Loading...
Res No 129-20-15569RESOLUTION NO.:129-20-15569 A Resolution authorizing the City Manager to amend the existing agreement with Mainguy Landscape Services, Inc. to include professional landscape services at two additional sites. WHEREAS, the City's Parks and Recreation Department currently outsources professional landscape services at thirteen (13) city parks. Staff is requesting to expand professional landscape services at two additional park managed sites: Ludlam Glades Park and Marshall Williamson Mobley Building (perimeter ground); and WHEREAS, The Mainguy Landscape Services, Inc. agreement was competitively solicited and awarded in 2017, and they currently provide landscaping services at thirteen (13) city parks and multiple public right-of-way areas within the City. In accordance with the Request for Proposal ("RFP") #PW2017-09, Scope of Services, Exhibit 1, Attachment A, "Locations of Work," which states the following: "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."; and WHEREAS, the amount for expanding professional landscape services at two (2) additional park managed sites —Ludlam Glades Park and Marshall Williamson Mobley Building (perimeter ground) —shall not exceed $8,250. NOW, THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA: Section 1. The foregoing recitals are hereby ratified and confirmed as being true and they are incorporated into this resolution by reference as if set forth in full herein. Section 2. The City Manager is authorized to amend the existing agreement with Mainguy Landscape Services, Inc. to include professional landscape services at two (2) additional park managed sites for an amount not to exceed $8,250. Section 3. The total amended contract amount for park landscape services shall not exceed $128,775 ($320,525 current proposal scope + $8,250 amended proposal scope) per contract term. Corrections. Conforming language or technical scrivener -type corrections may be made by the City Attorney for any conforming amendments to be incorporated into the final resolution for signature. Page 1 of 2 Res. No. 129-20-15569 Section 4. Severability. If any section clause, sentence, or phrase of this resolution is for any reason held invalid or unconstitutional by a court of competent jurisdiction, the holding shall not affect the validity of the remaining portions of this resolution. Section S. Effective Date. This resolution shall become effective immediately upon adoption by vote of the City Commission. PASSED AND ADOPTED this 6t' day of October, 2020. ATTEST: APPROVED: .- CITY CLERK X MAYOR V READ AND APPROVED AS TO FORM: LANGUAGE, LEGALITY AND EXECUTION THEREOF/ CI ATTORNEY COMMISSION VOTE: 5-0 Mayor Philips: Yea Vice Mayor Welsh: Yea Commissioner Harris: Yea Commissioner Liebman: Yea Commissioner Gil: Yea Page 2 of 2 ADDENDUM NO.2 CITYSIDE LANDSCAPING SERVICES In accordance with the RFP #PW2017-09, Scope of Services, Exhibit I, Attachment A, "Locations of Work," which states the following: `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." The City wishes to expand professional landscape services for two (2) additional City Parks: Ludlam Glades Park and Marshall Williamson Mobley Building (exterior grounds). Cost and the Scope of Services for the additional City Parks are attached to Addendum No. 2 as Attachment A, "Proposal for Landscape Services." Both parties have signed this Addendum this 7 day of October, 2020. MAINGUY LA APE S RVIC Signature: Print Signatory's Name: u Title of Signatory: President ATTESTED: Signature: N Nken City Clerk Read and Approved as to Form, Language, Legality, and Execution Thereof: Signat OWNER: CITY OF SOUK772-1- Signature: Shari Karnali City Manager Attachment A - Scope of Services Addendum No. 2 City Landscaping Services Ludlam Glades Park: 7435 SW 66 Avenue, Marshall Williamson Mobley Building (exterior ground): 5825 SW 68 Street South Miami, FL 33143 Litter Control: Prior to any mowing, Contractor shall retrieve and dispose of all litter and debris throughout the entire parks, including, but not limited to: fields, playgrounds, batting cages, picnic shelters, parking lots, and miscellaneous areas to avoid shredding or propelling of debris by the mower blades. Contractor is responsible for the cost of litter and debris disposal. Mowing: The mowing of parks will consist of thirty (30) cycles per year. Once every (10) days, April 1" through September 301h and once every fourteen (14) days, October 1'tthrough March 31st. • All leaves, litter and debris shall be removed from grass before mowing; • St. Augustine and Bahia grass shall be cut to a minimum height of 3 inches. Bermuda turf shall be cut using reel mowers to a height between 1 inch to 2 inches; • All mowers blades shall be kept sharp so that the cut grass edge is clean and not torn or ragged; • Mowing patterns shall be changed frequently to avoid wear and promote directional growth; o Mowing shall be performed in a manner that ensures a smooth surface appearance without scalping or leaving any missed uncut grass; o Mowing shall be done carefully so as not to "bark" trees or shrubs, intrude into ground cover beds, damage sodded berms, or cause damage to sprinkler heads, valves, mainfolds, time clocks, curbs, or other facilities; • Mowing wet grass shall be avoided whenever possible; mowing shall not be performed when weather or other conditions would cause damaged turf. Fertilization: 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 at Ludlam Glades Park only. 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. 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. 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. Shrubs Hedges and Ground Covers Care: Shrubs and hedges will be trimmed as necessary in order to maintain a proper height and appearance. Weed Control: Weed control will be performed on plant beds and tree wells by means of manual mechanical and/or chemical means. 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 81 foot clearance over walkways, parking lots and other areas which may interfere with the visibility to vehicles and pedestrians. I ,u LANDSCAPE SERVICES 1855 SOUTH FLAMINGO ROAD I DAVIE. FL 33325 TEL (877) 741-3030 1 FAx (877) 741-3454 w %V.mainguyxom PROPOSAL FOR LANDSCAPE SERVICES PROPOSAL SUBMITTED TO: JOB NAME: Quentin Pough, CPRP Ludlam Glades Park ADDRESS: ADDRESS: 5800 SW 66 Street 7435 SW 66 Avenue CITY: CITY: South Miami South Miami STATE: STATE: Florida Florida TELEPHONE: DATE: (305) 668-3876 September 24, 2020 1. Statement of Work: We are pleased to submit this proposal for the following services at the above -referenced job location: Landscape Design and Installation Landscape Maintenance Program Turf & Shrubbery Fertilization/Pest Control Irrigation Systems Installation/Maintenance Tree Trimming/Removal 2. Scope of Work: Provide landscape maintenance services at Ludlam Glades Park. 3. Specifications: Please see Scope of Work attached hereto. 4. Cost: We hereby propose to furnish all labor, equipment and materials to complete the work outlined in this proposal in accordance with the specifications set forth herein for the sum of Six Thousand Four Hundred Fifty and 00/100 ($6,450.00) Dollars per year, itemized as follows: FORT LAUDERDALE MIAMI WEST PALM BEACH NAPLES FORT MYERS Item Frequency Unit Cost Annual Cost Grounds Services (includes Trim/Detail Services) 30 $185.00 $5,550.00 Fertilization Turf, Palms & Shrubs) 3 300.00 900.00 Total $69450.00 5. Payment & Other Provisions. All work and/or material is guaranteed to be as specified herein. All work to be completed in accordance with standard practices. Any alteration or deviation from the specifications contained herein shall be executed only upon written authorization and shall be at an additional cost added to the price set forth herein. All sums due hereunder shall become due and payable upon completion of all work. Unpaid balances outstanding more than thirty (30) days will accrue interest at the rate of 1.50% per month, which interest shall be added to, and be due and payable together with, all other sums due hereunder. The failure of either party to comply with the terms of this Agreement shall be considered a breach hereunder entitling the other party to seek any remedy at law or in equity for such breach. In the event of any legal action between the parties hereto related to the enforcement of any of the provisions of this Agreement, the prevailing party in such action shall be entitled to recover its reasonable attorneys' fees and costs from the other party as determined and ordered by a court of competent jurisdiction. Venue for any legal action either party may wish to bring against the other party shall be in the appropriate court in Broward County, Florida. Our performance hereunder is contingent upon strikes, accidents, or other delays (including obtaining building permits or other governmental approvals) beyond our control. This proposal shall remain valid for a period of thirty (30) days and may be withdrawn thereafter. Respectfully Submitted, i Robert Mainguy, President Mainguy Environmental Care, Inc. d/b/a Mainguy Landscape Services 2 1855 SOUTH FLAMINGO ROAD I DAvi E, FL 33325 TEL (877) 741-3030 1 FAx (877) 741-3454 www.mainguy.com PROPOSAL FOR LANDSCAPE SERVICES PROPOSAL SUBMITTED TO: JOB NAME: Quentin Pough, CPRP Marshall Williamson Mobley Building ADDRESS: ADDRESS: 5800 SW 66 Street CITY: CITY: South Miami South Miami STATE: STATE: Florida Florida TELEPHONE: DATE: (305) 668-3876 September 30, 2020 Statement of Work: We are pleased to submit this proposal for the following services at the above -referenced job location: Landscape Design and Installation Landscape Maintenance Program Turf & Shrubbery Fertilization/Pest Control Irrigation Systems Installation/Maintenance Tree Trimming/Removal /�la.sball iVi'))%a�aoh f�Ja�ley 2. Scope of Work: Provide landscape maintenance services at 3. Specifications: Please see Scope of Work attached hereto. 4. Cost: We hereby propose to furnish all labor, equipment and materials to complete the work outlined in this proposal in accordance with the specifications set forth herein for the sum of One Thousand Eight Hundred and 00/100 ($1,800.00) Dollars per year, itemized as follows: FORT LAUDERDALE MIAMI WEST PALM BEACH NAPLES FORT MYERS Item Frequency Unit Cost Annual Cost Grounds Services includes Trim/Detail Services 30 $60 $1,800.00 Total $1,800.00 5. Payment & Other Provisions. All work and/or material is guaranteed to be as specified herein. All work to be completed in accordance with standard practices. Any alteration or deviation from the specifications contained herein shall be executed only upon written authorization and shall be at an additional cost added to the price set forth herein. All sums due hereunder shall become due and payable upon completion of all work. Unpaid balances outstanding more than thirty (30) days will accrue interest at the rate of 1.50% per month, which interest shall be added to, and be due and payable together with, all other sums due hereunder. The failure of either party to comply with the terms of this Agreement shall be considered a breach hereunder entitling the other party to seek any remedy at law or in equity for such breach. In the event of any legal action between the parties hereto related to the enforcement of any of the provisions of this Agreement, the prevailing party in such action shall be entitled to recover its reasonable attorneys' fees and costs from the other party as determined and ordered by a court of competent jurisdiction. Venue for any legal action either party may wish to bring against the other party shall be in the appropriate court in Broward County, Florida. Our performance hereunder is contingent upon strikes, accidents, or other delays (including obtaining building permits or other governmental approvals) beyond our control. This proposal shall remain valid for a period of thirty (30) days and may be withdrawn thereafter. Respectfully Submitted, r Robert Mainguy, President Mainguy Environmental Care, Inc. d/b/a Mainguy Landscape Services 2 Agenda item No:6. City Commission Agenda Item Report Meeting Date: October 6, 2020 Submitted by: Quentin Pough Submitting Department: Parks & Recreation Item Type: Resolution Agenda Section: Subject: A Resolution authorizing the City Manager to amend the existing agreement with Mainguy Landscape Services, Inc. to include professional landscape services at two additional sites. 3/5 (City Manager -Parks & Recreation Dept.) Suggested Action: Attachments: Memo.Parks Landscaping (10.6.2020).docx Reso-Mainguy Landscaping (10.6.20).docx Proposal.pdf Mainguy Landscaping (Reno #146-17-14947).pdf Mainguy Landscaping (Reso. #180-18-15213).pdf CITY OF SOUTH MIAMI South emiami OFFICE OF THE CITY MANAGER THE( ITV OF PLEASANT LIVING INTER -OFFICE MEMORANDUM To: The Honorable Mayor & Members of the City Commission FROM: Shari Kamali, City Manager Via: Quentin Pough, Director of Parks and Recreation DATE: October 6, 2020 SUBJECT: A Resolution authorizing the City Manager to amend the existing agreement with Mainguy Landscape Services, Inc. to include professional landscape services at two additional sites. BACKGROUND: The City's Parks and Recreation Department currently outsources professional landscape services at thirteen (13) city parks. By way of this memorandum, staff is requesting to expand professional landscape services at two additional park managed sites: Ludlam Glades Park and Marshall Williamson Mobley Building (perimeter ground). The parks division ("division) staff is comprised of 1 Park Superintendent (FT) and 2 Maintenance Workers (FT) for thirteen (13) city parks. The division is responsible for year-round maintenance and preparation of athletic sports fields, landscape and tree maintenance, playground maintenance and inspections, environmental restoration, beautification projects, set-up/break-down/clean-up for special events, assistance with capital improvement projects, and general facility maintenance and park structure repair, just to name a few. The Mainguy Landscape Services, Inc. agreement was competitively solicited and awarded in 2017, and they currently provide landscaping services at thirteen (13) city parks and multiple public right-of-way areas within the City. In accordance with the Request for Proposal ("RFP") #PW2017-09, Scope of Services, Exhibit 1, Attachment A, "Locations of Work," which states the following: '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." 2 South Miami THE CITY OF PLEASANT LIVING CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER -OFFICE MEMORANDUM Department staff believes that outsourcing landscape at two (2) additional sites would increase overall efficiency and flexibility within the division; moreover, it would improve aesthetics as well as provide a faster and consistent rate of service which would allow the division to focus on other important maintenance activities amid remaining vigilante and proactive on general park and facility maintenance. The new landscape service schedule will take effect October 2020. EXPENSE: The amount for expanding professional landscape services at two (2) additional sites —Ludlam Glades Park and Marshall Williamson Mobley Building (building perimeter ground) —shall not exceed $8,250. The total amended contract amount for park landscape services shall not exceed $128,775 ($120,525 current proposal scope + $8,250 amended proposal scope) per contract term. ACCOUNT: The expenditure shall be charged to Parks Landscape - Contractual Services, account number 001-1750-519-3450. ATTACHMENTS: Resolution PROPOSAL: MAINGUY LANDSCAPING Resolution #146-17-14947 Resolution #180-18-15213 Ludlam Glades Park 7435 SW 66 Avenue South Miami, FL 33143 Litter Control: Prior to any mowing, Contractor shall retrieve and dispose of all litter and debris throughout the entire parks, including, but not limited to: fields, playgrounds, batting cages, picnic shelters, parking lots, and miscellaneous areas to avoid shredding or propelling of debris by the mower blades. Contractor is responsible for the cost of litter and debris disposal. Mowing: The mowing of parks will consist of thirty (30) cycles per year. Once every (10) days, April 15L through September 30th and once every fourteen (14) days, October 1st through March 31st. • All leaves, litter and debris shall be removed from grass before mowing; • St. Augustine and Bahia grass shall be cut to a minimum height of 3 inches. Bermuda turf shall be cut using reel mowers to a height between 1 inch to 2 inches; • All mowers blades shall be kept sharp so that the cut grass edge is clean and not torn or ragged; • Mowing patterns shall be changed frequently to avoid wear and promote directional growth; • Mowing shall be performed in a manner that ensures a smooth surface appearance without scalping or leaving any missed uncut grass; • Mowing shall be done carefully so as not to "bark" trees or shrubs, intrude into ground cover beds, damage sodded berms, or cause damage to sprinkler heads, valves, mainfolds, time clocks, curbs, or other facilities; • Mowing wet grass shall be avoided whenever possible; mowing shall not be performed when weather or other conditions would cause damaged turf. Fertilization: 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. 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. 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. 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. Shrubs Hedges and Ground Covers Care: Shrubs and hedges will be trimmed as necessary in order to maintain a proper height and appearance. Weed Control: Weed control will be performed on plant beds and tree wells by means of manual mechanical and/or chemical means. 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 81 foot clearance over walkways, parking lots and other areas which may interfere with the visibility to vehicles and pedestrians. 0 LANDSCAPE SERVICES 1855 SOUTH FLAMINGO ROAD I DAVIE. FL 33325 TEL (877) 741-3030 1 FAX (877) 741-3454 w .mainguyxom FORT LAUDERDALE MIAMI WEST PALM BEACH NAPLES FORT MYERS 12 RESOLUTION NO.: 146-17-14947 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-1 and 80th street; FDOT 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' Landscape Mainguy Landscape Visual Scape John Reese (chairperson) N/A 75 93 50 Shari Karnali N/A 88 98 75 Quentin Pough N/A 92 94 80 TOTAL 2SS 28S ✓ 20S BIDDERS AMOUNT (FIVE YEAR CONTRACT) LUKES' LANDSCAPING $5121491.88 MAINGUY LANDSCAPE SERVICES, INC. $S76,600 ✓ LAND PRO $626,493.86 VISUAL SCAPE $721,504 13 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 $117,433 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 July 12017 APPROVED: J a4lia-0 MAY COMMISSION VOTE: 5-0 Mayor Stoddard Yea Vice Mayor Welsh Yea Commissioner Edmond Yea Commissioner Liebman Yea Commissioner Harris Yea 14 South* -.Miami THE CITY of PLEASANT. LIVING CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER -OFFICE MEMORANDUM To: The Honorable Mayor & Members of the City Commission FROM: Steven Alexander, City Manager Via: John Reese, Public Works Superintendent GATE. July 12, 2017 Agenda Item No.: ' 3 SUBJECT: 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. BACKGROUND: 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 (Fuu RvE-wm coNTRAcr) LuKEs' LANDSCAPING $512,491 MAINGUY $5760600 LAND PRO $626,493 VISUAL SCAPE $721,504 15 CITY OF SOUTH MIAMI South Miami OFFICE OF THE CITY MANAGER THE oY of PLEASANT L MNc 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 complete. 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 Florida Limited Commercial Fertilizer Applicator, Bureau of Licensing & Enforcement. ExPMSE: Proposal amount is not to exceed $576,600 over five (5) year contract term. Accoums: 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. ATrACHMEPM: 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 SunBlz Report i 16 X:,P.t.-, hasing*egd t t"oC PcoposaisH17Tre $iffm-Bldg ofmg�5ign-In $heet Citywide Lan�i_c:ipins 5.12.19,doo; . . - 17 ig wit m fflj�: 19 x x x x $ x x 2 X Z % = X X X E X x x x x x x x x x x i x X x m o N N g N N T O 1p N O y o M Atkins�McGuire, Eiisha From: Christian Infante <CInfante@sfmservices.com> Sent Thursday, June 01, 2017 9:17 PM To: Kurick, Steven P Cc: Menendez, Maria M.; Mario Cantero Subjectt Re: Citywide Landscaping RFP Good evening. Unfortunately our team missed the 10AM 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 Jury 1, 2017, at 10:29 AM, Kulick, Steven P <SKulick@southmiamifl.eov> 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, Steven Kulick, C.P.M. Chief Procurement Officer/Procurement Division CO* of South Miami - 6130 Sunset Drive - South Miami, Fl 33143 Ph:305/663-6339; Fax.3051663-6346 - Email: skulick0southmiamifl. ov <image001.png> 1 22 "MMIN 44 MOVIOA, w "m t SIM MY , "M iWok."Offloalftlolim AWRI al.* r. 23 y I Y I 24 25 0019 MW amimm su6 I mmv. .00 mou=s 4a 26; Sur .. r. F ...�. • u••—. ...-rv.. } Io Al WIM, 0.0 M., ft-i- 28' z 29 ' I CIT, - DIZI A, RAW M I (MI-W-, Aim -.11kaviv A 30 *-40 L IMAM AN O-A. 4.4% bin Mo Aft, &AW E � M � - i� M�J '�'- ="! I I"IV an k". 31 AfF f ht I -J: it, 0.1 32 it IWI 14"IM .4V 1."TWAIM "T64 Q 5 f.i ti�." .�. �'i'lJ i7tJ� :U �C tllf?'". 10-!Sz" M*54 .1 - ALI- t Pil niz MITIR1.1171f.- =M0 % `777,77 "51 tj .2 V'. 0 ZM 44L;O 3 tjA T7. IT. -.-! �Tlj FW?3 Ll (!I! 11, �,l f 'cl R, =m: I. LIP 111 Z­� , In Eli 'S 10 lit ryEAz ;� 114 D�.­j 34@ **rl P.1 13i Y, V-�v -, it: ! 0 �,,j t1 I k, :! 14 631 7771 •-!Jll lit. I I III t i 1A k!, ,icZa e ;A _s z :1-i3k4i'll I wd IL-�, �Yi' -ago I Imn 35' - 10 1 1�! . *' MIM 144M.N., Pia--Mffill wriato0wo. W... Wr M W-A' UWAW m rd la 11 WN 37 1 L U > i i 381 7) ku 39-' gum 40 U kill OR low WN 42 W-- WiM Stu A TA m -10 M.- 43 44 U"t 48 a Ga I i i 49 IMM WIT 61, �#;Auftm -14 !�M - A-u- AN I =r.s fz 70 I A. t ONT-Mmor. ma 50 ug pw "-t P-i W�a- ml�-Pv� m - wm a"-tM--�-�U ,U' AMMON k -1 14, I ` v - Nry {per 1 I&A tog% slog r4 e H w4 A AN Opp logo.. 51 UAY.it,. ME - r 0 52 i.] ��lixt#�ISiD . �'�1�: 43 �� �' 1 t ��•.'.vi{� 3�'��'�����..,1'.� r 53 '40 -0-1 WWAWWWW;� IW3 J- 11 an. 54 ....... ....... Alm i" m I-lw KpO OOA r �$4 idasneGdgftlr�BeachDry5xi3glderi'anh,Pti;$' NOW Rl MAW .�.Wwoi*"om Pb 55 mww • � �� f��f t 1 1..+�� -�_ _.•' � ate' '.�'* rT."�:'...uf �'�� �. r !�'nr�l •r•` S MINOR. fthl � .. 5iir.lr�r+r...�:i�tl1�1� .•'yf��1111�!!'.'y. �r1i1 ....... ..�... - -- f 56 1 1 57! A"M-hbo 58 s �J'rstctl° 1. N.i"aiE:�'res� i 59: VAINA 0"'I'lir - A tuld •4 t•L,4�xv,-k PSI y tt ply. 1. .frD: ila � r:.•e 1.`S "��] -� � ,f:3`-+��^t •I •:�:: ,s c t1 Vf a' f _ •1`0 � a :it� 'f SIM ov .6 AUW 4x- UFO' t4 ir. 49 f 4 - .71 -Z- DO mmutim IA 0 I . 621 - ull 0. F. IONT am w Miff 25LM wl-_- . . . . . . . . . . �p,�j J I 14 , ffiS �k'' El' lg;�Vl�vqr-•tit. ; 63'. F.GURVaRm 65 MKOW201-wWwo- WOMMIN 0 i 67 IQ- q t e; �= �r 69 r.1,. •. wJ ;--nit 3 r 1 •�S 'J 1.F.:?i: r.,• �i (:;r It )� t :3i a., 1 •J r'�. �e 1 ,A•. ,T +�!�T�-f -Jr% j'�i'`•; y�r,'S'3!`.�.j"�-r��r` r�:_ • '�� it •1��:'i}x%)�. .t�i:l1'rli� r r at��ti�ii}. 7r_...."wAa, •:S'�l'.t'�:i_•.1�1'.'�:=. '}ibc' y:::jiet•J Yt::i'� i-/'ic. t:!1:=•' `�iYtli�Yj�i�S�++. .� :v11 sl:o. oji i,3 r,,�'.: '��i, �.. •' _ 17 �•� .!/l�tft. '�•��.. t.f i��.: ,•�,• :11 _r •' 1•) .S. a S w' ':il 'i :v,It_ r YI: Sr •a •�1' :i may:_ _}:! : /�� ,r,- r�} ';`a" 'i Y�'it{, i�`j� .�•„k7' .���(''�}' <. r /{�'r�.-rya � _i�-'� ^' } .�•:, ! jl.c ''1 I +1• •t Ir ,fj! i t:::7.�i '=•���f1. Y'�'� •H �: .1 h. :-: �e r rr }: r} Ja, ,. 7�_4ir i. .^',c!''j''j� ��`ir!�r�.., .t.�'•'K':. '"�'.y+�.GK'�,i?r'_ ,r }� C._ �"i��F r bl i'• 11 (l 'i� r�'':�'• •3 � r _ '�' .1.0 1 ylf .1� rr:rr a r •7:' 21 r •��'� .t: �i �t :'1 �+� _i ry:l .� o' ) �i •: t'J7 1 la •r a•o(y,a .l! cj L' -to ! w• .� °, s :i° - t �=ir � �:/r•}•t il_�: �• :' .,L:;j1':;v :y t♦ le• _- 1L, _�,. `'M�i� i�11 `/��i,7 -"T4 >.rt.j ,)�irl �rY"t , a �•-: �i'o f�( .y�.: -,I. �• •�• _ •.1 r. •a y ' `�� �.�, �r �.;,wly� ..u.� 4a% � n it;•�k.tt:• �, =^ 'J7 'a:H a,ai -ai�a {i: :f• c 'a _ Sri: s�'t. •rf :t: n}: 1 a a I' 13 �•.1�) a :7 �'�t ?a it i= .�• �1 _-o-f{.ry :+.ir� i::� .•c•.�tt>: fir- }y: �i„ ,:�. _ :.: • ii':t a: ci ```�'� - ii :<, ��� ,� ,r��-� 3. ... - tea. •- '� i i)•.'-�. 1:. . +'cn i-t r, r7" r. t;.r-!'c +s �3,_��+�'.jr:t'`o .•i, 7: j •:il 'Irr: a�Ri �r.r t L-Ja .i ��ir_ 173''i.•y�� P 1�. Ilvl{ 1• C`, 1 �`1 T1::(:�'•• 'r: 1 1: V •l' Ci .!7 I:i �...; .: �� �f-!'�' _� : i :,�i'. .t•• el t .. r:. t 11 ,..r� to n. ��• yid :r �:. 1 +a �� ` �`l. aSl. •i • 1i.�:La: > t .a �1 '. K .• 1 jji�'�r a• •qf a , 7 .ate ,`�j`jy y r Y .r.. , •�W/`�• _ , ":� r:.a T r!`�,;�.J •• r ',u •is !. 1.'. .J tree .i 11'• }- •I, ::r f��= al t .�'a.' .• r �`:�' r • 1 la,�i. = I n +y! .fl a �s. �S :1 a•:ia �J, 1��'� . %"j '•a r.l. r71 +�:y• t 'S 1..,1 �. .a• 1' 11'r. 1ililb It LAN It •y ' • � � y �i _,:s .eta._ �,. �"' It ..�• •;-__ .`i it j1:� �.,� :r, �1 i a r 1 I, IIt;� •! J 7 •. a 3L1 4 •r- F .w � .wtiw.w�...rww.... wr •. Lo 711 72! IWAMM - I 'S U. -me � 74 OVA ow ;0;: :� wy���=.: t���: J�'!MA .:� of �► } ,�1•��i' j�/,,:ll?. � ��;;::�'�'t1'11{{' ti _ :l ' :� a r•:lr :3 r: 75 x ,••e r+w : rc -� s ry .r w+ � r •.ram .u,...w.� _ i we 77 SL li "a lbAp.,//bAvAy6J6lohf 1dD&VWWSsRVAj#mzAwmUM-, X-od Mot" Carus it t AM 79 I vy ANY -Wl m 81 82 1-31-00m, m m oro NOW k MiN a. kv ME VGA MIF S, Protmeation MT=La LWIW Mml -'-- ENE- ==�,' A, WOOM :Fdfl. jbm6n gam,f-mpm 87 <�rrt�u��v3!'��a� ^ir�ilfidreli7p A�iP�eari __ ... . T4x+a1f '�Qi4U,w�T,J�� `Lca`itiedtoa7h54. 4;$`A ='Ls'Eioi� Eist CCt�e so��0. i liJIfilr�r �'� f<lair'•�;�-�,�r�'rfi�`�}��.���.�ii�'c�c�� �tl� 0 ••0'�� 4 t 0j` l MTV'. 1106IN'T"my • �.. ��t; ws wfw • /i � '.!• ; J '-1�=I�. �.. ili f�A. .. •.. rv♦ �.. .__. ... r r .. r.f • .. .. �:N .t•.1 ...�. .. . .. .. •.1. .....- .. .- \.» ... .v.�4 ... I f c ^A I i-aW3. 6/3- W--W,. bl94 M- 89 tad is z I 90� 66 .40MAMI S0LJt11*'/:*4ami REFERENCE CHECK: CITYWIDE LANDSCAPING SERVICES RFP 4PW 2017-69 PREPARED BY: PARKS & RECREATION DEPARTMENT A�vt laar4'fc� Yetwevs 06 08 2017 VENDOR: ! ! DATE �-- Aw REFERENCE:TITLE: L "Y1 V/11% Please answer the following questions regarding services provided by vendor listed above. You may email your response to: Elisha Atkins -McGuire, Admin. Assistant at eamcguire@southmiamifl.gov 1. What was the cope of t e project completed by the contractor �� �!-n L S' c� 1. 2E'-t-�r}-J ��/'•lc"'�� �• c� > i'! � 2. How is the vendor's quality of work? 3. Were projects completed within established timeframes; on -time and on budget? 4. How is the contractor response time and communication with staff? �- & 0 4_1 . 5. Did the contractor dispatch an adequate number of staff to perform landscape services at site locations? Y,62 S 6. if you had a similar project to undertake in the future, would the contractor be considered f to perform the woric? 92 Q$v� a�4ON South" _Miami REFERENCE CHECK: CITYWIDE LANDSCAPING SERVICES RFP #PW 2017-09 PREPARED BY'- PARKS & RECREATION DEPARTMENT VENDOR:DATE: 06 08 2017 REFERENCE: �� ek t l TITLE: •� � (:ice /V�yl .t 1 'gee Please answer the following questions regarding services provided by vendor listed above. You may email your response to: Elisha Atkins -McGuire, Admin. Assistant at eamcguire@southrniannifl.gov 1. What was the scope of the project completed by t e contractor , 1 rl- I� Lu ,�G�i .v ���; %v� (,l�(i� cti ' ,� S �iL �� us lu y.L Gam,. C�L�vYt� �l, l C •Ul L %c en or' 2. How Is the vs quality of lor[01 vtw0 " • �% l�J.�� �•��1.�`� " yti1 lip+..• .t��t Ur'� �. �" i /�•-(� 3. Were pr sects completed with established ti','eframes; on -time and on budget? wJ r74 4. I -low is the contractor r sponse time and communication with staff? �.7r S. Did the contractor dispatch an adequate number of staff to perform landscape services at site locations? 1 & 6. If you had a similar project to undertake in the future, would the contractor be considered to perform the work? 1 931 o� • 40 REFERENCE CHECK: CITYWIDE LANDSCAPING SERVICES RFP #PW 2017-09 . PREPARED BY: PARKS & RECREATION DEPARTMENT VENDOR: �'� ' x1i� 1-11. A ".1r, �� .' ' DATE: 06 08 2017 REFERENCE: A In!i ~-- -e e CCU. TITLE: JI'GU [ti Please answer the following questions regarding services provided by vendor listed above. You may email your response to: Elisha Atkins -McGuire, Admin. Assistant at eamcguire@southmiamifl.gov 1. What was the scope of the project completed by the contractor 2. How is the vendor's quality of work? I �l 3. Were projects completed within established timeframes; on -time and on budget? 4. How is the contractor response time and communication with staff? SomE drib CA -do ( ('A r'ei 5. Did the contractor dispatch an adequate number of staff to perform landscape services at site locations? 1-10 t ! 6. If you had a similar project to undertake in the future, would the contractor be considered to perform the work? 94° 1855 Sourt+ FLAMINGO ROAD I DAviE, FL 33325 TEL (877) 741-3030 1 FAx (877) 741-3454 1 mainguy.com ffIMU / � IAMIM1 TO: Steven Kulick, C.P.M. FROM: Rob Mainguy SUBJ: RFP 42017-09 - Citywide Landscaping Services DATE: June 15, 2017 We look forward to appearing before the Selection Committee tomorrow morning and are very gratefid 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 leader(s) will be dispatched at each park site? We will be providing both Grounds Services and Trim/Detail Services are each park site. All such services will be provided by either a Grounds Crew or a Trim/Detail Crew, each of which are led by an experienced Supervisor/Crew Leader. Our Grounds Crews are typically composed of six (6) employees (inclusive of Supervisor/Crew Leader) and our Trim/Detail Crews are typically composed of five (5) employees (inclusive of Supervisor/Crew Leader). 3. Approximately, how many hours will it take to cut each park site? Our labor budget for Grounds Services is as follows: Zone 1: 3.0 Crew Hours Zone 4: 2.5 Crew Hours Zone 2: 2.5 Crew Hours Zone 5: 3.0 Crew Hours Zone 3: 1.0 Crew Hours Zone 6: 3.5 Crew Hours 95 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 firm, 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 i I 96 Tl 1*1.ftol;(county PydcheeWeht Management 'o REFERENCESUREEX Off I -lq- i "n •il'1144 ty (B6 Hill ('4fflp ParkWay) Landseb 13 lrej'jAj EF luue -jr ........... .:7 dd RA Z PO -A i. qkrrf6r seld 43.=16 Al" Xt 6 pan a? e,, I.W. -: �T Mi. M �j � .�. I j. . q r!� O5A n 9 ihini UK&(- t WIMM Ab 0 u ml.ld"—Nj t Afq 4ggg3 'I 0, 6 ' I prd No sd I to• u No MR -KFR-CTrMo—rww Ike 1v-Ic O'k 4ewi�\ e AT 97 %qv-vT.wwaR "r M)L�c IL I tvx I'm ON* rowtoftoftwma TKIr On 1 .1 fun wnwt I IMAM - ------------- - Wfmv ► AW IVY . a A had km L�h . . MER .... .... . Will! Aoa��Dwa I , 3...y , ald 'a. Nk t m LURES $291920.50 1 $29,920.50 $30,918.13 $30,818.13 $31,742.67 $153,219.93 $512,491.88 LURES MAINGUY $576,600.00 MAINGUY LAND PRO $28,920.00 $28,920.00 $30,366.00 $31,884.30 $33,d78.52 $153,568.82 $626,493.86 LAND PRO VISUAL $g2,fi00.00 $43,025.00 $43,455.00 $43,890.00 $44,328.00 $217,298.00 $721,SD4.00 VISUM.SCAPE LURES $4,260.00 $4,260.00 $4,387.80 1 $4,387.80 $4,519.41 1 $21,815.01 MAINGUY $2,025.00 $2,025.00 $2,025.00 $2,025.00 $2,025.00 $10,125.00 LAND PRO $3,249.00 $3,24900 $3,411.45 $3582.02 $3,761.12 $17,252.59 VISUAL $4,410.00 $4,453.00 $4,498.00 $4,542.00 $4587.00 $22,490.00 LURES $50,358.00 $50,358.CO $51,868.74 1 $51,868.74 $53,424.78 $257,878.26 MAINGU" $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 $84360.00 $85,202.00 $86,053.00 SB6,913.00 $97,783.00 $430,311.00 LURES $15,540.00 $15,540.00 $16,006.18 1 516,006.18 $16,496.32 $79,578.68 MAINGUY $7,695.00 $7,695.00 $7,695.00 $7,69500 $7,695.00 $38,475.00 LAND PR3 $14,532.00 $14,532.GO $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 99 aTYWDELANDSCAPING I;FP F'V112017-09 RNAL RANIaNGS- JJNE 16, 2017 Bduator LAND PR0 WKES LANDSCAPING MAINGUY VISJALSO PE Quentin Pbugh NIA 92 .94 80 Shari Kamali NIA 88 98 75 John Reese NIA 75 93 50 TOTAL 0 255 285 205 RANK 4 2 1 . 3 Evaluator Quentin Pbugh NIA 92 94 80 TOTAL Evaluator Shari Kamali NIA 88 98 75 TOTAL Evaluator .bhn Reese NIA 75 93 50 100; 101 102 103' Member Name Bid Number Bid Name S Document(s) found for this bid 14 Planholder(s) found. 329 Notified Clty of South Miami RFP-RFP #PW2017-09-0- CITYWIDE LANDSCAPING Supplier Name Address 1 C ZipPhone AttNbutes Advanced Starlight International 511 W Cordova Rd New Mexico87501 fFL 5052226545 Construction Journal, Ltd. 400 SW 7th Street Stuart 34994 8007855165 Cunano Builders Cor 16259 sw 81 st Miami 33193 7862583719 JOANN'S UNLIMITED SERVICES, 10300 SW 146TH STREET MIAMI FL 33176 17869075179 Link Systems LLC 5870 Hummingbird Court Titusville FL 32780 4074010031. 1. Small Business Luke Brothers Inc. Landscape 5532 Auld Lane Holiday FL 34690 7279376448 Lukes Landsca ing 2711 SW 36th Street Dania Beach FL 33312 9544311111 Mainguy Landscape Services 1855 South Flamingo Road Davie FL 33325 9543259043 MCT Service PO Box 163203 Miami FL 33176 3059226844 MG Contracting & Sons Inc. 22 Elm Gray Road Torrance CA 190503 3234702122 MiTCHELL'S LAWN 15665 SW 117 AVE MIAMI Fl. 133177 13052339991 Superior Landscaping & Lawn Service, Inc. PO Box 35-0099 Miami FL- 33135- 0095 3056340717 1. 2. Small Univar USA Inc. 5 Steel Road East 115980 Morrisville PA 19067 2154285529 VisualSca a Inc NW 117 Ave I Miami FL 133018 13053622404 104 )W l&AlCYSUSlNe$$F(RVlIEW Pofthodrw"qpl SaWrdwyyAuMdag-Md llp m"Momtu=,� 14f- RIM ft)~N Aft OAM Rai lhei m0o4ped, oplFoly porsooptV P.Ppo.q.* W'.11111b.,V.., WRE'. 6"ITA-1406 LAW *P M(wkl R94Ww, W tral& f.(aidot ftuj(ay,* hmday! WA. 1*1- EF,606,* 49 RAW In WoOnt-OAVO. mtjp, 1"�ja 'MAY at "Oomwomi w"wo:bRo. mvtow& m4.*qfiq.rw lft"etiVOMW •al Uml, in sW M19m6DdCF6 0", AdlidS hAd IHO tK& XbW nft*dW- hab bi*6fo 10.0 1 1 rjdVWS.),' Qrd 'kfF 'been as 1;qcaqd soas.L m TIMIN it be ,Wt d9bg *f glad k Sald satiny, n0ft fpti Wpd 0 one; Yor apA ruoreAloo be #mt *11*r ipq 6 V ll� afts0a dopy -d- lhdrumm6mt ad afhlit n y -q pe *wygm qoqr pq -W pmmw gin "o. 00wo'; 1wo" M* I DkVW.VQmmiV)mm&no Vwk IAd ftot 105 G�rh�,,.s*�..t� °ry +Liq °.krl±is ,dr <'...'i+u •� iP{ 1r { "n •"Ycty�QWa'St rTi �M,: Ti s �rr u iYtu ns �'�,t i�ic� I �..Crfy�&. r ; gn SM IN 'Title KALLICHE, ANYHONY A 2956 N 28TH TERRACE hnpJ/searah:9un�iz gYgylnqulry/CapPrat)ailSe8rcW8Eafcfifies�IlDetail'li�9WrytyPe-E.i9liyNem88drecllenT,Ype=Ir�1101&39drohMflNdUrde�,WKESLANp50At .i113:.� .._.� 106 107 2017 FL0R1l)APR0RTC0RRQRAMtt 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 FE.I Number: 594587233 Name and Address of Current Registered Agent: KALLICHE, ANTHONY ESQ CIO 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 nerrled en&yy wft to this statement for the pwose of drangtrlg lls registered ott @ orregr ftW agent, orboth, In the SW& of Rod&. SIGNATURE: Etectranic Signature of Registered Agent Date OfiiceNDlrecEor Detail: Tlue D. S Name KALLICHE, ANTHONY A Address 2960 N 29TH TERRACE City-Stata0p: HOLLYWOOD FL 33020 . Title 0, P Name DIESTEL, DAVID Address 2950 N 29TH TERRACE City-State-Zir. HOLLYWOOD FL 33020 Title D Name NATALE. MICHAEL Address 1855 GRIFFIN RD. STE A-330 City-SUb-Ztp: DANIA BEACH FL 330N Title D Name PARKER, MICHAEL F Address 5532 AULD LN City -State -Zip: HOLIDAY FL 34680 Tide T Name RINEDA-OARCIA, LOURDES Address 5532 AULD LN C*State-Zip: HOLIDAY FL 34690 Tide D Name FALLON, CHARLES M Address 1855 GRIFFIN RD. SUITE A-330 City -State -Zip- DANIA BEACH R. 33004 . Title VP IRRIGATION DN. Name NAPOLEAN,ANTHOW Address 2711 SW 36TH STREET Ci"tawap: DANIA BEACH FL 33312 Title VP OF ARBOR CARE Name VAUGHN, DAVID Address 2711 SW 38TH STREET Ctty-State Zip: DANIA BEACH FL 33312 1 hereby cw* lhet the ftftw jw 4idcatedon this repelrter auppte=nw repot is true and mumie and that my etesft* s#nature shop have fho alma legal effect as ilmade undar oethc that I ans an etl9cerordlreclorarfhe oarperatlar stills recaiwr or Wstee outpoweeed to erscvte 9da ropwf as eequbed feyChapter 607. AIuAJs Statates; surd deaf mynanre eppasrs above, oron an er�rap aihertlka e>Apowared SIGNATURE: ANTHONY A KALLICHE SECRETARY 04/2612017 Electronic Signature of Slgrdng OtilcedDirector Detail Date ... . .... .... WE Annual Reno Ragott YGO Fred DAto 2615 . 812PI5, 109 2017 EMPA PROFIT CORPORATION ANNUAL. REPORT FILED DOCUMENT# P04000052934 Feb 10, 2017 Entity Name: MAINGUY ENVIRONMENTAL CARE, INC. Secretary of State CC8353081929 Current Principal Place of Business: 1855 SOUTH FLAMINGO ROAD , DAVIE, FL 33325 Current Wiing Address: 1855 SOUTH FLAMINGO ROAD DAVIE, .FL 33325 US FEI Number: 20.0944467 Certificate of Status Desired: No Name -and Address of Current Registered Agent: MAINGUY, ROBERT H 1855 SOUTH FLAMINGO ROAD DAVIE, FL 33325 US - 77te ebm named ettW submds [his detement for the purpose of ch&Wng da reglatered office or mgWered agent or boA In the State of Rlogda. SIGNATURE: Elear ft Slgfia4ctre of Registered Agent Date Officer/Director Detail Title PO Title VP, SECRETARY Name MAINGUY, ROBERT H Name MAINGUY, SUSAN B. Address 1855 SOUTH FLAMINGO ROAD Address 1855 SOUTH FLAMINGO ROAD City -State -tip: DAVIE FL 33325 City -State Zip: DAVIE FL 33325 1 b"by fba! tits LdbrrrraLbn Rrdraated ari this report asa eMelnport fs Gue and acarrate erd gat rrry etectrant�e shetlhaye t!►e same feQal W*d ea tlntade once oudlrlbet t smart a�rordasatorortbe aorpora8art orthe raoalver or h�atee arrrpoerorad M axeaits thb ropott oa raQtrhed by t:hapbrr 60T, Fforfda Stakdss: and that my name appears above, or on an attachment *P a1 other ft enyrommd. SIGNATURE: ROBERT MAINGUY PRESIDENT 02/10/2017 Electronic Stgnature of signing OfficeNOlrector Detall Date 110 15y1 'k' �I •l.. 1 5 r - 't II I .ai f�,}��+3'r t�. {���L�rC'' i \ + - ,tjtl r 1 ` r t4 : �. l iJ7� f �' � f - 'v - Tv •'� riO A. ' �f 1'�1'xlhA �n 61 I. �3> �i .T �,� st-Sf�,-!�y\��..•x.,c � } x T t xy r 4 Y ; "iY'� ! ' v ?r j ,`• W v';4 �v,a iy'Ali 't s ,'i.(,�7xF�ms+' l• f f yv rrY•'j` v'9' eP- +l"y�``'tt tt SV,�, r^'`. Ib-x Yp�1 S l' j`{'vFi `�i /ti>{1y1rsY'd+' 'v f?ii'V.y +S:iff2 1 Y f M� AI x',.� z 4}�, 9•F1 v Il( K r G'n1�1j �rl'cF+'r"Rs'.F'clI+yyrMi µ�y yY" ft (guy:: �,a'3'.-+`tar+'`i v;••n, IT` r it r fi c } y tF end CI f bY� a 4l�'Sf lrr lC ( �jlg y x n. n.�1 '' ,�1 ('�1.7i + 'tb „r'u.itFS f>�' >✓r .`+ £? :.fj� r 4 rty'.'dYi PM nLd�tfri�4' 4,rlF �+v�5 - { `7� } 7..Yr 1 !�4F1 •a v �Y"ls � c ,r e tl' j fi 1`yl-SY' 1 " y ih MR. rt �t� �v: � r>. 'R :��7 A' '�t'# ly �.•x.*.•,5�4 '- �CHJ�'� L �'` i, i �.3�-:�TY:_Y,,l+�.�.s •�>}r y;eT �yz, y�e„� I,}� .���ys �•"tyl. a ji IS .1 1 4 A� SAS ...£g Y r1a°✓t'a:0.c<'r ;j. �� YY t Lt lil c P A T K•} gyp. I,r i6, �` be 7�EIQEbA Ll'jls 1 _tlnhl hfn,•72 Fy _._y Ntin rhr>aFrii eh;ad•iw fiw.:a« vxu.�.u�._r._ �.. __.... .._ . _.�.. _ _ : ._ _ - .-. .. .. ' ill DA LIMITED LIABILITY COMPANY ANNUAL REPORT FILED DOCUMENT# L11000093302 May 171? 2017 Entity Name: LANDPRO SOLUTIONS LLC Secretary of State Current Principal Place of Business: CC91874880.12 8724 SW 72 STREET #/404 MIAMI. FL 33173 Current Mailing Address: 8724 SW 72 STREET #404 MIAMI, FL 33173 US FEI Number: 45-3058431 CertMeate of Status Desired: No Name and Address of Current Registered Agent: CORA. EDUARDO 8724 SW 72 STREET #404 MIAN. FL 33173 US The above named eafflys6tnfls Urfa statement 1br the purpose of changfrrg fts registered efUoe or registered agent, or both, In Ute State of Florida. SIGNATURE: EDUARDO CORA 05/17/2017 Bectraft Slgrtatt" of Registered Agent Date Authorized Person(s) Detall Two MGR Tine MGR Name PEREDA.LUIS Name CORA.EDUARDO Address 67.24 SW 72 STREET Address 8724 SW 72 STREET #404 #404 C*State-T* MIAMI FL 33173 Cl"tete•Zlp: MIAMI FL 33173 1 hsrrbycut7yfltsttAe frdtrrraaSai tr+�Cated oa ttda �spott w svppraastnk/ropo+► a true and aowvft and that my elac&w* abnarU M aha0 haMs rho auras kQsl a>l�er asrlaisds midar oaffi; oral t am a artnsylny manber oraranapar Dribs lbated aab�dyauapsryav Doe rscalwror tarttss empowsard to eorsaGs drls report s: iequtred by Gnapra 604, Hallo and fiW mymm gpsara atom area en sflsc =wd wft a9aMwQv eamawavd. SIGNATURE: EDUARDO. CORA MEMBER 05/1712017 Electron1c Signature of Signing Authorized Persort(s) Detail Date I 112' a}w In J 7t,}AF{`9pa �016 • Z018 2017 'A%4ikllnptz wa(Ir k Y e1 PMqvV I J�1 iki 2. F(1@d bade 61122/3015` 01/2k.016 - - - 0146L2017 _ ulryiSa w autn9 aNSaa c R;69UIfG3 U.?toq' OtSyy�b?Pt1U((�1em 6dree0.a 7ypt�1Nue18Aeer iNishle�ir ?/�suFtS�AI 201Z AGRIPA PROFIT CORPORATION ANNUAL REPORT DOCUMENT# P11000057735 Entity Mama: VISUALSCAPE, INC. Current Principal Place of Business: 1.7801 NW 137TH AVE MIAMI. FL 33018 Current MalCng Address: 17801 NW 137TH AVE MIAMI, FL 33018 US FEI Number. 45-2599402 Nance and Address of Current Registered Agent: KESHEN. NELSON CESQ 9155 SO DADELAND BLVD. SUITE 1718 MIAMI, FL 33166 US FILED Jan 25, 2017 Secretary of State CC7081466473 Certificate of Status Desired: No The ebm narrred on* subrrrlfs ibis staberr M for the purpose of dr mft its registmdWUs or registered age4 or troth, in the Stets of Riodtd& SIGNATURE: Electronic Signature of Registered Agent Date OfficerfDlrector Detall Title PRESIDENT Name VILA. IVAN CARLOS Address 17801 NW 137TH AVE CW-ftb,4: MIAMI FL 33018 ! esrofy cerulYekat tho A cana�on/n on Wa rrpanasr+p entalrgport p firs end accurate and W aW albcfoak aiQrtsriao stray rrava the aarna /spar eresd es a under osLhCfMt!ems»olbcerordiiactorofUte corpora9arratironc rrordustasarrp rsradtbexeartsadssportasrvgidrWbrChaptsr607, 6d180ffialula�andhsrmyr�entsaFpaQrs !fora, ar on an ettsehatenr nth aN et r1b ernpowamcf. SIGNATURE: IVAN C. VILA PRESIDENT. 01/25/2017 Electronic Signature of Sigrdng Officer/Dlreator Detail Date 114 MIAMI DAILY BUSINESS REVIEW publishes Daly except Saturday. Sunday and Legal Holidays Miami. Miami -Dade County, Florida STATE OF FLORIDA COUNTY OF MIAMI-DADE: Before the undersigned authority personally appeared MARIA MESA, who on oath says that he or she is the LEGAL CLERK, Legal Notices of the Miami Daily Business Review flWa Miami Review, a daly (except Saturday, Sunday and Legal Holidays) newspaper, published at Miami in Miami -Dade County, Florida; that the attached copy of advertisement, being a Legal Advertisement of Notice in the matter of . 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 06130/2017 Affluent further says that the said Miami Daily Business Review is a newspaper published at Miami, in said Miami -Dade County, Florida and that the said newspaper has here!ofcre been .continuously published in said Miami -Dade County, Florida each day (except Saturday, Sunday and Legal Holidays) and has been entered as second class mail matter at the post office in Miami in said Miami -Dade County. Florida, for a period of one year next preceding the flat publication of the attached copy of advertisement and aRant further says that he or she has neither pad nor promised any person, firm or corporation any, discount, rebate, commission or refund for Ihe_jiurpeeeLsecuring this advertisement for to and subsu}b6d before me this Iv of JU A.D:2017 (SEAL) MARIA MESA personally known to me _ 0002l71� PJARAYMI MM1 MIAWIIEMIO(OM NEIGHBORS 255E - HAPPY - CITY OF SOUTHMIANII FIOURTH �JU.LY COURTESY NOTICE usleermc DATEcRANee) _ .. NOTICE IS REMERP Sinn thin de Cn Cnmmill a Tine Cie nl Swl, return. iurn. Mind. win mod I pueH lle nt,."(n el In NFulu GW Cnmminim leanly nInduled In, Warned, Id"' nil. kyrrinA u ' ' 1:mnm.Imk CN v'nmmr,ann Clumhnn. hliUSweet Aire. m enGdertln lnllndy OomuT. AR,rdue®annnint IM❑ry MavnAn to wrier ben a buRl.narnn. Inc dl, Wn thane of %iw wmdtneuv fan a letll"I In wry h)<(3) trmtttmirc yem. - A Annluow wrlmulin line Cra Manor* to tonal, n Ron let yrn hYMml Aline. rM Mnmi-Dn4 Cwm)wJfnpamivnv Mrk Mneml PoRnlwr Armnie EliMnmm� Sloan INPI1aSl pmrM mimr.1 Wlhnon _ JCnr 01, 14,y vnn tla feamane WU mopkwloumevran _ • remitrnn.0 A nn ILI 11, I (Ann"nor m (w told ne 11) )aa tmotla b Gener Muvi Cannry la. C'a%MC) Rw W OIL', ry pbpv V aekMMh�ery mtN. Ire, A heel nwmdde lk City 14msnen,.olst MevM to color inmtlbn mytnoireemmltemw dolman ben Ill. aliare wn Inn,.11nMsyue LrmAuW say.. I..rn lvWcopin6nr.ien lor"ll dWbli„IantM•way nrcu n100 the Ury. A W.nlo nn rclaane In a vtnm.a vfln.tiw in mdne dr on n., nr oulviwJ memni t non, In n annml rmlvmnl Nxfmlar aqp 5 W 5Aawe. A RCmlrMa nMAIM roo 6pnYM Weapp bpenMW Cenral l]36 A Isnin Orion)Re n nt rtlniini In n Sp eld lox •PI'huiw m WmJt . cn'Rnmm+ml ur n Ala SW *1 7314 SW An.... !) AAU t ALL Inrnsleatunn.ploln Jbanembna Curb, lCli pn (unM1r inlarnadno. plw. cwlcr rk Cry C'4nk'o ORa m: 3a<.ee)fild0. Morin M. Meal C Cley Clan Foment m phnadt 5UMm:66eled. line r Try honey M.un an W bht lher If n p,nen pride, en WWI eny aaebkn nn]t be tihot Ill AInt) nr Cnirl t•iW n,pen le— o ten emW>tte u It, mnbP to Intent, knlit rill nerd e,enW ardrtnrnrdwp.alerMt ran wtb W,Wor'.+Rtnttl Wmwnugnndbwwrc rouatnkdim rnndall elnmm�u a rwr . ,loin rem a au wra rk u,,,mna> wa..wx. open .met tk tppeal u a k broad. MELMM RNAMUL MMrt.>. Wednesday, July 12 You'll learn about the key components VAVentUfa, FL of a successful retirement plan: Et P.M. 8e 7 P.M. Retirement Accounts and IRAs How to manage your investments and La ri by generalethe incomeyou need during retirement started $15/individual t $25/couple Social Security How to maximize benefits for yourself, your spouse and your children Seats are limited, so reserve yours today! Estate Planning Visit EdelmanFinanclal.eom/MHi How to ensure your assets are protected and distributed as you or call 866-PLAN-EFS (866-752-6337). want, with no surprises Ptlnmryaenienodolet; hrouggh 111111 liitlienkO, LL( Seth,ipeahOemJlhrwghll legary SrahlOnin m aihlialedblokeddealeq mamba rlAAA61p(.lilL ldng-lem disablFly, bnp'mun OmarolhvlNnradableiroumme proaum firedledlhrough lverigh delmanlIF tegae reform Alertly I( irt, flellail,li OReno. Vedaolelmwanm protludsollnMlArough FlL(and ff lryarylmunnce AgenrylR in(alildroM, Iiamsend.olRIAR. 116 CONTRACT CITYwIDEISERVICES IWO Ovd0i749 T1&tCftfM T,.entered•btto.this,Uday.ofJAL bytheClTYOFSOUTH1NitAMijthrot hltsManager; both of whitm shall be hereinafter reiecred to as the `CITY" where aicaWe; Eopated at 6i30 Stirrses: ,South saleicanderC�sotrthmiamifl.eoV and . with an office .aid p _.ncloal Ply of .budhess lamed. at lilts* -South rbait(e,''F1: , nd E-mail- address --of rettair:auykMaIn>ruy.com .acid FaeslmEe transmission numWr of :0304D5640 (hereinafter -caDW The WI NES.S.M: iAE F i, thew is in need -of �and Wi�t1 RFAs; the_CtTY desire; to re:Katn OONTR�CtQ Ti pra111getiter+equifed goods:and/or mweesbad on CONTRACTOifs.Mpke-seittions•whit' cefEect•thbt•CANiRA�T�:ift.is.qua�ed end capable.of�"providing said goods and/a}rand �111�.�N�'Rl��l'O.R:hasagreed�to.provlde.the cequlred gooic�•ani�/o�setvices-in a000r�nae:widt.�he 'aerms-ehd:�atuti:sg�,ih�eih. - .. a1N,'fH iiEEORE; In oarisidstation. of the mutual tic rtants and afire tt rtts mein stint orWd, the Oarties agree as'follMs 13' t t o0C r: Based on the representatibis :of CONT•RA=R as set.out in thwfdbWng "checked"' dorieahe:CFtY'hereby retains tIRACnOR to Rrov the goof aitd/orsei�vioes 3�trctth in said propvsal,:gwotec r nasponse to solidtatian;-whichevetris applicebk.as =*W try th&C.ontract Do=i e0b, far as -Es other Mseset forth1fi dte.Gotttract Docunwat .defined bOOW(all•af v*rhldti is hergirtafteir cdW toas dwWMI. (Clied[Uisbooc iininedtapety, Rrecedirrg fife doattr�t dasa�•b�ow�o Eitbe tht sixii ispait aitlil: coriLr�tj Co Wresparm to the Wins written ssfE ; or -4tarttra0pe p "osal or q%!*W0 orif none, Eshmn 4 (Bid Form) & Erhiblt S (Cost & Tedmical ProposD n As described•in:paragraph 2 below: 2) . Cantrsq Powhents: The Contract Documents shall indude this Contract and the following "checked documents', -as well as any attachments or exhibits that are made a part of any of -the "checked documentsw. (ctm&tha b= h mead r preee ft ft doamumt desaflW bek w to [r4mte t A Wch doaenentis pM aMls Co &4cO o General Umditlonsto Contract; 13 -Supplementary Condttlons, � oectrnreerts" raf�errir�to m thisContraett and signed bYthe o $Adtation documents ("hereinafter referred to as `Bid Document' including any request for bid, request for prdowl orslmilar request) 1� ScOp@ ofSWV;004 Exhibit I (Attzdemwb A and B) COntr8dOr4reSponoto the CITIPS.B(d Documents, EWblt 4 (Bid Form).& Ei6ibit S (Cost & Technical Proposes) 1� Contractdet propdial aw giiate, Eslsibtt 4 (Bid Form) & F.zi:ibk 5 (Cast & Technical Proposal) CnrY%-trisdmnoe &dndemniffcation Requirernen% Exhibit 3 o Bonding of 'Employees ithe term "employee", as used in this Contract, shall include volunteers) o Payment.Bond, o Performance Bond, This Corftttand the Gmteral.Conditions to Contract, Supplementary Conditions, the SoiidtatEon, Scope of Services and "Other Documents", If any are "checked documents", shall take precedent over the response to the OWs .Bid iiocuments, N 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 -M 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 to 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 117 Is as follows: Name: Robert MalrtsuY e-mail: rmaineuv@maineuv_ .cum; Fax: 954/472-SM0 Street Address:1855 Solidi Flamingo Road Davie, FI33325. S) Scope of Services: The goods and/or services to be provided are as set forth In the "checked documents". 6) Ca -W-1 n: The CONTRACrOWs compensation for CONTRACTOR'S performance under the terms and provisions of this. Contract, or CONTRAaoWs. payments in the event CQNTRACTOR Is paying the City for the uses of the CITy's prpperty or services, referred to as the Contract price) shall be one of the follbvft, as indicated by -one of the-Mlowing checked box, o $ �a or as set forth in X CONTRACTOFes response to the Cfl1!'s written solldtatlon, if any, or, if none, then as set out In CONTRA CTOR's. proposkd. or quote, the Scone of Services, Qr asset forth in, or modified by, one of the Contract Documents whichever Is applicable. 7) Hairs of Work- In the event that this Contract requim the performance of services, it is presumed that the cost of •performing the Work after regular working hours, and on. Sunday and 4egal holidays, Is included In the Contract Price. However, nothing contained herein shall authorize work on -days and during hours that are otherwbd prohibited by.ordinarice•unless specifically authorized or instrnicted In Writing by the City Manager, the Managers assistant or designee. •8) Tine - ice. The term of this Contract shall coritmence-on the Work CommencementVate' and shaii•cbnthiue,fo'thtee,(3tveors•and!one(UtwolZl: ale kh-azthedhmlg idtheftv:Manaxer.orunless earlier berinine .a000rding to the Coinract.Ddmments. Notwithstanding. the -ftifto(iig, this contract may be extended Isy an aaditiona! 0 perlod'ifthe exi;ensIon Is in Writing and signed by the.City Mandox. An extension a f the temp•of thisContract Is at the CIT1f's sole and atisQlute �discretlo>a. 9) r"Opation: This -Contract may'be.terminated without cause by -the CITY with 30 days of advanced written petite. This provision scipelsedes. and takes precedence over any contrary provisions for termination contained In the Cotwi t D60dr:ents. 10) Appll�=ble Law and Venue: Florida law shall apply to the. Inter.Rretatlon and enforcement of this Contract. Venuefior all -proceedings shall be in Miami=Dade County,.Rorldo. 11) 6utIm and FAN -: CONTRACTOR shall comply with all applicable laws, ordinances, codes, rules, regulations, and health and safety standards of any -governmental body having jurisdiction over any matter relates to tbis•Contract or -the goods and/or services to be performed -hereunder, and shall commit no trespass on any private- property In performing any of the work embraced by this Contract. Each and every provision and/or dause•required by law to be inserted In this Contract shag be deemed to be inserted herein and this Contract shaft be read and enforced 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) Licenses and Certifications: Contractor shag secure all necessary business and professional beer ses at Its sole expense prior to executing this Contract or commencing the Work. 14) Insurance, lndemnitication & bonding: -CONTRACTOR shall comply with the insurance, indemnification and bonding requirements set forth In the Contract Documents. 1S) Jury Trial Waiver. The parties, waive -their right to jury Mal. 16) Entire Agreemetity Modification, and Non-welver. The Contract Documents constitute the entire agreement of the parties and supersedes any prior agreements, written or. oral. The Contract Documents may not be modified or amended except In writing, signed by both parties hereto and If this 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 failure 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 CITY and the CONTRACTOR, under such conditions, shaft Incorporate this paragraph in aft of its subcontracts for this Project and sfhalf: (8) Keep and maintain public records required by the public agency to perform the service; (b) Upon request from the public agencys 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 disclosure requirements are not disclosed except as authorized by law for the duration of the Com Tact Berm 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 2 118 service, If CONTRACTOR transfers all public records to the public agency upon compledion of the Contract. C-ONTRACT-OR shall demob any dup0cate pub0cmcotds thatare wompt or cordidential and awot from public records dscioaurequirteRts. R CON�'RACTOR keel slid maliEitains pulic.recerds : o�mtetion .af Ilia Cow CONTRACTOR shall meet all a0licaMie requireaWnti for raWnin�g-public records. Ali records itched. eldmani ally must U paaaWded to tke pubic a- nry. upon request, from the public agencys cuss mkn of p>rtbk taeoor+ds an * format that is coin patibte with .:the lr�foirii on systems the publ%. ewi . IF CCI+t"FRA`fOR HA.SUEST101IIS REGARDING T�iE 11PRJIEATIQI�1 QF CHAPTER I h9, aA :STAr TO ii #fi CQf�iTRAC•iOR'8 DUTY TO ff'CEC»S iiELA M `TQ TNtS=CQ"' RAC3', CANTACT TEE CtfSTODC�IN OFPfJBLPC RECOi�DS A' ' 305- b63=63!10;.E%PViairdA:& �130'SunwVDdv* 'SouRi Mid, FL '143. uid S &nd: All -per onbel avotuntiee zs thatwill provide any sprAce;wo vulnerable persons, es defl�ti d In S tiat� 435:+Q2, Fla.,$tat., Involving i he.City er-Its AB I'ip sI related a tivltY cr who'maY have.ac std:sem'e*i-..sensiM amee :i)ftheCky,.rrEust W intoftl�aq wilh�Lo 411—$tdq�round Screeningand ftoB Putn6 qu!! menu per, Flarlda'Statute Ch. 435`pf# r to:t a ef�edu�ed tart of.any empiaye& or voturttr r; OQIVTR��C OR.shall-prevent any and all;bfjts persanRel,.hn.diudr8'votuntwers, fMM ongo$ing:in anysuch ,related' otit`fian f ►g :a-bsadcgtount; saeening t� eeskisb of the Ok i.. A � df, fts requl tshall.©bri toe asui rantw bTcach cf tills -Compact �.9)� DrF_roe'�yi1o_rkplaoe� CONRACOR mall comply Viiith the°rug pree�W.�rlgilace porky se!#orthin the`tity.gMukiMhW' _:s Reriahn l-Manunl•which is' 'made a part of.":C- ontrad,oy rokm Zaj 7 t Ltd A tueu 1. Nolte �ft>fe work o� .under this-CgntiracL'§hiff be §ubroiibtacted or assigned withouk�pr rwri ogft oo ntfrom tNe pTY which maybe deriiid withou>tcause: 21) Now ,M notices giver --dr required.underthis Contiatt";be deemed;yfflcient d.sent by a mdhbd:that.pcovfdeswritteh*.eirFder a of dethiery, inctuding e-mail andfacsimlle-tiansmission and dellWteed'to CQ(�OQ'Cf �t�S'�S GdtltdC�'¢�'90R. �LuSt1 � S'���98R1Lt4t�:3t�feSSt�S1'i��i� f1'fi0%�lE parties-or,thgtr ep.ntact:per -as pot.ddWerabte or for fatiureto claim the mail shall be -deemed re0eiv9d-on the date thatthe roailis r#Wrhed to sendoeer. IN.'Yl Mpt lilies, the parties, have owated this-convact; on or before the date Arst afire written, with fill k rfedge 4 s contest and significance and lifthding-th be lolly bound bytheterms herebf. Wbt&y En*dnmenta[l Cu%.Inc.: 1N'ttnessed� . Rdwd t [name of slgnatW. A . CITY OF SO 'MIAMI By., lV[aria Me wnd. Steven City Clerk anger Read and -Approved -as to Form, Languuage, Legality and B ecutlon Therect. R�yY�1 -7• City Attorney 119 EXHIBIT I SCOPE OF SERVICES ATTACHMENT A CITYWIDE LANDSCAPING SERVICES RFP #PW2017-09 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 (1) 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 1, Scope of Services, Attachment A, Attachment A "Certified Organic, or EPA Minimum Risk Products," and Attachment Cy "Technical Specs f icadons. " 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 helshe 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 FDOT compliant traffic cones. 4 120 • One (1) fertilizer spreader. • Portable stump grinder 6" below grade. • Underground wiring location equipment. • One hydraulic bucket -trucks with a reach capacity of no less than 65 feet • One water truck. • One backhoe-front end loader combination machine (equivalent to a Ford F555 or larger). • One (1) portable brush chipper with 20 cu. yd. capacity storage truck • One (1) twenty cubic yard capacity dump truck. • One (1) portable gasoline generator 5000w min. • One (1) 60" three gang hydrostatic reel mowers (5 blades per reel min.), or equivalent The use of alternate fuels is recommended; propane, biodiesel, or other approved alternative fuels other than gasoline. e One (1) 21 " minimum reel mower (5 blades) or equivalent; use of alternate fuels is recommended; propane, biodiesel, or other approved alternative fuels other than gasoline. • Two (2) 48" min. swath riding and four (4) 22" min. swath rotary lawn mowers; use of alternate fuels is recommended; propane, biodiesel, or other approved alternative fuels other than gasoline. • Two (2) 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. 5 121 MOWERS, EDGERS AND OTHER POWER MAINTENANCE EQUIPMENT All mowers shall be adjusted to 2 1 /2" or 3" cutting height as directed by CITY, shall be in good repair, shall have no oil or gas leaks, and shall be equipped with mulching attachments and sharp blades. All mowers must be mulching -type mowers with no discharge allowed, or all clipping must be manually removed. All equipment must be maintained in sound working condition in order not to exceed comfortable decibel levels or as determined by the City at its sole discretion. All equipment shall meet all applicable manufacturers' safety standards for operation while in use at all times. Edgers shall be in good repair, shall have no oil or gas leaks, and shall provide a dean straight edge not more than 1 /2" away from walks and edge of pavement TURF AND LAWN MAINTENANCE STANDARDS AND PRACTICES Mowing of St Augustine and Bahia lawn areas (not including Bermuda turf) Pick up and dispose of litter within all areas to be maintained (not limited to bags, cans, and paper) prior to mowing. Contractor shall recycle whenever possible. Use string trimmer for areas not accessible to mowing equipment and cut to a 2 1 /2" or 3" height so as to be consistent with the mowed areas. Trim around poles, guardrails, and other fixed objects within road right-of-way. Remove and properly dispose of all grass clippings, leaves, weeds, undesirable plant growth, and other debris from sidewalks, curbs, gutters, catch basins, medians, right of ways, and streets. Weekend mowing is not allowed unless specifically authorized in writing by the City. Wind -row mowing patterns are not permitted. Only rotary mowers are acceptable with a minimum swath of cut of W . 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 faced 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 C� 122 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 Qi) 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 1, Scope of Services, Attachment A "'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 FDOT Index 546 (latest revision), which mandates a maximum height of 24" from top of adjacent pavement Cut back overgrowth of shrubs and trees that extends into sidewalks or the road right-of-way preventing clear line of sight Trees, shrubs and other landscaping plants are not to be cut or abraded. Weed Control Hand -pull weeds in shrub, flower and ground cover areas, as needed to maintain a clean appearance. All weeds that appear within sidewalk or curbing expansion joints are to be continually * controlled through the use of herbicide. Apply only approved herbicides, as needed to control weeds in parks, medians, sidewalks, decorative pavers, bullnoses, curb, catch basins, and gutter areas. Trees and palms within lawn area: No chemical edging is allowed around trees and palms within lawn areas. Do not use string trimmers adjacent to trunks in order to avoid trunk damage. Maintain all tree and shrub beds in a weed free condition by hand pulling, at each maintenance visit Nut sedges 7 123 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 pathsllanes, 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: FDOT Florida Department of Transportation OSHA Occupational Safety and Health Act EPA Environmental Protection Agency All State and Federal labor standards and practices, as applicable PROFESSIONAL ORGANIZATIONS The contractor, at a minimum, must be a member, in good standing, of the following organizations: Florida Nursery, Growers and Landscape Association (FNGLA) — (certification required) Tree Care Industry Association (TCIA) The contractor shall provide proof of membership with the PROPOSAL submittal, and submit concurrent proof of membership annually throughout the duration of the contract 124 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. 0 125 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 Kil 126 Exhibit I SCOPE OF SERVICES ATTACHEMEMT S CITYWIDE LANDSCAPING SERVICES RFP #PW2017-09 "Certified Organic, or EPA Minimum Risk Products" 11 127 FUNGICIDES M, Bacillus subtilis GB03 Companion Liquid Organic Biological Fungicide Bacillus subtilis QST 713 strain Rhapsody Organic Bacillus subtilis QST 713 strain Serenade Garden Disease Control RTU Organic Bacillus subtilis QST 713 strain Natria Disease Control RTU Organic Essential Oil (CinnamordClove) Blizzard OMnic FunZicide 256 Essential Oil (Clove/Cinnamon) Bravado Organic Fungicide Organic Gliocladium catenulaturn Strain j 1446 Prestop Bipfungicide Organic Powder Oil (Cottonseed, Corn, Garlic) Mildew Cure Organic Potassium Bicarbonate Fungicide 25b —Greencure Potassium Bicarbonate Kaligj:een Organic Potassium Bicarbonate Bi-Carb Old — Fashioned Funiricide Organic Potassium Bicarbonate Carb-O-Nator Organic Pythiurn oligandrurn DV 74 Polyversum Organic Streptomyces lydicus Actinovate Lawn and Organic Garden Fungicide Trichaderma harzianum Rifaj strain T-022 Rootshield Seed Treatment Organic Trichoderrna harzianum Mai strain T-22 and TurfShield PLUS WP Trichoderma virensstrain Biological Fungicide Organic I G-41 Trichoderma, spp. I Tenet WP Organic 12 128 HERBICIDE T SummerSet AIIDown OrganicVinagreen Natural Organic Non Selective Acetic Acid, Citric Add Black Jack 21 25b Ammoniated Soap of Farty Acids Final-.San-O Organic Ammonium Nonanoate Mirimichi Green Pro Organic - Concentrate Ammonium Nonanoate Emenon 7020 Concentrate Organic Ammonium Nonanoate Mirimichi Green Effective Earth Organic Ammonium Nonanoate BioSafe Weed Control Organic Ammonium Nonanoate AXXE Organic Caprylic Acid Capric Add Suppress Herbicide Organic EC Goic add Essential Oil (Clove), Malic Phydura 25b Com Gluten Concern Weed Prevention Plus 25b D-limonene Avenger Weed Killer Organic Essential Oil Clove/Cinnamon IH Biotech Weed Organic Za Essential Oil (Clove/Cinnamon) Safer Grow Weed Organic ZaI2 Eugenol, Essential Oil Clove Halo 25b O 1 (Soybean) EcoBlend Weed and Organic Grass Burndown Od (Soybean) Preem 25b Potassium Salt of Ntry Acids Safer Brand Weed Organic and Grass Killer Potassium Salt of F3itty Acids Safer Brand Fast- Organic Amn Wee and Sodium Chloride A.D.I.O.S Organic 13 129 Sodium Lauryl Sulkw, 2-Pheneth I EcoSmart Weed and 25b Mossicide/Algaecide moniated Soap of Fatty Acids Ouik-Fire Organic D-limonene Monte= Moss Organic D-limonene Moss Melt I Concenum Organic Oil (Cottonseed, Garlic), Essential Oil No Moss Organic Potassium Salt of Fatry Acids Safer Brand Moss and Algae Killer and Organic Plant Growth Regulator (PGR) Gibberelic Acid GibGro 41-S Organic Gibberelic Acid N-Lame Plant Organic 14 R011 Animal Repelleent Coyote/Fox Urine i eFg kCoyote/Fox Shake -Away Organic Urine Granules Dried Red Pepper and Dried Blood Uncle lans Dog and Cat Organic Repellent Dried Red Pepper and Dried Blood Uncle tans Mole and Organic Gopher Deer Rabbit and S ui el Re ellent Piiperine/Oil of Black Pepper/Ca saicin Havahart Critter Ridder Organic Pordne/Bovine Dried Blood Plantskydd Granular Organic Repellent for Rabbits and Small Critters Pordne/Bovine Dried Blood Plantskydd Granular Organic Repellent for Deer. Rabbits and Elk Putrescent Whole Egg Solids/Capsacin/Garlic Deer Off Deer and &b it Re ellent Organic Insect Growth Regulator (IGR) Azadirachtin Neemix 4.5 Organic Azadirachtin Azatin O Organic Insecticide Bacillus thuringiensis Safer Brand Garden Dust Organic and Caterpillar Killer Bacillus thuringiensis DIPeIO PRO OF Biological Insecticide Dry Organic Flowable Bacillus thuringiensis Thuricide BT Caterpillar Organic Control Bacillus thuringiensis Summit Biological Caterpillar and Webworm Control Organic Chromobacterium subtsugae Grandevo Organic Citric Acid Flying Skull Nuke 'Ern Organic Insecticide Diatomaceous Earth Perma-guard Organic Diatomaceous Earth Safer Brand Ant and Organic Crawling_ Insect Killer Diatomaceous Earth Desect Diatomaceous Organic Earth Insecticide 15 131 D-limonene Orange Guard Fire Ant Organic Control D-limonene Orange Guard Ornamental Plants InseWde Organic Essential Oil (Blend) Dr. Earth Yard and Garden Insect Killer Organic Essential Oil- (Blend) Mantis Botanical l ecticide/Miticide Organic Essential Oil (Cedar) CedarGuard Organic Essential Oil (Cedar) Cedar_Cure 25b Essential Oil (Cedar), Oil So EcoShield Botanical In _ 'cide Organic Essential Oil GovelCinnamon Aramite Organic Acaricide -insecticide Organic Essential Oil (Rose !Pe int Ecotec Organic Essential Oil (Thyme) HumaGrow Proud3 Organic Iron Phosphate Garden Safly Sluz and Organic Balt Iron Phosphate Miracle-GroO NatuWs Organic Care Slug & Snail Control Iron Phosphate Whitney Farms Slug and Organic Snail Killer Iron Phosphate/Spinosad Brandt Antixx Plus Ant Organic and Crawling Insect Killer Iron Phosphate/Spinosad Slung Insect, Slug and Organic Nail Pellets Milky Spore St Gabriel Organic Milky Organic Sj= Granular Neem Oil Safer Brand Garden Defense Organic Nematodes: Steinernema carDocapsae Ecomask To ressing 25b Nematodes: Steinernema carpocapsae and Heterorhabdids bacterio hors Grub Guard Organic Nematodes: Steinernema feltiae Scanmask To d� ressing 25b Nematodes: Steinernema aseri Environmental Factor Inc 25b Oil (Cottonseed) Safer Gro PestOut Organic 16 132 Oil (Cottonseed) AntOut Organic Potassium Salt of Fatty Acids Safer Insect Killing Soap Organic Potassium Salt of Fatty Adds Safer Brand Grub Killer Organic Potassium Salt of Fatty Aci sWNeem Oil/Natural Pyrathrin without PBO Safer Brand End ALL Organic Insect Killer Spinosad Green Ligbt Garden Organic S Spinosad Seduce Insect Bait Organic Spinosad Conserve Naturalvte Organic Insect Control Spinosad Monterey Garden Insect Organic S Ne-raticide Paecilomyces lilacinus Bio-Nematon Organic Quillaja saponaria saponins Brandt Nema-O Organic Quillaja saponaria saponins Montery Nematode Organic Control Insect Repellent Garlic Extract Biolink Insect and Bird Organic Re ellent G2dic Extract Garlic Barrier AG Insect Organic Re ellent 17 133 Mulit-Category Azadirachtin Az Sol Insecticide/Miticide/Fungi Organic cide Azadirachtin SoluNeem Insecticide/Miticide/Fungi Organic cide Azadirachtin Azatrol Insecticide/Miticide/Insec Organic t Growth Regulator Azadirachtin Molt-X Insecticide/Nematicide Organic Azadirachtin Safer Brand Insecticide/Repellant/Ins Organic BioNeed ect Growth Regulator Azadirachtin Amazin 1.2 ME Insecticidelikepellandlns Organic ect Growth R lator/Nematicide Bacillus Monterey Fungicide/Batericide Organic amyloliquefacie Complete ns strain D747 Disease Control Brand RTU Bacillus DoubleNickel LC Fungicide/Batericide Organic Biofungicide amyloliquefacie ns strain D747 Essential Oil Pest Out Insecticide/Miticide Organic (Clove), Oil (Cottonseed, Garlic Essential Oil HumaGrow Nematicide/Fungicide Organic (Thyme) Promax Essential Oils EcoSmart Brands Insecticide/Herbicide/Fu 25b (Various) ngicide Fats and Oil, Debug Tres Insecticide/Miticide/Nem Organic Azadirachtin Emulsifiable aticide/Fungicide Concentrate Antifeedant. Insect Repellent, Insecticide, Miticide. Fungicide & Nematicide Em 134 Horticultural Civitas Turf Fungicide/Insealcide/Dis Organic Oil (may be Defense Pre- ease Suppression listed as Kixed mineral oil on label Horticultural Civitas Turf Fungicide/InsecticidelDis Organic Oil (may be Defense Ready-2- ease Suppression list•-d as Mixc mineral oil on label Neem Oil 70%Neem Oil Insecticide/Fungicide Organic Neem Oil der Natria Insecticide/Fungicide Organic Neem Oil Neem Oil Triact 70 Insecticide/MiticidefFungi Organic cide Neem Oil ilka Insecticide/MiticidelFungi Organic cide Neem Oil Monterey Neem Insecticide/Miticide/Fungi Organic Oil RTU cide Neem Oil Triple Action InsecticidelMiticide/Fungi Organic Neem Oil cide Neem Oil TerraNeem EC Insecticide/Miticide/Nem Organic aticidelFungicide Neem Oil/and Monterey Rose & InsecticidelMiticidelFungi Organic Flower SpraX Plus Natural cide Broad Spectrum Pyrethrin Insecticide. (without PBO) Fungicide, and ticide Oii (Sesame) Oreanicide 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 OF Fungicide/Miticide Organic Sulfur Kumulus OF Fungicide/Miticide I Organic 19 135 Exhibit I SCOPE OF SERVICES ATTACHEMENT C CITYWIDE LANDSCAPING SERVICES RFP #PW2017-09 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 LOCATIONSIZONES 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 City of South Miami Landscaping and Maintenance Program for Bird Road from 65th Avenue to 57th Avenue (Zone 1) consists of the following services: 1.1 Mowing The mowing of Bird Road from 651 avenue to 5r avenue will be performed thirty (30) cycles per year Mowing cycle consists of thirty (30) cycles per year. Once every (10) days, April I through September once every fourteen (14) days, October I through March 31 st • All leaves, litter and debris shall be removed from grass before mowing. • All movers blades shall be sharp enough do cut, rather than tear, grass blades. • Rotary mowers shall be used on this contract. All mowers are adjusted to the proper cutting height and level; to be measure from level grade surface to the parallel and level plane of the mower blade. • Mowing shall not be performed when weather or other conditions would cause damaged turf. 1.2 Fertilizing Contractor shall be responsible for coordinating timing, delivery and application of all necessary fertilizer as follows: All trees, palms, grass areas and shrubs shall be fertilized three (3) times per year 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 20 136 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 dipped into bailed 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 V 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 1, Scope of Services, Attachment A "Certified Organic or EPA Minimum Risk Products." 1.9 Litter Control: 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 69' 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. • All mowers blades shall be sharp enough to cut, rather than tear, grass blades. • Rotary mowers shall be used on this contract • Mowing shall not be performed when weather or other conditions would cause damaged turf. • All mowers are adjusted to the proper cutting height and level; to be measured from level grade surface to the parallel and level plane of the mower blade. 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. 21 137 17 Trees and Palms: Plants and shrubs shall be pruned at the best time for flower bud development, foliage growth; and as the health of the plant may require. Shrubs shall not be dipped into balled of boxed for unless such is required by the design. New sprouts will be removed from tree trunks. Low limbs and branches will be pruned and maintained to provide an 8 foot clearance over walkways, parking lots and other areas which may interfere the visibility to vehicles and pedestrians. 18 Weed Control: Weed control will be performed on plant beds and tree wells by means of manual/mechanical and/or chemical means. 2.9 Litter Control: Litter and debris generated by contractors from the landscape maintenance service will be removed on every visit ZONE 3 City of South Miami Landscaping and Maintenance Program for 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 cyde. consists of thirty (30) cycles per year. Once every (10) days, April 1 through September once every fourteen (14) days, October I through March 31 st • All leaves, litter and debris shall be removed from grass before mowing. e All mowers blades shall be sharp enough to cut, rather than bear, 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 3A 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 22 138 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 11. PARKS DIVISION: P K Z0NE I City of South Miami Landscaping and Maintenance Program for Dante Fasceil Park consist of the following services: Dante Fascell Park (7.73 acres): 8700 SW sr Ave. I.I Mowing: The mowing of Dante Fasceil 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. 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 I A 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 dipped into balled of boxed for unless such is required by the design. New sprouts will be removed from tree trunks. Low limbs and branches will be pruned and maintained to provide an 8' foot clearance over walkways, parking lots and other areas which may interfere the visibility to vehicles and pedestrians. 23 139 1.8 Weed Control: Weed control will be performed on plant beds and tree wells by means of manual mechanical and/or chemical means. 1.9 Utter Control: Utter and debris generated by convectors from the landscape maintenance service will be removed on every visit City of South Miami Landscaping and Maintenance Program for Fuchs Park consist of the following services: Fuchs Park (5 acres): 6445 SW 8 1 ' St Lake Maintenance: S. I 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 take area shall be trimmed and cleared to maintain a proper height and appearance. 51 Mowing: The mowing of Fuchs Park will consists of thirty (30) cydes per year. Once every (10) days, April I through September and once every fourteen (14) days, October I through March 31 st • All leaves, linter 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 53 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. 53 Shrubs Hedges and Ground Covers Care: Shrubs and hedges will be trimmed as necessary in order to maintain a proper height and appearance. 5.8 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. 24 140 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 Paau 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' 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 fi-om.level grade surface to the parallel and level plane of the mower blade. 3.2 Fertiraing; 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. 35 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 dipped into balled of boxed for unless such is required by the design. New sprouts will be removed from tree trunks. Low limbs and branches will be pruned and maintained to provide an 8' foot clearance over walkways, parking lots and other areas which may interfere the visibility to vehicles and pedestrians. 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 25 141 PagK ZONE 4 City of South Miami Landscaping and Maintenance Program for Murray Park & Aquatic Center consist of the following services: Murray Park [Bermuda to ] & Aquatic Center (4.08 acres): 5800 SW 66' 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 1" 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 W 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: Utter and debris generated by contractors from the landscape maintenance service will be removed on every visit. 26 142 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 67°i 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 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. 5.11 Fertilizing: Contractor shall be responsible for coordinating timing, delivery and application of all necessary fertilizer as follows: All trees, palms, grass areas and shrubs shall be fertilized three (3) times per year. 5.12 Edging: After each mowing, use a mechanical edger to edge to a neat uniform vertical line all grass abutting curbs, sidewalk driveways, flush -paved surfaces, etc. as well as shrubs, ground cover bed, hedges, trees, etc. 5.13 Trimming of Grass: Grass will be trimmed simultaneously with the mowing at each visit Grass trimming will be accomplished by a hand held power line trimmers. 5.14 Raking Grass clippings caused by mowing, edging and trimming will be removed from the curbs, parking lots, street walkways, 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' Ave. 27 143 6.1 Mowing. The mowing of South Miami Park will consists of thirty (30) cycles per year. Once every (10) days, April 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. 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 bailed 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 Utter Control: Litter and debris generated by contractors from the landscape maintenance service will be removed on every visit END OF SECTION :11 144 Exhibit I SCOPE OF SERVICES ATTACHMENT D BACKGROUND SCREENING CmrwIDE LANDSCAPING SERVICES RFP #PVV2017-09 .. .� 1. 1 ... . 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 1, 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 29 145 EX rr 2, [INTENTMLLY LEFT BLAW 30 146 EXHIBIT 3 CITYWIDE LANDSCAPING SERVICES RFP #PW2017-09 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. 31 147 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 32 148 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 33 149 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 attorneys 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 Contractors 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. 34 150 However, as to design professional contracts, and pursuant to Section 725.08 (1), 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 35 151 4 �® FORM OTYW[b=LS�YICLS RFPO i T=09 Tim �f �t�3i?4SAl. �� Slf � I'f TEDTr4; Sout�i m� f13 143 ' l # is k t a t eaifi gt i pa'tEc eti a, `eeS:to. ` ii o4 com-=- Pf4k 90'City df #'talirti #its s sgcei'n;is;�q,i �a •fglivtrarTcs s .����•���tfi1s;'S�Qn:�lr�dwdi�g��,�c�I�ddb� � (S�R���:a�s� �'�e:Pi. is i oQ�; hfn eh _ t t Tftri 1 -v di eia ww t�ir rid ""Emc r. r• r ."V .".Vi 1AiV.`i�x�ii� �� af SO. a i `I1 - -the in�farartea��ts,o� •Rop"de66 as rf e. rT ;Ae;=if•Qatari:+�ad hlfimlEt;�d;•w d i en 1:Qj _e t e ar j►s: , : � = - >i Sos{i aai Dccurt -a4 4 :1 da�.ifany {ape c a d' s..fi T �I5t 0'l7 tun N6: o.2wm - i es s4f li .h� f viA .Mime giant# - 16f die tt , ie.pkaposdd �►, dS at:y bns and iwg. d re t do s.t t-in_�ny: i u� May W R49r . . a lVcri : c Sine lain: isi o ,.the R# oriel it�c ese t_s t#i Tttbtsaibd`cy[1 *orisr�d.dr'aMiits,:'i ap gSu bonsae� i�.. Re andoc% cat- i agt eel or asset+ s iain-tr,�g a r idly s1�. Alt such! :eitart��o� :�!t+i�eiipiiais, aid �s�s...m- ��on.�t -or m wis :ifie bite ai• ii fifaj►;a tK� oot; p�.p€orrat she ngaeiok i:�'on9rli?di�i7ii ad+ >:cdir'Onsaid .ONO A ons a#ie:tiit.. Tfte Re.Qnfie�'ekY:awttt r�ct �tddsal tri�tiaons, t" .el"ago Plop ; reps or'sTm�Tar iiii+»ti%} 'ar idata aim or with .be by. 13�esponEt+artt Or.gnY �aspd'in ao !ie tiQn w#i t se.hrb o al, Tiie lure f t it>e poRaentdd to a ptaesf ttncrQ.ote:ion sme by any or aRl Ettif�tj► ceeit�anteafimIl. ce.anmelte pr utiipt oit mat sfie `R, q s bid, -or` WQP Pie; has uki6. lift a�nsid t%n 11 e .undard tc�rtd'itid ifwarded: m�itralia! °trot izetit!ed.m ahare orb for► such titdtt%at diseovet�eif:dtereaer m. Ke - iv&4- has t 1 . r'espjt of a1i s a ery exsminado inventi ons. exp�otations, casts, reports acid sues with the tins and acne! ,gas Qf dteontracc moo, iv. dew has rwAftW`and•c�edaed atl ft&wiaftn and dawshowft orii & in die Sb dtadon PaAW. or in the ,IlkontFact Documents.with respet to w"rg Undw round Fa dides or canMons at or contiguous to the srot acid assumes responsrbirity for rite aocurmte location of all Underground FwrW= ;nd conditions that may aff= the Work. No adtonal wmM nadons, InvM08mons, explorations, tests, reports or similar information or data in respect to any Underground Fac Rifts or 71 36 152 £5L L£ Lfl 'Anus mp jo} plq m AW431 a aNe41 2PAP 's" Po slsp ul pwLmiapi Apm mupn4 842 30 aWwasaudai i ►� asp up 1 zmp Ajnpad 3o kpwd 1apun AjpjoD Aqaa4 1 'AuB g `uOpwmpco FLU -a IWPLQ guMa ui by asp A4 PmjiucK) uaaq a04 API" pue tuoppobu m2nuco p mmm atp ul uodn peat& aA24 I Pin; Aio asP mp uopeu xWl tens jo •psodo rd slip Pats tmunwa uopuplIOS mp 41 poumuoo uQP I wdde w* qRm ul polIg ;moil Attu. pus pvr.� p 'Amp. %wN apqrdeudds sp %LU$a aso ki ptinoq oq o% iNi& I Pue amped uopzpgoS. asp w ouptpo mquO jo' �! aJIP susw -143 os sa a Xgami �uasa�da� 1 sip sseulSng asp;a it l uo q •lssodo:td slip 8ulodlwgns A8 -6 Sao Sodfl tsl sp#josMvGpvw an Pub •w,eod NO s!s�3qUW SVOW6�9 1 •p uea= an'uor om q%P3 - d E a sl 31g ug 4=31 `S #qWd g A it ° 'ul' P b 04 per' :e .) 4 z u +b ` +l l?ll�S asA �q ! �! 'S W. P*gos. •� +eP V. �$ �e uol iplloS s y� u! PBu R ssalun 'swau�p?pQ:lis tt+ j a ;1 �4 Pis sl.s $u}neaw aurea #a l 1t {s uo u3 PA P 4 1 s �I Pam suus#e4jk 74. uo�saada�i4j M U40 �a AMC $u.io na�t y>»► slunwwo�rpn} - uQwa I '9 . t' W 1 1*.13o ufw -w xf 11� : ©Va. of Mi. ! �.e►o11o3 sia;� fiiiio� aim uQ !e:+aopmp!�s aiR L1:0,40td 11 l .!:1:04. p�/�� -� ri-p./��`_ . - j, .�1./'(�jr-j ..._ . -... -.: FJ. .•-. -w --.• - (-J��i ... . . «.� --- •- _ -v_-.- .ar __._-F: - Tr �-�.=u--�..�_ _ : '.`:` tom,` �•:•'T.•T.i :���"7 �'� -��: u3 p�JJOAO �Ii _.. �.• •— a U4. ON u. 'voass ti° saw ,xg xin: w sti� paaW4us0 sj P p A v ub Jo jo gl kp ul ioP*u 3u Pm as it l cud wIL a s ti .p �o. ''saplgu a tum.die SOJUM Uodsad a4p ivapuods in _! iiApu #oaa. uop�lossu aiR app �uans • actp ' criodo:ed ssluugils �9 '� � asp `u aOP= F-M a4ww 1'lsaec#a�os}p .lo sa!pNUO IP jo MOW- 1�81Wubhol1 'p ioLrd ugluucl.�ao,�ppe,to} aqi o4uanbai yao.ws E saupuodsat ssayuntoM ays�'a�Puc©.sbjPires�pllP� Pnna,purs��o �tsa�4p a1��3 o2- 1W.4 st aoud •setjs-A1®l�w& pwd*M etp s*W om moa rm=p� � p suoqpm PUB."..saigo. Mp 4WA. ass w Pua owil, 3.au0j asp d1sp1N► glad VP4nuoa e%F ze Vo11A Psi puo�tail c4 ,repuo ui sum Aq p lily �o 'aue suq uao that I bmtoliLwhOr, 4b-is4p.comwaicts for tdWendty and bind itin-ftse cbtimmuom mdlima.0 d'*e InmanwW rVrewfitadem- comWhW hen are vm and correct to the best- of my bii� Iful 0 laft a and belief. Ab bussa entity rObtpwd In ttas Wd Form tha i hmm..W M-wrAy w bid for Ow vott. dift I -have _W Thorib S*tco,Ww= for rite Infer and tVrewftooragrained I*db are tto and -cort(3d.wthe b* of iny-Im"e i�tfv on and SUBMWM,1141S ist PAT OF Auna 7 Two. -0 wtimw. " F _N W , _01010 M-0 , U* A&W END Of S9 MON 38 154 EM41BIT $ C.ITY1NiDE LAND .APING'SSEltVkMS RFP #RW30174$ RESPONDENTS COST AND TECHNICAL PROPOSAL A. CITY VV,DE LOCATIONS &cw cur.= Pt ZONE I ZONE 2 ZONE 3 TOTAL Year I10.800.00 %40000- 1141W.00 27. 300.00 Year 2 $• 10,500:00 $ 5.400.00 $ :11.100.00 $ 27,300:00 'Veo 3 ..10.800OQ $ 5R400.00 . . $ 1'1 iloolQO $. 27,8QR:0Q Yea (APO) $ 10.800.00 $ 5.400:00 $ 11.1 .00 _ $ 2�.300a10 tote) g 10.800900 $ 5,400.00 $ 11,100.00 $ g300100 B. FERTILIZE APPUCATIOM TlM9S PER YEAR FERT[IJZER ZONE l . MONE 3 ZOARE.3 YOTAL Year d $ 945.00 $ 27.0.00 3 810.00 ;025.00 Year 2 $ .945.00 $ 270.00 $ 810.00 $ 2;025.00. Year 3 $ 945.00 $ 270.Q0 $ 810.00 $ 2,025.00 Year 4 (Optl"on) $ 945.00 $ 270.00 $ 810:00 $ 2.025.00 Year 5 (Optian) $ '946.00 $ 270.00 $ 810.00 $ 2,025.00 CONTINUED 75 39 155 Ct�YVto� �NOS.CO.t�!it� ,SEEt11tCfSAN TX C"NIC -AIL pROPOSAL PARKA OW-1810H CYCLE c�o Y ? z toi zc 3 zc a a � UWAL El ;9oQ:yo sa �o - oaoa� :T ;a ao:: ra oo:oo . his;E14: r: — — — • �.. _ _ _ _ — Q v.Q ; w�-i. A .78,�3Q.00 - — � Tka3 _ � - .. � _ _ ...� - � .. —. _ . .. ,. a 11t' •. —„—.. _ �_— _ .__ . AD co d - ar VM- -_ slam . 0 4 �S �t:.Bi TIN PiE1� zic Zoo 'iaia�. 3X�eri�e��C�ear S3�' Seat k7�p*rYear !!r•Y�FlCpecYev Y -= :7 5.QA 7,695. _� 140. Q MOO. Vow 3 1.;354:�0 - - .818. _ . 540:�Q ._� -.Stwiop . 4f;w4 to +� �� =�j BAD: 0._ 1,fi20.p 1, 4sQ .1,755•Q0 7,fi9 •w Yes* S MOW) 1.960.00 810.00 s 1,620.00 I v02o 0o' 1.75540 s 7,ss5.00 CONTINUED UED 76 40 156 EXHIBIT 5 Respondents Cost and Technical Proposal Cnmf MBE LAWOkAkfk; SERVICES FIVE (S) YE -AR CaNMCT TOTAL. ALL.ZDAIES BOTH CITY W109 AND Pam 011/IS10 ; CTcLE CUTE AND IFERTILIZER APPLICATION (A = CITYWIDE LOCATOIONE; B m- CITYWIDE FERTI It APPL�CATtO ; C = PARK$ QMI SION; D = FERTlUZER APPUCATIDN) A+B+C¢D=TOTAL- YOW 1 $ 1'15,320,OQ Year. 2 s 110,320:Q0 Year 3 � 115,30.E Yea. 4 (®ition) $ 1150320.00 Year 5 (Option) $ 115 320.00 TOTAL $ s7s,soo.00 SUBMITTED THIS 1st DAY OF .Tune 20 PROPOSAL. SUBMITTED BY: Ntai * L$ a SeM. *C" .Company' Robert Mal - - �'erss�n to s�sbmit �ropamt Signmm president TWO (874741-.3030 Telephone Nuireber (877) 741-3454 Fax Number maMnainaumom Email Address END OF SECTION 41 157 RESOLUTION NO.: 18 0 -18 -15 213 A Resolution authorizing the City Manager to amend the existing agreement with Mainguy Landscape Services, Inc. to include professional landscape services at six additional parks. WHEREAS, the city's Parks and Recreation Department currently outsources professional landscape services at six (6) city parks. Staff is requesting to expand professional landscape maintenance services at six (6) additional city parks: All America, Brewer, Dison, Dog Park, Jean Willis, and Van Smith Park; and WHEREAS, the Mainguy Landscape Services, Inc. was competitively solicited and awarded in 2017, and they currently provide landscaping services at six (6) city parks and multiple public right- of-way areas within the city. In accordance with the Request for Proposal ("RFP") #PW2017-09, Scope of Services, Exhibit 1, Attachment A, "Locations of Work," which states the following: "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;" and WHEREAS, city staff believes that outsourcing landscape at six (6) additional parks would increase overall efficiency and flexibility within the division; moreover, it would improve aesthetics as well as provide a faster and consistent rate of service which would allow the division to focus on other important maintenance activities amid remaining vigilante and proactive on general park and facility maintenance; and WHEREAS, the amount for expanding professional landscape services at 6 additional parks shall not exceed $34,530; and WHEREAS, the total amended contract amount for park landscape services shall not exceed $120,525 ($85,995 original proposal scope + $34,530 amended proposal scope) per 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 amend the existing agreement with Mainguy Landscape Services, Inc. to include professional landscape services at six (6) additional parks for an amount not to exceed $34,530. Section 2: The total amended contract amount for park landscape services shall not exceed $120,525 ($85,995 original proposal scope + $34,530 amended proposal scope) per contract term. The expenditure shall be charged to Parks Landscape - Contractual Services, account number 001-1750- 519-3450. Page 1 of 2 158 Res. No. 180-18-15213 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 on October 1, 2018. PASSED AND ADOPTED this 20t' day of September, 2018. ATTEST: QY CITY CLE OVED AS TO FORM APPROVED: . kil, MAYOR COMMISSION VOTE: ON Mayor Stoddard: Vice Mayor Harris: Commissioner Gil: Commissioner Liebman: Commissioner Welsh: Page 2 of 2 5-0 Yea Yea Yea Yea Yea 159 Agenda Item No:S. City Commission Agenda Item Report Meeting Date: September 20, 2018 Submitted by: Quentin Pough Submitting Department: Parks & Recreation Item Type: Resolution Agenda Section: CONSENT AGENDA Subject: A Resolution authorizing the City Manager to amend the existing agreement with Mainguy Landscape Services, Inc. to include professional landscape services at six additional parks. 3/5 (City Manager -Parks & Recreation) Suggested Action: Attachments: Memo.Parks Landscaping-6+Parks (QP).docx Resolution. Parks Landscape 6+Parks.docx Addendum No. 1 Citywide Landscaping Services.pdf Resolution No. 146-17-14947.pdf 160 CITY OF SOUTH MIAMI South Miami OFFICE OF THE CITY MANAGER THE CITY OF PLEASANT LIVING INTER -OFFICE MEMORANDUM To: The Honorable Mayor & Members of the City Commission FROM: Steven Alexander, City Manager Via: Quentin Pough, Director of Parks and Recreation DATE: September 20, 2018 Agenda Item No.: SUBJECT: A Resolution authorizing the City Manager, to amend the existing agreement with Mainguy Landscape Services, Inc. to include professional landscape services at six additional parks. BACKGROUND: The City's Parks and Recreation Department currently outsources professional landscape services at six (6) city parks. By way of this memorandum, staff is requesting to expand professional landscape services at six (6) additional city parks: All America, Brewer, Dison, Dog Park, Jean Willis, and Van Smith Park. The parks division ("division) staff is comprised of 1 Park Superintendent (FT) and 2 Maintenance Workers (FT) for thirteen (13) city parks. The division is responsible for year-round maintenance and preparation of athletic sports fields, landscape and tree maintenance, playground maintenance and inspections, environmental restoration, beautification projects, set-up/break-down/clean-up for special events, assistance with capital improvement projects, and general facility maintenance and park structure repair, just to name a few. The Mainguy Landscape Services, Inc. agreement was competitively solicited and awarded in 2017, and they currently provide landscaping services at six (6) city parks and multiple public right-of-way areas within the City. In accordance with the Request for Proposal ("RFP") #PW2017- 09, Scope of Services, Exhibit 1, Attachment A, "Locations of Work," which states the following: "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." 2 161 CITY OF SOUTH MIAMI South Miami OFFICE OF THE CITY MANAGER THE CITY OF PLEASANT LIVING INTER -OFFICE MEMORANDUM Department staff believes that outsourcing landscape at six (6) additional parks would increase overall efficiency and flexibility within the division; moreover, it would improve aesthetics as well as provide a faster and consistent rate of service which would allow the division to focus on other important maintenance activities amid remaining vigilante and proactive on general park and facility maintenance. The new landscape service schedule will take effect on Monday, October 1, 2018. LOWER LABOR COST: Staff has determined that two (2) additional maintenance workers are needed in order to keep up with current expectations, work demands, and general park usage/attendance—especially during spring and summer rainy seasons, as well as year-round sports field maintenance for adult soccer and softball; and, youth football, soccer, and baseball seasons. The City will save roughly $15,000 by outsourcing landscape services for six (6) additional parks compared to hiring 2 part-time maintenance workers at $49,923 per fiscal year. EXPENSE: The amount for expanding professional landscape services at 6 additional parks —All America, Brewer, Dison, Dog Park, Jean Willis, and Van Smith —shall not exceed $34,530. The total amended contract amount for park landscape services shall not exceed $120,525 ($85,995 original proposal scope + $34,530 amended proposal scope) per contract term. AccouNT: The expenditure shall be charged to Parks Landscape - Contractual Services, account number 001-1750-519-3450. ATTACHMENTS: Resolution Addendum No. 1— Citywide Landscaping Services (Parks) Resolution #146-17-14947 3 162 ADDENDUM No. Q CITYSIDE LANDSCAPING SERVICES In accordance with the RFP #PW2017.09, Scope of Services, Exhibit 1, Attachment A, "Locations of Work," which states the following `?he Gty 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 Oty reserves the right to hire another contractor for that area or to perform the work itself.'" The City wishes to expand professional landscape services for sac (6) additional City Parks: All America, Brewer Park, Dison Park, Dog Park jean Willis and Van Smith Park. Cost and the Scope of Services for the additional City Parks is attached to Addendum No. I as Attachment A, "Proposal for Landscape Services." Both parties haves ' signed this Addendum this-�`� `day of '�'=';�•--';,;.'�;:.-- , 2018. MAINGUY LANDSCAPE SERVICES: Signature: • Print Signatory's Name: Jert Mainguy Title of Signatory. President ATTESTED: OWNER: CITY, *" GUTN hl lAM l Signature: fi z�� �. ' ; f ' Signature. Nken A. Pa a -.. _ 5feven Alexander City Clerk 0 City Manager Read and Approved as to Form, Language, Legality, and Execution Thereof. Signature: 163 ATTAcHMENYA ADDENDUM, NO. 0 CITYSB®E LANDSCAPBNG SERVICES "PROPOSAL FOR LANDSCAPE SERVOCES99 164 1855 SOUTH FLAMINGO ROAD I DAVIE, FL 33325 TEL (877) 741-3030 1 FAx (877) 741-3454 www.mainguy.com PROPOSAL FOR LANDSCAPE SERVICES PROPOSAL SUBMITTED TO: JOB NAME. Quentin Pough, CPRP City of South Miami ADDRESS: ADDRESS: 5800 SW 66 Street CITY: CITY: South Miami South Miami STATE: STATE: Florida Florida TELEPHONE: DATE: (305) 668-3876 May 2, 2018 Statement of Mork: We are pleased to submit this proposal for the following services at the above -referenced job location: Landscape Design and Installation Landscape Maintenance Program Turf & Shrubbery Fertilization/Pest Control Irrigation Systems Installation/Maintenance Tree Trimming/Removal 2. Scope of Work: Provide a landscape maintenance program for the following additional parks: All America Park, Brewer Park, Dison Park, Dog Park, Jean Willis Park and Van Smith Park. 3. Specifications: Please see Scope of Work attached hereto. 4. Cost: We hereby propose to furnish all labor, equipment and materials to complete the work outlined in this proposal in accordance with the specifications set forth herein for the following sums: FORT LAUDERDALE MIAMI WEST PALM BEACH NAPLES FORT MYERS 165 Park Facility Base Maintenance Fertilization Total Cost All America Park $9,600.00/ ear $1,170.00/ ear $10,770.00/ ear Brewer Park $9,000.00/ ear $1,365.00/ ear $10,365.00/ ear Dison Park $2,550.00/ ear $780.00/ ear $3,330.00/ ear Dog Park $1,500.00/ ear $195.00/ ear $1,695.00/ ear Jean Willis Park $2,100.00/ ear $585.00/ ear $2,685.00/ ear Van Smith Park 1 $5,100.00/ ear I $585.00/ ear $5,685.00/ ear S. Payment & Other Provisions. All work and/or material is guaranteed to be as specified herein. All work to be completed in accordance with standard practices. Any alteration or deviation from the specifications contained herein shall be executed only upon written authorization and shall be at an additional cost added to the price set forth herein. All sums due hereunder shall become due and payable upon completion of all work. Unpaid balances outstanding more than thirty (30) days will accrue interest at the rate of 1.50% per month, which interest shall be added to, and be due and payable together with, all other sums due hereunder. The failure of either party to comply with the terms of this Agreement shall be considered a breach hereunder entitling the other party to seek any remedy at law or in equity for such breach. In the event of any legal action between the parties hereto related to the enforcement of any of the provisions of this Agreement, the prevailing party in such action shall be entitled to recover its reasonable attorneys' fees and costs from the other party as determined and ordered by a court of competent jurisdiction. Venue for any legal action either party may wish to bring against the other party shall be in the appropriate court in Broward County, Florida. Our performance hereunder is contingent upon strikes, accidents, or other delays (including obtaining building permits or other governmental approvals) beyond our control. This proposal shall remain valid for a period of thirty (30) days and may be withdrawn thereafter. Respectfully Submitted, Robert Mainguy, President Mainguy Environmental Care, Inc. d/b/a Mainguy Landscape Services 2 166 ACCEPTANCE OF PROPOSAL. Client hereby accepts and agrees to the terms, conditions and specifications set forth hereinabove. Mainguy Landscape Services is authorized to perform the work as specified herein. Payment shall be made in accordance with the provisions contained hereinabove. Accepted By: Authorized Representative's Signature Date Accepted 167 Scope of Work PARK ZONES 7 through 12 City of South Miami Landscaping and Maintenance Program for All America Park (Park Zone 7), Brewer Park (Park Zone 8), Dison Park (Park Zone 9), Dog Park (Park Zone 10), Jean Willis Park (Park Zone 11), and Van Smith Park (Park Zone 12) shall consist of the following services: All America Park — 6820 SW 64 Avenue —1.40 acres Brewer Park — 6300 SW 56 Street —1.29 acres (responsible for landscape along miller drive) Dison Park — 8021 SW 58 Avenue — 0.59 acres Dog Park — 6380 SW 78 Street — 0.13 acres (responsible for landscape along canal side) Jean Willis Park — 7220 SW 61 Ct. — 0.63 acres Van Smith Park — 7800 SW 59 Avenue —1.14 acres Mowing. ® Mowing will consists of thirty (30) cycles per year. Once every (10) days, April 15t through September 30th and once every fourteen (14) days, October 1 through March 31s'. m 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. m 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. 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. 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. 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. 168 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. Shrubs Hedges and Ground Covers Care: Shrubs and hedges will be trimmed as necessary in order to maintain a proper height and appearance. 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. Weed Control: Weed control will be performed on plant beds and tree wells by means of manual mechanical and/or chemical means. Litter Control: Litter and debris generated by contractors from the landscape maintenance service will be removed on every visit. 169 Exhibit I SCOPE OF SERVICES ' ATTACHEMENT 6 CITYWIDE LANDSCAPING SERVICES RFP #PW2017-09 "Certified Organic, or EPA Minimum Risk Products" 40 13 170 FUNGICIDES Companion Liquid Bacillus subtilis G803 Organic Biological Fungicide Bacillus subtilis QST 713 Rhapsody Organic strain Bacillus subtilis QST 713 Serenade Garden Organic strain Disease Control RTU Bacillus subtilis QST 713 Natria Disease Organic gain Control RTU Essential Oil Blizzard Organic 25b (Cinnamon/Clove) funicid Essential Oil Bravado Or nit Organic (Clove/Cinnamon) F n 'c'de Gliodadium car nulatum Prestop Biofungicide Organic Strain J1446 Powder Oil (Cottonseed, Corn, Mildew Cure Organic Garlic) Potassium Bicarbonate Greencure Fungicide 25b Potassium Bicarbonate Kallgr:een Organic Potassium Bicarbonate BI- arb OI Organic Fashion ed.bagicide Potassium Bicarbonate Carb-O-Nator Organic Pythium oligandrum DV Polyve sum Organic 74 Nctinovate Lawn and 5veptomyces lydicus Organic Garden Fungicide Trichoderma harzlanum Rootchield Seed Organic pifai strain T-022 Treatment Trichoderma harzianum Rifal strain T-22 and TurfShield PLUS WP Organic Trichoderma virensstrain Blolo 'raga I Fungicide G-41 Trichoderma spp. I TenetP Organic 41 14 171 HERBICIDE Acetic Acid SummerSet AIIDown Organic Acetic Acid VinagreenNatural Organic Non Selective Acetic Acid, Citric Acid Black Jack 21 25b Ammoniated Soap of Fatty Adds Final-.San-O Organic Ammonium Nonanoate Mirimichi Green Pro Organic Concentrate Ammonium Nonanoate Emerion 7020 Concentrate Organic Ammonium Nonanoate Mirimichi Green Ukqiye Earth Organic Ammonium Nonanoate BloSafe Weed Con of Organic Ammonium Nonanoate AXXE Organic Caprylic Acid, Capric Acid Suppress Herbicide Organic EC Citric add, Essential Oil (Clove), Malic Phydura 25b Corn Gluten Concern Weed Prevejition Plus 25b D-limonene Avenges Weed Killer Organic Essential Oil Clove/Cinnamon IH Biotech Weed Organic Za Essential Oil Clove/Cinnamon Safer Grow Weed Organic a Eugenol, Essential Oil Clove Halo 25b Oil (Soybean) EcoBlend Weed and Organic Grass Burodown Oil (Soybean) Preem 25b Potassium Salt of Fatty Acids Safer Brand Weed Organic and Grass Ki11er Potassium Salt of lFatty Acids Safer Brand Fast- Acting VLeed and Organic Sodium Chloride A.D.I.O.S Organic 42 15 172 Sodium Lauryl Sulfate, 2-Pheneth EcoSmar_t Weed and 25b I-GranJWI—er---- IMossicidelAlgaecide moniated Soap of Fatty Acids Ouik-fire Organic D-limonene Moncerev Moss Organic D-limonene Moss Melt QwenmM Organic Oil (Cottonseed. Garlic), Essential Oil No Moss Organic Potassium Salt of Fatty Acids Safer Brand Moss and I Algae Killer and Organic Plant Growth Regulator (PGR) Gibberelic Acid GibGrQ 41..S Organic Gibberelic Acid N-Large Plant Organic 43 W, 173 Animal Repellent Coyote/Fox Urine Shake -Away Coyote/Fox Organic Urine Gran Dried Red Pepper and Dried Blood Uncle fans Dog and Cat Organic Repellen Dried Red Pepper and Dried Blood Uncle lans Mole and Organic Gopher Deer Rabbit and rr I ellen PiperinelOil of Black Pepper/Capsaicin Havahart Critter Ridder Organic Porcine/Bovine Dried Blood Plantslrydd Granular Organic Repellent for Rabbits and Small Critters Porcine/Bovine Dried Blood Pla tskvdd Granular Organic &epellent for Deer., Rabbits. and Elk Putrescent Whole Egg Solids/Ca sacin/Garlic Deer Off Deer and Rabbit Repellent Organic Insect Growth Regulator (IGR) Azadirachtin Neemix 4.5 Organic Azadirachtin Azatin 0 Organic Insecticide Bacillus thuringiensis Safer Brand Garden Dust Organic and Caterpillar Killer Bacillus thuringiensis DIPeIR PRO DF o ' meS[i_clds_lDry_ IF owable Organic Bacillus thuringiensis Thuricide BT Caterpillar Organic Control Bacillus thuringiensis Summit Biological Caterpillar and Webw_orID Control. Organic Chromobacterium subtsugae Grandevo Organic Citric Acid Flying Skull Nuke'Em Organic Insecticide Diatomaceous Earth Perma-guard Organic Diatomaceous Earth Sakr-5rapd.... nt nd Cawling Insett Killer Organic Diatomaceous Earth Desect Diatomaceous Organic Laarth Insecticide 44 17 174 D-limonene Orange Guard Fire Ant Convol Organic D-limonene QMug.Quand Ornamental Plants nseticide Organic Fssential Oil (Blend) Dr. Earth Yard and Garden Insect Killer Organic Essential Oil (Blend) Mands Botanical Insecri LdgLM144idg Organic Essential Oil (Cedar) CedarGuard Organic Essential Oil (Cedar) CedarCure 25b Essential Oil (Cedar), Oil (So beanInsecticide EcoShield Botanical Organic Essential Oil (Clove/Cinnamon) Aramite Organic Acaricide -Insecticide Organic Essential Oil osemary/Peppermint) Ecotec Organic Essential Oil (Thyme) HumaGrow Proud3 Organic Iron Phosphate Garden Safe Slue and Snail Organic Iron Phosphate Miracle-GroO Nature's Organic Care Slug & Snail Control Iron Phosphate Whitney Farms Slug and Organic Snail Killer Iron Phosphate/Spinosad Brandt Anthot Plus Ant Organic and Crawling Insect Killer Iron Phosphate/Spinosad Sluggo Insect Slum and Organic Nail Pellets Milky Spore St Gabriel Organic Mille. Organic Sg9re G u Neem Oil Safer Brand Garden Dgfs_nss Organic Nematodes: Steinernema carpocapsae Ecomask Topdressing 25b Nematodes: Steinernema carpocapsae and keterorhabdids bacterio hors Grub Guard Organic Nematodes Steinernema feltiae Scanmask Topdressing 256 Nematodes: Steinernema gl4serl Environmental Factor Inc 256 CA (Cottonseed) Safer Gro PestOut Organic 45 M 175 Oil (Cottonseed) AntOut Organic Potassium Salt of Fatty Acids Safer Insect Killing Soap Organic Potassium Salt of Fatty Acids Safer Brand Grub Killer Organic Potassium Salt of Fatty Acids/Neem Oil/Natural rethrin without PBO Safer Brand End ALL Insect Killer Organic Spinosad Green Light Garden Sim Organic Spinosad Seduce Insect Bait Organic Spinosad Conserve Naturaly.Le_ Insect Control Organic Spinosad Monterey Garden Insect Organic Nematicide Paecilomyces lilacinus Bio_Ntgm-ton Organic Quillaia saponaria saponins Brandt Nema-O Organic Quillaia saponaria saponins Montery Nematode_ Control Organic Insect Repellent Garlic Extract Biolink Insect and Bird Ile Organic Garlic Extract Garlic Barrier AG Insect Organic ellen 46 19 176 Mulit-Category II Sol Insecticide/MldcidelFungi Organiccide rAzz-adirach7tinAi I e m Insecticide/Miticide/Fungi Organic cide Azadirachtin Azatrol Insecticide/Miticide/Insec Organic t Growth Re ulator Aadirachtin Molt- Insecticide/Nematicide Organic Aadirachtin Safer Brand Insecticide/Repellandlns Organic DiiQNegd ect Growth Regulator dirachtin Amazin 1.2 ME Insecticide/Repellantlins Organic ect Growth R lator/Nematicide bacillus Monterey Fungicide/Batericide Organic myloliquefacie Complete nsstrain D747 Diseajg_Cgnurol.. Brand RTU Bacillus DoubleNickel 1,C Fungicide/Batericide Organic Biofuneicide amyloliquefacie ns strain D747 Essential Oil Pest Ouc Insecticide/Miticide Organic (Clove), Oil (Cottonseed, Garlic Essential Oil HumaGrow Nematicide/Fungicide Organic (Th a) Promax Essential Oils EcoSmart Brands Insecticide/Herbicide/Fu 25b (Various) n 'cide Fats and Oil, Debug Tres Insecticide/Miticide/Nem Organic Azadirachtin _Mu.I I i aticide/Fungicide Concentrate Ancifeedant Insect Repellent, Insecticide. Micicide. Fungicide & Nemadcide 47 20 177 Civitas Turf_ Fungicide/Insecticide/Dis Organic FHorticultural Defense Pre- ease Suppression JHixed mineral oil on label Horticultural Civitas Turf Fungicide/Insecticide/Dis Organic Oil (may be Defense Ready-2- ease Suppression listed as Mix mineral oil on label Neem Oil M Neem Oil Insecticide/Fungicide Organic Neem Oil der Natria Insecticide/Fungicide Organic P4-MnOil Neem Oil Triact 70 Insectidde/Miticide/Fungi Organic cide Neem Oil Try.:. Insectidde/Miticide/Fungi Organic cide Neem Oil "lontereyAftm_ Insecticide/Mitidde/Fungi Organic Oil RTU cide Neem Oil Triple Action lnsectidde/Miticide/Fungi Organic Neem Oil cide TerraN gm E Insectidde/Miticide/Nem Organic aticide/Fungicide nd F Insecticide/Mitidde/Fungi Organic I u cide yretrn Broad spectrum (without PBO) Insecticide. Fungicide, and Miticide Oil (Sesame) Organicide 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 Fungidde/Miticide Organic Sulfur I Kumulus'DF I Fungicide/Miticide Organic 48 21 178 RESOLUTION NO.: 146-17-14947 A Resolution authorizing the City Manager to negotiate and to enter into a three (3) year agreement with an option to-tenew 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-1 and 80th street; FDOT 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 Luk& Landscape Mainguy Landscape Visual Scape John Reese (chairperson) N/A 75 93 50 Shari Kamali N/A 88 98 75 Pough N/A 92 94 80 FEQuentin TOTAL 255 285 ✓ 205 BIDDERS AMouNT (AVE YEAR CONTRACT) LUKES' LANDSCAPING $512,491.88 MAINGUy LANDSCAPE SERVICES, INC. $576,600 ✓ LAND PRO $626,493.86 VISUAL SCAPE $721,504 22 179 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 $117,433 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 July 12017 A ST: APPROVED: &- CITY dERK MAY& READfANVED AS TO F COMMISSION VOTE: 5-0 LANGL (ECUTI Mayor Stoddard Yea Vice Mayor Welsh Yea Commissioner Edmond Yea Commissioner Liebman Yea CITY Commissioner Harris Yea 23 180 CITY OF SOUTH MIAMI Sou.. iami OFFICE OF THE CITY MANAGER THEON OF PLEASANT IVING INTER -OFFICE MEMORANDUM To: The Honorable Mayor & Members of the City Commission FROM: Steven Alexander, City Manager Via: John Reese, Public Works Superintendent DATE. July 12, 2017 Agenda Item No.: SUBJECr: 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. BACKGROUND: 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 Karnali, 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 Jukes' Landscape MaInguy Visual Scapa John Reese N/A 75 93 SO Shari Kamali N/A 88 98 75 Quentin Pou h N/A 92 944 80 TOTAL 255 285 205 BIDDERS AMOUNT (Fuu ffVFYEAR CONTiWcd LuKEs' LANDSCAPING $512,491 MAINGUY $5760600 LAND PRO $626,493 VISUAL SCAPE $721,504 24 181 CITY OF SOUTH MIAMI Souffi •Miami OFFICE OF THE CITY MANAGER THECRY&Pu mAw-LMHG 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 complete. 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 Arborist, 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 Florida Limited Commercial Fertilizer Applicator, Bureau of Licensing & Enforcement. EXPENSE: Proposal amount is not to exceed $576,600 over five (5) year contract term. ACCOUNTS: 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. Amcm wEnrrs: 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 251 i i 182 gm,vam, "PE r.Irl"." N M.- -arM, jglom� "o-a I i 'WRI-I'm ~aWill: 11 IN'Iti-ov/ F.-mail r kii4rc, TeleWmil". 1,.;!" E 2tiv .)+ � p'.y S . -} it : e r r '� / i3 2�I�q 't ° ,J•�s?�!r y.� ?. ��hl�7��J?Rtdui'e@is�iY41�1TIifiP7:fc�'L"'•:.'. �.='�.ro_aC.�.��-r, s��.i'k�,ttK.�l: ��r " - • x - Y -• 11'r` t e ... �.T'uro� .: It '�er'yt3�'• r M'r@K`'� , r � ����ih„i`'+Ma3.1�'*+r�rq. "`+rii�'�Isf'=nel aktus�=��lkiv •fr + Ali 7tY rty ' d ws = r F t t : CS:. MOO' .t .,i it k�:+4tf+a3. .*WYst. J,r'�'%v, r 46,. c •!.s � � • '+Y'!IbY•rAS>-1?F:�i•ve�n.....{�:...x::.w.-. _...H ��pj j,ex:y«ve}a�«i.rtfS �Ev a{T�: #^`-'r� h- J 1 -moo-a����+d�yN!2. �,1�J�.+•+�lFl:��Yy:V�F'�T". ' i�J:IY`.BW�'AaXa".II�'f!yu1' i.:�'ti'Pj4`.., •i .,A'1�� ` C 185 co m co N t a Z2 Atkins -McGuire, Elisha Frain: Christian Infante <Clnfante@sfmservices.com> Sent Thursday, June 01, 2017 9:17 PM To: Wick, Steven P Cc: Menendez, Maria M.; MadoCantero Subject: Re: Citywide Landscaping RFP Good evening. Unfortunately our team missed the 10AM 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, Steven Kulick, C.P.M. Chief Procurement Officer/Procurement Division City of South Miami - 6130 Sunset Drive - South Miami, FI 33143 Ph:3051663-6339; Fax:305/663-6346 - Email: skulick@southmiamifl.aov <image001.png> 30 187 I I 31 1 i 188 f 32 189 .c: � lit _ aw i:-a.0 M, IN .. t. . a way A x 331 ion a 1 3 191 , oj WON MKIM.1 {toy ass& liodo"m 'll Ww l. 7 I; ko* 0XV6. 10" l'i aw. 192 ee4� tjrr Nam i 36 i i 193 ir f lio-( I �,Tq IM 37 i 194 . . . . » ^ . . . . . . . . . . . v . ' � , . n ' ' . ' ' . | . � . . . . . . ' . . r . . . ' . . � ' 4i. 1 , CT 4 . r I �,- , - - I : - �,)) 1 71� iF( 71 ;,�,:777- `7,;l I .3 S z 11. . . . . . . . . . . . 4d i -.A Tih X1, �jw BT, --7 ;-- � T�A, ') j , i .. , MEL'l I, �,000 tx-, -to Pillow xv M, , ----------- . . . . . . . . 0, Al- . . . . . . . . . . In, A V1 4t4 1.0(,kr Its j ; t i - t— S! Q; I ii- rbl "to J I I Z, I pm A &�7777717377; 777- I IA ei * 5� 7 7 =T, 17 2esz PI liv, U. -7 7 ­7 Q, 7 V-0 i1 ip Fj 7,7,M, :a L2 93F w 44 1 201 stp , 4,t 1; t �4� I-ii. ktk )k- H ZT U 7 1 M7 a tbr 77 77 MIT IT'' t "i i =77 "I, � 9111 717T, �M1-- -,'T' 1� RK, TA� 1, MON, 2-k Of 202 .......... ..... ................. Am2D t.� 77 .177 461, 203 471 r i 204 �Wrcgi3 IS 4 • �gi��iJ;if:• •fa 53 210 54 211 UZ 99 Tk 11 V" If 'Jj��1j (� 7 f • ti, .7 Y t- 57 214 NO I LOW lb a 58 215 92 69 Of whisp W, W-1 m IT-4 -;s ago WN IF- OMAR M NO ft N. Jrw. lb, i r Af t a Ilion . Um'-'=moa; ...... . . . . . . . . . ZEE 611 t— -6 ......... ...... AN I - # 60 217 f�o Merl "**Kftft AL 611 218 {L 62 219 4MIAM pgi,� 2 63 220 Mangum, 9b, ANWO."ll W. low! n-n - ftwilo& LML-A 14 Op Ms MANX Jr. 't Syi 'RESPORP9 Rea, jq Vo Olt 0 of i1Pp�fat *ffioo*,"w, -IMIQ is M., 221 Nag ri ka:. •wit;:.. �T k i 65 222 223