Loading...
Res No 146-17-14947146-17-14947 RESOLUTION NO.: _____ _ A Resolution authorizing the City Manager to negotiate and to enter into a three (3) year agreement with an option-to-renew for an additional two (2) years with Mainguy Landscape Services, Inc. for landscaping services for parks and public right-of-way areas within the City. WHEREAS, the SFM Services, Inc. agreement was competitively solicited and awarded in 2012; and WHEREAS, by way of recommendation from City staff, City Commission had amended the SFM Services agreement, under an emergency basis, and contracted landscape services for six (6) City parks from March 1 through June 15, 2017, the date of expiration of the existing SFM Services landscaping agreement for Public Works right-of-way maintenance areas; and WHEREAS, the current Request for Proposal ("RFP"), #PW2017-09, differs in scope from the previous contract, as follow: Six (6) City park locations were added to the scope. City-wide locations were reduced from six (6) zones to three (3) zones, eliminating the median on US-l and 80th street; FOOT will be performing landscape maintenance for approximately two-years. There is a provision in the agreement that the City may add or delete zones. Prices in those instances will be negotiated. In addition, a significant change to the RFP was added for fertilizer applications in that only organic and non-evasive chemicals are permitted. A listing of "Certified Organic or EPA Minimum Risk Products" was included in the RFP; and WHEREAS, the City issued RFP #PW2017-09 for landscape maintenance services for public right-of-way maintenance areas and selected City parks. The term of the agreement is for three (3) years with an option-to-renew for an additional two (2) years, totaling five (5) consecutive years; and WHEREAS, the City received four (4) proposals for landscape maintenance services. A Selection Committee, comprised of Shari Kamali, Deputy City Manager, Quentin Pough, Director of Parks and Recreation, and chairperson John Reese, Public Works Superintendent, reviewed, scored and ranked the respondents first on June 8, 2017 with "Preliminary" rankings and, identified the top three respondents for interviews. After the interviews, the Selection Committee conducted final rankings on June 16, 2017 and unanimously recommended Mainguy Landscape Services, Inc. for the award. The Committee's final ranking and the contract totals are summarized below; and Evaluator Land Pro Lukes' Mainguy Visual Scape Landscape Landscape John Reese (chairperson) N/A 75 93 50 Shari Kamali N/A 88 98 75 Quentin Pough N/A 92 94 80 TOTAL 255 285 ,/ 205 BIDDERS AMOUNT (FIVE YEAR CONTRACT) LUKES' LANDSCAPING $512,491.88 MAINGUY LANDSCAPE SERVICES, INC. $576,600 ,/ LAND PRO $626,493.86 VISUAL SCAPE $721,504 Pg. 2 of Res. No. 146-17-14947 WHEREAS} the proposal amount is not to exceed $576}600 over a five (5) year contract term NOW, THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA THAT: Section 1: The City Manager is authorized to negotiate and to enter into a three (3) year agreement with an option-to-renew for an additional two (2) years with Mainguy Landscape Services} Inc. for landscaping services for parks and public right-of-way areas within the City. Section 2: Parks Division: The expenditure shall be charged to Contractual Services} account number 001-1750-519-3450} which has a balance of $117A33 before this request was made. Public Works Streets & Landscaping Division: The expenditure shall be charged to Contractual Services} account number 001-1730-541-3450} which has a balance of $19}980 before this request was made. Section 3: If any section clause} sentence, or phrase of this resolution is for any reason held invalid or unconstitutional by a court of competent jurisdiction, the holding shall not affect the validity of the remaining portions of this resolution. Section 4: This resolution shall become effective immediately upon adoption. PASSED AND ADOPTED this 12th day of_=J=u=.!yL--__ -', 2017 COMMISSION VOTE: 5-0 Mayor Stoddard Yea Vice Mayor Welsh Yea Commissioner Edmond Yea Commissioner Liebman Yea Commissioner Harris Yea .(1) S··t.IM·'· ' QUb·I·· .Iaml CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER-OFFICE MEMORANDUM THE On' O.F PLEASANT .LIVING To: FROM: Via: DATE: SUBJECT: BACKGROUND: The Honorable Mayor & Members of the City Commission Steven Alexander, City Manager July 12, 2017 Agenda Item No.: J 3 John Reese, Public Works Superintendent A Resolution authorizing the City Manager to negotiate and to enter into a three (3) year agreement with an option-to-renew for one additional two (2) years with Mainguy Landscape Services, Inc. for landscaping services for parks and public right-of-way maintenance within the City. The City issued RFP #PW2017-09 for landscape maintenance services for public right-of-way maintenance and six selected City parks. The term of the agreement is for three (3) years with an option-to-renew for one additional two (2) years, totaling five (5) consecutive years. . The City received four (4) proposals for landscape maintenance services. A Selection Committee, comprised of Shari Kamali, Deputy City Manager, Quentin Pough, Director of Parks and Recreation, and chairperson John Reese, Public Works Superintendent, reviewed, scored and ranked the respondents first on June 8, 2017 with "Preliminary" rankings and, identified the top three respondents for interviews. After the interviews, the Selection Committee conducted final rankings on June 16, 2017 and unanimously recommended Mainguy Landscape Services, Inc. (Mainguy) for the award. The Committee's final ranking and contract totals are summarized below: Evaluator Land Pro Lukes' Landscape Mainguy Visual Scape John Reese N/A 75 93 50 Shari Kamali N/A 88 98 75 Quentin Pough N/A 92 94 80 TOTAL 255 285 205 BIDDERS AMOUNT (FULL FIVE-YEAR CONTRACT) LUKES' LANDSCAPING $512,491 MAINGUY $576,600 LAND PRO $626,493 VISUAL SCAPE $721,504 SOU~iami THE orv OF PLEASANT .lIVING EXPENSE: ACCOUNTS: ATTACHMENTS: CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER . . INTER-OFFICE MEMORANDUM In contrast to its competitors, Mainguy submitted a comprehensive professional proposal and had the best interview; additionally, Mainguy committed to perform and complete all service locations in one (1) business day whereas other respondents said it would take 3-5 business days to compl~te. Mainguy conducts all services in-house, including lake maintenance and tree maintenance whereas Lukes' Landscaping subs-out tree trimming services. Mainguy did not express any issues with the City's contract or insurance requirements, however, lukes' landscape proposal included a contract and they inquired whether the City's contract and insurance indemnification were negotiable during the interview. Mainguy was established in 1999 with staffing fluctuates during the year and ranges from 60 to 95 employees. Municipal services are provided to the Town of Golden Beach, Collier County and the City of North Port; reference letters are included in the backup from Collier County, North Port, the Town of Golden . Beach, Victoria Grove and Madison Green Homeowners Associations. Mainguy holds various licenses .and certifications, such as State of Florida, Dept. of Agriculture, Certified Pest Control, Certified Arborlst, Miami-Dade County, Certificate of Competency, Irrigation Specialty Contractor, MOT Work Zone Traffic Control, Florida Safety Council, Best Management Practices, Florida Green Industries, Florida Department of Environmental Protection, and Flor1da limited Commercial Fertilizer Applicator, Bureau of licensing & Enforcement. Proposal amount is not to exceed $576,600 over five (5) year contract term. Parks Division: The expenditure shall be charged to Contractual Services, account number 001-1750-519-3450, which has a balance of $117,433 before this request was made. PW Streets & landscaping Division: The expenditure shall be charged to Contractual Services, account number 001-1730-541-3450, which has a balance of $19,980 before this request was made. Resolution Pre-Bid Conference Sign-In Sheet Bid Opening Report Bid Proposal Summary Proposal: Mainguy landscape Services, Inc. References: Mainguy Landscape Services, Inc. Proposal Fee Breakdown/Summary Final Rankings Citywide Landscaping Demand Star Results Miami Daily Business Review SunBiz Report i i I j. I I r I , .~~ . , .' ., .. ' ...", , ... ' '. . . _~ ...... '"-._. ~ ___ """,,,,,,,,""''--''a'<''''."Mr.-,,,,,,,,-,_ ...................... -.... ___ ...:.--._ ....... ,-•. __ ~~ __ .• _____ • __ .~;:,,,,,~ __ ........... ..::-,-'' __ . ....: ... _. __ • .:. ___ .•• ____ ••. _~_ •.• __ •. ~ .. CQl'leJ@JI.AsOr't~ ~a t\f': SID""' ""~:PEkl'l:ttG;·~i:!:DQt~~· '.; . ~'_'~'~" . _ -.~~.~.I~.~." .. ~1t: .~~·v,· > ·,:-, ... ~,)l:· . . ",." ". ,,~..'. .. . . ',," ·!· ... ""=1''I:.:~· • .-'.':" ":·1;;:"' '"",; :>' i;" . ", N/A N/A x x x x Incomplete x x x Incomplete x x N/A N/A N/A x x x x x x x x x x x x x x x x N/A x $626,494 x x x x x x x x x x x x x x N/A x x $721,504 x x x x x-x x x x x x x x x x x x (1) Lukes: Submitted vendor contract ------------------------------- Atkins-McGuire, Elisha From: Sent: To: Cc: Subject: Good evening. Christian Infante < CInfante@sfmservices.com> Thursday, June 01, 2017 9:17 PM Kulkk, Steven P Menendez, Maria M.; Mario Cantero Re: Citywide Landscaping RFP Unfortunately our team missed the lOAM deadline. I-apologize for any inconvenience this may have caused. We look forward to participating in future procurement opportunities. Thank you, Christian Infante SFM Services, Inc. "Clean, Green, & Secure" On Jun 1,2017, at 10:29 AM, Kulick, Steven P <SKulick@southmiamifl.gov> wrote: Re: RFP #PW2017-09 The referenced RFP closed today at 10 AM. Is there any reason you can share as to why SFM did not submit a submittal? Regards J Steven Kulick, C.P.M. Chief Procurement Officer/Procurement Division -City of South Miami -6130 Sunset Drive -South Miami, FI 33143 Ph: 305/663-6339; Fax: 305/663-6346 -Email: skulick@southmiamif/.gov <image001.png> 1 / ''i, ,~. ',Ii.'~"'.-' .""tm(f,,I:~~~o..~7i ,,' J~ .. ';. '1~1 i)f.;' .. .Q~t:~fi[P~pp..~~$.gp!qijtr~9!~~;~ntf:· gij,~(P.~f;·~~pill.!ijJ:s.i .,.; • :~ • • ","',&." • • • • --';0 I." , :~ .~ '> .~ .:~ iii!. _-.t,mgi. i~_.Wj~~aem.~ . 'i" ....... fi .... h'nWio .... WlW&.~I.¥-~.' " 8.EMION;11 ~~;r"~~~]ii~~~w.'HatJ.~~l~.~""tt_J~i l j "I f i i '. ''iT. . \iW.-., ~,;~~~,~~~~~~ :tn.tbls .. ,~ . em-plhjts :att,p-e,.ao~.mu.l ~nte:t.~t~ .. oonillr.«.:W'(t;'hc1i~"'; . • :. . .1 ':-, ""_ ,J" ". ~".'. ," t)ll,tlt),e.:;e()llj~~r~t1i&m;;isltjGau·· ~d··. ;at 'tf55;;$lautb· ~Ja:ln~tQ:;;R1(fa:di)lllJ1Qj~, , .: 1;$.j.~sw~/iJ!, (!:g; . . .. :': ~jY~'· ~t • ':~~r . __ "~er:~n~1!!i ';~~~ ,-,. . :.-. : .• " ~~ ~ ___ .P"'Mllt:tM.Q_l'-B; *~D ... ~e: I'~.'. '",. -.~,_, .. ,." (::i: .. ~.'~ .' . ... .,.; ~ •• _.f_ .. ("E~J·~it;jV! .. ~. ~ •. : .• ~J~'.:., i. '.' ~~~~lIIaEilf~ ·:JloiiIj;uiifi;i~"'i~ti~~i1iP.A""'Ants; ·~,.l' '-~ .... _IJii!'r\ • ..;~,.~~ . .ftw.'~~:~.:J;"'~, "- :£0 ", ".r~l"iCoft'i~l!insh; \~iiMr.it'lJitSJlitj' rt\s -r ,e~Wlth;bro.ad!fonn.endt'-::-~~ ~.:Mt~fif~~~lrn~~~!!r~At~~~·J~:,~~~~~jl~~li~J!'!~~ ~,~,-"" ",t,",' ,'.',is,1 JiIll,,~,Hra, ~C"I~ti_,''', •• ;J:'':''''',~',I.".1jJ)'~~,e', ,~~~,.I",,,,,.j),,,,,,,,,,,,j)1,,,,,~,,, ~L, 0., .w" ru,,.rr,", a,UQ'_",;.,P,.'I:, , .. ,.,.i~ff¥ '.i!~~, !i~I!f'}if~f~r,j.Jt~t;IJ!~.~0'Qt)"c~rnbJrt«d'~lltf~fll~!~;~1t·9~)f,~~' l6?t:u':OlJ(fitKfO .;~t~"'lilC-lil'dtilif -.-.. ' ,"~""~ '~'lfi:":'S« .. ,' "",~,~ •• ;·'~,,~t"Q~~!·~ttJ.IP~':'~;~!-jj~:~~~. ·~:(ijf-dl~al;li:.· , ' .' lItill;:ONl,-tU:i ..... , Y,'$l'jrf' '. '; .. -"~ __ .,.~ ... ')l1$Mr.a.~"~ ~" '~'~:r-"BtI, . ii, :.;iPif~e.~~jg~f$J~~;~.~}t:~~cMfi~m;~;i; ·~~lfltj.Wf~ '.~I~~!~'~~';~fI~!.\I~~~~~:~l .. 't~~:~,I!~l,~t'{A'~!_i,:·_;""','; :', ."'_'_', ..to th •... ""~_~ $,.~n:uacfi.ln¥Q _ .,.m. ,¢O_~.lt Jet .. Qf,1; .. uc:rut:~t . ..eO~'1lJlA¢TQR. :!!~~, !\k~~tN!!li;m;~~,,~fi1:~~:.;:~\,~~~r~~~!.l':~~';~:lt~$,.~a, ., ..... -..... ,,-~~-"'~~~,u .... "' ... i1"f¥!~Q\.l~;dr!.f;9riatnrctIGb-,;:~lncl~41,~!!9-gf(~I~f~OJ~:i~(kl}~J~rt$.i. /;.,'.~":.,"c·:ii·~7r\'lij;' ··r.·"'·":"rit:!tbi·""~ be~\:' .... ~·'·· ":'D'''·ria,:,C'';'ri\ili;:lt':~i';''-,·i,'',:<··:;\$1i~tdt&.·:·'··(dv'''i.t:6~'· "~~. Jrum ";'t,,-\~.I.,,.P.~.-ttOO,\.'t., ... ",-~ .. :·,,._, ",.t9!,'6'~t._!\"., ..... ~ .. ':fjlj.\o!~t!l" .pj~w;~" '---.,1lI'! ).OJ-... :s.t&Q1ur.es~ ('mi1'it}Jlier~or-\'Qlif%i.~.'also>d)ll~r;ma'¢hii'.\e'~,!Jft&e:;:e~, C)fi:mactift\'tlIS: :""-"'1 d" ,,ii'''''' ~ ·'C~" ;·.i';··" "'iJ!.a.; ,' .. "., "'-. .,. (C,:. " '-\.1 fI .' b'" '1:.1" ,~; fl-fi:.f: C'" fd':Ii . 'JD~ .. U e~'Jn' ~U~, .:.Q~~.Q"':'FtiJ.,e'J.na~_ij.io~r,:y·,$. . C)Ca~"'.1l ~':I.d_~.mi:~ul;at.:$ ~tJ.ll8m~"QVa1~-;!I.I.y,; .: "-.:-"0'·· ;.: ',61, ~1·~:ifK+4lt:if· .. te;:io"~D.r.fmr.t::IIS;~il .:J.?r.I;.~J!~~" Jw. ... ~IJI~.,·.~-~ ~~ It:~t: I f I I I .••• -j. ':.: H.,: .. : .. '~ ~ .. ' .. :::tZ, tt -:.-::'~ •. I" I .+1.,.. _._ .~. :,r:' " ~ ',' . \ \ \ t I I I I ... ~ ... 'Ve¥ie / " ;:~J,i ;~.~";:; \~ftfi«l ;~~\,(!l~~.Mt*! :~!{tet~~.\ ~1I!t'..,-liKtMa\;'~~. "~~~"~ . .,.~ ,.-.-.--'- __ . __ !f.·_ .:~:._.. ~:.:.:_ i I I I I \ [ \ ._1,4, Ii '." "',.. l' i. (·'t~l~~~ttfi~~'k. ; tlt~ft\~f:~~tt~r.d1~~~ J:, :~~~;9~.~:.. . .. ;~;ftQ.p$r~·~um; J r ' .. l .::.';;:,~ ,,;;'·';~:·;~.~~~ .. ' ... ~~;u=-:.!:.'::·:='':''.-;:-.:· ~'., " ... ,:. , .. ". .::'":.. .... ", ........ -~. . :.-.. 1-..").,. ..".,.7-,'. ..... ~"'":: .. ." .• ' ,. •. . ;;;; .. ~ ..• ,' ...... ~./" .. ~:-.:" ....... -.~-... .. . ... ·jl ill. fifi~Oft$;~u~·..... ". .; .;~f!,~.~~~q~ij~;-." . '.:..: 'i.~~1~~~~~J~~~ ." ."". ,-.'. ~~J~~:p:.~~~~~~~;.J ;1:.: 1 ~ .. " . _. . ....... ' .. :~ ..... ~ ... ~~., .. ,.~.. ,. , ~ \;·w~[~~r~),~~~;,.,. . W3l~ .. ~~t~oJtjj(; ~~l34!~~~i11.~.,= ':;"'" L... ~~~~iP'Q~"~;:~Q:wn .... ' : :'-:':':..: ••••• _ .. ,." ..... , ••••• i"'" _~. ~---.-" ----" •••• _ •••• -.-. '; ';._._~ 7,":J:,_.:::::·~·:._:·t·~··. ",':'.' i "-..... -, ....... -.. - : ;:r~f~grl!!'~~.~._ .. : ""~"'" '.~ ; J¥!£,-~l~t8)f..~~!,;,!.q~;,,~"~:<!i§~~i~~~i¥:: . i .. ;~~~~~:~t;~Mi!L.J , ••• ·,· .... c c: .-,:· ••• ·•• •• 1 -"." ',' '-' .. ' .. " .... -'-' ' .. -.. "" ... ;~ .. : ... ,,;"!"-.•. ..:~"_. : i : hlt.t~q~~·~~.~ .c'" ,., .,,; ~:' ... : J~!lJ;~i~~t,.~:'L~",: .. ~.;. !\ '.J~~~lf04~Ett.ilinllUm. : :.-:~~':-.; .. :'::..:,.,. .... ·"~""'_L~._· -~ ~ .. "........ .-;-, '.' ;.,1 ...... ':._ .... _'.,.. . " ........ , _ I ~ .~ .. .. . ' :J~~@aJ:§9.Qi!~lf. '. . .... 0.· .• ;\ ~!M;.~!s~py~t!ip:f.J:~~.~"i'i~i ·,(~~1Xl~~r~;$;,~~~:" ';'" :~ ~.$.A~{~.~'::~:~-ri"WJ!\'!Ui\i"~:':! : : .,.' ';;' • 'I ", ~ :.::::. . --.-,,""> . ,., .. -.. .. . .. .; i !.!....... ~! I' . !; ; ., ..•. : ·.~· •.• ~"'ii'f.:-· -.::: .. " • .. ~. d ~ '.~' . .... ~., . ~}'i .':RES~QN~f;{f~:~!~:~~M{J!9l~;~l~Allit:;.~~. 9!j·:\~~:qf~.~~~~.[~;p~~~'~$ori~£;n'CIUdIfi#..iOfi~:~ij@tit!~~~h~;. ~.~l g:~;M1f~~~#!!Wi:~~ -.-:'--:"' ... -",. ~=;:t~~~J-' ,~~J~9,t~ijl.~~~ij;~~\t~A&AA~.jl~f'~!t#·:yp'y.~~·d~l,'I.~:h~IJ~··_io ':N~;~t~~ .. ~ : ~~~:'~f.i~§!~~jl!g~~.· . .. . . _.. ;:A4~~) ••. :~~~·.~~9f~~~'~~ElC~;~$r.loj~~Jji.~~~.·fG~~~j'66 ,.. . .... ,tI·$Q:S)'·.§32..;Q.144 i1.@Pfum.~i~ltt!; .,.,. ... :;.g~, ...... "':':':,:f.' "',...;;' "~"" -,-..."..,..-=,--..,.,...,.-="...-,,..,,.,,......,..,.,.,.....-..,...-,: :.~~~~~~:<?J.).i:.. +~I:Qii~j~ .-\=.. . . ~ ;;l&t~; 'ti"D~"""Il~!f ._"I!-tMl .... "-... ~"-:~ , •• ,.~IO:A' ... : .. ' ... ., .. 1';: ..... ~,~ .. ,_._ e lriI ...... .",;i~~~ Ptl1'5?:!Vf.~StJ..~w ........ '. .:, .. 3' . ',',"1, •• "'. ··,!~~~~_l~~~.~~ii~~~~~~:: ." ;~1i.t4~1"L;;~~~:@1:2.::;T&.;;;"'" _~. ." .. ' •• ~:" •••• M ••• ~ ••• ~.·._-•• :. j-._ .. ?~ •. -, ~~~fQtll;:Ylf i;llSf0j{ilJ,'Gg.$t1:g~iUS€Qll1R1\g;-G"Qfi;;p.i.WAbSoee1ti§! _:. ... ___ .•...• -_'_ •••..•. ---.--.... ~_ .. ~ •••• _ ..... _ ·L.·.·'·,; .. ~.-:~-'--.·...,!·-r·.·::.:. .. ·-....: .... ~·_---,...-·-·· .. ~ .• !" :i!l · ... _.,.., ...... . ! I I . ii;Cit:fdi~I¥,iI'~: ~ .J.;:' ....... J •• ~_"OO·!~ ~.~!~t'.'lt.f4J: i,STA.tl:.i~ft\iib.ilii~. "~~aN~j:~~\~~I~~: I.'.f_ , -_ ~ .. : ;: . ~. :. :: L I. ..:' '.~'."" ",:;';: Wlitwm!mi~4~:qffi##~~~: .:4t: .'-~ !:'ffi~~~\(~~~~jloatit&i""· ,f'f1f' bjal~ti!Va'ttQjlth-.;(qf i'6~e}1o"{r,;j lIP"" ~ :-J:.lEtllti~_ •• ;ma, ~';ii~I>-:i~~~{,i~~~fi'i~;.~~;i~r.'i~"iii~ii~ljf .J~l1Ii !Ia»:~IWlt.lW~W'.~.R~.ttJ7,&j"Wi ~f,'{fJ.I~t~J..jii'~ :f. .'~riit~~;~;:'.:e·::~~ .. · .• :'''~:Ti/.'(X':::~:;; .. ~:.:::."~.: ,·o.iU!k.~~lta~~~J;l.\.;...· ....... , ........... ~~~ ..... !~: I I I i ;.~ j-,= . 'o!i!~" ~", t: ~~~~ff,J~: ~~~~~I"~~~~jf:~t~~!~,,'t)l~;;.' .,':: -',:~~~,~,~:;;',:,~:.;ij;: :~,ii'::, M.~~1.1,:~g~:;r" ',,'" ,..,_::'.~:~;::',:-.,. !,~;;,.":;,, .• ,.:;'- 'C":"'";, ,~j.*I~~~~~~~~I~~lM~~~~~t~~{~ANDIR'6S1 tff~':tf1Ift\ft·<.~t.Q;1:t1im~l ~ --" .. jP""tl!'iSffii'i~~~."' .. .i,ii'l~_·~ .. ;lIflilIIii\ j:~rr !-':''''-r.'''!''h.",\:~f.''''~''''_l'!:i.''.'''~'\?_~~l!'!.?.., -iFif.tj;: ... ,-"-••. ")6 •• ···-. " " , :1' .' '.1 •• 'tJ~li' .". .. .. ~ :;,..:,;~ ,:~~~r.~~L,,;.:~; ::,~, ,.:.~\~:,,:;:.:~~::'.;;~~: .. ;;-;;:: ; "j~~~ •. " .... " ',. . -... _ ..•..• _. . _: ",t " ...... -_.-.. '-~ ..... _--:.-::,:., .. ~~,.. ..... -.. -.... ~--..... ~. .-'---.....•.. ---~~. '.-••• ~' ,.-. • .... -.. ,j_.; .... Ilitkpji~sy'Si:fulamidaill}.tIW!:t6031.WWWSERV~Zi\:WdAt.m;;, •. • i .•• ',~ .... -. • ., •. 'l~PMO~J¥ ~:~~~tf{J;~~~m~:~~~'I.~~: ' .. "_;,~_ ~~HfJ;~'.~$Q:l~{i)_ . DAVIe: j~~1F~;t:·:· i,V\: .~~},tt.:M~.I:I,Y.1 '-('~":\:i~"":'AN:I'O\ il :~~,.:~.,~~~. ~ :!~H,1~Mjttl¥)'~~¢'~M (MmN.Gt!lYi.lOOiIaS01liPS'IS6~I~E$·· Ap~ , •• ___ '", • u"<"'-.0_"' .•••• '*_,[ ..... ~ _~ •. u jl~~~~k~~!iM.·:~~\.: . ..... 1.· '·",:l ·~ 'J ;Sf~NilltitOS;~t~~~~~l&~~~1~W~J1.tj1'i§W~I£f.i~~1~b~tr.f ~J.J?!tgfM~nil{;;~O~;ENSlr . ). ;lGliO:!;·~~~I·'lA:.ltr.~jt)l~".'''Mi1. ;t'.i'w..1i":Moil4li~H·'~l'l<.Ii"~""."·i ;'"~'~"""'{"-";:'l' . m'~~ 'J.~'" .... ,)~~~Jf_~ ~~. ~ l'I~.f"" lUll '~~--i:Jr!' "lCl'Il;~J;m~"'·'lU.""i!! ~~~ '~!>.m . ~.~ .. Wf .. ~ -1 ":1 "f,kP;9~M: Mi1"~~';~ "·\._,;ri~,'~·;·';~~;· . '~,,~, ... "'.,,;.>- , r :i ! i i;~M~I~.;_i!~;_h~~QJW:·: _~,. ~*"I'·l;\)mR\~I~\f;·1 :Rf.'~ __ ~,~* •. ~ro·f!,DJ gJ., ?lflmf··'··~n; :AKiSl~ed: t; ..... :'··"··iJf8w1 TraBr: . :.= ., ·;l~"Jf~trtQt~rbt:~~ai:~.~~~~ .. C, '-1~~\ ';'" --.... ~"' .. 'il ~~l , •• -1 , __ .~_ : '~~!t, .. ,;;:~=~~: ·~!ry'iljm~~;i;~1U " .-: ".' , . ,-~ :,~~~::.~ .. ~ lot·j ~§§;~V ~~. ~iln.j_ .... .. ~ '. :"...,mt., ' .... "I:'Z"u.l1.l~,~.'::.·r.~;, .... :&"": ·:J"'''\\!~lI'!U''.J.e1UU~;:UUF,: ... ."..lilJ''''''''~U> :! ~~~tt~l~~~~ .: ~~gi~~?1~$~ti·, . I If ;1 [t .. I£mffii '!~n~ ;iIiJett:; '~~~jfm:;; :j,~~~,t~~; =~:~i; · ,. ... ,_.-.. ' .:. .... -.-.... -..... -;: .. ". :t 1"6f3· ~y~~tM.,1$,~~;: '.:7. B·' ,,·0· .. · ·~.Ii"~SS··.·'~.I·. '--R"""Wi~.~·UJ~" " .... " ·:iii'i.e" ·5d.•••. • .•••• -''''''io!!'' ... '. !:paRa ,~ft.""" $A'I!<'TY: "rlt_T' '.iu,tj:t~m.ti.b T:t.B\~~;tr~~r.x":I'4ps.trY"~$~Q~tl~'l Qrilel'\P~~':' aiU'TQ; Sfth..:'· ". ,,~~,'fO 1:-3'6: Hatv.E!tR~l:i.~SttitEb1l0j.!.,;t.t1ft#o:twll:t~ Nff Q~(J53;r Ro6eft Mait\~:4y, ',RQb.'/M'atngtl¥ ~ --.. .'.~I , ... ,~~" ,~.<: . :?;~~ 'jl7!~mntQ~ ~:&. :fll$v.le'qFL:;3·:3:~~6·";~l!t'l4 . ~. .' .,~. . n'u lit'IV,H. .'~ .... ~" .. ~ .. ~.f. ;~m~\T.titai: "S'Hr"lrt .: " ... 11),.",. >u 'riiOllln . . \J;~~,'~H..~.Jt ,: ~ ... ~ ··~riili·~~~ilIi)T~~ilt.t., ·TIIlI.Arw..,A"';-:t:40 ·,f'¥:~.\lII.~·t1L:. ":"al'!:Rn .. " , .. ,',L", roY"I . . .. 1l\t ;:9iQ~Q; '0.00 . "-". , ':'.' ~. .' • r REFERENCE CHECK: CITYWIDE LANDSCAPING SERVICES HFP #PW 2017-09 PHEPAH[J) BY: PARKS & RECREATION DEPARTMENT VENDOR: I1(V'~j()Y 06/08/2017 REFERENCE: ;Y-hy ' TITLE: Please answer the following questions regarding services provided by vendor listed above. YOLI rnay email your response to: Elisha Atkins-McGuire, Admin. Assistant at eamcguire@southmiamifl.gov 1. w.~a~ was therope of tl)8, project completed by t~~ c~~tractor .; ('. Cve()~/Ic.'.j l-c(.'nls: L1j./j '2..;! _·(c)-,i\.. j'////-'t. >-). (:;. __ .1 S/'/i--CA:i.:;; 2.. How is the vendor's quality of work? E yll elbA/V! 3. Were projects completed within established timeframes; on~time and on budget? (~ ,.ve~ t/)/IJ 0 C.Y 4. How is the contl'actor response time and communication with staff? 0:. ;J;1 I rt-{\ (9~1.v(j- 5. Did the contractor dispatch an adequate number of staff to perform landscape services at site locations? j--e 5' 6. If you had a similar project to undertake in the future, would the contractor be considered to perfOl'n'l the worl<? r(>5' 1 REFERENCE CHECI<: CiTYWIDE LANDSCAPING SERVICES RFP #PW 2017··09 PREPARED BY: PARKS & RECREATION DEPARTMENT Please answer the following questioilS regarding services provided by vendor listed above. YOll may email your response to: Elisha Atkins-McGuire, Acln"lin. Assistant at eamcguire@southmiamifl.gov 4. How is the contractor rrsponse time and communication with staff? (8 y'C~l(e,vl . . 5. Did the contractor dispatch an adequate number of staff to perform landscape services at site locations? .~ ·7--(:tt.'fY1 5' (.--~OYl ,:_) s,.·{k:; cll;, rt..·c)t.:; . 6. If you had a similar project to undertake in the future, would the contractor be considered to perform the work? yt5 · 1 .....• South,t,'Mi arni REFERENCE CHECI{: CITYWIDE LANDSCAPING SERVICES RFP #PW 2017-09 PHEPARED BY: PARKS & RECREATION DEPARTMENT DATE: 06/0fJ/2017 TITLE: (Jfuk.,..mL<:+rcfp Please answer the following questions regarding services provided by vendor listed tlbove, YOLI may email your response to: Elisha Atkins-McGuire, Admin. Assistant at eamcguire@southrniamifl,gov 1. What was the scope of the project completed by the contractor ~-6 ; it (/elL pc ~L~ I e, <2AA, ,j LvjJ 'f~~ 2. How is the vendor's quality of work? Jlevesonl)'t~, r\ ~-('.V ((flL U:I~&lL~ ).J(Jlt. 3. Were projects completed within established timefl'ames; on-time and 011 budget? y(!j~ 4. How is the contractor response time and communication with staff? to '2. ,e 4 ~ \~'C j ~ {We <;",rrc(, dYl-e 0.0 OLe I /\ (,0 uCI'j; dt/j-(fe,t~ 5. Did the contractor dispatch 8n adequate number of staff to perform landscape services at site locations? ~ , \\-~l I I 0 \. r .. J , __ Y I) ." \ ~\..e)'Le. S c.t, \..v/;\"'·(,Q.{e 1<:TC-C"".,YI dT [t''''e .. ·yy .. ~ J >e.v~e /L1-l a7l~(.<-"V~r 6. If you had a similar pl"oject to undertake in the futLlre, would the contractor be considered to perform t~1e work? r ~ as \ \h'J wbl,p\ . 1 1855 SOUTt:l FLAMINGO ROAD I DAVIE, FL 33325 TEL (877) 741-3030 I FAX (877) 741-3454 I mainguy.com MEMORANDUM TO: FROM: Steven Kulick, C.P .M. Rob Mainguy SUBJ: . DATE: RFP #2017-09 -Citywide Landscaping Services June 15,2017 We look forward to appearing before the Selection Committee tomorrow morning and are very grateful for your continued consideration. In anticipation of our meeting, and to facilitate the most efficient use of the Committee's time, we wanted to offer the following responses in advance to the questions contained in your email of earlier this week: 1. Can you provide us with a signed reference letter from Collier County and City of North Port? Enclosed please find copies of references from both Collier County and City of North Port that we obtained last week in connection with a bid submittal to Lee County. Inasmuch as these are both current and fairly comprehensive, I trust this will be sufficient for the Committee's evaluation. 2. How many workers and on-site supervisor/crew Jeader(s) wiD be dispatched at each park site? We will be providing both Grounds Services and TrimlDetaiI Services are each park site. All such services will be provided by either a Grounds Crew or a TrimlDetaiI Crew, each of which are led by aD. experienced Supervisor/Crew Leader. Our Grounds Crews are typically composed of six· (6) employees (inclusive of Supervisor/Crew Leader) and our TrimlDetail Crews are typically composed offive (5) employees (inclusive of Supervisor/Crew Leader). 3. ApproximatelY, how many hours will ~t take to cut each park site? I Our labor budget for Grounds Services is as follows: Zone 1: 3.0 Crew Hours Zone 2: 2.5 Crew Hours Zone 3: 1.0 Crew Hours Zone 4: 2.5 Crew Hours Zone 5: 3.0 Crew Hours Zone 6: 3.5 Crew Hours 4. If additional staff is required to complete maintenance tasks, how will that be handled by your firm? We will dispatch whatever additional staff is required in order to complete maintenance tasks. We maintain an extensive staff; ranging from 70 employees during the winter to nearly 90 in the summer. Our managers are in constant communication with our work crews and are able to provide whatever supplemental staff or other assistance is needed. 5. What is your experience related to lake and/or pond maintenance? We maintained Memorial Hospital Miramar for five (5) years; the contract expired on January 31, 2017. In connection with this, our scope of work included the maintenance of a lake and wetlands area on the hospital grounds. Although we subcontracted the wetlands maintenance to an aquatics fum, we were responsible for policing the lake and surrounding area, and periodically removing any accumulated debris and/or overgrowth. . We understand that the scope of work in this case includes removing debris and/or overgrowth in and around the lake at Fuchs Park on a semi-annual basis, and do not anticipate any difficulty in fulfilling this responsibility. Thank you very much and we will be very happy to elaborate upon the foregoing in greater detail tomorrow morning as well as answer any additional question the Committee may have. 2 " -, .- ,. ~, ,~ " -, r-.,.: )-ti i ,-. ;:o!" ~~1 .. ~ "~"." ,- ~!: ~: I, ii~· ~'9!icjJA!i~6r#. :i'hi7~)jQ8,~,!~G..~ ~~r~~~!'tl,\l!d,i~~,~~:i;\ft;~~d9P :WF'l:VOJ@l~; ;~~f]~'Pi~~~~t.iJ!ijj $27,300.00 $27,300.00 $27,300.00 $27,300.00 $27,300.00 $136,500.00 $576,600.00 MAINGUV $28,920.00 $28,920.00 $30,366.00 $31,884.30 $33,478.52 $153,568.82 . $626,493.86 lAND PRO $42,600.00 $43,025.00 $43,455.00 $43,890.00 $44,328.00 $217,298.00 $721,504.00 -. --------, '-' ..... ' l ~ ~ :.: --~ I" -I , " , , -. " , , , , ~ .... ~ ----'; -',.' LUKES $4,260.00 $4,260.00 $4,387.80 $4,387,80 $4,519.41 $21,815.01 MAINGUV $2,025.00 $2,025.00 $2,025.00 $2,025.00 $2,025.00 $10,125.00 lAND PRO $3,249.00 $3,249.00 $3,411.45 $3,582.02 $3,761.12 $17,252.59 VISUAL $4,410.00 $4,453.00 $4,498.00 $4,542.00 $4,587.00 $22,490.00 SCAPE " -. . .. .' "';~'L.· , -" ~ .. ., • j' ~ ,> :' , ',' '1 --, ... " ,. , . .. LUKES $50,358.00 $50,358.00 $51,868.74 $51,868.74 $53,424.78 $257,878.26 MAINGUY $78,300.00 $78,300.00 $78,300.00 $78,300.00 $78,300.00 $391,500.00. lAND PRO $71,280.00 $71,280.00 $74,844.00 $78,586.20 $82,515.51 $378,505.71 VISUAL $84,360.00 $85,202.00 $86,053.00 $86,913.00 $87,783.00 $430,311.00 SCAPE --. " '---,,' .. -~ .,:/ ~ -; ',I . ; -, . , ,. " -.-' ., -'. ·c -;:, --, ----'. ---.!. '." ~ _ J -- LUKES $15,540.00 $15,540.00 $16,006.18 $16,006.18 $16,486.32 $79,578.68 MAINGUV $7,695.00 $7,695.00 $7,~95.00 $7;695.00 $7,695.00 $~8,475.oo lAND PRO $14,532.00 $14,532.00 $15,258.60 $16,021.53 $16,822.61 $77,166.74 VISUAL $10,080.00 $10,178.00 $10,279.00 $10,382.00 $10,486.00 $51,405.00 SCAPE . Btaluator Quenti n Pough Slari Kamali ..bhn~ TOTAL RA.NK I Btaluator Quentin Pough TOTAL I Btaluator Slari Kamali TOTAL I ElIaluator ..bhn Feese aTYWIDELAN~NG RFP PVv2017-09 RNALRA.NKlNGS-JJNE16 2017 , LAND PRO WKES MAINGUY LAND&'APING NlA 92 94 NlA 88 98 NlA 75 93 0 255 285 4 2 1 NlA 92 94 NlA 88 I 98 NlA 75 93 VlSJAL &'APE 80 75 50 205 3 I 80 75 50 I. ,. • . ,::,.' ·.~a~'·:t~h.f';1!· ~. I r. Member Name Bid Number Bid Name 5 Document(s) found for th,is bid 14 Planholder(s) found. 329 Notified Supplier Name Advanced Starlight International Construction Journal, ltd. Cunano Builders Corp JOANN'S UNLIMITED SERVICES, Link Systems LLC Luke Brothers Inc. Landscape Lukes Landscaping Mainguy Landscape Services MCTService MG Contracting & Sons inc. MITCHELL'S LAWN Superior landscaping & lawn Service, Inc. Univar USA Inc. VisualScape Inc. City of South Miami RFP-RFP #PW2017-09-0- CITYWIDE LANDSCAPING Address 1 511 W Cordova Rd 400 SW 7th Street 16259 sw 81 st 10300 SW 146TH STREET 5870 Hummingbird Court 5532 Auld Lane 2711 SW 36th Street 1855 South Flamingo Road PO Box 163203 22 Elm Gray Road 15665 SW 117 AVE PO Box 35-0095 5 Steel Road East 15980 NW 117 Ave City New Mexico Stuart Miami MIAMI Titusville Hoilday Dania Beach Davie Miami Torrance MIAMI Miami Morrisville Miami State Zip Phone Attributes NM 87501 5052226545 FL 34994 8007855165 FL 33193 7862583719 FL 33176 7869075179 1. Small FL 32780 4074010031. Business Fl 34690 7279376448 FL 33312 9544311111 FL 33325 9543259043 FL 33176 3059226844 CA 90503 3234702122 FL 33177 3052339991 1. 33135-2. Small FL 0095 3056340717 PA 19067 2154285529 FL 33018 3053622404 ! . I ,. :MlliVIl DAILY S.1il~lNE$S R&ViJ5.W, :P.q\!Uhed])Blly~\!Tsallitll8Y.;;Sl!ndii~jfn'/l !,.jj~"IQII!!.~ Ml!IInii;;;;!Ii!)l.~91~_J!!g!f~~ !/l!S!~g(llllJy; l!P»!!!il ~~~ ~16,!,!~ !!M1tiaj; anti; ~tdv In li{M!ffii~@(fiJt ~~ :l~~!f~ lb'lbe~-tf.lillf;li ··~~.$.\i~J!i{1~l!b.1i~~:n~W~Rj~f. in lI1itjj§u~'9r; tijiMiJ';;m.-f;f[ "....~9#I,~':f • ~@l)t~rtb.e1". mar t/f,,! ;~I:i: ':Mtarnt ~i&: .Bg~jn~.$ it~~; til @ 'l1lIW3~r 'IJ:\lbIl&:b.e.d ,~t ~Mll\ml, tn ~f.~j~ Mf«It1f-D«dI1i :O~I :F.kiiid~W 111~'1Ifi. ~81t1 lffIW~lljjp.et; hii' 1i~'9fQr!b :Rehl fiPnQi\\!cili!\ly. plJ-l!ll~b1it ill .~Il M'rmiH!!ftd~ blW~ . "F.~0il'!ia;: fell· rdq l~~jit' -'S:atl;!rtIay. S,lllldaV ~i\iI; . ),--mJ~1 .1lIi;il~l:))! !l."lt ~. J!.l1llilr.t!4 '~~"!ifl!lQort ~ll!I.t :oo~11 itIitltH-.it;ije.!~oit--. Miamf'ffuafd 'M'l\JfiIIl:Dllde '€J)t(IilY\ fj)r j ~!l~' ~9Yi ~tlai -y.~~r.\l~p..r@~I/.1g ~. ffrnt ~.~II~!I·~ . ,'tit".~ att~aa: !lOW tli!-a'dit8l.ifSAl'tililllt 1fl'Id' lliltal'lt . 11§ !\!I.§i !\.\\l\~$r P.!l1Q nClf p(91)l~! ~nY J~§!'J;~ _ _ • aD1! 'i.W~iili~ ~tii, ~if.IlfIl$Jilmi ;Ot :$.~9.\Ir{!!gl ~hifi '~.il'(l\\'t~Jn~Dt Jd( . :MA(1)\CM~,:e~~lo/~kno.wnl1Q1.Ul:ft ., . .. 'j I I I , r 1 I ~l e· , . • ".! 2017 FLORIDA PROFIT CORPORATION ANNUAL REPORT DOCUMENT# 469703 Entity Name: lUKE'S LANDSCAPING, INC. Current Principal Place of Business: 2950 N. 28TH TERRACE HOLLYWOOD, FL 33020 Current Mailing Address: 2950 N. 28TH TERRACE HOllYWOOD, FL 33020 FEI Number: 59·1587233 Name and Address of Current Registered Agent: KALLICHE, ANTHONY Esa c/o FIRSTSERVICE RESIDENTIAL FLORIDA, INC. 2950 N 28TH TERRACE HOLLYWOOD, FL 33020 US FILED Apr 26,2017 Secretary of State CC5792282755 Certificate of Status Desired: No The above named enUty submits this statement for the purpose of changing Its registered office or registered agent, or both, In the stete of F/oride. SIGNATURE: Electronic Signature of Registered Agent Date OffIcer/Director Detail : Title D.S ntle T Name KAUiCHE, ANTHONY A Name PINEDA-GARCIA, lOURDES Address 2950 N 28TH TERRACE Address 5532AULDLN Clty-State-Zlp: HOllYWOOD Fl 33020 City-state-Zlp: HOLIDAY Fl 34690 Title D.P Title 0 Name DIESTEL. DAVID Name FALLON, CHARLES M Address 2950 N 28TH TERRACE Address 1855 GRIFFIN RD. SUITE A-330 CitY-State-Zip: HOllYWOOD Fl 33020 City-State-Zip: DANIA BEACH Fl 33004 Title 0 Title VP IRRIGATION DlV. Neme NATALE, MICHAEL Name NAPOLEAN,ANTHONY Address 1855 GRIFFIN RD, STE A-330 Address 27j 1 SW 36TH STREET City-State-Zlp: DANIA BEACH Fl 33004 City-State-Zip: DANIA BEACH Fl 33312 Title 0 nUe VP OF ~RBOR CARE Name PARKER. MICHAEL F Name VAUGHN, DAVID Address 5532AULDlN Address 2711 SW 36TH STREET Clty-State-Zlp: HOLIDAY Fl 34690 Clty-State-Zlp: DANIA BEACH Fl 33312 I hereby certify /hatthe informaUon Indicated on this ,eport or supplemanral ri>port Is we and accurate and that my e/6cttonic signature shall have Ih9 """,e/egel effect es if made und., oath; that I a~ an officer or director of the corporation or the rlJCflN6r or trostoo empowered to execute this (eporl BS requIred by Chapter 607. Florida Statutes; and that my nsme appears above. or on an affachmant with 811 other like empowered. SIGNATURE: ANTHONY A KALLICHE SECRETARY 04/26/2017 Electronic Signature of Signing Officer/Director Detail Date 2Q17 FLORIDA PROFIT CORPORATION ANNUAL REPORT DOCUMENT# P04000052934 FILED Feb 10, 2017 Secretary of State CC8353081929 Entity Name: MAINGUY ENVIRONMENTAL CARE. INC. Current Principal Place of Business: 1855 SOUTH FlAMINGO ROAD DAVIE. FL 33325 Current Mailing Address: 1855 SOUTH FLAMINGO ROAD DAVIE •. FL 33325 US FEI Number: 20·0944467 Name ·and Address of Current Registered Agent: MAINGUY, ROBERT H 1855 SOUTH FLAMINGO ROAD DAVIE. FL 33325 US Officer/Director Detail : Title Name Address PO MAINGUY. ROBERT H 1855 SOUTH FlAMINGO ROAD City-State-Zip: DAVIE FL 33325 Trtle Name Certificate of Status Desired: No VP,SECRETARY MAINGUY, SUSAN B. Address 1855 SOUTH FLAMINGO ROAD Clty-8tate-Zip: DAVIE FL 33325 I hereby csrUIy Ihat fhe InIorma/Jon Indlce/ed on this I8polf or supp/eman!ai ffJpotl i8lrue and a •• ulllle and "., my e/ectronlo signature shall havatha SBme legal.ffool as If made under oath; /hat I am an oftkBror dimetor of/he ootpOl8Uon orlhe receiver or truBles ampoWfNtld to "xecute this mpo" /IS mqulr8d by Chapter 607. Rodda Sfalutas; and thaI my name appealS abova, or on an allachmanl W!Ih aB Olhar Ii"" empowated. . SIGNATURE: R9BERT MAINGUY PRESIDENT 02110/2017 . electronic Signature of Signing Officer/Director Detail Date 2017 FLORIDA LIMITED LIABILITY COMPANY ANNUAL REPORT DOCUMENT# L 11000093302 Entity Name: LANDPRO SOLUTIONS LLC Current Principal Place of Business: 8724 sw 72 STREET #404 MIAMI. FL 33173 Current Mailing Address: 8724 SW 72 STREET #404 MIAMI, FL 33173 US FEI Number: 45-3058431 Name and Ad~r8Ss of Current Registered Agent: CORA. EDUARDO 8724 sw 72 STREET #404 MIAMI. FL 33173 US FILED May 17, 2017 Secretary of State CC9187488012 Certificate of Status Desired: No The above named antlty submits this statement for the purpose of changing Its reglstflred off/oe or reglsterad agent. or both. in the state of Florida. SIGNATURE: EDUARDO CORA Electronic Signature of Registered Agent Authorized Person(s) Detail: Title MGR Name Address PEREDA, LUIS 8724 SW 72 STREET #404 City-Stale-Zip: MIAMI FL 33173 TiOe Name Address MGR CORA, EDUARDO 8724 SW 72 STREET #404 Cily-State-Zlp: MIAMI FL 33173 05/17/2017 Date I hereby certify that the/nronna6on indicated on Ihl. repolf or suppl"",enl.1 repolf Is true and accurale and that my e/ectmnlc slgnarure shell have Ihe some legal street as if m8delllldar oath; that I em a mallaglng member or manager ofthellmllad IlabUi/ycompallY or lire raceilleror _88 8mpowsrad to .".cutelhl .. reporl as I8qulted by Chepter 60s. Rodda StatuteS; and that my I18me appears above. or 011 811 altaehmenlwlth all other like elfllJO'N8l8d. . SIGNATURE: EDUARDO. CORA MEMBER 05/17/2017 Electronic Signature of Signing Authorized Person(s) Detail Dale I I 1 1 I 1 ! 1 1 \ I I 2017 FLORIDA PROFIT CORPORATION ANNUAL REPORT DOCUMENT# P11000057735 Entity Name: VISUALSCAPE, INC. Current Principal Place of Business: 1.7801 NW 137TH AVE MIAMI. Fl 33018 Current Mailing Address: 17801 NW 137TH AVE MIAMI, FL 33018 US FE. Number: 45-2599402 Name and Address of Current Registered Agent: KESHEN, NELSON CESQ 9155 SO DADELAND BLVD. SUITE 1718 MiAMI, FL 33156 US FILED Jan 25, 2017 Secretary of State CC7081466473 Certificate of Status Desired: No The ebove named entity submlls this slstement for the pUIpose of chenging its registered office or registered egent. or both. in the Stete of Florida. SIGNATURE: Electronic Signature of Regislered Agent Officer/Director Detail : Title Name Address PRESIDENT VILA. IVAN CARLOS 17801 NW 137TH AVE City-Stale-Zlp: MIAMI FL 33018 Date I hereby cerlify /hBI the InformsUon (mlicated on thl. report or supp(emenlsl "'port Is /ruo snd accumte and thllt mY electronic slgnalure sholl haVe Iho same fegsJ offscles If made under oath; thst I 8m an officer or direclor o( the corpors/lon or the receiver or Irusta. empowered to execute/his report as required by Chapler 807. FIOOda Statulos: 8nd that my name app .. " ebove, or on an attachment with all other Rke empowemri. SIGNATURE: IVAN C. VILA PRESIDENT 01/25/2017 Electronic Signature of Signing Officer/Director Detail Date \ I I \ I ! I \ MIAMI DAILY BUSINESS REVIEW Published Daily 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 o( the Miami Daily Business Review f/kJa 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 Notic~ in the matler of NOTICE OF PUBLIC HEARING CITY OF SOUTH MIAMI-MEETING DATE CHANGE -JULY 12, 2017 in the XXXX Court, was published in said newspaper in the issues of 06/30/2017 Affiant further says that the ·said Miami paily BUSiness Review is a newspaper published at Miami, in said Miami-Dade County, Florida and that the said newspaper has heretofore been .cqi)tifluously published in said Miami-Dade County, Florida each day (except Saturday, Sunday and Legal Holidays) an·d has been entered as second class mai! 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, rebate, commission or refund for the advertisement ·for publication· (SEAL) MARIA MESA personally known to me I j \ I i SUNDAY JULY21017 MIAMIHERAlD.COM NEIGHBORS b' ~~dJ ... ~ CITY OF SOUTH MIAMI COURTESY NOTICE (MEETL"IG DATE CHANGE) NOTICE IS HEREBY Siveo thnt Ihl! City Commh:!=iDn of !he City ''ff Suulh Miumi. Flmida will C"onduct Pu"lie Henring(fo. .• 01 it'; f~gulnr City Commir.sion rneeting scheduled (Dr Wedn~djW J'ub'J2.......2.911. t'reg,inning aT 7:00 p.m .. in Ihl! Cit)' Cnmmisl'ion Chaml'1erfo.. ()J30 Sumter Dlh-e. tn cnnsider the following. itt!m\fo.l~ A RClOulufiol1 authnrl7.1Dj! the City M .. lHlgcr 10 enter inro a mulri-yc:u: conh1lct fnT dt~wide phone ~icC' "'itb WillUMIC:un f()[ :l 'cnn nOI III axt:rod five (5) c(;n.II;('Curivc yem. A Rc~('luIIQn nUlhnri,tinj the Cit), Mllntlgcr to "~';C'Clll':-a fiyc (5) )",,,~(lr InlcrlocM Agr~cmcnl W;Ul I\oframi-DraI .. • Count)' and Co-PcrmitlC1.::'I o[ the Nation:!.\ Pollutant Di ... chllr~~ F.limin:tlion S)'l'I.:m (NPDESi permil progrAm lorpnlll1ri!)n mOrJ:lIoring. ,\ RcscdulIc'm aUlhnrildng the." Cit)' Manll!:cr to Q\\.'ard 1'1 on~ (l) y~ltt eontrnc:t .... ilh tin C'lptiC'ln-lo·renew ror four {~l ... me (1) )'l'ar ~riods 10 Gnl'tfer Mi3mi (",jll"!"ers.. Inc, C'GMc"') rolr lite CIlY'~ 5cn:C'lr program ","«k(md di"li"ery m~(lJ !lit:'r'\·ice. ( A R,,"~Jlutinn :Ilnm.'rhdn~ tl~ Cit,. M:tnlt~el" 10 ne~:J1i:ltl" ,Ind to ,enter inr(l U tlue~ (3) yc:tr ag1~~menl ,\,th:t~ '1pIit'n 1('1 ren~w rOfnn adJilinmd Iv .. n re:ns "',;fh M:nnguy Luntlsc:trt Serva<:e!I. Inc. fnr t:'nd~aping servict'$. Cur p'JTk." Md public righl-nr· ........ v tlr ... :..,> .... ithin the City. A RI:.~11Iution r"'I:trillg 111 3 Vilri8ll~C :Irrhcariun to redut'c tile :lml1unt or t"C\luiretJ Tumn,; sra"'C,.~ fur 11 gencr::li rmJ~lIrr:'"t lm:atctl til 4.000 S\.V 57 Avenue. A R~~olllllon n·/olio!;'. to ... Spcdal Use appli~::Itl(ln m pc'rmir. a General RC'l'tnur'Jol usc. tit 57.i8 Sun~CI Drivc. A R .... ~ol!JlinD rehlling t{l U Sp"'chtl 11~1.' "pri.u:uticm 1(1 pt!'rmil u Gc.'ocm] Re~tmlrtml U:il'" Itt 7316 SW 57l\venue. ALl intereM!!d rntrti~ Jrt' inviled 10 attend and ""iII be he:ud. f("lf further inforID:ltion. plen.:>t' contact the City Clf'1'k's Office QI~ ';O~.6t')~M;'40. f\:huili M. Mcut!nde-I., CMC City C1.:-rk Pun;u:tnl In Fl.,rid" SU1.1Ult!~ 2S6.f1105. the f'iW hereby acl...,i~s tbe public Ihn! ir n p ... anlOU deddl.'$ tl' "ppcru ;10>' decision lOad~ by ,hi" BoaN. ,'\gene)' or Commissinn ,,·ith res~ct rc au~' ml!.tt~1" C'OIL"jdl!(ed at its lnecliol! Ot ht~nring:. be (lr ~tw-will th."'Cd n recaru orlh~ protl.."tdings.lIud that Cor sud) putpCls(". ,lfIecll..'d person may no..~d 10 C'n!iu/"t tbnlll ,·.:orh:\fim recordoflhe prncl!I!dings is lU;.1de ..... bictt record incluJe~ the I~stilnony nnd ('vj~~),e upon which the appt.'al J$ 10 l'C l"t:\.'icd. EDELMAN FINANCJAL PLANNING Wednesday, July 12. Aventura, FL 1 p.m. & 7 p.m. $l~/individual • $2S/couple Seats are limited, so reserve yours todayl Visit EdelmanFinandal.com/MHl or call 866-PLAN-EFS (866-752-6337). You'll learn about the key components of a successful retirement plan: Retirement Accounts and IRAs How to manage your investments and generate the income you need during retirement Social Security How to maximize benefits for yourself, your spouse and your children Estate Plallning How to ensure your assets are protected and distributed as you want, with no surprises Advl\ory lervices offered through Edelman financial Servicel, llC Serurities offered through FF Legacy Ipcuriti", Ill. an affiliated broker/dealer, member FINRA/SIPC.life, long-term disability, long· term (are or olher no,variable inlurance product5 offmd tbrough [f\ and rdelman Inlurance Servicel llC in California, licens. no. OG00750. Variable inlurance productl oflmd Ihrough EflS;od rf legacy 10luom,. Agency It( io (alifornid, license no. Ot01472. I 25SE -----~------.------------ CONTRACT CITYWIDE, LANDSCAPING SERVICES RFP #PWlO,j 7-09 THIS CONlRACT,ent~red intothis13 day of July, 2017. by tbeCiTY OF SOUTH MIAMI through its Manager, both ofwho,n shall be hereinafter referred to as the Hcrrvn where applicaple; loca~ed atfil30 Sunset DriVe. South Miami. FL .E-mail: saleXander@souti:lmiamifl.gov and MainIUY Envlronmental-Care.lnc.. with an office and p~illt:ipal placeQfbu~iriess loc~ted at185SSoilthflilmi~goRoadJ)avle,'FI.2S,and E-mail address of rmainguy@mainguy.comatid Facsimile transmission numb~rof :954/472-5640 (hereinaft~tcalled ~he '1CONTRACTQR"); . . WlTNESSE'i1I: YfflEllW,·thetrrYis in need of CITYWIDE iANDscAPINGSERVlcEs;arid WH!ilfAS; the~CrrY desires to'retain CONTRACTOR to provlde-tpere:qulred goods. and/or services based on ~oNTAAttCiR~s repr~sen~~(;ms Whi~ .. reflect thatl;OI'{tRACTClR is qualified and capaJ)le.ofproviding Said goods and/or servlces,in'al ptC)f~-iorialand .timely. mantier·andlnaccordance-with the CllY'sgoal$alldreq~iremellts; and WH~,tQNrRA¢r6Rhasagreed to provide;the required goolb and/orservi~in a~rdance with the termsat:l~.g:;.,"itlOqs_~JQl'tlrh~teil1. . . NOWI ~REFO~/in consideration ofthemUtualco~nantSandagreementshereiil cQntalned, the parties agre!!asf6iloWs~ -. . . . .' . . 1:) Ett~n.ento~Contractor: .Based on the representatioOsof CQNTRAO'QR ~ set. out in theJoIloWing i'checkedn : docurnentsthe€I1Y'herebY retains CONTRAcrORto provide the goods aM/Or servieessetforthln said proposal, quote orre~nse to solfcitation;whicheveris applfcable,as mo!1ifiedbyth~Contract Doc;ur:nerits~ or as is otherwi5e5et·forth· iri.theConttact Doturnents.definCid below (all of which is herein~fter referred to ~the. Work'1. (CheCkthebolC immediatelY. p'recedlil~~e document described beloW to Indicate that suchdocu:mentispartofthls COriti"act) V Conttacto(srf!5pcmse to the CITY'sw~n soli~;or :.J. C~tnir.1ctor'sproposalor quote, or if none, Exhibit 4 (Bid Form) & Exhibit 5 (Cost & Technical Proposal) oAs describedln.paragraph 2 below. 2) . C:or.~ [)q~ents: TIne Contract Dpcuments shall include this Olntrac::t and the following "checked documents", as well as any attachments or exhibits that are made a part of any aithe "checked documents~. (Check the bolt immediately preceding the document described below to. indicate that such document is part of this Contract) [] General Conditions '0 Contract, o Supplementary Conditl:6ns, :.J Nather DOcuments" referring to In this Contract alidsigned by the parties. o Solicitation documents ("hereinafter referred to as HBid Documents" including any request for bid, request for proposal.or similar request) ...J Scope of Services, Exhibit 1 (Attachments A and B) ..; contractoi"s response to the C1TY's.Bid Documents, ~bit 4 (Bid Form) _ & Exhibit 5 (Cost & Technical Proposal) :.J Contractor'S prOposal or quote, Exhibit 4 (Bid Form) & Exhibit 5 (Cost & Technical Proposal) ..J CITY's Insurance & Indemnification Requirements, Exhibit 3 o Bonding ofEmployees (the term Uemployee", as used in this Contract, shall include volunteers) -$l,OOC),OOO o Payment.Bond, e Performance Bond, This Contract and the General Conditions to Contract, Supplementary Conditions, the Solicitation, Scope of Services and "OtherDocuments", If any are "checked documentsU , shall take precedent over the response to the CITY's .Bid Documents, if any, or the proposal or the quote, if any. The "checked documents" are attached hereto and made a part hereof by reference. 3) Date of Commencement: CONTRACTOR shall commence the performance of the Work under this Contract on TBD or a date to be speCified in a Notice to Proceed, or Purchase Order, (hereinafter referred to as the "Work Commencement Date"), and shall complete the performance hereunder within !llA days or the length of time set forth in the Contract Documents, whichever is the shorter period of time. Time is of the essence. 4) Primary Contacts: The Primary Contact Person in charge of administering this Contract on behalf of the CITY is the City Manager ("Manager"), assistant Manager, or the Manager's designee, who shall be designated in a writing signed by the Manager. The Primary Contact Person for CONTRACTOR and his/her contact information 1 is as follows: Name: Robert Malnguy e-mail: rmainguy@mainguy.com: Fax: 954/472·5640 Street Address: 1855 South Flamlnio Road Davie, Fl333Z5. S) Scope of Services: The goods a-nd/or services to be provided are as set forth in the uchecked documen~. 6} (ompensatfon: The CONTAACI'OR's campensationfor CONTRACTOR's performance under the terms and provisions of this' Contract, Qr CONTRACfOR's payments in the event; CONTRACTOR is paylngthe City for the uses of the flTY's pr!)P!!RYor services,(heret~ referred to as the Contract Price) shall be ~ne of the following, as indicated by one Of the following checked box, 0 $ nla or as set forth in I CONTRACTOR's response to the toYs written SoIl$Jtlon, if anv, or, if none, then as SE!t out In CONTRACTOR's. prop!;)sal or ql,lOte, the Scope of Servites, or ~s set forth!n, or modified by, One of the Confract I;)ocuments, whichever is applicable. 7) Hours of Work: In the event t~ this tontrac;.t requires the periorma",ce of services, it is pr~umed thatthe cost ofperfOriningthe Work after regular working hoUrs, and on-sun~ay and 'legal holidays, is Inclildedin the Contraq Pri~. However, nothing con~i~ed-.hei'ein·!ih~JI authc?iizework-on'd~yS and during noutsthat are otherwis~ prohibite~ bvordinariC~ ,unlC!$!; specifically -authoiized or insttucted in Writing by thE! city M~l1a_er, the Manage(s assistant or d~igilee. ,8) Tlme'Provi$i~; The term ofthisCQntra-ctshall CQritmenceonthe Work Commencement 'Date and shali'contiliue;fOr;three'(3)vearsand:OJi,Cilt1NOCilteneWal,So!el¥atthedlmtJanOftbeCity:Mariuer,orunls eal1ierten:n1n;i'tE!d-,8_ccoi'dini to the -ci:;rit~ctboc~mentS, ~9tWith$ridj"g tf1~ -filregolns. thiS t9iltra~ may be exten~ed:b.y,an ~dditlonal It pei'iod:ifthe,extension is''i" writing and slgr!.ad bytheOty Manager. An;extenSion oftl'!e terin of.tt'liStorrtrad: Is at the CITY's sole and'abSQiilte~isct~tlo". . .- 9) T~nnf~atlon: This Ccmtract may be terminated Without cause by the. CITY with 30 days Of advanced written nOtiCe. i!1~ prOVision slipetsedes and takes precedence over any CQntrary provisions'iortermir'tation contailleci in the Conttad: DOCti~ents, . 10) App~ble Law and Venue: Florida law ,shall apply to the. interpretation and enforcement of this Contract. Venue for allpr~edings shall be in Miami-Dade County; .Florida. . 11)' ~ anci~ponsi~Uties: CONTRACTOR shall~mply With all applicable laWS, ordjnanc~i codes, rules, regulations, and health and safety 5tandardsof any-governmental body havlng jurisdiction -over any matter related to ~Is'.C()ntract or the goods and/or services to be performed hereunder, CJnd Shall commit no trespass on any priwrte proPerty in performing any of the work embraced by this Contract. Eac:h and every provision and/or clause· required by law to be inserted In this Contract shall be deemed to be inSerted herein and this Contract shaU be read a~d emorced as though such provisions and/or clauses were included herein. 12) Change Orders: No additional Work or extras shall be done unless the same is duly authorized in writing and in advance of the work by appropriate action by the City Manager and in accordance with the Contract Documents. 13) Ucenses and Certifi~ons: CQntractor shaU secure ~II necessary business and professional licenses at its sole expensepriorto executing this Contract or commencing the Work. 14) Insurance, Indemnification & 8ondlng: ,CONTRACTOR shall comply with the ilisurance; indemnification and bonding requirements set forth in the Contract Documents. 15) Jury Trial Waiver: The parties waive their rightto Jui'V ~al, 16) Entire ApN!ment, Modification, and Non~wa1ver: The Contract Documents constitute the entire agreement of the parties and supersedes any prior agreements, written or oral. The Contract Documents may nat be modified or amended except in writing, Signed by both parties hereto and lithls Contract is required to be approved by the CIty-Commission, all amendments thereto must be approved in the same manner and with the same formality as this Contract. The Contract Documents, in general, and this paragraph, in particular, shall not be modified or amended by any acts or omissions of the parties, No faiMe to exercise and no delay in exercising any right; power or privilege shall operate as a waiver. No waiver of the Contract Documents, in whole or part, including the provisions of this paragraph, may be implied by any act or omission. 17) Public Records: CONTRACTOR and all of its subcontractors are required to comply with the public records-law (s.119.0701) while providing goods and/or services on behalf of the CllY and the CONTRACTOR, under such conditions, shall incorporate th'is paragraph in all of its subcontracts for this Project and shall: (a) Keep and maintain public records required by the public agency to perform the service; (b) Upon request from the public agency's custodian of public records. provide the public agency with a copy of the reqUested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law; (c) Ensure that public records that are eXempt or confidential and exempt from public records disdosure requirements are not disdosed except as authorized by law for the duration of the ContraCt: term and following completion of the Contract if CONTRACTOR does not transfer the records to the publiC agency; and (d) Upon completion of the Contract, transfer, at no cost, to the public agency all public records in possession of CONTRACTOR or keep and maintain public records required by the public agency to perform the 2 servi(:" If CONTRACTOR transfers all public records to the public .ency up~n cOinpletion ~f the Contract, CONTRACTOR shall destJ"e:)y any dupnca~ pub6c 'records thatar~ exempt or coi'lfidential'and exelTiptfrom public records diStI'l»Sure. requirements. If CONTRACTOR keep~. and mairi~nS· public:recCil'dslJpon .cOri'!ple1;ioli~f·the Cotttract. CPNTRAc;TOR shall meet all appli~'e requir~entSforretaining.public I"e¢()rGs. All r.eCords Stored elearorii~1y ni~be proYjded to the public ageney. upon request· from the public agencYsCUStOdian 9f public ~ec(l~~.Jn;~ fon'na.i. that is compatibl~ With,th~ Jnfqi1rlati~!1~ology .syStems ,C).f . ~E!pub6~ ~~. ~I= CONTRACTOR HAS QUESTIONS REGARDING :rHE APPLICATION OF CHAPTERH9. Fi.ORIDA··STATUtES·TO THECoNTRAaOR'S' DUTY"TO'PROVlDE' ~BLic RECORDS ........... ' .... ' .. J.. .' ."'" ' .. C." ....... .•· .. ·... .••• c .. ', ""',' ,,', '. ' . RELA'lf,·ING'TOT'HIS:CONTRACT· ¢ONTACT THE CUSTODfANrOF'PUBLlG'RECORDS AT 30S-.: ..... .' ' . .. .. : ,,,,oJ . . .... . " . , . .. ':.': ' .... :. .. . . .• 6~"'J4';.E!~m.aH::m~~~Uthmiamlfl~iOV;'6130 Sunset'.!J:)""",S~~' "iami,·FL~31.'1~3. . 1" ~1id~:AII.pel'$Or1pel andvollJnteetsthatwii! prOYide any servi.c~:wittt vulne~b~ persoos,;asdef!necli.ln ~ori435.~Q2, Fla •. Stat.,involving the Otv or·~H~cV:iJ.'ls~ r~l~ed ~.pr whQ:may ·~avea.ccesstOs.ecurept.~sitiveareas.OftheCity,.must·bt!j~,:~mpiiaoc;,ewith·i~V~I!II·ea~undSci'~ehingahd flnCetptin~il'!g:teqUir.emenfS ~ .. per, f(orJda ·Statut~.C::h. 43S P!1Qr ~the $ehedi.d,d:.StaIt· ~f.anv employee. or '. voll!m:e-er.·CON)tAAc:toRshallp{'eV8nt ariyal'!~ali ,of itsp.so~nel,. jn~~cUngv.Qll,lht~ers; fro;n ~!n_ngJn any sUcll r~~eii'at,tNitf~ Wh~OUt'h~ifll,p~~~a~~tkgrQ\l~d,si:te!Nl\tIg'tO th~uatisfaa\on'ofthe tltV~ AV'io¥.uioo9fthis ~uii"ein~tsh8ll'con~ .sU~~bt~Of r,bisConti"ilct, ". .~) ~:~'·WortcP_. COtffflACTQ~ sh~U'~mply vilttrth~'Q~g J!te.:workPlatepoIICY$~f()rthin the ltaiy,Qf$oUtti.Miamfs P~QtinelM.nuaJvihjchism.ade a part· Clf~is:~ontra~iw."'Mereoce~, , ~'Q)ri'a",,:an4AiSignment. Noneaf.th:ework ~tservi~es.lJtlder·thJsCoi'!tii1ctsha!rbe 5ub,;onttii:ted:or asslgnedwitholJi;p'rior.Wfit~tI :~~.nt from the ciTY· which rna.ybEi ~eriiea~Without:tause; . il) ~ ,AnnOti~ jivli!oQ!'·rEaql.lired.uilderthisCOntractsh;1JI:bed.eemed ~¢ficient if$el1~ by a method ,th~tPJ1jvrdesWi'itteh eVt~ceof delivery,.inclUding e~mail and faairriile·transmi$Sion and Cleliveted·to CONTMctOR·orbiS·~t~~~d:p~isOn.~etumofma\l~·Sent:to-theat\d~cOn~inedhete'nfOrthe parti.$or:the.ir ~l)tactpe~pI)Sias not deliVerable or for failure to dailii themailshall be deemed receivec:l'c;;n the date thatth,roains refimie~tPserider. . . . IN 'WfFN~ WtlEIEQii, the parties, have e)Cecutect thi~· Co!1tract; on or before the date first abOve written, WithfUillci'!oWled~ of itS tonteht~hd sigolfic:anc~and intending to be legallyboun'd by the termS hereOf. Witnessed: By: __ "", M~.ria Menendez CitVClerk Read and Approved as to Formi Language, Legality·and Execution Thereof: .... --l2":""= ./ ~-:> ...-'.:> .. ' .......... =-~~P'~~-. By:" -' ..r City Attorney 3 EXHIBIT I SCOPE OF SERVICES ATTACHMENT A CITYWIDE LANDSCAPING SERVICES RFP #PW20 17-09 The City of South Miami is accepting sealed PROPOSALS for landscape maintenance services for public rights-of-way within the City and selected City parks. The agreement shall be for a term of three (3) years, with one (I) two (2) year option to renew, solely at the discretion of the City Manager, 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 and shall conform to the Scope of Services, "Citywide Landscaping Services Contract," Exhibit # 7, and schedule identified in "Exhibit I, Scope of Services, Attachment A, Attachment B, "Certified Organic, or EPA Minimum Risk Products," and Attachment C, "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, and selected City Parks. LOCATIONS OF WORK Accompanying these specifications are lists of locations defining areas to be maintained under the PROPOSAL. By submitting a PROPOSAL, the Respondent 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 and contract price shall be reduced accordingly and the City reserves the right to add additional area and the parties shall mutually agree on a price for that work. If no agreement can be reached City reserves the right to hire another contractor for that area or to perform the work itself. EQUIPMENT Respondent shall provide all of its own equipment which shall be appropriate, in sole opinion of the City Manager, for the work being performed. 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. The contractor shall be solely responsible and liable for injury to persons, and/or property damage caused by operation of the equipment. All equipment may be inspected and evaluated by the City of South Miami Public Works Department prior to award of this PROPOSAL. ' 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 and at all times during the term of the contract. • One ( I) 400 gallon portable water sprayer. • FDOT compliant arrow board and 75 FOOT compliant traffic cones. 4 • One (I) 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 (I) portable brush chipper with 20 cu. yd. capacity storage truck • One (I) twenty ·cubic yard capacity dump truck. • One (I) portable gasoline generator 5000w min. • One (I) 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. e One (I) 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) professional, heavy duty 20" chainsaws, 30 CC chain saws, all in good condition. • A two-way communication system between all of the contractors service vehicles and their main office. 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. Contractor shall provide a manicured professionally groomed appearance. 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. 5 MOWERS, EDGERS AND OTHER POWER MAINTENANCE EQUIPMENT All mowers shall be adjusted to 2 112" 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 112" 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: 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. Certified Organic or EPA Minimum Risk Products: Contractor shall be required to provide documentation demonstrating at least five years of knowledge. experience. and competency in maintaining 6 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. The City, however, prefers the use of chemicals use a last resort, with the aim of creating as little impact as possible on the balance of microbial diversity within the soil. Products described are those that are (i) certified organic, or (ii) EPA "minimum risk," fulfill that aim but are not to be used as a first line of consideration. You can find a list of products that comply with these requirements listed as Exhibit I, Scope of Services, Attachment 8, "Certified OrganiC, or EPA Minimum Risk Products" The Contractor shall not apply or implement any program that puts pesticide use on a set schedule; without first consulting and receiving approval from the City. 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 FOOT 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 7 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. Contractor to provide City with report every month detailing total cubic yards of debris and trash collected from right of ways and streets, if requested. F. Blowing of debris, including clippings or leaves onto the street or private property 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: FOOT 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. 8 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, landscape debris removal and disposal as well as any other work described in this Scope of Services. 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: 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. 9 Pruning of trees greater than six inches DBH (except Ficus) will only be performed under the supervision of an ISA certified arborist. The City's Arborist or a City contracted certified arborist shall be on site at all times when pruning occurs. Certifications will be provided to the City prior to award of contract. END OF SECTION 10 Exhibit I SCOPE OF SERVICES ATTACHEMENT B CITYWIDE LANDSCAPING SERVICES RFP #PW20 17-09 ~~Certified Organic, or E.PA Minimum Risk Products" 11 FUNGICIDES Biological Fungicide Organic Rhapsody Organic S~renade Garden Disease Control RTU Organic subtilis QST 713 Natria Disease Control RTU Organic Blizzard Organic Fungicide 25b Bravado Organic Fungicide Organic catenulatum Prestop Biofungicide Powder Organic Mildew Cure Organic Bicarbonate Greencure Fungicide 2Sb Bicarbonate Kaligreen Organic Bicarbonate Organic Bicarbonate Carb-O-Nator Organic Pythium oligandrum DV Polyversum Organic Actino~ate Lawn am;! Iydicus Garden Fungicide Organic harzianum Rootshield Seed Treatment Organic harzianum T urfShield PLUS WP virensstrain Biological Fungicide Organic TenetWP Organic 12 HERBICIDE Organic 25b Soap of Final-.5an-O Organic Organic Organic Organic ium Organic Organic Caprylic Acid, Capric Organic Phydura 25b Corn Gluten Concern Weed 25b Avenger Weed Killer Organic Oil IH Biotech Weed Organic Organic 25b Organic 25b Organic Organic AD.I.O.S Organic 13 Sodium Lauryl EcoSmao; Weed and 2Sb Sulfate. 2-Phenethyl Grass Killer Mossicide/Algaecide Ammoniated Soap of Ouik-Fire Organic Fatty Acids D-limonene Monterex Moss Organic StQP~N D-limonene Moss Melt Organic Concentrate Oil (Cottonseed. No Moss Organic Garlic). Essential Oil Potassium Salt of Safer Brand Moss and Organic Fatty Acids Algae Killer and Plant Growth Regulator (PGR) Gibberelic Acid GibG[o 4LS Organic Gibberelic Acid N-large Plant Organic Growth Relrulator 14 I Pt"rt'il~,./I'V\v1n,. Dried Blood Porcine/Bovine Dried Blood Bacillus thuringiensis Bacillus thuringiensis Diatomaceous Earth Urine Granules Uncle lans Dog and Cat Havahart Critter Ridder Plantskydd Granular Safer Brand Garden Dust and Cater[)illar Killer DiPel® PRO DF Biological Insecticide Dry Thuricide BT Cru;er[)illar Control Summit Biological Cater[)illar and Grandevo FI~ing Skull Nuke 'Em Organic Organic Organic Organic Organic Organic Organic Organic Organic Organic Organic Organic Organic Organic 15 D-limonene Orange Guard Fire Ant Organic Control D-limonene Orange Guard Organic Omamental Plants Inseticide Essential Oil (Blend) Dr. Earth Yard and Organic Garden Insect Killer Essential Oil (Blend) Mantis Botanical Organic Insecticide/Miticide Essential Oil (Cedar) CedarGuard Organic Essential Oil (Cedar) CedarCure 25b Essential Oil (Cedar), Oil EcoShield Botanical Organic (Soybean) Insecticide Essential Oil Aramite Orggnic Organic (Clove/Cinnamon) Acaricide -Insecticide Essential Oil Ecotec Organic (Rosemary/Peppermint) Essential Oil (Thyme) HumaGrow Proud3 Organic Iron Phosphate Garden Safe Slm' and Snail Organic Bait Iron Phosphate Miracle-Gro® Nature's Organic Care Slug & Snail Control Iron Phosphate Whitnex Farms Slug and Organic Snail Killer Iron Phosphate/Spinosad Brandt Antixx Plus Ant Organic and Crawling Insect Killer Iron Phosphate/Spinosad Sluggo Insect. Slug. and Organic Nail Pellets Milky Spore St Gabriel Organic Milkx Organic SJ;1ore Granular NeemOil Safer Brand Garden Organic Defense Nematodes: Steinernema Ecomask T oJ;1dressing 25b carpocapsae Nematodes: Steinernema Grub Guard Organic carpocapsae and Heterorhabditis bacteriophora Nematodes: Steinernema Scan mask TOJ;1dressing 25b feltiae Nematodes: Steinernema Environmental Factor Inc 25b glaseri Oil (Cottonseed) Safer Gro PestOut Organic 16 Oil (Cottonseed) AntOut Organic Potassium Salt of Fatty Safer Insect Killing Soag Organic Acids Potassium Salt of Fatty Safer Brand Grub Killer Organic Acids Potassium Salt of Fatty Safer Brand End ALL Organic Acids/Neem Oil/Natural Insect Killer IPvrethrin (without PBO) Spinosad Green Light Garden Organic Sgray Spinosad Seduce Insect Bait Organic Spinosad Conserve Naturalyte Organic Insect Control Spinosad Monterey Garden Insect Organic Sgray Nematicide Paecilomyces liIacinus Bio-Nematon Organic Quillaja saponaria saponins Brandt Nema-Q Organic Quillaja saponaria saponins Montery Nematode Organic Control Insect Repellent Garlic Extract Biolink Insect and Bird Organic Regellent Garlic Extract Garlic Barrier AG Insect Organic Regellent 17 Bacillus Mulit-Category SoluNeem BioNeed ect Growth Regulator Amazin 1.2 ME I nsecticideiRepeliantll ns Organic ect Growth Monterey FungicideiBatericide Organic Complete Disease Control Brand RTU Fungicide/Batericide Organic Biofungicide Pest Out InsecticideiMiticide Organic HumaGrow NematicideiFungicide Organic EcoSmart Brands Insecticide/Herbicide/Fu 25b Debug Tres InsecticideiMiticideiNem Organic Emulsifiable Concentrate Antifeedant. Insect Repellent, Insecticide. Miticide. Fungicide & Nematicide aticide/Fungicide 18 Horticultural Civitas Turf Fungicide/Insecticide/Dis Organic Oil (may be Defense Pre-ease Suppression listed as Mixed mineral oil on labe\) Horticultural Civitas Turf Fungicide/Insecticide/Dis Organic Oil (may be Defense Readx-2-ease Suppression listed as Mix mineral oil on label) NeemOil 70% Neem Oil Insecticide/Fungicide Organic NeemOil Baxer Natria Insecticide/Fungicide Organic NeemOil NeemOil Triact 70 Insecticide/Miticide/Fungi Organic cide NeemOil Trilog}' Insecticide/Miticide/Fungi Organic cide NeemOil Monterex Neem Insecticide/Miticide/Fungi Organic OilRTU cide NeemOil Trij;1le Action Insecticide/Miticide/Fungi Organic Neem Oil cide NeemOil TerraNeem EC Insecticide/Miticide/Nem Organic aticide/Fungicide Neem Oil/and Monterev Rose & Insecticide/Miticide/Fungi Organic Natural Flower Soray Plus cide Pyrethrin Broad Sj;1ectrum (without PBO) Insecticide, Fungicide, and Miticide Oil (Sesame) Orggnicide 3 in Insecticide/Fungicide/Miti Organic One cide Potassium Salt MPEDE Insecticide/Fungicide Organic of Fatty Acids Potassium Sil-Matrix Insecticide/Fungicide Organic Silicate Sulfur Sulfur DF Fungicide/Miticide Organic Sulfur Kumulus DF Fungicide/Miticide Organic 19 Exhibit I SCOPE OF SERVICES ATTACHEMENT C CITYWIDE LANDSCAPING SERVICES RFP #PW20 17-09 TECHNICAL SPECIFICATIONS ANY TECHNICAL SPECIFICATION INCLUDED IN THE SCOPE OF SERVICES ARE HEREBY ADOPTED AS PART OF THESE TECHNICAL SPECIFICATIONS. DURING THE TERM OF THE AGREEMENT, THE CITY RESERVES THE RIGHT TO ADD OR DELETE LOCATIONS/ZONES IDENTIFIED IN THE "TECHNICAL SPECIFICATIONS" LISTED BELOW. SHOULD ADJUSTMENTS BE MADE TO THE TECHNICAL SPECIFICATIONS, THE CITY WILL NEGOTIATE PRICING, IF NECESSARY, WITH THE CONTRACTOR. No WORK SHALL BE DONE UNTIL A WRITTEN AGREEMENT HAS BEEN SIGNED BY THE CITY AND THE CONTRACTOR AS TO THE ADJUSTMENTS. I. CITYWIDE LOCATIONS ZONE I City of South Miami Landscaping and Maintenance Program for Bird Road from 65th Avenue to 57th Avenue (Zone I) consists of the following services: 1.1 Mowing: The mowing of Bird Road from 65 th avenue to 57'" avenue will be performed thirty (30) cycles per yea~ 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 II 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. 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. II 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 on a schedule set by the City. 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 by raking or with the use of blowers, 20 1.6 Shrubs. Hedges and Ground Covers Care: Shrubs and hedges with a hedge trimmer will be trimmed as necessary in order to maintain a proper height and appearance. 1.7 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. 1.8 Weed Control: Weed control will be performed on plant beds and tree wells by means of manual. mechanical and/or approved chemical means; refer to Exhibit I, Scope of Services, Attachment S, "Certified Organic or EPA Minimum Risle. Products. JJ 1.9 Litter Control: ZONE 2 Litter and debris generated by contractors from the landscape maintenance service will be removed on every visit. City of South Miami Landscaping and Maintenance Program for Median and Swale Areas consist of the following services: 2.1 Mowing: The mowing of Median and Swale -from Sunset Drive from US I to 69th avenue will be perform thirty (30) times 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. o 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. • Alf 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. 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, 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. 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. 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. 21 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 provide 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: ZONE 3 litter and debris generated by contractors from the landscape maintenance service will be removed on every visit. City of South Miami Landscaping and Maintenance Program for 57th Avenue from US I to Sunset Drive consist of the following services: ' 3.1 Mowing: The mowing of 57th Ave from US I to sunset Drive will be performed Thirty (30) 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. e All mowers blades shall be sharp enough to cut, rather than tear. grass blades. • Rotary mowers shall be used for this contract. e 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 cover 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 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 22 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. II. PARKS DIVISION: PARKZONE I City of South Miami Landscaping and Maintenance Program for Dante Fascell Park consist of the following services: Dante Fascell Park (7.73 acres): 8700 SW 57'" Ave. 1.1 Mowing: The mowing of Dante Fascell Park will consists of thirty (30) cycles per year. Once every (10) days, April I through September and 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 be this contract. • Mowing shall not be performed when weather or other conditions would cause damaged turf. o 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. 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 cover 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, jogging paths, facilities, 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: 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. 23 I.S 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. PARK ZONE 2 City of South Miami Landscaping and Maintenance Program for Fuchs Park consist of the following services: Fuchs Park (5 acres): 6445 SW SI st St. Lake Maintenance: 5.1 Maintenance of the lake shall be conducted twice a year (semi-annual). May and November of every year. • All floating leaves. branches. litter and debris on the surface. edge and around the lake shall be removed and disposed of. • All branches in and around lake area shall be trimmed and cleared to maintain a proper height and appearance. 5.2 Mowing: The mowing of Fuchs Park will consists of thirty (30) cycles per year. Once every (10) days. April I through September and once every fourteen (14) days. October I through March 31 st e 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. 5.3 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. 5.4 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. 5.5 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. 5.6 Raking: Grass clippings caused by mowing. edging and trimming will be removed from the curbs. parking lots. street. walkways. jogging paths. facilities. planted beds and other adjacent surfaces on the same day as mowed. 5.7 Shrubs Hedges and Ground Covers Care: Shrubs and hedges will be trimmed as necessary in order to maintain a proper height and appearance. S.S Trees arid 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 S' foot clearance over walkways, parking lots and other areas which may interfere the visibility to vehicles and pedestrians. 24 5.9 Weed Control: Weed control will be performed on plant beds and tree wells by means of manual mechanical and/or chemical means. 5.10 Litter Control: Litter and debris generated by contractors from the landscape maintenance service will be removed on every visit. PARK ZONE 3 City of South Miami Landscaping and Maintenance Program for Marshall Williamson Park consist of the following services: Marshall Williamson (3.22 acres): 6125 SW 68 t1l St. 3.1 Mowing: The mowing of Marshall Williamson Park will consists of thirty (30) cycles per year. Once every (10) days. April I through September and 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 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. 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 cover 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. jogging paths. facilities. 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. 25 PARK ZONE 4 City of South Miami Landscaping and Maintenance Program for Murray Park & Aquatic Center consist of the following services: Murray Park [Bermuda turf} & Aquatic Center (4.08 acres): 5800 SW 66th St. 4.1 Mowing: The mowing of Murray Park & Aquatic Center will consists of thirty (30) cycles per year. Once every (10) days. April I through September and once every fourteen (14) days. October I through March 31 st • All leaves. litter and debris shall be removed from grass before mowing. • Mow and maintain all Bermuda turf no 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. • 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. 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 six (6) times per year. Pre-emergent three (3) times annually included with three (3) fertilization. 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 cover 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. jogging paths. facilities. 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 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. 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. 26 PARK ZONE 5 City of South Miami Landscaping and Maintenance Program for Palmer Park consist of the following services: Palmer Park (8.57 acres): 6100 SW 67ft. Ave. 5.1 Mowing: The mowing of Fuchs Park will consists of thirty (30) cycles per year. Once every (10) days. April I through September and once every fourteen (14) days. October I through March 3 I 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 be this contract. • Mowing shall not be performed when weather or other conditions would cause damaged turf. e 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. 5.1 I 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. jogging paths. facilities. 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: 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. 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. PARK ZONE 6 City of South Miami Landscaping and Maintenance Program for South Miami Park consist of the following services: South Miami Park (10 acres): 4300 SW 58 th Ave. 27 6.1 Mowing: The mowing of South Miami Park will consists of thirty (30) cycles per year. Once every (10) days, April I through September and 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 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 ievel 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 three (3) 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, jogging paths. facilities, 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 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. 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. END OF SECTION 28 Exhibit I SCOPE OF SERVICES ATTACHEMENT D BACKGROUND SCREENING BACKGROUND SCREENING CITYWIDE LANDSCAPING SERVICES RFP #PW20 I 7-09 All personnel and volunteers of the Contractor. anywhere on City property. must be in compliance with Level II Background Screening and fingerprinting requirements as per Exhibit I, Scope of Services, Attachment C, Background Screening, Chapter 435, including but not limited to Florida Statute 435.04, Employment Screening. prior to the scheduled start of employment or volunteerism. A violation of this requirement shall constitute a substantial breach of the agreement. 29 EXBIBIT2 [INTENTIALLY LEFT BLANK] 30 EXHIBIT 3 CITYWIDE LANDSCAPING SERVICES RFP #PW20 17-09 Insurance and Indemnification Insurance Requirements Without limiting its liability, the contractor, consultant or consulting" firm (hereinafter referred to as "FIRM" with regard to Insurance and Indemnification requirements) 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 FIRM, from claims which may arise out of or result from the contract or the performance of the contract with the City of South Miami, whether such claim is against the FIRM or any sub-contractor, or by anyone directly or indirectly employed by any of them or by anyone for whose acts any of them may be liable. No insurance required by the CITY shall be issued or written by a surplus lines carrier unless authorized in writing by the CITY and such authorization shall be at the CITY's sole and absolute discretion. The FIRM shall purchase insurance from and shall maintain the insurance with a company or companies lawfully authorized to sell insurance in the State of Florida, on forms approved by the State of Florida, as will protect the FIRM, at a minimum, from all claims as set forth below which may arise out of or result from the FIRM's operations under the Contract and for which the FIRM may be legally liable, whether such operations be by the FIRM or by a Subcontractor or by anyone directly or indirectly employed by any of them, or by anyone for whose acts any of them may be liable: (a) claims under workers' compensation, disability benefit and other similar employee benefit acts which are applicable to the Work to be performed; (b) claims for damages because of bodily injury, occupational sickness or disease, or death of the FIRM's employees; (c) claims for damages because of bodily injury, sickness or disease, or death of any person other than the FIRM's employees; (d) claims for damages insured by usual personal injury liability coverage; (e) claims for damages, other than to the Work itself, because of injury to or destruction of tangible property, including loss of use resulting there from; (f) claims for damages because of bodily injury, death of a person or property damage arising out of ownership, maintenance or use of a motor vehicle; (g) claims for bodily injury or property damage arising out of completed operations; and (h) claims involving contractual liability insurance applicable to the FIRM's obligations under the Contract. Firm's Insurance Generally. The FIRM shall provide and maintain in force and effect until all the Work to be performed under this Contract has been completed and accepted by CITY (or for such duration as is otherwise specified hereinafter), the insurance coverage written on Florida approved forms and as set forth below: " Workers' Compensation insurance at the statutory amount as to all employees in compliance with the "Workers' Compensation Law" of the State of Florida including Chapter 440, Florida Statutes, as presently written or hereafter amended, and all applicable federal laws. In addition, the policy (ies) must include: Employers' liability at the statutory coverage amount. The FIRM shall further insure that all of its Subcontractors maintain appropriate levels of Worker's Compensation Insurance. 31 Commercial Comprehensive General Liability insurance with broad form endorsement, as well as 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: $5,000 per person; • Property Damage: $500,000 each occurrence; Umbrella Commercial Comprehensive General Liability insurance shall be written on a Florida approved form with the same coverage as the primary insurance policy but in the amount of $1 ,000,000 per claim and $2,000,000 Annual Aggregate. Coverage must be afforded on a form no more restrictive than the latest edition of the Comprehensive General Liability policy, without restrictive endorsements, as filed by the Insurance Services Office, and must include: - (a) Premises and Operation (b) Independent Contractors (c) Products and/or Completed Operations Hazard (d) Explosion, Collapse and Underground Hazard Coverage (e) Broad Form Property Damage (f) Broad Form Contractual Coverage applicable to this specific Contract, including any hold harmless and/or indemnification agreement. (g) Personal Injury Coverage with Employee and Contractual Exclusions removed, with minimum limits of coverage equal to those required for Bodily Injury liability and Property Damage liability. Business Automobile Liability with minimum limits of One Million Dollars ($1,000,000.00) plus an additional One Million Dollar ($1,000,000.00) umbrella per occurrence combined single limit for Bodily Injury liability and Property Damage liability. Umbrella coverage must be afforded on a form no more restrictive than the latest edition of the Business Automobile liability policy, without restrictive endorsements, as filed by with the state of Florida, and must include: (a) Owned Vehicles. (b) Hired and Non-Owned Vehicles (c) Employers' Non-Ownership Subcontracts: The FIRM agrees that if any part of the Work under the Contract is sublet, the subcontract shall contain the same insurance provision as required by the General Contractor, other than the Fire and Extended Coverage Insurance and substituting the word Subcontractor for the word FIRM and substituting the word FIRM for CITY where applicable. Fire and Extended Coverage Insurance (Builders' Risk), IF APPLICABLE: In the event that this contract involves the construction of a structure, the CONTRACTOR shall maintain, with an Insurance Company or Insurance Companies acceptable to the CITY, "Broad" form/All Risk Insurance on buildings and structures, including Vandalism & Malicious Mischief coverage, while in the course of construction, including foundations, additions, attachments and all permanent fixtures belonging to and constituting a part of said buildings or structures. The policy or poliCies shall also cover machinery, if the cost of machinery is included in the Contract, or if the machinery -is located in a building that is being renovated by reason of this contract. The amount of insurance must, at all times, be at least equal to the 32 replacement and actual cash value of the insured property. The policy shall be in the name of the CITY and the CONTRACTOR, as their interest may appear, and shall also cover the interests of all Subcontractors performing Work. All of the provisions set forth in the Miscellaneous section below shall apply to this coverage unless it would be clearly not applicable. Miscellaneous: If any notice of cancellation of insurance or change in coverage is issued by the insurance company or should any insurance have an expiration date that will occur during the period of this contract, the FIRM shall be responsible for securing other acceptable insurance prior to such cancellation, change, or expiration so as to provide continuous coverage as specified in this section and so as to maintain coverage during the life of this Contract. All deductibles must be declared by the FIRM and must be approved by the CITY. At the option of the CITY, either the FIRM shall eliminate or reduce such deductible or the FIRM shall procure a Bond, in a form satisfactory to the CITY covering the same. The policies shall contain waiver of subrogation against CITY where applicable, shall expressly provide that such policy or policies are primary over any other collectible insurance that CITY may have. The CITY reserves the right at any time to request a copy of the required policies for review. All policies shall contain a "severability of interest" or "cross liability" clause without obligation for premium payment of the CITY as well as contractual liability provision covering the Contractors duty to indemnify the City as provided in this Agreement. Before starting the Work, the FIRM shall deliver to the CITY and CONSULTANT, if any, certificates of such insurance, acceptable to the CITY, as well as the insurance binder, if one is issued, the insurance policy, including the declaration page and all applicable endorsements and provide the name, address and telephone number of the insurance agent or broker through whom the policy was obtained. The insurer shall be rated A.VII or better per A.M. Best's Key Rating Guide, latest edition and authorized to issue insurance in the State of Florida. All insurance policies must be written on forms approved by the State of Florida and they must remain in full force and effect for the duration of the contract period with the CITY. The FIRM may be required by the CITY, at its sole discretion, to provide a "certified copy" of the Policy (as defined in ArtiCle I of this document) which shall include the declaration page and all reqUired endorsements. In addition, the FIRM shall deliver, at the time of delivery of the insurance certificate, the following endorsements: a policy provision or an endorsement with substantially similar provisions as follows: "The City of South Miami is an additional insured. The insurer shall pay all sums that the City of South Miami becomes legally obligated to pay as damages because of 'bodily injury", 'property damage' , or "personal and advertising injury" and it will provide to the City all of the coverage that is typically provided under the standard Florida approved forms for commercial general liability coverage A and coverage B"; a policy provision or an endorsement with substantially similar provisions as follows: "This policy shall not be cancelled (including cancellation for non-payment of premium), terminated or materially modified without first giving the City of South Miami ten (10) days advanced written notice of the intent to materially modify the policy or to cancel 33 or terminate the policy for any reason. The notification shall be delivered to the City by certified mail, with proof of delivery to the City." Indemnification Requirement A. The Contractor accepts and voluntarily incurs all risks of any injuries, damages, or harm which might arise during the work or event that is occurring on the CITY's property due to the negligence or other fault of the Contractor or anyone acting through or on behalf of the Contractor. B. The Contractor shall indemnify, defend, save and hold CITY, its officers, affiliates, employees, successors and assigns, harmless from any and all damages, claims, liability, losses, claims, demands, suits, fines, judgments or cost and expenses, including reasonable attorney's fees, paralegal fees and investigative costs incidental there to and incurred prior to, during or following any litigation, mediation, arbitration and at all appellate levels, which may be suffered by, or accrued against, charged to or recoverable from the City of South Miami, its officers, affiliates, employees, successors and assigns, by reason of any causes of actions or claim of any kind or nature, including claims for injury to, or death of any person or persons and for the loss or damage to any property arising out of a negligent error, omission, misconduct, or any gross negligence, intentional act or harmful conduct of the Contractor, its contractor/subcontractor or any of their officers, directors, agents, representatives, employees, or assigns, or anyone acting through or on behalf of any of them, arising out of this Agreement, incident to it, or resulting from the performance or non-performance of the Contractor's obligations under this AGREEMENT. C. The Contractor shall pay all claims, losses and expenses of any kind or nature whatsoever, in connection therewith, including the expense or loss of the CITY and/or its affected officers, affiliates, employees, successors and assigns, including their attorney's fees, in the defense of any action in law or equity brought against them and ariSing from the negligent error, omission, or act of the Contractor, its Sub-Contractor or any of their agents, representatives, employees, or assigns, and/or arising out of, or incident to, this Agreement, or incident to or resulting from the performance or non-performance of the Contractor's obligations under this AGREEMENT. D. The Contractor agrees and recognizes that neither the CITY nor its officers, affiliates, employees, successors and assigns shall 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 Contractor, its contractor/subcontractor or any of their agents, representatives, employees, or assigns, or anyone acting through or on behalf of the them, and arising out of or concerning the work or event that is occurring on the CITY's property. In reviewing, approving or rejecting any submissions or acts of the Contractor, CITY in no way assumes or shares responsibility or liability for the acts or omissions of the Contractor, its contractor/subcontractor or any of their agents, representatives, employees, or assigns, or anyone acting through or on behalf of them. E. The Contractor has the duty to provide a defense with an attorney or law firm approved by the City of South Miami, which approval will not be unreasonably withheld. 34 However. as to design professional contracts. and pursuant to Section 725.08 (I). Florida Statutes. none of the provisions set forth herein above that are in conflict with this subparagraph shall apply and this subparagraph shall set forth the sole responsibility of the design professional concerning indemnification. Thus. the design professional's obligations as to the City and its agencies. as well as to its officers and employees. is to indemnify and hold them harmless from liabilities. damages. losses. and costs. including. but not limited to. reasonable attorneys' fees. to the extent caused by the negligence. recklessness. or intentionally wrongful conduct of the design professional and other persons employed or utilized by the design professional in the performance of the contract. END OF SECTION 35 THtS:rkOPQSAll$ SlJQMlTTEf)' T~ .i1£. iJ~O:~mi~U:'>~ , SOui:b Hi~i .. fL1~H3 EXHQlBT4 '.PFORM ~~~~~,~EI\VlQ:S RFP.-f!PW2~11-o' '·.~Eat~i=:_i.~ "MC:e·~_~.wO'~r'witflli'ith~:COhri~· TtJm;t:and:i'Uccot.dai'r~With ihe'th .. ' •. tertna: . "d"': .,dirf·· -~~~~ti~~._~_~ ;;P~-.tturi*-a~"" · -·fOj!.J81J:aJ·-· 4-"-'*~_'4f ·"_·tIIe-"&l:!ZaliPJr=f« jMSqli~~'iiidUd~meSQn~·if·uot;at~:Suliriiltted··Witbid:ten·(10) ~aar.~aftet. l; ~,~ra~ml;~~~J~'-'t';""f.es:' 't1iat .. r ....... ;, "'''',~C:'''':' , .. " ' .. ~~l'L. ..... " ... _~;R .. _RQMM~ .. ~ ~~ '~_i\i(iL~·~~i~.e~il9i.~Jf;~ SQii~Qn J;lQCU~·~ b1~:WtI~MtjM~jf~' '(RiCer~Ohlblmfdlli_~m:'r1 ' .' . . ... , .':' . ~ =:~f~~=~~~~~ ~';s~:~r~ __ ~lld~aitiol1s'iiml:1aws,:and ~laiionUbat:'in'.~,~-""'rmay:'affeCtco' ' . . ~·~~i#:#~"";;;';~= ...... ~ 1.· Ris~ ~'fident;haS 'Stud~"~lty'all ~ind.drm· . 'if apptiCal:il"Qf -"~eC6iiditiOns:and pre$uniptiQD ~. the 'Resp9hd8r¢$bld, .~ prQPC)~ pn(e; has. ~ ~ ~dtnlicm aJl fioS$lble iLai~.~:~<haft== exP,fo~9nS, ~i'eppr.ts and .~~ Wi~th$ tE!f'i11s ilrId ci?ndidofit Qf th~ :<;a~~D~~m~nts,. iv. Respondent haS' r$iiewed'and'chedc" aJlinfprmaaQA and d~$hC>Wfi or!indica~ in ~SOlldtation Pac~or in theCom:ract Dacumentswith respec:U6 !!xisting U\id~C)unCi FaciUties or conditions at or contiguous to the ~ite and assumes respqi1~lbirtty fOr me aci:urate lOcation flf all Und~uncl Facilities and c-onditiOns that may aff~ the Work. No idditional examinations. mYestigations. explorations. tests, repOrts or similar information or data in ~t to any Underground faCilities or 71 36 conditions are, orwtll be. ~1Jiii!d by ReSpCJndent in ordertri petfQim iJ.ld ft.zmish th¢ Wark at the COntract Price,' within the Centraet lime and iii accordance WIth theothertertns and conditions of the Contratt Documem:s uhl~ the Proposal specifically' 5QlteS. that the ~~ prkeis subject ,t~ adj~~ futfuture di$C~f)' of,uodergi"ound f.lcili~ andJc)r~n¢~J1$.:th,~ aiteet 1:h~,co~-~fdt~. Wm'k'and unlassthe-rEi$pondEin.t mak~a ~h requestr.e i:he dt¥@'~onailnfOrmittJQn piiQt ~ ~~ngthebiciqr proposal as rE!quired in subsection iiabbVe.. -. . a. *'Mnn.;..I--t -io .... ~ .-ke·.t"!iN-.. ,~ .... n-r..iol ce· -of~" co·nft;;....,,· "---or' -,.H .. ~ .. ,o; ..... oa. ..... ,it· l.;. ... .,.·"h""._-..-..;.~ ''''''rl~) .IIiDO:·~·· Ul. "'-1 ...... .,..,..,. 'i'", .. ill " ... ~ E!JT()~ .--~~'loIJAIo. 11GiII"iII;MOW"R:I~ in the COotract. Doatil\ents: attd. if iu1y toilffitt$. ~ or jJi~~~hi~e ·,~fQi#iaaild nOlb gw,en, ~ f\espcmdent rep~. ~SiJl:Jtnittingl~ pro~ '1:C;) ~ City, ~atthe .~~~ ~ =:~~O::=n=I=~~~~~~r:~:.=:::~#!.tO e. ThiS~ i~ genuine atld npt made iii ~ in~rest Qf OJ' qnl:Mimalf' Qfany "i'!discl~~~fjf1Itot ~~; ::_'~' ~gt: ~~~ p= :t.dr~~i of ~~ .~ ~~:~"~p~.~o~, .. 1JB-I1 .. --~~ ~l~por( _.. _ _ . ~y, locj ~ m~~"Qr .sg ~. any ilther- ~ndent tD ~brtttt~:~of"~iTOP9SBJ; ~~pqn~~~ "pu.c?Ii~~t i~t!~crtni~~:firm. :or-corporatiC"toret'taiti;fr.Omtes~ding;3tid ~entbU' :so~t:b coIl~t:it-o~se :~ f9r.~hi1Yad~~~any,~~ Respond"t~~~~~ tifY.' _0, .~ .. c -•.. ,.-• ---·c-w ~=~~~,:==~~~==~tr!~:r~~:~~t :~iJ~ Of'Pro~EW1uati . n-and when 'initiueifby:!he 'ElTV:1t', "h8Iltot.fDme·.r:fO-':i.idaJlad "me: f:..:l:i._~ -.l$cllid~''''d;WilI.~ pI~afthe ~,sum:PiiC"~". ~lIfr:8ctPri~ r~'tfl~c:~.P~ .(ir.k"Q;:~toll_:, .. . .-'. . .' ". -:--.. • jitT~~"rt.$ ciR ...... :rJ ___ ,.~~ ... !' S. The.:E~ W()RK:.~~, fJe~P.J~:; Jnful~ within JlIlA"ys.~m tflecomm~ti. setlorih iri:iheNOTtCEtOPR,O~.:FajluretOc:ompl_tIie elitJi1!I wC!~dt;ring,the.~~ .t.i'mepeiiQC! shall ~Suii: m.~mwd: dliquldated.~ ~mM"~,set~~nd1eCQi'lttact. . . :~ I."~ ~~IJ~'iofqrmaaQnft,r futu~cernm\,lni¢ai:ion with-you¢n~ ~~~k ~P9NDENT: . Address: T~¥~~ne: fadimlte:' ~,PeF$an _ M~jnil4Y"4nd.:!p! Serviees." _ .. __ . . Ro6Mar: . '. --.' .. '.' ~ '.: f\guY. 7.. ,.tt~DririS !,lsedin thisfn.,lJOSId:which ~~cfetJ~ in to\! eOntm$~1 haveth~.s3:me mfl!3lling~i~~Ign~ tOtrJ.emi6. ~e ·~~OoCtiments, unlE!$S s~cafryd~nlKlirt this $o1icJj:aQon ~ " ~. If·~ RespoQ4e~ ~ ~. TeduiiCaJ PiOposql, bhiJjit $, i~ required. by the ·SO!~tiQn~. R~~t h.E!i:eby certifi~ ~ an or the fa,qs .and ~~ to t11e qU~Qns pOsed .inthe ~ems Coit & Tec;IInfcijl PrOposq/. ~iblt S. if sudI iU1 ¢Chibit is rna,d~ ~ ~~fth~ Soli~~l\, ~ trU~~an~ ~~ iUKI'~f!er-y a#pt,edas part of ~is Sid Form, and are made a part.ofthis PropOsal, by ~c~ 9. 8y subrni¢rlj £his propOsal, I. 00 behalf of the business that I repreSent,h~reby ~ to the -t.etrits .ofthe form of contract contain~ in the Solicitiii.tian package and I agree. to bEl bounO bytllose. ~s. Withaliy apPrQpriate ~k ~XeS, if atiy. checked and 'any blank liriesfilled in with the app"*i-. information contained in the Solicitation OocurnenT,S and this Proposal, or such information that th~ C~ and I have ~ uppn tn the course of c:onuaa negotiation$ and which h~ve been qmfirmed by the City in writing. including e-mail confil1l1ation. if any. I hereby certify under penalty of perjury that I am the ~wfu' representiltiVe of the business entity referenced in this Bid Fonn. that I have authority to bid for that enMy, 71 37 that I "av~'.authQr:ity.tO sign contraer;s for • entity and b~nd it tOtnQse COI'ltract. tBms -and,that/all of the infOrrilation!U1drepreserttadons Contained herein are true and com;!(:t t9 tile beSt afm.y know(edge • . inf9ft\1atiQn ~d belief. ~ bysineSs el:1tity r.'efer~ect in this .Bid Fotm.dm I Iiave·al,tthQdty.to bid for· ~at .~titY. that I· haVe -'orltyio sign corltiiCts fgr: that~ ahd bind it to those.c:oTitrattt~ andthatall.Qf~ mf'Qrmation l1l\d rept'e$enta"'ons ti)ntained herein are we andcortecttO ~e· ~of my km)w1~dge. iilforlTiatl.ol1ar,d b~ief; ... -. SUBMlmoTHIS ~qPQ$AcL SUBMIT'f-a> BY; MlilingllYt~na$caPe::servtce!3 _ Ninl. '-. ~C1,:", '~ .......... rt; .... ' 13,' ;; .•. to Su. '. blJ!it .. ·j'tqJK! ... sar.· .. " .... ' '. I":\r. . . . SiWllilii"e' '.. '... . , .. Te!~p~pl:I~;Numbe"­ t8TtlJ41.;3454 'FaXNufuber Jn~f@~i)guy!com: END Qf'SECTfON 73 38 , EXHIBIT 5 CITYWIDE ~DS(lAP..NGSERViCES RFP .¥(lOIT'" RESPONDENTS COST AND TECHNICAL 'PROPOSAL A. CITYWIDE LOCATBONS C;YCLE CUT$(30P~R ~ONEI ZONE 2 ZONE] TOTAL YEAR V_I 1 ().s,ga,oo 5AQO,OP 11~ 100,00 27.,31)0.0.0 $ $ $ $ .. ~ Year 2 $'1 O~800.00 5;400,00 $. $ .11,100.00 $. 27,800.00 ~ ---_. Y, .... 3 .S··1(),~OO;OQ 5.4QO,00 11,100.00 21.300~OO , $ $. .$. Year.4 ; (Option> $. 101800.00 $. 5 a400;00 :$ 11 1100.00 !Ii 271300J)O .. -.. .. -- Y~'$· (~~on) $ 10.800;00 $ 5.400,00 $. 11,100.00 $. 2t300;OO B~ fERTIL'ZER APPLDCATION: 3 'TIMESPER YEAR .. . ' FEI\Ti~R ZONE I ·ZOME2 ZONE·:J TOTJU. .. .. Veara 945.00 27Q~OD 8.1.0.00 2;025.00 $ $ $. i Year 2 ·945.00 $. 270;00 $. 810.00 $. 2.0~5.QO $. V.,. 1 945.00 270,00 810.00 2,025;00 $ $. $. $. Year. (OptiOn) .. $. 945.00 $. 270.00 $. 810;00 $. 2.025.00 - YearS (Option) $ '945.00 $. 270,00 $. 810.00 $. 2.025.00 CONTINUED 75 39 ElOtIBIT S CrrvwI~~4N.J)~c:APINt; ~RViQ:s RFP,#pW20n~09 'RESPONDENTS COsr'ANQTectiNiCALPRCPOSAl CYCU: cU:'FSl3o P.'Y_~O~EJ Vat.! .year" t. ,PAJIR$ 'DIYIS.ON· ZO~6· .. ,._, .... " (~) _,~:$.;15.9(j{).OO, ,;$.:15$0"00. " :'$;4.SoaOO.,·, '~,11:tl,(jo.oo::.:$.,~5.:S00~tio '$::'rt)5AOQ:6Q"ila~300;OO~ Y$'l Y¢4 {()ptfon) ,.," , Veaf'S (option) S 1.350;00 . ::-. , ." .. :. ,"·540.00 "$. .. ,, ., , .. 810.00 s ,..' 162(tOO $' . " ' $ 1.620.00 CONTINUED 76 $ 1 ~620J)O ,,$1. 75!5.00 40 EXHIBIT 5 Respondents Cost and Technical Proposal CITYWIDE LANDSCAPING SERVICES RFP #PW10 I 1·09 FIYe(S) YEAR CONTRACT TOTAL. ALL ZONES BOTH CITY WIDE AND PARKS D .• VlSION; CYCLE CUTS AND FERtiLIZER APPLICATiPN (A. CITYWIDE LOCATIONS; B = CITYWIDEFERTILBZER APPLICATION; C = PARKS DIVISION; D = fERTiLIZERAPPLBCATION) A + B + C + D = TOTAL Year I $ 115,~20.QO ~ "ear 2 $ 115.320.00 Year 3 $ 115,32J).00 Year 4 (Option) $ 115,320.00 YearS (Option) $ 115,320.00 TOTAL $ 576.600.00 SUBMITTED THIS --..:..;1s:,:.t __ DAY OF --=J=.:un.:.::e~ ______ 20.J,L. PROPOSAL SUBMITTED BY: Mainguy Landscape Services Company Robert Mainguy President Title (877) 741~3030 Telephone Number (877) 741-3454 Fax Number mall@mainguy.com Email Address END OF SECTION 77 41