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