that "convicted" or "conviction" as defined in Paragraph 287.133 (1)(b), Florida Statutes, means a finding of guilt or a conviction of a public entity crime, with or 46 without an adjudication of guilt, in any federal or state trial court of record relating to charges brought by indictment or information after July I, 1989, as a result of a jury verdict, non -jury trial, or entry of a plea of guilty or nolo contendere. 4. 1 understand that an "affiliate" as defined in Paragraph 287.133 (1)(a), Florida Statutes, means: (a) A predecessor or successor of a person convicted of a public entity crime; or (b) An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of. an affiliate. The ownership by one person of shares constituting a controlling interest in any person, or a pooling of equipment or income among persons when not for fair market value under an arm's length agreement, shall be a prima facie case that one person controls another person. A person who knowingly enters into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding 36 months shall be considered an affiliate. 5. 1 understand that a "person" as defined in Paragraph 287.133 (1)(e), Florida Statutes, means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding contract and which bids or applies to bid on contracts for the provision of goods or services led by a public entity, or which otherwise transacts or applies to transact business with a public entity. The term "person" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in management of an entity. 69 Based on information and belief, the statement which I have marked below is true in relation to the entity submitting this sworn statement. [Indicate which statement applies ] +� Neither the entity submitting this sworn statement, nor any of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, nor any affiliate of the entity has been charged with -and convicted of a"public entity crime subsequent The entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. The entity submitting this sworn statement, or, one or more of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent of July I, 1989. However, there has been a subsequent proceeding before a Hearing Officer of the State of Florida, Division of Administrative Hearings and the Final Order entered by the Hearing Officer determined that it was not in the public interest to place the entity submitting this sworn statement on the convicted vendor list. (attach a copy of the final order.] 47 Continuation of Attachment #2 Public Entity Crimes and Conflicts I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE PUBLIC ENTITY INDENTIFIED IN PARAGRAPH I (ONE) ABOVE IS FOR THAT PUBLIC ENTITY ONLY, AND THAT THIS FORM IS VALID THROUGH DECEMBER 31 OF THE CALENDAR YEAR IN WHICH IT IS FILED, I ALSO UNDERSTAND THAT I AM REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR TO ENTERING INTO A CONTRACT IN EXCESS OF THE THRESHOLD AMOUNT PROVIDED IN SECTION 287,017, FLORIDA STATUTES, FOR CATEGORY TWO OF ANY CHANGE IN THE INFORMATION CONTAINED IN THIS FORM. Sworn to and subscribed before me this /Personally known or Produced identification t� (Type of identification) ja day of �,� f ' , 20 . Notary Public — State of My commission expires (Printed, typed or stamped commissioned name of notary public) Form PUR 7068 (Rev.06/ 11 /92) RY pu '%:.••. °�% MADAY ESTER GARCIA * * MY COMMISSION# EE ON569 EXPIRES: March 212015 ���tFOFFl���e BMW TluuBudgeulolerySOMM Hj ATTACHMENT #2 DRUG FREE WORKPLACE Citywide Landscaping Services Whenever two or more Bids which are equal with respect to price, quality and service are received by the State or by any political subdivisions for the procurement of commodities or contractual services, a Bid received from a business that certifies that it has implemented a drug -free workplace program shall be given preference in the award process. Established procedures for processing tie Bids will be followed if none of the tied vendors have a drug -free workplace program. In order to have a drug -free workplace program, a business shall: I. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the business' policy of maintaining a drug -free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are under Bid a copy of the statement specified in Subsection (1). 4. In the statement specified in Subsection (1), notify the employees, that, as a condition of working on the commodities or contractual services that are under Bid, the employee' will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilry or nolo contendere to, any violation of Chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no.later than five (5) days after such conviction. S. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program, if such is available in the employee's community, by any employee who is so convicted. -- — 6- T1al<e `a good faith effort CO continue to maintain a drug -free - workplace through implementation of this section. As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements. PROPOSER's Signature: Print Name: Date: U / Z UJI 1 /2°. . ATTACHMENT #3 NO CONFLICT OF INTEREST /NON - COLLUSION CERTIFICATION C Submitted this day of 't' prop' , 20 Services The undersigned, as Bidder /Proposer, declares that the only persons interested in this RFP are named herein; that no other person has any interest in this RFP or in the Contract to which this RFP pertains; that this response is made without connection or arrangement with any other person; and that this response is in every respect fair and made in good faith, without collusion or fraud. The Bidder /Proposer agrees if this response /submission is accepted, to execute an appropriate CITY document for the purpose of establishing a formal contractual relationship between the Bidder /Proposer and the CITY, for the performance of all requirements to which the response /submission pertains. The Bidder /Proposer states that this response is based upon the documents identified by the following number: Bid /RFP The full- names and residences of persons and firms interested in the foregoing bid /proposal, as principals, are as follows: Name Street,Address City State WJ a Iwo The Bidder /Proposer further certifies that this response /submission complies with section 4(c) of the Charter of the City of Miami, Florida, that, to_the best of its knowledge and belief, no Commissioner, — Mayor, -or other -- officer or employee of the CITY - has -an Interest - directly -or indirectly in the profits or-- - - -_ - - - • - emoluments of the Contract, job, work or service to which the response /submission pertains. Signature: Printed Name: Title: Telephone: Company Name . 50S i9 -.;�YJI 50 Continuation of Attachment #4No Conflict of interiNon- Collusion Certification NOTARY PUBLIC: STATE OF COUNTY OF f r ' ( C4 /Y71 -- �0A The foregoing instrument was acknowledged before me this S' i day of / I IQ l I , 20_ L by C 11 i t S -M q •'� —�—✓1 Al-) ff' (name of person whose signature is being notarized) who is SEAL aotO0.; Po#4 WAY ESTER * MY COMMISSION R * EXpiRES:Ma( gondednonudgetN � 1?11F F604`O Type of Identification Produced +� Did take an oath, or Did ime o"otary Publl&- Print, -Stamp type as commissioned.) FAILURE TO COMPLETE SIGN4 & RETURN THIS FORM MAY DISQUALIFY YOUR RESPONSE 51 ADDENDUM No. I Project Name: Citywide Landscaping, Request for Proposals Date: March 20, 2012 Sent: Fax/E- mail /webpage This addendum submission is issued to clarify, supplement and /or modify the previously issued Request for Proposals (RFP) Documents, and Is hereby made part of the Documents. All requirements of the Documents not modified herein shall remain in full force and effect as originally set forth. It shall be the sole responsibility of the bidder to secure Addendums that may be issued for a specific solicitation. Questioh # 1: Please clarify the frequency of service for all zones; there appears to some discrepancies. Cycle Cuts for all Zones, I — 6 are twenty -four (24) times per year. • Fertilizer Applications: o Zones I — 5 are three times (3) per year. o Zone 6 is two times (2) per year The above frequency of service applies to the 3 -year contract period and, the 2 -year optional contract extension. Question #2: Is it the City's intention to mow St. Augustine at 2/1/2" — 3" in height? • Yes, mow St. Augustine at 21/2" — 3" in height. IT SHALL BE THE SOLE RESPONSIBILITY OF THE BIDDER TO SECURE ADDENDUMS THAT MAY BE ISSUED FOR A SPECIFIC SOLICITATION. I y • ti ADDENDUM No. I Project Name: Citywide Landscaping, Request for Proposals Date: March 20, 2012 Sent: Fax/E- mail /webpage This addendum submission is issued to clarify, supplement and /or modify the previously issued Request for Proposals (RFP) Documents, and Is hereby made part of the Documents. All requirements of the Documents not modified herein shall remain in full force and effect as originally set forth. It shall be the sole responsibility of the bidder to secure Addendums that may be issued for a specific solicitation. Questioh # 1: Please clarify the frequency of service for all zones; there appears to some discrepancies. Cycle Cuts for all Zones, I — 6 are twenty -four (24) times per year. • Fertilizer Applications: o Zones I — 5 are three times (3) per year. o Zone 6 is two times (2) per year The above frequency of service applies to the 3 -year contract period and, the 2 -year optional contract extension. Question #2: Is it the City's intention to mow St. Augustine at 2/1/2" — 3" in height? • Yes, mow St. Augustine at 21/2" — 3" in height. IT SHALL BE THE SOLE RESPONSIBILITY OF THE BIDDER TO SECURE ADDENDUMS THAT MAY BE ISSUED FOR A SPECIFIC SOLICITATION. I ,'` e'S.! ''ni -mo'''w .'•':� ADDENDUM No. 2 Project Name: Citywide Landscaping, Request for Proposals Date: April 3, 2012 Sent: Fax/E- maillwebpage This addendum submission is issued to clarify, supplement and /or modify the previously issued Request for Proposals (RFP) Documents, and is hereby made part of the Documents. All requirements of the Documents not modified herein shall remain in full force and effect as originally set forth. It shall be the sole responsibility of the bidder to secure Addendums that may be issued for a specific solicitation. Question #I : Rules and Regulations - Contractor shall be responsible for complying with regulations of all local, state, and federal agencies having jurisdiction over any portion of the work to be performed under this contract. Does not mention E- Verify — does contractor have to be enrolled or follow E- Verification requirements? To the City's knowledge, we are not aware of any federal, county or city law that requires that an employer to use E- verify when the employer has a contract with the City of South Miami. It is up to the vendor or contractor to insure that he, she or it complies with all federal, state, county and city laws. It is the vendor or contractor's responsibility to matte that determination. IT SHALL BE THE SOLE RESPONSIBILITY OF THE BIDDER TO SECURE ADDENDUMS THAT MAY BE ISSUED FOR A SPECIFIC SOLICITATION. I Parking Lot & Street Sweeping to: • FDOT Turnpike • City of Doral • International Mall • City of Hialeah • City of Miami SFM employees are: • Insured & Bonded • Trained & Supervised • Uniformed, licensed & Picture I.D. • Certified in "Green Cleaning" Aside from day4o -day, SFM provides, • Steam pressures cleaning • Floor care programs • Stearn carpet cleaning •. Window cleaning • Tree Trimming City of South Miami 411§F i� sanvica t IKC. SFM Personnel Qualifications SFM's team is composed of highly motivated, trained, and experienced personnel. The SFM team has the following certifications and credentials: ✓ Certified Arborists ✓ M.O.T. (Maintenance of Traffic) Certified ✓ CPR Certified ✓ Licensed Herbicide Applicators ✓ Horticultural. Certifications ✓ Tree Trimmer Licensed Jose M. Infante, President of SFM Services, Inc. has thirty -nine (39) years of experience in the landscape industry. He is also a certified arborist. Mr. Infante is qualified and experienced in all aspects of landscape services. Rodney McNeil, Athletic Fields Specialist, Mr. McNeil has four years of agronomy related studies. He has been directly involved in all of all phases of golf course construction from land clearing through turf grass establishment. He is a member of the Florida Turf Grass Association, Florida Golf Course Superintendents Association, and the Golf Course Superintendents Associations of America. He has been a member of the SFM team for over 3 years. Giovanni Lignarolo, Director of Landscape Operations has twelve (12) years of experience in the landscape industry, M.O.T. certified and certified in Horticultural Studies. Mr. Lignarolo dispatches on a daily basis over ninety (90) landscapers. Mr. Lignarolo is currently seeking certification as a Arborist with the International Society of Arboriculture. City of South Miami Christian Infante, Vice President has thirteen (13) years of experience in landscape management. Mr. Infante has a Bachelor's degree in Business Marketing & Management from Florida International University (FIU), an ISA Certified Arborist, and a certification in Horticulture and M.O.T. Mario Lignarolo, Vice President of Business Development has twenty (20) years of experience in related management. During 2005 and 2006, Mr. Lignarolo ran all the day -to -day operations of SFM Services, Inc. in Mississippi post Hurricane Katrina. 411S FM Luis Yibirin, Senior Project Manager has four (04) years of experience in related management. Mr. Yibirin assisted all SFM operations in Mississippi. He is a Certified General Contractor by the State of Florida and is familiar with OSHA rules and regulations. Vanessa Herrera, Subcontractor Coordinator, Mrs. Herrera maintains all subcontractors' files up date with current insurances, agreements, and contact information. Our list is composed of quality subcontractors that SFM has worked with in the past. She is also the designated spokesperson for SFM to speak with any media in reference to the restoration of public and private properties. Key Employee Jorge Aloma Eduardo Rivera William Mirabal Jose Pacheco Paulino Hernandez Position Project Manager Project Supervisor Project Supervisor Project Supervisor Project Supervisor Years of Experience (09) (16) (02) (1S) I:i MIA As mentioned above, several members of the SFM team have taken courses in horticulture and are ISA certified arborist City of South Miami 41ISFM S4ftVK8. INC. Organizational Chart Jose Infante President I SA Certified Arbo rist S FM Corporate S upport Giovanni Lignarolo La ndcap e Manager Qua lity C on trol Off icer Christian Infante Vice President ISA Certified Arborist Irrigation Crew Tree Trimming Crews Landscape Maintenance Landscape Installation Cre ws 11 Crews City of South Miami SFM' ���SEIIVIC*Z� INC. Proposed Organizational Chart t R(j Rightof Way Crew �yy City of South Miami 411SFM SeRVICti, IBC. A. Name & Title: Giovanni Lignarolo, Operations Manager B. Years Experience with this finn: 7 Years With other similar firms: 5 Years C. Education: Miami Dade College Associates Degree in Avis University of Florida/Miami -Dade County Certificate Course in Horticulture D. Professional References: Marvin Cooper, FDOT Inspector 9542703627 Giovanni Batista, Dir. Of Public Works City of Sunny Isles 954.81598861 Emil Mendez, Inspector for City of Hialeah 3059331.4562 E. Other Relevant Experience & Qualifications: ✓ Certification in Horticulture ✓ Develop and coordinate landscape daily operations. ✓ Develop and managed all special projects ✓ Oversee all irrigation/landscape installation work ✓ Oversee all government landscape contracts F. attach applicable licenses for each individual performing services pursuant to this contract. See attached licenses. City of South Miami SFM saavicts, INC. Jose M. Infante SFM President jinfante(a,sfmservices.com A. Name & Title: Jose Infante, President SFM Certified Arborist B. Years Experience with this firm: 39 Years With other similar firins: 8 Years C. Education: 1969 to 1970 1970 to 1973 M96 University of Miami Miami Dade College International Society of Arboriculture Commercial Pesticide Applicator D. Professional References: Carlos Triay, Esquire 305.597.8944 Dan Keys, Dir. Of Public Service City of Coral Gables Dan Liciarddi, Former Dir. Of Zoological Society 305:332,8153 E. Other Relevant Experience & Qualifications: ✓ Past Chair for APWA (American Public Works Association) ✓ Certified Arborist since 1998 ✓ Oversee all aspects of landscape operations ✓ Oversee all day to day activities ✓ Oversee all financial aspects of company F. Attach applicable licenses for each individual performing services pursuant to this contract, See attached licenses. City of South Miami 411SFM jS /M1YI<ts* INC. Christian Infante SFM Vice President cinfanteawsfmservices.com A. Name & Title: Christian Infante, Vice president SFM Certified Arborist B. Years Experience with this firm: 13 Years With other similar firms: 0 Years C. Education: 1992 to 1996 1997 to 2002 EV Christopher Columbus High School Florida International University Bachelor's Degree in Marketing International Society of Arboriculture Certified Arborist D. Professional References: Eric Carpenter, Dir. Of Public Works City of Doral 305.593.6725 Emil Mendez, Inspector City of Hialeah 305.331.4562 Sergio Purrinos, Former City Manager City of Homestead 305.562.1032 E. Other Relevant Experience & Qualifications: a. Certified Arborist through ISA b. Certification in Horticulture c. Oversee all aspects of landscape operations d. New contract negotiations and business development e. Maintain business relations with clients F. Attach applicable licenses for each individual performing services pursuant to this contract. See attached licenses. City of South Miami 411SFM sovi[6s. INC. Rodney G. McNeill Turf Specialist RMcneilloNfmservices.com A. Name & Title: Rodney G. McNeill, Park Manager & Athletic Field Specialist B. Years Experience with this firm: 5 Years With other similar firms: 23 Years C. Education: 3 Years of Agronomy Related Studies Restricted use of Pesticide License D. Professional References: Charles DeLucca, Manager of Melreese Golf Course 305.785.9036 Tony Lopez, Assistant City Manager Town of Miami Lakes 305.558.0382 Red Berry, Manager Baseball World 305.279.2668 E. Other Relevant Experience & Qualifications: Member of: ✓ Golf Course Superintendents Association of America ✓ Florida Turfgrass Association ✓ Florida Golf Course Superintendents Association TURF �P' -GRASS n Qualifications: ✓ Completed construction and renovation of golf courses including all tee complexes, bunkers, and greens. ✓ Knowledge of computer controlled irrigation ✓ Ability to oversee maintenance operations of a 36 -hole golf course F. Attach applicable licenses for each individual performing services pursuant to this contract. See attached licenses. City of South Miami 41ISFM senvuese INC. EQUIPMENT LIST Echo Hedge Trimmers String Weed Trimmers Back pack blowers Edge trimmers Ride on Scag Turf Tigers Echo -friendly vehicle for litter control Pick -up trucks and trailers Bucket trucks with chippers (Available if City requests) Street sweepers (Available if City requests) Self=loader grapple dump trucks (Available if City requests, up to 200 CY) City of South Miami SFM �'�Sl�VKCI, INC, EXPERIENCE City of Coral Gables Dan Keys, Dir. Of Public Service Ph: 305.460,5130 Date of Service: 2003 to Present Description of Service.• SFM maintains the medians and right of ways for the City of Coral Gables. The contract consists of lawn maintenance, litter control, fertilization, and tree trimming. City of Doral Eric Carpenter, Dir. Of Public Works Ph: 305.593.6725Date of Service: 2007 to Present Description of Service: SFM is the landscape & street sweeping service contractor for the City. SFM was also awarded the city's lst beautification project that consisted of irrigation and landscape installation along NW 58"' street from 87 °' Ave. to 107th Ave. City of Homestead Dennis Maytan, Parks Ph: 3059305345.2944 Date of Service: 2008 to Present Description of Service: SFM is the onsite landscape service contractor for the city. The contract consists of landscape installation, lawn maintenance, litter control, fertilization, and tree trimming. o SFM Services is the prime contract on all of the above contracts. Additional references are available upon request. City of South Miami 41ISFM seaiees. INC. June 28, 2006 Mr. Christian Infante SFM Services, Inc. 9700 NW` 79 h Avenue Miami, Florida 33016 Dear Christian: City of South Miami PUBLIC WORKS DEPARTMENT 4795 SW 75`11 Avenue Miami, FL 33155 Tel. (305) 663 -6350 Fax (305) 668 -7208 �1J14[f.'fI/.NLS s s i f, I am writing to thank you and your staff for helping the city after Hurricane Wilma. Your crews did an excellent job providing tree trimming, and street sweeping services. Thanks to SFM Services, Inc. we were able to get our city cleaned up in no time. Tlie speed and professionalism shown by your staff was outstanding. On behalf of my staff and our citizens, I thank you again for a job well done. Sincerely, arm W. Ajibola Balogun, REM Public Works Director City of South Miami 41I,SFM July 25, 2007 r®wn of Miami 1,akes 15700 NAV 67 Avenue, Suite 302 • Miami Lakes, Florida 33014 (305) 364.610o/Fac(305)558.8511 nhvtr%v.townof miamilakes.cont Mr. Christian Infante, Vice- President SFM Services, Inc. 9700 N.W. 79 Avenue Miami, FL 33016 Dear Mr. Infante: Please accept this letter as a reference from the Town of Miami Lakes for the outstanding services currently being provided in the following areas: Landscape Sen /ices for 'I'O%Vn right -of ways. Additional services provided that have been pt rfonned to meet the Town's standards as part of the regular riglit -of -way maintenance include tree trimming, landscape improvements, irrigation installation and maintenance, graffiti removal, litter control services and canal maintenance. The response time has been excellent for both routine and special services requested by the Town, especially alter weather related incidents and Town sponsored events. The ToNvn looks forward to continue maintaining the level of service that our residents have grown accustomed to and appreciate your receptiveness and responsiveness when there has been room for improvement. Si Osdel F. L�arrea Public Works and Code Compliance Director cc: SFNOI file City of South Miami 41ISFM SSAVICCS. INC. Superintendent of S Rudolph F, Crew, Ed, D, Maintenance Officer Christopher M. Moran Administrative Director Francis X. Hoar i\Mr. Christian Infante SFM Services, Inc. 9700 Northwest 79'h Avenue Miami, Florida 33016 Dear Christian, MlatnPDade County School Board Agustin J. Barrera, Chair Perla Tabares Hentman, Vice Chair Frank J. Bolarlos Evelyn Langliab Greer Dr. Robert B. Ingram Dr. Martin Karp Ana Rivas Logan Dr. Marta P6rez Dr. Solomon C. Stinson June 28, 2006 As a follow up to our conversations, l am writing this letter to thank you and your staff for playing such an important role during; the clean up process following Hurricane Wilma. Please accept this letter as a format than!: you and acknowledgment to your company for performing the necessary detailed clean up work at our many school sites. The detailed work included, but was not limited to the collection and gathering of debris, cutting and stacking, corrective pruning, and debris removal generated by the hurricane. Thanks to SFM Services, Inc, the thirty -five schools assigned to your firm where able to open on schedule. The speed and professionalism shown by your staff was outstanding and very much appreciated, Your response time was second to none. With hurricane season upon us again, it is a comfort to know SFM Services, hie. is a part of our disaster response teem. Please CteL"ree to collt tet me at any time and list me as a reference, Fae}fities Operations, Maintenance Facilities operations, Maintenance 12525 Northwest 28 Avenue • lllaml, Florida 33167 o Tel 305.995 -4038 • Fax 365. 995.7964 City of South Miami 41ISFM smicC3, INC. ARM Cucf4n3tcn Aecrdt Crs nl:nar;cn Anim11 Sort n*/ An in Public laces Audit and Aumpen4at Stnices Atiltitn Budd c„ sund.rg Cede Campslr a suYrreil Re.elepmem iul Irpro.ementt Ccmuua.t`cn Cr._,dlnmcn Citkeni Irdeperdtnt TuntFertlrcn Tent Cumtni),rCn on Eth:c1 and Public Trust CLmmuniUrcne Community AtOon Agency Cummunity S Eanemiu Ot'.ticpment Community RtfAcA, CrAlumet 50MCN Certctical S Rtbib9n3ticn Culiuril Main E!ahms Fn4 rp'f my,Atlnle'MCnt Empt.Aet Relatcn, Ewj: rAtimenl Test Enlerprtse Technolgy SeN!ce/ Enyimnmlr!11 RQloutcel Minn emenl Fair Emp'opcent Puckti gnarct Pre Rticue Cenenl 5_ni%es Admimilralicn 1 filar¢ Prticnatlun HeAlOcis Two Resting Agean• Hewing Pnir;t Authnrity Hcm1n Stakes Irdep¢rdtnt Rinio% Ehrel Initinatiun9 Tradt Contcnlum ims!nile Al /eti meal Comet N•(4tta114114nct Ate9m- 1111nti Ait'.cA P114 hletrCpobtln plinnirg Orpn111tinn Patti ant RKttarun plinnir j and Zenmg Mice P¢.:utcmcnt M1nittmerl DtppPty AppUlitt Publ.c Uttar; 5)itcm Public MPollt Sefr.1'eii;nc�C CM Paat <tap,:n Snl(41Yattt !.tlnajement S *.n!tsc Bufrtts 1.11rt�ereat Team Mtun Trlrsit 711L (crce en Vrb1n EccACm:c dnd11411mn M'11e1)9 Museum Ard Clyders Rater A 5t'aet City of South Miami Public Works Department 111 `w 1 sl Sireet a Suite 1610 Miami, Florida 33128.1970 T 305 -375 -1925 F 305- 375 -2373 April 18, 2006 Mr. Christian Infante SFM Services, Inc. 9700 NW 791h Avenue Miami, FI 33016 Dear Mr. Infante: miamidade.gov This letter is to formally commend you and your staff for the immediate response and assistance in the clearing of debris along the County's roadways during the aftermath of Hurricane Wilma. It was impressive to see your organization deploy fifteen (15) working crews within 48 hours of notification. Furthermore, your staff was well prepared with the appropriate equipment required to complete their assigned task and performed in a professional workmanship manner. Please be advised that in the event of a County emergency, such as a hurricane, the Public Works Department will not hesitate to contact your organization for assistance. Sincerely, David Cardenas, Chief N 411SFM Eric Carponter Public Worl+s Director March 17, 2006 Mr, Christian Infante SFM Services, Inc. 9700 NW 79th Avenue Miami, FL 33016 Dear Christian: I wanted to take a minute and thank you and your staff for helping the City of Doral with disaster clean up services after Hurricane Wilma. Your crew did a great job clearing the streets of fallen trees and making them accessible. After all the debris was collected in our staging area, your trucks hauled away the debris quickly and in a safe workmanlike manner. In these chaotic times of disaster, it is comforting to know that with one phone call, SFM Service, Inc., can supply the necessary man power and equipment to get the job done, On behalf of our staff and the citizens of Doral, thank you for a job well done. Please feel free to list me as a reference. Sincerely, William Stravers Foreman Public Works Department >300 \ „rthweit iir%i Strvet. Suitr 100 • rl%tral, Fl. +rid;i iil(+n • titli) iatlORAI 1iU -6725) - Fax: 00i) 470-68ikl City of South Miami SFM sCNVICCS, INC. May 13, 2010 To Whom It May Concern; Since 2004, SFM Services has provided complete landscape and janitorial services to Homestead -Miami Speedway. Our property is a major public facility measuring over 660 acres. The SFM crew is onsite year round making sure our track is in pristine condition for the 300,000 + patrons that visit us yearly. Their experience and knowledge in horticulture and event maintenance makes them a key component to our success. I look for ward to continue working with SFM Services, Inc. Please feel free to list me as a reference. Sincerely, m Al Garcia Vice President Operations Homestead Miami Speedway One Speedway Boulevard Homestead, Florida 33035 305.230.5374 HOMESTEAD -MIAMI SPEEDWAY One Speedway Boulevard • Homestead, Florida 33035-1500 • Phone ( 305 ) 230 -5000 • Fax ( 305 ) 230 -5223 www.homesteadmiamispeedway.com >., _ r._..... ,_. _ ___ � ____... .__�_� .,....__ _ �: ,. ....:.rte ,.... -..._ ..� - City of South Miami 41ISFM svnvKSs, RTC. DRUG FREE PROGRAM SFM Services is proud to participate in the National Drug Free Workplace Program. Objectives /goals: 1. To reduce drug use in the workplace 29 To increase productivity 3. To improve efficiency 4. To reduce accidents in the workplace 50 To demonstrate a more professional attitude and standard of conduct 6. To deliver better customer service To achieve these goals, SFM Services conducts: 1. Initial and periodic safety training sessions 2. Drug Abuse Awareness pamphlets 3. Random Drug Screening of existing employees 4. Complete drug Screening of all jab candidates prior to start of assignments 5. Alcohol and Drug screening in the event of work - related accidents 6. Formal and informal counseling by trained supervisors HIRING FORMAT SFM Services will perform investigative background checks for all employees staffing the City of South Miami. SFM Services while performing investigative background checks which will inch • Social Security Number Verification • Criminal History Search (7 years) • Employment Verification • Violent Sexual Offender Registry Search • DMV Records (5 years) • Florida HRS Abuse Registry SFM Services' employees shall have employee history file in duplicates. Files shall contain health checks as well as all documented training and development. to be in compliance with OSHA. City of South Miami SFM �� 341tVICC3. INC. Hurricane Recovery Service Since 1992) SFM has been assisting it's clients and local governments with disaster recovery service. SFM has the necessary equipment and experience to provide complete Disaster Recovery Services to South Miami. Therefore for any Emergency, SFM can deploy up to an additional 80 employees to Ocean Club. Some of our clients in disaster recovery services include: MIAMIN • Pick -up unattended barricades located in the swale and right -of -ways throughout the city • Supply and deliver portable 2 way radios. • Clear drains of debris to assure proper drainage capacity Communication with the client is key before and immediately after a hurricane makes landfall. SFM would meet with South Miami three days before expected hurricane landfall to review Hurricane procedures (Staging Area & Personnel) as well as being "on call ". Should the client request, SFM can dispatch crews to install shutters facilities. Below are storms that SFM has provided disaster recovery for: • Hurricane Andrew • Hurricane Wilma • Hurricane Katrina (Mississippi & Florida) • Hurricane Charley • Hurricane Dennis City of South Miami 411§FM FQaVICal INC. ��' ;��: r?'�to ., � ` L ��,s ,. r � .... ism ^- Fn�".r ��f' ..... ..�. Training & Safety Program To assist in providing a safe and healthy work environment for employees, clients and residents, SFM Services has established a workplace safety program. This program is a top priority for SFM Services, The Human Resources Department has the responsibility of implementing, administering, monitoring and evaluating the safety program. Its success depends on the alertness and personal commitment of all. .satFi2u �.:3. G:i!•fte�:in '1.lYi When new employees are hired, they watch training videos with all safety procedures. Signed verification forms of them having seen a video before they start working is kept in their file. Several of SFM's management is also certified in Maintenance of Traffic. SFM Services provides information to employees about workplace safety and health issues through regular internal communications channels such as super-visor- employee meetings, bulletin board postings, mernos or other written communications. Employees and supervisors receive periodic workplace safety training. The training covers potential safety and health hazards and safe workplace practices and procedures to eliminate or minimize hazards. Each employee is expected to obey safety rules and exercise caution in all work activities. Employees must immediately report any unsafe condition to the appropriate supervisor. Employees who violate safety standards, who cause hazardous or dangerous situations, or who fail to report, or, where appropriate, remedy such situations, may be subject to disciplinary action up to and including termination of employment. SFM has a Safety Committee as a management tool to recommend improvements to our workplace safety program and to identify corrective measures needed to eliminate or control recognized safety and health hazards. Management will give top priority to and provide the financial resources for the correction of unsafe conditions. SFM Services is conunitted to providing a safe, efficient and productive work environment for all employees and for that we have a. drug free policy, employees may be asked to provide body substances samples (such as urine and /or blood) to determine the illicit or illegal use of drugs and alcohol. We test 15 employees each month. City of South Miami 41ISFM SENVICad INC. Green Products SFM strongly believes in protecting our enviromnent. Since 2007, SFM has been using Green products such as: 100% RECYCLED MULCH Instead of sending old tires to the landfill and consuming forest resources, send the tires to your yard. This mulch that is made from 100% recycled rubber tires can leave your yard looking it's best. Enjoy worry free landscaping because it's non -toxic to pets and children, and mold and fungus resistant. 100% BIODEGRADABLE LAWN AND LEAF BAGS Reduce landfill waste with compostable and biodegradable lawn bags that break down in weeks rather than centuries, compared to their plastic counterparts. They have a large capacity and are durable enough to handle the toughest lawn care or composting jobs. They are also manufactured with extreme flexibility and are built to "breathe" so the composting or break down process happens faster and more efficiently. Though these bags are made from corn, they are completely shelf stable so you don't have to worry about them breaking down in your pantry or shed. E.0 Order 13101 describes green as: Environmentally Preferred or Preferable Products or Services that have a lesser or reduced effect on human health and the environment when compared with competing products or services that serve the same purpose: City of South Miami 411SFM MC. INC. ISA Arborist Certifications I'vilEertifieb grboriot.. qq, .' i!)aUfng durrrddGUgl [awpicicD N)r rcquirclilcntd, cOtaUlidprb by «1c �rrlilirallon 1. •.,.. �10a1'b 0( (fit 31111C1,1141001 fit A?6drtli of �rUorirulUU•r••, +' Ibr abobt naulrb fd t6eb)r rrfogiligbbi nu 310Q Ccrti(irD 2rbill .�rttl _..__.._ ...... n4,. fculfNadau ptoarD. SlpiG Yhu a+0lrer. undNr airntor �fYN urrnattooal alouctr o12thiludlurt _ )IUtctpatfooal 3odNV of 2r6oriallhtre ,.,.: r�''• > FL-5016A Jun 8, 2008_ Jun 30, 2014 _ Cnu6utr llunJ,rc Cnldun F.+uue tall bul< .z` Pill III III )!)sluing dlatcdd(1dt11 roulplcicb dill rcquircnlculd drt bn Me at•bortdl t'_crulinilioll Woarb of life llulccnaticl �orirt)1 of'Ruba irulturr. Ihr above 1141 id fill rrrogniwo ad an ]IA'a &r1 OO grboridl 7fhu:9ldua, a'uaniurDtrclmr Bulrntnlional?aotith� ol's1r°minduttr FL -0273A Jan 8, 1998 Jun 30, 2013 2Q11111,a1o11 Ii1101VC, lulltp0'rllllr i \UILVnq, Cl.tlr City of South Miami 41ISFM t SCIWIC<S, INC. FNGLA CERTIFICATIONS m The Florida Nursery, Growers & Landscape Association Confers on Joseln'rante CertUkateNo, M33 0033 The Title of FNGLA Certified Landscape Maintenance Technician (FCLMT) ^kaf.NGIA iA ;:1,..���/'''� Expiration Date Monty Knox,FNGIAPIesktent Ed kgFNG: C�E{Q�� -r - -" Fclmlary,2UlU _ � 5 CertUled Since rMJenktn FNGIACed1IIcatlon Chair Merry Molt Ce�tifiotion Ak ✓.y•i�h'� \�yl / /W/ - C PESTICIDED LICENSE �Depnrtment of ftricuiture anb Consumer Oerbtces{ VeAldbe d ertiffmoon Office COMMERCIAL PESTICIDE APPLICATOR LICENSE Number: CA118951 JOSE MIGUEL INFANTE JR �J`Lie b to cadfll gal de ladlvld fa[mmod alove h a Canfmarclad pee11clJo...Nppleator aid fs Pcmued top a rol aea and app IV radddd free poeliddoe in 1114 A14(vin9 we,/, rofaled cale9orle.ft ./49.uc pnd Cvnlrof, f2fy111 -01 Way poet Controd 5111e fcanea le laud raudor 1 %+e prov4dons oI dw Xida poeficirda eP-w, C11 apter 487 51.S. Chula tl, Oronson Comrohsloncr of Agdmlmre Ajoe 2alet ge6nan122, 2008 &pleallon 2aler Jc6arary 29, 2012 City of South Miami 4(1=SFfiA OCCUPATIONAL LICENSES PIRST•CLASS U.S. POSTAGE PAID MIAMIs FL PERMIT NO. 231 622124 -6 THIS IS NOT BILL— 00 NOT PAY RENEWAL eU�U1�SS 3J�1lELLOCAn4fi`, RECEIPTRO. b40505'$ x97'100 UW 79 AVE 33016 HIALEAH GARDENS "Wh SERVICES INC Sue2TegERME BUSINESS ENPL15EE /S US It OsLt A LOCAL. NOT A CONTRACTORS RECEIPT EVETtEL Tat 4EEGAE. a jLafft TO CUTE %N( usArc LAW$ f E 00 NOT FORWARD Cauri LAYS OF ME DOWRY OR Folpy ME NOR CtEi R E1 ANY ME aOLOta ra04 aat OMSa JOSE SERVICES INC A a" ay uM4Is JOSE 14 INFANTE JR RECVACCR LAW.M319 TMs XGLCER{ CQAUAAC4 9700 I!W 79 AVE tells. HIALEAH GARDENS FL 33016 �gNOAEECO 11YEAt ccutcm.00 /23/2011 • 6003000002b 000067.50 ian 00 NOT FORWARD ma IE aa t LEMUS IRRIGATION INC AVE ARNO LEMUS PRES or : 16120 SW 147 AVE MIAMI FL 33186 1. 4111, 1111 1w I111Th, I„ CAIIs1111l„It1$E,111L1,.1IIII &10 46 It SEE 0111ER SIDE :000176 00,_ _, Irrllr,. lLr��111,. t. 1. rrL�d1�L�11t ,,,II,,,.L1dll.r�,r5h1 City of South Miami SFM saevlcu, INC. i E I MAINTENANCE OF TRAFFIC CERTIFICATIONS 11fiie American Traffic Safety Services Association 10 N37 lferely reeapafzes tf:al Transito Morales has successrully completed the Florida Advanced Work Zone Traffic Control Training Course IIfU I4n1 IIII 11ln City of South Miami 41ISFM 2(kYKIIS. INC. CE CERTIFICATE OF LIABILITY INSURANCE OP ID BD CERTIFICATE DOES NOT AFFIR14ATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: It the certificate holder Is an ADDITIONAL INS UREDv the po cy (les) must be endorsed. l(SUBROGATIONISWAIVED,aublocito the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsemen(N). BROWN & BROWN OF FLORIDA INC ac wo t : , r.,,... I. 14900 NW 79th Court Suita#200 ADDRESS: 24iami Lakes FL 33016 -5869 cusa�m orA9R ogc SFMSE -1 Phone:305- 364 -7800 Fax :305- 714 -4401 INSURERISI AFFORDING COVERAGE HAIC0 gFM Services Inc. !NSUREaa: The 9700 7 79 A anus -- Miami FL 3306 INSURERCt E: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOI NAVE 13 EN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE 1ER1.130 EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. .LF� It TYPEOFINSURAHCE y Op POLICYNUMBER Mh1iDD I M1IhUD01YYYY UNITS A 17 GENERALLIASILRY X COMMERCIALGENERAWABILITY CLAIMSMADE O occult XI BLANKET WOS i ( I GL2065489010011 ` I 11/01/1111/01/12 } EACHOCCURRENCE IS1,0oo.000 PREMISESLEaacceance) 3100,000 LIED E%P (Ary u:d FcrsonJ S 5000 PERSONAL A ADV INJURY $1,000,000 GENERAL AGGREGATE 52,000,000 v CE441 AGGREGATE LIMIT APPLIES PER: POLICY FX I JEC rl +O PRODUCTS • COLIP.Op AGG 5 2 , 000 , 000 Em Ban, S 1 F 000 I 000 A AUTOMOBILELtABILITY At+t'AUTO ALL ONUM AUTOS SCHEDULED AUTOS HJ+EO AUTOS UON•0A4NED AUTOS BLANKET WOS �CA20659910102 11/01/1111/01/12 COMBINED SINGLE LIMIT (Eaatx dam) $1000 000 r 000 + X BoDItY INJURY (Per Fenrnl S X BODILY 14JURY(Per ec6eerlj $ PROPERTY DAMAGE (Pet acddent) $ S X X s B X IUh18RELLAL!AO X OCCUR E %CESS LIAR ClA!MS•Y.ADE 5530938084 11/01 /1111/01/12 i' 1 EACHOCCURRE14CE 0000000 AGGREGATE $6000000 S DEDUCTIBLE RETENTION A WORKERS COMPENSATI0 +1 AND EMPLOYERS• LIABILfiY EXCLUDED? (Mandatary h, tIH) 11es, descnta c�AC+ I O SCRIFTIONOFOPERATIOUStc!ox ! WCZObblq4U1 12/12/1112/12/12 t I X TORYL .IRS I X I ER EL EACH ACCIDENT $1000000 E L DISEASE• EA EMPLOYE S 1000000 _ ELDISEASE•PC.'CY L @.hT S 1000000 J I t DESCRIPTION OF OPERATIONS I LOCATIONS t VEHICLES lAUach ACORD 101, AddMonal Remarks Schedule. IF mote SpaCo IS ragWnd) Janitorial & Landscaping services HOLDER SFt4 SERVICES, INC. 9700 NW 79TH AVE MIAMI FL 33016 ACORD 25 (2009/09) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDAHCE WITH THE POLICY PROVISIONS. AUTHORIZED 1. q The ACORD name and logo are registered marks. of ACORD City of South Miami REQUEST FOR PROPOSAL Citywide Landscaping The City of South Miami, Florida, hereinafter referred to as City, will receive sealed proposals. The submittal, consisting of one (1) original unbound proposal (clearly identify the original), ten (10) additional copies and one (I) digital copy (CD or Flash Drive) shall be enclosed in a sealed envelope or container and shall have RFP Citywide Landscaping, and the name of the respondent clearly written on the exterior. All proposals must be received by the Office of the City Clerk, South Miami City Hall, 6130 Sunset Drive, South Miami, Florida 33143. Sealed Proposals must be received by the City Clerk, either by mail or hand delivery, no later than 10 A.M. local time on Friday, _April 6. 2012. A public opening will take place at 10 A.M. in the City Commission Chambers located at City Hall on the same date. Any Proposals received after 10 A.M. local time on said date will not be accepted under any circumstances. Any uncertainty regarding the time a Proposal is received will be resolved against the Bidders. The Project is generally described as: The purpose of this Request for Purposal ( "RFP ") is to solicit PROPOSALS to provide Landscaping maintenance in the City over a three -year period. The scope of work for this project is to include and is not limited to the mowing, edging, trimming of grass, raking, tree removal and weed control. A Mandatory Pre - PROPOSAL Meeting will be held at 10 A.M. local time on Friday March 30, 2012 South Miami City Hall, 6130 Sunset Drive, Miami, FL 33143 in the Commission Chambers. The Pre - PROPOSAL Meeting shall be held regardless of weather conditions. Any requests for additional information or clarification should be submitted in writing by 10:00 A.M. local time on Wednesday, April 4, 2012 to the attention of Steven Kulick, C.P.M. Purchasing Manager at skulickasouthmiamifl.gov or via facsimile at (305) 667 -7806. Proposals are subject to the attached Standard Terms and Conditions contained in the complete bid package. Interested Bidders who wish to bid on this RFP can obtain the complete bid package at City's website at cityofsouthmiami .netlindex.php ?src= gendocs& ref= BidPosting2010 &category =RFPs- and -Bids or at the City Clerk's office Monday through Friday from 9:00 A.M. to 4:00 P.M. The City of South Miami reserves the right to award the bid to the lowest, most responsive, responsible bidder, as determined by the City Commission, subject to the right of the City to reject any and all bids, to waive any irregularity in the bids or bidding procedure and subject also to the right of the City to award bid and contract to bidders other than the low bidder. Maria M. Menendez, CMC South Miami City Clerk •.r a•. 15;1 City of South Miami REQUEST FOR PROPOSAL Citywide Landscaping The City of South Miami, Florida, hereinafter referred to as City, will receive sealed proposals. The submittal, consisting of one (1) original unbound proposal (clearly identify the original), ten (10) additional copies and one (I) digital copy (CD or Flash Drive) shall be enclosed in a sealed envelope or container and shall have RFP Citywide Landscaping, and the name of the respondent clearly written on the exterior. All proposals must be received by the Office of the City Clerk, South Miami City Hall, 6130 Sunset Drive, South Miami, Florida 33143. Sealed Proposals must be received by the City Clerk, either by mail or hand delivery, no later than 10 A.M. local time on Friday, _April 6. 2012. A public opening will take place at 10 A.M. in the City Commission Chambers located at City Hall on the same date. Any Proposals received after 10 A.M. local time on said date will not be accepted under any circumstances. Any uncertainty regarding the time a Proposal is received will be resolved against the Bidders. The Project is generally described as: The purpose of this Request for Purposal ( "RFP ") is to solicit PROPOSALS to provide Landscaping maintenance in the City over a three -year period. The scope of work for this project is to include and is not limited to the mowing, edging, trimming of grass, raking, tree removal and weed control. A Mandatory Pre - PROPOSAL Meeting will be held at 10 A.M. local time on Friday March 30, 2012 South Miami City Hall, 6130 Sunset Drive, Miami, FL 33143 in the Commission Chambers. The Pre - PROPOSAL Meeting shall be held regardless of weather conditions. Any requests for additional information or clarification should be submitted in writing by 10:00 A.M. local time on Wednesday, April 4, 2012 to the attention of Steven Kulick, C.P.M. Purchasing Manager at skulickasouthmiamifl.gov or via facsimile at (305) 667 -7806. Proposals are subject to the attached Standard Terms and Conditions contained in the complete bid package. Interested Bidders who wish to bid on this RFP can obtain the complete bid package at City's website at cityofsouthmiami .netlindex.php ?src= gendocs& ref= BidPosting2010 &category =RFPs- and -Bids or at the City Clerk's office Monday through Friday from 9:00 A.M. to 4:00 P.M. The City of South Miami reserves the right to award the bid to the lowest, most responsive, responsible bidder, as determined by the City Commission, subject to the right of the City to reject any and all bids, to waive any irregularity in the bids or bidding procedure and subject also to the right of the City to award bid and contract to bidders other than the low bidder. Maria M. Menendez, CMC South Miami City Clerk TABLE OF CONTENTS SCOPEOF SERVICES .........................................................................:........................:........... ............................... 2 TECHNICALSPECIFICATIONS ............................................................................................... ..............................9 PRICING SHEETS...".,..",..**.. ... ...... adds ..... ........ 111100*111111000 16 GENERAL CONDITIONS & INFORMATION ....................................................................... ............................... 19 SUBMISSIONREQUIREMENTS ............................................................................................... .............................27 EVALUATION AND SELECTION OF CONTRACTOR ........................................................... .............................29 PROPOSALSUBMITTAL FORM .........................................................................:.................... .............................30 EXHIBIT #I CITYWIDE LANDSCAPING SERVICES AGREEMENT ......................................... .............................32 ATTACHMENT # I PUBLIC ENTITY CRIMES AND CONFLICTS OF INTEREST .................... .............................46 ATTACHMENT #2 DRUG FREE WORKPLACE .................................................................... .............................49 ATTACHMENT #3 NO CONFLICT OF INTEREST /NON— COLLUSION CERTIFICATION*. . ads 1 11 1 ads I adds a & '9050 SCOPE OF . "YS�:,`fc3SvlP:>!'r.:F @ a1w7I'7, Citywide Landscaping RFP SCOPE • The City of South Miami is accepting sealed PROPOSALs for landscape maintenance services for a period of three -years for public rights -of -way within and outside of the City. In addition to the three-year agreement, one two -year option to renew will also apply. The work covered by the specifications herein shall be for landscape maintenance services as described in the contract documents. The City will select a single vendor to perform Citywide Landscaping Services to be completed over a three -year term and shall conform to the Scope of Services, "Citywide Landscaping Services Agreement ", Exhibit # 1, and schedule indentified as "Technical Specifications." Service Area will be within the City of South Miami rights -of -way, State DOT rights -of way, South Florida Water Management District rights -of -way, both in and outside of the City. LOCATIONS OF WORK Accompanying these specifications are lists of locations defining areas to be maintained under the PROPOSAL. By submitting a PROPOSAL, the PROPOSER certifies that he /she is familiar with the sites and the proposed scope of work, prior to submitting a PROPOSAL. The City reserves the right to remove specific locations on a temporary or permanent basis, as deemed appropriate. EQUIPMENT All equipment shall be maintained in an efficient and safe operating condition while performing work under the contract. Equipment shall have all proper safety devices required by all applicable laws, properly maintained and in use at all times. If equipment does not contain proper safety devices and /or is being operated in an unsafe manner, the City may direct the contractor to remove such equipment and /or the operator until the deficiency is corrected to the satisfaction of the City of South Miami. The contractor shall be solely responsible and liable for injury to persons, and /or property damage caused by operation of the equipment. All equipment will be inspected and evaluated by the City of South Miami Public Works Department prior to award of this PROPOSAL. The following equipment shall be located at a storage satellite facility in the event of emergencies and available to the City within the required time frames: Special equipment required (in addition to standard maintenance equipment). The City, at its' sole discretion, may require that any of the special equipment be located in a satellite storage site as specified herein. The contractor must have in its possession the following equipment at the time of PROPOSAL submittal. The City reserves the right to require proof of such ownership or lease agreement (at the time of PROPOSAL submittal) during the PROPOSAL evaluation process. • One (1) 400 gallon portable water sprayer. r • FDOT compliant arrow board and 75 FDOT compliant traffic cones. 2 • One (1) fertilizer spreader. • Portable stump grinder 6" below grade. • Underground wiring location equipment. • One hydraulic bucket - trucks with a reach capacity of no less than 65 feet. • One water truck. • One backhoe -front end loader combination machine (equivalent to a Ford F555 or larger). • One (1) portable brush chipper with 20 cu. yd. capacity storage truck • One (1) twenty cubic yard capacity dump truck. • One (1) portable gasoline generator 5000w min. • One (1) 60" three gang hydrostatic reel mowers (5 blades per reel min.), or equivalent. The use of alternate fuels is recommended; propane, biodiesel, or other approved alternative fuels other than gasoline. • One (1) 21" minimum reel mower (5 blades) or equivalent; use of alternate fuels is recommended; propane, biodiesel, or other approved alternative fuels other than gasoline. • Two (2) 48" min. swath riding and four (4) 22" min. swath rotary lawn mowers; use of alternate fuels is recommended; propane, biodiesel, or other approved alternative fuels other than gasoline. • Two (2) chain saws, all in good condition. • A two -way communication system between all of the contractors service vehicles and their main office. SATELLITE STORAGE AND MOBILIZATION FACILITY The contractor must operate at least one storage and mobilization site within a five (10) mile radius of the City limits of the City of South Miami, within 60 days of award, as follows: The storage site may be totally enclosed or may be open and surrounded by a six foot height, lockable, chain -link fence. 3 SCOPE OF WORK UNDER PROPOSAL Contractor shall maintain the contractually covered landscaped PROPOSAL areas at the frequency rate prescribed with conventional production style mowing and lawn maintenance and equipment. A manicured professionally groomed appearance is the desired result. The City of South Miami requires the highest maintenance standards with the contractor using the best practices. The contractor is expected to maintain this project with the highest quality landscape maintenance standards consistent with these specifications which surpass industry standards. The contractor's work will be inspected by the City on a regular basis to assure strict compliance with these specifications. The City will meet with the contractor as needed, but no less than on a monthly basis, to review the overall maintenance. The City will make periodic inspections and provide reports indicating items that need to be addressed and the contractor is responsible to complete in a timely manner and provide status reports. MOWERS, EDGERS AND OTHER POWER MAINTENANCE EQUIPMENT All mowers shall be adjusted to 2 1/2" or 3" cutting height as directed by CITY, shall be in good repair, shall have no oil or gas leaks, and shall be equipped with mulching attachments and sharp blades. All mowers must be mulching -type mowers with no discharge allowed, or all clipping must be manually removed. All equipment must be maintained in sound working condition in order not to exceed comfortable decibel levels or as determined by the City at its sole discretion. All equipment shall meet all applicable manufacturers' safety standards for operation while in use at all times. Edgers shall be in good repair, shall have no oil or gas leaks, and shall provide a clean straight edge not more than 1/2" away from walks and edge of pavement. TURF AND LAWN MAINTENANCE STANDARDS AND PRACTICES Mowing of St. Augustine and Bahia lawn areas (not including Bermuda turf) Pick up and dispose of litter within all areas to be maintained (not limited to bags, cans, and paper) prior to mowing. Contractor shall recycle whenever possible. Use string trimmer for areas not accessible to mowing equipment and cut to a 2 1/2" or 3" height so as to be consistent with the mowed areas. Trim around poles, guardrails, and other fixed objects within road right -of- -way. Remove and properly dispose of all grass clippings, leaves, weeds, undesirable plant growth, and other debris from sidewalks, curbs, gutters, catch basins, medians, right of ways, and streets. Weekend mowing is not allowed unless specifically authorized in writing by the City. Wind -row mowing patterns are not permitted. Only rotary mowers are acceptable with a minimum swath of cut of 60" Bermuda turf mowing and maintenance standards, practices, and requirements: AV Mow and maintain all Bermuda turf not to exceed I" height or as directed by the City, with a reel type mower. Use string trimmer for areas not accessible to mowing equipment and cut to a I" height so as to be consistent with the mowed areas. Trim around poles, guardrails, and other fixed objects within road right -of- way. Remove all clippings and thatch after each cut. Cutting blades and bedknife shall be washed down before and after each use to prevent the spread of spores, weed seeds and other contaminants. Reel mowers shall be kept in good repair and blades sharpened weekly. Mow and edge all Bermuda turf per schedule above. Turf shall be cross -cut. Contractor shall be required to provide documentation demonstrating at least five years of knowledge, experience, and competency in maintaining Bermuda turf included with the PROPOSAL documents at the time of PROPOSAL submittal. Report to City at the first symptoms of fungal presence in turf or lawn. Once approved by City, follow manufacturer's instructions for application methods and amounts of fungicide product under alternate PROPOSAL under pesticide/ fungicide application. Bermuda turf shall be vibrant, healthy, green, thatch free and nutrient rich at all times; quality commercial fertilizer and soil amendments to maintain best horticultural practices and standards for major and minor nutrients, and optimum soil pH levels year round shall be applied per the City's request under alternate item # 3.3.3 to ensure healthy and vibrant Bermuda turf as defined by the City. At his expense, whenever the City deems necessary contractor shall contract with A &L Laboratories, Pompano Beach, Florida, (954) 972 -3255, to complete needed soil analyses to verify the major and minor element requirements as well as pH levels, and recommend fertilizer application and soil amendments as needed to maintain year round healthy and vibrant turf, subject to City approval. Submit all soil analyses to City for review by City. Winter ryegrass applications for all Bermuda turf are prohibited. For weed control of all Bermuda turf, use (2) applications of Pendulum or Ronstar (or approved equal) or as needed to maintain a 95% weed free turf. The first application is to occur in March and the second application is to occur in September. Follow manufacturer's instructions with all herbicide applications. Aeration of Bermuda fields with turf aerator shall be done per the City's request per alternate items herein. 5 OTHER LANDSCAPE MAINTENANCE STANDARDS AND PRACTICES Edging and Trimming Edge mechanically as required, to maintain a neat, clean appearance. Chemical edging is prohibited throughout City. Maintain shape of planting beds and tree rings as originally designed. Trim shrubs and ground cover, as needed, to meet the criteria set forth in FDOT Index 546 (latest revision), which mandates a maximum height of 24" from top of adjacent pavement. Cut back overgrowth of shrubs and trees that extends into sidewalks or the road right -of -way preventing clear line of sight. Trees, shrubs and other landscaping plants are not to be cut or abraded. Weed Control Hand -pull weeds in shrub, flower and ground cover areas, as needed to maintain a clean appearance. All weeds that appear within sidewalk or curbing expansion joints are to be continually controlled through the use of herbicide. Apply only approved herbicides, as needed to control weeds in parks, medians, sidewalks, decorative pavers, bullnoses, curb, catch basins, and gutter areas. Trees and palms within lawn area: No chemical edging is allowed around trees and palms within lawn areas. Do not use string trimmers adjacent to trunks in order to avoid trunk damage. Maintain all tree and shrub beds in a weed free condition by hand pulling, at each maintenance visit. Nut sedges shall be controlled by a product formulated specifically for their eradication. No green weeds shall be visible in any landscaped beds on the final day of each month. Haul away all trimming debris from site, and properly dispose of at contractor's expense. Clean -up Using a mechanized low- decibel blower remove all debris from all walks, drives, roads, bicycle paths/lanes, and pedestrian areas whenever on site. Remove all dead palm fronds whenever on site. Remove all excess soil, trimmings, debris, and equipment from site after each visit. Remove surface debris from top of catch basin grates. Contractor to report to City any visible blockage inside catch basins All debris removed from the City of South Miami is to be disposed of at an EPA and State of Florida approved dumping site, at Contractor's expense. 9 Contractor to provide City with report every month detailing total cubic yards of debris and trash collected from right of ways and streets. F. Blowing of clippings or leaves onto the street is not allowed. Any DERM fines will apply. REGULATIONS AND STANDARDS Contractor shall be responsible for complying with regulations of all local, state, and federal agencies having jurisdiction over any portion of the work to be performed under this contract. The contractor shall meet or exceed the applicable requirements of the latest revision to the following codes and specifications published by the following organizations: FDOT Florida Department of Transportation OSHA Occupational Safety and Health Act EPA Environmental Protection Agency All State and Federal labor standards and practices, as applicable PROFESSIONAL ORGANIZATIONS The contractor, at a minimum, must be a member, in good standing, of the following organizations: Florida Nursery, Growers and Landscape Association (FNGLA) — (certification required) Tree Care Industry Association (TCIA) The contractor shall provide proof of membership with the PROPOSAL submittal, and submit concurrent proof of membership annually throughout the duration of the contract. In addition, the contractor must possess the following licenses and keep them current throughout the term of the contract: Florida Pest Control Applicator License issued by the State of Florida for Lawn and Ornamentals. Irrigation License from Miami -Dade County DEFINITIONS If the contractor intends to use sub - contractors to perform any work on this contract, these sub - contractors are required to be pre - approved by the City, at its sole discretion. Maintenance as defined for PROPOSAL purposes shall include: Mowing, weeding and edging of turf areas; flower and shrub bed weeding; hedge trimming; Litter, trash, and landscape debris removal and disposal. Additionally, the contractor will also be responsible for providing the following services under the PROPOSAL with no extra labor, equipment, fuel, or travel charges to the CITY: 7 Clean all catch basins while on -site. Pick up all trash and litter while on -site and submit a log indicating estimated amounts in cubic yards per NPDES requirements. Meet with City staff as directed. Quarterly landscape and irrigation inspection reports. Maintain tree rings around all trees not to exceed 36 ". Chemical edging is not permitted. CONTRACTOR STAFF TRAINING AND EXPERIENCE The contractor will provide staff capable of performing work at the highest standards of horticultural and landscape maintenance excellence. Key staff shall have current knowledge of best . management practices regarding: safety, hazardous materials spill response, plant health, pruning, tree and shrub care, integrated pest management, pesticide application, turf management, parks and irrigation maintenance. The City reserves the right to demand the replacement of contractor's staff who do not meet the City's standards for safety, professionalism, or horticultural knowledge. All work shall be performed under the direct on -site supervision of a qualified landscape professional with a minimum of ten (10) years combined horticultural education and experience as defined herein. All supervisory personnel must be able to communicate effectively in English (both orally and in writing). The supervisor assigned must be identified by name and provide his or her cell phone number to ensure accessibility, coordination and continuity. All pruning will be performed by, or under the direct on -site supervision of, staff with proper documented education and training in proper pruning techniques. Pruning of trees greater than six inches DBH (except Ficus) will only be performed under the supervision of an ISA certified arborist. The certified arborist shall be on site at all times when pruning occurs. Certifications will be provided to the City prior to award of contract. E:3 TECHNICAL SPECIFICATIONS ANY TECHNICAL SPECIFICATION INCLUDED IN THE SCOPE OF SERVICES ARE HEREBY ADOPTED AS PART OF THESE TECHNICAL SPECIFICATIONS. ZONE 1 City of South Miami Landscaping and Maintenance Program for Bird Road from 65th Avenue to 57th Avenue (Zone 1) consists of the following services: I.I Mowing: The mowing of Bird Road from 65th avenue to 57th avenue will be performed thirty (24) cycles per year. Mowing cycle consists of thirty (24) cycles per year. Once every (10) days, April I through September once every fourteen (14) days, October I through March 31st • All leaves, fitter and debris shall be removed from grass before mowing. All movers blades shall be sharp enough to cut, rather than tear, grass blades. • Rotary mowers shall be used on this contract. • All mowers are adjusted to the proper cutting height and level; to be measure from level grade surface to the parallel and level plane of the mower blade. • Mowing shall not be performed when weather or other conditions would cause damaged turf. 1.2 Fertilizing: Contractor shall be responsible for coordinating timing, delivery and application of all necessary fertilizer as follows: All trees, palms, grass areas and shrubs shall be fertilized three (3) times per year. 1.3 Edging: After each mowing, use a mechanical edger to edge to a neat uniform vertical line all grass abutting curbs, sidewalk, driveways, flush -paved surfaces, etc. as well as shrubs, ground covet bed, hedges, trees; etc. 1.4 Trimming of Grass: Grass will be trimmed simultaneously with the mowing at each visit. Grass trimming will be accomplished by a hand held power line trimmers. 1.5 Raking: Grass clippings caused by mowing, edging and trimming will be removed from the curbs, parking lots; street, walkways, planted beds and other adjacent surfaces on the same day as mowed. 1.6 Shrubs, Hedges and Ground Covers Care: Shrubs and hedges will be trimmed as necessary in order to maintain a proper height and appearance. 1.7 Trees and Palms: E Plants and shrubs shall be pruned at the best time for flower bud development, foliage growth; and as the health of the plant may require. Shrubs shall not be clipped into balled of boxed for unless such is required by the design. New sprouts win be removed from tree trunks. Low limbs and branches will be pruned and maintained to provide an 8' foot clearance over walkways, parking lots and other areas which may interfere the visibility to vehicles and pedestrians. 1.8 Weed Control: Weed control will be performed on plant beds and tree wells by means of manual, mechanical and /or chemical means. 1.9 Litter Control: Litter and debris generated by contractors from the landscape maintenance service will be removed on every visit. ZONE 2 City of South Miami Landscaping and. Maintenance Program for Median and Swale areas across from Metro Rail consists of the following services: 2.1 Mowing: The mowing of Median and Swale - Sunset Drive from US I from 80th street to 57th avenue will be performed thirty (24) times cycles per year. Mowing cycle consists of thirty (30) cycles per year. Once every (10) days, April I through September once every fourteen (14) days, October I through March 31 st • All leaves, litter and debris shall be removed from grass before mowing. • All mowers blades shall be sharp enough to cut, rather than tear, grass blades. • Rotary mowers shall be used on this contract. • All mowers are adjusted to the proper cutting height and level; to be measured from level grade surface to the parallel and level plane of the mower blade. • Mowing shall not be performed when weather or other conditions would cause damaged turf. 2.2 Fertilizing: Contractor shall be responsible for coordinating timing, delivery and application of all necessary fertilizer as follows: All trees, palms, grass areas and shrubs shall be fertilized three (3) times per year. 2.3 Edging: After each mowing, us~ a mechanical edger to edge to a neat uniform vertical line all grass abutting curbs, sidewalk, driveways, flush -paved surfaces, etc. as well as shrubs, ground covet bed, hedges, trees, etc. 2.4 Trimming of Grass: Grass will be trimmed simultaneously with the mowing at each visit. Grass trimming will be accomplished by a hand held power line trimmers. 2.5 Raking. Grass clippings caused by mowing, edging and trimming will be removed from the curbs, parking lots; street, walkways, planted beds and other adjacent surfaces on the same day as mowed. i[T 2.6 Shrubs Hedges and Ground Covers Care: Shrubs and hedges will be trimmed as necessary in order to maintain a proper height and appearance. 2.7 Trees and Palms: Plants and shrubs shall be pruned at the best time for flower bud development, foliage growth, and as the health of the plant may require. Shrubs shall not be clipped into balled of boxed for unless such is required by the design. New sprouts will be removed from tree trunks. Low limbs and branches will be pruned and maintained to pr6vlde an 8' foot clearance over walkways, parking lots and other areas which may interfere the visibility to vehicles and pedestrians. 2.8 Weed Control: Weed control will be performed on plant beds and tree wells by means of manual, mechanical and/or chemical means. 2.9 Litter Control: Litter and debris generated by contractors from the landscape maintenance service will be removed on every visit. ZONE 3 City of South Miami Landscaping and Maintenance Program for Median and Swale Areas consist of the following services: . 3.1 Mowing: The mowing of Median and Swale -from Sunset Drive from US I to 69th avenue will be perform thirty (24) times per year. Mowing cycle consists of thirty (24) cycles per year. Once every (10) days April I through September once every fourteen (14) days, October I through March 31 st • All leaves, litter and debris shall be" removed from grass before mowing. • All mowers blades shall be sharp enough to cut, rather than tear, grass blades. • Rotary mowers shall be used on this contract. • Mowing shall not be performed when weather or other conditions would cause damaged turf. • All mowers are adjusted to the proper cutting height and level; to be measured from level grade surface to the parallel and level plane of the mower blade. 3.2 Fertilizing: Contractor shall be responsible for coordinating timing, delivery and application of all necessary fertilizer as follows: All trees, palms, grass areas and shrubs shall be fertilized three (3) times per year: 3.3 Edging: After each mowing, use a mechanical edger to edge to a neat uniform vertical line all grass abutting curbs, sidewalk, driveways, flush -paved surfaces, etc. as well as shrubs, ground covet bed, hedges, trees, etc. 3.4 Trimming of Grass: it] Grass will be trimmed simultaneously with the mowing at each visit. Grass trimming will be accomplished by a hand held power line trimmers. 3.5 Raking: Grass clippings caused by mowing, edging and trimming will be removed from the curbs, parking lots; street, walkways, planted beds and other adjacent surfaces on the same day as mowed. 3.6 Shrubs Hedges and Ground Covers Care: Shrubs and hedges will be trimmed as necessary in order to maintain a proper height and appearance. 3.7 Trees and Palms: Plants and shrubs shall be pruned at the best time for flower bud development, foliage growth; and as the health of the plant may require. Shrubs shall not be clipped into balled of boxed for unless such is required by the design. New sprouts will be removed from tree trunks. Low limbs and branches will be pruned and maintained to provide an 8 foot clearance over walkways, parking lots and other areas which may interfere the visibility to vehicles and pedestrians. 3.8 Weed Control: Weed control will be performed on plant beds and tree wells by means of manual/ mechanical and /or chemical means. ' 3.9 Litter Control: Litter and debris generated by contractors from the landscape maintenance service will be removed on every visit. ZONE 4 City of South Miami Landscaping and Maintenance Program for Median and Swale consists of the following services: 4.1 Mowing: The mowing of Median and Swale -64th Street from 59th Ave. to 60th Ave. will be performed thirty (24) times cycles per year. Mowing cycle consists of thirty (24) cycles per year. Once every (10) days; April I through September once every fourteen (14) days; October I through March 31 st • All leaves, litter and debris shall be removed from grass before mowing. • All mowers blades shall be sharp enough to cut, rather than tear, grass blades. • Rotary mowers shall be used on this contract. • All mowers are adjusted to the proper cutting height and level; to be measured from level grade surface to the parallel and level plane of the mower blade. • Mowing shall not be performed when weather or other conditions would cause damaged turf. 4.2 Fertilizing: Contractor shall be responsible for coordinating timing, delivery and application of all necessary fertilizer as follows: All trees, palms, grass areas and shrubs shall be fertilized three (3) times per year. 12 4.3 Edging After each mowing, use a mechanical edger to edge to a neat uniform vertical line all grass abutting Curbs, sidewalk, driveways, flush -paved surfaces, etc. as well as shrubs, ground covet bed, hedges, trees, etc. 4.4 Trimming of Grass- Grass will be trimmed simultaneously with the mowing at each visit. Grass trimming will be accomplished by a hand held power line trimmers. 4.5 Raking -, Grass clippings caused by mowing, edging and trimming will be removed From the curbs, parking lots, street; walkways, planted beds and other adjacent surfaces on the same day as mowed. 4.6 Shrubs. Hedges and Ground Covers Care- Shrubs. and hedges will be trimmed as necessary in order to maintain a proper height and appearance. 4.7 Trees and Palms.- Plants and shrubs shall be pruned at the best time forf I ower bud development, foliage growth, and as the health of the plant may require. Shrubs shall not be clipped into balled of boxed for unless such is required by the design. New sprouts will be removed from tree trunks. Low limbs and branches will be pruned and maintained to provide an 8' foot clearance over walkways, parking lots and other areas which may interfere the visibility to vehicles and pedestrians. 4.8 Weed Control- Weed control will be performed on plant beds and tree wells by means of manual/ mechanical and /or chemical means. 4.9 Litter Control- Litter and debris generated by contractors from the landscape maintenance service will be removed on every visit. ZONES City of South Miami Landscaping and Maintenance Program for 57th Avenue from US I to Sunset Drive consists of the following services: 5.1 Mowing: The mowing of 57th Ave from US I to sunset Drive will be performed Thirty (24) times cycles per year. Mowing cycle. consists of thirty (24) cycles per year. Once every (10) days, April I through September once every fourteen (14) days, October I through March 31 st • All leaves, litter and debris shall be removed from grass before mowing. • All mowers blades shall be sharp enough to cut, rather than tear, grass blades. • Rotary mowers shall be used oft this contract. • Mowing shall not be performed when weather or other conditions would cause • Damaged turf. • All mowers are adjusted to the proper cutting height and level; to be measured • From level grade surface to the parallel and level • Plane of the mower blade. 5.2 Fertilizing: Contractor shall be responsible for coordinating timing, delivery and application of all necessary fertilizer as follows: All trees, palms, grass areas and shrubs shall be fertilized three (3) times per year. 5.3 Edging: IM After each mowing, use a mechanical edger to edge to a neat uniform vertical line all grass abutting curbs, sidewalk, driveways, flush -paved surfaces, etc, as well as shrubs, ground cover bed, hedges, trees, etc 5.4 Trimming of Grass: Grass will be trimmed simultaneously with the mowing at each visit. Grass trimming will be accomplished by a hand held power line trimmers. 5.5 Raking: Grass clippings caused by mowing, edging and trimming will be removed from the curbs, parking lots, street, walkways, planted beds and other adjacent surfaces on the same day as mowed. 5.6 Shrubs Hedges and Ground Covers Care: Shrubs and hedges will be trimmed as necessary in order to maintain a proper height and appearance. 5.7 Trees and Palms: Plants and shrubs shall be pruned at the best time for flower bud development, foliage growth; and as the health of the plant may require. Shrubs shall not be dipped into balled of boxed for unless such is required by the design. New sprouts will be removed from tree trunks. Low limbs and branches will be pruned and maintained to provide an 8' foot clearance over walkways, parking lots and other areas which may interfere the visibility to vehicles and pedestrians. 5.8 Weed Control: Weed control will be performed on plant beds and tree wells by means of manual/ mechanical and /or chemical means. 5.9 Litter Control Litter and debris generated by contractors from the landscape, maintenance service will be removed on every visit. ZONE City of South Miami Landscaping and Maintenance Program for. 1 1 Traffic Circles located throughout the City consists of the following services: 6.1 Mowing: The mowing of all I I Traffic Circles located throughout the City of So. Miami. The mowing will be performed twenty six (24) times cycles per year. Mowing cycle consists of twenty six (24) cycles per year. • All leaves, litter and debris shall be removed from grass before mowing. • All mowers blades shall be sharp enough to cut, rather than tear, grass blades. • Rotary mowers shall be used be this contract. • Mowing shall not be performed when weather or other conditions would cause • Damaged turf. • All mowers are adjusted to the proper cutting height and level; to be measured • From level grade surface to the parallel and level • Plane of the mower blade. 6.2 Fertilizing. 14 Contractor shall be responsible for coordinating timing, delivery and application of all necessary fertilizer as follows: All trees, palms, grass areas and shrubs shall be fertilized twice (2) times per year. 6.3 Edging: After each mowing, use a mechanical edger to edge to a neat uniform vertical line all grass abutting curbs, sidewalk, driveways, flush -paved surfaces, etc. as well as shrubs, ground cover bed, hedges, trees, etc. 6.4 Trimming of Grass: Grass will be trimmed simultaneously with the mowing at each visit. Grass trimming will be accomplished by a hand held power line trimmers. 6.5 Raking: Grass clippings caused by mowing, edging and trimming will be removed from the curbs, parking lots, street, walkways, planted beds and other adjacent surfaces on the same day as mowed. 6.6 Shrubs Hedges and Ground Covers Care: Shrubs and hedges will be trimmed as necessary in order to maintain a proper height and appearance. 6.7 Trees and Palms: Plants and shrubs shall be pruned at the best time for flower bud development foliage growth, and as the health of the plant may requite. Shrubs shall not be clipped into balled of boxed for unless such is required by the design. New sprouts will be removed from tree trunks. Low limbs and branches will be pruned and maintained to provide an O foot clearance over walkways, parking lots and other areas which may interfere the visibility to vehicles and pedestrians. 6.8 Weed Control: Weed control will be performed on plant beds and tree wells by means of manual mechanical and /or chemical means. 6.9 Litter Control: Litter and debris generated by contractors from the landscape maintenance service will be removed on every visit. 15 REFER TO "TECHNICAL SPECIFICATIONS" FOR DETAILS AND REQUIREMENTS FOR EACH ZONE FOR CYCLE CUTS; FERTILIZER APPLICATION; THREE -YEAR TOTAL. ALSO INCLUDE, OPTIONAL 2 -YEAR CONTRACT EXTENSION PRICING. *CYCLE CUTS 3 -Year Contract Period Optional 2 ®Year Contract Extension *Note: All Zones Require 24 Cuts per Year 16 ZONES Cycle Cuts 1 2 3 4 5 6 Total Year I Year 2 Year 3 CYCLE CUTS THREE YEAR TOTAL Optional 2 ®Year Contract Extension *Note: All Zones Require 24 Cuts per Year 16 FERTILIZER APPLICATION & 3 -YEAR CONTRACT TOTAL Fertilizer Zones I — S: Three Times Per Year Fertilizer 1 2 3 4 5 Total Application Year I Year 2 Year 3 L I FERTILIZER TOTAL • Fertilizer Zones 6: Two Times Per Year THREE -YEAR CONTRACT GRAND TOTAL: CYCLE CUTS AND FERTILIZER APPLICATION 17 FERTILIZER APPLICATION & 2 -YEAR CONTRACT EXTENSION TOTAL Fertilizer Zones I — 5: Three Times Per Year Fertilizer Application 1 2 3 4 5 Total Year 4 Year 5 FERTILIZER TOTAL • Fertilizer Zones 6: Two Times Per Year 2 -YEAR CONTRACT EXTENSION GRAND TOTAL: CYCLE CUTS AND FERTILIZER APPLICATION E GENERAL CONDITIONS & INFORMATION Citywide Landscaping RFP I . Submission of Request for Proposals Firms shall submit one (1) original unbound proposal, ten (10) additional copies and one (1) digital CD copy. Request for Proposals must be in conformance with the detailed submittal instructions and must be delivered by mail or courier personal delivery by Friday, April 6, 2012. at 10:00 A.M. shall be enclosed in a sealed envelope or container and shall have RFP Citywide Landscaping Services, and the name of the respondent clearly written on the exterior. No faxed or email RFP responses will be accepted. RFP's may be submitted in person or by mail to the following address: Office of City Clerk South Miami City Hall 6130 Sunset Drive South Miami, FL 33143 Upon submission, all documents become the property of the City of South Miami and are subject to public records laws. 2. Rules Regulations Laws Ordinances. & Licenses The awarded firm shall observe and obey all laws, ordinances, rules, and regulations of the federal, state, and local municipality, which .may be applicable to the service being provided. The firm shall have or be responsible for obtaining all necessary permits or licenses required in order to provide this service. 3. Requests for Additional Information or Questions Any requests for additional information or clarification should be submitted in writing by 10.00 A M local time on Wednesday. April 4. 2012 to the attention of Steven Kulick, C.P.M. Purchasing Manager at skulick@southmiamifl.gov or via facsimile at (305) 667 -78069 The issuance of a written addendum is the only official method whereby interpretation and /or clarification of information can be given. If any addendums are issued to this RFP, the City will notify all prospective firms via the City's website. 4. Lobb in All firms and their agents who intend to submit, or who have submitted, bids or responses for the City of South Miami Citywide Landscaping Services are hereby placed on formal notice that neither City Commissioners, candidates for City Commissioners, members of the Evaluation Selection Committee, nor any employee of the City of South Miami are to be lobbied either individually or collectively concerning this City of South Miami Citywide Landscaping Services RFP. Moreover, such firms and their agents shall comply with the "Cone of Silence" prohibitions contained in the Miami -Dade County's Cone of Silence Ordinance Part III, chapter 2, article I, section 2 -1 1.1(t)(a).Contact should only be made through regularly scheduled Commission meetings, Evaluation 19 Selection Committee meetings scheduled for interviews and /or negotiations, or meetings scheduled through the Purchasing Division, which are for the purposes of obtaining additional or clarifying information. 5. Reserves the Right The City anticipates awarding one or more contract(s) for services as a result of this Request for Proposals. The City, however, reserves the right to reject any and all submitted Proposals and to further define or limit the scope of the award. The City reserves the right to request additional information from Firms as deemed necessary. Notice is also given of the possibility that an award may be made without discussion or after limited negotiations. It is, therefore, important that all the parts of the Request for Proposals be completed in all respects. The City reserves the right to negotiate modifications to Proposals that it deems acceptable, reject any and all RFP in its sole discretion, and to waive any irregularities in the response to the RFP or in the procedures. 6. Contract Cancellation The resulting contract may be canceled at any time by the City of South Miami for any reason, upon a thirty (30) day written cancellation notice. 7. Ownership of Preliminary and Final Records All preliminary and final documentation and records shall become and remain the sole property of the City. The awarded firm shall maintain original documents thereof for its records and for its future professional endeavors and provide reproducible copies to the City. In the event of termination of the agreement, the proposing firm shall cease work and deliver to the City all documents (including .reports and all other data and material prepared or obtained by the awarded firm in connection with the City of South Miami Citywide Landscaping Services RFP), as well as all documents bearing the professional seal of the firm. The City shall, upon delivery of the aforesaid documents, pay the firm and the firm shall accept as full payment for its services there under, a sum of money equal to the percentage of the work done by the firm and accepted as satisfactory to the City. The Firm shall warrant and certify that it has the right to use, and the right to license the City to use, all copyrighted material that is developed for or used in the Work to be performed and the contract with the selected Firm shall contain a provision granting the City the right to used such copyrighted material, or at the City's option assigned to the City, so long as it is needed to complete the project. 8. Indemnification The proposing firm shall indemnify and hold harmless the City, its officers and employees, from liabilities, damages, losses and costs, including, but not limited to, reasonable attorney's fees, to the extent caused by the negligence, recklessness, or 20 intentional wrongful misconduct of the proposing firm and any persons employed or utilized by proposing firm in the performance of this contract. 9. Equal Employment In accordance with Federal, State and Local law, the proposing firm will not discriminate against any employee or applicant for employment because of race, color, ethnicity, religion, sex, sexual orientation, national origin or handicap. The proposing firm will be required to comply with all aspects of the Americans with Disabilities Act (ADA) during the performance of this contract. 10. Insurance Without limiting its liability, the proposing firm shall be required to procure and maintain at its own expense during the life of the Contract, insurance of the types and in the minimum amounts stated below as will protect the proposing firm, from claims which may arise out of or result from the proposing firm's execution of a contract with the City of South Miami for Citywide Landscaping Services, whether such execution by the firm or by any sub - consultant, or by anyone directly or indirectly employed by any of them or by anyone for whose acts any of them may be liable. The firm shall not commence WORK on this Agreement until he has obtained all insurance required by the City. The firm shall indemnify and save the City harmless from any and all damages, claims, liability, losses and causes of actions of any kind or nature arising out of a negligent error, omission, or act of the firm, its agents, representatives, employees, Sub - Contractor, or assigns, incident to arising out of or resulting from the performance of the firm professional services under this Agreement. The firm shall pay all claims and losses of any kind or nature whatsoever, in connection therewith, including the City's attorney's fees and expenses in the defense of any action in law or equity brought against the City arising from the negligent error, omission, or act of the firm, its agents, representatives, employees, Sub - Contractor, or assigns, incident to, arising out of or resulting from the performance of the firm's services under this Agreement.. The firm agrees and recognizes that the City shall not be held liable or responsible for any claims, including the costs and expenses of defending such claims which may result from or arise out of actions or omissions of the firm, its agents, representatives, employees, Sub - Contractors, sub- contractors, or assigns. In reviewing, approving or rejecting any submissions or acts of the firm, the City in no way assumes or shares responsibility or liability of the firm, Sub- Contractors, their agents or assigns. The firm shall maintain during the term of this Agreement the following insurance: A. Professional Liability Insurance on a Florida approved form in the amount of $1,000,000 with deductible per claim if any, not to exceed 5% of the limit of liability providing for all sums which the firm shall become legally obligated to pay as damages for claims arising out of the services or work performed by the firm its agents, representatives, Sub - Contractors or assigns, or by any person employed or retained 21 by him in connection with this Agreement. This insurance shall be maintained for four years after completion of the construction and acceptance of any Project covered by this Agreement. However, the firm may purchase Specific Project Professional Liability Insurance, in the amount and under the terms specified above, which is also acceptable. B. Comprehensive general liability insurance with broad form endorsement, on a Florida approved form including automobile liability, completed operations and products liability, contractual liability, severability of interest with cross liability provision, and personal injury and property damage liability with limits of $1,000,000 combined single limit per occurrence and $2,000,000 aggregate, including: • Personal Injury: $1,000,000; • Medical Insurance $25,000 per person; • Property Damage: $50,000.00 each occurrence; • Automobile Liability: $1,000,000 each accident/occurrence. C. Umbrella Commercial General Liability insurance on a Florida approved form with the same coverage as the primary insurance policy but in the amount of $2,000,000 per claim. The City must be named as additional "named" insured for all except Workers' Compensation, and reflect the indemnification and hold harmless provision contained herein. Policy must specify whether it is primary or excess /umbrella coverage. City must receive 10 days advance written notice of any policy modification and 30 days advance written notice of cancellation, including cancellation for non - payment of premiums. All insurance must remain in full force and effect for the duration of the contract period with the City. The firm must provide not only a "certified copy" of the Binder but also the Policy itself with the name, address and phone number of the agent and agency procuring the insurance. D. Workman's Compensation Insurance in compliance with Chapter 440, Florida Statutes, as presently written or hereafter amended. E. The policies except for Section IOA shall contain where applicable, shall expressly provide that such any other collective insurance that City may have. time to request a copy of the required policies for "severability of interest" or "cross liability" claus payment of the City. waiver of subrogation against City policy or policies are primary over The City reserves the right at any review. All policies shall contain a e without obligation for premium F. All of the above insurance required to be provided by the firm is to be placed with BEST rated A -13 (A -VIII) or better insurance companies, qualified to do business under the laws of the State of Florida on approved Florida forms. 22 The firm shall furnish certified copies of all "Binders" or certificates of insurance to the City prior to the commencement of operations, which "Binders" or certificates shall clearly indicate that the firm has obtained insurance in the type, amount, and classification as required for strict compliance with this Section and that no reduction in limits by endorsement during the policy term, or cancellation of this insurance shall be effective without thirty (30) days prior written notice to the CITY. Compliance with the foregoing requirements shall not relieve the firm of his liability and obligations under this Section or under any other portion of this Agreement. Firm agrees to supply copies of certificates of insurance to the City verifying the above - mentioned insurance coverage. Firm agrees to list City as an Additional Insured of the firm General liability insurance and shall provide the City quarterly reports concerning any and all claims. 11. Opening of Request for Proposals Request for Proposals will be opened and evaluated after the final date and time set for receipt. The City may request proposing firm(s) considered for award to make an oral presentation to a selection board or to submit additional data. 12. Rejection of Proposals The City reserves the right to reject any and all Request for Proposals. It also reserves the right to waive any minor irregularities in connection with Request for Proposals. 13. Acceptance of Proposal Within thirty (30) days after the final submission date for Request for Proposals, the City will act upon them. The Successful Firm will be requested to enter into negotiations to produce a contract. for City of South Miami Citywide Landscaping Services. The City reserves the right to terminate negotiations in. the event it deems progress towards a contract to be insufficient. 14. Applicable ble Law All applicable laws and regulations of the State of Florida and ordinances and regulations of the City of South Miami will apply to any resulting agreement and venue for any action arising out of any agreement shall be in Miami -Dade County, Florida and such right shall remain solely with the City. 15. Oualification of Proposing Firm Request for Proposals will be considered from firms normally engaged in providing the services requested. The proposing Firm must demonstrate adequate experience, organization, offices, equipment and personnel to ensure prompt and efficient service to the City of South Miami. The City reserves the right, before recommending any award, to inspect the offices and organization or to take any other action necessary to 23 determine ability to perform in accordance with the specifications, terms and conditions. The City of South Miami will determine whether the evidence of ability to perform is satisfactory and reserves the right to reject any response to Request for Proposals where evidence submitted, or investigation and evaluation, indicates inability of a firm to perform. 16. Designated Contact The awarded firm shall appoint a person to act as a primary contact with the City of South Miami. 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 of the contract. All contact persons shall have sufficient command of the English language so as to accurately communicate verbally and in writing. 17. Deviations from Specifications The awarded Firm shall clearly indicate, as applicable, all areas in which the services proposed do not fully comply with the requirements of this Request for Proposal. The decision as to whether an item fully complies with the stated requirements rests solely with the City of South Miami. 18. Precedence of Conditions The proposing Firm, by virtue of submitting a proposal, agrees that City's General Provisions, Terms and Conditions herein will take precedence over any terms and conditions submitted with the proposal, either appearing separately or included. Any conflict between the provisions, terms and conditions of this document and the. Firm's proposal shall be resolved in favor of this document. All proposals shall be presumed to include all the provisions, terms and conditions of this document unless the City specifically waives those provisions, terms and conditions in a writing sighed by the City Manager, 19. Proposal Withdrawal After responses to the Request for Proposals are opened, corrections or modifications to Proposals are not permitted, but the proposing firm may be permitted to withdraw an erroneous proposal prior to the proposal award by City Commission, if the following is established: 19.1 That the proposing firm acted in good faith in submitting the proposal;.and 19.2 That the error was not the result of gross negligence or willful inattention on the part of the firm; and 19.3 That the error was discovered and communicated to the City within twenty-four (24) hours of proposal opening, along with a request for permission to withdraw the proposal; and 24 19.4 The firm submits documentation and an explanation of how the proposal error was made. 20. Public Entity Crimes A person or affiliate who has been placed on the Convicted Vendors List following a conviction for a public entity crime may not submit a proposal on a contract to provide any services to a public entity, may not submit Request for Qualifications on leases of real property to a public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for a period of 36 months from the date of being placed on the Convicted Vendors List. 21. Contingent Fees Prohibited The proposing firm must warrant that it has not employed or retained a company or person, other than a bona fide employee, contractor or subcontractor, working in its employ, to solicit or secure a contract with the CITY, and that it has not paid or agreed to pay any person, company, corporation, individual or firm other than a bona fide employee, contractor or sub - consultant, working in its employ, any fee, commission, percentage, gift or other consideration contingent upon or resulting from the award or making of a contract with the City. 22. City of South Miami Citywide Landscaping Services Records All records in any manner whatsoever assigned to the City of South Miami, or any designated portion thereof which are in the possession of the proposing firm or proposing firm's sub - consultants, shall be made available, upon request by the CITY, for inspection and copying upon written request of the CITY. Additionally, said records shall be made available, upon request by the CITY to any state, federal or other regulatory authorities and any such authority may review the same. Said records include, but are not limited to, all submittals, correspondence, minutes, memoranda, tape recordings, videos, or other writings. Said records expressly include those documents reflecting the time expended by the proposing firm and its personnel in performing the obligations of this Contract and the records of expenses incurred by the proposing firm in its performance under said contract. 23. Auditable Records The proposing firm 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 principles, and the City reserves the right to determine record - keeping method in the event of non - conformity. These records shall be maintained for five (5) years after final payment has been made and shall be readily available to City personnel with reasonable. notice, and to other persons in accordance with the Florida Public Disclosure Statutes. 25 24. Unauthorized Aliens The employment of unauthorized aliens by any firm is considered a violation of Federal Law. If the Contractor knowingly employs unauthorized aliens, such violation shall be cause for unilateral cancellation of any contract resulting from this RFP. This applies to any sub - contractors used by the firm as well. 25. Waiver 26. Failure of the City to take any action with respect to any breach of any term, covenant, provision or condition contained in the agreement, or any instance of default there under by the awarded firm shall not be deemed to be a waiver of such term, covenant, provision or condition nor shall it be deemed to be waiver of any future default.Attorney's Fees: In the event of any litigation between the parties arising out of or relating in any way to this Agreement or a breach thereof, each party shall bear its own costs and legal fees. 26 SUBMISSION REQUIREMENTS itywide Landscaping Services It is imperative that the information submitted is precise, clear, and complete. All submittals must be presented one (1) original unbound proposal, ten (10) additional copies and one (1) digital Flash Drive or CD copy, an 8 1/2" x I I", tabbed for the following format (submittals not conforming to this format may be disqualified from further consideration). Request for Qualifications should include the requirements listed below. Submittals submitted without meeting ALL the requirements may be considered non - responsive. I. Format Sections and subsections should correspond in sequence with those identified below. All additional information that the Consultant believes is unique to a section and does not fit the established outline maybe included at the end of each section under a subheading "Additional Information." The following information shall be provided in the order detailed: failure to provide any one part of this section without appropriate explanation may result in disqualification of proposal. a. Title Page - List the RFP subject, the name of the firm, address, telephone number, email address, contact person and date. b. Table of contents - Include a clear identification of the material included in the submittal by page number. c. Letter of Interest -- Limit two (2) pages. Make a positive commitment to perform the required work within a specified timeline, acknowledgement of receipt of addenda. Give the name(s) of the ,person(s) who will be authorized to make representation for the firm, their title, phone number and email address. d. Qualifications and Experience I. Provide a brief discussion of the firm's understanding and approach to the work described herein. 2. A resume of the individual(s) who will work on City matters and a statement identifying the individual(s) who will attend meetings and have primary responsibility for City matters and whether the individuals) represents other municipalities. 3. A list of any individual(s) or firm with whom the Respondent has a contractual relationship or other business affiliation. 27 4. A disclosure of the following: (a) any relationships between the individual(s) of the firm and any Commission member, his /her spouse, or family: (b) any relationship between any individual(s) of the firm and any business or entity owned by a Commission member or their family or in which a Commission member or their family has or had an interest; (c) any other information concerning any relationships between the individual(s) of the firm and any Commission member which the Respondent deems might be relevant to the Commission's consideration; (d) such other governmental or quasi" governmental entities which are represented by the individual(s) /firm, and the nature of the representation in such matters; and (e) a "conflict list" if the same is maintained by the individual(s) or the firm. 5. Three (3) contracts the individuals) /firm performed involving services similar to those detailed herein. The schedule of the work, cost of the work and scope of work for each such contract. 6. Three (3) references. 7. Resumes for each of the firm's staff whowill be performing any of the work. e. Respondent's Sworn Statement Under Section 287.133(3)(A), Florida Statutes, on Attachment #1 "Public Entity Crimes and Conflicts of Interest Affidavit," shall be completed and provided with the proposal submittal. f. Neither the individuals) /firm, nor any of his /her /its employees shall be permitted to represent any client before the Commission or any Committee, department or agency of the City, and shall agree not to undertake any other private representation which might create a conflict of interest with the City. The individual(s) /firm may not represent any Commission member, individually, or, any member of their family or any business in which the Commission member of their family has an interest. & All proposals received will be considered public records. The City will consider all proposals using such criteria as the Commission may adopt at its sole discretion. The individuals) /firm selected will be required to enter into a formal agreement with the City, prior to the execution of which the City shall reserve all rights, including the right to change its selection. h. Respondent's Attachment # 2 "Drug Free Workplace" form shall be completed and provided with the proposal submittal. i. Respondent's Attachment # 3 "No Conflict of Interest/Non Collusion Affidavit," shall be completed and provided with the proposal submittal. Cost Proposal — All proposals shall include a Cost Proposal with their submittal. M EVALUATION AND SELECTION OF CONTRACTOR Citywide Landscaping Services I. Qualifications shall be reviewed by the City's Evaluation Selection Committee or such other committee. The committee determines and prepares a ranking of the firms. The ranking of these firms shall be based on qualifications applicable to the scope and nature of the services required by this request. Determination shall include, but not be limited to, the following: A. The proposer 's demonstrated understanding of the City's requirements and plans for meeting the same; B. The professional qualifications and related experience of the persons assigned to this contract; C. The prior experience and references of the proposer; D. The size, the City has no size preference, and organizational structure of the proposer; and, E. The cost proposal. 2. The committee may request that each short- listed firm make a presentation and be available for an interview. All expenses, including travel expenses for interviews, incurred in the preparation of the proposal shall be borne by the proposer. After presentations and interviews have been completed, the proposers shall be ranked by the Evaluation Selection Committee, 3. The Evaluation Selection Committee will present the ranking to the City Manager for initial review and approval .followed by City Commission consideration and final approval. 4. The City will negotiate a Contract with the top ranked firm. Should the City be unable to negotiate a satisfactory contract which is competitive, reasonable, and adequate, negotiations with that firm shall terminate and the City shall proceed to negotiate a contract with the other proposers starting with the next highest ranked firm; and, ultimately, should all such negotiations fail, all proposals shall be rejected and this solicitation shall be re- issued. i±U This checklist indicates the forms and documents required to be submitted for this Request for Proposal (RFP) to be presented by the deadline set for within the RFP. Please check off and submit documents in the order listed below. Fulfillment of all proposal requirements listed is mandatory for consideration of proposals. The proposal shall include the following items: Bidder Qualification Statement Non - Collusion Affidavit Public Entity Crimes and Conflicts of Interest Drug Free Workplace Acknowledgement of Conformance with OSHA Standards List of Proposed Subcontractors and Principal Suppliers Indemnification and Insurance Documents Cost Proposal, (Pricing Sheets) Submit this checklist along with your proposal indicating the completion and submission of each required forms and /or documents. MIJ EXHIBIT #1 CITYWIDE LANDSCAPING SERVICES AGREEMENT 31 EXHIBIT# I CITYWIDE LANDSCAPING SERVICES AGREEMENT THIS AGREEMENT is made between SF111 Selvvic-e � . j tic..._ , a Florida corporation, ( "Company') and the City of South Miami, a Florida municipal corporation, ( "City "), on .rv^c< / 5' this day of, 2012. WHEREAS, the City desires to contract with a Company to perform various landscaping duties within and outside City boundaries. NOW, THEREFORE, in consideration of the mutual promises and agreements hereinafter set forth, the receipt and sufficiency of which are hereby acknowledged, and, at the City's option, contingent upon the completion and submittal of all required bid documents, the parties agree as follows: SCOPE OF SERVICES. The Company shall perform various landscape maintenance services for public rights =of- -way within and outside of the City. The work covered by the specifications herein shall be for landscape maintenance services as described n the contract documents. The contract documents shall include this contract, the documents referred to in the contract, the Request for Proposal ( "RFP ") and all attachments and documents referred to in the RFP. Service Area will be within the City of South Miami rights -of -way, State DOT rights -of way, South Florida Water Management District rights -of -way, both in and outside of the City. LOCATIONS OF WORK The listing of locations that define the areas to be maintained are referenced in "Technical Specifications." The City reserves the right to remove specific locations on a temporary or permanent basis, as deemed appropriate. TECHNICAL SPECIFICATIONS ZONE I City of South Miami Landscaping and Maintenance Program for Bird Road from 65th Avenue to 57th Avenue (Zone 1) consists of the following services: 1.10 Mowing: The mowing of Bird Road from 65th avenue to 57th avenue will be performed thirty (24) cycles per year. Mowing cycle consists of thirty (24) cycles per year. Once every (10) days, April I through September once every fourteen (14) days, October I through March 31 st • All leaves, litter and debris shall be removed from grass before mowing. • All movers blades shall be sharp enough to cut, rather than tear, grass blades. • Rotary mowers shall be used on this contract. 32 • All mowers are adjusted to the proper cutting height and level; to be measure from level grade surface to the parallel and level plane of the mower blade. • Mowing shall not be performed when weather or other conditions would cause damaged turf. I.II Fertilizing: Contractor shall be responsible for coordinating timing, delivery and application of all necessary fertilizer as follows: All trees, palms, grass areas and shrubs shall be fertilized three (3) times per year. 1.12 Edging: After each mowing, use a mechanical edger to edge to a neat uniform vertical line all grass abutting curbs, sidewalk, driveways, flush -paved surfaces, etc. as well as shrubs, ground covet bed, hedges, trees; etc. 1.13 Trimming of Grass: Grass will be trimmed simultaneously with the mowing at each visit. Grass trimming will be accomplished by a hand held power line trimmers. 1.14 Raking: Grass clippings caused by mowing, edging and trimming will be removed from the curbs, parking lots; street, walkways, planted beds and other adjacent surfaces on the same day as mowed. 1. IS Shrubs, Hedges and Ground Covers Care. Shrubs and hedges will be trimmed as necessary in order to maintain a proper height and appearance. 1.16 Trees and Palms: Plants and shrubs shall be pruned at the best time for flower bud development, foliage growth; and as the health of the plant may require. Shrubs shall not be clipped into balled of boxed for unless such is required by the design. New sprouts win be removed from tree trunks. Low limbs and branches will be pruned and maintained to provide an 8' foot clearance over walkways, parking lots and other areas which may interfere the visibility to vehicles and pedestrians. 1.17 Weed Control: Weed control will be performed on plant beds and tree wells by means of manual, mechanical and /or chemical means. 1.18 Litter Control: Litter and debris generated by contractors from the landscape maintenance service will be removed on every visit. ZONE 2 City of South Miami Landscaping and Maintenance Program for Median and Swale areas across from Metro Rail consists of the following services: 2.10 Mowing: 33 The mowing of Median and Swale - Sunset Drive from US I from 80th street to 57th avenue will be performed thirty (24) times cycles per year. Mowing cycle consists of thirty (24) cycles per year. Once every (10) days, April I through September once every fourteen (14) days, October I through March 31 st • All leaves, litter and debris shall be removed from grass before mowing. • All mowers blades shall be sharp enough to cut, rather than tear, grass blades. • Rotary mowers shall be used on this contract. • All mowers are adjusted to the proper cutting height and level; to be measured from level grade surface to the parallel and level plane of the mower blade. • Mowing shall not be performed when weather or other conditions would cause damaged turf. 2.11 Fertilizing: Contractor shall be responsible for coordinating timing, delivery and application of all necessary fertilizer as follows: All trees, palms, grass areas and shrubs shall be fertilized three (3) times per year: 2.12 Edging: After each mowing, us~ a mechanical edger to edge to a neat uniform vertical line all grass abutting curbs, sidewalk, driveways, flush -paved surfaces, etc. as well as shrubs, ground covet bed, hedges, trees, etc. 2.13 Trimming of Grass: Grass will be trimmed simultaneously, with the mowing at each visit. Grass trimming will be accomplished by a hand held power line trimmers. 2.14 Raking: Grass clippings caused by mowing, edging and trimming will be removed from the curbs, parking lots; street, walkways, planted beds and other adjacent surfaces on the same day as mowed. 2.15 Shrubs Hedges and Ground Covers Care: Shrubs and hedges will be trimmed as necessary in order to maintain a proper height and appearance. 2.16 Trees and Palms: Plants and shrubs shall be pruned at the best time for flower bud development, foliage growth, and as the health of the plant may require. Shrubs shall not be clipped into balled of boxed for unless such is required by the design. New sprouts will be removed from tree trunks. Low limbs and branches will be pruned and maintained to pr6vlde an 8' foot clearance over walkways, parking lots and other areas which may interfere the visibility to vehicles and pedestrians. 2.17 Weed Control: Weed control will be performed on plant beds and tree wells by means of manual, mechanical and /or chemical means. 2.18 Litter Control: 34 Litter and debris generated by contractors from the landscape maintenance service will be removed on every visit. ZONE 3 City of South Miami Landscaping and Maintenance Program for Median and Swale Areas consist of the following services: 3.1 Mowing: The mowing of Median and Swale -from Sunset Drive from US I to 69th avenue will be perform thirty (24) times per year. Mowing cycle consists of thirty (24) cycles per year. Once every (10) days April I through September once every fourteen (14) days, October I through March 31 st • All leaves, litter and debris shall be" removed from grass before mowing. • Alf mowers blades shall be sharp enough to cut, rather than tear, grass blades. • Rotary mowers shall be used on this contract. • Mowing shall not be performed when weather or other conditions would cause damaged turf. • All mowers are adjusted to the proper cutting height and level; to be measured from level grade surface to the parallel and level plane of the mower blade. 3.2 Fertilizing: Contractor shall be responsible for coordinating timing, delivery and application of all necessary fertilizer as follows: All trees, palms, grass areas and shrubs shall be fertilized three (3) times per year: 3.3 Edging: After each mowing, use a mechanical edger to edge to a neat uniform vertical line all grass abutting curbs, sidewalk, driveways, flush -paved surfaces, etc. as well as shrubs, ground covet bed, hedges, trees, etc. 3.4 Trimming of Grass: Grass will be trimmed simultaneously with the mowing at each visit. Grass trimming will be accomplished by a hand held power line trimmers. 3.5 Raking: Grass clippings caused by mowing, edging and trimming will be. removed from the curbs, parking lots; street, walkways, planted beds and other adjacent surfaces on the same day as mowed. 3.6 Shrubs Hedges and Ground Covers Care: Shrubs and hedges will be trimmed as necessary in order to maintain a proper height and appearance. 3.7 Trees and Palms: Plants and shrubs shall be pruned at the best time for flower bud development, foliage growth; and as the health of the plant may require. Shrubs shall not be clipped into balled of boxed for unless such is required by the design. New sprouts will be removed from tree trunks. Low limbs 35 and branches will be pruned and maintained to provide an 8 foot clearance over walkways, parking lots and other areas which may interfere the visibility to vehicles and pedestrians. 3.8 Weed Control: Weed control will be performed on plant beds and tree wells by means of manual/ mechanical and /or chemical means. ` 3.9 Litter Control: Litter and debris generated by contractors from the landscape maintenance service will be removed on every visit. ZONE 4 City of South Miami Landscaping and Maintenance Program for Median and Swale consists of the following services: 4.10 Mowing: The mowing of Median and Swale -64th Street from 59th Ave. to 60th Ave. will be performed thirty (24) times cycles per year. Mowing cycle consists of thirty (24) cycles per year. Once every (10) days; April I through September once every fourteen (14) days; October I through March 31 st • All leaves, litter and debris shall be removed from grass before mowing. • All mowers blades shall be sharp enough to cut, rather than tear, grass blades. • Rotary mowers shall be used on this contract. • All mowers are adjusted to the proper cutting height and level; to be measured from level grade surface to the parallel and level plane of the mower blade. • Mowing shall not be performed when weather or other conditions would cause damaged turf. 4.11 Fertilizing: Contractor shall be responsible for coordinating timing, delivery and application of all necessary fertilizer as follows: All trees, palms, grass areas and shrubs shall be fertilized three (3) times per year. 4.12 Edging After each mowing, use a mechanical edger to edge to a neat uniform vertical line all grass abutting Curbs, sidewalk, driveways, flush -paved surfaces, etc. as well. as shrubs, ground covet bed, hedges, trees, etc. 4.13 Trimming of Grass- Grass will be trimmed simultaneously with the mowing at each visit. Grass trimming will be accomplished by a hand held power line trimmers. 4.14 Raking -, Grass clippings caused by mowing, edging and trimming will be removed From the curbs, parking lots, street; walkways, planted beds and other adjacent surfaces on the same day as mowed. 4.15 Shrubs. Hedges and Ground Covers Care- Shrubs, and hedges will be trimmed as necessary in order to maintain a proper height and appearance. 4.16 Trees and Palms: Plants and shrubs shall be pruned at the best time forf I ower bud development, foliage growth, and as the health of the plant .may require. Shrubs shall not be clipped into balled of boxed for unless such is required by the design. New sprouts will be krol removed from tree trunks. Low limbs and branches will be pruned and maintained to provide an 8' foot clearance over walkways, parking lots and other areas which may interfere the visibility to vehicles and pedestrians. 4.17 Weed Control- Weed control will be performed on plant beds and tree wells by means of manual/ mechanical and /or chemical means. 4.18 Litter Control- Litter and debris generated by contractors from the landscape maintenance service will be removed on every visit. ZONE 5 City of South Miami Landscaping and Maintenance Program for 57th Avenue from US I to Sunset Drive consists of the following services: 5.10 Mowing: The mowing of 57th Ave from US I to sunset Drive will be performed Thirty (24) times cycles per year. Mowing cycle. consists of thirty (24) cycles per year. Once every (10) days, April 1 through September once every fourteen (14) days, October I through March 31 st • All leaves, litter and debris shall be removed from grass before mowing. • All mowers blades shall be sharp enough to cut, rather than tear, grass blades. • Rotary mowers shall be used oft this contract. • Mowing shall not be performed when weather or other conditions would cause • Damaged turf. • All mowers are adjusted to the proper cutting height and level; to be measured • From level grade surface to the parallel and level • Plane of the mower blade. 5.11 Fertilizing: Contractor shall be responsible for coordinating timing, delivery and application of all necessary fertilizer as follows: All trees, palms, grass areas and shrubs shall be fertilized three (3) times per year. 5.12 Edging: After each mowing, use a mechanical edger to edge to a neat uniform vertical line all grass abutting curbs, sidewalk, driveways, flush -paved surfaces, etc. as well as shrubs, ground cover bed, hedges, trees, etc 5.13 Trimming of Grass: Grass will be trimmed simultaneously with the mowing at each visit. Grass trimming will be accomplished by a hand held power line trimmers. 5.14 Raking. Grass clippings caused by mowing, edging and trimming will be removed from the curbs, parking lots, street, walkways, planted beds and other adjacent surfaces on the same day as mowed. 5.15 Shrubs Hedges and Ground Covers Care: Shrubs and hedges will be trimmed as necessary in order to maintain a proper height and appearance. 5.16 Trees and Palms: 37 Plants and shrubs shall be. pruned at the best time for flower bud development, foliage growth; and as the health of the plant may require. Shrubs shall not be dipped into balled of boxed for unless such is required by the design. New sprouts will be removed from tree trunks. Low limbs and branches will be pruned and maintained to provide an 8' foot clearance over walkways, parking lots and other areas which may interfere the visibility to vehicles and pedestrians. 5.17 Weed Control: Weed control will be performed on plant beds and tree wells by means of manual/ mechanical and /or chemical means. 5.18 Litter Control Litter and debris generated by contractors from the landscape, maintenance service will be removed on every visit. ZONE 6 City of South Miami Landscaping and Maintenance Program for I I Traffic Circles located throughout the City consists of the following services: 6.1 Mowing: The mowing of all I I Traffic Circles located throughout the City of So. Miami. The mowing will be performed twenty six (24) times cycles per year. Mowing cycle consists of twenty six (24) cycles per year. • All leaves, litter and debris shall be removed from grass before mowing. • All mowers blades shall be sharp enough to cut, rather than tear, grass blades. • Rotary mowers shall be used be this contract. • Mowing shall not be performed when weather or other conditions would cause • Damaged turf. • All mowers are adjusted to the proper cutting height and level; to be measured • From level grade surface to the parallel and level • Plane of the mower blade. 6.2 Fertilizing: Contractor shall be responsible for coordinating timing, delivery and application of all necessary fertilizer as follows: All trees, palms, grass areas and shrubs shall be fertilized twice (2) times per year. 6.3 Edging: After each mowing, use a mechanical edger to edge to a neat uniform vertical line all grass abutting curbs, sidewalk, driveways, flush -paved surfaces, etc. as well as shrubs, ground cover bed, hedges, trees, etc. 6.4 Trimming of Grass: Grass will be trimmed simultaneously with the mowing at each visit. Grass trimming will be accomplished by a hand held power line trimmers. 6.5 Raking: Grass clippings caused by mowing, edging and trimming will be removed from the curbs, parking lots, street, walkways, planted beds and other adjacent surfaces on the same day as mowed. 6.6 Shrubs Hedges and Ground Covers Care: RE Shrubs and hedges will be trimmed as necessary in order to maintain a proper height and appearance. 6.7 Trees and Palms: Plants and shrubs shall be pruned at the best time for flower bud development foliage growth, and as the health of the plant may requite. Shrubs shall not be clipped into balled of boxed for unless such is required by the design. New sprouts will be removed from tree trunks. Low limbs and branches will be pruned and maintained to provide an 8' foot clearance over walkways, parking lots and other areas which may interfere the visibility to vehicles and pedestrians. 6.8 Weed Control: Weed control will be performed on plant beds and tree wells by means of manual mechanical and /or chemical means. 6.9 Litter Control: Litter and debris generated by contractors from the landscape maintenance service will be removed on every visit. M PRICING Citywide Landscaping DO NOT SUBMIT PRICING IN THIS SECTION TBD l� M t s FIL�j oz TERM: The term of this contract is three (3) years and shall commence on the first calendar day of the month succeeding the notice of award. PERSONNEL: All Company personnel fulfilling the terms of this Agreement, shall be employed solely by the Company and be employees of the Company. Company agrees to pay the following for Company employees: Wages Income tax withholdings Social security withholdings State unemployment insurance Federal unemployment insurance Workmen's compensation insurance Company shall train personnel. Personnel not performing up to the standards of the City will be replaced by the Company immediately. OPTION TO RENEW: The City shall have the option to renew this contract for one, two -year period consecutively. Continuation of the contract beyond the initial period is the City's prerogative, and not the right of the Company. This prerogative may be exercised only when such continuation is clearly in the best interest of the City. Should the Company decline the City's right to exercise the option period, the City will consider the Company in default which decision shall affect the Company's eligibility for future contracts. The pricing schedule for the two -year contract extension shall apply and is attached as "Pricing" and is part of this agreement by way of reference. INSURANCE /LIABILITY: The Company shall maintain and keep in full force and effect the coverage as set forth in the City's standard insurance requirements, a copy of which is attached as "Genera! Conditions and Information #8 and #10" and is part of this agreement by way of reference. TAXES: Company shall be responsible for all payments of federal, state, and /or local taxes related to the Operations, inclusive of sales tax if applicable. INDEPENDENT CONTRACTOR: Company is an independent entity under this Agreement and nothing herein shall be construed to create a partnership, joint venture, or agency relationship between the parties. DUTIES AND RESPONSIBILITIES: Company agrees to provide its services during the term of this Agreement in accordance with all applicable laws, regulations, and health and safety standards. LICENSES AND CERTIFICATIONS: Company shall secure all necessary business and professional licenses at its sole expense prior to executing the Agreement. 41 CANCELLATION: The City shall have the right to cancel this Agreement with or without cause upon sixty (60) days written notice to Company. Upon termination, the City shall be entitled to a refund of any monies paid for any period of time subsequent to date of termination. ENTIRE AGREEMENT, MODIFICATION, and BINDING EFFECT: This Agreement constitutes the entire agreement of the parties and supersedes any prior agreements, understandings, representation or negotiation, written or oral. This Agreement may not be modified or amended except in writing, signed by both parties hereto. This Agreement shall be binding upon and inure to the benefit of the City and Company and to their respective heirs, successors and assigns. CUMULATIVE REMEDIES: The duties and obligations imposed by the contract documents, if any, and the rights and remedies available hereunder, and, in particular but without limitation, the warranties, guarantees and obligations imposed upon Company by the Contract Documents and the rights and remedies available to the City hereunder, shall be in addition to, and shall not be construed in any way as a limitation of, any rights and remedies available by law, by special guarantee or by other provisions of the Contract Documents. In order to entitle any party Pto exercise any remedy reserved to it in this Agreement, or existing in law or in equity, it shall not be necessary to give notice, other than such notice as maybe herein expressly required. CLAIM PERIOD: Should the City or the Company suffer injury or damage to its person or property because of any error, omission, or act of the other or of any of their employees or agents or others for whose acts they are legally liable, claim shall be made in writing to the other party within twenty one (2 1) days of the first observance of such injury or damage. JURY TRIAL: City and Company knowingly, irrevocably voluntarily and intentionally waive any right either may have to a trial by jury in State or Federal Court proceedings in respect to any action, proceeding, lawsuit or counterclaim arising out of the Contract Documents or the performance of the Work thereunder. VALIDITY OF EXECUTED COPIES: This agreement may be executed in several counterparts, each of which may be construed as an original. RULES OF INTERPRETATION: Throughout this agreement the male pronoun may be substituted for female and neuter and the singular words substituted for plural and plural words substituted for singular wherever applicable. SEVERABILITY: If any term or provision of this Agreement or the application thereof to any person or circumstance shall, to any extent, be invalid or unenforceable, the remainder of this Agreement, or the application of such term or provision to persons or circumstances other than those to which it is held invalid or unenforceable, shall not be affected thereby and each term and provision of this Agreement shall be valid and enforceable to the fullest extent permitted by law. NON - WAIVER: City and Company agree that no failure to exercise and no delay in exercising any right, power or privilege under this Agreement on the part of either party shall operate as a waiver of any right, power, or privilege under this Agreement. No waiver of this Agreement, in whole or part, including the provisions of this paragraph, may be implied by any act or omission and will only be valid and enforceable if in writing and duly executed by each of the parties to this agreement. Any waiver of any term, condition or provision of this Agreement will not constitute a 42 waiver of any other term, condition or provision hereof, nor will a waiver of any breach of any term, condition or provision constitute a waiver of any subsequent or succeeding breach. NO DISCRIMINATION: No action shall be taken by the Company which would discriminate against any person on the basis of race, creed, color, national origin, religion, sex, familial status, ethnicity, sexual orientation or disability. INDEMNIFICATION: Company hereby covenants and agrees to indemnify and hold harmless provisions set forth in "General Conditions and. Information #8 and #10" and is part of this agreement by way of reference. GOVERNING LAWS: This Agreement and the performance of services hereunder will be governed by the laws of the State of Florida, with exclusive venue for the resolution of any dispute being a court of competent jurisdiction in Miami -Dade County, Florida. ATTORNEYS' FEES AND COSTS: In the event of any litigation between the parties arising out of or relating in any way to this Agreement or a breach thereof, each party shall bear its own costs and legal fees. AUDIT: Upon request and during regular business hours, the Company shall allow the City or its consultant to audit, inspect, and examine the facility for safety and contractual compliance. In an effort to confirm such information, the City may communicate directly with service providers and providers of pool maintenance goods. Additionally, the Company shall keep complete and accurate books and records of accounts and business operations in accordance with generally accepted accounting principles for a period of three (3) years following termination of this Agreement. ASSIGNMENT: Company shall not assign or transfer its rights under this Agreement without the express written consent of the City. In turn and upon its approval, the City will not unreasonably withhold and /or delay said consent as to rights but not duties and responsibilities. EFFECTIVE DATE: This Agreement shall not become effective and binding until it has been executed by both parties hereto and the effective date shall be the date of its execution by the last party so executing it. THIRD PARTY BENEFICIARY: It is specifically understood and agreed that no other person or entity shall be a third party beneficiary hereunder, and that none of provisions of this Agreement shall be for the benefit of or be enforceable by anyone other than the parties hereto, and that only the parties hereto shall have any rights hereunder. FURTHER ASSURANCES: The parties hereto agree to execute any and all other and further documents as might be reasonably necessary in order to ratify, confirm, and effectuate the intent and purposes of the Agreement. TIME OF ESSENCE: Time is of the essence of this Agreement. 43 CONSTRUCTION: This Agreement shall not be construed more strongly against either party hereto, regardless of who was more responsible for its preparation. FORCE MAjEURE: Neither party hereto shall be in default of its failure to perform its obligations under this Agreement if caused by acts of God, civil commotion, strikes, labor disputes, or governmental demands or requirements that could not be reasonably anticipated and the effects avoided or mitigated. Each party shall notify the other of any such occurrence. NOTICES: Whenever notice shall be required or permitted herein, it shall be delivered by hand delivery, e -mail, facsimile transmission or certified mail, with return receipt requested and shall be deemed delivered on the date shown on the delivery confirmation or if by certified mail, the date on the return receipt or the date shown as the date same was refused. Notices shall be delivered to the following individuals or entities at the addresses (including e-mail) or facsimile transmission numbers set forth below: MA Continuation o f Attachment #I Citywide Landscaping Services Agreement To the City of South Miami: To the City Manager, Hector Mirabile, PhD 6130 Sunset Dr. South Miami, FL 33143 Fax: E -mail: With copies by U.S. mail to: City Attorney, Thomas Pepe, Esquire 6130 Sunset Dr. South Miami, FL 33143 Company President Address Fax: E -mail: With copies by U.S. mail to: Company Attorney _ IN WITNESS WHEREOF, the parties have signed this Agreement this 15�day - o f Ij U AA' of 20//Z- COMP, Signature of Name Sign a Fl9f$4a corporation TION: Wr ria M. Menendez, CMC City Clerk Read and Approved as to Form, Language, Legality and Execution Thereof: Signature: City Attorney By: as its President CITY OF SOUTH MIAMI Signature: / Hector Mirabile 45 ATTACHMENT AND • OF Citywide Landscaping Services .zm- <+s^htt:a -n.. Boa... rr�> nn.....•>^ �• c. ••.:�.�rnx.^�an > : +- s.��ry -.v.w. .n ..- rn:=.�v..- n..er.•,m>...,.. +�vrcT.:.yr..ax:nx. yin. .�.x- �a..vr.R�� Pursuant to the provisions of Paragraph (2) (a) of Section 287.133, Florida State Statutes — "A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a Bid on a Contract to provide any goods or services to a public entity, may not submit a Bid on a Contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded to perform work as a Contractor, supplier, Subcontractor, or. Consultant under a Contract with any public entity, and may not transact business with any public entity in excess of the threshold amount Category Two of Section 287.017, Florida Statutes, for thirty six (36) months from the date of being placed on the convicted vendor list ". The award of any contract hereunder is subject to the provisions of Chapter 112, Florida State Statutes. BIDDERS must disclose with their Bids, the name of any officer, director, partner, associate or agent who is also an officer or employee of the City of South Miami or it's agencies. SWORN STATEMENT PURSUANT TO SECTION 287.133 (3)(a), FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICIAL AUTHORIZED TO ADMINISTER OATHS, I. This sworn statement is submitted to [print name of the public entity] by [print individual's name and title] for [print name of entity submitting sworn statement] whose business address is and (if applicable) its Federal Employer Identification Number (FEIN) is (If the entity has no FEIN, include the Social Security Number of the individual signing this sworn statement: ) 20 1 understand that a "public entity crime" as defined in Paragraph 287.133 (1)(g), Florida Statutes, means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or of the United States, including, but not limited to , any bid or contract for goods or services to be provided to any public entity or an agency or political subdivision of any other state or of the United States and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation. 3. 1 understand that "convicted" or "conviction" as defined in Paragraph 287.133 (1)(b), Florida Statutes, means a finding of guilt or a conviction of a public entity crime, with or wo without an adjudication of guilt, in any federal or state trial court of record relating to charges brought by indictment or information after July I, 1989, as a result of a jury verdict, non -jury trial, or entry of a plea of guilty or nolo contendere. 49 I understand that an "affiliate" as defined in Paragraph 287.133 (1)(a), Florida Statutes, means: (a) A predecessor or successor of a person convicted of a public entity crime; or (b) An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The ownership by one person of shares constituting a controlling interest in any person, or a pooling of equipment or income among persons when not for fair market value under an arm's length agreement, shall be a prima facie case that one person controls another person. A person who knowingly enters into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding 36 months shall be considered an affiliate. 5. 1 understand that a "person" as defined in Paragraph 287.133 (1)(e), Florida Statutes, means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding contract and which bids or applies to bid on contracts for the provision of goods or services led by a public entity, or which otherwise transacts or applies to transact business with a public entity. The term "person" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in management of an entity. 69 Based on information and belief, the statement which I have marked below is true in relation to the entity submitting this sworn statement. [Indicate which statement applies.] Neither the entity submitting this sworn statement, nor any of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, nor any affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 19890 The entity submitting this sworn statement, or one, or more of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July I, 1989. The entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent of July I, 1989. However, there has been a subsequent proceeding before a Hearing Officer of the State of Florida, Division of Administrative Hearings and the Final Order entered by the Hearing Officer determined that it was not in the public interest to place the entity submitting this sworn statement on the convicted vendor list. {attach a copy of the final order.] :ill Continuation of Attachment #2 Public Entity Crimes and Conflicts I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE PUBLIC ENTITY INDENTIFIED IN PARAGRAPH I (ONE) ABOVE IS FOR THAT PUBLIC ENTITY ONLY, AND THAT THIS FORM IS VALID THROUGH DECEMBER 31 OF THE CALENDAR YEAR IN WHICH IT IS FILED. I ALSO UNDERSTAND THAT I AM REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR TO ENTERING INTO A CONTRACT IN EXCESS OF THE THRESHOLD AMOUNT PROVIDED IN SECTION 287.017, FLORIDA STATUTES, FOR CATEGORY TWO OF ANY CHANGE IN THE INFORMATION CONTAINED IN THIS FORM. Sworn to and subscribed before me this Personally known or Produced identification [signature] day of 120 Notary Public — State of My commission expires (Type of identification) (Printed, typed or stamped commissioned name of notary public) Form PUR 7068 (Rev.06/ 1 1 /92) Whenever two or more Bids which are equal with respect to price, quality and service are . received by the State or by any political subdivisions for the procurement of commodities or contractual services, a Bid received from a business that certifies that it has implemented a drug -free workplace program shall be given preference in the award process. .Established procedures for processing tie Bids will be followed if none of the tied vendors have a drug -free workplace program. In order to have a drug -free workplace program, a business shall: I. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the business' policy of maintaining a drug -free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are under Bid a copy of the statement specified in Subsection (1). 4. In the statement specified in Subsection (1), notify the employees, that, as a condition of working on the commodities or contractual services that are under Bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. 5. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program, if such is available in the employee's community, by any employee who is so convicted. 6. Make a good faith effort to continue to maintain •a drug -free workplace through implementation of this section. As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements. PROPOSER's Signature: Print Name: Date: .. ATTACHMENT • CONFLICT OF ON=COLLUS ION CERTIFICATION Citywide Landscaping Services ..n. .. '.n +�'+'4. .:. .. .'i�T.. al$AV..'Tt "MT :N_L'. !%etl `s+:�..: l.•FL�Iri�'v !�:]yl.�'grntw+±f RRAX«. 4i' nfT.l` Z(D �`SRVt+t�/"cYxrt�.{�.�`TF�t^.'�_ �vY'N �V�... 1Ti?TSS. Submitted this day of , 20 The undersigned, as Bidder /Proposer, declares that the only persons interested in this RFP are named herein; that no other person has any interest in this RFP or in the Contract to which this RFP pertains; that this response is made without connection or arrangement with any other person; and that this response is in every respect fair and made in good faith, without collusion or fraud. The Bidder /Proposer agrees if this response /submission is accepted, to execute an appropriate CITY document for the purpose of establishing a formal contractual relationship between the Bidder /Proposer and the CITY, for the performance of all requirements to which the response /submission pertains. The Bidder /Proposer states that this response is based upon the documents identified by the following number: Bid /RFP The full -names and residences of persons and firms interested in the foregoing bid /proposal, as principals, are as follows: Name Street Address City State 0 Zip The Bidder /Proposer further certifies that this response /submission complies with section 4(c) of the Charter of the City of Miami, Florida, that, to the best of its knowledge and belief, no Commissioner, Mayor, or other officer or employee of the CITY has an interest directly or indirectly in the profits or emoluments of the Contract, job, work or service to which the response /submission pertains. Signature: Printed Name: Title: Telephone: Company Name 50 Continuation of Attachment #4No Conflict of inter /Non - Collusion Certification NOTARY PUBLIC: STATE OF COUNTY OF The foregoing instrument was acknowledged before me this , 20 by person whose signature is being notarized) who is SEAL day of (name of Personally known to me, or Personal identification: Type of Identification Produced Did take an oath, or Did Not take an oath. (Name of Notary Public: Print, Stamp or type as commissioned.) FAILURE TO COMPLETE SIGN & RETURN THIS FORM MAY DISQUALIFY YOUR RESPONSE 51 MIAMI DAILY BUSINESS REVIEW Published Dairy except Saturday, Sunday and Legal Holidays Miami, Miami -Dade County, Florida STATE OF FLORIDA COUNTY OF MIAMI -DADE: Before the undersigned authority personally appeared MARIA MESA, who on oath says that he or she is the LEGAL CLERK, Legal Notices of the Miami Daily Business Review f /k/a Miami Review, a daily (except Saturday, Sunday and Legal Holidays) newspaper, published at Miami in Miami -Dade County, Florida; that the attached copy of advertisement, being a Legal Advertisement of Notice in the matter of CITY OF SOUTH MIAMI REQUEST FOR PROPOSAL - CITYWIDE LANDSCAPING in the XXXX Court, was published in said newspaper in the issues of 03/21/2012 Affiant further says that the said Miami Daily Business Review is a newspaper published at Miami in said Miami -Dade County, Florida and that the said newspaper has heretofore been continuously published in said Miami -Dade County Florida, each day (except Saturday, Sunday and Legal Holidays) and has been entered as second class mail matter at the post office in Miami in said Miami -Dade County, Florida, for a period of one year next preceding the first publication of the attached copy of advertisement; and affiant further says that he or she has neither paid nor promised any person, firm or corporation any discount, rebat��,-�oorrr miss' n or refund for the purpose of securinr U Lw�vertlsement fol publication in the said and subscribed before me this 21 day of MARCH , A.D. 2012 (SEAL) MARIA MESA personally known to me ti� "' • �d Notary Public State of Nrida t' Cheryl H. Marmer n My Commission DD 793490 Expires 07/1812012 b ICIT'Y OF SOtJ.itt{ 119 61 0 6tfEQtASi' F0li� ie�itfPe1S.4L OITY 1975 iibAN ®SC lP11 , The .:Ctty of South Misml, Fiortds liereingltvr r §erred to as Ciry; . recoive sealopptoJ,osals.. The submlttaJ,pniJtng o1 dae tti oriali unbound tiriipg�l {clerirly idenfl ttL 2latnel) ton {ypj {3ddifioi 4?i??� 60 lUlbLnf:nopY (Cu or r la . riFie . @hjU be ane(ge 16 'a sealed envelppo; vr'cdntalnef, apd .1-11. e::R..! i? Clfytvfde (:a scapfng, and the name of the respondent ol�irlywritten on the exterlol after 1 The Project is generally described as: Tito purpose of this Request for.Purposal ( "RFP "j is to solicit PROP.OSAto: provide t:andseaping mainieriance in the City over a three-yaar peril¢ The_so pe Ct work tQC fryis pro ec. is to include and:Ia riot ilt(iiteyl to tits ntov7inr�, edging;trii>;ming ot;grass, raking, tree removai:and weed contras ". r A Mandatory Pre - PROPOSAL Meeting will be held of 10 A.M. local time on Friday March 30, 2012 South Miami City "Oils 6130 Sunset Drive, ,Miami, FL 33143 -in the Comrntpslop Chambers,. The re- PROPOSAL fJMeettr g+shail be held; O J Q W X E Q W F O b m av E: w N vi O t\ W Z Q 0 N K S t- W tn O N to W J m Q 0 J Q a O V 0 O.'j a dB,.tV 4 .�o F P O b d� 0 o G J d (N d� 3'p RI �bJ: y�4~ O CPI wN1 "4prtn � \J y N '�Ygual y N cd �I✓ Nq s�y�O �N �+tegl 0 01 41 0 ��• Y7 q•d •N O-1 0 x 5p� (� q aA co OA e83i GA �' 0 V"ty O O.O g U J N ba mow; N5$ I0 �j O f4 N (V bA 0B�aa 0 00i'ad >o"i id 4) q t an A ad 'O W •O Y 61 .7 Op y N G '✓. l O W y U ' O �N U cd a) UM ^ y d�'� N N c a N • b9 P4 CO3 lTNd y _ O p N O uN N d 0 0 i7,O ayrs M?'8 pw � D ad v1 44 �30 4) �� 0 e cl j pp u a •�' �N °gy�rxxA `aa3yv m a a py,c,ju yppl L k`, o q • CI PC w Tl �{ O q p as . vbo� o��° d'0 w 4J ,y �j bA N N ++ ey O y.R .�' N . ~ N w so pro 'c N U q vr0N gave l toga cl a 0 y �l W .a3 °AbOcd aq W arc cw J 3 o P. a+ Tim B4 'O O r^ of C' ty V 0 8 a�i 'a�adyy .c� .8 ro aid x g Laa• '`� Fl N W N N d Az S rnr O o O O?a So u N 0 Pa d.4+ 2 I.t .0 b43 N 4 Z Lij J U a mIIIIIIIII Lli Z W NO al a'op 3. «cw wo �fm C°°-'�rm`mvp �N w =am ga1Om °o p.E.r E'^o Eq a�v ^�iW m�^w yf gLLM %�'� Old''' `O OIyf CCTan LCO•t M a m- 'W-.W=M c mA.c�TlC i 2q �'°A o N.rn OaO °V tCOIgJ •'b`- `w y w L wwH w - a> m � 0 •CL2�E 8-6 � i°6Ni E1Q r`u 6Ni ct^Ep ocL aHmE, °a'' � @>o�m anodwm Ei�O nL n.p•g.p 3 W N fO. e v E m" u "'r tI q c 3v`ri�`TCl°rlo>aCi °��mo.0 @°iq w°'S u6 M3 EL-OC Oan €> .am wMmz m Y W; 111 69 z C L O _ V q F_ W Cc 4 q C w E��E do 0136 N�ZNMC >1� uba S >CSn «W. c-� 2ty•>'1 O gSE =Fi mA+�EI a o ncoa>y yW qnw C O C b •- q O Q p¢ mYm M m N a z W a u O z a H M�E V C Y N �� ��Ipp C awa b C " Op gWg ZO`NG VN «�HY �mWOO qo� Uwy n qu WEu _� >E J O°'1^ c - =I m'TOC 3E> Z¢ �.1 " q�M?R W� ow tL.sE .n W N.G Q !^o^+1w./��'ua¢L Wm o_ op W ga .N W y= ' �E C_ b'E `O mob � L`o am > CG0 d�qr w>O °EEO C'� N"CC;o aN z°@ .nw om=o EClim .iOLL 2wc11- S•- ° >.a .E f••agi oo3mYaoriw @E. Z• •m?'dE �LP W 'm >Z wOCgoaly Y.n n.,m-oc x3c'o. ai '-^e> aCi¢o o��e o.°3f «w ,E•y�i'+�mo'Eo E`'SnLL Wq3 0._Mp1 w ra LL+.•C EuW tt`ri oo+ "�TW,_, ", •f c° o �. sa9•-q E8 H vet'+ "' .3oaEWa`t> pu> 6vi yM4'-q •ca ar W�� �¢L EL °i3 au'MM. 'goa E = -vLL UO ft"' �' `Y bNtlss�l may^ g "M a`.VUrip=M= [Vp� =Z=EE no -00 Wc Ol=H lq •�3 yL CAM nglJT�• dWgO 'N 4�TM2M �W� �EwugOl(�q;CY >lOYJENC wo n-d Ec tai. Eu �Ma13EE =1 „q",1nw E•�-v c°.'bi ,Ll_ -Gt •E aE`�¢1f+��N acE =lv�ImLOn 2v°� °M > ts alit 3MmY Mm ¢.G 60 W3`O��N �M.O t'�S OML �IiSO � QE «m lit%1M 2 i 22 6 °c; c� J c act EH�oy U_ ¢n�ow.LC Cd >E g q O m N Z' C O W n J g C .Z M. '.•t q O III �fMEI' p_aa.- 'o_EWm Eoj �> 3o'�q _._._ Vm ¢W Scqu' E W $m¢ cMOE� u or G"n 3ro m o t•_ �0Cw> °>.untgiv W ¢LL-- -C ��w v�WQ W ,e aw�oE "•'3'uE E'at'v"-i�u� °�1`tLO Eo ES E.o�`•ry N N q OI p q m` Of q° q V w f n Q?i� EQti Qw new w xi o; Nw " E a q M$ v °an EZ LLb E O OW t�¢q.Ea E` W Q F,•$v �c 66.•01 O O >OEQ AMU c vE' '6MtClo- b b � q v"i t o w l '3 i ,d rn� W W u l t - @q EG v w o ¢„ m Y W; 111 69 z C L O _ V q F_ W Cc 4 q C w E��E do 0136 N�ZNMC >1� uba S >CSn «W. c-� 2ty•>'1 O gSE =Fi mA+�EI a o ncoa>y yW qnw C O C b •- q O Q p¢ mYm M m N a z W a u O z a H M�E V C Y N �� ��Ipp C awa b C " Op gWg ZO`NG VN «�HY �mWOO qo� Uwy n qu WEu _� >E J O°'1^ c - =I m'TOC 3E> Z¢ �.1 " q�M?R W� ow tL.sE .n W N.G Q !^o^+1w./��'ua¢L Wm o_ op W ga .N W y= ' �E C_ b'E `O mob � L`o am > CG0 d�qr w>O °EEO C'� N"CC;o aN z°@ .nw om=o EClim .iOLL 2wc11- S•- ° >.a .E f••agi oo3mYaoriw @E. Z• •m?'dE �LP W 'm >Z wOCgoaly Y.n n.,m-oc x3c'o. ai '-^e> aCi¢o o��e o.°3f «w ,E•y�i'+�mo'Eo E`'SnLL Wq3 0._Mp1 w ra LL+.•C EuW tt`ri oo+ "�TW,_, ", •f c° o �. sa9•-q E8 H vet'+ "' .3oaEWa`t> pu> 6vi yM4'-q •ca ar W�� �¢L EL °i3 au'MM. 'goa E = -vLL UO ft"' �' `Y bNtlss�l may^ g "M a`.VUrip=M= [Vp� =Z=EE no -00 Wc Ol=H lq •�3 yL CAM nglJT�• dWgO 'N 4�TM2M �W� �EwugOl(�q;CY >lOYJENC wo n-d Ec tai. Eu �Ma13EE =1 „q",1nw E•�-v c°.'bi ,Ll_ -Gt •E aE`�¢1f+��N acE =lv�ImLOn 2v°� °M > ts alit 3MmY Mm ¢.G 60 W3`O��N �M.O t'�S OML �IiSO � QE «m lit%1M 2 i 22 6 °c; c� J c act EH�oy U_ ¢n�ow.LC Cd >E g q O m N Z' C O W n J g C .Z M. '.•t q O III �fMEI' p_aa.- 'o_EWm Eoj �> 3o'�q _._._ Vm ¢W Scqu' E W $m¢ cMOE� u or G"n 3ro m o t•_ �0Cw> °>.untgiv W ¢LL-- -C ��w v�WQ W ,e aw�oE "•'3'uE E'at'v"-i�u� °�1`tLO Eo ES E.o�`•ry N N q OI p q m` Of q° q V w f n Q?i� EQti Qw new w xi o; Nw " E a q M$ v °an EZ LLb E O OW t�¢q.Ea E` W Q F,•$v �c 66.•01 O O >OEQ AMU c vE' '6MtClo- PT 5° b q v"i t o w q 6pMS '3 i ,d rn� W W u l t - @q uw v w o ¢„ y oE.��Wf ❑ � O tL ua AX v F >' LL o` E b 3Yp Ens E EiaEn$�O Qo o " v° Yni�`m vY W Wq Woo -Frari o'"� PT 5° b rte' m A O G � l^ O O i ,d P. l o r E w o ¢„ *.-,. a Qra ❑ � O tL ua AX v F >' LL o` = u Ez Qo o " z b • LLn z= PT 5° rte' m A O 0 � l^ 0 i ,d P. l o *.-,. a Qra ❑ � . v b j•- o` e a qoy F C L • ma y 3 r°i m a v v U x m m U �` 0 E m E Z W m b m o u m °10 mN E« �4U N LL W @ V c O L T N N V C W O A a S m G W U6c mm cy r wPm E v c$92 acs r� oat G O oaE a 013 �maZi a .'yZe mWO �- Z 0E o c m>m dcdlp 3 1 =} •N o is w e (j qo f N E U U W m 3 y 0 a b 5 m 3 �.; O E N � c « m 5 ... (l) W 0 c� �g4 rn «c�ggYi$ .. C N N t5 F t m u. 4• U'N � E �mZV b�c �c f W: or o p ^? i im N O C) a o B�y o c tv M O U d d C= C p y C W W O y C O u O o e o ' D •N c @ - J C w w y M C U O 0 _ O ' Y C Z 3 « °N • 16 M En, N O Lo 0 C E W w b o LM to E p 26 ) 0 T N D. aO N W U q C an O LL m ° cc U O u z H ti vm '2 3 m S Q