Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
PSA with Superior Landscaping & Lawn Service, Inc.
DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 20 2.2 -. S` l Contract no.21-187-02 PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND SUPERIOR LANDSCAPING & LAWN SERVICE INC. FOR 'GROUNDS MAINTENANCE SERVICES FOR PARKS AND ATHLETICS FIELDS PURSUANT TO RFP-2021-187-AY 1/18/2023 15:10 EST This Professional Services Agreement ("Agreement") is entered into this ("Effective Date"), between the CITY OF MIAMI BEACH, FLORIDA, a municipal corporation organized and existing under the laws of the State of Florida, having its principal offices at 1700 Convention Center Drive, Miami Beach, Florida, 33139 (the "City'), and SUPERIOR LANDSCAPING & LAWN SERVICE a Florida corporation whose address is 2200 NW 23 Avenue, Miami, Florida 33142 ("Contractor"). SECTION 1 DEFINITIONS Agreement: This Agreement between the City and Contractor, including any exhibits and amendments thereto. City Manager: The chief administrative officer of the City. City Manager's Designee: The City staff member who is designated by the City Manager to administer this Agreement on behalf of the City. The City Manager's designee shall be Jose del Risco, Parks and Recreation Department Assistant Director. Contractor: For the purposes of this Agreement, Contractor shall be deemed to be an independent contractor, and not an agent or employee of the City. Services: All,services, work and actions by the Contractor performed or undertaken pursuant to the Agreement. Fee: Amount paid to the Contractor as compensation for Services. Proposal Documents: Proposal Documents shall mean City of Miami Beach RFP, No. 2021- 187-AY for GROUNDS MAINTENANCE SERVICES FOR PARKS AND ATHLETIC FIELDS, together with all amendments thereto, issued by the City in contemplation of this Agreement RFP, and the 's proposal in response thereto ("Proposal"), all of which are hereby incorporated and made a part hereof; provided, however, that in the event of an express conflict between the Proposal Documents and this Agreement, the following order of precedent shall prevail: this Agreement; the RFP and the Proposal. 1 DocuSign Envelope ID:C3A5B18A-A673BB1-95E2-D975656D55A4 Contract no.21-187-02 Risk Manager: The Risk Manager of the City, with offices at 1700 Convention Center Drive, Third Floor, Miami Beach, Florida 33139; telephone number (305) 673-7000, Ext. 6435; and fax number(305) 673-7023. SECTION 2 SCOPE OF SERVICES SECONDARY CONTRACTOR FOR GROUP I PRIMARY CONTRACTOR FOR GROUP II & III' 2.1 In consideration of the Fee to be paid to Contractor by the City, Contractor shall provide the work and services described in Exhibit"A" hereto (the"Services"). 2.2 Contractor's Services, and any deliverables incident thereto, shall be completed in accordance with the Scope of Work in Section 2.0 of the ITB and attached hereto as Exhibit A. SECTION 3 TERM The term of this Agreement ("Term") shall commence upon execution of this Agreement by all parties hereto (the Effective Date set forth on p. 1 hereof), and shall have an initial term of three (3) years with two additional one (1) year renewal options, to be exercised at the City Manager's sole option and discretion, by providing Contractor with written notice of same no less than thirty(30)days prior to the expiration of the initial term. SECTION 4 FEE 4.1 In consideration of the Services to be provided, Contractor shall be compensated in accordance with the Fee Schedule attached hereto as Exhibit B. 4.2 Cost Adjustments. On or about the anniversary of each contract year, the Contractor may request, and the.City Manager may approve, a cost adjustment based on documented cost increases for the following contract year. Typically, cost adjustments should be limited to changes in the applicable. Consumer Price Index (CPI) for the local region. The Contractor's adjustment request must substantiate the requested increase. The City of Miami Beach, through its City Manager, reserves the right to approve a requested adjustment or may terminate the agreement and readvertise for bids for the goods or services. 4.2 INVOICING Upon receipt of an acceptable and approved invoice, payment(s) shall be made within forty-five (45) days for that portion (or those portions) of the Services satisfactorily rendered (and referenced in the particular invoice). Invoices shall include a detailed description of the Services (or portions thereof) provided, and shall be submitted to the City at the following address: Accounts Payable: PavablesCc�miamibeachfl.aov 2 DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 Contract no.21-187-02 SECTION 5 TERMINATION 5.1 TERMINATION FOR CAUSE If the Contractor shall fail to fulfill in a timely manner, or otherwise violates, any of the covenants, agreements, or stipulations material to this Agreement, the City, through its City Manager, shall thereupon have the right to terminate this Agreement for cause. Prior to exercising its option to terminate for cause, the City shall notify the Contractor of its violation of the particular term(s) of this Agreement, and shall grant Contractor ten (10) days to cure such default. If such default remains uncured after ten (10) days, the City may terminate this Agreement without further notice to Contractor. Upon termination, the City shall be fully discharged from any and all liabilities, duties, and terms arising out of, or by virtue of, this Agreement. Notwithstanding the above, the Contractor shall not be relieved of liability to the City for damages sustained by the City by any breach of the Agreement by the Contractor. The City, at its sole option and discretion, shall be entitled to bring any and all legal/equitable actions that it deems to be in its best interest in order to enforce the City's rights and remedies against Contractor. The City shall be entitled to recover all costs of such actions, including reasonable attorneys'fees. 5.2 TERMINATION FOR CONVENIENCE OF THE CITY THE CITY MAY ALSO, THROUGH ITS CITY MANAGER, AND FOR ITS CONVENIENCE AND WITHOUT CAUSE, TERMINATE THE AGREEMENT AT ANY TIME DURING THE TERM BY GIVING WRITTEN NOTICE TO CONTRACTOR OF SUCH TERMINATION; WHICH SHALL BECOME EFFECTIVE WITHIN THIRTY (30) DAYS FOLLOWING RECEIPT BY THE CONTRACTOR OF SUCH NOTICE. ADDITIONALLY, IN THE EVENT OF A PUBLIC HEALTH, WELFARE OR SAFETY CONCERN, AS DETERMINED BY THE CITY MANAGER, IN THE CITY MANAGER'S SOLE DISCRETION, THE CITY MANAGER, PURSUANT TO A VERBAL OR WRITTEN NOTIFICATION TO CONTRACTOR, MAY IMMEDIATELY SUSPEND THE SERVICES UNDER THIS AGREEMENT FOR A TIME CERTAIN, OR IN THE ALTERNATIVE, TERMINATE THIS AGREEMENT ON A GIVEN DATE. IF THE AGREEMENT IS TERMINATED FOR CONVENIENCE BY THE CITY, CONTRACTOR SHALL BE PAID FOR ANY SERVICES SATISFACTORILY PERFORMED UP TO THE DATE OF TERMINATION; FOLLOWING WHICH THE CITY SHALL BE DISCHARGED FROM ANY AND ALL LIABILITIES, DUTIES, AND TERMS ARISING OUT OF, OR BY VIRTUE OF, THIS AGREEMENT. 5.3 TERMINATION FOR INSOLVENCY The City also reserves the right to terminate the Agreement in the event the Contractor is '! placed either in voluntary or involuntary-bankruptcy or makes an assignment for the benefit of creditors. In such event, the right and obligations for the parties shall be the same as provided for in Section 5.2. 3 DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 Contract no.21-187-02 SECTION 6 INDEMNIFICATION AND INSURANCE REQUIREMENTS 6.1 INDEMNIFICATION Contractor agrees to indemnify, defend and hold harmless the City of Miami Beach and its officers, employees, agents, and contractors, from and against any and all actions (whether at law or in equity), claims, liabilities, losses, and expenses, including, but not limited to, attorneys' fees and costs, for personal, economic or bodily injury, wrongful death, loss of or damage to property, which may arise or be alleged to have arisen from the negligent acts, errors, omissions or other wrongful conduct of the Contractor, its officers, employees, agents, contractors, or any other person or entity acting under Contractor's control or supervision, in connection with, related to, or as a result of the Contractor's performance of the Services pursuant to this Agreement. To that extent, the Contractor shall pay all such claims and losses and shall pay all such costs and judgments which may issue from any lawsuit arising from such claims and losses, and shall pay all costs and attorneys' fees expended by the City in the defense of such claims and-losses, including appeals. The Contractor expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided by the Contractor shall in no way limit the Contractor's responsibility to indemnify, keep and save harmless and defend the City or its officers, employees, agents and instrumentalities as herein provided. The parties agree that one percent (1%) of the total compensation to Contractor for performance of the Services under this Agreement is the specific consideration from the City to the Contractor for the Contractor's indemnity agreement. The provisions of,this Section 6.1 and of this indemnification shall survive termination or expiration of this Agreement. 6.2 INSURANCE REQUIREMENTS: 6.3 The Contractor shall maintain the below required insurance in effect prior to awarding the agreement and for the duration of the agreement. The maintenance of proper insurance coverage is a material element of the agreement and failure to maintain or renew coverage may be treated as a material breach of the contract, which could result in withholding of payments or termination of the Agreement. A. Worker's Compensation Insurance for all employees of the vendor as required by Florida Statute 440, and Employer Liability Insurance for bodily injury or disease. Should the Vendor be exempt from this Statute, the Vendor and each employee shall hold the City harmless from any injury incurred during performance of the Contract. The exempt Vendor shall also submit (i) a written statement detailing the number of employees and that they are not required to carry Workers' Compensation insurance and do not anticipate hiring any additional employees during the term of this contract or(ii) a copy of a Certificate of Exemption. B. Commercial General Liability Insurance on an occurrence basis, including products and completed operations, property damage, bodily injury and personal & advertising injury with limits no less than $1,000,000 per occurrence, and $2,000,000 general aggregate. C. Automobile Liability Insurance covering any automobile, if vendor has no owned automobiles, then coverage for hired and non-owned automobiles, with limit no less than $1,000,000 combined per accident for bodily injury and property damage. 4 DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 Contract no.21-187-02 D. Umbrella Liability Insurance in an amount no less than $4,000,000 per occurrence. The umbrella coverage must be as broad as the primary General Liability coverage. E. Liquor Liability Insurance on an occurrence basis, including property damage, bodily injury and personal & advertising injury with limits no less than $1,000,000 per occurrence. 6.4 Additional Insured — City of Miami Beach must be included by endorsement as an additional insured with respect to all liability policies (except Professional Liability and Workers' Compensation)arising out of work or operations performed on behalf of the Contractor including materials, parts, or equipment furnished in connection with such work or operations and automobiles owned, leased, hired or borrowed in the form of an endorsement to the Contractor's insurance. 6.5 Notice of Cancellation — Each insurance policy required above shall provide that coverage shall not be cancelled, except with notice to the City of Miami Beach do EXIGIS Insurance Compliance Services. 6.6 Waiver of Subrogation — Contractor agrees to obtain any endorsement that may be necessary to affect the waiver of subrogation on the coverages required. However, this provision applies regardless of whether the City has received a waiver of subrogation endorsement from the insurer. 6.7 Acceptability of Insurers — Insurance must be placed with insurers with a current A.M. Best rating of A:VII or higher. If not rated, exceptions may be made for members of the Florida Insurance Funds (i.e._FWCIGA, FAJUA). Carriers may also be considered if they are licensed and authorized to do insurance business in the State of Florida. 6.8 Verification of Coverage—Contractor shall furnish the City with original certificates and amendatory endorsements, or copies of the applicable insurance language, effecting coverage required by this contract. All certificates and endorsements are to be received and approved by the City before work commences. However, failure to obtain the required documents prior to the work beginning shall not waive the Contractor's obligation to provide them. The City reserves the right to require complete, certified copies of all required insurance policies, including endorsements, required by these specifications, at any time. CERTIFICATE HOLDER ON ALL COI MUST READ: CITY OF MIAMI BEACH c/o EXIGIS Insurance Compliance Services P.O. Box 947 Murrieta, CA 92564 Kindly submit all certificates of insurance, endorsements, exemption letters to our servicing agent, EXIGIS, at: Certificates-miamibeach riskworks.com 6.9 Special Risks or Circumstances — The City of Miami Beach reserves the right to modify these requirements, including limits, based on the nature of the risk, prior experience, insurer, coverage, or other special circumstances. 5 DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 Contract no.21-187-02 Compliance with the foregoing requirements shall not relieve the vendor of his liability and obligation under this section or under any other section of this agreement. SECTION 7 LITIGATION JURISDICTIONNENUE/JURY TRIAL WAIVER I i This Agreement shall be construed in accordance with the laws of the State of Florida. This Agreement shall be enforceable in Miami-Dade County, Florida, and if legal action is necessary by either party with respect to the enforcement of any or all of the terms or conditions herein, exclusive venue for the enforcement of same shall lie in Miami-Dade County, Florida. By entering into this Agreement, Contractor and the City expressly waive any rights either party may have to a trial by jury of any civil litigation related to or arising out of this Agreement. SECTION 8 LIMITATION OF CITY'S LIABILITY The City desires to enter into this Agreement only if in so doing the City can place a limit on the City's liability for any cause of action, for money damages due to an alleged breach by the City of this Agreement, so that its liability for any such breach never exceeds the sum of $10,000. Contractor hereby expresses its willingness to enter into this Agreement with Contractor's recovery from the City for any damage action for breach of contract to be limited to a maximum amount of$10,000. Accordingly, and notwithstanding any other term or condition of this Agreement, Contractor hereby agrees that the City shall not be liable to the Contractor for damages in an amount in excess of$10,000 for any action or claim for breach of contract arising out of the performance or non-performance of any obligations imposed upon the City by this Agreement. Nothing contained in this section or elsewhere in this Agreement is in any way intended to be a waiver of the limitation placed upon the City's liability, as set forth in Section 768.28, Florida Statutes. SECTION 9 DUTY OF CARE/COMPLIANCE WITH APPLICABLE LAWS/PATENT RIGHTS; COPYRIGHT; AND CONFIDENTIAL FINDINGS 9.1 DUTY OF CARE With respect to the performance of the Services contemplated herein, Contractor shall exercise that degree of skill, care, efficiency and diligence normally exercised by reasonable persons and/or recognized professionals with respect to the performance of comparable work and/or services. 9.2 COMPLIANCE WITH APPLICABLE LAWS In its performance of the Services, Contractor shall comply with all applicable laws, ordinances, and regulations of the City, Miami-Dade County, the State of Florida, and the federal government, as applicable. 6 DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 Contract no.21-187-02 9.3 PATENT RIGHTS; COPYRIGHT; CONFIDENTIAL FINDINGS Any work product arising out of this Agreement, as well as all information specifications, processes, data and findings, are intended to be the property of the City and shall not otherwise be made public and/or disseminated by Contractor, without the prior written consent of the City Manager, excepting any information, records etc. which are required to be disclosed pursuant to Court Order and/or Florida Public Records Law. All reports, documents, articles, devices, and/or work produced in whole or in part under this Agreement are intended to be the sole and exclusive property of the City, and shall not be subject to any application for copyright or patent by or on behalf of the Contractor or its employees or sub-contractors, without the prior written consent of the City Manager. SECTION 10 GENERAL PROVISIONS 10.1 AUDIT AND INSPECTIONS Upon reasonable verbal or written notice to Contractor, and at any time during normal business hours (i.e. 9AM — 5PM, Monday through Fridays, excluding nationally recognized holidays), and as often as the City Manager may, in his/her reasonable discretion and judgment, deem necessary, there shall be made available to the City Manager, and/or such representatives as the City Manager may deem to act on the City's behalf, to audit, examine, and/ or inspect, any and all other documents and/or records relating to all matters covered by this Agreement. Contractor shall maintain any and all such records at its place of business at the address set forth in the"Notices"section of this Agreement. 10.2 INSPECTOR GENERAL AUDIT RIGHTS (A) Pursuant to Section 2-256 of the Code of the City of Miami Beach, the City has established the Office of the Inspector General which may, on a random basis, perform reviews, audits, inspections and investigations on all City contracts, throughout the duration of said contracts. This random audit is separate and distinct from any other audit performed by or on behalf of the City. (B) The Office of the Inspector General is authorized to investigate City affairs and empowered to review past, present and proposed City programs, accounts, records, contracts and transactions. In addition, the Inspector General has the power to subpoena witnesses, administer oaths, require the production of witnesses and monitor City projects and programs. Monitoring of an existing City project or program may include a report concerning whether the project is on time, within budget and in conformance with the contract documents and applicable law. The Inspector General shall have the power to audit, investigate, monitor, oversee, inspect and review operations, activities, performance and procurement process including but not limited to project design, bid specifications, (bid/proposal) submittals, activities of the Contractor, its officers, agents and employees, lobbyists, City staff and elected officials to ensure compliance with the contract documents and to detect fraud and corruption. Pursuant to 7 I i DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 Contract no.21-187-02 Section 2-378 of the City Code, the City is allocating a percentage of its overall annual contract expenditures to fund the activities and operations of the Office of Inspector General. (C) Upon ten (10) days written notice to the Contractor, the Contractor shall make all requested records and documents available to the Inspector General for inspection and copying. The Inspector General is empowered to retain the services of independent private sector auditors to audit, investigate, monitor, oversee, inspect and review operations activities, performance and procurement process including but not limited to project design, bid specifications, (bid/proposal)submittals, activities of the Contractor its officers, agents and employees, lobbyists, City staff and elected officials to ensure compliance with the contract documents and to detect fraud and corruption. (D) The Inspector General shall have the right to inspect and copy all documents and. records in the Contractor's possession, custody or control which in the Inspector General's sole judgment, pertain to performance of the contract, including, but not limited to original estimate files, change order estimate files, worksheets, proposals and agreements from and with successful subcontractors and suppliers, all project-related correspondence, memoranda, instructions, financial documents, construction documents, (bid/proposal) and contract documents, back-change documents, all documents and records which involve cash, trade or volume discounts, insurance proceeds, rebates, or dividends received, payroll and personnel records and supporting documentation for the aforesaid documents and records. (E) The Contractor shall make available at its office at all reasonable times the records, materials, and other evidence regarding the acquisition (bid preparation) and performance of this Agreement, for examination, audit, or reproduction, until three (3) years after final payment under this Agreement or for any longer period required by statute or by other clauses of this Agreement. In addition: If this Agreement is completely or partially terminated, the Contractor shall make available records relating to the work terminated until three (3) years after any resulting final termination settlement; and ii. The Contractor shall make available records relating to appeals or to litigation or the settlement of claims arising under or relating to this Agreement until such appeals, litigation, or claims are finally resolved. (F) The provisions in this section shall apply to the Contractor, its officers, agents, employees, subcontractors and suppliers. The Contractor shall incorporate the provisions in this section in all subcontracts and all other agreements executed by the Contractor in connection with the performance of this Agreement. (G) Nothing in this section shall impair any independent right to the City to conduct audits or investigative activities. The provisions of this section are neither intended nor shall they be construed to impose any liability on the City by the Contractor or third parties. 8 DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 Contract no.21-187-02 10.3 ASSIGNMENT,TRANSFER OR SUBCONSULTING Contractor shall not subcontract, assign, or transfer all or any portion of any work and/or service under this Agreement without the prior written consent of the City Manager, which consent, if given at all, shall be in the Manager's sole judgment and discretion. Neither this Agreement, nor any term or provision hereof, or right hereunder, shall be assignable unless as approved pursuant.to this section, and any attempt to make such assignment (unless approved)shall be void. 10.4 PUBLIC ENTITY CRIMES Prior to commencement of the Services, the Contractor shall file a State of Florida Form PUR 7068, Sworn Statement under Section 287.133(3)(a) Florida.Statute on Public Entity Crimes with the City's Procurement Division. 10.5 NO DISCRIMINATION In connection with the performance of the.Services, the Contractor shall not exclude from participation in, deny the benefits of, or subject to discrimination anyone on the grounds of race, color, national origin, sex, age, disability, religion, income or family status. Additionally, Contractor shall comply fully with the City of Miami Beach Human Rights Ordinance, codified in Chapter 62 of the City Code, as may be amended from time to time, prohibiting discrimination in employment, housing, public accommodations, and public services on account of actual or perceived race, color, national origin, religion, sex, intersexuality, gender identity, sexual orientation, marital and familial status, age, disability, ancestry, height, weight, domestic partner status, labor organization membership, familial situation, or political affiliation. 10.6 CONFLICT OF INTEREST • Contractor herein agrees to adhere to and be governed by all applicable Miami-Dade County Conflict of Interest Ordinances and Ethics provisions, as set forth in the Miami-Dade County Code, as may be amended from time to time; and by the City of Miami Beach Charter and Code, as may be amended from time to time; both of which are incorporated by reference as if fully set forth herein. Contractor covenants that it presently has no interest and shall not acquire any interest, directly or indirectly, which could conflict in any manner or degree with the performance of the Services. Contractor further covenants that in the performance of this Agreement, Contractor shall not employ any person having any such interest. No member of or delegate to the Congress of the United States shall be admitted to any share or part of this Agreement or to any benefits arising therefrom. 10.7 CONTRACTOR'S COMPLIANCE WITH FLORIDA PUBLIC RECORDS LAW (A) Contractor shall comply with Florida Public Records law under Chapter 119, Florida Statutes, as may be amended from time to time. (B) The term "public records" shall have the meaning set forth in Section 119.011(12), which means all documents, papers, letters, maps, books, tapes, photographs, films, sound 9 DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 Contract no.21-187-02 recordings, data processing software, or other material, regardless of the physical form, characteristics, or means of transmission, made or received pursuant to law or ordinance or in connection with the transaction of official business of the City. (C) Pursuant to Section 119.0701 of the Florida Statutes, if the Contractor meets the definition of"Contractor"as defined in Section 119.0701(1)(a), the Contractor shall: { (1) Keep and maintain public records required by the City to perform the service; (2) Upon request from the City's custodian of public records, provide the City 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 Chapter 119, Florida Statutes or as otherwise provided by law; (3) 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 contract term and following completion of the Agreement if the Contractor does not transfer the records to the City; (4) Upon completion of the Agreement, transfer, at no cost to the City, all public records in possession of the Contractor-or keep and maintain public records required by the City to perform the service. If the Contractor transfers all public records to the City upon completion of the Agreement, the Contractor shall destroy.any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the Agreement, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the City, upon request from the City's custodian of public records, in a format that is compatible with the information technology systems of the City. (D) REQUEST FOR RECORDS; NONCOMPLIANCE. (1) A request to inspect or copy public records relating to the City's contract for services must be made directly to the City. If the City does not possess the requested records, the City shall immediately notify the Contractor of the request, and the Contractor must provide the records to the City or allow the records to be inspected or copied within-a reasonable time. (2) Contractor's failure to comply with the City's request for records shall constitute a breach of this Agreement, and the City, at its sole discretion, may: (1) unilaterally terminate the Agreement; (2) avail itself of the remedies set forth under the Agreement; and/or(3)avail itself of any available remedies at law or in equity. (3) A Contractor who fails to provide the public records to the City within a reasonable time may be subject to penalties under s. 119.10. . (E) CIVIL ACTION. (1) If a civil action is filed against a Contractor to compel production of public records relating to the City's contract for services, the court shall assess and award against the Contractor the reasonable costs of enforcement, including reasonable attorneys'fees, if: a. The court determines that the Contractor unlawfully refused to comply with the public records request within a reasonable time; and b. At least 8 business days before filing the action, the plaintiff provided written notice of the public records request, including a statement that the Contractor has not complied with the request, to the City and to the Contractor. 10 DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 Contract no.21-187-02 (2) A notice complies with subparagraph (1)(b) if it is sent to the City's custodian of public records and to the Contractor at the Contractor's address listed on its contract with the City or to the Contractor's registered agent. Such notices must be sent by common carrier delivery service or by registered, Global Express Guaranteed, or certified mail, with postage or shipping paid by the sender and with evidence of delivery, which may be in an electronic format. (3) A Contractor who complies with a public records request within 8 business days after the notice is sent is not liable for the reasonable costs of enforcement. (F) IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS AGREEMENT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: CITY OF MIAMI BEACH ATTENTION: RAFAEL. E. GRANADO, CITY CLERK 1700 CONVENTION.CENTER DRIVE MIAMI BEACH, FLORIDA 33139 E-MAIL: RAFAELGRANADOOMIAMIBEACHFL.GOV PHONE: 305-673-7411 10.8 FORCE MAJEURE (A) A"Force Majeure" event is an event that (i) in fact causes a delay in the performance of the Contractor or the City's obligations under the Agreement, and (ii) is, beyond the reasonable control of such party unable to perform the obligation, and (iii) is not due to. an intentional act, error, omission, or negligence of such party, and (iv) could not have reasonably been foreseen and prepared for by such party at any time prior to the occurrence of the event. Subject to the foregoing criteria, Force Majeure may include events such as war, civil insurrection, riot, fires, epidemics, pandemics, terrorism, sabotage, explosions, embargo restrictions, quarantine restrictions, transportation accidents, strikes, strong hurricanes or tornadoes, earthquakes, or other acts of God which prevent performance. Force Majeure shall not include technological impossibility, inclement weather, or failure to secure any of the required permits pursuant to the Agreement. (B) If the City or Contractor's performance of its contractual obligations is prevented or delayed by an event believed by to be Force Majeure, such party shall immediately, upon learning of the occurrence of the event or of the commencement of any such delay, but in any case within fifteen (15) business days thereof, provide notice: (i) of the occurrence of event of Force Majeure, (ii) of the nature of the event and the cause thereof, (iii) of the anticipated impact on the Agreement, (iv) of the anticipated period of the delay, and (v) of what course of action such party plans to take in order to mitigate the detrimental effects of the event. The timely delivery of the notice of the occurrence of a Force Majeure event is a condition precedent to allowance of any relief pursuant to this section; however, receipt of such notice shall not constitute acceptance that the event 11 DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 Contract no.21-187-02 claimed to be a Force Majeure event is in fact Force Majeure, and the burden of proof of the occurrence of a Force Majeure event shall be on the requesting party. (C) No party hereto shall be liable for its failure to carry out its obligations under the Agreement during a period when such party is rendered unable, in whole or in part, by Force Majeure to carry out such obligations. The suspension of any of the obligations under this Agreement due to a Force Majeure event shall be of no greater scope and no longer duration than is required. The party shall use its reasonable best efforts to continue to perform its obligations hereunder to the extent such obligations are not affected or are only partially affected by the Force Majeure event, and to correct or cure the event or condition excusing performance and otherwise to remedy its inability to perform to the extent its inability to perform is the direct result of the Force Majeure event with all reasonable dispatch. (D) Obligations pursuant to the Agreement that arose before the occurrence of a Force Majeure event, causing the suspension of performance, shall not be excused as a result of such occurrence unless such occurrence makes such performance not reasonably possible. The obligation to pay money in a timely manner for obligations and liabilities which matured prior to the occurrence of a Force Majeure event shall not be subject to the Force Majeure provisions. (E) Notwithstanding any other provision to the contrary herein, in the event of a Force Majeure occurrence, the City may, at the sole discretion of the City Manager, suspend the City's payment obligations under the Agreement, and may take such action without regard to the notice requirements herein. Additionally, in the event that an event of Force Majeure delays a party's performance under the Agreement for a time period greater than thirty (30) days, the City may, at the sole discretion of the City Manager, terminate the Agreement on a given date, by giving written notice to Contractor of such termination. If the Agreement is terminated pursuant to this section, Contractor shall be paid for any Services satisfactorily performed up to the date of termination; following which the City shall be discharged from any and all liabilities, duties, and terms arising out of, or by virtue of, this Agreement. In no event will any condition of Force Majeure extend this Agreement beyond its stated term. 10.9 E-VERIFY (A) Contractor shall comply with Section 448.095, Florida Statutes, "Employment Eligibility" ("E-Verify Statute"), as may be amended from time to time. Pursuant to the E-Verify Statute, commencing .on January 1, 2021, Contractor shall register with and use the E- Verify system to verify the work authorization status of all newly hired employees during the Term of the Agreement. Additionally, Contractor shall expressly require any subcontractor performing work or providing services pursuant to the Agreement to likewise utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the subcontractor during the contract Term. If Contractor enters into a contract with an approved subcontractor, the subcontractor must provide the Contractor with an affidavit stating that the subcontractor does not employ, contract,with, or subcontract with an unauthorized alien. Contractor shall maintain a copy of such affidavit for the duration of the Agreement or such other extended period as may be required under this Agreement. 12 DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 Contract no.21-187-02 (B) TERMINATION RIGHTS. (1) If the City has a good faith belief that Contractor has knowingly violated Section 448.09(1), Florida Statutes, the City shall terminate this Agreement with Contractor for cause, and the City shall thereafter have or owe no further obligation or liability to Contractor. (2) If the City has a good faith belief that a subcontractor has knowingly violated the foregoing Subsection 10.9(A), but the Contractor otherwise complied with such subsection,the City will promptly notify the Contractor and order the Contractor to immediately terminate the Agreement with the subcontractor. Contractor's failure to terminate a subcontractor shall be an event of default under this Agreement, entitling City to terminate the Contractor's contract for cause. (3) A contract terminated under the foregoing Subsection (B)(1) or (B)(2) is not in breach of contract and may not be considered as such. (4) The City or Contractor or a subcontractor may file an action with the Circuit or County Court to challenge a termination under the foregoing Subsection (B)(1) or (B)(2) no later than 20 calendar days after the date on which the contract was terminated. (5) If the City terminates the Agreement with Contractor under the foregoing Subsection (B)(1), Contractor may not be awarded a public contract for at least 1 year after the date of termination of this Agreement. (6) Contractor is liable for any additional costs incurred by the City as a result of the termination of this Agreement under this Section 10.9. SECTION 11 NOTICES Until changed by notice, in writing, all such notices and communications shall be addressed as follows: TO : Beatriz Gerdts Superior Landscaping &Lawn Service, Inc. 2200 NW 23 Avenue Miami, FL 33142 Ph: 305-634-0710/800=759-4156 Email: JOteroc superiorlandscapina.com TO CITY: Department of Parks and Recreation Attn: Jose Del Risco 1701 Meridian Avenue, suite 401 Miami Beach, FL 33139 Ph: 305-673-7272 ,! Email: JoseDelRisco(c�miamibeachfl.00v All notices mailed electronically to either party shall be deemed to be sufficiently transmitted. 13 DocuSign Envelope ID:C3A5B18A-A673-4B81-95E2-D975656D55A4 Contract no.21-187-02 SECTION 12 MISCELLANEOUS PROVISIONS 12.1 CHANGES AND ADDITIONS This Agreement cannot be modified or amended without the express written consent of the parties. No modification, amendment, or alteration of the terms or conditions contained herein shall be effective unless contained in a written document executed with the same formality and of equal dignity herewith. 12.2 SEVERABILITY If any term or provision of this Agreement is held invalid or unenforceable, the remainder of this Agreement shall not be affected and every other term and provision of this Agreement shall be valid and be enforced to the fullest extent permitted by law. 12.3 WAIVER OF BREACH A party's failure to enforce any provision of this Agreement shall not be deemed a waiver of such provision or modification of this Agreement. A party's waiver of any breach of a provision of this Agreement shall not be deemed a waiver of any subsequent breach and shall not be construed to be a modification of the terms of this Agreement. 12.4 JOINT PREPARATION The parties hereto acknowledge that they have sought and received whatever competent advice and counsel as was necessary for them to form a full and complete understanding of all rights and obligations herein and that the preparation of this Agreement has been a joint effort of the parties, the language has been agreed to by parties to express their mutual intent and the resulting document shall not, solely as a matter of judicial construction, be construed more severely against one of the parties than the other. 12.5 ENTIRETY OF AGREEMENT The City and Contractor agree that this is the entire agreement between the parties. This Agreement supersedes all prior negotiations, correspondence, conversations, agreements or understandings applicable to the matters contained herein, and there are no commitments, agreements or understandings concerning the subject matter of this Agreement that are not contained in this document. Title and paragraph headings are for convenient reference and are not intended to confer any rights or obligations upon the parties to this Agreement. 12.6 FEMA PROVISIONS The Contract provisions for Non-Federal Entity Contracts Under Federal Awards, attached hereto as Exhibit C, are incorporated into this agreement by reference. 14 DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 DocuSign Envelope ID:5BCD4551-BE51-4BE1-A49D-F41AE64827B5 Contract no,21-187-02 IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed by their appropriate officials, as of the date first entered above. FOR CITY: CITY OF MIAMI,BEACH, FLORIDA ATTEST: DocuSigned by: C► , e. t retb th By: FABBBAOBFB5E4CF... Rafael E.Granado, City Clerk Ina T. Hudak, City Manager 1/18/2023 15:10 EST Date: APPROVED AS TO FORM&LANGUAGE FOR E UTION f�— O1ff1 — FOR CONTRACTOR: City Attorney 9, Date SUPERIOR/LANDSCAPING &LAWN SERVICE INC. • r�J ,' Si nature-",, • t ="` 6Vc1 Piksichnr- Print Name and Title Date: � Z-Z" • • 15 DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 Contract no. 21-187-02 EXHIBIT A SCOPE OF WORK PRIMARY CONTRACTOR FOR GROUP II&III SECONDARY CONTRACTOR FOR GROUP I 2.0 SCOPE OF WORK 2.1 The Contractor will perform"GENERAL SERVICE"at municipal parks and athletic fields as per the specifications described herein,which include but are not be limited to: mowing,edging, line trimming, irrigation system operation maintenance/repair, litter retrieval and waste disposal, pruning, mulching, weeding,landscape maintenance,herbicide/insecticide/fertilizer application,turf management,pressure cleaning and replacement of plants as required. 2.1(a) General Services. The Contractor will perform landscape services at various City of Miami Beach parks and athletic fields as per the specifications described herein, which include but are not be limited to: mowing, edging, line trimming, irrigation system operation maintenance/repair, litter retrieval and waste disposal, pruning, mulching, weeding, landscape maintenance, pesticide and fertilizer applications, turf management, and replacement of plants as required. The Contractor shall perform services in accordance with Florida maintenance operations and procedures including familiarity with general irrigation systems at the time of bid submittal and the capability of programming all controllers and making irrigation repairs. 2.1(b) Emergency Services. Emergency Services are defined as work that is required in response to a natural or other disaster and shall be based on an as needed basis(per service rate). The emergency services shall be used using the regular services rate on the Cost Proposal form. Pre-qualified vendors in the Emergency Services categories may be contacted on occasion in response to a natural disaster or other disaster at the proposed per service rates. The City reserves the right to exercise its discretion in making the determination as to what time the contract will be activated. ALL WORK SHALL BE COMPLETED IN ACCORDANCE WITH FEMA REGULATIONS AND APPLICABLE ENVIRONMENTAL REQUIREMENTS. All emergency work shall be in compliance with FEMA Policy(s)9523.11 —Hazardous Stump Extraction and Removal Eligibility and 9580.204 Documenting and Validating Hazardous Trees Limbs and Stumps. Upon notification by the City of Miami Beach, the contractor will provide immediate emergency response to remove obstructions. This will generally take place within 72 hours after a severe weather event. This includes the removal of trees and palms on public property that are in danger of falling over, as well as, pruning, staking and guying salvageable trees and palms as instructed by City staff. The City may request additional work subject to mutual agreement.The cost and expenses will be submitted to the City for approval in a cost proposal by the Contractor. 2.1(c) CONTRACTOR IS RESPONSIBLE TO NOTIFY CITY OF PRIOR DEFICIENCIES- DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 Contract no.21-187-01 PRIOR TO COMMENCEMENT SERVICES,THE CONTRACTOR SHALL HAVE TWENTY- FIVE(25) DAYS FROM START OF CONTRACT TO THOROUGHLY INSPECT ALL SITES AND REPORT ANY PRESENT DAMAGES OR DEFICIENCIES IN THE LANDSCAPING AND IRRIGATION SYSTEMS FOR EACH INDIVIDUAL SITE. THE CONTRACTOR WILL BE RESPONSIBLE FOR THE INTEGRITY OF THE LANDSCAPE AFTER THIS INITIAL INSPECTION REPORT AND SUBSEQUENT REPAIRS. 2.1(d) The hourly rates quoted are for regular full time staffing for each specific category listed. This staffing will be requested to perform additional work beyond the work specified herein and shall include full compensation for labor, equipment use, travel time, and any other direct cost associated for providing the additional work to the proposer. Hourly labor rates are specified as follows: •Hourly rate for straight time, i:e.from Monday-Friday(rate is to include labor and travel). •Hourly rate for overtime,i.e. before on weekends(rate apply to time on site only with a two hour minimum). 2.2 The Contractor will also perform"SPECIALIZED GENERAL SERVICE"at designated locations such as SOUNDSCAPE PARK, SOUTH POINTE PARK, and CONVENTION CENTER PARK. SPECIALIZED GENERAL SERVICE includes"GENERAL SERVICE"and providing full time staffing, seven(7)days a week,365 days a year from 8:00 a.m.thru 10:00 p.m.to perform the work as prescribed herein. 2.3 Bid prices shall include furnishing all labor, machinery, equipment, tools, and means of transportation, disposal (litter and organic waste) supplies, equipment, materials, services and incidentals necessary to provide complete landscape maintenance services as specified herein. 2.4 The Contractor will adhere to a work schedule provided by the City(see Appendix A, Section 10.0). Any variations to that schedule,requested by.either party,must be approved in writing by an authorized representative of the other party. 2.5 The contract locations of the work referenced herein are(As Applicable): GROUP I-PARKS&ATHLETIC FIELDS—North Beach(North of 41st Street) Beachview'Park .. - Indian Beach Park Collins Avenue and 53rd Street Collins Avenue and 46th Street Fisher Park Poinciana Park Alton Road and 50th Street North Bay Drive and 63rd Street Allison Park Bandshell Park and Senior Center 6400 Collins Collins Avenue between 72nd and 73rd Street North Beach Community Garden and Park Parkview Island Park Dickens from 73rd and 74th Street North End of Wayne Avenue Crespi Park Stillwater Park 7801 Crespi Blvd. 8440 Hawthorne Avenue Tatum Park La Gorce Park 8050 Byron Avenue 6421 Alton Road Brittany Bay Park Normandy Shores Park&Tennis DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 Contract no.21-187-01 Indian Creek Drive between 63rd and 65th Street 2401 Biarritz Drive Fairway Park&Athletic Field Normandy Isle Park,Pool&Athletic Field 200 Fairway Drive 7030 Trouville Esplanade North Shore Park Youth Center&Athletic Fields North Beach Oceanside 501 72nd Street Collins Avenue between 79th and 86th Street Polo Park&Athletic Fields Pinetree Park Meridian and W.42nd Street . Pinetree Drive and 45th Street Muss Park Altos Del Mar Park 440 Chase Avenue Collins Avenue and 76th Street Miami Beach Skate Park 3208 Collins Avenue GROUP II-PARKS&ATHLETIC FIELDS—South Beach(South of 41st Street) Marjorie Stoneman Douglas Park Washington Ave.Dog Park Annex Ocean Drive between 2nd&3rd Street SW 2nd Street&Collins Avenue Washington Ave.Dog Park Buoy Park(Star Island) NE Corner of Washington&2nd Street Between East and West Star Island Drive. Palm Island Park Hibiscus Island Park 159 Palm Avenue Between North and South Hibiscus Road Collins Park Belle Isle Park Collins between 21St and 22nd Street Venetian Causeway at South Island Road Sunset Island II Park Sunset Island IV Park Sunset Drive between W. 25th and 27th Sunset Drive and W.21St Street Street Lummus Park Scott Rakow Youth Center Ocean Drive between 2nd and 15th Street 2700 Sheridan Avenue Maurice Gibb Memorial Park Bayshore Park(Par 3), Purdy Avenue and 18th Street Flamingo Park&Athletic Fields Pocket Park Jefferson Avenue and 11th Street North Bay Road and 20th Street GROUP III-PARKS&ATHLETIC FIELDS—Specialty Parks Soundscape Park South Pointe Park 17th Street and Washington Avenue One Washington Avenue Pride Park Collins Canal Park 1800 Convention Center Drive 1901 Convention Center Drive(TBD) 500-700 Alton Road Park 3.0 GENERAL SPECIFICATIONS 3.1 Purpose: The specifications designate the manner in which basic maintenance tasks will be performed in order to achieve the overall Quality Objective,which is to maintain the landscaping on the listed sites in a vigorous, healthy,growing,safe,clean,and attractive condition throughout the year. DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 Contract no.21-187-01 PRIOR TO COMMENCEMENT SERVICES,THE CONTRACTOR SHALL HAVE TWENTY FIVE(25) DAYS FROM START OF CONTRACT TO THOROUGH INSPECT ALL SITES AND REPORT ANY PRESENT DAMAGES OR DEFICIENCIES IN THE LANDSCAPING AND IRRIGATION SYSTEMS FOR EACH INDMDUAL SITE.THE CONTRACTOR WILL BE RESPONSIBLE FOR THE INTEGRITY OF THE LANDSCAPE AFTER THIS INITIAL INSPECTION REPORT AND SUBSEQUENT REPAIRS. CITY STAFF MUST CERTIFY LIST IS ACCURATE, BEFORE CITY ACCEPTS REPORT OF FINDINGS. • 4.0 STANDARDS AND REFERENCES:The Contractors Representative shall be well versed in Florida maintenance operations and procedures.All employees shall be competent and skilled in their particular job in order to ensure that they properly perform the work assigned. The following organizations provide standards and publications which may be used as a guide for conducting grounds maintenance and services, under the Contract: • Florida Cooperative Extension Services, 18710 SW 288th Street, Homestead, Florida,33030. • Florida Turf-Grass Association;Inc.,302 Graham Avenue, Orlando, Florida,32803-6399. • National Recreation and Park Association, 1601 N. Kent Street,Arlington,Virginia,22209. • Florida Recreation and Park Association, 1406 Hays Street, Suite 1, Tallahassee, Florida, 32301. • Florida Department of Transportation,"Manual on Traffic Controls and Safe Practices for Street &Highway Construction,Maintenance and Utility Operations." • Institute for Regional Conservation. • Florida Department of Environmental Protection. • American National Standards Institute A-300 Standards. • Florida Nursery,Growers and Landscape Association. 5.0 MATERIALS:All materials supplied and used by Contractors shall be the highest quality and used in accordance with manufacturer's directions. Commercial products such as fertilizers, pesticides, and herbicides shall bear the manufacturer's label and guaranteed analysis. City inspectors may require tests and-reject materials not meeting these specifications or manufacturer's guarantee. Salvage materials will not be allowed. 5.1 REPLACEMENT: Any plants which are damaged or die as a result of improper maintenance, inadequate or lack of irrigation or lack of sufficient maintenance shall be replaced by the Contractor, at no cost to the City, within ten (10) calendar days upon discovery by the Contractor or notification by the City. The following criteria shall be used to determine if replacement is necessary. 5.1.1 Plants are not in a healthy growing condition and this renders them below the minimum quality standard (Florida Grade #1 as defined by the Florida Grades and Standards Manual for Nursery Plants). 5.1.2 There is a question of any plants ability to thrive after the end of the maintenance period which would render it below the minimum quality standards(Florida Grade#1 as defined by the Florida Grades and Standards Manual for Nursery Plants). DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 Contract no.21-187-01 5.1.3 The plant material is dead. ' 5.2 The ten (10) calendar days may be extended due to seasonal conditions, availability, preparation time such as root pruning, etc., only if approved by the City, in advance. The extended time shall be negotiated between all parties concerned but must receive final approval by the City. After the ten (10).day replacement period, work will be deemed to be Non- Conforming and Subject to Payment Adjustments in accordance to Appendix B Section 3.4.2. Additionally, and not withstanding;the City may perform the work and withhold monies due to the Contractor for materials and labor costs. 5.3 SIZE,QUALITY,AND GRADE OF REPLACEMENT: • 5.3.1 Replacement material shall be of the same brand,species,quality and grade as that of the material to be replaced,or it shall conform to the Florida Grades&Standards for nursery plants Florida#1 Quality,whichever is higher. The size of the replacement plants shall not be necessarily the same size as the original specified plant at its initial planting. The replacement shall be of equal size to the plant to be replaced at the time • it has been determined that it must be replaced. However,if for some reason,the plant to be replaced is smaller than the size to be replaced,the replacement shall be at least equal to the original size when the maintenance period began. 5.3.2 Plants shall be sound,healthy,and vigorous,free from plant disease,insect pests or their eggs, and shall have normal root systems and comply with all State and local regulations governing these matters and shall be free from any noxious weeds. 5.3.3 Trunk caliper is measured 6" from the ground on trees up to and including 4" caliper, and 12" above ground for larger trees. As per the Florida Grades and Standards for Nursery Plants. 5.3.4 SHAPE AND FORM: Plant materials shall be symmetrical, and/or typical for variety and species. V V 5.3.5 All plant materials must be provided from a licensed nursery and shall be subject to acceptance as to quality by the Project Manager. 5.3.6 Replacements shall be guaranteed for the length of the Contract. 5.3.7 The Contractor shall be responsible for hand watering the replacement (if required),for up to forty-two(42)calendar days after planting or until established. 5.4 WATER:Should Contractor supply water,the water shall be fresh(non-salt),and containing no harmful levels of pollutants or chemicals. ' 5.5 SOIL: • 5.5.1 Any soil supplied by Contractors shall be good,clean,friable topsoil(or soil mix), DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 Contract no. 21-187-01 free from any toxic,noxious or objectionable materials,including rocks,lime rock,plant parts or seeds. 5.5.2 "Planting Soil Mix" shall be equal parts of Canadian peat, silica sand, and composted organic matter,sterilized or as specified by the City. 5.5.3"Muck-sand-soil"shall be 70 percent silica sand and 30 percent Florida peat or as specified by the City. 5.6 FERTILIZER:All fertilizer shall be the best commercial grade and except for free-flowing liquids,shall be delivered to site and be dry when processed for application. Fertilizers shall be in appropriate containers and tagged.Special permission from the Project Manager is required to use bulk fertilizers. The Contractor shall submit copies of the manufacturer's specifications for all fertilizer including data substantiating that the proposed materials comply with specified requirements. 5.7 PESTICIDES (INSECTICIDES, FUNGICIDES, HERBICIDES, ETC.): Insecticides, Fungicides, and Herbicides shall be only those which are approved or recommended for use near open water bodies and those specified.Only the Federal Environmental Protection Agency (EPA)approved products shall be used.Use of Pesticides,including herbicides,is not permitted in Parks without the expressed, written authorization of the City's Project Manager. All pesticides are to be registered and approved for use by the Florida Department of Agriculture. Submit on an as needed basis, a schedule of spraying and dusting materials to be used to control pests and disease infestation, the reason for their use and the method to be used to apply the materials and the method of application before it is delivered and used on the project. The need for pest and disease control,will be determined by the Contractor's Horticulturist and approved by the City,Also, if requested by the City,the Contractor will furnish documentation that the implementation of these control measures for pests and disease infestation is in strict compliance with all Federal,State,and Local Regulations. Any use of pesticides in Parks must be approved in writing by City.Contractor is responsible to replace any plant material damaged, due to improper use of pesticides.This replacement will incur no cost to the City. 5.8 MISCELLANEOUS MATERIALS: Mulch shall be Amerigrow Recycling's or City approved equivalent shredded,round-wood,recycled mulch Pine Bark Brown in color.Other mulch types may be required upon request by the City.Alternative mulch types will be readily available on the wholesale market, be of equal or lesser wholesale cost or increased costs to be paid by City. 6.0 EQUIPMENT. Equipment supplied by Contractor shall be designed for or suited to the grounds maintenance task in which it is to be used. Equipment will not be used in areas or to perform tasks where damage will result to the landscapes or sites. Contractor shall maintain supplied equipment in a good appearance and all equipment shall be maintained in a safe,operational and clean condition. DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-0975656D55A4 Contract no.21-187-01 If mowers are moved from weedy lawns to other lawns,be sure to wash off the blades to avoid transport of weed seeds and propagules. Contractor shall use non-gas-powered leaf blowers for regular maintenance, unless otherwise exempt by City Ordinance,City Manager's Office,and/or authorized:by the Parks and Recreation Administration Office. Upon specific request by the City,the Contractor will supply a current list of supplied equipment used by the Contractor, including item, model, manufacturer, year manufactured, and serial numbers. The Project Manager or his designee shall have the right to reject the use of any specific piece of supplied equipment on the site, by notification to Contractor. All contractors vehicles utilized for all associated work under this contract will be equipped with AVL(Automatic Vehicle Location)tracking devices with access given to the city for verification of site reporting purposes. 7.0 COMPLETION OF WORK:All work is to be completed in a continuous manner.That is all mowing, edging,weed control,trimming, litter removal,etc shall be completed before leaving the job site. 8.0 GROUNDS MAINTENANCE FUNCTIONS AND TASKS: 8.1 TURF CARE: Maintain turf areas in a healthy, growing green and trim condition by performing the following operation: 8.1.1 SITE PREPARATION: The Contractor shall, prior to mowing, retrieve materials and dispose of waste to include, and not be limited to, papers, glass, bottles, cans, fallen tree limbs and/or fronds, and all other deleterious materials found on the sites listed herein. Should the Contractor have knowledge of the existence of hazardous wastes upon lands covered by the provisions of this agreement, Contractor shall not remove same from the premises but shall have a duty to immediately notify the City in writing. 8.1.2 MOWING GENERAL 8.1.2.1 Mowing shall be performed in a workmanlike manner that insures a smooth surface appearance without scalping or leaving any "missed" uncut grass. Special care will be required to avoid scalping swales and on top of berms.Line trimmers will not be permitted for cutting grass in areas larger than 64 square feet. Damaged grass will be replaced by contractor at no cost to the City. 8.1.2.2 Reel mowers must be used on Bermuda,Paspalum and Zoysia grass. 8.1.2.3 Rotary mowers will be used on St.Augustine and Bahia grass. 8.1.2.4 All mowers are to be adjustable and adjusted to the proper cutting height and level for the kind of grass and current condition of the turf. Mower blade height adjustment is to be measured from a level floor surface to the parallel and level plane of the mower blade. DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 Contract no.21-187-01 8.1.2.5 All mower blades are to be maintained sharpened condition and sharp enough to cut, rather than to tear grass blades. 8.1.2.6 All litter and debris is to be removed from turf before mowing to avoid shredding that will damage turf appearance,or items that may be propelled by mower blades. 8.1.2.7 Mowing will be done carefully so as not to"bark"trees or shrubs,or to introduce weeds into ground cover beds,or to damage sprinkler heads,curbs, or other facilities. 8.1.2.8 Grass clippings or debris caused by mowing or trimming will be collected and removed from the turf or from adjacent walks, drives, gutters and curbs or surfaces on the same day as mowed or trimmed and legally disposed of at an off-site location at Contractor's expense. 8.1.2.9 Mowing will not be done when weather or other conditions will result in damaged turf. 8.1.3 MOWING SPECIFICS 8.1.3.1 ST.AUGUSTINE GRASS:Mow only with a rotary mower a minimum of once per week during the growing season of May through the end of September and at other General Service,as needed,throughout the year. 8.1.3.2 NON-ATHLETIC FIELD:Turf shall be mowed at 4"to 41/2"above soil level with a mower designed for use in the specific circumstances. Remove clippings from areas if excessive clippings result from the mowing operation. 8.1.4 TRIMMING AND EDGING:Contractor shall trim and properly edge all shrub and flower beds as well as trees, curbs, walks, lighting and all other obstacles in the landscape and remove clippings. Paved areas (hard edges) shall be edged every mowing with respect to the turf type adjacent to the edging. Edging of beds and the tree rings(soft edging)shall be executed not less than every other mowing with respect to the turf type adjacent to the edging.Turf edging at shrub beds,flower beds,ground cover beds, hedges, or around trees (where "edging" rather than "trimming" is directed),shall be edged with a manual or mechanical edger to a neat vertical uniform line. Line Trimmers are not to be used for vertical edging or for cutting turf grass in areas lager than 64 square feet. Line trimming of large areas shall be considered contrary to Accepted Standard Industry Maintenance Practices and subject to payment reductions as described in Appendix B Section 3.4 and 3.5. Edge grass at plant bed lines to keep grass from growing toward shrubs, keep the width of sod as it was originally placed. Care shall be taken to avoid damage of ground cover weed barrier. Grass will be trimmed at the same height as adjacent turf is mowed,and to remove all grass leaves from around all obstacles and vertical surfaces in the turf,such as posts, walls,fences,etc. Particular attention will be given to trimming around sprinkler heads DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 Contract no.21-187-01 and other irrigation system components to assure their proper water delivery function. The mechanical line trimmers are not to be used within eighteen(18")inches of tree or palm trunks and are not to be used in lieu of a trim mower,to mow large areas of grass. Note: Damage to property or existing vegetation by improper trimming or edging shall be repaired or replaced within 48 hours at Contractor's expense. All walks and other paved areas littered in the lawn maintenance process shall be vacuumed, swept, or blown off while the mowing,edging,or trimming is in process so that the appearance suffers for the least amount of time. Direct clippings back on to the site not into the roadway. Debris shall never be disposed into storm drains,adjacent properties or into adjacent roadways.Shell,mulch,gravel or other porous walk ways shall be raked clean with a fan rake. Blowers are not to be used on shell, mulch or sand walkways. Landscape lighting shall be wiped, blown off or vacuumed as needed to prevent accumulation of clippings and dead insects. Landscape areas shall be raked and cleaned of clippings, leaves,sticks,twigs, and all litter during each service visit. Materials cleaned from grounds may not be disposed on-site, and must be removed from locations at Contractor's expense. A copy for approval of a completed mowing schedule will be provided to the City's representative in a timely manner as requested. 8.2 PRUNING SHRUBS AND GROUND COVER PLANT BED AREA MAINTENANCE: All shrubs and ground cover plants growing in the work areas shall be pruned, as required, to maintain plants in a healthy, growing, flowering condition and to maintain plant growth within reasonable bounds to prevent encroachment of passageways,walks,streets,view of signs or any manner deemed objectionable by the Project Manager. 8.2.1 BED AREA MAINTENANCE:The Contractor shall keep the bedded areas free of dead plants, leaves, and branches at all times. All beds shall be vertically edged, and kept weed free at all times. Edge grass at plant bed lines to keep grass from growing toward shrubs, keep the width of sod as it was originally placed. Landscape edging where used must be kept in place,and vertical as it was originally installed. 8.2.2 SHRUBS:All shrub material shall be pruned a minimum of once per month to insure the best shape, health, and character of the individual plant. Mechanical trimming may only be utilized when the health or appearance of the plant will not be damaged by the mechanical trimmers. 8.2.3 GROUNDCOVER:All groundcover material shall be pruned a minimum of once per month to insure the best shape, health, and character of the individual plant. Groundcover plants shall be selectively cut back to encourage lateral growth and kept inbounds and out of other plantings,walkways,lighting,etc.Mechanical trimmings may only be utilized when the health or appearance of the plant will not be damaged by the mechanical trimmers. Ornamental Peanut shall be mowed only with the written approval of the City's Project Manager. 8.3 TREES AND PALM PRUNING: Trees and palms are to be maintained in a healthy, growing,safe, attractive condition and in their proper shape and size according to variety,species and function in the landscape or as specifically directed by the Project Manager. DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 Contract no.21-187-01 8.3.1 Emphasis to be placed on the proper(natural)shape and size. Limit the amount of trimming done to meet special purposes,e.g.,sign clearance on businesses,leaves dropping on outdoor tables,etc.The City's tree code states that it is unlawful to destroy a tree's natural shape.This type of pruning to be performed only with the approval of the City's Project Manager and the City's Urban Forester. 8.3.2 SEC.46-62.TREE ABUSE PROHIBITION:It shall be unlawful to abuse any tree located within the boundaries of the City of Miami Beach,either public or private.The following acts shall constitute tree abuse: • Damage inflicted upon any part of a tree, including its root system, by machinery, mechanical devices, soil compaction, excavation, intentional vehicle abuse, chemical applications, changes to the natural grade, fire, storage or disposal of toxic or hazardous substances, or any removal of the outer bark area. • Damage inflicted to or cutting a tree which permits infection or pest infestation. • Cutting any tree which destroys its natural shape, such as topping or hat racking. • Fastening any sign, rope, wire or object by nail, staple, chemical substance, or other adhesive means to go on through, or around, any tree, causing permanent damage to the tree. • Any pruning, or cutting, in violation of the practices established by the American National Standards Institute(ANSI)A300 Standards for Tree Care Operations. 8.3.3 PRUNING: All pruning shall be in compliance with the most recent tree maintenance standards as published in the American National Standards Institute (ANSI)A300 Standards for Tree Care Operations.All tree pruning must be done by an ISA certified arborist or under the direct,on-site supervision of an ISA certified arborist. Pruning will also be required from time to time to remove damaged branches from storms, frost, pruning to prevent encroachment of branches over streets, into private property, obscuring view of signs or traffic, particularly at a road intersection, or interference with lighting,etc. Tree branches shall be pruned up to seven (7')feet over walkways and in areas so designated by the City's Project Manager and or City's Urban Forester.All tree pruning shall be accomplished in accordance with the most recent American National Standards Institute(ANSI)A300 Standards for Tree Care Operations. In addition to the situations mentioned in the preceding text, Pruning shall include the following items: • Dead,dying or unsightly part of the tree • Remove sucker growth from base of the trees in which an exposed trunk character is desired DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 Contract no.21-187-01 • Crossed branches that may rub together • "V" crotches with included bark, which are subject to failure subordinate multiple leaders if the tree normally has only a single stem • Growth that interferes with the movement of vehicle or pedestrian traffic, signage, or lighting. Nuisance growth includes the removal of all dangerous thorns,spikes or appendages which show potential conflict with people All branches, dead wood, and cuttings shall be removed from the job site at time of pruning and disposed of in an acceptable manner. All lawn and shrub areas damaged by pruning equipment shall be restored. Palms are to be pruned a minimum of four times a year,in June,September,December and March. Minor pruning as otherwise required to remove brown or broken fronds, prevent encroachments, and remove fruit shall be done throughout the year at no additional costs to the City. Special attention should be paid Coconut Palms and Date Palms where fallen fruit may present a hazard to pedestrians or property or create problems with sanitation. 8.3.4 NATURAL SHAPING AND THINNING: Prune, thin, and trim all trees at least once a year.Trees should be inspected and evaluated monthly,and pruning scheduled as needed for health, development of structural strength, public safety, maintenance of clearances,etc.to keep the trees healthy,to(1)maintain the natural character of the variety,(2)to control shape and to prevent crowding. Pruning in general shall consist of the removal of dead, broken, fungus infected, superfluous, and intertwining branches,vines, and the removal of dead or decaying stumps and other undesirable growth. Palms shall be pruned as needed to remove fruit, inflorescence,dead fronds and weak stalks..In order to prevent the spread of disease and reduce the possibility of nutrient deficiencies, only dead, brown fronds should be removed under normal circumstances. Whenever live plant tissues are being cut, including for example, diseased, broken or mostly dead fronds or fruits or inflorescences, tools shall be disinfected. Disinfect tools between palms by soaking in a (5.25%) - 25% dilution Chlorine bleach and water solution for a minimum of 5 minutes.Chainsaws shall not be used on Phoenix spp.Due to the difficulty in sanitizing chainsaws,hand saws only will be permitted. Saws must be disinfected after pruning each Phoenix palm. Certain Washingtonia Palms will be an exception to the pruning practices of normal palm maintenance when existing dead fronds are maintained as determined by the City's Project Manager. Palms shall not be excessively pruned, i.e., above the horizontal plane with the ground, or the 3 o'clock/9 o'clock crown positions. Remove brown or broken fronds only unless removal is required due to encroachments. 8.3.5 STAKING AND GUYING AND TREE SET-UP:Maintain existing and adjust tree stakes, guy wires and hoses or blocks, until trees are capable of standing vertical and/or resisting normal winds. 8.3.5.1 The Contractor shall be responsible for the complete removal and replacement of those trees lost due to the Contractor's faulty maintenance or DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 Contract no.21-187-01 negligence, as determined by the City's Project Manager and City's Urban • Forester. 8.3.5.2 Replacement shall be made by the Contractor in the kind and size of tree determined by the City's Project Manager and City's Urban Forester. Where there is a difference in value between the tree lost and the replacement tree,this difference will be deducted from the Contract payment. In all cases, the value of the tree lost shall be determined by the City's Project Manager and City's Urban Forester using the latest"Plant Finder"value determination. 8.3.5.3 All trees that have died or have been blown or knocked over are to be reported immediately upon discovery to the City's Project Manager and City's Urban Forester. 8.3.5.4 With prior approval from the City's Project Manager and City's Urban Forester, it is the Contractor's responsibility to remove and properly dispose of all dead or injured trees and/or weed trees such as but not limited to Florida Holly, Melaleuca or Australian Pines. Contractor shall set and support trees that have been knocked or blown over. 8.3.5.5 The Contractor shall be responsible for removing all graffiti, signs, posters, boards, supports and any other material(s) attached or fastened to trees, or from elsewhere on the project site, as directed by the City's Project Manager and or City's Urban Forester. 8.4 WEED CONTROL 8.4.1 All landscape areas within the specified area, including lawns, shrub and ground cover beds, planters, and areas covered with concrete, pavers, gravel or shell, shall be kept free of all weeds at all times. This means complete removal of all weed growth shall be accomplished at each service visit. For the purpose of this specification, a weed will be considered as any undesirable or misplaced plant. Weeds shall be controlled either by hand, mechanical, or chemical methods. The - City's Project Manager may restrict the use of chemical or mechanical weed control in certain areas. Mechanical weed control shall not disturb the mulch layer so as to expose the underlying soil. Herbicides shall not be used in Parks, Playgrounds,dog parks or in areas populated by Sea Oats. 8.4.1.1 Weeds are to be mowed, trimmed, or edged from turf areas as a part of turf care operations. 8.4.1.2 Weeds are to be manually removed from shrub, hedge, ground cover or flower beds,unless chemical or mechanical means are specifically authorized bythe City's Project Manager. Line Trimmers are not to be used for weed control in mulched areas. Use of line trimmers in mulched areas shall be considered contrary to Accepted Standard Industry Maintenance Practices and subject to payment reductions as described in Appendix B DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 Contract no.21-187-01 Section 3.5. Damaged plant material resulting from such practice shall be replaced in kind at no additional cost to the City. Persistent weed growth such as the growth of sedges shall be killed with City approved herbicide whenever possible. 8.4.1.3 Weeds are to be removed from walkways, curbs, expansion joints, and along fence lines and guardrails at each service or as otherwise directed by the City's Project Manager. 8.4.2 If infestations cannot be controlled by hand-pulling, or herbicide use will damage or kill the shrubs or ground-covers, the bed maybe excavated, after removing all plants. Then,weeds maybe destroyed before replanting by any of the following methods: 8.4.2.1 Sterilize the soil; or 8.4.2.2 Allow weeds to re-establish a vegetative top and treat with a systemic herbicide, at least two (2) applicants, about two (2)weeks apart, • or until there is a 90%kill; or 8.4.2.3 After the kill, apply, immediately after replanting, a pre-emergent herbicide, prior to replanting utilizing a ground cover fabric. 8.4.3 If it is determined by the City's Project Manager that the Contractor responsible for maintenance allows weed infestations to spread beyond the ability to control them, then the removal, treatment, and replacement of the planting bed shall be done as described above by the Contractor at no cost to the City.Soil which exhibits significant weed growth within one(1)month after planting, (20%ground coverage of the bed by weeds)shall be considered as previously.weed-infested. 8.5 LITTER CONTROL&PRESSURE CLEANING 8.5.1 LITTER REMOVAL: In addition to the litter removal on regularly scheduled full service visits,the.Contractor shall be responsible for litter removal on Mondays and Fridays for all sites contained in the contract area. These additional litter services are to be done in such a manner and with sufficient personnel so that the entire site is cleaned on or before 2:00 P.M. each of those days. This includes removal of trash and organic material from, but not limited- to, all turf areas, landscape beds,walk ways and hard surfaces. 8.5.2 CONTRACTOR GENERATED TRASH: The Contractor shall promptly remove all debris generated by his pruning, trimming, weeding, edging, and other work required in the specifications. Storm drains shall be kept clear and free of debris. Debris must be disposed of at an authorized site for commercial use. Neighborhood trash transfer stations or road side piles are not considered authorized sites. The Contractor shall clean driveways, and paved areas with suitable equipment immediately after working in them. All cuttings are to be collected and removed on same day as cut. DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-0975656D55A4 Contract no. 21-187-01 8.5.3 PRESSURE CLEANING: The Contractor shall pressure clean concrete sidewalks, hardscape, concrete bench pads and any other fixtures throughout the park as per the corresponding schedule.Contractor is to furnish equipment capable of delivering the amount of pressure(PSI) suitable for removing stains, spills, etc. from concrete surfaces without damaging the surface material. The use of chemicals must be approved by the Project Manager. 8.6 FERTILIZATION AND SOIL TESTING:The fertilizer used shall be a commercial grade product and recommended for use on each plant type. Specific requirements should be determined by soil test results, soil type, and time of year. Applications shall proceed continuously once begun until all areas have been completed. In the event fertilizer is thrown on hard surfaces, it shall be removed immediately to prevent staining. Contractor shall have the soil tested two (2) times yearly to determine required additives, and more often if necessary to diagnose problem areas. A copy of the soil testing results shall be provided to the City's Project Manager for each round of required testing. Apply Lime or Sulfur as required to adjust pH. The Contractor shall provide the City with annual fertilization schedules at the beginning of each contract year and shall inform the City's Project Manager in writing at least three (3) days in advance before beginning any fertilization. 8.6.1 TURF: 8.6.1.1 BERMUDA AND SEASHORE PASPALUM: Follow All Soil Testing Laboratory Recommendations for all Major and Minor Nutrients. Nitrogen levels should be kept at —5 pounds of Actual Nitrogen per 1,000 square feet per year. The Potassium Levels should be kept high, at 2—4 pounds of actual.Potassium per 1,000 square feet per month year round, to keep the turf strong and to reduce disease pressure. Fertilize Bermuda and Paspalum making six applications annually with a complete, slow release fertilizer, as approved by the City, applying,one half pound of nitrogen per 1000 square feet during the first week of:April,June,July,August, October and November unless otherwise indicated and approved by the City: All turf grass occupied by palms is to be fertilized at the same schedule as noted above using "Palm Special Fertilizer" applied at label rates, with the formulation of 8N-2P205-12K20+4Mg with micronutrients. 100% of the N, K, and Mg must be slow release with micronutrients in a water soluble form. To correct deficiencies apply: • Chelated Iron Sulfate: 6— 10 ounces per 1,000 square feet on a weekly basis as required to correct deficiencies • Slow Release Potash 0-0-50: 5 pounds of material per 1,000 sq. ft.applied every 30 days as required to correct deficiencies DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 Contract no. 21-187-01 • Calcium Supplement—Gypsum:Apply as directed starting in late October as required to correct deficiencies. • Sul Po Mao:,3—5 lbs of material per 1,000 sq.ft.every 30 days as required to correct deficiencies. • Water Soluble Fertilizer:As needed for up to 50%of total fertilizer required. 8.6.1.2 ST.AUGUSTINE: St.Augustine turf areas that contain palms shall be fertilized three(3)times per year;with"Palm Special'Fertilizer'with the formulation of 8N-2P205-12K20+4Mg with micronutrients. 100% of the N, K,and Mg must be slow release with micronutrients in a water soluble form, applied according to label rates. For all other turf grass areas; applications to be made the first week of the following months: April, July, and October. The N< P< K ratios shall vary with the time of year of the application and results of the soil analysis. The approximate N, P, K ratios should be: • One (1) application of a 5:2:1 ratio with a post-emergent weed control; • One (1) application of a 10:1:2 ratio with Insecticide, and one application being a blanket application of insecticide in accordance with IPM(Integrated Pest Management)standards; • One(1)application of a 3:1:3 ratio; 8.6.2 SOIL SAMPLING: Contractor shall have the soil tested four(4)times yearly to determine required additives, and more often if necessary to diagnose problem areas.Soil samples will submitted to any local laboratory for pH analyses and major and minor elements contents. Fertilizers and amendments will be added,to the formulations in order to adjust the PH.Apply Lime or Sulfur as required to adjust pH. The Contractor shall provide the City.with annual fertilization schedules at the beginning of each contract year and shall inform the City's Project Manager at least three(3)days in advance before beginning any fertilization. • Nitrogen(N)and Potassium(K)-In general,a total of 5 lbs.of nitrogen and 3 lbs of potassium per 1,000 square feet per year is generally required for Bermuda grass.- • Ammonium sulfate (21-0-0) - Can be used during normal summer fertilization to promote rapid growth recovery and color response. • Phosphorous (P) = Soil testing will indicate phosphorous levels present. Most Florida soils retain fertilizer phosphorous; therefore, apply this only once per year(spring and early fall) unless soil tests Fertilizing - nine (9) times per year with the listed ratios unless testing indicate otherwise and during the following periods: - Mar(21-0-0) DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 Contract no. 21-187-01 - Apr(18-3-16) - May(21-0-0) - Jun (16-4-8) - Jul(16-4-8) - Aug (16-4-8) - Oct(16-4-8) - Nov(8-2-12) - Dec(0-0-22 Sul Po Mag) 8.6.3 DISEASE AND PEST CONTROL • 8.6.3.1 Wetting Agents:Apply Wetting Agent(or approved alternate)at the recommended application Rate and Application Intervals year round as required per label directions. During periods of drought or on elevated areas biweekly applications may be required (One application every two weeks). 8.6.3.2 Diseases: I.P.M., Preventative and Curative Programs as required. 8.6.3.3 Weeds:Post Emergence Herbicides as needed following all label directions. Turf to be kept free of weeds. Pre-Emergent Herbicides — Shall Be Applied the first two weeks of May and October. Apply Ronstar (or approved equivalent), alternating with Dimension or Barricade (or approved equivalents)following all label directions. 8.6.4 Nematode Program: Test for nematodes two(2)times annually; preventative and curative treatments as required following all label directions. 8.6.4.1 Mole Cricket / White Grub Program: Apply Talstar (or approved equivalent)during the first two weeks of May and as needed throughout the year following all label directions. 8.6.4.2 Poa Annual Control Measures:Apply Kerb Herbicide (or approved equal)as needed following all label directions 8.6.4.3 Growth Regulators: Apply Primo (or approved equivalent) every three (3) weeks March through November as required following label directions 8.6.5 SPIKING, AERATION, TOPDRESSING AND VERTICUTTING,: Aeration, Spiking,Topdressing and Verticutting are necessary to provide proper air and water exchange for maximum growth potential and health of the Athletic Fields, Paspalum and Bermuda grass and will be performed as described. 8.6.5.1 Spiking six(6)times per year,every other month.Contractor should employ all preventative methods to avoid thatch buildup. Should, for DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 Contract no.21-187-01 whatever reason, a thatch layer exceeding One Inch (1') develop, the Contractor shall be responsible for its removal. Topdressing and burying thatch layer will not be accepted. 8.6.5.2 Aerify three (3)times per year in May, July and September in two directions, using %" diameter coring tines, 2" on center only. Fill aerifier holes with topdressing by dragging making 6 to 8 passes filling all plugs. Physically drag aerifier plugs into surface using one inch (1')square mesh steel drag mat measuring 6'x 8'and/or remove as required with vacuum or sweeper. 8.6.5.3 Topdressing three (3)times per year immediately after aerification (May, July and September) applying a minimum 3/8" thickness for each topdressing application. Fill aerifier holes with tested and approved Florida DOT Specification 80% Sand and 20% Peat Topdressing Material (or approved equal). 8.6.5.4 Verticut all turf areas in two directions every May, followed by topdressing. Topdressing shall be a mixture 80% sand and 20% organic matter(peat), and/or similar to the profile of the soil underlying the turf as determined by soil analysis. 8.7 TURF RENOVATIONS Turf renovations may be required if conditions warrant such a procedure and will be an extra charge. Conditions which warrant renovation include, areas thinned out or damaged turf resulting from natural burnout,traffic, and any area which has become unsightly. Proper watering, fertilization and pest management will be critical during and after renovation. Any irrigation damaged because of turf renovation will be repaired at Contractor's expense. 8.7.1 GROUNDCOVER AND SHRUBS: The fertilizer for all planted shrubs and groundcovers shall meet appropriate horticultural standards with an N, P, K ratio of 3:1:2, unless soil conditions or plant species dictate differently,with at least 60%of the nitrogen from a non-water soluble organic source. All shrubs and groundcovers shall be fertilized by broadcasting by hand over the beds three(3)times per year during the first week of April,July and October. The Contractor shall establish a program that will fertilize all shrubs and groundcover,describing the type of fertilizer required for each type of plant and the time of year this work will be undertaken. A copy for approval of the fertilization schedules shall be provided to the City's Project Manager no less than one (1) month prior to application. Any plants damaged by over-fertilization or nutrient deficiencies shall be replaced at the Contractor's expense. Changes in fertilization rates, methods and composition must be approved by the City's Project Manager in DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 Contract no.21-187-01 writing. 8.7.2 FERTILIZATION OF TREES AND PALMS: The fertilizer for all the planted trees shall be a complete slow release fertilizer with minor elements,with a N, P, K ratio of 3:1:2 or 3:1:3 (e.g. 12-4-8 or 15-5-15, unless soil conditions or plant species dictate differently,. All Trees 5" caliper or under shall be fertilized three(3)times per year:April, July and October.Contractor to apply a complete slow release fertilizer with minor elements, applying 1 pound of Nitrogen per 1000 square feet of area of root zone (drip line plus 50%). All Palms shall be fertilized four (4) times per year; every three (3) months; during the first week of January,April, July and October. Contractor to apply "Palm Special Fertilizer" with the formulation (8N-2P2O5-12K2O +4Mg) with micronutrients. 100%of the N; K,and Mg must be slow release with micronutrients in a water soluble form. The fertilizer shall be broadcast evenly under canopy area at a rate of 1.5 lbs of fertilizer(not N) per 100 sq.ft. 8.7.3 The Contractor shall establish a program that will fertilize all trees and palms, describing the type of fertilizer required for each type of plant and the time of year this work will be undertaken.A copy for approval of the fertilization schedules shall be provided to the City no less than one (1) month prior to application. Any trees damaged by over-fertilization or by the use of wrong type of fertilizer shall be replaced at the Contractor's expense. Changes in fertilization rates, methods, and composition must be approved by the City in writing. Contractor will comply with all applicable current or future City ordinances pertaining to fertilizer use. 8.8 GENERAL USE OF CHEMICALS: Within fourteen (14) days of the execution of the Contract,the Contractor shall submit a list of all chemical herbicides and pesticides proposed for use under this Contract for approval by the Project Manager, including MSDS sheets for each item. Materials included on this list shall be limited to chemicals approved by the State of Florida,the Department of Agriculture,and the Florida Department of Transportation,and shall include the exact brand name and generic formulation.The use of any chemical on the list shall be based on the recommendations of and be performed under the direction of a Certified Pest Control Operator. No chemical herbicide or pesticide shall be applied until use is approved, in writing, by the Project Manager as appropriate for the purpose and area proposed. 8.9 DISEASE AND PEST CONTROL: To control or eradicate infestations by chewing or sucking insects, leaf miners, fire ants, and other pests and diseases, spray affected plants with chemical sprays and combinations of sprays suitable for that particular pest when the infestation or infection becomes evident and as often thereafter as necessary. Contractor shall be fully licensed to apply pesticides. Contractor shall use sound cultural practices that aid in preventing the presence or proliferation of insect and diseases. IPM (Integrated Pest Management)standards and principles shall be incorporated into any approved disease and pest control plan. Insects in Bermuda, Paspalum and Zoysia grass shall be controlled by DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 Contract no.21-187-01 both curative and preventative measures.Timing will be critical on mole cricket applications and frequencies of application will be as needed to successfully control their infestations. Nematode samples will be taken at least one-(1)time each year and action shall be taken per the recommendation of the IFAS lab results to control the populations. This lab report shall be submitted to the City for their review as soon as it is received. It shall be the contractor's obligation to perform regular monthly inspections of the palms and report to the City any site condition which may be detrimental to the health and vitality of the palms. Further, the Contractor is responsible to report the development of disease or other problems along with recommended solutions.These reports are to be written and should be received by the City no later than ten days after each inspection. It is required that the City be notified in advance of planned activities in order to allow them to witness and record the applications. 8.9.1 All Royal Palms shall receive a root drench with Merit(or approved equivalent) insecticide every February per label directions to control summer infestations of the Royal Palm bug. 8.9.2 PHOENIX SPP PALMS DISEASE CONTROL: Three times per year all Phoenix palms will be treated with a systematic fungicide(s) which is labeled for Fusarium, Pithium, and Phythophthora. These applications will be performed as a root drench during the months of March,July,and November and are considered to be preventive maintenance.Failure to complete applications as specified may result in Contractor liability for replacement of Phoenix palms lost to these diseases. 8.9.3 Insect and disease activity,other than as prescribed above,will be treated on an "as- needed" basis upon inspection. Required service calls between scheduled maintenance will be at Contractor's expense. 8.10 APPLICATION OF HERBICIDES AND INSECTICIDES:Contractor may apply various herbicides by means of spray type devices to aid in the control of unwanted weeds and vegetation. All applications shall be performed by persons holding a valid herbicide application license as issued by the State of Florida and shall be done in accordance with the herbicide manufacturer's recommended rates and all applicable Federal, State, County and Municipal regulations. Herbicides may be used only with prior approval by the City as to type location, and method of application. Use of Pesticides, including herbicides, is not permitted in Parks without expressed,written authorization of the City's Project Manager. 8.10.1 The Contractor shall exercise extreme care so as not to over spray and effect areas not intended for treatment.Areas adversely affected by such over spray shall be restored by the Contractor at their expense. 8.10.2 The Contractor shall advise the City's Project Manager in writing within four (4)days after disease or insect infestation is found. They shall identify the disease or insect and recommend control measures to be taken, and, upon approval of the City's Project Manager, the Contractor shall supply and implement the approved DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 Contract no. 21-187-01 control measures, exercising extreme caution in application of all spray material, dusts or other materials utilized. Approved control measures shall be continued until the disease, or insect is controlled to the satisfaction of the City's Project Manager. 8.10.3 When a chemical is being applied, the person using it shall have in their possession all labeling associated with the chemical. Also, the chemical shall be applied as indicated on the label. A specimen label and the Material Safety Data Sheet for each product shall be supplied to the City. 8.10.4 All insecticides shall be applied by an operator licensed pursuant to Chapter 487 of the Florida Statutes.The operator shall have the license/certification in his or her possession when insecticides are being applied.The implementation of control measures for pests and disease infestations shall be in strict compliance with all federal and local regulations. Upon request, the Contractor shall furnish documentation of such compliance. 8.10.5 The spraying of insecticides and other such chemicals are to be confined to the individual plant. Spraying techniques which may introduce the material being sprayed beyond the immediate area of the individual plant are strictly prohibited. 8.10.6 Spray or dust material on foliage only during calm days. Do not apply when leaves are wet, when rain is expected within 3-4 hours after spraying, or when temperatures exceed 88 degrees Fahrenheit. Spray at times when traffic is lightest (i.e., early mornings or weekends). Use a surfactant to aid in adherence and absorption of the material. Wash material off of pavements and buildings immediately after applying. 8.10.7 The Contractor shall utilize all safeguards necessary during disease or insect control operations to ensure safety to the public and the employees of the Contractor. 8.10.8 Copies of Current Material Safety Data Sheets(MSDS)for all chemicals used for pest control under this Contract shall be provided to the City's Project Manager before the use of said chemicals. 8.11 IRRIGATION SYSTEM MAINTENANCE AND WATERING: Contractor will be responsible for the operation and maintenance of the automatic/manual irrigation systems and for setting and adjusting the timer to insure proper watering of all plant material in the landscape.A full time Irrigation Technician with a fully equipped truck shall be assigned on a full time basis, five (5) days a week, fifty-two (52) weeks a year to each of the Contract Areas. The Contractor.. is expected to be knowledgeable and familiar with the existing irrigation systems at the time of bid submittal and capable of programming all controllers and making all repairs. DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 Contract no. 21-187-01 8.11.1 Contractor will be responsible under this agreement for the labor and supervision to make irrigation repairs to the lateral line, risers and sprinkler heads up to one inch (1") in diameter as required to keep the system operating. Major repairs to main lines, valves, pumps and in-take piping shall be reimbursed by the City. Reimbursable repair work shall require authorization by the City prior to commencement. 8.11.2 The timers shall be checked once a week or more frequently as may be required.The Contractor will also, at least once a month, perform a Full Irrigation Wet Test which will include fully operating all the irrigation zones and replace,repair or clean all irrigation heads, lines, valves, valve boxes, filters and controllers as needed. Any equipment damaged by the Contractor's operation shall be replaced with the same equipment and by the same manufacturer. 8.11.3 Irrigation System shall be constantly maintained and adjusted to insure that no water from the system hits the road or other hard surface. 8.11.4 Grass shall be cut back around all irrigation heads and valve boxes at least once per month or more often as required to keep them clearly visible and fully operational.Care shall be taken to avoid damage to the irrigation boxes,zone wires, sprinkler heads from the required clearance activities, and any damage caused will be the Contractor's sole responsibility to repair. 8.11.5 The irrigation shall be capable of providing 1 —1/z' of water to all lawns and shrub beds each week or as often as required to provide for a uniform lush green landscape appearance. Systems shall be adjusted during the various seasons. 8.11.6 The Contractor shall be required to make all repairs within a minimum 24 hour time period or sooner as directed by the City's Project Manager. Any form of damage to the irrigation system must be reported to the City's Project Manager immediately upon discovery. 8.11.7 Irrigate as necessary during times of little or no rainfall using the automatic irrigation system and any supplemental watering necessary to apply the proper amount of water to keep plant material in optimum health. Under normal conditions, irrigate deep and infrequently(2—3 times weekly)to promote a good root system. Water early mornings within watering restrictions.Avoid watering in the evenings. 8.11.8 Contractor shall be responsible for controlling the amount of water used for irrigation and any damage or costs that result from over watering or insufficient watering shall be the responsibility of the Contractor. 8.12 WATERING: During period when the irrigation system is not operational,either due to breakdown of the system, or an extended electric power failure, watering shall be the responsibility of the Contractor. Contractor will also be responsible for monitoring Special Events throughout the City, and prepare parks accordingly. DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 Contract no. 21-187-01 8.12.1 Supply of water suitable for irrigation shall be the Client's responsibility. Distribution of the water to the plants shall be the responsibility of the Contractor. Contractor shall use hand watering,water trucks, portable pumps, etc. as required to distribute the water. 8.12.2 Apply water in quantities and at intervals necessary to maintain the plants in a-healthy growing condition 8.12.3 Supplemental watering may be required in elevated turf areas or as needed to compensate for wind drift or other areas of inadequate irrigation coverage. This may require a large portable water tank, impact sprinklers, and additional hose to be supplied by the Contractor. 8.12.4 The Contractor is required to ensure adherence to all local watering restriction ordinances. It shall be the responsibility of the Contractor to pay any and all fines levied due to lack of compliance with watering restrictions. 8.13 MULCHING BEDS 8.13.1 Replenish mulch in shrub beds as required to cover areas of bare soil, especially at the edge of the bed and in places where the shrub canopy has not grown together to shade the soil.Add mulch around tree trunks in sod areas. Mulch shall be added to maintain a constant three (3) inches thickness. Do not pile mulch against tree trunks and shrub stems. 8.13.2 Use Amerigrow Recycling's or a City approved equivalent shredded "round- wood" mulch"Pine Bark Brown"color. Grade,"A"=Cypress mulch, Melaleuca mulch or other mulches may be used as designated and approved by the City. 8.14 SAND REMOVAUPOLICING: Cleaning,of debris within the confines of the sites by blowing, sweeping, or vacuuming or other means must be performed as required to keep paved, bricked or concrete surfaces clean and neat at all times. Frequencies for the sites and services described herein are based upon normal circumstances. Individual, several and/or all services to a site or sites may be added at an agreed upon price,or deleted due to natural disaster,excessive rain,disease,drought,fire, vandalism, accident, insufficient funds and/or any other reason at the sole discretion of the City. 9.0 PERFORMANCE CONTROL AND INSPECTIONS • 9.1 MAINTENANCE QUALITY:The quality objective of all services and materials provided by Contractors in accordance with conditions and specifications herein is to maintain and service various listed sites, and to keep them in a healthy growing, clean and attractive condition throughout the year. . 9.2 MAINTENANCE STANDARDS, FREQUENCIES, WORK METHOD: All work shall be DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 Contract no.21-187-01 performed in accordance with the highest professional maintenance standards and horticultural techniques. Frequencies set for certain repetitive maintenance functions and tasks in specifications are minimum frequencies, which must be increased, if necessary to achieve the Quality Objective. 9.2.1 Standards and frequencies may be modified from time to time by the City's Project Manager as necessary to assure proper maintenance to achieve the Quality Objective. 9.2.2 All work shall be done in a thorough and workmanlike manner under Contractor supervision to the satisfaction of.the City's Project Manager. 9.2.3 The Contractor shall have the exclusive duty, right, and privilege to perform Grounds Maintenance Services, as specified herein. Contractors shall accomplish. landscape maintenance required under the Contract during daylight hours. The City's Project Manager may permit night scheduling on an individual function or task basis. 9.2.4 Contractor shall schedule and conduct the work at times and in a manner which shall not interfere with normal pedestrian traffic on adjacent sidewalks or vehicular traffic on adjacent streets, and shall not cause annoyance to residents near the site or users of the site. During periods of peak rush hour traffic(7:00 a.m. to 9:00 a.m. and 4:00 p.m. to 6:00 p.m.) or special event, the Contractor will not block or impede travel lanes. 9.2.5 All work shall be scheduled and completed in a continuous manner that is all mowing, edging, trimming, etc. shall be completed before leaving job site, to maintain the site in a.uniform manner. 9.2.6 Contractor shall not work or perform any operations during inclement weather -which may destroy or damage landscaped areas. 9.2.7 Contractor shall recognize that during the course of the Contract, other activities and operations may -be conducted by City work forces and other Contractors. These activities may include but not be limited to landscape refurbishment, irrigation system modification or.repair, construction-and storm related operations. The Contractor may be required to modify or curtail certain operations without decreased compensation and shall promptly comply with any request by the Project Manager. In the event a Site or part of a Site becomes unavailable for servicing by the Contractor, the City's Project Manager may temporarily delete the Site or part of the Site and compensation to the Contractor will be decreased. 9.2.8 Contractor:shall,•during•the hours and days of operation, respond to all emergencies by taking the appropriate/required action within two(2)hours. 9.2.9 Contractor shall have completed all Landscape Maintenance functions prior to DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 Contract no. 21-187-01 the scheduled maintenance inspection. 9.3 INSPECTIONS 9.3.1 The Contractor's Representative shall perform maintenance inspections daily during daylight hours of all sites assigned for the day.City of Miami Beach Personnel shall provide continuing inspection of the sites to insure adequacy of maintenance and that methods of performing the work are in compliance with these specifications. Discrepancies and deficiencies in the work shall be brought to the attention of the Contractor's Representatives in writing, directly by the City's Project Manager, and shall be corrected by the Contractor immediately. 9.3.2 The Project Manager and the Contractor's Representatives shall meet on the sites once a month,or more frequently at the discretion of the Project Manager,for a walk-through inspection'. The meeting shall be at the convenience of the City of Miami Beach. All on-going maintenance functions shall be completed prior to this meeting. 9.4 DEFICIENCY/CURE NOTICES AND CORRECTIVE/TERMINATION PROCESS: If the City's Project Manager determines that there is/are deficiency(s) by the contractor in the performance of the contract, the Project Manager will notify the Contractor of the deficiency(s)in writing.The City's Project Manager will send a Cure Notice to the Contractor with a copy to the Director of the Procurement Management Department requesting that they provide in writing within seven(7)calendar days of notification,any/all actions proposed to be taken in order to correct/cure the identified deficiency(s). If all parties(City's Project Manager and Contractor)agree that actual damages/deficiencies would require more than seven(7)calendar days to correct/cure, a reasonable time frame, in writing,will be determined based on a meeting between the City's Project Manager and the Contractor for the identified deficiency(s). Should the City's Project Manager issue two(2)Cure Notices for the same deficiency(s),or a total of three(3)Cure Notices within a twelve(12)month period,the City may exercise its right to proceed with the Termination of this contract. 9.5 CITY OF MIAMI BEACH_RIGHT TO CORRECT DEFICIENCIES: Additionally, and notwithstanding the above_provision, the City has the right to move on site with City personnel or private Contractors to correct deficiencies seven (7) calendar days after notification in writing, by either the City of Miami Beach Parks and Recreation Department Director or his/her designee. If, in the sole discretion or judgment of the City's Project Manager,the Contractor and/or his employee(s)are not properly performing the.services required under the Contract,then the Contractor and/or all employees may be temporarily replaced by City or contracted personnel and payment to be made by the City suspended while the matter is being investigated. Total costs incurred by completion of the work by the City will be deducted and forfeited from the payments to the Contractor from the City. DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 Contract no.21-187-01 This section shall not be construed as a penalty, but as an adjustment of payment to Contractor for only the work actually performed,and accepted by the City,and the recovering of City costs from the failure of the Contractor to complete or comply with the provisions of the Contract. 9.6 QUALITY CONTROL: Within fourteen (14) days of the execution of the Contract, the Contractor shall submit a Quality Control Plan ("QCP") to the Project Manager for review and acceptance. The basic premise of the QCP is that the Contractor is responsible for Quality Control. All methods, procedures, and forms shall support this premise. The QCP must clearly identify how the Contractor will monitor its own Work to ensure that the Work is performed and meets the Quality Objective established in the Contract. The QCP must provide for the inspection and assessment of the quality and progress of the Work at each Site where Work is being performed. The QCP shall be designed to keep the Contractor's management and the City informed of all issues affecting quality, to include timely and effective corrective action for all deficiencies. These inspections shall be in addition to the requirement for daily supervision. The QCP records shall, in part, consist of checklists of inspections and shall indicate the nature, frequency and number of observations made, number and type of deficiencies and/or hazards found, and the nature of corrective action taken as appropriate.At a minimum the QCP shall address: • An inspection system that is tailored to the different Tasks and Sites covered under the Contract. • A system for identifying and correcting deficiencies in the quality of the Work before the level of performance becomes unacceptable and/or City Inspectors or the Project Manager point out the deficiencies or if a site receives an Appearance Index rating greater than#2.The system should also ensure non-recurrence of defective Work. • A system to ensure that the Contractor's employees are notified of deficiencies,that the noted deficiencies are corrected (if possible); and that the employees are counseled/retrained as necessary to ensure that deficiencies do not recur. • A system that provides the Project Manager access to all Contractor documentation, reports, and files (to include any forms on which Quality Control inspections are documented) with respect to Contractor quality control inspections and any corrective action taken; All service records will be completed in a GIS based electronic format which is to be approved by the City. • How corporate/home office will provide Contract support, services, and controls. • The identity of all personnel who will be performing QC inspections by name, and title. Verification that the person who actually performed the Work did not perform QC inspections. Where the QCP is returned by the City's Project Manager for revisions or corrections, the Contractor shall resubmit a corrected QCP within seven (7) days of receipt from the City's Project Manager, with the requested revisions or corrections. The Contractor shall not implement any changes to its approved QCP prior to review and acceptance by the City's Project Manager.The Contractor shall perform QC inspections by qualified personnel(i.e.— DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 Contract no.21-187-01 personnel knowledgeable of all technical aspects of the Work which would allow identification/discovery of improperly performed services) and provide written documentation of the inspection results to the Project Manager on a monthly basis. The documentation must be signed and dated by the inspector at the time the inspection is completed. All completed inspection reports must be submitted to the City's Project Manager. The Contractor shall furnish a monthly report ("Report") to the City's Project Manager no later than end of business of the first day of the following month that shall consist of five (5)parts, broken down as follows: • Part 1 -Prior month's General Services completed;identified by Site and the date(s) the Work was performed. • Part 2-Prior month's Supplemental Services activities completed;identified by Site, the date(s)the Work was performed and the cost(s)associated with the Work. • Part 3 - Prior month's Re-Work activities completed; identified by Site, the date(s) the Work was performed. • Part 4 - Prior month's Additional Work activities completed; identified by Site, the date(s)the Work was performed. • Part 5-Prior month's inspections conducted under the QCP.This Part of the Report shall include the following details: o Dates of inspections. o Name and signature of the inspector. o Location of the inspection. o Work inspected. o Locations found to be in compliance with the Performance Standards. o Locations found to be non-compliant. o Deficiencies found per location. o Actions take to correct deficiencies. o Actions taken to mitigate future occurrences of the deficiencies. Contractor shall provide the City's Project Manager with hard copy and/or electronic copies of all forms and documents prepared as a part of the Quality Management Plan monitoring. Deficiencies or hazards discovered by City Inspectors may result in Re-inspection Fees and/or Payment Adjustments. 9.7 QUALITY CONTROL PERFORMANCE REPORTS 9.7.1 Completion of Work:Within 24 hours of completing work the Contractor shall notify the corresponding City's Project Manager in writing of said completion. All service records will be completed in a GIS based electronic format, which is to be approved by the City. 9.7.2 Inspection and Approval—Upon receiving notification from the Contractor, the City shall inspect the serviced location within 48 hours. If, upon inspection,the work specified has not been completed, the City shall contact the Contractor to indicate the necessary corrective measures. The Contractor will be given 48 hours DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 Contract no.21-187-01 from this notification to make appropriate corrections and notify the City in writing of said completion.The City will conduct a second inspection to confirm that work has been brought in to compliance with Quality Objective. A re-inspection fee will be accessed in accordance with Appendix B Section 3.5. If the work has been completed successfully then the City will pay for services billed. In the event that deficiency was not corrected,at the sole discretion of the City,a Payment Reduction will be assessed in accordance with Appendix B Section 34 of contract specifications. The Contractor will be given another 48 hours from this notification to make appropriate corrections to be followed by another re-inspection and associated re-inspection fee and Payment Reduction up to the Cost per Service of subject site or total value of additional work. If the work has been completed successfully then the City will pay for services billed. The Contractor shall submit to the Project Manager a report documenting minimal staffing requirements have been met for the week and living wage requirements complied with. These reports are subject to audit as provided for in contract documents. The Contractor shall submit to the Project Manager a report of his performance for the preceding month, under terms of the Contract. These reports shall be postmarked no later than the fifth (5th) day of each month following the month in which services were performed. Failure to do so shall result in delay of payment until this requirement is fulfilled. All service records will be completed in a GIS based electronic format which is to be approved by the City. 10.0 SCHEDULING 10.1 THIRTY-SIX(36) "GENERAL SERVICE" ANNUAL SCHEDULE: Schedule of thirty- six(36)"General Service"visits of designated sites annually according to the following:The first,second,third and fourth weeks of October. Biweekly for the month of November(these biweekly General Services should occur no closer than ten (10) and no further than seventeen (17) calendar days apart); The second and final weeks of December; One visit the third full week of January and the second full week of February.Schedule service for the first and the fourth weeks of March;the second and fourth weeks of April and weekly during the months of May, June, July,August and September, excluding the last week of July and the first week of September. These weekly General Services should be no closer than six (6)and no further than ten (10)calendar days apart. All work is to be completed in a continuous manner.That is all mowing,edging,weed control, trimming etc., shall be completed before leaving the job site for each General Service. It shall be the Contractor's responsibility to inform the City in writing, should additional "General Service" be required to maintain the Quality Objective. 10.2 "SPECIALIZED GENERAL SERVICE" for SOUNDSCAPE PARK, SOUTH POINTE PARK, and CONVENTION CENTER PARK: Schedule for staffing seven (7)days a week, 365 days per year from the hours of 8:00 a.m.thru 10:00 p.m. with an adequate number of DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 Contract no.21-187-01 personnel to perform the work as prescribed herein and to include fifty-two (52) SPECIALIZED GENERAL SERVICES annually on a weekly basis as prescribed: Schedule service weekly(these weekly General Services should occur no closer than six(6) and no further than ten(10)calendar days apart). 10.3 ATHLETIC FIELDS: Schedule one-hundred forty (140) General Services Annually: Three (3) mowings weekly from April thru November, to be done on Monday, Wednesday and Friday, and two (2) mowings from December thru March to be done on Tuesday and Friday. 11.0 GROUP III—SPECIALTY PARKS(As Applicable) SOUNDSCAPE PARK, SOUTH POINTE PARK, PRIDE PARK, COLLINS CANAL PARK and ALTON ROAD PARK are Premium, Regional Parks and are top attractions in the City of.Miami Beach drawing thousands of visitors annually. Only the highest standard of maintenance services will be accepted. The Contractor will perform "SPECIALIZED GENERAL SERVICE" at SOUNDSCAPE PARK, SOUTH POINTE PARK, PRIDE PARK,COLLINS CANAL PARK and ALTON ROAD PARK which includes all specifications of GENERAL SERVICES in addition to providing the adequate amount of full time staff to perform the work as prescribed herein seven (7)days a week,365 days a year from 8:00 a.m.thru 10:00 p.m.Full time staff will be relied upon to respond to immediate need for services; litter services and detailed work. It is incumbent upon the Contractor to visit the sites of the work and estimate the actual resources required to meet the Quality Objective. . 11.1 LITTER REMOVAL: Litter, including organic material, is to be removed from all turf areas, and landscape beds within the park,walkways and all hard surfaces within the Park grounds on a daily and continuous manner from 8:00 a.m. until 10:00 p.m. 11.2 PRESSURE CLEANING, RESTROOM SERVICE,TRASH RECEPTACLES: 11.2.1 PRESSURE CLEANING: Sidewalks, hardscape and furniture are to be pressure cleaned in a continuous fashion and cycling throughout the park as needed. Contractor is to furnish equipment capable of delivering the amount of pressure (PSI) suitable for removing stains, spills, etc. from concrete surfaces without damaging the surface material. The use of chemicals must be approved by the Project Manager. 11.2.2 TRASH RECEPTACLES, RECYCLING BINS: Trash Receptacles and Recycling Bins shall be emptied a minimum of six(6)times per day or as required to keep from overflowing. Trash and recyclables shall be disposed offsite at appropriate waste/recycling facilities. Receptacles and Bins are to be wiped down with a mild detergent at least one(1)time daily. Receptacles and Bins are required to be thoroughly cleaned at least one(1)time per month. 11.3 PALM PRUNING: Remove brown or broken fronds as required at least six (6) times annually.Fruit should remain on the palms when red color enhances the beauty of the Parks. DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 Contract no.21-187-01 Coconut Palms in South Pointe Park are to be kept free of fruit at all times. 11.4 BOUGAINVILLEA CARE:(SOUNDSCAPE PARK ONLY)Bougainvilleas are to not be pruned. They must be checked every 10 to 14 days and tied to pergolas with nursery tape as required to keep in-bounds. Pinching and soft pruning may be required but only done as directed by the Project Manager in order to obtain the desired form. 11.5 MOWING: Turf at Soundscape Park and South Pointe Park shall be mowed at .5" to 2.5" above soil level with a reel mower designed for use in the specific circumstances. Remove clippings from areas if excessive clippings result from the mowing operation. Clippings will be considered excessive if still visible on grass the day after mowing.. Mow with a reel mower a minimum of two(2)times per week during the growing season of March through the end of October and at other General Service, as required to maintain desired height of grass.Two (2)weekly mowings may also be required during the winter months if annual rye grass has been seeded. If grass has a scalped appearance after mowing too much of the leaf blade was removed and stems of grass exposed. Never remove more than 1/3 of the leaf blade. Mowing directions shall be altered at each mowing to avoid wear patterns. 11.6 FERTILIZATION: All turf grass at Soundscape Park and South Pointe Park that is occupied by Palms is to be fertilized at the same schedule as noted in these specifications using "Palm Special Fertilizer' applied at label rates, with the formulation of 8N-2P205- 12K2O +4Mg with micronutrients. 100% of the N, K, and Mg must be slow release with micronutrients in a water soluble form. 12.0 ATHLETIC FIELDS Contractor must have a person on staff or available as a consultant that has been recognized as certified Sports Field Manager by the Sports Turf Management Association. 12.1 MOWING GENERAL One hundred forty(140)times a year Highly maintained Bermuda grass fields require three (3) mowings weekly from April thru November and two(2)mowings weekly from December thru March.A reel mower produces the finest cut because of its scissor-type clipping method and is mandatory for Bermuda grass.Tifway/Tifsport Bermuda grass mowing height should be'/4'to 1". Mowers should be kept well-maintained,sharp blades and used at slow ground speed.Cut grass blades will be picked up with a grass catcher and disposed. Mowing frequency is based on removing no more than 1/3 of the leaf surface at any one mowing. Mowing shall be performed in a professional manner that insures an even surface appearance without scalping or leaving any "missed" uncut grass. Special care will be required to avoid scalping. 12.2 WEED CONTROL:Turf is to be kept weed free at all times throughout the year. Describe proposed preventative pest management program. Post Emergence Herbicides and Pre-Emergent Herbicides are to be used as needed following all label directions.Apply DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 Contract no.21-187-01 in spring and fall mainly following all label directions. For the purpose of this specification, a weed will be considered as any undesirable or misplaced plant. Weeds shall be controlled either by hand, mechanical, or chemical methods. The City's Project Manager may restrict the use of chemical or mechanical weed control in certain areas. Weeds are to be removed from walkways, curbs, expansion joints, and along fence lines and guardrails at each service or as otherwise directed by the City's Project Manager. If mowers are moved from weedy lawns to other lawns, be sure to wash off the blades to avoid transport of weed seeds and propagules. 12.3 PRE-EMERGENCE WEED CONTROL:Summer Grasses-Pre-emergence herbicides are generally more effective on the grass weeds. Pre-emergence crabgrass control, herbicides should be applied around February for south Florida. For goose grass control, delay these dates by 3 to 4 weeks because goose grass generally germinates later in the season than crabgrass. If crabgrass and goose grass are present the first line of defense is to provide cultural practices (e.g., proper mowing, fertilizing, watering, compaction, and thatch control). 12.4 POST-EMERGENCE WEED CONTROL: Summer Grasses - Post-emergence herbicides are more effective on broadleaves and sedges. Summer grasses such as crabgrass, goose grass, crowfoot grass, and thin paspalum can be controlled in Bermuda grass using the arsenate herbicides as needed following all label directions. Two to three applications are necessary, 7 to 10 days apart, for mature grass weeds. Three to four applications may be needed for nut sedge and sandbur control. A non-ionic surfactant is required with this treatment. Treat when air temperatures are below 85°F. Do not add a non-ionic surfactant. Broadleaf Weeds - Broadleaf weeds can be controlled when actively growing using one of many post emergent herbicides labeled for the control of the specific weed. Bermuda grass must be actively growing and not under heat or drought stress when herbicides are applied. Selecting the right pre-emergence herbicide and using it properly will help prevent weed establishment. A key to success in using pre-emergence herbicides is proper timing of application.Application must be made prior to weed seed germination if infestations cannot be controlled by hand-pulling, or herbicide use will damage or kill the shrubs or ground- covers,the bed may be excavated,after removing all plants. Then,weeds may be destroyed before replanting by any of the following methods: • Sterilize the soil, or allow weeds to reestablish a vegetative top and treat with a systemic herbicide,at least two(2)applications,about two(2)weeks apart,or until there is a 90%kill. After the kill, apply, immediately after replanting, a pre-emergent herbicide, such as Treflan or other approved pre-emergent herbicide. If it is determined by the City that the Contractor responsible for maintenance allows weed infestations to spread beyond the ability to control them, then the removal, treatment, and replacement of the planting bed shall be done as described above by the Contractor at no DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 Contract no.21-187-01 cost to the City. Soil which exhibits significant weed growth within one (1) month after planting, (20% ground coverage of the bed by weeds) shall be considered as previously weed-infested. 12.5 SOIL PROCEDURES:The following maintenance practices are required for Bermuda grass athletic fields. 12.6 SOIL SAMPLING: Contractor shall have the soil tested four (4) times yearly to determine required additives,and more often if necessary to diagnose problem areas. Soil samples will submitted to any local laboratory,for pH analyses and major and minor elements contents. Fertilizers and amendments will be added to the formulations in order to adjust the PH.Apply Lime or Sulfur as required to adjust pH.The Contractor shall provide the City with annual fertilization schedules at the beginning of each contract year and shall inform the City's Project Manager at least three(3)days in advance before beginning any fertilization. • Nitrogen (N) and Potassium (K)- In general, a total of 5 lbs. of nitrogen and 3 lbs. of potassium per 1,000 sq.ft. per year is generally required for Bermuda grass. • Ammonium sulfate (21-0-0) - Can be used during normal summer fertilization to promote rapid growth recovery and color response. • Phosphorous(P)-Soil testing will indicate phosphorous levels present.Most Florida soils retain fertilizer phosphorous; therefore, apply this only once per year(spring and early fall)unless soil tests Fertilizing-9 times per year with the listed ratios unless testing indicate otherwise and during the following periods; • Mar(21-0-0) • Apr(18-3-16) • May(21-0-0) • Jun (16-4-8) • Jul(16-4-8) • Aug (16-4-8) • Oct(16-4-8) • Nov(8-2-12) • Dec(0-0-22 Sul Po Mag) 13.0 ADDITIONAL WORK REQUESTS BASED ON CONTRACT ITEMS Additional services rates shall be established during negotiations with the successful proposer(s). The City may, at its sole discretion and through its contract manager, request the awarded contractor(s)to perform additional services related to the scope of this RFP. In doing so, they may • compensate contractor(s)at the rates contained in the contract.At no time is there any guarantee of the additional work being awarded to any contractor. No work shall commence without the prior written authorization from the contract manager. 14.0 NON-PRE-PRICED ITEMS OR TASKS(ANCILLARY WORK) From time to time, some projects may require items or tasks that are not included in the Cost Proposal Form.These items shall be known as non-pre-priced items or tasks,as applicable.In those instances where non-pre-priced items or tasks are required,the following procedure shall be followed • DocuSign Envelope ID:C3A5B18A-A673-48B1-95E2-D975656D55A4 Contract no. 21-187-01 in determining pricing. Approval of non-pre-priced items shall be in compliance with Administrative Procedure P0.03.02. 14.1 Non Pre-Priced Materials and Equipment: If the Contractor will perform the work with its own forces, it shall obtain and submit three independent quotes for all material or equipment required to complete the task and shall, to the extent possible, use Pre-priced Tasks for labor from the miscellaneous services rates established. 14.2 Non Pre-Priced Labor: If the work is to be subcontracted, the Contractor must obtain and submit three independent quotes from subcontractors. The Contractor shall not submit a quote or bid from any subcontractor that the Contractor is not prepared to use. The City may require additional quotes and bids if the subcontractors are not acceptable or if the prices are not reasonable. Otherwise, labor rates shall be in accordance with the contract. 14.3 If three quotes or bids cannot be obtained, the Contractor will provide the reason in writing for the City's approval. If approved, less than three quotes will be allowed. 14.4 The City's determination as to whether a task is a Pre-priced item or task or a Non Pre- priced item or task shall be final, binding and conclusive as to the Contractor. 14.5 In the event that the total Non Pre-Priced,items that exceed the thresholds established in Section 2-366 of the City Code,the Price Proposal will require City Commission approval. 15.0 ADDITIONAL SITES The City may, at its sole discretion and through its contract manager, request the awarded contractor(s) to perform additional services related to the scope of this RFP. In doing so, the City may: compensate contractor(s)at the rates contained in the contract; negotiate costs for additional work directly with the awarded contractor(s);or, seek quotes from contractor(s). At no time is there any guarantee of the additional work being awarded to any contractor. No work shall commence without the prior written authorization from the contract manager. A2. Special Conditions 1. TERM OF CONTRACT. The term of the Agreement resulting from this RFP shall be for an initial term of three(3)years. 2. OPTION TO RENEW. The City,through its City Manager,will have the option to extend for two (2) additional one-year periods at the City's sole discretion. The successful contractor shall maintain,for the entirety of any renewal period,the same terms and conditions included within the originally awarded contract. Continuation of the contract beyond the initial period, and any option subsequently exercised, is a City prerogative, and not a right of the successful contractor. 3.0 CERTIFICATION, INVOICES AND PAYMENT: 3.1 CERTIFICATION:Contractors shall complete a"Monthly Service Report"describing all work completed during the month and submit one signed copy with the monthly invoice to DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 Contract no.21-187-01 the Project Manager or designee. 3.2 INVOICES: Contractors shall submit two(2)copies of all invoices. Invoices should be addressed to the'Public Works Department, 1700 Convention Center Drive,4th Floor, Miami Beach, Florida, 33139. Department reserves the right to request for invoicing to be billed by individual site locations. a. 3.3 PAYMENT: The City agrees to pay to Contractor for the services described herein the following compensation during the term of the Contract: • • 3.3.1 PAYMENT The bid price is stated as a"per service"cost. Each complete service cycle must be invoiced separately on a monthly basis for services rendered during said month and City will pay to Contractor each month the"per service" payment amount. Payment shall be made within thirty (30) days upon receiving invoices, in duplicate, providing that all work performed during the preceding month has been inspected and accepted by the Project Manager or designee and that all applicable certifications and reports have been submitted in accordance with the provisions of the Contract. The Contractor shall look for payment exclusively from the funds of the City for which these services have been provided. If the Project Manager or designee determines that the labor for work resulting from vandalism,acts of God,or third party negligence can be performed by Contractor's present work force, the Project Manager or designee may modify the Landscape Maintenance Schedule and substitute the emergency work for regularly scheduled work. 3.3.2 PAYMENTS WITHELD: If, in the sole judgment of the Project Manager or designee,the level of maintenance is less than that specified herein,at his option, in addition to or in lieu of other remedies provided herein, may withhold payment from the Contractor for work not performed,until services are rendered in accordance with specifications and providing no other arrangements have been made between the Contractor and the Project Manager or designee. Notice of withholding must be in writing to the • attention of the Procurement Director. 3.3.3 ADDITIONAL OR DECREASED COMPENSATION: Additional or decreased compensation may be authorized at the discretion of the Project Manager or designee, subject to City budgetary conditions, for Deletion of Sites, Addition of Sites, or Additional Work performed by the Contractor. DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 Contract no.21-187-01 PRICE ADJUSTMENT FOR THE DELETION OF SITE(S): The City reserves the rightto temporary or permanently delete existing sites and/or services at existing sites. The payment adjustment of the sites and/or services removed shall be based on the per service rate submitted on the Cost Proposals. If proration is required,this will be evaluated by both the City and the contractor for the mutual determination of a fair unit cost. The City's Project Manager or designee shall initiate the above request/action in writing to the contractor no later than 10 days before effectiveness, copy of the letter and any/all subsequent written correspondence to the Procurement Director. 3.3.4 DEVELOPMENT ANDIOR IMPROVEMENT TO EXISTING SITES: The City reserves the right to develop and/or improve existing sites specified herein.Additional services required shall be evaluated by both the City and the contractor for the mutual determination of a fair unit cost, to be based upon similar service rendered at a similar site. PAYMENT REDUCTION 3.4.1REDUCTIONS FOR NON-CONFORMING OR UNSATISFACTORY WORK: All Work is subject to inspection by the Project Manager or designee, Inspector, or other authorized City representative. As a result of these inspections, resident input, the City's Cleanliness Index,or any other notification of quality concerns that the City may receive, Work is found to be non-compliant with the Quality Objective; Standard, Industry accepted maintenance practices; and/or Contract Specifications:The City may reduce payments to the Contractor by an amount equal to the value of the Unsatisfactory Or Incomplete Work. The Project Manager or designee will determine the appropriate reduction using the Unit Prices for Services as quoted in this contract or in quotes for Additional Work and in accordance with procedures described herein. Reductions may be deducted from any payment due the Contractor or the value of the reduction and/or total costs of re-inspection fees will be invoiced by the City for payment by the Contractor. In the event the Contractor disagrees with the Project Manager or designee as to any fee or reduction, such disagreement shall be subject to Section 2.6. The objective of the Public Area Cleanliness Index is to define a set of standards that can be used to measure the cleanliness of the City of Miami Beach's public areas. Using this index assessments of the public area are conducted to score the cleanliness of the area based on contributing factors (See Appendix G). • 3.4.2 PAYMENT ADJUSTMENTS:The Project Manager or designee will inform the Contractor,in writing,of all Non-Conforming or Unsatisfactory Work that has not been corrected within the two(2) day requirement by delivering a Notification of Adjustment that provides details, including the type(s) and dollar amount(s) of proposed reductions. If Non-Conforming Work is • identified the Contractor will be notified in writing within two (2) business DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 Contract no.21-187-01 days. Where possible, Contractor shall correct all Non-Conforming Work within two(2) business days,during which time the Contractor shall not be assessed any payment reduction other than the$250.00 reduction to cover the City's administrative costs.Failure by the Contractor to correct the Non- Conforming Work within the two (2) business days shall result in the City assessing a payment reduction for each day the Non-Conforming Work remains out of compliance with the Performance Standards. The payment reduction will be invoiced or assessed against the Contractor's monthly invoice, accruing from the date of notification of the Non-Conforming Work through issuance of a notification of compliance,not to exceed the value of Cost per Service for the maintenance site or the value of the Additional Work. The Contractor may, within ten (10) working days of receipt of the Notification of Adjustment, present to the Project Manager or designee specific reasons why any or all of the proposed reductions are not justified. Reasons must be solidly based and must provide specific facts that justify reconsideration and/or adjustment of the invoiced amount or the reduction. Failure to respond within the ten(10)day period will be interpreted to mean that the Contractor accepts the deduction as proposed. All or a portion of the final payment may be delayed or withheld until the Project Manager or designee makes a final decision on any pending proposed reduction(s). 3.4.3 REDUCTIONS: City Inspectors shall identify Work inspected and indicate if the Work meets the Performance Standards. Any work identified that is not performed in accordance with the Performance Standards is subject to the application of payment reductions. The reduction rate for the Work will be calculated using the fixed Unit Costs established in the Contract for the type(s) of Work performed or by the Unity Costs quoted in proposals for Additional Work. 3.4.4 APPLICATION OF REDUCTIONS: The City may assess payment reductions against any outstanding payment due the Contractor for any Non-Conforming or Unsatisfactory Work whether the Work is routine maintenance or additional work as follows. 3.4.5 RE-INSPECTION FEE:The City may assess a fee of$250.00 for each re- inspection where Work is identified as Non-Conforming or Unsatisfactory Work and a re-inspection is required. Such fee is assessed as Liquidated Damages to offset the administrative costs to the City to conduct the inspection and any necessary re-inspection. 3.4.6 UNREPORTED HAZARDS:The City may deduct$2,000.00 for unreported hazardous condition resulting from improper maintenance or lack of maintenance.This would include but not be limited to: Excessive wash-outs resulting from a prolonged, undetected or unaddressed irrigation break as evidenced by; alga growth, excessive weed or vegetative growth ruts left by mowing equipment driving DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 Contract no.21-187-01 through muddied areas of turf grass.The presence of such hazards left unaddressed 48 hours following notification by City of presence of hazard. Prolonged, undetected or unaddressed Open Holes caused by any means and as evidenced by; excessive weed or vegetative growth, aged litter in hole. The presence of such hazard left unaddressed 48 hours following notification by City of presence of hazard. Undetected or unaddressed dead trees or palms or dead branches or fronds that may pose a hazard to pedestrians or vehicular traffic. The presence of tree hazards unaddressed 48 hours following notification by City of presence of hazard. Roadway or sidewalk encroachments of a size or in a location that could result in significant damage to vehicles or that would pose an immediate hazard to pedestrians, cyclists, skaters or riders of segway type vehicles.The presence of such hazard left unaddressed 48 hours following notification by City of presence of hazard. Excessive number of Fire Ant mounds or mounds in high traffic areas or in areas frequented by children (such as playgrounds) and as determined by the Project Manager or designee. Fire Ants left untreated for extended periods of time as evidenced by large size of mound or 48 hours following notification of presence of mounds by City. 3.4.7 CONTRACT DELIVERABLES The City may invoice or retain any or all outstanding invoices for Work performed due to the Contractors failure to provide any required Deliverable or Report as specified in Contract Documents. The City shall release the funds upon compliance with the requirements of the Contract Documents. Should any retainage remain at the end of the Contract, the City shall retain the funds based on the Work not being performed in accordance with the Contract Documents. The Project Manager or designee shall notify the Contractor of all monies withheld under this Article. 3.5 DISPUTES AND MEDIATION:Contractor understands and agrees that all disputes between it and the City upon an alleged violation of the terms of this Contract by the City shall be submitted for resolution in the following manner. Initial effort(s)should be made by the Contractor to resolve any issues with the City representative(s) it works with within in the coordination and performance of the Work.Should the initial efforts at resolution not end in a mutual resolution then the Contractor shall notify the Project Manager or designee in writing of the claim or dispute. The Contractor shall submit its dispute in writing, with all supporting documentation, to Project Manager or designee. Upon receipt of said notification the Project Manager or designee shall review the issues relative to the claim or dispute and issue a written finding. Should the Contractor and the Project Manager or designee fail to resolve the claim or dispute the Contractor shall submit their dispute in writing within five(5) calendar days of the written finding being issued by the Project Manager or designee to the Director of Procurement.Failure to submit such appeal in the stated timeframe of the written finding shall constitute acceptance of the finding by the Contractor. DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 Contract no.21-187-01 Upon receipt of said notification the Director of Procurement shall review the issues relative to the claim or dispute and issue a written finding.Appeal to the Director of Procurement for his/her resolution, is required prior to Contractor being entitled to seek judicial relief in connection therewith. Should the Contractor be entitled to compensation hereunder,the Director of Procurements decision may be subject to approval by the City Manager.Contractor shall not be entitled to seek judicial relief unless: • It has first received Director of Procurement's written decision,approved by the City Manager if applicable • A period of sixty (60) days has expired after submitting to the Director of Procurement a detailed statement of the dispute, accompanied by all supporting documentation. • City has waived compliance with the procedure set forth in this Article by written instrument(s)signed by the Director of Procurement. In the event the determination of a dispute under this Article is unacceptable to either party hereto,the party objecting to the determination must notify the other party in writing within fourteen(14)calendar days of receipt of the written determination.The notice must state the basis of the objection and must be accompanied by a statement that any Contract price or Contract time adjustment claimed is the entire adjustment to which the objecting party has reason to believe it is entitled to as a result of the determination. Within sixty(60) calendar days after completion of the Work or expiration of the Contract Term,the parties shall participate in mediation to address all objections to any determinations hereunder and to attempt to prevent litigation.A certified Mediator,who the parties find mutually acceptable,will conduct any mediation proceedings in Miami-Dade County, State of Florida. The costs of a certified Mediator shall be shared on a 50/50 basis. Should claim or dispute not be resolved in mediation,the parties retain all their legal rights and remedies provided under State law. A party objecting to a determination specifically waives all of its rights provided hereunder, including its rights and remedies under State law, if said party fails to comply in strict accordance with the requirements of this Article. 3.6 RESPONSE TIME: 3.6.1 The Contractor Representative must be on 24 hour call, at all times for emergency purposes and available via telephone communication on a 24 hour, 7 day per week basis 365 day per year. 3.6.2 The Contractor on an immediate and first priority basis, shall be able to provide the City a minimum of 12 and up to 25 personnel and appropriate equipment on a sustained basis to clear roads, right of ways, parks and other City properties in the event of an emergency or Act of God(i.e.storm, tornado or hurricane) at all times or as deemed by the City Manager or his designee. DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 Contract no.21-187-01 3.6.3 Contractor to provide sufficient manpower and equipment to provide any emergency landscaping services with one hour notice from the City. Work to include but not limited to; roadway clearing, irrigation repairs, tree hazards, extensive clean-up and disposal activities. 3.7 MISCELLANEOUS SERVICES: Materials required for additional work or special events not included in the scope of services herein shall be submitted at vendor cost. Evidence of said costs shall be submitted upon request, and attached to the invoice. Proof of costs shall be printed,properly identified,and dated as to issuance of effectiveness. Pricing must be submitted on Miscellaneous Services Cost Proposal form.Any additional material shall be approved in advance by the City. 3.8 COMPLETE PROJECT REQUIRED: These specifications describe the various items or classes of work required, enumerating or defining the extent of same necessary,but failure to list any items or classes under scope of the several sections shall not relieve the contractor from performing such work where required by any part of these specifications,or necessary to the satisfactory completion of the work. 4.0 PERFORMANCE BOND The successful proposer will be required to provide a Performance Bond in the amount of the annual awarded bid price(see Appendix H). Within three (3) calendar days of contract award, Contractor shall furnish a Performance Bond and a Payment Bond from an A-rated Financial Class V Surety Company. 4.1. Bond shall be in the amount of one hundred percent(100%)of the Contract Price guaranteeing to City the completion and performance of the work covered in such Contract as well as full payment of all suppliers, laborers,or subcontractors employed pursuant to this Project. 4.2. Bond shall continue in effect for one year after Final Completion and acceptance of the work with liability equal to one hundred percent(100%)of the Contract sum,or an additional bond shall be conditioned that Contractor will,upon notification by City,correct any defective or faulty work or materials which appear within one year after Final Completion of the Contract. 4.3. Bond shall be recorded in the public records of Miami-Dade County and provide City with evidence of such recording 5.0 INDEPENDENT CONTRACTOR:Contractor shall act under the Contract as an independent Contractor vis-a-vis City of Miami Beach and will not be an agent or employee of the City. Contractor shall not represent or otherwise hold out itself or any of its subcontractors, directors,officers, partners, employees,or agents to be an agent or employee of the City. 6.0 SUBCONTRACTORS Contractor shall not employ any subcontractor against whom City DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 Contract no.21-187-01 may have a reasonable objection. Contractor shall not be required to employ any subcontractor against whom Contractor has a reasonable objection. Contractor shall be fully responsible for all acts and omissions of its subcontractors and of persons directly or indirectly employed by its subcontractors and of persons for whose acts any of them may be liable to the same extent that Contractor is responsible for the acts and omissions of persons directly employed by it. Nothing in the Contract Documents shall create any contractual relationship between any subcontractor and City or any obligation on the part of City to pay or to see the payment of any monies due any subcontractor. City may furnish to any subcontractor evidence of amounts paid to Contractor on account of specific work performed. Contractor agrees to bind specifically every subcontractor to the applicable terms and conditions of the Contract Documents for the benefit of City. 7.0 PERMITS, LICENSES, and CERTIFICATES: Contractors shall obtain, at their expense, valid permits, licenses and certificates(City, County, State, Federal) as required for work under the Contract. Contractors shall give all notices and pay fees and taxes required by law in performance of the Contract. 7.1 COMPLIANCE WITH THE CITY OF MIAMI BEACH AND STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION RULES AND REGULATIONS: Contractors shall comply and abide by all rules and regulations of the above- referenced departments as they may be applicable to performance of the Contract. 7.2 ADVERTISING AND SIGNS: Contractors shall not advertise or place signs on the site,facilities or equipment of the City of Miami Beach. 7.3 NON-INTERFERENCE: Contractor shall not interfere with the public use of sites and shall conduct his operation so as to offer the least possible obstruction and inconvenience to the public or disruption to the peace and quiet of the area within which the services are performed. 8.0 COMPLETION OF WORK All work is to be completed in a continuous manner throughout an entire site or project before moving to next contracted site or additional project. Payment for work shall occur when the City verifies that the service has been completed for the entire site or project. 9.0 PERFORMANCE, INSPECTIONS,AND CORRECTIVE MEASURES 9.1 PERFORMANCE All work shall be done in a thorough and workmanlike manner under Contractor supervision to the satisfaction of the Project Manager or designee. The Contractor shall have the exclusive duty, right, and privilege to perform Grounds Maintenance Services specified in the contract. DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 Contract no. 21-187-01 Contractors shall accomplish landscape maintenance required under the Contract during daylight hours. The City's Project Manager or designee may permit night scheduling on an individual function or task basis. Contractor shall schedule and conduct the work at times and in a manner which shall not interfere with normal pedestrian traffic on adjacent sidewalks or vehicular traffic on adjacent streets,and shall not cause annoyance to residents near the site or users of the site. Contractor shall not work or perform any operations during inclement weather which may destroy or damage landscaped areas. Contractor shall, during the hours and days of operation, respond to all emergencies by taking the appropriate/required action within two(2)hours. 9.2 INSPECTIONS The Contractor shall appoint a Contractor Representative as a full-time supervisor whose responsibility is the coordination of all grounds maintenance services including having the authority to submit of all reports and proposals to City representative(s) responsible for the Contract. City of Miami Beach shall also staff and continually conduct site inspections additionally to ensure adequacy of maintenance and that methods of performing the work are in compliance with contract specifications. City staff and the Contractors Representatives shall meet on the sites once a month, or more frequently at the discretion of the Project Manager,for a walk-through inspection.The meeting shall be at the convenience of the City of Miami Beach. All on-going maintenance functions shall be completed prior to this meeting. 9.2(a) DAILY INSPECTION REPORTING- CONTRACTOR REPSONSIBILITY- Within 24 business hours of completing any work, the Contractor Representative shall notify the corresponding City's designee(s)in writing of all completed work. All service records will be completed in a format approved by the City. 9.2(a)(1) It shall be the Contractor's obligation to regular inspect each site and provide a written report to the City on any site condition which may be detrimental to the health and vitality of all plant material. Further,the Contractor is responsible to report the development of disease or other problems along with recommended solutions. These reports are to be written and should be received by the City no later than 2 days after each inspection. It is required that the City be notified in advance of planned restorative activities in order to allow them to witness and record the applications. 9.2(b)DAILY INSPECTION REPORTING-CITY RESPONSIBILITY-Upon receiving service completion notification from the Contractor,the City shall inspect the serviced location within 48 business hours. 9.3 CORRECTIVE MEASURES FOR DEFICIENT WORK 9.3(a)TIME TABLE FOR CORRECTIVE MEASURES-If,upon inspection by authorized City DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 Contract no.21-187-01 representatives, the work specified has not been completed, the City shall contact the Contractor in writing to indicate the necessary corrective measures. Then, the Contractor will be given 48 hours from notification by the City to make appropriate corrections and notify the City in writing of said completion. All extensions beyond the contractual 48 hour period for corrective work shall be approved in writing by the City. The City will conduct a re-inspection either 48 hours after the initial corrective notification from the City to the Contractor or after the agreed upon written extension period for the purpose to confirm whether or not that corrective work has been brought in to compliance with Quality Objective. 9.3(b) CONTRACTOR CORRECTING DEFICIENCIES UPON REINSPECTION- If the corrective work has been completed successfully upon any site re-inspection by the City, then the City will pay for services billed. 9.3(c) CONTRACTOR FAILURE TO CORRECT WORK DEFICENCIES UPON REINSPECTION-If the prescribed corrective work is still deficient after the re-inspection, at the sole discretion of the City, a Payment Reduction may be assessed in accordance with Appendix A Section 3.4 of contract specifications andlor a re-inspection fee of$250.00 will be accessed. 9.3(c)(1)The City reserves the right to re-inspect all deficient work every 48 business hours after the first failure of corrective work by the Contractor and assess an additional $250.00 per re-inspection fee to the Contractor until brought in to compliance with Quality Objective. 9.4 REPLACEMENT OF PLANT MATERIALS DUE TO CONTRACTOR NEGLIGENCE 9.4(a) REPLACEMENT REQUIREMENT-Any plants which are damaged or die as a result of improper maintenance, inadequate or lack of irrigation or lack sufficient maintenance shall be replaced by the Contractor, at no cost to the City, within ten (10) calendar days upon discovery by the Contractor or notification by the City. 9.4(b)PLANT REPLACEMENT CRITERIA-The following criteria shall be used to determine if replacement is necessary: 9.4(b)(1) Plants are not in a healthy growing condition and this renders them below a Florida Grade#1 as defined. 9.4(b)(2)There is a question of any plants ability to thrive after the end of the maintenance period which would render it below the minimum quality standards (Florida Grade #1 as defined by the Florida Grades and Standards Manual for Nursery Plants). 9.4(b)(3)The plant material is dead. 9.4(c) REPLACEMENT MATERIALS- Replacement material shall be of the same brand, species,quality and conform to the Florida Grades&Standards for nursery plants as Florida #1 Quality. The replacement plant shall be of equal size to the plant to be replaced at the DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 Contract no.21-187-01 time it has been determined that it must be replaced. However,if for some reason,the plant to be replaced is smaller than the size to be replaced. Contractor must have written permission from the City prior to installation and permission correspondence must state reason for smaller replacement materials. 9.4(d)CONTRACTOR TIMEFRAME TO REPLACE DEFICIENT PLANT MATERIALS- After the ten(10)day replacement period,work will be deemed to be Non-Conforming and Subject to Payment Adjustments in accordance to Appendix A Section 3.4. Additionally and not withstanding;the City may perform the work and withhold monies due to the Contractor for materials and labor costs. 9.5 PROTECTION OF PROPERTY AND REPAIR OF DAMAGE All portions of landscape structures,facilities,services,utilities,and roads shall be protected against damage or interrupted service at all times by the Contractor during the term of the Contract. Any damage to the property as a result of.the performance of work by the Contractor during the terms of the Contract shall be replaced or replaced in kind and in a manner approved by the Project Manager or designee. All work'of this kind shall be made immediately after damage or alteration occurs, unless otherwise directed. 9.6 DAMAGE NOTIFICATION The Contractor shall notify the Project Manager or designee within twenty-four(24) hours after the discovery of any damage caused by accident, vandalism, theft, acts of god, or undetermined causes. 9.7 NOTICES TO CURE If the City's Project Manager or Designee determines that there is/are continuous deficiency(s) or overall failure to provide the listed services in a timely manner by the contractor in the performance of the contract, the City's Project Manager or designee will send a Cure Notice to the Contractor notifying them in writing of the deficiencies/failures in question with a copy to the Director of the Procurement Management Department requesting that they provide in writing within seven (7) calendar days of notification, any/all actions proposed to be taken in order to correct/cure the identified deficiency(s). If all parties (City's Project Manager or Designee and Contractor) agree that actual damages/deficiencies would require more than seven (7) calendar days to correct/cure, a reasonable time frame,in writing,will be determined based on a meeting between the City's Project Manager or Designee and the Contractor for the identified deficiency(s). Should the City issue two(2) Cure Notices for the same deficiency(s),or a total of three(3) Cure Notices within a twelve (12) month period, the City may exercise its right to proceed with the Termination of this contract. 9.8 CITY OF MIAMI BEACH RIGHT TO CORRECT DEFICIENCIES Additionally,and notwithstanding the above provision,the City has the right to move on site with City personnel or private Contractors to correct deficiencies seven(7) calendar days after notification in writing, by either the City of Miami Beach Project Manager or his/her designee. DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 Contract no.21-187-01 If, in the sole discretion or judgment of the City's Project Manager or Designee, the Contractor and/or his employee(s)are not properly performing the services required under the Contract,then the Contractor and/or all employees may be temporarily replaced by City or contracted personnel and payment to be made by the City suspended while the matter is being investigated. Total costs-incurred by completion of the work by the City will be deducted and forfeited from the payments to the Contractor from the City. This section shall not be construed as a penalty, but as an adjustment of payment to Contractor for only the work actually performed,and accepted by the City,and the recovering of City costs from the failure of the Contractor to complete or comply with the provisions of the Contract. 10.0,E-VERIFY I ILLEGAL ALIEN LABOR: The Contractor and its subcontractors performing work and providing services under a resulting agreement will utilize the US Department of Homeland Security's E-Verify system to verify, the employment eligibility of all new employees hired by the Contractor/subcontractor during the Agreement term. All cost incurred to initiate and sustain the aforementioned programs shall be the responsibility of the Contractor. Failure to meet this requirement may result in.termination of the Agreement by the City. 11.METHOD OF PAYMENT: The vendor shall submit an invoice to the City user department(s)that requested the service through a purchase order. The date of the invoices shall not exceed thirty(30)calendar days from the date service was provided. Under no circumstances shall the invoice be submitted to the City in advance of the services being provided. In addition the invoice shall reference (or include a copy of) the corresponding documentation (pick-up ticket number) that was signed by an authorized representative of the City user department at the time the service was provided. Failure to submit invoices in the prescribed manner will delay payment. 12.WARRANTY: If•a tree, sods, or any materials fail that consists of warranty, on a duration of 12 month upon receiving,the following must be applied. (a) REPLACEMENT REQUIREMENT- Any plants/trees which are damaged or die as a result of improper maintenance, inadequate or lack of irrigation or lack sufficient maintenance shall be replaced by the Contractor, at no cost to the City, within ten (10) calendar days upon discovery by the Contractor or notification by the City. (b) PLANT REPLACEMENT CRITERIA- The following criteria shall be used to determine if replacement is necessary: (b)(1) Plants are not in a healthy growing condition and this renders them below a Florida Grade#1 as defined. DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 Contract no.21-187-01 (b)(2) There is a question of any plants ability to thrive after the end of the maintenance period which would render it below the minimum quality standards (Florida Grade #1 as defined by the Florida Grades and Standards Manual for Nursery Plants). (b)(3)The plant material is dead. (c)REPLACEMENT MATERIALS-Replacement material shall be of the same brand,species,quality and conform to the Florida Grades & Standards for nursery plants as Florida #1 Quality. The replacement plant shall be of equal size to the plant to be replaced at the time it has been determined that it must be replaced. However, if for some reason, the plant to be replaced is smaller than the size to be replaced. Contractor must have written permission from the City prior to installation and permission correspondence must state reason for smaller replacement materials. (d)CONTRACTOR TIMEFRAME TO REPLACE DEFICIENT PLANT MATERIALS-After the ten(10) day replacement period, work will be deemed to be Non-Conforming and Subject to Payment Adjustments.Additionally and not withstanding;the City may perform the work and withhold monies due to the Contractor for materials and labor costs [REMAINDER OF THIS PAGE IS LEFT INTENTIONALLY BLANK] DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 EXHIBIT B Contract no.21-187-02 FEE SCHEUDLE • 17 DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 RFP 2021-187-AY Grounds Mainte a ce for Pa ks a d Athle is F Id GROUP I: NORTH BEACH (NORT OF 41ST S REE ) • G P I - BEAC V W PARK 53rd Street&Collins Av u Eas of the Pa kJ g to co al r ck wait the wes ed f the Du (a) (b) ( x b) st.Number of Co t P Yearly Cost Annual Servic s Service REGULAR SE VIC S MOW,EDGE,LINE TRI 36 $ 101.16 $ 3 641.7 RR GAT ON C LL CH K $ 20 4 $ 735 8 FU RR GA S V S(W S ) 2 $ 9 $ 5 7 8 P B D/H UB PR G 36 $ 3 $ 7 835 K &P S C R 36 $ 88 $ 3 68 7 R C R $ 8 $ 578 8 FULL SERVICE TOTAL: $ 7 935 56 • (a) (b) ( x b) Est.Number of Cost P Y y Cost nnu I Se vic Se vic EXTRA SE VICES M C $ 7 66 $ 3 83 3 R PR G $ 3 666 $ 3 666 PAMPR G $ 366 $ 5 656 F R ZE TREES 3 $ 114.84 $ 344.52 FERTILIZE PALMS 4 $ 437.08 $ 1,748.32 FERTILIZE PLANT BEDS/SHRUBS 3 $ 244.56 $ 733.68 FERTILIZE TURF 3 $ 73.90 $ 221.70 PRESSURE CLEANING 4 $ 147.40 $ 589.60 EXT SE VICES TOT $ 12,674.36 ANNUAL GRAND TOTAL(to includ regula and ex servi ): 5 30,609.92 GROUP I - IND AN BEACH PARK 46th Street&Collins Ave.East of the Parking lot coral rock wall to the west rn edg of th Dun . O (b) ( x b) Est.Numb of Cost Pe nn Se vi Se v e Ye y Cost EGU SE VICES MOW,EDGE,LINE TRIM 36 $ 101.16 $ 3,641.76 IRRIGATION CONTROLLER CHECK 36 $ 20.40 $ 734.40 FULL IRRIGATION SERVICES(WET TEST) 12 $ 64.33 $ 771.96 PLANT BEDS/SHRUB PRUNING 36 $ 101.16 $ 3,641.76 WEEKD&PEST CONTROL 36 $ 76.97 $ 2,770.92 LITTER CONTROL 140 $ 18.43 $ 2,580.20 F SE VICE TO : $ 14,141.00 ( ) (b) ( x b) Est.N m of Cost Pe Ye y Cost EX SE VICES nn Se v es Se v e MULCH 2 $ 1,292.17 $ 2,584.34 TREE PRUNING 1 $ 327.33 $ 327.33 PALM PRUNING 4 $ 2,613.27 $ 10,453.08 FERTILIZE TREES 3 $ 114.40 $ 343.20 FERTILIZE PALMS 4 $ 245.02 $ 980.08 FERTILIZE PLANT BEDS/SHRUBS 3 $ 73.90 $ 221.70 FERTILIZE TURF 3 $ 53.89 $ 161.67 PRESSURE CLEANING 4 $ 147.40 $ 589.60 EXT SE VICES TOT $ 15,661.00 ANNUAL GRAND TOTAL(to include regular and ext a s vic s): $ 29,802.00 DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-0975656D55A4 RFP 2021-187-AY Grounds Maintenance for Parks and Athletic Fields GROU I - F SHER P RK Al R a 50 5. ( ) (b) ( x b) Est.N mbe of Cost Pe nn Se v es Se v e Ye y Cost EG SE VICES MOW,EDGE,LINE TRIM 36 $ 202.32 $ 7,283.52 IRRIGATION CONTROLLER CHECK 36 $ 20.40 $ 734.40 FULL IRRIGATION SERVICES(WET TEST) 12 $ 64.33 $ 771.96 PLANT BEDS/SHRUB PRUNING 36 $ 50.58 $ 1,820.88 WEEKD&PEST CONTROL 36 $ 76.97 $ 2,770.92 LITTER CONTROL 140 $ 18.42 $ 2,578.80 F SE VICE TOT : $ 15,960.48 O (b) ( x b) Est.N mbe of Cost Pe nn Se v es Se v e Ye y Cost EXT SE VICES MULCH 2 $ 1,045.00 $ 2,090.00 TREE PRUNING 1 $ 326.66 $ 326.66 PALM PRUNING 4 $ 326.66 $ 1,306.64 FERTILIZE TREES 3 $ 57.42 $ 172.26 FERTILIZE PALMS 4 $ 69.55 $ 278.20 FERTILIZE PLANT BEDS/SHRUBS 3 $ 99.79 $ 299.37 FERTILIZE TURF 3 $ 149.23 $ 447.69 PRESSURE CLEANING 4 $ 294.80 $ 1,179.20 EXT SE VICES TOT : $ 6,100.02 ANNUAL GRAND TOTAL( o in I de reg and ex ra servi es): s 22,060.50 er7 GROUP I - PO NC AN P RK 63 d&N Bay D. ( ) (b) ( x b) Est.N mbe of Cost Pe nn Se v es Se v e Ye y Cost EG SE VICES MOW,EDGE,LINE TRIM 36 $ 50.58 $ 1,820.88 IRRIGATION CONTROLLER CHECK 36 $ 18.42 $ 663.12 FULL IRRIGATION SERVICES(WET TEST) 12 $ 20.40 $ 244.80 PLANT BEDS/SHRUB PRUNING 36 $ 50.58 $ 1,820.88 WEEKD&PEST CONTROL 36 $ 28.25 $ 1,017.00 LITTER CONTROL 140 $ 18.43 $ 2,580.20 F SE VICE TOT : $ 8,146.88 ( ) (b) ( x b) Est.N mbe of Cost Pe nn Se v es Se v e Ye y Cost EXT SE VICES MULCH 2 $ 357.52 $ 715.04 TREE PRUNING 1 $ 81.66 $ 81.66 PALM PRUNING 4 $ 81.66 $ 326.64 FERTILIZE TREES 3 $ 20.00 $ 60.00 FERTILIZE PALMS 4 $ 20.00 $ 80.00 FERTILIZE PLANT BEDS/SHRUBS 3 $ 48.00 $ 144.00 FERTILIZE TURF 3 $ 53.89 $ 161.67 PRESSURE CLEANING 4 $ 147.40 $ 589.60 EXT SE VICES TOT : $ 2,158.61 ANNUAL GRAND TOTAL( o in lu regul and ex ra sery ): $ 10,305.49 DocuSign Envelope ID:C3A5B18A-A673-46B1-95E2-0975656D55A4 RFP 2021-187-AY G ounds Maintenance to Pa ks and Athletic Fields GROUP I -ALL SON PARK L p ri ht f way( ) y;f m back f curb[ A e.]east t park m .F m si ewa k s uth ( ) (b) ( x b) Est.N mbe of Cost Pe Ye y Cost EG SE VICES nn Se v es Se v e MOW,EDGE,LINE TRIM 36 $ 105.76 $ 3,807.36 IRRIGATION CONTROLLER CHECK 36 $ 21.32 $ 767.52 FULL IRRIGATION SERVICES(WET TEST) 12 $ 42.65 $ 511.80 PLANT BEDS/SHRUB PRUNING 36 $ 105.76 $ 3,807.36 WEEKD&PEST CONTROL 36 $ 92.02 $ 3,312.72 LITTER CONTROL 140 $ 19.26 $ 2,696.40 F SE VICE TOT : $ 14,903.16 ( ) (b) ( x b) Est.N mbe of Cost Pe Ye y Cost EXT SE VICES nn Se v es Se v e MULCH 2 $ 1,456.66 $ 2,913.32 TREE PRUNING 1 $ 341.51 $ 341.51 PALM PRUNING 4 $ 2,732.06 $ 10,928.24 FERTILIZE TREES 3 $ 193.89 $ 581.67 FERTILIZE PALMS 4 $ 533.28 $ 2,133.12 FERTILIZE PLANT BEDS/SHRUBS 3 $ 100.37 $ 301.11 FERTILIZE TURF 3 $ 112.68 $ 338.04 PRESSURE CLEANING 4 $ 154.10 $ 616.40 EXT SE VICES TOT : $ 18,153.41 ANNUAL GRAND TOTAL( o in I de reg lar and ex ra servi es): $ 33,056.57 n'tis• , ''t b I r ;r x d a" p %I4. e r r x T xp 3' S% s f r 0 the east si e f C II Ay b 72 a 7 S.,f m C i s east t the c ra r ck wa . ( ) (b) ( x b) Est.N mbe of Cost Pe Ye y Cost EG SE VICES nn Se v es Se v e MOW,EDGE,LINE TRIM 36 $ 101.16 $ 3,641.76 IRRIGATION CONTROLLER CHECK 36 $ 20.40 $ 734.40 FULL IRRIGATION SERVICES(WET TEST) 12 $ 40.79 $ 489.48 PLANT BEDS/SHRUB PRUNING 36 $ 101.16 $ 3,641.76 WEEKD&PEST CONTROL 36 $ 88.03 $ 3,168.90 LITTER CONTROL 140 $ 18.43 $ 2,580.20 F SE VICE TOT : $ 14,256.50 ( ) (b) ( x b) Est.N mbe of Cost Pe Ye y Cost EXT SE VICES nn Se v es Se v e MULCH 2 $ 1,741.66 $ 3,483.32 TREE PRUNING 1 $ 326.66 $ 326.66 PALM PRUNING 4 $ 3,266.59 $ 13,066.36 FERTILIZE TREES 3 $ 114.84 $ 344.52 FERTILIZE PALMS 4 $ 761.80 $ 3,047.20 FERTILIZE PLANT BEDS/SHRUBS 3 $ 121.90 $ 365.70 FERTILIZE TURF 3 $ 107.78 $ 323.34 PRESSURE CLEANING 4 $ 368.51 $ 1,474.04 EXT SE VICES TOT : $ 22,4 1.14 ANNUAL GRAND TOTAL( o in I de reg lar and ex ra servi es):I $ 36,687.64 DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 RFP 2021-187-AY G ounds Maintenance fo Pa ks and Athletic Fields G 0 I - ORTH B ACH COMM Y G A PARK Fie west si e f D f 73-74 a a scapi ar u the utsi o f the c u ity ar e () (b) ( x b) Est.N mbe of Cost Pe Ye y Cost EG SE VICES nn Se v es Se v e MOW,EDGE,LINE TRIM 36 $ 252.90 $ 9,104.40 IRRIGATION CONTROLLER CHECK 36 $ 20.40 $ 734.40 FULL IRRIGATION SERVICES(WETTEST) 12 $ 43.94 $ 527.28 PLANT BEDS/SHRUB PRUNING 36 $ 50.58 $ 1,820.88 WEEKD&PEST CONTROL 36 $ 76.97 $ 2,770.92 LITTER CONTROL 140 $ 18.42 $ 2,578.80 F SE VICE TOT : $ 17,536.68 ( ) (b) ( x b) Est.N mbe of Cost Pe Ye y Cost EXT SE VICES nn Se v es Se v e MULCH 2 $ 1,393.33 $ 2,786.66 TREE PRUNING 1 $ 326.66 $ 326.66 PALM PRUNING 4 $ 490.00 $ 1,960.00 FERTILIZE TREES 3 $ 20.00 $ 60.00 FERTILIZE PALMS 4 $ 43.06 $ 172.24 FERTILIZE PLANT BEDS/SHRUBS 3 $ 30.00 $ 90.00 FERTILIZE TURF 3 $ 85.67 $ 257.01 PRESSURE CLEANING 4 $ 294.80 $ 1,179.20 EXT SE VICES TOT : $ 6,831.77 ANNUAL GRAND TOTAL( o in I de reg lar and ex ra servi es): $ 24,368.45 5 park at the rth e f W y A e. ( ) (b) ( x b) Est.N mbe of Cost Pe Ye y Cost EG SE VICES nn Se v es Se v e MOW,EDGE,LINE TRIM 36 $ 101.16 $ 3,641.76 IRRIGATION CONTROLLER CHECK 36 $ 20.40 $ 734.40 FULL IRRIGATION SERVICES(WETTEST) 12 $ 20.40 $ 244.80 PLANT BEDS/SHRUB PRUNING 36 $ 50.58 $ 1,820.88 WEEKD&PEST CONTROL 36 $ 28.25 $ 1,017.00 LITTER CONTROL 140 $ 18.42 $ 2,578.80 F SE VICE TOT :: $ 10,037.64 ( ) (b) ( x b) Est.N mbe of Cost Pe Ye y Cost EXT SE VICES nn Se v es Se v e MULCH 2 $ 1,393.33 $ 2,786.66 TREE PRUNING 1 $ 326.66 $ 326.66 PALM PRUNING 4 $ 326.66 $ 1,306.64 FERTILIZE TREES 3 $ 20.00 $ 60.00 FERTILIZE PALMS 4 $ 43.06 $ 172.24 FERTILIZE PLANT BEDS/SHRUBS 3 $ 30.00 $ 90.00 FERTILIZE TURF 3 $ 53.89 $ 161.67 PRESSURE CLEANING 4 $ 294.80 $ 1,179.20 EXT SE VICES TOT : $ 6,083.07 ANNUAL GRAND TOTAL( o in I de reg lar and ex ra servi es):I$ 16,120.71 DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 RFP 2021-187-AY G ounds Maintenance fo Pa ks and Athletic Fields GROUP I - CR PI PARK 78 1 Crespi B ( ) (b) ( x b) Est.N mbe of Cost Pe Ye y Cost EG SE VICES nn Se v es Se v e MOW,EDGE,LINE TRIM 36 $ 101.16 $ 3,641.76 IRRIGATION CONTROLLER CHECK 36 $ 20.40 $ 734.40 FULL IRRIGATION SERVICES(WET TEST) 12 $ 20.40 $ 244.80 PLANT BEDS/SHRUB PRUNING 36 $ 101.16 $ 3,641.76 WEEKD&PEST CONTROL 36 $ 39.31 $ 1,415.16 LITTER CONTROL 140 $ 18.42 $ 2,578.80 F SE VICE TOT : $ 12,256.68 O (b) ( x b) Est.N mbe of Cost Pe Ye y Cost EXT SE VICES nn Se v es Se v e MULCH 2 $ 1,393.33 $ 2,786.66 TREE PRUNING 1 $ 326.66 $ 326.66 PALM PRUNING 4 $ 326.66 $ 1,306.64 FERTILIZE TREES 3 $ 20.00 $ 60.00 FERTILIZE PALMS 4 $ 30.00 $ 120.00 FERTILIZE PLANT BEDS/SHRUBS 3 $ 48.00 $ 144.00 FERTILIZE TURF 3 $ 107.78 $ 323.34 PRESSURE CLEANING 4 $ 294.80 $ 1,179.20 EXT SE VICES TOT : $ 6,246.50 ANNUAL GRAND TOTAL( o in I de reg Iar and ex ra servi es): $ 18,50318 GROUP I - TILLW PARK 844 11 A e ( ) (b) ( x b) Est.N mbe of Cost Pe Ye y Cost EG SE VICES nn Se v es Se v e MOW,EDGE,LINE TRIM 36 $ 101.16 $ 3,641.76 IRRIGATION CONTROLLER CHECK 36 $ 20.40 $ 734.40 FULL IRRIGATION SERVICES(WETTEST) 12 $ 43.94 $ 527.28 PLANT BEDS/SHRUB PRUNING 36 $ 101.16 $ 3,641.76 WEEKD&PEST CONTROL 36 $ 76.97 $ 2,770.92 LITTER CONTROL 140 $ 18.42 $ 2,578.80 F SE VICE TOT : $ 13,894.92 ( ) (b) ( x b) Est.N mbe of Cost Pe Ye y Cost EXT SE VICES nn Se v es Se v e MULCH 2 $ 1,741.66 $ 3,483.32 TREE PRUNING 1 $ 326.66 $ 326.66 PALM PRUNING 4 $ 326.66 $ 1,306.64 FERTILIZE TREES 3 $ 57.42 $ 172.26 FERTILIZE PALMS 4 $ 43.06 $ 172.24 FERTILIZE PLANT BEDS/SHRUBS 3 $ 85.67 $ 257.01 FERTILIZE TURF 3 $ 73.90 $ 221.70 PRESSURE CLEANING 4 $ 589.61 $ 2,358.44 EXT SE VICES TOT : $ 8,298.27 ANNUAL GRAND TOTAL( o in I de reg lar and ex ra servi es): $ 22,193.19 DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-0975656D55A4 RFP 2021-187-AY G ounds Maintenance fo Pa ks and Athletic Fields GROUP I -TATUM PARK 8 5 By Ae. ( ) (b) ( x b) Est.N mbe of Cost Pe Ye Cost EG SE VICES nn Se v es Se v e MOW,EDGE,LINE TRIM 36 $ 52.88 $ 1,903.68 IRRIGATION CONTROLLER CHECK 36 $ 21.33 $ 767.88 FULL IRRIGATION SERVICES(WET TEST) 12 $ 39.78 $ 477.36 PLANT BEDS/SHRUB PRUNING 36 $ 52.88 $ 1,903.68 WEEKD&PEST CONTROL 36 $ 29.53 $ 1,063.08 LITTER CONTROL 140 $ 9.63 $ 1,348.20 F SE VICE TOT : $ 7,463.88 O (b) ( x b) Est.N mbe of Cost Pe Ye Cost EXT SE VICES nn Se v es Se v e MULCH 2 $ 364.17 $ 728.34 TREE PRUNING 1 $ 170.75 $ 170.75 PALM PRUNING 4 $ 85.78 $ 343.12 FERTILIZE TREES 3 $ 30.00 $ 90.00 FERTILIZE PALMS 4 $ 45.02 $ 180.08 FERTILIZE PLANT BEDS/SHRUBS 3 $ 30.00 $ 90.00 FERTILIZE TURF 3 $ 56.34 $ 169.02 PRESSURE CLEANING 4 $ 154.10 $ 616.40 EXT SE VICES TOT : $ 2,387.71 ANNUAL GRAND TOTAL( o in I de reg lar and ex ra servi es): 5 9,851.59 GROUP I - LA GORC PARK 6421 A R () (b) ( x b) Est.N mbe of Cost Pe nn Se v es Se v e Ye Y Cost EG SE VICES MOW,EDGE,LINE TRIM 36 $ 52.88 $ 1,903.68 IRRIGATION CONTROLLER CHECK 36 $ 21.32 $ 767.52 FULL IRRIGATION SERVICES(WET TEST) 12 $ 21.32 $ 255.84 PLANT BEDS/SHRUB PRUNING 36 $ 52.88 $ 1,903.68 WEEKD&PEST CONTROL 36 $ 29.53 $ 1,063.08 LITTER CONTROL 140 $ 9.63 $ 1,348.20 F SE VICE TOT : $ 7,242.00 ( ) (b) ( x b) Est.N mbe of Cost Pe Ye Cost EXT SE VICES nn Se v es Se v e MULCH 2 $ 364.17 $ 728.34 TREE PRUNING 1 $ 256.13 $ 256.13 PALM PRUNING 4 $ 82.42 $ 329.68 FERTILIZE TREES 3 $ 30.00 $ 90.00 FERTILIZE PALMS 4 $ 30.00 $ 120.00 FERTILIZE PLANT BEDS/SHRUBS 3 $ 30.00 $ 90.00 FERTILIZE TURF 3 $ 56.34 $ 169.02 PRESSURE CLEANING 4 $ 18.60 $ 74.40 EXT SE VICES TOT : $ 1,857.57 ANNUAL GRAND TOTAL( o in I de reg lar and ex ra servi es):l s 9,099.57 DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 RFP 2021-187-AY G ounds Maintenance fo Pa ks and Athletic Fields GROUP I - BRITTA Y BAY PARK 6 &6S Street a I Creek ( ) (b) ( x b) Est.N mbe of Cost Pe nn Se v es Se v e Ye y Cost EG SE VICES MOW,EDGE,LINE TRIM 36 $ 202.32 $ 7,283.52 IRRIGATION CONTROLLER CHECK 36 $ 20.40 $ 734.40 FULL IRRIGATION SERVICES(WET TEST) 12 $ 43.94 $ 527.28 PLANT BEDS/SHRUB PRUNING 36 $ 50.58 $ 1,820.88 WEEKD&PEST CONTROL 36 $ 76.97 $ 2,770.92 LITTER CONTROL 140 $ 18.42 $ 2,578.80 F SE VICE TOT : $ 15,715.80 ( ) (b) ( x b) Est.N mbe of Cost Pe nn Se v es Se v e Ye y Cost EXT SE VICES MULCH 2 $ 3,281.00 $ 6,562.00 TREE PRUNING 1 $ 653.32 $ 653.32 PALM PRUNING 4 $ 653.32 $ 2,613.28 FERTILIZE TREES 3 $ 92.73 $ 278.19 FERTILIZE PALMS 4 $ 92.73 $ 370.92 FERTILIZE PLANT BEDS/SHRUBS 3 $ 25.89 $ 77.67 FERTILIZE TURF 3 $ 85.67 $ 257.01 PRESSURE CLEANING 4 $ 368.51 $ 1,474.04 EXT SE VICES TOT : $ 12,286.43 ANNUAL GRAND TOTAL( o in I de reg lar and ex ra servi es): $ 28,002.23 GROUP I - ORMA Y HOR PARK &T I 4 1 Biarritz Dr ( ) (b) ( x b) Est.N mbe of Cost Pe Ye y Cost EG SE VICES nn Se v es Se v e MOW,EDGE,LINE TRIM 36 $ 52.88 $ 1,903.68 IRRIGATION CONTROLLER CHECK 36 $ 21.32 $ 767.52 FULL IRRIGATION SERVICES(WET TEST) 12 $ 21.32 $ 255.84 PLANT BEDS/SHRUB PRUNING 36 $ 52.88 $ 1,903.68 WEEKD&PEST CONTROL 36 $ 29.53 $ 1,063.08 LITTER CONTROL 140 $ 9.63 $ 1,348.20 F SE VICE TOT : $ 7,242.00 ( ) (b) ( x b) Est.N mbe of Cost Pe Ye y Cost EXT SE VICES nn Se v es Se v e MULCH 2 $ 364.17 $ 728.34 TREE PRUNING 1 $ 341.51 $ 341.51 PALM PRUNING 4 $ 341.51 $ 1,366.04 FERTILIZE TREES 3 $ 36.92 $ 110.76 FERTILIZE PALMS 4 $ 60.03 $ 240.12 FERTILIZE PLANT BEDS/SHRUBS 3 $ 27.07 $ 81.21 FERTILIZE TURF 3 $ 89.56 $ 268.68 PRESSURE CLEANING 4 $ 19.12 $ 76.48 EXT SE VICES TOT : $ 3,213.14 ANNUAL GRAND TOTAL( o in I de reg lar and ex ra servi es): $ 10,455.14 DocuSign Envelope ID:C3A5B16A-A673-4BB1-95E2-D975656055A4 RFP 2021-187-AY G ounds Maintenance fo Pa ks and Athletic Fields GROUP I - FAIRWAY PARK and ATHL TIC Fl L Fairway Dr.-T i c u e ree way a fe ce b r eri f c urse ( ) (b) ( x b) Est.N mbe of Cost Pe Ye y Cost EG SE VICES nn Se v es Se v e MOW,EDGE,LINE TRIM 36 $ 100.25 $ 3,609.00 MOW,EDGE,LINE TRIM ATHLETIC FIELDS 140 $ 200.48 $ 28,067.20 IRRIGATION CONTROLLER CHECK 36 $ 10.10 $ 363.60 FULL IRRIGATION SERVICES(WET TEST) 12 $ 37.71 $ 452.52 PLANT BEDS/SHRUB PRUNING 36 $ 50.12 $ 1,804.32 WEEKD&PEST CONTROL 36 $ 59.23 $ 2,132.28 LITTER CONTROL 140 $ 9.13 $ 1,278.20 F SE VICE TOT : $ 37,707.12 ( ) (b) ( x b) Est.N mbe of Cost Pe Ye y Cost EXT SE VICES nn Se v es Se v e MULCH 2 $ 935.26 $ 1,870.52 TREE PRUNING 1 $ 323.69 $ 323.69 PALM PRUNING 4 $ 80.92 $ 323.68 FERTILIZE TREES 3 $ 34.99 $ 104.97 FERTILIZE PALMS 4 $ 56.90 $ 227.60 FERTILIZE PLANT BEDS/SHRUBS 3 $ 25.66 $ 76.98 AERATION 3 $ 219.09 $ 657.27 TOP DRESS 3 $ 273.52 $ 820.56 VERTICUTTING 1 $ 219.09 $ 219.09 SPIKING 6 $ 219.09 $ 1,314.54 FERTILIZE ATHLETIC FIELD TURF 9 $ 87.63 $ 788.67 FERTILIZE TURF 3 $ 53.40 $ 160.20 PRESSURE CLEANING 4 $ 36.52 $ 146.08 EXT SE VICES TOT : $ 7,033.85 ANNUAL GRAND TOTAL( o in I de reg lar and ex ra servi es): $ 44,740.97 7 3 T E ( ) (b) ( x b) Est.N mbe of Cost Pe Ye y Cost EG SE VICES nn Se v es Se v e MOW,EDGE,LINE TRIM 36 $ 200.49 $ 7,217.64 MOW,EDGE,LINE TRIM ATHLETIC FIELDS 140 $ 200.48 $ 28,067.20 IRRIGATION CONTROLLER CHECK 36 $ 20.21 $ 727.56 FULL IRRIGATION SERVICES(WET TEST) 12 $ 40.42 $ 485.04 PLANT BEDS/SHRUB PRUNING 36 $ 100.24 $ 3,608.64 WEEKD&PEST CONTROL 36 $ 76.27 $ 2,745.72 LITTER CONTROL 140 $ 18.25 $ 2,555.00 F SE VICE TOT : $ 45,406.80 ( ) (b) ( x b) Est.N mbe of Cost Pe Ye y Cost EXT SE VICES nn Se v es Se v e MULCH 2 $ 1,380.67 $ 2,761.34 TREE PRUNING 1 $ 647.38 $ 647.38 PALM PRUNING 4 $ 3,236.89 $ 12,947.56 FERTILIZE TREES 3 $ 91.89 $ 275.67 FERTILIZE PALMS 4 $ 137.83 $ 551.32 FERTILIZE PLANT BEDS/SHRUBS 3 $ 135.50 $ 406.50 AERATION 3 $ 219.09 $ 657.27 TOP DRESS 3 $ 1,071.87 $ 3,215.61 VERTICUTTING 1 $ 219.09 $ 219.09 SPIKING 6 $ 219.09 $ 1,314.54 FERTILIZE TURF 9 $ 43.82 $ 394.38 FERTILIZE TURF 3 $ 106.80 $ 320.40 PRESSURE CLEANING 4 $ 730.31 $ 2,921.24 EXT SE VICES TOT : $ 26,632.30 ANNUAL GRAND TOTAL( o in I de reg lar and ex ra servi es):I$ 72,039.10 DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-0975656D55A4 RFP 2021-187-AY G ounds Maintenance fo Pa ks and Athletic Fields GROUP I - ORTH HOR PARK &YOUTH C T R &ATHL TIC Fl L 5 17 St. ( ) (b) ( x b) Est.N mbe of Cost Pe nn Se v es Se v e Ye y Cost EG SE VICES MOW,EDGE,LINE TRIM PARK AREA 36 $ 303.49 $ 10,925.64 MOW,EDGE,LINE TRIM ATHLETIC FIELDS 140 $ 101.16 $ 14,162.40 IRRIGATION CONTROLLER CHECK 36 $ 20.40 $ 734.40 FULL IRRIGATION SERVICES(WET TEST) 12 $ 43.94 $ 527.28 PLANT BEDS/SHRUB PRUNING 36 $ 101.16 $ 3,641.76 WEEKD&PEST CONTROL 36 $ 88.02 $ 3,168.72 LITTER CONTROL 140 $ 18.42 $ 2,578.80 F SE VICE TOT : $ 35,739.00 ( ) (b) ( x b) Est.N mbe of Cost Pe nn Se v es Se v e Ye y Cost EXT SE VICES MULCH 2 $ 6,562.01 $ 13,124.02 TREE PRUNING 1 $ 489.99 $ 489.99 PALM PRUNING 4 $ 653.32 $ 2,613.28 FERTILIZE TREES 3 $ 92.73 $ 278.19 FERTILIZE PALMS 4 $ 150.15 $ 600.60 FERTILIZE PLANT BEDS/SHRUBS 3 $ 125.69 $ 377.07 AERATION 3 $ 294.80 $ 884.40 TOP DRESS 3 $ 1,631.67 $ 4,895.01 VERTICUTTING 1 $ 294.80 $ 294.80 SPIKING 6 $ 294.80 $ 1,768.80 FERTILIZE ATHLETIC FIELD TURF 9 $ 279.11 $ 2,511.99 FERTILIZE TURF 3 $ 171.34 $ 514.02 PRESSURE CLEANING 4 $ 589.61 $ 2,358.44 EXT SE VICES TOT : $ 30,710.61 ANNUAL GRAND TOTAL( o in I de reg lar and ex ra servi es): $ 66,449.61 C i sA efr 79 -8 O (b) ( x b) Est.N mbe of Cost Pe Ye y Cost EG SE VICES nn Se v es Se v e MOW,EDGE,LINE TRIM 36 $ 606.98 $ 21,851.28 IRRIGATION CONTROLLER CHECK 36 $ 20.40 $ 734.40 FULL IRRIGATION SERVICES(WET TEST) 12 $ 349.89 $ 4,198.68 PLANT BEDS/SHRUB PRUNING 36 $ 202.32 $ 7,283.52 WEEKD&PEST CONTROL 36 $ 88.02 $ 3,168.72 LITTER CONTROL 140 $ 36.85 $ 5,159.00 F SE VICE TOT : $ 42,395.60 ( ) (b) ( x b) Est.N mbe of Cost Pe Ye y Cost EXT SE VICES nn Se v es Se v e MULCH 2 $ 6,562.01 $ 13,124.02 TREE PRUNING 1 $ 13,066.35 $ 13,066.35 PALM PRUNING 4 $ 3,266.59 $ 13,066.36 FERTILIZE TREES 3 $ 114.84 $ 344.52 FERTILIZE PALMS 4 $ 459.36 $ 1,837.44 FERTILIZE PLANT BEDS/SHRUBS 3 $ 96.01 $ 288.03 FERTILIZE TURF 3 $ 342.67 $ 1,028.01 PRESSURE CLEANING 4 $ 737.01 $ 2,948.04 EXT SE VICES TOT : $ 45,702.77 ANNUAL GRAND TOTAL( o in I de reg lar and ex ra servi es):I$ 88,098.37 DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 RFP 2021-187-AY G ounds Maintenance fo Pa ks and Athletic Fields G OUP I -POL PA K&ATHLE C F DS W.42nd S a d M i s Av No - hl c f I g ss s No h Sou of h F o g h o h f c o M ch g Av , ou ( ) (b) ( x b) Est.N mbe of Cost Pe Ye y Cost TH -SIX(36)F SE VICES PE YE nn Se v es Se v e MOW,EDGE,LINE TRIM PARK AREA 36 $ 404.65 $ 14,567.40 MOW,EDGE,LINE TRIM ATHLETIC FIELDS 140 $ 151.74 $ 21,243.60 IRRIGATION CONTROLLER CHECK 36 $ 20.40 $ 734.40 FULL IRRIGATION SERVICES(WET TEST) 12 $ 198.48 $ 2,381.76 PLANT BEDS/SHRUB PRUNING 36 $ 202.32 $ 7,283.52 WEEKD&PEST CONTROL 36 $ 169.49 $ 6,101.64 LITTER CONTROL 140 $ 36.85 $ 5,159.00 FULL SERVICE TOTAL: $ 57,471.32 ( ) (b) ( x b) Est.N mbe of Cost Pe Ye x Cost EXT SE VICES nn Se v es Se v e MULCH 2 $ 6,562.01 $ 13,124.02 TREE PRUNING 1 $ 653.32 $ 653.32 PALM PRUNING 4 $ 326.66 $ 1,306.64 FERTILIZE TREES 3 $ 278.19 $ 834.57 FERTILIZE PALMS 4 $ 79.53 $ 318.12 FERTILIZE PLANT BEDS/SHRUBS 3 $ 96.01 $ 288.03 AERATION 3 $ 184.25 $ 552.75 TOP DRESS 3 $ 1,081.70 $ 3,245.10 VERTICUTTING 1 $ 184.25 $ 184.25 SPIKING 6 $ 184.25 $ 1,105.50 FERTILIZE ATHLETIC FIELD TURF 9 $ 183.78 $ 1,654.02 FERTILIZE TURF 3 $ 323.33 $ 969.99 PRESSURE CLEANING 4 $ 737.01 $ 2,948.04 EXT SE VICES TOT : $ 27,184.35 ANNUAL GRAND TOTAL( o in I de f servi es and ex ra servi es): $ 84,655.67 w jr:: ^a ; ,t x,d,4*„ 45 Street&Pinetree D. ( ) (b) ( x b) Est.N mbe of Cost Pe Ye yx Cost EG SE VICES nn Se v es Se v e MOW,EDGE,LINE TRIM 36 $ 404.65 $ 14,567.40 IRRIGATION CONTROLLER CHECK 36 $ 20.40 $ 734.40 FULL IRRIGATION SERVICES(WET TEST) 12 $ 64.33 $ 771.96 PLANT BEDS/SHRUB PRUNING 36 $ 101.16 $ 3,641.87 WEEKD&PEST CONTROL 36 $ 88.02 $ 3,168.86 LITTER CONTROL 140 $ 18.43 $ 2,580.20 F SE VICE TOT : $ 25,464.69 ( ) (b) ( x b) Est.N mbe of Cost Pe Ye y Cost EXT SE VICES nn Se v es Se v e MULCH 2 $ 6,562.01 $ 13,124.02 TREE PRUNING 1 $ 1,306.64 $ 1,306.64 PALM PRUNING 4 $ 1,306.64 $ 5,226.56 FERTILIZE TREES 3 $ 300.30 $ 900.90 FERTILIZE PALMS 4 $ 114.84 $ 459.36 FERTILIZE PLANT BEDS/SHRUBS 3 $ 144.01 $ 432.03 FERTILIZE TURF 3 $ 161.67 $ 485.01 PRESSURE CLEANING 4 $ 294.80 $ 1,179.20 EXT SE VICES TOT : $ 23,113.72 ANNUAL GRAND TOTAL( o in I de reg lar and ex ra servi es): $ 48,578.41 DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 RFP 20 1-187-AY Grounds Mai to a ce f Pa k a Athletic Fiel G OUP I - MUSS P K 440 Chase Avenu (a) (b) (a x b) Est.Number of Cost Per Annual Services Service Yea ly Cost REGU SERVICES MOW,EDGE LINE T I 36 $ 158.64 $ 5 7 0 RR AT 0 C LL CH K 3 $ 21 32 $ 7 7 52 FULL RR AT O S RV ( T ST) $ 1 9 9 $ 1 318 92 PATB /H UBPR 3 $ 5288 $ 19 3 8 K &P ST CO TRO 3 $ 8 7 $ 2 89 92 TT R CO TRO 1 $ 19 2 $ 2 9 FULL SER CE TOTAL: $ 15 29 8 (a) (b) ( x b) Est.Numb of Cost P Annu I S vic s S vic Y ly Cost EXT SERVICES M C 2 $ 182 83 $ 3 1 TR PR 1 $ 17 75 $ 17 75 PA M PR $ 3 1 51 $ 1 3 F RT Z TR S 3 $ 9 9 $ 29 82 F RT Z PA MS $ 3 $ 2 12 F RT Z P A T B S/S R BS 3 $ 9 1 $ 289 23 F RT Z T RF 3 $ 112 8 $ 338 PR SS R C A $ 3 8 2 $ 1 232 8 EXT A SER CES TO : $ 7 5 9 ANNUAL GRAND TOTAL(to includ regula and ex servi ): $ 228 39 WINE GROUP I -ALTOS DEL MAR PARK 76TH and Colllrs Avenue O (b) (a x b) Est.Num of Cost Per Ann I S vi s Servic Y a ly Cost REG LAR SERVICES MOW,EDGE,LINE TRI 36 $ 193.12 $ 6952. 2 RR GAT ON C LL CH K $ 19 47 $ 700 FU RR GA S V $(W S) $ 100 5 $ 1 04 0 P BD/H UBPR G 6 $ 19 1 $ 695 K &PS C R 6 $ 8 8 $ 604 R C R 140 $ 17 59 $ 46 60 FULL SERVI TOTAL: $ 1 508 40 ( ) (b) ( x b) Est.Num of Cost P Y y Cost Annu I S vic s S vic EXTRA SERVI M C $ 904 8 $ 7 808 76 R PR G 1 $ 1181 $ 1181 PA M PR G 4 $ 1 47 4 $ 4 988 96 F R ZE TREES 3 $ 198.13 $ 594.39 FERTILIZE PALMS 4 $ 362.56 $ 1,450.24 FERTILIZE PLANT BEDS/SHRUBS 3 $ 186.90 $ 560.70 FERTILIZE TURF 3 $ 205.76 $ 617.28 PRESSURE CLEANING 4 $ 703.51 $ 2,814.04 EXTRA SERV TOTAL: $ 19,146.18 ANNUAL GRAND TOTAL(to include regular and ext a s vic s): $ 40,654.58 DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975856D55A4 RFP 2021-187-AY Grounds Maint nanc for Parks and Athl is Fi Ids GROUP I - MIAM BE CH SK TE PARK 3208 C I,,Is Au - l ) (b) ( x b) Est.Num of Cost P Y y Cost nn S vic s S vic REGU SER CES MOW,EDGE,LINE TRIM 36 $ 202.32 $ 7,283.52 IRRIGATION CONTROLLER CHECK 36 $ 20.40 $ 734.40 FULL IRRIGATION SERVICES(WET TEST) 12 $ 64.33 $ 771.96 PLANT BEDS/SHRUB PRUNING 36 $ 101.16 $ 3,641.76 WEEKD&PEST CONTROL 36 $ 76.97 $ 2,770.92 LITTER CONTROL 140 $ 9.21 $ 1,289.40 FU SER CE TOT : $ 16,491.96 ( ) (b) ( x b) Est.N b of Cost P Y y Cost nn S vic s S vic EX SER CES MULCH 2 $ 1,045.00 $ 2,090.00 TREE PRUNING 1 $ 326.66 $ 326.66 PALM PRUNING 4 $ 1,306.64 $ 5,226.56 FERTILIZE TREES 3 $ 57.50 $ 172.50 FERTILIZE PALMS 4 $ 128.04 $ 512.16 FERTILIZE PLANT BEDS/SHRUBS 3 $ 48.00 $ 144.00 FERTILIZE TURF 3 $ 85.67 $ 257.01 PRESSURE CLEANING 4 $ 294.80 $ 1,179.20 EXTR SER CES TOT : $ 9,908.09 ANNUAL GRAND TOTAL( o in lu regul and ex ra sery ): $ 26,400.05 DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 RFP 2021-187-AY Grounds Maintenance for Parks and Athletic Fields GROUP II: SOUTH BEACH (SOUTH OF 41ST STREET) GROUP II - MARJORIE STONEMAN DOUGLAS PARK Eas sid of Oc an Dr b w n nd St.a d 3r St.from Oc a D to th Co al ock wall (a) Est.Number of (b) (a x b) REGULAR SERVICES Annual Services Cost Per Service Yearly Cost MOW,EDGE,LINE TRIM 36 $ 119.00 $ 4,284.00 IRRIGATION CONTROLLER CHECK 36 $ 10.00 $ 360.00 FULL IRRIGATION SERVICES(WET TEST) 12 $ 76.10 $ 913.20 PLANT BEDS/SHRUB PRUNING 36 $ 101.16 $ 3,641.76 WEED&PEST CONTROL 36 $ 88.02 $ 3,168.72 LITTER CONTROL 140 $ 9.21 $ 1,289.68 FULL SERVICE TOTAL: $ 13,657.36 (a) Est.Number of (b) (a x b) EXTRA SERVICES Annual Services Cost Per Service Yearly Cost MULCH 2 $ 2,200.00 $ 4,400.00 TREE PRUNING 1 $ 653.32 $ 653.32 PALM PRUNING 4 $ 1,633.29 $ 6,533.16 FERTILIZE TREES 3 $ 92.73 $ 278.19 F TILIZ PALMS 4 $ 266.00 $ 1,064.00 FERTILIZ PLANT B DS/SH UBS 3 $ 48.00 $ 144.00 FERTILIZ TU 3 $ 266.67 $ 800.01 P SSU CL ANING 4 $ 368.51 $ 1,474.04 EXTRA SERVICES TOTAL $ 15,346.72 ANNUAL GRAND TOTAL(to include regular and extra services) $ 29,004.08 GROUP II - WASHINGTON AVE DOG PARK ANNEX SW corner of nd Street and Collins Avenue Adjacent to ECOMB Building (a) Est.Number of (b) (a x b) REGULAR SERVICES Annual Services Cost Per Service Yearly Cost MOW,EDG ,LIN T IM 36 $ 50.58 $ 1 820.88 I IGATION CONT OLL CH CK 36 $ 8.00 $ 288.00 F LL IRRI AT O SERV C (W T TEST) 12 $ 32.17 $ 386.04 PLA B D / H B PR I 36 $ 50.58 $ 1 820.88 W D&PEST CO 0 36 $ 65.91 $ 2 372.7 LITTER CO TROL 140 $ 9.21 $ 1 289. 8 FULL SERVICE TOTAL: $ 7 978.24 (a) (b) (a x b) Est.Number of Cost Per Service Yearly Cost EXTRA SERVICES Annual Services M H 2 $ 550.00 $ 1100.00 TREE PR I 1 $ 32 . $ 32 . PALM PR I 4 $ 220 00 $ 880 00 FERTILIZ TREES 3 $ 1105 $ 3315 FERTILIZ PALMS 4 $ 11 $ 88 FERTILIZ PLA T B D / BS 3 $ 48.00 $ 1 00 FERTILIZ TURF 3 $ 5 9 $ 161.67 PRESSURE CLEANING 4 $ 180 00 $ 720 00 EXTRA SERVICES TOTAL $ 3,453.9 ANNUAL GRAND TOTAL(to include regular and extra services) $ 11,432.16 DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 RFP 0 -187-AY G ou Mai a c fo Pa k a Athl is F I s GROUP II - WASHINGTON AVE DOG PARK NE co f Wash g an n SI, nclu ng f g p k an swat s (a) (b) (a x b) Est.Number of Cost Per Service Yearly Cost REGULAR SERVICES Annual Services MOW,ED LINE TRIM 36 $ 50 $ 1,8 0.88 IRRIGATION CONTROLLER CHECK $ $ 88.00 FULL IRRIGATION SERV ( TEST) $ 7 $ 386.04 PLANT BEDS/SHRUB PRUNING 36 $ 50.58 $ 1,8 0.88 WEED&PEST CONTROL 36 $ 65.9 $ ,37 7 LITTER CONTROL 140 $ 9 $ 1, 89.40 FULL SERVICE TOTAL: $ 7 77 (a) Est.Number of (b) (a x b) EXTRA SERVICES Annual Services Cost Per Service Yearly Cost MULCH $ 550.00 $ 1,100.00 TREE PRUNING 1 $ 3 6.66 $ 3 6.66 PALM PRUNING 4 $ 40.83 $ 163.3 FERTILIZ TREES 3 $ 11.05 $ 33.15 FERTILIZE PALMS 4 $ .11 $ 88.44 FERTILIZE PLANT BEDS/SHRUBS 3 $ 48.00 $ 144.00 FERTILIZE TURF 3 $ 53.89 $ 161.67 PRESSURE CLEANING 4 $ 0.00 $ 880.00 EXTRA SERVICES TOTAL $ 1,470.58 ANNUAL GRAND TOTAL(to include regular and extra services): $ 9,448.54 GROUP II - BOUY PARK (Star Island) All la cap g an to f n th lag m b w East Sta Islan D v an W st Sta Islan D v .App ox m y 9,8 3 sq f App ox y (a) (b) (a x b) Est.Number of Cost Per Service Yearly Cost REGULAR SERVICES Annual Services MOW,EDGE,LINE TRIM 36 $ 0.00 $ 7,9 0.00 IRRIGATION CONTROLLER CHECK 36 $ 9.00 $ 3 4.00 FULL IRRIGATION SERVICES(WET TEST) 1 $ 188.00 $ , 56.00 PLANT BEDS/SHRUB PRUNING 36 $ 90.00 $ 10,440.00 WEED&PEST CONTROL 36 $ 89.88 $ 3, 35.68 LITTER CONTROL 140 $ .00 $ 3,080.00 FULL SERVICE TOTAL: $ 7, 55.68 (a) (b) (a x b) Est.Number of Cost Per Service Yearly Cost EXTRA SERVICES Annual Services MULCH $ 5, 00.00 $ 10,400.00 TREE PRUNING 1 $ 1, 47. 4 $ 1, 47. 4 PALM PRUNING 4 $ 4,100.00 $ 16,400.00 FERTILIZE TREES 3 $ 109.6 $ 3 8.86 FERTILIZE PALMS 4 $ 770.00 $ 3,080.00 FERTILIZE PLANT BEDS/SHRUBS 3 $ 330.00 $ 990.00 FERTILIZE TURF 3 $ 80.00 $ 840.00 PRESSURE CLEANING 4 $ 400.00 $ 1,600.00 EXTRA SERVICES TOTAL $ 3, 38.86 I I ANNUAL GRAND TOTAL(to include regular and extra services): $ 50,494.54 DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-0975656D55A4 RFP 0 1-187-AY G un s Ma nt nanc f Pa k an Ath F I s GROUP II - PALM ISLAND PARK 159 Pal Av .(NW c n f Pal Av .an F unta n St.)Pal Islan .App y 4.85 ac s 11,689 sq ft. (a) (b) (a x b) Est.Number of Cost Per Service Yearly Cost REGULAR SERVICES Annual Services MOW,EDGE,LINE TRIM 36 $ 189.00 $ 6,804.00 IRRIGATION CONTROLLER CHECK 36 $ 19.38 $ 697.68 FULL IRRIGATION SERVICES(WET TEST) 1 $ 94. 8 $ 1,131.36 PLANT BEDS/SHRUB PRUNING 36 $ 96.10 $ 3,459.60 WEED&PEST CONTROL 36 $ 83.6 $ 3,010.3 LITTER CONTROL 140 $ 17.50 $ ,450.00 FULL SERVICE TOTAL: $ 17,55 .96 (a) (b) (a x b) Est.Number of Cost Per Service Yearly Cost EXTRA SERVICES Annual Services MULCH $ 880.00 $ 1,760.00 TREE PRUNING 1 $ 880.00 $ 880.00 PALM PRUNING 4 $ , 00.00 $ 8,800.00 FERTILIZE TREES 3 $ 109.10 $ 3 7.30 FERTILIZE PALMS 4 5 14 .64 $ 570.56 FERTILIZE PLANT BEDS/SHRUBS 3 $ 80.70 $ 4 .10 FERTILIZE TURF 3 $ 10 .39 $ 307.17 PRESSURE CLEANING 4 $ 350.08 $ 1,400.3 EXTRA SERVICES TOTAL $ 14, 87.45 ANNUAL GRAND TOTAL(to include regular and extra services): $ 31,840.41 GROUP II - HIBISCUS ISLAND PARK All landscaping and turf at the neighborhood identification sign,and large green space north of the sign between North Hibiscus Road and (a) (b) (a x b) Est.Number of Cost Per Service Yearly Cost REGULAR SERVICES Annual Services MOW,EDGE,LINE TRIM 36 $ 5.00 $ 900.00 IRRIGATION CONTROLLER CHECK 36 $ 5.00 $ 180.00 FULL IRRIGATION SERVICES(WET TEST) 1 $ 38.05 $ 456.60 PLANT BEDS/SHRUB PRUNING 36 $ 5.00 $ 900.00 WEED&PEST CONTROL 36 $ 8. 5 $ 1,017.00 LITTER CONTROL 140 $ 18.4 $ ,578.80 FULL SERVICE TOTAL: $ 6,03 .40 (a) Est.Number of (b) (a x b) Cost Per Service Yearly Cost EXTRA SERVICES Annual Services MULCH $ 80.00 $ 560.00 TREE PRUNING 1 $ 163.33 $ 163.33 PALM PRUNING 4 $ 440.00 $ 1,760.00 FERTILIZE TREES 3 $ 57.4 $ 17 . 6 FERTILIZE PALMS 4 $ 57.4 $ 9.68 FERTILIZE PLANT BEDS/SHRUBS 3 $ 48.00 $ 144.00 FERTILIZE TURF 3 $ 53.89 $ 161.67 PRESSURE CLEANING 4 $ 1 0.00 $ 480.00 EXTRA SERVICES TOTAL $ 3,670.94 ANNUAL GRAND TOTAL(to include regular and extra services): $ 9,703.34 DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 RFP 0 1-187-AY G un s Ma nt nanc f Pa k an Athl t c F I s GROUP II - COLLINS PARK On th w st s f C II ns b tw n 1st an n St ts. (a) (b) (a x b) Est.Number of Cost Per Service Yearly Cost REGULAR SERVICES Annual Services MOW,EDGE,LINE TRIM 36 $ 01.96 $ 7, 70.56 IRRIGATION CONTROLLER CHECK 36 $ 5.00 $ 180.00 FULL IRRIGATION SERVICES(WET TEST) 1 $ 75.97 $ 911.64 PLANT BEDS/SHRUB PRUNING 36 $ 100.98 $ 3,635. 8 WEED&PEST CONTROL 36 $ 93.99 $ 3,383.64 LITTER CONTROL 140 $ 9.19 $ 1, 86.60 FULL SERVICE TOTAL: $ 16,667.7 (a) (b) (a x b) Est.Number of Cost Per Service Yearly Cost EXTRA SERVICES Annual Services MULCH $ 1,800.00 $ 3,600.00 TREE PRUNING 1 $ 815.16 $ 815.16 PALM PRUNING 4 $ 1,630.3 $ 6,5 1. 8 FERTILIZE TREES 3 $ 114.63 $ 343.89 FERTILIZE PALMS 4 $ 0.00 $ 880.00 FERTILIZE PLANT BEDS/SHRUBS 3 $ 47.9 $ 143.76 FERTILIZE TURF 3 $ 0.00 $ 660.00 PRESSURE CLEANING 4 $ 880.00 $ 3,5 0.00 EXTRA SERVICES TOTAL $ 16,484.09 ANNUAL GRAND TOTAL(to include regular and extra services): $ 33,151.81 V n t an Cswy at S uth Islan R .Pa k swal s an b p- uts al ng b th s s f Islan R . (a) (b) (a x b) Est.Number of Cost Per Service Yearly Cost REGULAR SERVICES Annual Services MOW,EDGE,LINE TRIM 36 $ 189.00 $ 6,804.00 IRRIGATION CONTROLLER CHECK 36 $ 5.00 $ 180.00 FULL IRRIGATION SERVICES(WET TEST) 1 $ 76.10 $ 913. 0 PLANT BEDS/SHRUB PRUNING 36 $ 80.00 $ 10,080.00 WEED&PEST CONTROL 36 $ 94.16 $ 3,389.76 LITTER CONTROL 140 $ 14.00 $ 1,960.00 FULL SERVICE TOTAL: $ 3,3 6.96 (a) Est.Number of (b) (a x b) EXTRA SERVICES Annual Services Cost Per Service Yearly Cost MULCH $ , 00.00 $ 4,400.00 TREE PRUNING 1 $ 816.65 $ 816.65 PALM PRUNING 4 $ ,890.00 $ 11,560.00 FERTILIZE TREES 3 $ 114.84 $ 344.5 FERTILIZE PALMS 4 $ 5 9.98 $ ,119.9 FERTILIZE PLANT BEDS/SHRUBS 3 $ 96.01 $ 88.03 FERTILIZE TURF 3 $ 00.00 $ 600.00 PRESSURE CLEANING 4 $ 400.00 $ 1,600.00 EXTRA SERVICES TOTAL $ 1,7 9.1 ANNUAL GRAND TOTAL(to include regular and extra services): I$ 45,056.08 DocuSign Envelope ID C3A5B18A-A673-4BB1-95E2-D975656D55A4 RIP 0 1187-AY G un s Ma nt nanc f Pa i an Athl t c f I s GROUP II - SUNSET ISLAND #2 PARK Pa k on Sunset Dr.b w W 2 7th and W 25th. (a) (b) (a x b) Est.Number of Cost Per Service Yearly Cost REGULAR SERVICES Annual Services MOW,EDGE,LINE TRIM 36 $ 90.00 $ 3, 40.00 IRRIGATION CONTROLLER CHECK 36 $ 5.00 $ 180.00 FULL IRRIGATION SERVICES(WETTEST) 1 $ 5.00 $ 300.00 PLANT BEDS/SHRUB PRUNING 36 $ 5.00 $ 900.00 WEED&PEST CONTROL 36 $ 90.00 $ 3, 40.00 UTTER CONTROL 140 $ 10.00 $ 1,400.00 FULL SERVICE TOTAL: $ 9, 60.00 (a) Est.Number of (b) (a x b) EXTRA SERVICES Annual Services Cost Per Service Yearly Cost MULCH $ 1,800.00 $ 3,600.00 TREE PRUNING 1 $ 96.96 $ 96.96 PALM PRUNING 4 $ 1,600.00 $ 6,400.00 FERTILIZE TREES 3 $ 104.40 $ 313. 0 FERTILIZE PALMS 4 $ 80.00 $ 1,1 0.00 FERTILIZE PLANT BEDS/SHRUBS 3 $ 77. 3 $ 31.69 FERTILIZE TURF 3 $ 195.96 $ 587.88 PRESSURE CLEANING 4 $ 3 0.00 $ 1, 80.00 EXTRA SERVI E TOT L: $ 13,8 9.73 ANNUAL GRAND TOTAL(to include regular and ext a s vic s): 5 3,089.73 GROUP II - SUNSET ISLAND #4 LAKE PARK Vacant lot SW c rner of Sunse W 21s St.fr m street to h u (a) Est.Number of (b) ( x b) REGULAR SERVICES Annual Servic s Co t P S vic Y ly C MOW,EDGE,LINE TRI 36 $ 25.00 $ 900.00 RR GAT ON C LL CH K 36 $ 5 $ 18 FU RR GA S V S(W S ) 12 $ 4 $ 498.12 PLANT BEDS/SHRUB PRUNI G 36 $ 25.00 $ 900 00 WEED&P ST CO OL 36 $ 15 00 $ 540 00 ITT R CONTRO 140 $ 15 00 $ 2, FULL SERVICE TOTAL: $ 5,11812 (a) (b) (a x b) Est.Number of C st Per S vic Y ly Co t EXTRA SE VICES Annual Services MULCH 2 $ 760.00 $ 1,520.00 TREE PRUNING 1 $ 178 8 $ 8 8 PAL P NING 4 $ $ 3 FE T Z S 3 $ 6 64 $ 8 9 F IIZ PA MS $ $ 5 5 F IIZ PAN B D / H B $ $ 5 F IIZ F $ 58 9 $ P 55 C ANING $ 8 $ EXT SE VI 0 L $ , ANNUAL GRAND TOTAL(to includ regula and ex servi ): $ 8,55 DocuSign Envelope ID:C3A5B1BA-A673-4BB1-95E2-D975656D55A4 RFP 2021-187-AY Ground Mai c f Park and Athl i F elds GROUP II - LUMMUS PARK East side of Ocean Dr.between 2nd St.and 3rd St.from Ocean Dr.to the Coral rock wall. (a) (b) (a x b) E t.Num of Co t P S vic Y a y Co t EGUL SE V CES nnu S vic MOW,EDGE LINE TRIM 36 $ 579.38 $ 20 857.68 IRRIGATIO CONTROLLER CHECK $ $ 324.00 FULL IRRIGATION SERV (W TEST) $ $ 3 420.00 PLANT BEDS/SHRUB PRUNING 36 $ 193.12 $ 6 952.32 EED&PEST CONTROL 36 $ 200.00 $ 7 200.00 LITTER CONTROL 140 $ 40.00 $ 5 600.00 FULL SE V CE 0 : $ 44 354.00 (a) (b) (a x b) E t.Num of Co t P S vic Y a y Co t EX SE V CES nn S vic MULCH 2 $ 7800.00 $ 15600.00 TREE PRUNING 1 $ 1 559.05 $ 1$59.05 PALM PRUNING 4 $ 14 500.00 $ 58 000.00 FERTILIZE TREES 3 $ 438.79 $ 1316.37 FERTILIZE PALMS 4 $ 1 800.00 $ 7 200.00 FERTILIZE PLANT BEDS/SHRUBS 3 $ 600.00 $ 1 800.00 FERTILIZE TURF 3 $ 890.00 $ 2 670.00 PRESSURE CLEANING 4 $ 1800.00 $ 7 200.00 EX SE V CES 0 $ 95 345.42 ANNUA GRAND TOT (to incl r g n xtr s rvic s): $ 139 699.42 GROUP II - SCOTT RAKOW YOUTH CENTER (St Augustine & Bermuda Turf) 2700 Sheridan Ave. (a) (b) (a x b) E t.N b of Co t P S vic Y a y Co t EGU SE V CES nn a S vic MO EDGE LINE TRIM-BERMUDA TURF 52 $ 50.12 $ 2 606.24 MO EDGE LINE TRIM ST.-AUGUSTINE TURF 36 $ 50.12 $ 1 804.32 IRRIGATION CONTROLLER CHECK 36 $ 5.00 $ 180.00 FULL IRRIGATION SERVICES( ET TEST) 12 $ 98.34 $ 1 180.08 PLANT BEDS/SHRUB PRUNING 36 $ 100.24 $ 3 608.64 EED&PEST CONTROL 36 $ 76.27 $ 2,745.72 LITTER CONTROL 140 $ 12.00 $ 1,680.00 F SE V CE 0 : $ 13,805.00 E t.N(a)b of (b) (a x b) EX SE V CES nn a S vic Co t P S vic Y a y Co t MULCH 2 $ 1,800.00 $ 3,600.00 TREE PRUNING 1 $ 647.38 $ 647.38 PALM PRUNING 4 $ 1,294.76 $ 5,179.04 FERTILIZE TREES 3 $ 56.90 $ 170.70 FERTILIZE PALMS 4 $ 126.88 $ 507.52 FERTILIZE PLANT BEDS/SHRUBS 3 $ 73.23 $ 219.69 FERTILIZE TURF 3 $ 100.00 $ 300.00 PRESSURE CLEANING 4 $ 280.00 $ 1,120.00 EX SE V CES 0 : $ 11,744.33 ANNUAL GRAND TOTAL(to include r gula n xtr s ry ): $ 25,549.33 DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 RFP 2021-187-AY Grounds Maintenance for Parks and Athletic Fields GROUP II - MAURICE GIBB MEMORIAL PARK 18th Street and Purdy Ave.(NW corner of Dade Blvd and Purdy Rd.) E t.N(a)b of (b) (a x b) EG SE V CES nn a S vic Co t P S vic Y a y Co t MOW,EDGE,LINE TRIM 36 $ 100.00 $ 3,600.00 IRRIGATION CONTROLLER CHECK 36 $ 10.00 $ 360.00 FULL IRRIGATION SERVICES(WET TEST) 12 $ 76.10 $ 913.20 PLANT BEDS/SHRUB PRUNING 36 $ 75.00 $ 2,700.00 WEED&PEST CONTROL 36 $ 88.02 $ 3,168.72 LITTER CONTROL 140 $ 9.21 $ 1,289.40 F SE V CE 0 : $ 12,031.32 E t.N(a)b of (b) (a x b) EX SE V CES Co t P S vic Y a y Co t nn a S vic MULCH 2 $ 1,400.00 $ 2,800.00 TREE PRUNING 1 $ 653.32 $ 653.32 PALM PRUNING 4 $ 1,633.29 $ 6,533.16 FERTILIZE TREES 3 $ 92.73 $ 278.19 FERTILIZE PALMS 4 $ 330.00 $ 1,320.00 FERTILIZE PLANT BEDS/SHRUBS 3 $ 73.90 $ 221.70 FERTILIZE TURF 3 $ 266.67 $ 800.01 PRESSURE CLEANING 4 $ 294.80 $ 1,179.20 EX SE V CES 0 : $ 13,785.58 NNU GR ND TOT L(to incl r g I r n xtr s rvic s): $ 25,816.90 11th Street at 1 Av (including p g lot) (a) (b) (a x b) E t.N b of Co t P S vic Y a y Co t EG SE V CES nn a S vic MOW,EDGE,LINE TRIM PARK AREA 36 $ 820.00 $ 29,520.00 MOW,EDGE,LINE TRIM ATHLETIC FIELDS 140 $ 386.26 $ 54,076.40 IRRIGATION CONTROLLER CHECK 36 $ 9.73 $ 350.28 FULL IRRIGATION SERVICES(WET TEST) 12 $ 228.40 $ 2,740.80 PLANT BEDS/SHRUB PRUNING 36 $ 140.00 $ 5,040.00 WEEKD&PEST CONTROL 36 $ 78.16 $ 2,813.76 LITTER CONTROL 140 $ 17.58 $ 2,461.20 F SE V CE 0 : $ 97,002.44 E t.N(a)b of (b) (a x b) EX SE V CES Co t P S vic Y a y Co t nn a S vic MULCH 2 $ 5,000.00 $ 10,000.00 TREE PRUNING 1 $ 1,247.24 $ 1,247.24 PALM PRUNING 4 $ 2,600.00 $ 10,400.00 FERTILIZE TREES 3 $ 200.00 $ 600.00 FERTILIZE PALMS 4 $ 380.00 $ 1,520.00 FERTILIZE PLANT BEDS/SHRUBS 3 $ 200.00 $ 600.00 AERATION 3 $ 281.40 $ 844.20 TOP DRESS 3 $ 898.80 $ 2,696.40 VERTICUTTING 1 $ 800.00 $ 800.00 SPIKING 6 $ 281.40 $ 1,688.40 FERTILIZE ATHLETIC FIELD TURF 9 $ 180.00 $ 1,620.00 FERTILIZE TURF 3 $ 1,466.63 $ 4,399.89 PRESSURE CLEANING 4 $ 1,407.02 $ 5,628.08 EX SE V CES 0 $ 42,044.21 NNU GR ND TO (to incl r g I r n xtr s rvic s): s 139,046.65 DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 RFP 2021-187-AY Grounds Maintenance for Parks and Athletic Fields GROUP II - POCKET PARK North Bay Road and 20th Street (a) (b) (a x b) E t.N b of Co t P S vic Y a y Co t EG SE V CES nn a S vic MOW,EDGE,LINE TRIM 36 $ 50.00 $ 1,800.00 IRRIGATION CONTROLLER CHECK 36 $ 5.00 $ 180.00 FULL IRRIGATION SERVICES(WET TEST) 12 $ 32.75 $ 393.00 PLANT BEDS/SHRUB PRUNING 36 $ 51.50 $ 1,854.00 WEED&PEST CONTROL 36 $ 22.51 $ 810.36 LITTER CONTROL 140 $ 9.38 $ 1,313.20 F SE V CE 0 : $ 6,350.56 E t.N(a)b of (b) (a x b) EX SE V CES nn a S vic Co t P S vic Y a y Co t MULCH 2 $ 709.33 $ 1,418.66 TREE PRUNING 1 $ 332.60 $ 332.60 PALM PRUNING 4 $ 326.66 $ 1,306.64 FERTILIZE TREES 3 $ 57.42 $ 172.26 FERTILIZE PALMS 4 $ 57.42 $ 229.68 FERTILIZE PLANT BEDS/SHRUBS 3 $ 48.00 $ 144.00 FERTILIZE TURF 3 $ 53.89 $ 161.67 PRESSURE CLEANING 4 $ 280.00 $ 1,120.00 EX SE V CES 0 $ 4,885.51 L G D TOT L(to incl r g I r n xtr s rvic s): $ 11,236.07 E t.N(a)b of (b) (a x b) EG SE V CES nn a S vic Co t P S vic Y a y Co t MOW,EDGE,LINE TRIM 36 $ 200.00 $ 7,200.00 IRRIGATION CONTROLLER CHECK 36 $ 5.00 $ 180.00 FULL IRRIGATION SERVICES(WET TEST) 12 $ 10.20 $ 122.40 PLANT BEDS/SHRUB PRUNING 36 $ 200.00 $ 7,200.00 WEED&PEST CONTROL 36 $ 110.04 $ 3,961.44 LITTER CONTROL 140 $ 9.21 $ 1,289.40 F SE V CE 0 : $ 19,953.24 (a) (b) (a x b) E t.N b of Co t P S vic Y a y Co t EX SE V CES nn a S vic MULCH 2 $ 651.82 $ 1,303.64 TREE PRUNING 1 $ 89.30 $ 89.30 PALM PRUNING 4 $ 400.00 $ 1,600.00 FERTILIZE TREES 3 $ 22.11 $ 66.33 FERTILIZE PALMS 4 $ 22.11 $ 88.44 FERTILIZE PLANT BEDS/SHRUBS 3 $ 44.22 $ 132.66 FERTILIZE TURF 3 $ 22.11 $ 66.33 PRESSURE CLEANING 4 $ 73.70 $ 294.80 EX SE V CES 0 $ 3,641.50 L GR D TOT L(to incl r g I r n xtr s rvic s): $ 23,594.74 DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 ADDITIONAL SERVICES Item# Item D scrip on Cost per U/M Job Classifications Regular Time $ 86.25 1 C R p v Over-Time $ 120.13 2 L b /G k Regular Time $ 39.00 Over-Time $ 55.75 Regular Time $ 66.25 I T Over-Time $ 94.88 Regular Time $ 82.50 4 L g Eq O Over-Time $ 118.50 5 p v /F Regular Time $ 63.75 Over-Time $ 91.13 Regular Time $ 83.75 6 T T Over-Time $ 118.63 7 C f A b Regular Time $ 116.25 Over-Time $ 150.00 Regular Time $ 62.50 8 F z /P C T Over-Time $ 86.13 Materi Is 9 A g d $ 0.82 10 B d $ 0.89 11 S shor P p I m'S I pm ' d $ 2. 5 12 B m 'C b t ' d $ 106 13 B d 'T fw y/T d $ 1 17 14 R cy R d-w d M D k B w C $ 250 15 C 4 " $ 580 16 Z y d $ 155 17 Crushed Coquina $ 629 25 18 Mexican P bbl $ 9, 3 P 1 DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-1)975656D55A4 19 C d G $ 1,491 25 20 C d $ 1,59175 21 C dB kC p $ 1,8 8 22 C R k( ) $ 2,177 50 CATEGORY 1 TREE(M mum 12 Foo H gh ,2.0 I h Cal p ,Fl da G ad N .1 b 1 w w $ 524 17 2 w B d C p Taxodium distichum w $ 401 25 w w $ 485 42 24 w B k 0 v Bucida buceras w $ 50 00 w w $ 760 42 25 w M Sideroxylon foetidissimum w $ 74 w w $ 516 56 26 w G B w d Conocarpus erectus w $ 90 00 w w $ 604 06 27 w G b L b Bursera simaruba w $ 466 25 w w $ 61 44 28 w L v 0 k Quercus virginiana w $ 482 50 w w $ 591 56 29 w M Swietenia mahogani w $ 465 00 w w $ 1,025 00 0 w M Magnolia grandiflora w $ 768 75 P 2 DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-0975656D55A4 with warranty $ 657.81 31 wi hou Para i Tr Simarouba glauca warran v $ 512. 0 wi h warran y $ 689 0 32 wi hou Pi ch App Clusia rosea warran v $ 512 5 wi h warran y $ 67 3 33 wi hou Pon C ss Taxodium ascendens warran v $ 5 wi h warran y $ 4 9 34 wi hou R bay Persea borbonia warran v $ 3 8 33 wi h warran y $ 624 6 35 wi hou R P c Delonix regia warran v $ 455 wi h warran y $ 648 44 36 wi hou S a rap Cocoloba uvifera warran v $ 476 25 wi h warran y $ 665 37 wi hou S as Pin Pinus elliottii var.densa warran v $ 476 25 wi h warran y $ 745 31 38 wi hou S gle F g Ficus aurea warran v $ 556 25 wi h warran y $ 6 3 13 3 wi hou Su arbe Celtis laevigata warran v $ 412 5 wi h warran y $ 6 63 4 wi hou Whi M v Laguncularia racemosa warran v $ 4 2 5 wi h warran y $ 664 6 41 wi hou W Id T m d Lysiloma bahamensis warran v $ 5 wi h warran y $ 865 63 42 wi hou B -rum Pimenta racemosa warran v $ 65 Pa 3 DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 CATEGORY 2 TREES(Minimum 10 Foot Height,2.0 Inch Cal per,Florida Gr de N .1 or b tt 1 with warranty $ 664.06 43 wi hou Blolly Guapira discolor warran v $ 500.00 wi h warran y $ 7 1 56 44 wi hou C b Gymnanthes lucida warran v $ 1 wi h warran y $ 92 9 4 wi hou Dahoon H Ilex cassine warran v $ 427 wi h warran y $ 2 4 wi hou Fi lewoo Citharexylum fruticosum warran v $ 3 wi h warran y $ 1, 9 88 47 wi hou F p Plumeria sp. warran v $ 2 wi h warran y $ 3 48 wi hou G Plum Drypetes lateriflora warran v $ 2 wi h warran y $ 7 2 4 wi hou 1 m D Piscidia piscipula warran v $ 18 7 wi h warran y $ 74 31 wi hou Ma ag sc 0 v Noronhia emarginata warran v $ wi h warran y $ 1 1 wi hou P g Plum Coccoloba diversifolia warran v $ 42 wi h warran y $ 34 38 2 wi hou Pon App Annona glabra warran v $ 4 3 7 wi h warran y $ 2 8 3 wi hou R M lb Morus rubra warran v $ 1 7 wi h warran y $ 8 4 4 wi hou Sa inl f Chrysophyllum oliviforme warran v $ 442 wi h warran y $ 3 7 wi hou Shy B Conocarpus erectus var.sericeus warran v $ 443 7 wi h warran y $ 3 wi hou S pbe Sapindus saponaria warran v ,$ 2 wi h warran y $ 17 1 7 wi hou Sou hern red c d Juniperus silicicola warran v $ 472 Pa e 4 DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 wi h warran y $ 1 4 8 wi hou V Bulnesia arborea warran v $ 4 3 7 wi h warran y $ 4 83 wi hou W us i Dipholis salicifolium warran v $ 47 wi h warran y $ 7 wi hou Ja anese lue erry Elaeocarpus decipiens warran v $ 4 3 7 wi h warran y $ 1 wi hou Bri al eil Caesalpinia granadillo warran v $ 7 wi h warran y $ 833 33 2 wi hou Baha ian T Tree Tabebuia bahamensis warran v $ CATE ORY 3 S(M n mum 8 Foo Heigh ,2 0 I ch C liner,Florid Gr de No 1 or be er) wi h warran y $ 728 13 3 wi hou Bla k I K f warran v $ 2 wi h warran y $ 347 4 wi hou Co o lu Chrysobalanus icaco warran v $ 23 wi h warran y $ 712 wi hou Coral Bean Erythrina herbacea warran v $ 4 1 7 wi h warran y $ 484 38 wi hou Cra e Myr le Lagerstroemia indica warran v $ 3 2 wi h warran y $ 7 2 7 wi hou Flori a Pri e Forestiera segregata warran v $ Pa e DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 with warranty $ 456.25 6 wi hou G g Tr Cordia sebestena warran v $ 343.75 wi h warran y $ 687 0 69 wi hou Jamaica Ca r Capparis cynophallophora warran v $ 18 wi h warran y $ 1 2 0 wi hou Jamaica Rain Brya ebenus warran v $ 3 0 00 wi h warran y $ 1, 1 wi hou L g V Guaiacum sanctum warran v $ 9 wi h warran y $ 9 06 2 wi hou Myrsin Myrsine guianensis warran v $ 0 00 wi h warran y $ 23 3 wi hou R d S o r Eugenia rhombea warran v $ 06 2 wi h warran y $ 6 6 wi hou Sim son' S o r Myrcianthesfragrans warran v $ 32 00 wi h warran y $ 623 wi hou S anish S o r Eugenia foetida warran v $ 0 00 wi h warran y $ 92 19 6 wi hou T c d Amyris elemfira warran v $ 1 2 wi h warran y $ 10 9 wi hou W x M I Myrica cerifera warran v $ 393 wi h warran y $ 01 6 wi hou Whi S pp Eugenia axillaries warran v $ 00 wi h warran y $ 0 1 9 wi hou C m -b k Canella winterana warran v $ 93 wi h warran y $ 96 06 0 wi hou J p ese P ve Ligustrum japonicum warran v $ 62 0 Pa 6 DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 with warranty $ 998.75 81 wi hou Sc w-Pin Pandanus utilis warran v $ 760.00 wi h warran y $ 500 31 82 wi hou D s C ssi Senna polyphylla warran v $ 42 CATEGORY 4 PALMS(Minimum 6 foot clear trunk,Flo ida Gr de N .1 or better) wi h warran y $ 745 83 83 wi hou Bo P m Hyophorbe lagenicaulis warran v $ 550 00 wi h warran y $ 1, 2 84 wi hou Bucc n P m Pseudophoneix saonae warran v $ 916 67 wi h warran y $ 450 31 85 wi hou C bb g P m Saba/palmetto warran v $ 306 5 wi h warran y $ 4,3 5 00 86 wi hou C n y Is D P m Phoenix canariensis warran v $ ,887 50 wi h warran y $ 794 38 87 wi hou Coconu P m Cocos nucifera warran v $ 597 50 wi h warran y $ 5,709 38 88 wi hou D P m Phoenix dactylifera warran y $ 3,587 50 wi h warran y $ 1,508 33 8 wi hou F orid Cherry P m Pseudophoneix sorgentii warran v $ 1,116 67 wi h warran y $ 3,616 67 90 wi hou F o i Sy P m Coccothrinax argentato warran v $ ,616 67 wi h warran y $ 1,1 5 00 91 wi hou F o i Th tc P m Thrinax rodiato warran v $ 837 50 wi h warran y $ , 83 33 92 wi hou Latan Palm (Blue/Red)Latania loddigesii warran v $ 1,700 00 P g 7 DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 wi w n y $ 1, 43. 5 93 wi ou Pindo Palm Butia capitata w n y $ 1,200.00 wi w n y $ 1,006.2 94 wi ou Royal Palm Roystonea spp. w n v $ 762. 0 wi w n y $ 1,22 .00 9 wi ou T i ng P m Dypsis decaryi w n v $ 900.00 wi w n y $ 1,600.00 96 wi ou Windmill Palm Trachycarpus fortunei w n v $ 1,1 . CATEGORY 5 HEDG 5 1 g on siz wi w n y $ 7.00 1 g on siz wi ou w ny $ 7. 0 1 g on siz wi w ny $ 11.7 g on siz wi ou w n y $ 10.17 g on siz wi w n y $ 26.17 7 g on siz 97 Clusia Rosea wi ou w n y $ 0.00 7 g on siz wi w n y $ 70.00 1 g on siz wi ou w ny $ 9 . 1 g on siz wi w n y $ 17 . 2 g on siz wi ou w n y $ 2 1.67 2 g on siz wi w n y $ 21 .00 Page 8 DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 1 gallon size without warr my $ 6.50 l gall sze w h warra y $ 8.50 3 gall sze w h u warra y $ 9 3 gall sze w h warra y $ 12 7 gall sze w h u 98 Cc p m warra y $ 38 33 7 gall sze w h warra y $ 4 1 gall sze w h u warra y $ 8 1 gall sze w h warra y $ 9 2 gall sze w h u warra y $ 2 8 33 2 gall sze w h warra y $ 266 67 P 9 DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-0975656D55A4 1 gall sze w h u warra y $ 17 1 gall sze w h warra y $ 6 83 3 gall sze w h u warra y $ 9 3 gall sze w h warra y $ 12 7 gall sze w h u 99 F b warra y $ 3 7 gall sze w h warra y $ 4 1 gall sze w h u warra y $ 1 1 gall sze w h warra y $ 12 2 gall sze w h u warra y $ 282 2 gall sze w h warra y $ 3 Page 1 DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 l gall sze w h u warra y $ 6 1gall sze w h warra y $ 8 3 gall sze w h u warra y $ 9 3 gall sze w h warra y $ 11 83 7 gall sze w h u 1 S v B d warra y $ 3 7 gall sze w h warra y $ 43 33 1 gall sze w h u warra y $ 8 1 gall sze w h warra y $ 1 2 gall sze w h u warra y $ 216 67 2 gall sze w h warra y $ 28 Page 11 DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 l gall sze w h u warra y $ 6 l gall sze w h warra y $ 8 3 gall sze w h u warra y $ 9 3 gall sze w h warra y $ 12 7 gall sze w h u 1 1 G Bu w d warra y $ 3 7 gall sze w h warra y $ 4 1 gall sze w h u warra y $ 84 67 1 gall sze w h warra y $ 1 1 67 2 gall sze w h u warra y $ 216 67 2 gall sze w h warra y $ 28 1 gall sze w h u warra y $ 6 1 gall sze w h warra y $ 8 3 gall sze w h u warra y $ 9 3 gall sze w h warra y $ 12 7 gall sze w h u 1 2 P d carpus warra y $ 36 67 7 gall sze w h warra y $ 4 1 gall sze w h u warra y $ 9 1 gall sze w h warra y $ 111 67 2 gall sze w h u warra y $ 2 2 gall sze w h warra y $ 3 6 67 Page 12 DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 1 gall sze w h u warra y $ 7 1 gall sze w h warra y $ 8 3 gall sze w h u warra y $ 12 3 gall sze w h warra y $ 16 7 gall sze w h u 1 3 B uga v Ilea warra y $ 4 7 gall sze w h warra y $ 6 67 1 gall sze w h u warra y $ 11167 1 gall sze w h warra y $ 1 83 2 gall sze w h u warra y $ 27167 2 gall sze w h warra y $ 366 67 Page 13 DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 1 gall sze w h u warra y $ 6 1 gall sze w h warra y $ 8 3 gall sze w h u warra y $ 9 3 gall sze w h warra y $ 11 83 7 gall sze w h u 1 4 T warra y $ 36 67 7 gall sze w h warra y $ 4 1 gall sze w h u • warra y $ 1 1 gall sze w h warra y $ 12 2 gall sze w h u warra y $ 237 2 gall sze w h warra y $ 29 Page 14 DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 1 gall sze w h u warra y $ 6 l gall sze w h warra y $ 8 3 gall sze w h u warra y $ 9 3 gall sze w h warra y $ 12 7 gall sze w h u 1 V b m warra y $ 36 67 7 gall sze w h warra y $ 4 1 gall sze w h u warra y $ 88 33 1 gall sze w h warra y $ 113 33 2 gall sze w h u warra y $ 19 2 gall sze w h warra y $ 26 Page 1 DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 1 gallon size without warr my $ 6.50 l gall sze w h warra y $ 8.50 3 gall sze w h u warra y $ 9 3 gall sze w hwarra y $ 12 7 gall sze w h u 1 6 G I d F c warra y $ 33 67 7 gall sze w hwarra y $ 42 1 gall sze w h u warra y $ 116 67 1 gall sze w h warra y $ 1 gall sze w h u warra y $ 88 33 gall sze w h warra y $ 391 67 CATEGORY 6 GROUND COVE 1 gall sze w h u warra y $ 17 1 gall sze w h warra y $ 6 9 1 7 B CS f 3 gall sze w h u warra y $ 1 3 gall sze w h warra y $ 18 P 16 DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 1 gallon size without warr my $ 5. 7 1 gall sze 108 C p F g w h warra y $ 6.92 3 gall sze w h u warra y $ 12 67 3 gall sze w h warra y $ 17 17 1 gall sze w h u warra y $ 5 33 1 gall sze w h warra y $ 7 17 109 F x Fer 3 gall sze w h u warra y $ 118 3 gall sze w h warra y $ 11 50 1 gall sze w h u warra y $ 5 83 1 gall sze w h warra y $ 7 50 3 gall sze w h u 110 M c F warra y $ 1017 3 gall sze w h warra y $ 13 4 7 gall sze w h u warra y $ 40 00 7 gall sze w h warra y $ 52 00 P 17 DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 1 gallon size without warr my $ 5.83 1 gall sze w h warra y $ 7.50 3 gall sze w h u 111 B F warra y $ 1017 3 gall sze w h warra y $ 13 2 7 gall sze w h u warra y $ 4 7 gall sze w h warra y $ 4 00 1 gall sze w h u warra y $ 9 1 gall sze w hwarra y $ 12 08 112 G d P h s 3 gall sze w h u warra y $ 20 00 3 gall sze w h warra y $ 2 0 1 gall sze w h u 113 P Pea u warra y $ 4 0 1 gall sze w h warra y $ 92 1 gall sze w h u warra y $ 0 1 gall sze w h warra y $ 7 33 114 R d V 3 gall sze w h u warra y $ 12 00 3 gall sze w h warra y $ 18 00 CATEGORY 7 MIS ELLAN OUS PL NTS D M RI l gall sze w h u warra y $ 6 1 gall sze w h warra y $ 7 8 11 C fT 3 gall sze w h u warra y $ 1133 3 gall sze w h warra y $ 1 17 Page 18 DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 1 gallon size without warr my $ 7.00 1 gall sze w h warra y $ 8.75 3 gall sze w h u 11 C warra y $ 10 00 3 gall sze w h warra y $ 13 00 gall sze w h u warra y $ 45 gall sze w h warra y $ 6 l gall sze w h u warra y $ 8 0 l gall sze w h warra y $ 11 0 3 gall sze w h u warra y $ 19 6 3 gall sze w h warra y $ 2 gall sze w h u 11 A v warra y $ 4 gall sze w h warra y $ 4 1 1 gall sze w h u warra y $ 113 33 1 gall sze w h warra y $ 1 00 2 gall sze w h u warra y $ 2 00 2 gall sze w h warra y $ 333 33 P 19 DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 1 gall sze w h u warra y $ 00 1 gall sze w hwarra y $ 8 3 gall sze w h u warra y $ 11 0 3 gall sze w hwarra y $ 1 2 118 M gall sze w h u warra y $ 4 gall sze w h warra y $ 4 1 1 gall sze w h u warra y $ 120 00 1 gall sze w h warra y $ 130 00 1gall sze w h u warra y $ 08 1 gall sze w h warra y $ 8 119 L p 3 gall sze w h u warra y $ 101 3 gall sze w h warra y $ 13 00 1 gall sze w h u 120 Pe as warra y $ 4 83 1 gall sze w h warra y $ 08 Page 20 DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 1 gall sze w h u warra y $ 1 1 gall sze w h warra y $ 92 3 gall sze w h u 121 Sp warra y $ 12 00 3 gall sze w h warra y $ 1 00 gall sze w h u warra y $ 2 00 gall sze w h warra y $ 38 00 1 gall sze w h u warra y $ 33 1 gall sze w h warra y $ 1 3 gall sze w h u 122 P k Muhly warra y $ 9 3 gall sze w h warra y $ 12 00 gall sze w h u warra y $ 2 00 gall sze w h warra y $ 3 00 Page 21 DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 l gall sze w h u warra y $ 33 l gall sze w hwarra y $ 1 3 gall sze w h u 123 F k c warra y $ 9 3 gall sze w h warra y $ 12 00 gall sze w h u warra y $ 2 00 gall sze w h warra y $ 38 00 1 gall sze w h u warra y $ 33 l gall sze w h warra y $ 1 3 gall sze w h u 124 D f Fa a chee warra y $ 9 3 gall sze w h warra y $ 12 00 gall sze w h u warra y $ 2 00 gall s ze w h warra y $ 38 00 Page 22 DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 1 gall sze w h u warra y $ 00 l gall sze w h warra y $ 8 3 gall sze w h u warra y $ 10 33 3 gall sze w h warra y $ 12 gall s ze w h u 12 Cr s warra y $ 41 gall sze w h warra y $ 00 1 gall sze w h u warra y $ 120 00 1 gall sze w h warra y $ 14 0 2 gall sze w h u warra y $ 290 00 2 gall sze w h warra y $ 34 00 1 gall sze w h u warra y $ 00 1 gall sze w h warra y $ 8 3 gall sze w h u 12 Arb warra y $ 9 3 gall sze w h warra y $ 11 gall sze w h u warra y $ 39 gall sze w h warra y $ 41 33 1 gall sze w h u warra y $ 0 l gall sze w h warra y $ 8 42 3 gall sze w h u 12 lx warra y $ 111 3 gall sze w h warra y $ 14 08 gall sze w h u warra y $ 41 gall sze w h warra y $ 00 Page 23 DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-13975656D55A4 1 gallon size without warr my $ 6. 7 1 gall sze w h warra y $ 8.25 12 B F xL 3 gall sze w h u warra y $ 10 83 gall sze w h warra y $ 1 5 1 gall sze w h u warra y $ 7 00 1 gall sze 129 Beach S f w h warra y $ 75 gall sze w h u warra y $ 20 00 gall s ze w h warra y $ 0 00 l gall sze w h u warra y $ 7 00 l gall sze w h warra y $ 00 gall sze w h u warra y $ 14 6 gall sze w h warra y $ 21 7 7 gall sze w h u 1 0 G warra y $ 5 7 gall sze w h warra y $ 9 15 gall sze w h u warra y $ 115 00 15 gall sze w h warra y $ 172 50 25 gall sze w h u warra y $ 1 5 00 25 gall sze w h warra y $ 277 50 Unlisted Materials Perc ab v wh lesale c s purchase a d del ver 1 gal 45 115 gal pla s W/warra y 75 11 Perce age ab ve wh lesale c s purchase a d del ver 1 gal 45 gal pla sw h u warra y 50% 117 C f l P /M M k-up % Page 24 DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 GROUP I - Biscayne Elementary - PROPOSAL # 27328A 10/26/22 800 77th St, Miami Beach, FL 33141 - St.Augustine (a) (b) (a x b) Est. Number of Annual Cost Per Service Yearly Cost REGULAR SERVICES Services MOW, EDGE, LINE TRIM 36 $ 362.77 $ 13,059.72 MOW, EDGE, LINE TRIM ATHLETIC FIELDS 140 $ - $ - IRRIGATION CONTROLLER CHECK 36 $ 50.79 $ 1,828.44 FULL IRRIGATION SERVICES(WET TEST) 12 $ 142.43 $ 1,709.16 PLANT BEDS/SHRUB PRUNING 36 $ 120.92 $ 4,353.12 WEED & PEST CONTROL 36 $ 119.37 $ 4,297.32 LITTER CONTROL 140 $ 188.41 $ 26,377.40 FULL SERVICE TOTAL: $ 51,625.16 (a) (b) (a x b) Est. Number of Annual Cost Per Service Yearly Cost EXTRA SERVICES Services MULCH 2 $ 1,337.91 $ 2,675.82 TREE PRUNING 1 $ 177.88 $ 177.88 PALM PRUNING 4 $ 177.88 $ 711.52 FERTILIZE TREES FERTILIZE PALMS 4 $ 137.53 $ 550.12 FERTILIZE TREES PLANT BEDS/SHRUBS 3 $ 137.53 $ 412.59 AERATION TOP DRESS VERTICUTTING SPIKING FERTILIZE TURF FERTILIZE TURF 3 $ 490.77 $ 1,472.31 PRESSURE CLEANING 4 $ 518.96 $ 2,075.84 EXTRA SERVICES TOTAL: $ 8,076.08 ANNUAL GRAND TOTAL (to include regular and extra services): $ 59,701.24 DocuSign Envelope ID:C3A5B18A-A673-4881-95E2-D975656D55A4 GROUP I - Biscayne Elementary - PROPOSAL # 27328B 10/26/22 800 77th St, Miami Beach, FL 33141-Seashore Paspalum (a) (b) (a x b) Est. Number of Annual REGULAR SERVICES Services Cost Per Service Yearly Cost MOW,EDGE, LINE TRIM 36 $ - $ - MOW, EDGE,LINE TRIM ATHLETIC 140 $ 483.69 $ 67,716.60 IRRIGATION CONTROLLER CHECK 36 $ 86.74 $ 3,122.64 FULL IRRIGATION SERVICES(WET TEST) 12 $ 142.43 $ 1,709.16 PLANT BEDS/SHRUB PRUNING 36 $ 120.92 $ 4,353.12 WEEDS& PEST CONTROL 36 $ 119.37 $ 4,297.32 LITTER CONTROL 140 $ 188.41 $ 26,377.40 FULL SERVICE TOTAL: $ 107,576.24 a) Est. Number of Annual (b) (a x b) EXTRA SERVICES Services Cost Per Service Yearly Cost MULCH 2 $ 1,337.92 $ 2,675.84 TREE PRUNING 1 $ 177.88 $ 177.88 PALM PRUNING 4 $ 177.88 $ 711.52 FERTILIZE TREES 3 $ - $ - FERTILIZE PALMS 4 $ 137.53 $ 550.12 FERTILIZE TREES, PLANT BEDS/SHRUBS 3 $ 137.53 $ 412.59 AERATION 3 $ 68.77 $ 206.31 TOP DRESS 3 $ 68.77 $ 206.31 VERTICUTTING 1 $ 2,418.47 $ 2,418.47 SPIKING 6 $ 734.42 $ 4,406.52 FERTILIZE TURF 9 $ 490.77 $ 4,416.93 FERTILIZE TURF 3 $ - $ - PRESSURE CLEANING 4 $ 518.96 $ 2,075.84 EXTRA SERVICES TOTAL: $ 18,258.33 ANNUAL GRAND TOTAL (to include regular and extra services): $ 125,834.57 DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 EXHIBIT C FEMA PROVISIONS FOR CONTRACTS Cl. CONTRACT PROVISIONS FOR NON-FEDERAL ENTITY CONTRACTS UNDER FEDERAL AWARDS C2. BYRD ANTI-LOBBYING AMENDMENT CERTIFICATION FORM C3. SUSPENSION AND DEBARMENT CERTIFICATION FORM Page 1 of 10 DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 Exhibit C1 Contract Provisions for Non-Federal Entity Contracts Under Federal Awards The following provisions shall be applicable to all work performed pursuant to the Contract and shall supersede any conflicting provisions contained elsewhere. A. BREACHES AND DISPUTE RESOLUTION. For all purchases in excess of the simplified acquisition threshold, currently $150,000, the following provisions shall apply: (1) Disputes and Remedies - Disputes arising in the performance of this Contract which are not resolved by the Contractor and the City's project manager or contractor manager, shall be referred, in writing, to the authorized representative of the City Mayor for a decision. If there is a disagreement among the parties regarding the decision of the City Mayor's representative, then either party may submit any claim, counterclaim, dispute and other matters in question between the City and the Contractor arising out of or relating to this Contract or its breach to a court of competent jurisdiction within The City of Miami Beach. (2) Performance During Dispute - Unless otherwise directed by the City, Contractor shall continue performance under this Contract while matters in dispute are being resolved. (3) Claims for Damages-Should either party to the Contract suffer injury or damage to person or property because of any act or omission of the party or of any of his employees, agents or others for whose acts he is legally liable, a claim for damages therefore shall be made in writing to such other party within a reasonable time after the first observance of such injury of damage. B. TERMINATION FOR CONVENIENCE. The City, at its sole discretion, reserves the right to terminate this Contract without cause upon thirty (30) days written notice. Upon receipt of such notice, the Contractor shall not incur any additional costs under this Contract. The City shall be liable only for reasonable costs incurred by the Contractor prior to notice of termination. The City shall be the sole judge of"reasonable costs." C. DEFAULT; REMEDIES; TERMINATION FOR CAUSE The City reserves the right to terminate this Contract, in part or in whole, or place the Contractor on probation, or to avail itself of all other remedies available at law and equity, inclusive injunctive relief and specific performance, in the event the Contractor fails to perform in accordance with the terms and conditions stated herein. Following breach of the Contract by the Contractor, the City shall provide written notice specifying the breach to the Contractor and advising the Contractor that the breach must be cured immediately or this Agreement may be terminated by the City. The City reserves the right to avail itself of any and all remedies available at law or at equity, including claims for damages and injunctive relief. The City further reserves the right to suspend or debar the Contractor in accordance with the appropriate City ordinances, resolutions and/or administrative/implementing orders. The vendor will be notified by letter of the City's intent to terminate if, following the initial notice of breach, the Contractor fails to timely or adequately and to the satisfaction of the City cure said breach. In the event of termination for default, the City may procure the required goods and/or services from any source and use any method deemed in its best interest. All re-procurement costs shall be borne by the terminated Contractor. D. EQUAL EMPLOYMENT OPPORTUNITY (1) In connection with the performance of this Contract, the Contractor shall not discriminate against any employee or applicant for employment because of race, religion, color, sex, age, disability, ancestry, marital status, pregnancy, sexual orientation, veteran's status, or national origin. The Contractor shall take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, religion, color, sex, age, disability, ancestry, marital status, pregnancy, sexual orientation, veteran's status, or national origin. Such action shall include, but not be limited to, the following: employment, upgrading, promotion, demotion Page 2 of 10 DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 or transfer, recruitment or recruitment advertising, layoff or termination, rates of pay or other forms of compensation, and selection for training, including apprenticeships. Contractor further agrees to insert a similar provision in all subcontracts, except subcontracts for standard commercial supplies or raw materials. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by MDC setting forth the provisions of this Equal. Opportunity clause. • (2) The Contractor shall, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, sexual orientation, gender identity, or national origin. (3) The Contractor will not discharge or in any other manner discriminate against any employee or applicant for employment because such employee or applicant has inquired about, discussed, or disclosed the compensation of the employee or applicant or another employee or applicant. This provision shall not apply to instances in which an employee who has access to the compensation information of other employees or applicants as a part of such employee's essential job functions discloses the compensation of such other employees or applicants to individuals who do not otherwise have access to such information, unless such disclosure is in response to a formal complaint or charge, in furtherance of an investigation, proceeding, hearing, or action, including an investigation conducted by the employer, or is consistent with the Contractor's legal duty to furnish information. (4) The Contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to,be provided advising the said labor union or workers' representatives of the Contractor's commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (5) The Contractor will comply with all provisions of Executive Order11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. (6) The Contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. (7) In the event of the Contractor's noncompliance with the Equal Opportunity clauses of this Contract or with any of the said rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the Contractor may be declared ineligible for further government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided bylaw. (8) The Contractor will include the provisions of this Equal Opportunity clause in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each of Contractor's vendors and subcontractors. The Contractor will take such action with respect to any subcontract or purchase order as the City may direct as a means of enforcing such provisions, including sanctions for noncompliance. Page 3 of 10 DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 E. DAVIS-BACON ACT, AS AMENDED (40 U.S.C. § 3141-3148). and COPELAND "ANTI- KICKBACK"ACT(18 USC§40 U.S.C.3145).The Davis-Bacon Act and the Copeland Anti-Kickback Act only apply to the emergency Management Preparedness Grant Program, Homeland Security Grant Program, Nonprofit Security Grant Program, Tribal Homeland Security Grant Program, Port Security Grant Program; and Transit Security Grant Program.They do not apply to other FEMA grant and cooperative agreement programs, including the Public Assistance Program. Accordingly,.if applicable to this Contract: (1)All prime construction contracts in excess of$2,000 awarded by non-Federal entities must include a provision for compliance with the Davis-Bacon Act (40 U.S.C. §§ 3141-3144, and 3146-3148) as, supplemented by Department of Labor regulations (29 CFR Part 5, "Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction"). a) In accordance with the statute, and if applicable, the Contractor must pay all laborers and mechanics employed or working upon the site of the work, unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account(except such payroll deductions as are permitted by regulations issued by the Secretary of Labor pursuant to 29 CFR part 3),the full amount of wages and bona fide fringe benefits(or cash equivalents thereof) at rates not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. In addition, contractors must be required to pay wages not less than once a week. The City will attach, a copy of the current prevailing wage determination issued by the Department of Labor to this form. b) Contributions made or costs reasonably anticipated for bona fide fringe benefits under section 1(b)(2) of the Davis—Bacon.Act on behalf of laborers or mechanics,are considered wages paid to such laborers or mechanics, subject to the provisions of paragraph (a)(1)(iv) of 29 CFR§5.5;also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs which cover the particular ' weekly period, are deemed to be constructively made or incurred during such weekly period.. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed,without regard to skill,. except as provided in 29 CFR § 5.5(a)(4). c) Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein: Provided, that the employer's payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classification and wage rates conformed under paragraph (a)(1)(ii) of 29 CFR § 5.5) and the Davis—Bacon poster (WH-1321) shall be posted at all times by the Contractor and its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers. ' (2)The Contractor shall comply with 18 U.S.C. §874, 40 U.S.C. § 3145, and the requirements of 29 C.F.R. pt. 3 as may be applicable, which are incorporated by reference into,this Contract. Contractors and Subcontractors are prohibited from inducing, by any means, any person employed in the construction, completion,or repair of public work, to give up any part of the compensation to which he or she is otherwise entitled.The Contractor or subcontractor shall insert in any subcontracts the clause in these subparagraphs (G)(1) and (2), and also a clause requiring the subcontractors to include this clause in any lower tier subcontracts. The Contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with this clause. A breach of this clause may be grounds for termination of the Contract, and for debarment as a contractor and subcontractor as provided in 29 C.F.R. § 5.12. F. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT OF 1962, 40 U.S.C. §§ 3702 AND 3704. Page 4 of 10 DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 If applicable, the Contractor and all of its subcontractors shall comply with the Contract Work Hours and Safety Standards Act of 1962, 40 U.S.C. §§ 3702 and 3704, requiring that mechanics and laborers (including watchmen and guards) employed on federally assisted contracts be paid wages of not less than one and one-half times their basic wage rates for all hours worked in excess of forty hours in a workweek. In the event of any violation of the preceding clause, the Contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, the Contractor and subcontractor shall be liable to the City for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth herein, in the sum of$10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required. The City shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor,or any other federally- assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided herein. The Contractor or subcontractor shall insert in any subcontracts this clause set forth in subsection (F) herein also a clause requiring the subcontractors to include this clause in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in herein. G. RIGHTS TO INVENTIONS MADE UNDER A CONTRACT OR AWARD. If the Federal award meets the definition of"funding agreement" under 37 CFR § 401.2 (a) and the City wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance of experimental, developmental, or research work under that "funding agreement," the City must comply with the requirements of 37 CFR Part 401, "Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements," and any implementing regulations issued by the awarding agency. H. THE CLEAN AIR ACT OF 1955, as amended, 42 U.S.C. §§7401-7671q and the FEDERAL WATER POLLUTION CONTROL ACT, as amended, 33 U.S.C. §§ 1251- 1387. (1) The Contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act, as amended, 42 U.S.C. § 7401 et seq. and issued pursuant to the Federal Water Pollution Control Act, as amended, 33 USC §1251 et. seq. (2) The Contractor agrees to report each violation to the City and understands and agrees that the City will, in turn, report each violation as required to assure notification to the City, Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office. (3) The Contractor agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with Federal assistance provided by FEMA. I. ENERGY CONSERVATION. Contractor agrees to comply with mandatory standards and policies relating to energy efficiency which are contained in the State energy conservation plan issued in compliance with the Energy Policy and Conservation Act(42 U.S.C. Section 6321 et seq.) and (42 U.S.C. 6201). J. CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION. Page 5 of 10 DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 (1) This Contract is a covered transaction for purposes of 2 C.F.R. pt. 180 and 2 C.F.R. pt. 3000. As such the Contractor is required to verify that none of the Contractor, its principals (defined at 2 C.F.R. § 180.995),or its affiliates(defined at 2 C.F.R. § 180.905)are excluded (defined at 2 C.F.R. § 180.940) or disqualified (defined at 2 C.F.R. § 180.935). The Contractor must comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C and must include a requirement to comply with these regulations in any lower tier covered transaction it enters into. This certification is a material representation of fact relied upon by the City. If it is later determined that the Contractor did not comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C, in addition to remedies available to the City, the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. The Contractor agrees to comply with the'requirements of 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C and shall include a provision requiring such compliance in its lower tier covered transactions. (2) By signing and submitting this form, the Contractor shall also execute and provide the City with, and require all lower tiered contractors to also execute, the certification set out in "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion Lower tier Covered Transaction"attached hereto.The Contractor shall require all lower tier participants to agree that they: a. shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized in writing by the City; and ii. they will include this clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion", and the certification form, without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions. The Contractor may rely upon a certification of a prospective participant in a lower tier covered transaction that it is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous.The Contractor may decide the method and frequency by which it determines the eligibility of its principals. The Contractor may, but is not required to check the Non- procurement List issued by U.S. General Service Administration. Nothing contained in the foregoing shall be construed to require establishment of system of records in order to render in good faith the certification required by this clause.The knowledge and information of the Contractor and any other participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. If the Contractor or any other lower tier participant in a covered transaction knowingly enters into a lower tier covered transaction with'a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to all remedies available to the Federal Government, the City may pursue available remedies including suspension and/or debarment. K. BYRD ANTI-LOBBYING CERTIFICATION AND DISCLOSURE STATEMENTS. Contractors who apply or bid for or have received an award of$100,000 or more shall file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract,grant, or any other award covered by 31 U.S.C. § 1352. Each tier shall also disclose any lobbying with non-Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the recipient. L. RECYCLEDPRODUCTS/RECOVERED MATERIALS The Contractor agrees to comply with all the requirements of Section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act (42 U.S.C. § 6962), Page 6 of 10 DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 including but not limited to;the regulatory provisions of 40 CFR Part 247, and Executive Order 12873, as they apply to the procurement of the items designated in Subpart B of 40 CFR Part 247.AII goods and/or services to be purchased as a result of any award under this Contract shall be in accordance with all applicable governmental standards, including, but not limited to those issued by the Occupation Safety and Health Administration (OSHA), the National Institute of Safety Hazards (NIOSH),.and the National Fire Protection Association (NFPA). It shall be the responsibility of the Contractor and vendors to be regularly, informed to conform to any changes in standards issued by any regulatory agencies that govern the commodities or services applicable to this solicitation, during the term of any contract resulting from this solicitation. In the performance of this Contract, the Contractor shall make maximum use of products containing recovered materials that are EPA- designated items unless the product cannot be acquired: (1) Competitively within a timeframe providing for compliance with the contract performance schedule; (2) Meeting Contract performance requirements; or(3)At a reasonable price. Information about this requirement, along with the list of EPA-designated items, is available at EPA's Comprehensive Procurement Guidelines web site, https://www.epa.gov/smm/regulatory- background-comprehensive-procurement-guideline- program-cpg. M. CONTRACTING WITH SMALL AND MINORITY BUSINESS, WOMEN'S BUSINESS ENTERPRISES, AND LABOR SURPLUS AREA FIRMS, C.F.R. § 200.321(G). Pursuant to C.F.R.200.321 (g),the City will take all necessary affirmative steps to assure that minority businesses, women's business enterprises, and labor surplus area firms are used when possible. Affirmative steps must include: (1) Placing qualified small and minority businesses and women's business enterprises on solicitation lists; (2)Assuring that small and minority businesses, and women's business enterprises are solicited whenever they are potential sources; (3) Dividing total requirements, when economically feasible, into smaller tasks or quantities to permit maximum participation by small and minority businesses, and women's business enterprises; (4) 'Establishing delivery schedules, where the requirement permits, which encourage participation by small and minority businesses, and women's business enterprises; (5) Using the services and assistance, as appropriate, of such organizations as the Small Business Administration and the Minority Business Development Agency of the Department of Commerce; an (6) Requiring the prime contractor, if subcontracts are to be let,to take the affirmative steps listed in paragraphs (1)through (5)above. N. ACCESS TO RECORDS. In addition to the provisions contained in the Contract, the following access to records requirements apply to this Contract: (1) The Contractor agrees to provide the City, the FEMA Administrator, the Comptroller General of the United States, or any of their authorized representatives access to any books, documents, papers,and records of the Contractor which are directly pertinent to this Contract for the purposes of making audits, examinations, excerpts, and transcriptions. (2) The Contractor agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed. (3) The Contractor agrees to provide the FEMA Administrator or his authorized representatives access to construction or other work sites pertaining to the work being completed under the Contract. Page 7 of 10 DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 O. PROGRAM FRAUD AND FALSE OF FRAUDULENT STATEMENTS OF RELATED ACTS.The. Contractor hereby acknowledges that 31 U.S.C.Chap.38(Administrative Remedies for False Claims and Statements) applies to the.Contractor's actions pertaining to the Contract. P. DHS SEAL, LOGO,AND FLAGS.The Contractor shall not use the DHS seal(s), logos, crests, or reproductions of flags or likenesses of DHS agency officials without specific FEMA pre-approval. Q. COMPLIANCE WITH FEDERAL LAW, REGULATIONS,AND EXECUTIVE ORDERS.This is an acknowledgement that FEMA financial assistance may be used to fund all or a portion of the Contract. The Contractor will comply with all applicable Federal law, regulations, executive orders, FEMA policies, procedures, and directives. R. NO OBLIGATION BY FEDERAL GOVERNMENT The Federal Government is not a party to this Contract and is not subject to any obligations or liabilities to the non-Federal entity, Contractor, or any other party pertaining to any matter resulting from the Contract. S. CHANGES The Contract may be modified by mutual consent, in writing through the issuance of a modification to the Contract. T. INDEMNIFICATION For any work performed on Federally funded projects, the Contractor agrees to indemnify and hold harmless the Federal Government, its employees and/or contractors, the County, its employees and/or contractors, and the City and its employees and/or contractors from liability to third parties for claims asserted under the contract. U. E-VERIFY. The Contractor shall utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the Contractor during the term of the Contract and shall expressly require any subcontractors performing work or providing services pursuant to the Contract to likewise utilize the U.S. Department of Homeland Security's E- Verify system to verify the employment eligibility of all new employees hired by the subcontractor during the Contract term. V. BOND REQUIREMENTS (2 CFR §200.325). Notwithstanding Florida law or City practice, at a minimum for construction or facility improvement contracts or subcontracts exceeding the Simplified Acquisition Threshold (currently$150,000), the following requirements must be met: A. A bid guarantee from each bidder equivalent to five percent (5%) of the bid price. The "bid guarantee" must consist of a firm commitment such as a bid bond, certified check, or other negotiable instrument accompanying a bid as assurance that the bidder will, upon acceptance of the bid, execute such contractual documents as may be required within the time specified. B. A performance bond on the part of the contractor for 1.00 percent of the contract price. C A payment bond on the part of the contractor for 100 percent of the contract price. • Page 8 of 10 DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 Exhibit C2 BYRD ANTI-LOBBYING AMENDMENT CERTIFICATION FORM APPENDIX A,44 C.F.R. PART 18—CERTIFICATION REGARDING LOBBYING Certification for Contracts, Grants, Loans, and Cooperative Agreements The Contractor certifies,to the best of his or her knowledge, that: 1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the Contractor, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan,the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the Contractor shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. 3. The Contractor shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31, U.S.C.§ 1352 (as amended by the Lobbying Disclosure Act of 1995).Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The Contractor certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31 U.S.C. § 3801 et seq., apply to this certification and disclosure, if any. Page 9 of 10 DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 Exhibit C3 SUSPENSION AND DEBARMENT CERTIFICATION The Contractor acknowledges that: (1)This Contract is a covered transaction for purposes of 2 C.F.R. pt. 180 and 2 C.F.R. pt. 3000.As such the contractor is required to verify that none of the Contractor, its principals(defined at 2 C.F.R. § 180.995), or its affiliates (defined at 2 C.F.R. § 180.905) are excluded (defined at 2 C.F.R. § 180.940) or disqualified (defined at 2 C.F.R. § 180.935). (2) The Contractor must comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C and must include a requirement to comply with these regulations in any lower tier covered transaction it enters into. (3)This certification is a material representation of fact relied upon by the City. If it is later determined that the Contractor did not comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C, in addition to remedies available to the City,the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. (4)The Contractor agrees to comply with the requirements of 2 C.F.R. pt. 180,subpart C and 2 C.F.R. pt. 3000, subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The Contractor further agrees to include a provision requiring such compliance in its lower tier covered transactions." By virtue of submitting bid, bidder certifies or affirms its compliance with the Suspension and Debarment Certification. Page 10 of 10 DocuSign Envelope ID:C3A5B18A-A673-48B1-95E2-D975656D55A4 • RESOLUTION NO. 2022-31988 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER, PURSUANT TO REQUEST FOR PROPOSALS (RFP) 2021- 187-AY GROUNDS MAINTENANCE SERVICES FOR PARKS AND ATHLETIC FIELDS, AS FOLLOWS:(1) WITH RESPECT TO GROUP I (NORTH BEACH), AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH EVERGLADES ENVIRONMENTAL CARE, INC., THE TOP RANKED PROPOSER, AS THE PRIMARY VENDOR, SUPERIOR LANDSCAPING AND LAWN SERVICES, INC., THE SECOND-RANKED PROPOSER, AS THE SECONDARY VENDOR, AND BRIGHTVIEW LANDSCAPE SERVICES, LLC., THE THIRD-RANKED PROPOSER , AS THE TERTIARY VENDOR;; (2) WITH RESPECT TO GROUP II (SOUTH BEACH), AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH SUPERIOR LANDSCAPING AND LAWN SERVICES, INC., THE TOP-RANKED PROPOSER, AS THE PRIMARY VENDOR, BRIGHTVIEW LANDSCAPE SERVICES, INC., THE SECOND-RANKED PROPOSER, AS THE SECONDARY VENDOR, AND SFM LANDSCAPE SERVICES, LLC, THE THIRD-RANKED PROPOSER AS THE TERTIARY VENDOR;; AND (3) WITH RESPECT TO GROUP III (SPECIALTY PARKS), AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH SUPERIOR LANDSCAPING AND LAWN SERVICES, INC., THE TOP RANKED PROPOSER, AS THE PRIMARY VENDOR, BRIGHTVIEW LANDSCAPE SERVICES, INC., THE SECOND-RANKED PROPOSER AS THE SECONDARY VENDOR, AND SFM. LANDSCAPE SERVICES, LLC, THE THIRD-RANKED PROPOSER AS THE TERTIARY VENDOR; AND FURTHER AUTHORIZING THE CITY MANAGER AND CITY CLERK TO EXECUTE AN AGREEMENT WITH EACH OF THE FOREGOING PROPOSERS UPON CONCLUSION OF SUCCESSFUL NEGOTIATIONS BY THE ADMINISTRATION. WHEREAS, the City has an ongoing need for grounds maintenance services consisting primarily of landscape and irrigation maintenance service for the City's parks and athletic fields; and WHEREAS, On July 4, 2014 the City issued Invitation to Bid (RFP) 2014-195-LR for grounds maintenance services for parks and athletic fields; and WHEREAS, On December 17, 2014 the Mayor and City Commission of the City of Miami Beach ("City")awarded contracts to the lowest bidder(s); and WHEREAS, On January 16, 2020, the contracts were extended on a month-to month- basis until December 31, 2021; and WHEREAS, in anticipation of the contracts' expiration, on July 28, 2021, the Mayor and City Commission approved the issuance of Request for Proposals (RFP) No. 2021-187-AY, for Grounds Maintenance Services for Parks and Athletic Fields ("the RFP"); and WHEREAS,on July 30, 2021, the RFP was issued and advertised with an opening date of September 17, 2021; and DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 WHEREAS,a non-mandatory pre-proposal meeting was held on August 10, 2021; and WHEREAS, on September 17, 2021, the City received a total of six(6) proposals from: Brightview Landscape Services, Inc., Coco Tree Service Corp, Everglades Environmental Corp, Innova Firm LLC, SFM Services, Inc., and Superior Landscaping Lawn Service, Inc., which were all deemed responsive; and WHEREAS, on June 21, 2021, the City Manager appointed an Evaluation Committee, comprised of Michael Atkin, Greenspace Management •Superintendent, Public Works Department; Sabrina Baglieri, Senior Capital Projects Coordinator, Capital Improvement Projects Office; Carlos Naumann, Contracts Compliance Administrator, Parks and Recreation Department; Bradford Kaine, Sanitation Director, Sanitation Department; and Narinder Singh, Deputy Director, Building Services Department; and WHEREAS,the Committee received an overview of the project, information on the City's Cone of Silence Ordinance and the Government Sunshine Law, general information on the scope of services, and a copy of each proposal; WHEREAS, the Committee scored and ranked each proposal pursuant to the evaluation criteria established in the RFP; and WHEREAS,the Evaluation Committee ranked the proposers in the following order: Group I (North Beach) 1st Ranked—Everglades Environmental Care, Inc. 2nd Ranked—Superior Landscaping and Lawn Services, Inc. 3rd Ranked—Brightview Landscape Services, Inc. 4th Ranked—Innova Firm 5th Ranked—SFM Landscape Services, LLC 6th Ranked—Coco Tree Service Corp. Group II (South Beach) 1st Ranked—Superior Landscaping and Lawn Services, Inc. 2nd Ranked—Brightview Landscape Services, Inc. 3rd Ranked—SFM Landscape Services, LLC 4th Ranked—Innova Firm 5th Ranked—Coco Tree Service Corp. Group Ill (Soundscape Park, South Pointe Park, Pride Park, Collins Canal Park, and Alton Road Park) 1st Ranked—Superior Landscaping and Lawn Services, Inc. 2nd Ranked—Brightview Landscape Services, Inc. 3rd Ranked—SFM Landscape Services, LLC • 4th Ranked—Innova Firm 5th Ranked-Coco Tree Service Corp. WHEREAS, after reviewing all of the submissions and the Evaluation Committee process, I concur with the Evaluation Committee and the following top-ranked Proposers and authorizing the City Manager and City Clerk to execute the Agreement upon conclusion of successful negotiations by the Administration: DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 Everglades Environmental Care, Inc.: Primary for Group I—North Beach Superior Landscaping and Lawn Services, Inc.: Primary for Group II —South Beach, Group III— Specialty Parks, and Secondary for Group I—North Beach Brightview Landscape.Services: Secondary for Group II — South Beach, Group III — Specialty Parks, and Tertiary for Group I—North Beach SFM Landscape Services, LLC: Tertiary for Group II—South Beach, Group III —Specialty Parks NOW, THEREFORE, BE IT DULY RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, that the Mayor and City Commission hereby accept the recommendation of the City Manager, pursuant to Request for Proposals (RFP) 2021-187-AY Grounds Maintenance Services for Parks and Athletic Fields, as follows:(1) with respect to Group I (North Beach), authorize the Administration to enter into negotiations with Everglades Environmental Care, Inc., the top ranked proposer, as the primary vendor, Superior Landscaping and Lawn Services, Inc., the second-ranked proposer, as the secondary vendor, and Brightview Landscape Services, LLC., the third-ranked proposer, as the tertiary vendor; (2) with respect to group II (South Beach), authorize the Administration to enter into-negotiations with Superior Landscaping and Lawn Services, Inc., the top- ranked proposer, as the primary vendor, Brightview Landscape Services, Inc., the second-ranked proposer, as the secondary vendor, and SFM Landscape Services, LLC, the third-ranked proposer as the tertiary vendor;; and (3)with respect to group III (Specialty Parks), authorize the Administration to enter into negotiations with Superior Landscaping and Lawn Services, Inc., the top ranked proposer, as the primary vendor, Brightview Landscape Services, Inc., the second-ranked proposer as the secondary vendor, and SFM Landscape Services, LLC, the third-ranked proposer as the tertiary vendor; and further authorize the City Manager and City Clerk to execute an agreement with each of the foregoing proposers upon conclusion of successful negotiations by the Administration. PASSED AND ADOPTED this o20 day of Jpl kQry 2022. ATTEST: f ii(ORP HATED 1,0 C. . RAFA L E. G NADO, CITY CLERK' ^''" DAN GELBER, MAYOR JAN 2 5 2022 • APPROVED AS TO FORM&LANGUAGE &FOR EXECUTION City Attorney Ip 2. z Z. DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 C7-Resolutions V • MIAMI BEACH COMMISSION MEMORANDUM TO: Honorable Mayor and Members of the City Commission FROM: Alina T. Hudak, City Manager DATE: January 20,2022 SUBJECT:A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER, PURSUANT TO REQUEST FOR PROPOSALS (RFP) 2021-187-AY GROUNDS MAINTENANCE SERVICES FOR PARKS AND ATHLETIC FIELDS; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH, EVERGLADES ENVIRONMENTAL CARE, INC., THE TOP-RANKED PROPOSER AS THE PRIMARY VENDOR, SUPERIOR LANDSCAPING AND LAWN SERVICES, INC., THE SECOND- RANKED PROPOSER AS THE SECONDARY VENDOR, AND BRIGHTVIEW LANDSCAPE SERVICES, LLC., THE THIRD-RANKED PROPOSER, AS THE TERTIARY VENDOR FOR GROUP I; FURTHER AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH, SUPERIOR LANDSCAPING AND LAWN SERVICES, INC., THE TOP-RANKED PROPOSER AS THE PRIMARY VENDOR, BRIGHTVIEW LANDSCAPE SERVICES, INC., THE SECOND-RANKED PROPOSER AS THE SECONDARY VENDOR, AND SFM LANDSCAPE SERVICES, LLC, THE THIRD-RANKED PROPOSER, AS THE TERTIARY VENDOR FOR GROUP II; FURTHER AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH, SUPERIOR LANDSCAPING AND LAWN SERVICES, INC., THE-TOP RANKED PROPOSER AS THE PRIMARY VENDOR, BRIGHTVIEW LANDSCAPE SERVICES, INC., THE SECOND- RANKED PROPOSER AS THE SECONDARY VENDOR, AND SFM LANDSCAPE SERVICES, LLC, THE THIRD-RANKED PROPOSER, AS THE TERTIARY VENDOR FOR GROUP III;AND FURTHER AUTHORIZING THE CITY MANAGER AND CITY CLERK TO EXECUTE AN AGREEMENT, UPON CONCLUSION OF SUCCESSFUL NEGOTIATIONS BY THE ADMINISTRATION AND THE CITYATTORNEY'S OFFICE. RECOMMENDATION It is recommended that the Mayor and City Commission approve the Resolution authorizing the Administration to enter into negotiations with the following top-ranked Proposers, pursuant to RFP 2021-187 AYfor grounds maintenance services for parks and athletic fields. Page 382 of 1313 DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 Group I —North Beach • Primary-Everglades Environmental Care, Inc. • Secondary-Superior Landscaping and Lawn Services, inc. • Tertiary-Brightview Landscape Services Group II—South Beach • Primary-Superior Landscaping and Lawn Services, Inc. • Secondary-Brightview Landscape Services • Tertiary-SFM Landscape Services, LLC Group III —Specialty Parks • Primary-Superior Landscaping and Lawn Services, Inc. • Secondary-Brightview Landscape Services • Tertiary-SFM Landscape Services, LLC. Further, the Resolution also authorizes the City Manager and City Clerk to execute the Agreement upon conclusion of successful negotiations by the Administration. BACKGROUND/HISTORY The Parks and Recreation Department has an ongoing need for landscape and irrigation maintenance services for parks and athletic fields.The services include but are not limited to the. following: mowing, edging, line trimming, irrigation system operation maintenance/repair, litter retrieval, and waste disposal, pruning, mulching, weeding, landscape maintenance, herbicide/insecticide/fertilizer application, turf management, pressure cleaning and replacement of plants as required. On July 4, 2014, the City issued an Invitation to Bid (ITB) 2014-195-LR for Grounds Maintenance — Parks and Athletic Fields. On December 17, 2014, the Mayor and City Commission awarded contracts to the lowest bidder(s). The existing contract was extended on a month-to-month basis by the City Commission on January 16, 2020. This RFP seeks to replace the contract for the required services.. ANALYSIS On July 30, 2021, Request for Proposals (RFP) 2021-187-AY for grounds maintenance services for parks and athletic fields was issued. RFP responses were due and received on September 17, 2021. The City received proposals from the following six (6)firms: Brightview Landscape Services, Inc., Coco Tree Service Corp, Everglades Environmental Care, Inc., Innova Firm, SFM Landscape Services, LLC, and Superior Landscaping and Lawn Services, Inc.- On October 26, 2021, the Evaluation Committee appointed by the City Manager convened to consider the proposals received. The Committee was comprised of the following individuals: Michael Atkin, Greenspace Management Superintendent, Public Works Department; Sabrina Baglieri, Senior Capital Projects Coordinator, Capital Improvement Projects Office; Carlos Naumann, Contracts Compliance Administrator, Parks and Recreation Department; Bradford Kaine, Sanitation Director, Sanitation Department;and Narinder Singh, Deputy Director, Building Services Department. The Committee was provided an overview of the project, information relative to the City's Cone Page 383 of 1313 DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 of Silence Ordinance and the Government Sunshine Law. The Committee was also provided with general information on the scope of services and a copy of each proposal. The Committee was instructed to score and rank each proposal pursuant to the evaluation criteria established in the RFP. The evaluation process resulted in the proposers being ranked by the Evaluation Committee in the following order(See Attachment A): Group 1 (North Beach) 1st—Everglades Environmental Care, Inc. 2nd—Superior Landscaping and Lawn Services, Inc. 3rd—Brightview Landscape Services, Inc. 4th—I nova Firm 5th—SFM Landscape Services, LLC 6th—Coco Tree Service Corp. Group 2 (South Beach) 1st—Superior Landscaping and Lawn Services, Inc. 2nd—Brightview Landscape Services, Inc. 3rd—SFM Landscape Services, LLC 4th—Innova Firm 5th—Coco Tree Service Corp. Group 3(Soundscape Park, South Pointe Park, Pride Park,Collins Canal Park,and Alton Road Park) 1st—Superior Landscaping and Lawn Services, Inc. 2nd—Brightview Landscape Services, Inc. 3rd—SFM Landscape Services, LLC 4th— Innova Firm 5th—Coco Tree Service Corp. Below is a brief summary of the four top-ranked proposers. Brightview Landscape Services. Inc. (Brightview) Established in 1939, Brightview (proposed prime contractor) is a commercial landscaping company that has provided its services to multiple municipalities such as the City of Sunny Isles,the City of Aventura, and the City of Weston. In addition, Brightview is also an incumbent providing these services to the City, and the City has been satisfied with its work and provided positive feedback. Everglades Environmental Care. Inc. (Everglades) Established in 2012, Everglades is a full-service landscaping company based in Miami serving residential communities, commercial properties; and government agencies in Dade, Broward, and Palm Beach counties. The firm's expertise includes landscape design, installation and maintenance, aquatic plant and wetlands development and management, fertilization, pest control, tree trimming, irrigation installation, repair, and maintenance. The Cities the firm provide services for provided positive feedback,such as Miami Gardens, Coral Springs,and Pembroke Pines. Everglades is also an incumbent providing these services to the City, and the City has been satisfied with its work and provided positive feedback. SFM Landscape Services. LLC (SFM) Established in 1972, SFM is a multi-service company whose core service is landscape Page 384 of 1313 DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 maintenance. Through multiple years of experience, the firm has offered grounds and landscaping maintenance to clients such as City of Coral Gables, City of Doral, and City of Tamarac.The City has been satisfied with its work and provided positive feedback. SFM is also an incumbent providing these services to the City, and the City has been satisfied with its work and provided positive feedback. Superior Landscaping Services. Inc.(Superior) Superior is a commercial.landscaping company that has provided its services to multiple municipalities such as the City of Hollywood, the City of North Miami Beach, and the City of Bonita Springs. Superior is also an incumbent providing these services to the City, and the City has been satisfied with its work and provided positive feedback. SUPPORTING SURVEY DATA Based on the 2019 resident survey, there is an 80.8% satisfaction of residents' parks maintenance. The responses indicated that 51.5% was a"good" response, and 29.3%was an "excellent' response. To continue to provide these levels of satisfaction, the City intends to contract with an experienced contractor(s) to provide landscape and irrigation services citywide to parks and athletic fields. FINANCIAL INFORMATION Staff performed a cost analysis to determine whether the fiscal impact is in the City's best interest.The analysis yielded the following findings by group. Group I The top-ranked proposer, Everglades, proposed a cost for services of$725,557 annually(based on the quantities established in the RFP), which is approximately 18.96% lower than the City's current cost for these services. Groups II and I I I Superior Landscaping,the top-ranked proposerfor Groups II and III, has proposed an annual cost of$746,287.56 and$710,509.24, respectively.The annual cost for Group II and Group III is higher than the City's current cost by approximately 17.4% and 17.69%, respectively. However, the change in the Consumer Price Index (CPI) since the contract was awarded October 2014 is nearly 19%. Despite having received lower prices for group I and equitable pricing for groups II and III when CPI increases are considered,the Administration believes it is in the City's best interest to negotiate with the top-ranked proposers to identify any cost efficiencies that may exist in the services. The costs of the related services are subject to funds availability approved through the City's• budgeting process.Grant funding is not expected to be utilized for this project. CONCLUSION After reviewing all of the submissions and the Evaluation Committee's rankings and commentary, I concur with the Evaluation Committee and find Brightview Landscape Services, Inc., Everglades Environmental Care, Inc., SFM Landscape Services, LLC, and Superior Landscaping and Lawn Service, Inc. (as noted in the ranking of proposers by the Evaluation Committee)to be the best qualified firm to provide grounds maintenance services for parks and Page 385 of 1313 DocuSign Envelope ID C3A5B18A-A673-4BB1-95E2-D975656D55A4 athletic fields for the City. The firms are skilled and specialized in the grounds maintenance landscaping industry, and have a well-round understanding of the work means and methods required to maintain parks and athletic fields in excellent conditions. In addition, the firms have all provided grounds maintenance landscaping services for the City. Staff has been satisfied with the level of service provided. Therefore, I recommend that the Mayor and City Commission hereby accept the recommendation of the City Manager, pursuant to Request for Proposals (RFP) 2021-187-AY for Grounds Maintenance Services for Parks and Athletic Fields; authorize the Administration to enter into negotiations with , Everglades Environmental Care, Inc., the top-ranked proposer as the primary vendor, Superior Landscaping and Lawn Services, Inc., the second-ranked proposer as the secondary vendor, and Brightview Landscape Services, LLC., the third-ranked proposer, as the tertiary vendor for group I; further authorizing the Administration to enter into negotiations with, Superior Landscaping and Lawn Services, Inc., the top-ranked proposer as the primary vendor, Brightview Landscape Services, Inc., the second-ranked proposer as the secondary vendor, and SFM Landscape Services, LLC, the third-ranked proposer, as the tertiary vendor for group II; further authorizing the Administration to enter into negotiations with, Superior Landscaping and Lawn Services, Inc., the-top ranked proposer as the primary vendor, Brightview Landscape Services, Inc., the second-ranked proposer as the secondary vendor, and SFM Landscape Services, LLC, the third-ranked proposer, as the tertiary vendor for group III; and further authorizing the City Manager and City Clerk to execute an agreement, upon conclusion of successful negotiations by the Administration and the City Attorneys Office. Applicable Area Citywide Is this a "Residents Right Does this item utilize G.O. to Know" item.pursuant to Bond Funds? City Code Section 2-14? Yes No Strategic Connection Neighborhoods - Enhance the beautification, physical appearance and cleanliness of neighborhoods. Legislative Tracking Parks and Recreation/Procurement ATTACHMENTS: Description o Score and Ranking o Resolution Page 386 of 1313 OW WA worts...SEW,.FOR MR•31 MO AT%FlIC MUM !VP 2021-157-AY 3- 0rounds MaIntanance&Mon for PE53 and A05.11c fleicla MAW PAM Istelree 1144Werl Curls Neemenn Dm:Nord Rehr IlialTelar alpsh GROUP I-NORTH BEACH I I 1 1 Lam 1 Agernii.704e11 0•11MOIO ONNWINEw $atgetM 09461411— ir1—OrmeAMtrn Saba& 041108614 OwiMMOrre Sulaterte1 Owitetea Own111411te &WNW MAMMA, OrameMON6 SWIM - enrbereme Landscape Serpens.Ine. • GS 19 84 2 64 1 19 63 4 00 , 19 79 3 64 63 4.,_ 56 __19 ...n_ 2*.! 15 3 11; COCO TM SOMOB CorP 36 —ir 62 6 45 . 17 62 8 29 17 42 8 35 Eit 6 2 yr ___-__g___ is Eyergladw Envtrownertel Calyanc. 70 07 1 88 17 lie 2 83 __80 2 R_ IF.'' 79 •5... 96 17 5 3 1 r... 14._ 3a 4,I —• brow Filln os 55 56 5 00 kr. 1 45 43 75 5 61 30 91 2 35 Ai; 004 q SFM Landscape _I.LC • 119 11 79 4 67 44 711 6 I n 06 4 a 11 74 3 k 19 0 ' &pa=LenclAapirp ard troal Sernple,Ire. 19 00 3 67 IR se 5 70 W Bo I .-.4:0__I__ le 95 1 -42 61 5.:; 12 I ......... ' ''',"?:;"',2,3-41,VAX15T4e7r:-..V.IWILYAZ5NoAne:nr...ctler.• 14•11%1•1•Omm••• T•100•••••Im Mgr. ton 1,!. Mo...Isms YON. 1•1••••••••• P•01•Vdmits1 elehle•tasImp•S•1•180a.In. I MIKIS al 12... • I. •••.1r1I•rol.O.. 0 110.0•10 I• S-- .I ......... •••mi•Ow•••••••••••1000‘P. I 201•,... la if A. IT 1•••••T. • •••••,.1/ a . .4 41.••••••••••1.1.6.110 I WM SD it I ay..14.•••••••61•••Imelelikl•• ... I Ille/P• V. 1. _ i., it FOR DISPLAY PURPOSES ONLY.FINAL RANKING DOES NOT CONSTRUTE AN AWARD RECOMMENDATION. vt 4:C CD In 0 CD LC) CD ..0 1-- a) • 0 /-:, Lu ..0 a) co cc -4- c:-) 1"-- (0 *5 < co co .-, < ,-, o 0 a) o_ o Tv > c w Page 387 of 1313 CD (.7) 7 0 0 a 0 O P....�„w.,.,..:�. o.a.m...aw 1.naval C Co m m RFP 2021.1I7-AY rr Grounds Malntanarrc.S6Mceu for Pule and AtNNc Fields MI41t.a1AUdn Sabrina Bplarl Cara.Naumann - Bradford Kelly § Marindor Slrgn @B II;�{ Low m GROUP 0•SOUTH BEACH — - V.A9P°SSr o T.rM a Oo.aa5.. O,aat`sa. Subtotal Quainadn IQuananars ,� Q.aniwar. Clu°man..lovaaatake•,burl OwII 5. Oa.nua6M' Submrl _. 23 . 59 2 ..._64 : 23 67 _ ©�� 23..... 83 © 64 _ 23..__ 97 4 66_ 23 79 1[ 12 2 0 Co SSoMLandscape m CCop ryes Inc •_ —._3_ 27 62 4 45 : 27 72 4 27 52 35 27 62__Z. 26 30 55 65 t2_ 17 4 .. innova Sam....__ .....__._..�25 30 55 5 60 3Q 90 t� _ 30_ 75 O 6 —. _— _._... 70 _ 14 84. 3 67 _ 14 81 O _. 14 80 3_ 76 14 90 3 63 14 77 2 tt _._15_, 3 CO BFM Lardsaps SarvKas,LLC 29 93_.. 1 •7 ._.. 29 99 _ Sir landscaping and Lawn•.rvka.,Mc ....• 64 1 29 106 1 42 29„ 71 3. ...7 1 U srsa�._.._. n CO r.0.1'l'R'�°ir,x,':1.`VYT V41{..�174'�-N�.-:.r'garx41,1f n�P�.29TMIM. i]T,F.Zrich` ? .ligtn7W1•a..::1V3 rw rwa d w .r.w. r a....... Co •SE __•.—.._ o.tnww.r-._ .....Mao -_...._ _rg—_..t..._. sarra►.r (2.........31 i, n.ea.�..awu. I aowur 12 T .�. ',Can1rrw..waw s CURLS r a C__.ems -.4..wnw 11 Waal r a ° —E Co - .r.tww..awwuo _. . {MAIM r _._. r ° .__—J9co i+-tar imp.mad Ian awarw.Lr s dwaa !S_ _. s. _ ... ..>! co cn FOR DISPLAY PURPOSES ONLY.VIAL RANMNO 00es NOT CON•TRlfl!ML AMMO INISONIMINORTION. m N 0 Cfl J CI1 Cr) Cn C7) 0 CT CT > A Page 388 of 1313 0 C) _�.. ».1 a...l...gF.yP I...�,:_...unc,.,.9P... C 03 RFP 2021-1D7-AY !! p . Grounds MaUdenenc Services for Parka and Athletic Melds adlad ADM 0 I9a ISOM Carlos Neumann I and Kelm I Nminder tarot -1 p am CD CD GROUP III-SPECIALTY PARKS C Taiga 2 GsaMRls GaMNISp IYMeY �a GaaaIYMM /akeeM _ OulYlMra OssMYM Made OusWlu GwarYMOvs loMaMl Oadban OsaataNln MOW r CD 23 HI -2-. 00 23 6< 27_,. /7 + 5! 1 11 Co TN. s.LanSe ka a sar oae.Inc. 61 1 45-.. 2! -_.—.._.1? s 6 29 _..si - I 0 borOasr®saw cord .-- - ---- --- 2-----b.._. �/... 6 +S ._— 7+ . _....Z0. N .� ---2e 61 S 28.-•- -- 2 - - s7 6 76 _ l IMova Fvm _ aD sG --- �--. 4 60 Q4 .._.�4.._._ 2. 44 .. GG ...� - +y...p7..._.3G l+._.3 - 85 +� ii .-.. I. t7 AF ai pi5smnl u.c. ..--- ---- - - -- 70 18 as s si . .- is.....___...ss 4 46._ 16 82 _3._ ?t._ _.. 62 2 63 '--.14_.- ,7l 1 y- ia' ,•3, w S�ador t•aalawpYgmO lawn Wilco. _--.... _.._..61 26 87 2 87 26.._--_..4!..._-1l. 74_.__-- —_98 1 7/ 215 102 1 42 .,26 --. sa- 38 --1..._� > -G"2.-'FsY_.. .:^:^'::-'A`r. 4t-`..71,171..:a;rm:; 4C.,4-iM i P:;:•r..7.7.51C7g.l3S5M,I ict:3:rtt' 77.17,'15 .ViTca .7.1 -- -— OD Co • ro.rw Arm. +sarr.. D .!T!.__ ..P P'a f!... ...!Mra�'!+.- ►.a.. LV•••••. �w�a'vra✓q( D ca.rMa.w.o.0 $ SA$, a - ._. a e Y _-..._--'---- ..._. ... ...__ CI) e.w m. a MM$aum, a a ._ a araur..r a.:�ua / was» a » e L.r.r.r. .1.1••rrrrss.- — .'4....—..P....—. . a a_- a a CO (10 CJ) FOR DISPLAY PURPOSES ONLY.FINAL RANKING DOER NOT CONSTIWTE AN AWARD RECOMMENDATION. m ro 6 -0 (Jr C7) Or C7) 0 Cn Or D A Page 389 of 1313 DocuSign Envelope ID C3A5B18A-A673-4BB1-95E2-D975656D55A4 ATTACHMENT B ADDENDUM AND RFP SOLICITATION DocuSign Envelope ID.C3A5B18A-A673-4BB1-95E2-D975656D55A4 M I A M I BE/\ 2I-I PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach,Florida 33139 www.miamibeachfl.gov ADDENDUM NO. 3 REQUEST FOR PROPOSALS NO. 2021-187-AY FOR GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS September 9,2021 This Addendum to the above-referenced RFP is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. The RFP is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). I. RFP DUE DATE AND TIME. The deadline for the receipt of bids is extended until 3:00 p.m., on Friday, September 17, 2021. All bids received and time stamped through BidSync, prior to the bid submittal deadline shall be accepted as timely submitted. Bids will be opened promptly at the time and date specified. Hard copy bids or bids received electronically, either through email or facsimile, submitted prior to or after the deadline for receipt of bids are not acceptable and will be rejected. Late bids cannot be submitted, bidders are cautioned to plan sufficiently. The City will in no way be responsible for delays caused by technical difficulty or caused by any other occurrence II. ATTACHMENTS Exhibit A: ITB 2014-195-LR Ground Maintenance for Parks and Athletic Fields Tabulation Summary Exhibit B: Park Aerial Mappings III. RESPONSES TO QUESTIONS RECEIVED: Q1: Is there a Bid Bond required for this Solicitation? Al A bid bond is not required for this solicitation. Q2: Please provide a copy of the bid tabulations the last time this was bid.? A2: Please refer to Exhibit A. Q3: Who is the incumbent vendor for each group? A3: Please refer to Exhibit A. Q4: Are there any changes on this bid from the last bid? A4: Please refer to Appendix A, Minimum Requirements and Specifications. ADDENDUM NO.3 REQUEST FOR PROPOSALS NO.2021-187-AY FOR GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 M I A M I BEi\cF-I PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 31d Floor Miami Beach, Florida 33139 www.miamibeachfl.gov Q5: Will groups be awarded separately, all in one, or a combination? A5: Please refer to Section 0100, Subsection 11, Determination of Award. Q6: Will the City provide any storage areas for vendor equipment and materials? A6: No. Q7: Litter control states 140 visits on the price sheet. Is this a typo?Twice a week would be 104 visits. A7: This is not a typo. The litter control visits may range depending on the park. 08: Is there a tree&palm inventory of each park? A8: Yes, Urban Forestry maintains a tree and palm inventory of all of the green spaces on City property which can be provided to the successful proposer. It is recommended that proposers visit the parks at their discretion prior to submitting an offer. Q9: How many irrigation zones are there in each park? A9: Irrigation zones range from 3 in our smallest parks to nearly 40 in our regional parks. Proposers are welcome to visit the sites to measure or use aerial mapping programs to get approximations. Q10: Reference litter control, how many trash receptacles and recycling receptacles are there in each park? A10: The amount of trash and recycling receptacles range from park to park. It is recommended that proposers visit the parks at their discretion prior to submitting an offer. 011: Pride Park, Soundscape Park, and South Pointe Park have different pressure cleaning frequencies than all other parks. Please confirm this is correct. Al1: Yes. Due to high traffic that the parks in Group III will incur, the pressure cleaning frequencies will be higher. Q12: Litter Control for Pride Park, Soundscape Park, and South Pointe Park states that it is to be done in a continuous manner from 8:00 a.m. until 10:00 p.m. Does this mean each of those parks has a dedicated litter control person 7 days per week from 8AM-10PM? 315 hours per week for litter control (15 hrs. per day x 3 parks x 7 days per week) Al2: Soundscape Park, South Point Park, Pride, and Collins Canal Park require full-time litter control. As it stands today, the Contractor conducts litter control in all of the other parks while they are present conducting their routine grounds maintenance. On the days that grounds maintenance is not being conducted, City staff is responsible for litter control. This can change depending on the City's needs andlor staffing. 2 I ADDENDUM NO.3 REQUEST FOR PROPOSALS NO.2021-187-AY FOR GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 M I A M I B E AC H PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 www.miamibeachfl.gov Q13: If there is a dedicated litter control person at Pride Park, Soundscape Park, and South Pointe Park, can that person also perform pressure washing during hours of 8AM-10PM? A13: Yes. As long as the litter is taken care of first, pressure washing service may be conducted by the same person. Q14: What hours is pressure washing permitted at all parks? A14: Pressure washing is permitted from 8 am — 5 pm but there may be exceptions to this depending on the location. Personnel conducting the service must take precaution to lessen any inconvenience to Park patrons. Q15: In reference Pressure washing, are perimeter sidewalks around the park need to be washed? A15: Yes.The sidewalks that surround the parks should also be pressure washed. Q16: Can you provide the square footage of the areas that needs to be pressure washed per park? A16: We do not collect the data on the square footage of the sidewalks, concrete pads, paths, etc. It is recommended that proposers visit the parks at their discretion prior to submitting an offer. Q17: How many cubic yards of mulch are used at each park? A17: Each park is unique in size, scope, and landscaping needs. The cost per service will range on the size of the mulch beds that need to be replaced/refreshed. In some cases, we may need additional services due to unique circumstances regarding City celebrations and or special events. It is recommended that proposers visit the parks at their discretion prior to submitting an offer. Q18: Will the city accept a higher Degree in Horticulture as they have always done? A18: Yes. Q19: Why wasn't miscellaneous services and forms that was part of the previous ITB not included in this RFP? A19: Miscellaneous services will be negotiated with the successful proposer during negotiations. Any questions regarding this Addendum should be submitted in writing to the Procurement Management Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado@miamibeachfl.gov Contact: Telephone: Email: ADDENDUM NO.3 REQUEST FOR PROPOSALS NO.2021-187-AY FOR GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 M I A M I B E AC I-i PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3ro Floor Miami Beach,Florida 33139 www.miamibeachfl.gov Arju Yudasto 305-673-7000 ext. 7490 ArjuYudasto@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your RFP submission. Potential proposers that have elected not to submit a response to the RFP are requested to complete and return the"Notice to Prospective Bidders"questionnaire with the reason(s)for not submitting a proposal. 7;ICerly, AI enis Pro rement Director 4 ADDENDUM NO.3 REQUEST FOR PROPOSALS NO.2021-187-AY FOR GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS DocuSign Envelope ID:C3A5B18A-A673-46B1-95E2-D975656D55A4 MIAMI B E AC I-I PROCUREMENT DEPARTMENT 1755 Meridian ,3rd Floor Miami Beach,Florida 33139 www.miamibeachfl.gov Exhibit A. ITB 2014-195-LR Ground Maintenance for Parks and Athletic Fields Tabulation Summary I 5 ADDENDUM NO.3 REQUEST FOR PROPOSALS NO.2021-187-AY FOR GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-0975656D55A4 APPENDIX E-COST PROPOSAL FORM "REVISED" GROUP III -SOUTH POINTE PARK From the East base of the Beach Dune to the East,West to the Western Property line,North to the Biscayne Street Park entrance,and South to the high tide water mark within the Rip Rap adjacent to Government Cut.Approximately 22 acres. See additional maintenance specifications throughout ITB.(See Appendix C,Section 12.0) Valley Crest Landscape Everglades Environmental Care Superior Landscaping&Lawn Elan Lawn and Landscape SFM Services Inc. Service Inc. Inc. Inc. Services Number of Annual Cost Per Cost Per Cost Per Cost Per Cost Per 365 DAYS FULL SERVICES PER YEAR Services Service Yearly Cost Service Yearly Cost Service Yearly Cost Service Yearly Cost Service Yearly Cost MOW,EDGE,LINE TRIM 104 $ 1,968.00 $ 204,672.00 $ 500.00 $ 52,000.00 $ 640.00 $ 66,560.00 $ 486.00 $ 50,544.00 $ 354.68 $ 36,886.72 IRRIGATION CONTROLLER CHECK 52 $ 46.00 $ 2,392.00 $ 35.00 $ 1,820.00 $ 32.00 $ 1,664.00 $ 78.46 $ 4,079.92 $ 110.00 $ 5,720.00 FULL IRRIGATION SERVICES(WET TEST) 12 $ 1,040.00 $ 12,480.00 $ 1,000.00 $ 12,000.00 $ 400.00 $ 4,800.00 $ 320.00 $ 3,840.00 $ 365.00 $ 4,380.00 PLANT BEDS/SHRUB PRUNING 104 $ 310.50 $ 32,292.00 $ 50.00 $ 5,200.00 $ 768.00 $ 79,872.00 $ 207.69 $ 21,599.76 $ 68.50 $ 7,124.00 WEED&PEST CONTROL 12 $ 1,468.00 $ 17,616.00 $ 1,583.00 $ 18,996.00 $ 256.00 $ 3,072.00 $ 1,070.00 $ 12,840.00 $ 796.64 $ 9,559.68 LITTER CONTROL(Continuous from 8 a.m.and 10 p.m.) 365 $ 184.00 $ 67,160.00 $ 110.00 $ 40,150.00 $ 378.00 $ 137,970.00 $ 320.86 $ 117,113.90 $ 336.00 $ 122,640.00 FULL SERVICE TOTAL: $ 336,612.00 $ 130,166.00 $ 293,938.00 $ 210,017.58 $ 186,310.40 Number of Annual Cost per Cost per Cost per Cost per Cost per EXTRA SERVICES Services Service Yearly Cost Service Yearly Cost Service Yearly Cost Service Yearly Cost Service Yearly Cost MULCH 2 $ 13,860.00 5 27,720.00 $ 4,000.00 5 8,000.00 $ 6,800.00 $ 13,600.00 $ 14,000.00 $ 28,000.00 $18,900.00 $ 37,800.00 TREE PRUNING 1 $ 2,420.00 $ 2,420.00 $ 4,000.00 $ 4,000.00 $ 7,300.00 $ 7,300.00 $ 10,150.00 $ 10,150.00 $ 3,510.00 $ 3,510.00 PALM PRUNING 4 $ 2,475.00 $ 9,900.00 $ 4,000.00 $ 16,000.00 $ 31,140.00 $ 124,560.00 $ 5,508.00 $ 22,032.00 $14,750.00 $ 59,000.00 FERTILIZE TREES 3 $ 218.80 5 656.40 $ 400.00 $ 1,200.00 $ 657.00 5 1,971.00 $ 875.00 $ 2,625.00 $ 234.00 $ 702.00 FERTILIZE PALMS 4 $ 1,030.00 $ 4,120.00 $ 600.00 $ 2,400.00 $ 4,671.00 $ 18,684.00 $ 2,100.00 $ 8,400.00 $ 1,770.00 $ 7,080.00 FERTILIZE PLANT BEDS/SHRUBS 3 5 618.00 $ 1,854.00 $ 200.00 $ 600.00 $ 750.00 $ 2,250.00 $ 1,050.00 $ 3,150.00 $ 411.00 $ 1,233.00 FERTILIZE TURF 9 $ 1,512.00 $ 13,608.00 $ 300.00 $ 2,700.00 $ 308.25 $ 2,774.25 $ 4,095.00 $ 36,855.00 $ 689.66 $ 6,206.94 PRESSURE CLEANING 24 $ 6,000.00 $ 144,000.00 $ 500.00 $ 12,000.00 $ 2,667.00 $ 84,008.00 $ 2,200.00 $ 52,800.00 $ 3,394.23 $ 81,461.52 TRASH RECEPTACLES(6 times a day/365 days) 2190 $ 36.90 $ 80,811.00 $ 20.00 $ 43,800.00 $ 63.00 $ 137,970.00 $ 15.53 $ 34,010.70 $ 20.00 $ 43,800.00 AERATION 3 $ 3,300.00 $ 9,900.00 $ 600.00 $ 1,800.00 $ 157.50 5 472.50 $ 3,800.00 5 11,400.00 $ 1,970.46 $ 5,911.38 TOP DRESS 3 $ 8,800.00 $ 26,400.00 $ 1,000.00 $ 3,000.00 $ 9,930.00 $ 29,790.00 $ 8,800.00 $ 26,400.00 $13,793.22 $ 41,379.66 VERTICUTTING 1 $ 3,200.00 5 3,200.00 $ 1,500.00 $ 1,500.00 $ 630.00 $ 630.00 $ 10,660.00 $ 10,660.00 $ 1,970.46 $ 1,970.46 SPIKING 6 $ 3,000.00 $ 18,000.00 $ 200.00 $ 1,200.00 $ 630.00 $ 3,780.00 $ 1,200.00 $ 7,200.00 $ 1,970.46 $ 11,822.76 EXTRA SERVICES TOTAL $ 282,311.00 $ 98,200.00 $ 407,789.75 5 253,682.70 $ 301,877.72 DocuSlgn Envebpe ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 APPENDIX E-COST PROPOSAL FORM "REVISED" ANNUAL GRAND TOTAL(to include regular and extra services) $ 618,923.00 $ 228,366.00 $ 701,727.75 $ 463,700.28 $ 488,188.12 DocuSIgn Envelope ID:C3A5B18A-A6734BB1-95E2-D975656D55A4 APPENDIX E-COST PROPOSAL FORM "REVISED" GROUP II - MARJORIE STONEMAN DOUGLAS PARK East side of Ocean Dr.between 2nd St.and 3rd St.from Ocean Dr.to the Coral rock wall. Valley Crest Landscape Everglades Environmental Care SFM Services Inc. Superior Landscaping&Lawn Elan Lawn and Landscape Maintenance Inc. Inc. Service Inc. Services Number of Annual Cost per Cost per Cost per Cost per Cost per REGULAR SERVICES Services Service Yearly Cost Service Yearly Cost Service Yearly Cost Service Yearly Cost Service Yearly Cost MOW,EDGE,LINE TRIM 36 $ 368.00 $ 13,248.00 $ 150.00 $ 5,400.00 $ 628.00 $ 22,608.00 $ 149.00 $ 5,364.00 $ 196.18 $ 7,062.48 IRRIGATION CONTROLLER CHECK 36 $ 46.00 $ 1,656.00 $ 15.00 $ 540.00 $ 16.00 $ 576.00 $ 13.33 $ 479.88 $ 110.00 $ 3,960.00 FULL IRRIGATION SERVICES(WET TEST) 12 $ 402.00 $ 4,824.00 $ 100.00 $ 1,200.00 $ 75.00 $ 900.00 $ 88.00 $ 1,056.00 $ 230.00 $ 2,760.00 PLANT BEDS/SHRUB PRUNING 36 $ 92.00 $ 3,312.00 S 75.00 $ 2,700.00 $ 63.00 $ 2,268.00 $ 37.00 $ 1,332.00 $ 10.00 $ 360.00 WEED&PEST CONTROL 36 $ 105.50 $ 3,798.00 $ 75.00 $ 2,700.00 $ - $ - $ 26.66 $ 959.76 $ 354.00 $ 12,744.00 LITTER CONTROL 140 $ 34.60 $ 4,844.00 $ 10.00 $ 1,400.00 $ 64.00 $ 8,960.00 $ 28.00 $ 3,920.00 $ 59.00 $ 8,260.00 FULL SERVICE TOTAL: $ 31,682.00 $ 13,940.00 $ 35,312.00 $ 13,111.64 $ 35,146.48 Number of Annual Cost Per Cost Per Cost Per Cost Per Cost Per EXTRA SERVICES Services Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost MULCH 2 $ 2,544.00 $ 5,088.00 $ 800.00 $ 1,600.00 $ 1,105.00 $ 2,210.00 $ 1,814.00 $ 3,628.00 $ 2,520.00 $ 5,040.00 TREE PRUNING 1 $ 990.00 $ 990.00 $ 1,040.00 $ 1,040.00 $ 2,030.00 $ 2,030.00 $ 900.00 $ 900.00 $ 1,560.00 $ 1,560.00 PALM PRUNING 4 $ 907.50 $ 3,630.00 $ 2,400.00 $ 9,600.00 $ 4,650.00 $ 18,600.00 $ 1,884.00 $ 7,536.00 $ 6,250.00 $ 25,000.00 FERTILIZE TREES 3 $ 43.50 $ 130.50 $ 80.00 $ 240.00 $ 130.50 $ 391.50 $ 105.00 $ 315.00 $ 117.00 $ 351.00 FERTILIZE PALMS 4 $ 293.00 $ 1,172.00 $ 600.00 $ 2,400.00 $ 697.50 $ 2,790.00 $ 560.00 $ 2,240.00 $ 750.00 $ 3,000.00 FERTILIZE PLANT BEDS/SHRUBS 3 $ 109.40 $ 328.20 $ 80.00 $ 240.00 $ 150.00 $ 450.00 $ 38.00 $ 114.00 $ 157.50 $ 472.50 FERTILIZE TURF 3 $ 293.00 $ 879.00 $ 80.00 $ 240.00 $ 150.00 $ 450.00 $ 280.00 $ 840.00 $ 385.00 $ 1,155.00 PRESSURE CLEANING 4 $ 3,875.00 $ 15,500.00 $ 200.00 $ 800.00 $ 323.05 $ 1,292.20 $ 320.00 $ 1,280.00 $ 519.00 $ 2,076.00 EXTRA SERVICES TOTAL $ 21,639.70 $ 16,160.00 $ 28,213.70 $ 16,853.00 $ 38,654.50 ANNUAL GRAND TOTAL(to include regular and extra services) $ 53,321.70 $ 30,100.00 $ 63,525.70 $ 29,964.64 $ 73,800.98 DocuSign Envelope ID:C3A5B18A-A673+1BB1-95E2-D975656D55A4 APPENDIX E-COST PROPOSAL FORM "REVISED" GROUP II - WASHINGTON AVE DOG PARK ANNEX Collins Ave and 2nd St SW corner of 2nd Street and Collins Avenue,Adjacent to ECOMB Building Valley Crest Landscape Everglades Environmental Care SFM Services Inc. Superior Landscaping&Lawn Elan Lawn and Landscape Maintenance Inc. Inc. Service Inc. Services Number of Annual Cost Per Cost Per Cost Per Cost Per Cost Per REGULAR SERVICES Services Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost MOW,EDGE,LINE TRIM 36 $ 46.00 $ 1,656.00 $ 55.00 $ 1,980.00 $ 47.00 $ 1,692.00 $ 20.00 $ 720.00 $ 21.60 $ 777.60 IRRIGATION CONTROLLER CHECK 36 $ 4.92 $ 177.12 $ 15.00 $ 540.00 $ 16.00 $ 576.00 $ 3.00 $ 108.00 $ 30.00 $ 1,080.00 FULL IRRIGATION SERVICES(WET TEST) 12 $ 92.40 $ 1,108.80 $ 80.00 $ 960.00 $ 25.00 $ 300.00 $ 20.00 $ 240.00 $ 55.00 $ 660.00 PLANT BEDS/SHRUB PRUNING 36 $ 230.00 $ 8,280.00 $ 30.00 $ 1,080.00 $ 8.00 $ 288.00 $ 20.00 $ 720.00 $ 10.00 $ 360.00 WEED&PEST CONTROL 36 $ 19.50 $ 702.00 $ 25.00 $ 900.00 $ 8.00 $ 288.00 $ 14.00 $ 504.00 $ 36.00 $ 1,296.00 LITTER CONTROL 140 $ 8.69 $ 1,216.60 $ 5.00 $ 700.00 $ 16.00 $ 2,240.00 $ 8.00 $ 1,120.00 $ 6.00 $ 840.00 FULL SERVICE TOTAL: $ 13,140.52 $ 6,160.00 $ 5,384.00 $ 3,412.00 $ 5,013.60 Number of Annual Cost Per Cost Per Cost Per Cost Per Cost Per EXTRA SERVICES Services Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost MULCH 2 $ 176.00 $ 352.00 $ 50.00 $ 100.00 $ 212.50 $ 425.00 $ 720.00 $ 1,440.00 $ 294.00 $ 588.00 TREE PRUNING 1 $ 550.00 $ 550.00 $ 100.00 $ 100.00 $ 630.00 $ 630.00 $ 400.00 $ 400.00 $ 520.00 $ 520.00 PALM PRUNING 4 $ - $ _ $ 50.00 $ 200.00 $ 360.00 $ 1,440.00 $ 300.00 $ 1,200.00 $ 570.00 $ 2,280.00 FERTILIZE TREES 3 $ 43.50 $ 130.50 $ 25.00 $ 75.00 $ 40.50 $ 121.50 $ 35.00 $ 105.00 $ 39.00 $ 117.00 FERTILIZE PALMS 4 $ 43.50 $ 174.00 $ 25.00 $ 100.00 $ 54.00 $ 216.00 $ 35.00 $ 140.00 $ 57.00 $ 228.00 FERTILIZE PLANT BEDS/SHRUBS 3 $ 8.00 $ 24.00 $ 10.00 $ 30.00 $ 75.00 $ 225.00 $ 35.00 $ 105.00 $ 21.00 $ 63.00 FERTILIZE TURF 3 $ 87.00 $ 261.00 $ 25.00 $ 75.00 $ 75.00 $ 225.00 $ 35.00 $ 105.00 $ 42.00 $ 126.00 PRESSURE CLEANING 4 $ 825.00 $ 3,300.00 $ 50.00 $ 200.00 $ 102.90 $ 411.60 $ 220.00 $ 880.00 $ 142.50 $ 570.00 EXTRA SERVICES TOTAL $ 3,889.50 $ 880.00 $ 3,694.10 $ 4,375.00 $ 4,492.00 ANNUAL GRAND TOTAL(to include regular and extra services) $ 17,030.02 $ 7,040.00 $ 9,078.10 $ 7,787.00 $ 9,505.60 DocuSign Envebpe ID C3A5B16A-A673-4BB1-95E2-0975656D55A4 APPENDIX E-COST PROPOSAL FORM "REVISED" GROUP II - WASHINGTON AVE DOG PARK NE corner of Washington and 2nd St.,including fenced dog park and swales. Valley Crest Landscape Everglades Environmental Care SFM Services Inc. Superior Landscaping&Lawn Elan Lawn and Landscape Maintenance Inc. Inc. Service Inc. Services Number of Annual Cost Per Cost Per Cost Per Cost Per Cost Per REGULAR SERVICES Services Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost MOW,EDGE,LINE TRIM 36 $ 23.00 $ 828.00 $ 55.00 $ 1,980.00 $ 63.00 $ 2,268.00 $ 35.00 $ 1,260.00 $ 23.40 $ 842.40 IRRIGATION CONTROLLER CHECK 36 $ 4.92 $ 177.12 $ 15.00 $ 540.00 $ 16.00 $ 576.00 $ 3.33 $ 119.88 $ 30.00 $ 1,080.00 FULL IRRIGATION SERVICES(WET TEST) 12 $ 46.20 $ 554.40 $ 80.00 $ 960.00 $ 25.00 $ 300.00 $ 40.00 $ 480.00 $ 60.00 $ 720.00 PLANT BEDS/SHRUB PRUNING 36 $ 23.00 $ 828.00 $ 30.00 $ 1,080.00 $ 16.00 $ 576.00 $ 35.00 $ 1,260.00 $ 10.00 $ 360.00 WEED&PEST CONTROL 36 $ 19.50 $ 702.00 $ 25.00 $ 900.00 $ 16.00 $ 576.00 $ 13.33 $ 479.88 $ 42.00 $ 1,512.00 LITTER CONTROL 140 $ 8.69 $ 1,216.60 $ 5.00 $ 700.00 $ 16.00 $ 2,240.00 $ 5.00 $ 700.00 $ 6.50 $ 910.00 FULL SERVICE TOTAL: $ 4,306.12 $ 6,160.00 $ 6,536.00 $ 4,299.76 $ 5,424.40 Number of Annual Cost Per Cost Per Cost Per Cost Per Cost Per EXTRA SERVICES Services Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost MULCH 2 $ 120.00 $ 240.00 $ 100.00 $ 200.00 $ 340.00 $ 680.00 $ 933.00 $ 1,866.00 $ 294.00 $ 588.00 TREE PRUNING 1 $ 660.00 $ 660.00 $ 100.00 $ 100.00 $ 1,050.00 $ 1,050.00 $ 700.00 $ 700.00 $ 800.00 $ 800.00 PALM PRUNING 4 $ - $ _ $ 50.00 $ 200.00 $ - $ - $ 10.00 $ 40.00 $ 750.00 $ 3,000.00 FERTILIZE TREES 3 $ 8.00 $ 24.00 $ 25.00 $ 75.00 $ 67.50 $ 202.50 $ 70.00 $ 210.00 $ 60.00 $ 180.00 FERTILIZE PALMS 4 $ 8.00 $ 32.00 $ 25.00 $ 100.00 $ - $ - $ 10.00 $ 40.00 $ 75.00 $ 300.00 FERTILIZE PLANT BEDS/SHRUBS 3 $ 8.00 $ 24.00 $ 10.00 $ 30.00 $ 75.00 $ 225.00 $ 35.00 $ 105.00 $ 21.00 $ 63.00 FERTILIZE TURF 3 $ 16.00 $ 48.00 $ 25.00 $ 75.00 $ 75.00 $ 225.00 $ 35.00 $ 105.00 $ 45.50 $ 136.50 PRESSURE CLEANING 4 $ 300.00 $ 1,200.00 $ 100.00 $ 400.00 $ 102.90 $ 411.60 $ 250.00 $ 1,000.00 $ 76.00 $ 304.00 EXTRA SERVICES TOTAL $ 1,328.00 $ 1,180.00 $ 2,794.10 $ 4,066.00 $ 5,371.50 ANNUAL GRAND TOTAL(to include regular and extra services): $ 5,634.12 $ 7,340.00 $ 9,330.10 $ 8,365.76 $ 10,795.90 DocuSign Envelope ID:C3A5816A-A673-4BB1.95E2-D975656055A4 APPENDIX E-COST PROPOSAL FORM "REVISED" GROUP II - BOUY PARK (Star Island) All landscaping and turf in the large median between East Star Island Drive and West Star Island Drive.Approximately 229,823 sq.ft. Approximately 229,823 sq.ft.-5.28 Acres. Valley Crest Landscape Everglades Environmental Care SFM Services Inc. Superior Landscaping&Lawn Elan Lawn and Landscape Maintenance Inc. Inc. Service Inc. Services Number of Annual Cost Per Cost Per Cost Per Cost Per Cost Per REGULAR SERVICES Services Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost MOW,EDGE,LINE TRIM 36 $ 552.00 $ 19,872.00 $ 400.00 $ 14,400.00 $ 942.00 $ 33,912.00 $ 187.00 $ 6,732.00 $ 300.83 $ 10,829.88 IRRIGATION CONTROLLER CHECK 36 $ 4.60 $ 165.60 $ 15.00 $ 540.00 $ 32.00 $ 1,152.00 $ 22.00 $ 792.00 $ 110.00 $ 3,960.00 FULL IRRIGATION SERVICES(WET TEST) 12 $ 140.00 $ 1,680.00 $ 500.00 $ 6,000.00 $ 300.00 $ 3,600.00 $ 180.00 $ 2,160.00 $ 250.00 $ 3,000.00 PLANT BEDS/SHRUB PRUNING 36 $ 368.00 $ 13,248.00 $ 200.00 $ 7,200.00 $ 157.00 $ 5,652.00 $ 220.00 $ 7,920.00 $ 22.70 $ 817.20 WEED&PEST CONTROL 36 $ 46.00 $ 1,656.00 $ 100.00 $ 3,600.00 $ 157.00 $ 5,652.00 $ 281.11 $ 10,119.96 $ 504.00 $ 18,144.00 LITTER CONTROL 140 $ 17.09 $ 2,392.60 $ 40.00 $ 5,600.00 $ 128.00 $ 17,920.00 $ 28.60 $ 4,004.00 $ 84.00 $ 11,760.00 FULL SERVICE TOTAL: $ 39,014.20 $ 37,340.00 $ 67,888.00 $ 31,727.96 $ 48,511.08 Number of Annual Cost Per Cost Per Cost Per Cost Per Cost Per EXTRA SERVICES Services Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost MULCH 2 $ 4,240.00 $ 8480.00 $ 1,200.00 $ 2,400.00 $ 6,800.00 $ 13,600.00 $ 3,300.00 $ 6,600.00 $13,440.00 $ 26,880.00 TREE PRUNING 1 $ 396.00 $ 396.00 $ 500.00 $ 500.00 $ 12,320.00 $ 12,320.00 $ 440.00 $ 440.00 $ 2,400.00 $ 2,400.00 PALM PRUNING 4 $ 5,500.00 $ 22,000.00 $ 1,525.00 $ 6,100.00 $ 4,410.00 $ 17,640.00 $ 2,400.00 $ 9,600.00 $ 5,250.00 $ 21,000.00 FERTILIZE TREES 3 $ 54.70 $ 164.10 $ 280.00 $ 840.00 $ 792.00 $ 2,376.00 $ 60.00 $ 180.00 $ 180.00 $ 540.00 FERTILIZE PALMS 4 $ 483.00 $ 1,932.00 $ 500.00 $ 2,000.00 $ 661.50 $ 2,646.00 $ 1,080.00 $ 4,320.00 $ 630.00 $ 2,520.00 FERTILIZE PLANT BEDS/SHRUBS 3 $ 166.00 $ 498.00 $ 300.00 $ 900.00 $ 396.00 $ 1,188.00 $ 440.00 $ 1,320.00 $ 397.25 $ 1,191.75 FERTILIZE TURF 3 $ 284.00 $ 852.00 $ 500.00 $ 1,500.00 $ 396.00 $ 1,188.00 $ 440.00 $ 1,320.00 $ 588.00 $ 1,764.00 PRESSURE CLEANING 4 $ 1,575.00 $ 6,300.00 $ 100.00 $ 400.00 $ - $ - $ 225.00 $ 900.00 $ 320.00 $ 1,280.00 EXTRA SERVICES TOTAL $ 31,746.10 $ 14,640.00 $ 50,958.00 $ 24,680.00 $ 57,575.75 ANNUAL GRAND TOTAL(to include regular and extra services): S 70,760.30 $ 51,980.00 $ 118,846.00 $ 56,407.96 $ 106,086.83 DocuSign Envelope ID:C3A5B18A-A673-4681-95E2-D975658D55A4 APPENDIX E-COST PROPOSAL FORM "REVISED" GROUP II - PALM ISLAND PARK 159 Palm Ave.(NW corner of Palm Ave.and Fountain St.)Palm Island.Approximately 4.85 acres or 211,689 sq.ft. Valley Crest Landscape Everglades Environmental Care Superior Landscaping&Lawn Elan Lawn and Landscape SFM Services Inc. Maintenance Inc. Inc. Service Inc. Services Number of Annual Cost Per Cost Per Cost Per Cost Per Cost Per REGULAR SERVICES Services Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost MOW,EDGE,LINE TRIM 36 $ 184,00 $ 6,624.00 $ 125.00 $ 4,500.00 $ 565.00 $ 20,340.00 $ 75.00 $ 2,700.00 $ 351.54 $ 12,655.44 IRRIGATION CONTROLLER CHECK 36 $ 4.60 $ 165.60 $ 15.00 $ 540.00 $ 16.00 $ 576.00 $ 8.33 $ 299.88 $ 110.00 $ 3,960.00 FULL IRRIGATION SERVICES(WET TEST) 12 $ 169.00 $ 2,028.00 $ 100.00 $ 1,200.00 $ 50.00 $ 600.00 $ 40.00 $ 480.00 $ 250.00 $ 3,000.00 PLANT BEDS/SHRUB PRUNING 36 $ 230.00 $ 8,280.00 $ 75.00 $ 2,700.00 $ 47.00 $ 1,692.00 $ 25.00 $ 900.00 $ 10.00 $ 360.00 WEED&PEST CONTROL 36 $ 78.30 $ 2,818.80 $ 50.00 $ 1,800.00 $ 31.40 $ 1,130.40 $ 16.66 $ 599.76 $ 585.90 $ 21,092.40 LITTER CONTROL 140 $ 8.83 $ 1,236.20 $ 10.00 $ 1,400.00 $ 16.00 $ 2,240.00 $ 18.00 $ 2,520.00 $ 97.65 $ 13,671.00 FULL SERVICE TOTAL: $ 21,152.60 $ 12,140.00 $ 26,578.40 $ 7,499.64 $ 54,738.84 Number of Annual Cost Per Cost Per Cost Per Cost Per Cost Per EXTRA SERVICES Services Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost MULCH 2 $ 1,512.00 $ 3,024.00 $ 200.00 $ 400.00 $ 680.00 $ 1,360.00 $ 725.00 $ 1,450.00 $ 5,460.00 $ 10,920.00 TREE PRUNING 1 $ 396.00 $ 396.00 $ 150.00 $ 150.00 $ 2,520.00 $ 2,520.00 $ 100.00 $ 100.00 $ 4,880.00 $ 4,880.00 PALM PRUNING 4 $ 330.00 $ 1,320.00 $ 400.00 $ 1,600.00 $ 780.00 $ 3,120.00 $ 80.00 $ 320.00 $ 4,775.00 $ 19,100.00 FERTILIZE TREES 3 $ 109.40 $ 328.20 $ 40.00 $ 120.00 $ 162.00 $ 486.00 $ 70.00 $ 210.00 $ 366.00 $ 1,098.00 FERTILIZE PALMS 4 $ 95.00 $ 380.00 $ 100.00 $ 400.00 $ 117.00 $ 468.00 $ 105.00 $ 420.00 $ 573.00 $ 2,292.00 FERTILIZE PLANT BEDS/SHRUBS 3 $ 91.80 $ 275.40 $ 80.00 $ 240.00 $ 100.00 $ 300.00 $ 40.00 5 120.00 $ 169.75 $ 509.25 FERTILIZE TURF 3 $ 111.00 $ 333.00 $ 100.00 $ 300.00 $ 363.75 $ 1,091.25 $ 70.00 $ 210.00 $ 683.55 $ 2,050.65 PRESSURE CLEANING 4 $ 2,025.00 $ 8,100.00 $ 100.00 $ 400.00 $ 150.50 5 602.00 $ 320.00 $ 1,280.00 $ - 5 1,500.00 EXTRA SERVICES TOTAL $ 14,156.60 $ 3,610.00 $ 9,947.25 $ 4,110.00 $ 42,349.90 ANNUAL GRAND TOTAL(to include regular and extra services): ,$ 35,309.20 $ 15,750.00 $ 36,525.65 $ 11,609.64 $ 97,088.74 DocuSign Envelope ID:C3A5818A-A673-4B81-85E2-D875656055A4 APPENDIX E-COST PROPOSAL FORM "REVISED" GROUP II - HIBISCUS ISLAND PARK All landscaping and turf at the neighborhood identification sign,and large green space north of the sign between North Hibiscus Road and South Hibiscus Road. Valley Crest Landscape Everglades Environmental Care SFM Services Inc. Superior Landscaping&Lawn Elan Lawn and Landscape Maintenance Inc. Inc. Service Inc. Services Number of Annual Cost Per Cost Per Cost Per Cost Per Cost Per REGULAR SERVICES Services Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost MOW,EDGE,LINE TRIM 36 $ 138.00 $ 4,968.00 $ 75.00 $ 2,700.00 $ 63.00 $ 2,268.00 $ 25.00 $ 900.00 $ 31.21 $ 1,123.56 IRRIGATION CONTROLLER CHECK 36 $ 4.60 $ 165.60 $ 15.00 $ 540.00 $ 16.00 $ 576.00 $ 3.33 $ 119.88 $ 55.00 $ 1,980.00 FULL IRRIGATION SERVICES(WET TEST) 12 $ 70.00 $ 840.00 $ 80.00 $ 960.00 $ 25.00 $ 300.00 $ 22.00 $ 264.00 $ 110.00 $ 1,320.00 PLANT BEDS/SHRUB PRUNING 36 $ 92.00 $ 3,312.00 $ 35.00 $ 1,260.00 $ 16.00 $ 576.00 $ 12.50 $ 450.00 $ 10.00 $ 360.00 WEED&PEST CONTROL 36 $ 50.50 $ 1,818.00 $ 40.00 $ 1,440.00 $ 16.00 $ 576.00 $ 66.00 $ 2,376.00 $ 60.00 $ 2,160.00 LITTER CONTROL 140 $ 0.29 $ 40.60 $ 5.00 $ 700.00 $ 16.00 $ 2,240.00 $ 14.00 $ 1,960.00 $ 10.00 $ 1,400.00 FULL SERVICE TOTAL: $ 11,144.20 $ 7,600.00 $ 6,536.00 $ 6,069.88 $ 8,343.56 Number of Annual Cost Per Cost Per Cost Per Cost Per Cost Per EXTRA SERVICES Services Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost MULCH 2 $ 424.00 $ 848.00 $ 200.00 $ 400.00 $ 340.00 $ 680.00 $ 350.00 $ 700.00 $ 630.00 $ 1,260.00 TREE PRUNING 1 $ 198.00 $ 198.00 $ 300.00 $ 300.00 $ 1,750.00 $ 1,750.00 $ 290.00 $ 290.00 $ 960.00 $ 960.00 PALM PRUNING 4 $ 715.00 $ 2,860.00 $ 500.00 $ 2,000.00 $ 810.00 $ 3,240.00 $ 437.50 $ 1,750.00 $ 1,050.00 $ 4,200.00 FERTILIZE TREES 3 $ 109.40 $ 328.20 $ 80.00 $ 240.00 $ 112.50 $ 337.50 $ 35.00 $ 105.00 $ 72.00 $ 216.00 FERTILIZE PALMS 4 $ 109.40 $ 437.60 $ 100.00 $ 400.00 $ 121.50 $ 486.00 $ 112.00 $ 448.00 $ 105.00 $ 420.00 FERTILIZE PLANT BEDS/SHRUBS 3 $ 111.00 $ 333.00 $ 40.00 $ 120.00 $ 75.00 $ 225.00 $ 35.00 $ 105.00 $ 43.75 $ 131.25 FERTILIZE TURF 3 $ 119.00 $ 357.00 $ 40.00 $ 120.00 $ 75.00 $ 225.00 $ 35.00 $ 105.00 $ 61.25 $ 183.75 PRESSURE CLEANING 4 $ 118.75 $ 475.00 $ 50.00 $ 200.00 $ - $ - $ 40.00 $ 160.00 $ 680.00 $ 2,720.00 EXTRA SERVICES TOTAL $ 4,790.80 $ 3,780.00 $ 6,943.50 $ 3,663.00 $ 10,091.00 ANNUAL GRAND TOTAL(to include regular and extra services): $ 15,935.00 $ 11,380.00 $ 13,479.50 $ 9,732.88 $ 18,434.56 DocuSign Envelope ID.C3A5B18A-A673-4BB1-95E2-D975656D55A4 APPENDIX E-COST PROPOSAL FORM "REVISED" GROUP III - SOUNDSCAPE PARK From the front edge of the Western curb of Washington Avenue West to the New World Symphony(NWS); North to the edge of roadway(include curbs and weeds that grow on curbs and at edge of pavement)at the South side 17th Street and South to the back edge of the curb on the North side of Lincoln Lane.(See Appendix C,Section 12.0) Valley Crest Landscape Everglades Environmental Care SFM Services Inc. Superior Landscaping&Lawn Elan Lawn and Landscape Maintenance Inc. Inc. Service Inc. Services Number of Annual Cost Per Cost Per Cost Per Cost Per Cost Per 365 DAYS FULL SERVICES PER YEAR Services Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost MOW,EDGE,LINE TRIM 104 $ 412.20 $ 42,868.80 $ 250.00 $ 26,000.00 $ 512.00 $ 53,248.00 $ 166.00 $ 17,264.00 $ 162.54 $ 16,904.16 IRRIGATION CONTROLLER CHECK 52 $ 2.30 $ 119.60 $ 35.00 $ 1,820.00 $ 16.00 $ 832.00 $ 41.53 $ 2,159.56 $ 70.00 $ 3,640.00 FULL IRRIGATION SERVICES(WET TEST) 12 $ 268.00 $ 3,216.00 $ 300.00 $ 3,600.00 $ 100.00 $ 1,200.00 $ 120.00 $ 1,440.00 $ 250.00 $ 3,000.00 PLANT BEDS/SHRUB PRUNING 104 $ 4.60 $ 478.40 $ 150.00 $ 15,600.00 $ 128.00 $ 13,312.00 $ 90.00 $ 9,360.00 $ 21.67 $ 2,253.68 WEED&PEST CONTROL 12 $ 230.00 $ 2,760.00 $ 760.00 $ 9,120.00 $ 64.00 $ 768.00 $ 520.00 $ 6,240.00 $ 300.00 $ 3,600.00 LITTER CONTROL(Continuous from 8 a.m.and 10 p.m.) 365 $ 138.58 $ 50,581.70 $ 110.00 $ 40,150.00 $ 378.00 $ 137,970.00 $ 320.00 $ 116,800.00 $ 322.00 $ 117,530.00 FULL SERVICE TOTAL: $ 100,024.50 $ 96,290.00 $ 207,330.00 $ 153,263.56 $ 146,927.84 Number of Annual Cost Per Cost Per Cost Per Cost Per Cost Per EXTRA SERVICES Services Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost MULCH 2 $ 1,890.00 $ 3,780.00 $ 1,500.00 $ 3,000.00 $ 1,360.00 $ 2,720.00 $ 1,570.00 $ 3,140.00 $ 1,890.00 $ 3,780.00 TREE PRUNING 1 $ 550.00 $ 550.00 $ 600.00 $ 600.00 $ 750.00 $ 750.00 $ 1,600.00 $ 1,600.00 $ 640.00 $ 640.00 PALM PRUNING 6 $ 1,980.00 $ 11,880.00 $ 1,500.00 $ 9,000.00 $ 4,650.00 $ 27,900.00 $ 1,600.00 $ 9,600.00 $ 6,900.00 $ 41,400.00 FERTILIZE TREES 3 $ 66.20 $ 198.60 $ 40.00 $ 120.00 $ 36.00 $ 108.00 $ 300.00 $ 900.00 $ 56.00 $ 168.00 FERTILIZE PALMS 4 $ 316.00 $ 1,264.00 $ 600.00 $ 2,400.00 $ 697.50 $ 2,790.00 $ 1,050.00 $ 4,200.00 $ 1,035.00 $ 4,140.00 FERTILIZE PLANT BEDS/SHRUBS 3 $ 66.20 $ 198.60 $ 120.00 $ 360.00 $ 75.00 $ 225.00 $ 150.00 $ 450,00 $ 158.03 $ 474.09 FERTILIZE TURF 3 $ 380.00 $ 1,140.00 $ 280.00 $ 840.00 $ 75.00 $ 225.00 $ 700.00 $ 2,100.00 $ 316.05 $ 948.15 PRESSURE CLEANING 12 $ 5,500.00 $ 66,000.00 $ 400.00 $ 4,800.00 $ 2,648.00 $ 31,776.00 $ 1,600.00 $ 19,200.00 $ 2,891.92 $ 34,703.04 AERATION 3 $ 650.00 $ 1,950.00 $ 600.00 $ 1,800.00 $ 56.00 $ 168.00 $ 2,800.00 $ 8,400.00 $ 903.00 $ 2,709.00 TOP DRESS 3 $ 2,550.00 $ 7,650.00 $ 1,000.00 $ 3,000.00 $ 1,590.00 $ 4,770.00 $ 6,000.00 $ 18,000.00 $ 6,321.00 $ 18,963.00 VERTICUTTING 1 $ 650.00 $ 650.00 $ 1,000.00 $ 1,000.00 $ 224.00 $ 224.00 $ 6,090.00 $ 6,090.00 $ 903.00 $ 903.00 SPIKING 6 $ 600.00 $ 3,600.00 $ 200.00 5 1,200.00 $ 224.00 $ 1,344.00 $ 880.00 $ 5,280.00 $ 903.00 $ 5,418.00 TRASH RECEPTACLES 2190 $ 12.30 $ 26,937.00 $ 20.00 $ 43,800.00 $ 63.00 $ 137,970.00 $ 6.66 $ 14,585.40 $ 7.69 $ 16,841.10 EXTRA SERVICES TOTAL $ 106,787.00 $ 71,920.00 $ 210,970.00 $ 93,545.40 $ 131,087.38 DocuSgn Envelope ID C3A5B18A-A673-4881-95E2-D975656D55A4 APPENDIX E-COST PROPOSAL FORM "REVISED" ANNUAL GRAND TOTAL(to include regular and extra services): $ 206,811.50 $ 168,210.00 $ 418,300.00 $ 246,808.96 $ 278,015.22 DocuSign Envelope ID:C3A5B18A-A673-4BB1.95E2-D975656D55A4 APPENDIX E-COST PROPOSAL FORM "REVISED" GROUP II - COLLINS PARK On the west side of Collins between 21st and 22nd Streets. Valley Crest Landscape Everglades Environmental Care SFM Services Inc. Superior Landscaping&Lawn Elan Lawn and Landscape Maintenance Inc. Inc. Service Inc. Services Number of Annual Cost Per Cost Per Cost Per Cost Per Cost Per REGULAR SERVICES Services Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost MOW,EDGE,LINE TRIM 36 $ 276.00 $ 9,936.00 $ 300.00 $ 10,800.00 $ 754.00 $ 27,144.00 $ 168.00 $ 6,048.00 $ 370.12 $ 13,324.32 IRRIGATION CONTROLLER CHECK 36 $ 11.50 $ 414.00 $ 15.00 $ 540.00 $ 32.00 $ 1,152.00 $ 13.00 $ 468.00 $ 165.00 $ 5,940.00 FULL IRRIGATION SERVICES(WET TEST) 12 $ 169.00 $ 2,028.00 $ 500.00 $ 6,000.00 $ 200.00 $ 2,400.00 $ 120.00 $ 1,440.00 $ 320.00 $ 3,840.00 PLANT BEDS/SHRUB PRUNING 36 $ 230.00 $ 8,280.00 $ 150.00 $ 5,400.00 $ 126.00 $ 4,536.00 $ 84.00 $ 3,024.00 $ 30.00 $ 1,080.00 WEED&PEST CONTROL 36 $ 89.80 $ 3,232.80 $ 150.00 $ 5,400.00 $ 94.00 $ 3,384.00 $ 36.66 $ 1,319.76 $ 616.87 $ 22,207.32 LITTER CONTROL 140 $ 34.17 $ 4,783.80 $ 20.00 $ 2,800.00 $ 32.00 $ 4,480.00 $ 28.00 $ 3,920.00 $ 102.81 $ 14,393.40 FULL SERVICE TOTAL: $ 28,674.60 $ 30,940.00 $ 43,096.00 $ 16,219.76 $ 60,785.04 Number of Annual Cost Per Cost Per Cost Per Cost Per Cost Per EXTRA SERVICES Services Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost MULCH 2 $ 2,920.00 $ 5,840.00 $ 3,000.00 $ 6,000.00 $ 2,720.00 $ 5,440.00 $ 1,270.00 $ 2,540.00 $ 9,030.00 $ 18,060.00 TREE PRUNING 1 $ 287.00 $ 287.00 $ 3,000.00 $ 3,000.00 $ 4,760.00 $ 4,760.00 $ 1,480.00 $ 1,480.00 $ 2,360.00 $ 2,360.00 PALM PRUNING 4 $ 2,255.00 $ 9,020.00 $ 3,000.00 $ 12,000.00 $ 6,540.00 $ 26,160.00 $ 2,400.00 $ 9,600.00 $ 4,850.00 $ 19,400.00 FERTILIZE TREES 3 $ 54.70 $ 164.10 $ 200.00 $ 600.00 $ 306.00 $ 918.00 $ 140.00 $ 420.00 $ 177.00 $ 531.00 FERTILIZE PALMS 4 $ 218.80 $ 875.20 $ 450.00 $ 1,800.00 $ 981.00 $ 3,924.00 $ 560.00 $ 2,240.00 $ 582.00 $ 2,328.00 FERTILIZE PLANT BEDS/SHRUBS 3 $ 166.00 $ 498.00 $ 200.00 $ 600.00 $ 225.00 $ 675.00 $ 140.00 $ 420.00 $ 358.75 $ 1,076.25 FERTILIZE TURF 3 $ 206.00 $ 618.00 $ 800.00 $ 2,400.00 $ 225.00 $ 675.00 $ 175.00 $ 525.00 $ 719.68 $ 2,159.04 PRESSURE CLEANING 4 $ 4,137.50 $ 16,550.00 $ 1,000.00 $ 4,000.00 $ 1,919.05 $ 7,676.20 $ 360.00 $ 1,440.00 $ 2,089.50 $ 8,358.00 EXTRA SERVICES TOTAL $ 33,852.30 $ 30,400.00 $ 50,228.20 $ 18,665.00 $ 54,272.29 ANNUAL GRAND TOTAL(to include regular and extra services): $ 62,526.90 $ 61,340.00 $ 93,324.20 $ 34,884.76 $ 115,057.33 DocuSign Envelope ID.C3A5B18A-A673-4BB1-95E2-D975656D55A4 APPENDIX E-COST PROPOSAL FORM "REVISED" GROUP II - BELLE ISLE PARK Venetian Cswy at South Island Rd.Park,swales and bump-outs along both sides of Island Rd. Valley Crest Landscape Everglades Environmental Care SFM Services Inc. Superior Landscaping&Lawn Elan Lawn and Landscape Maintenance Inc. Inc. Service Inc. Services Number of Annual Cost Per Cost Per Cost Per Cost Per Cost Per REGULAR SERVICES Services Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost MOW,EDGE,LINE TRIM 36 $ 276.00 $ 9,936.00 $ 300.00 $ 10,800.00 $ 816.00 $ 29,376.00 $ 325.00 $ 11,700.00 $ 180.21 $ 6,487.56 IRRIGATION CONTROLLER CHECK 36 $ 4.60 $ 165.60 $ 15.00 $ 540.00 $ 16.00 $ 576.00 $ 20.00 $ 720.00 $ 110.00 $ 3,960.00 FULL IRRIGATION SERVICES(WET TEST) 12 $ 118.00 $ 1,416.00 $ 500.00 $ 6,000.00 $ 100.00 $ 1,200.00 $ 120.00 $ 1,440.00 $ 220.00 $ 2,640.00 PLANT BEDS/SHRUB PRUNING 36 $ 92.00 $ 3,312.00 $ 150.00 $ 5,400.00 $ 157.00 $ 5,652.00 $ 25.00 $ 900.00 $ 30.00 $ 1,080.00 WEED&PEST CONTROL 36 $ 23.00 $ 828.00 $ 150.00 $ 5,400.00 $ 126.00 $ 4,536.00 $ 80.00 $ 2,880.00 $ 300.35 $ 10,812.60 LITTER CONTROL 140 $ 34.46 $ 4,824.40 $ 10.00 $ 1,400.00 $ 32.00 $ 4,480.00 $ 32.00 $ 4,480.00 $ 50.06 $ 7,008.40 FULL SERVICE TOTAL: $ 20,482.00 $ 29,540.00 $ 45,820.00 $ 22,120.00 $ 31,988.56 Number of Annual Cost Per Cost Per Cost Per Cost Per Cost Per EXTRA SERVICES Services Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost MULCH 2 $ 1,680.00 $ 3,360.00 $ 2,000.00 $ 4,000.00 $ 2,720.00 $ 5,440.00 $ 2,200.00 $ 4,400.00 $14,700.00 $ 29,400.00 TREE PRUNING 1 $ 2,376.00 $ 2,376.00 $ 1,500.00 $ 1,500.00 $ 8,680.00 $ 8,680.00 $ 800.00 $ 800.00 $ 3,840.00 $ 3,840.00 PALM PRUNING 4 5 3,877.50 $ 15,510.00 $ 1,500.00 $ 6,000.00 $ 4,860.00 $ 19,440.00 $ 1,400.00 $ 5,600.00 $ 3,000.00 $ 12,000.00 FERTILIZE TREES 3 $ 109.40 $ 328.20 $ 150.00 $ 450.00 $ 558.00 $ 1,674.00 $ 160.00 $ 480.00 $ 288.00 $ 864.00 FERTILIZE PALMS 4 $ 373.00 $ 1,492.00 $ 200.00 $ 800.00 $ 729.00 $ 2,916.00 $ 480.00 $ 1,920.00 $ 300.00 $ 1,200.00 FERTILIZE PLANT BEDS/SHRUBS 3 $ 218.80 $ 656.40 $ 250.00 $ 750.00 $ 75.00 $ 225.00 $ 160.00 $ 480.00 $ 525.00 $ 1,575.00 FERTILIZE TURF 3 $ 95.00 $ 285.00 $ 250.00 $ 750.00 $ 75.00 $ 225.00 $ 200.00 $ 600.00 $ 350.40 $ 1,051.20 PRESSURE CLEANING 4 $ 4,172.50 $ 16,690.00 $ 800.00 $ 3,200.00 $ 1,359.40 $ 5,437.60 $ 340.00 $ 1,360.00 $ 1,191.00 $ 4,764.00 EXTRA SERVICES TOTAL $ 34,961.60 $ 17,450.00 $ 44,037.60 5 15,640.00 $ 54,694.20 ANNUAL GRAND TOTAL(to include regular and extra services): $ 55,443.60 $ 46,990.00 $ 89,857.60 $ 37,760.00 $ 86,682.76 DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 APPENDIX E-COST PROPOSAL FORM "REVISED" GROUP II - SUNSET ISLAND#2 PARK Park on Sunset Dr.between W 27th and W 25th. Valley Crest Landscape Everglades Environmental Care SFM Services Inc. Superior Landscaping&Lawn Elan Lawn and Landscape Maintenance Inc. Inc. Service Inc. Services Number of Annual Cost Per Cost Per Cost Per Cost Per Cost Per REGULAR SERVICES Services Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost MOW,EDGE,LINE TRIM 36 $ 230.00 $ 8,280.00 $ 125.00 $ 4,500.00 $ 94.00 $ 3,384.00 $ 17.50 $ 630.00 $ 94.14 $ 3,389.04 IRRIGATION CONTROLLER CHECK 36 $ 4.60 $ 165.60 $ 15.00 $ 540.00 $ 16.00 $ 576.00 $ 5.00 $ 180.00 $ 55.00 $ 1,980.00 FULL IRRIGATION SERVICES(WETTEST) 12 $ 70.00 $ 840.00 $ 80.00 $ 960.00 $ 75.00 $ 900.00 $ 10.00 $ 120.00 $ 130.00 $ 1,560.00 PLANT BEDS/SHRUB PRUNING 36 $ 230.00 $ 8,280.00 $ 75.00 $ 2,700.00 $ 63.00 $ 2,268.00 $ 12.50 $ 450.00 $ 10.00 $ 360.00 WEED&PEST CONTROL 36 $ 88.20 $ 3,175.20 $ 50.00 $ 1,800.00 $ 31.40 $ 1,130.40 $ 8.33 $ 299.88 $ 157.50 $ 5,670.00 LITTER CONTROL 140 $ 8.83 $ 1,236.20 $ 10.00 $ 1,400.00 $ 16.00 $ 2,240.00 $ 8.00 $ 1,120.00 $ 26.25 $ 3,675.00 FULL SERVICE TOTAL: $ 21,977.00 $ 11,900.00 $ 10,498.40 $ 2,799.88 $ 16,634.04 Number of Annual Cost Per Cost Per Cost Per Cost Per Cost Per EXTRA SERVICES Services Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost MULCH 2 $ 662.00 $ 1,324.00 $ 350.00 $ 700.00 $ 680.00 $ 1,360.00 $ 60.00 $ 120.00 $ 1,008.00 $ 2,016.00 TREE PRUNING 1 $ 841.50 $ 841.50 $ 400.00 $ 400.00 $ 1,260.00 $ 1,260.00 $ 80.00 $ 80.00 $ 400.00 $ 400.00 PALM PRUNING 4 $ 1,210.00 $ 4,840.00 $ 700.00 $ 2,800.00 $ 1,320.00 $ 5,280.00 $ 200.00 $ 800.00 $ 1,350.00 $ 5,400.00 FERTILIZE TREES 3 $ 109.40 $ 328.20 $ 80.00 $ 240.00 $ 81.00 $ 243.00 $ 15.00 $ 45.00 $ 30.00 $ 90.00 FERTILIZE PALMS 4 $ 95.00 $ 380.00 $ 125.00 $ 500.00 $ 198.00 $ 792.00 $ 15.00 $ 60.00 $ 135.00 $ 540.00 FERTILIZE PLANT BEDS/SHRUBS 3 $ 119.00 $ 357.00 $ 40.00 $ 120.00 $ 75.00 $ 225.00 $ 15.00 $ 45.00 $ 52.50 $ 157.50 FERTILIZE TURF 3 $ 119.00 $ 357.00 $ 80.00 $ 240.00 $ 75.00 $ 225.00 $ 15.00 $ 45.00 $ 183.75 $ 551.25 PRESSURE CLEANING 4 $ 66.25 $ 265.00 $ 50.00 $ 200.00 $ 100.00 $ 400.00 $ 280.00 $ 1,120.00 $ 2,400.00 $ 9,600.00 EXTRA SERVICES TOTAL: $ 6,527.20 $ 5,200.00 $ 9,785.00 $ 2,315.00 $ 18,754.75 ANNUAL GRAND TOTAL(to include regular and extra services): s zs,so4.2o s 17,100.00 $ 20,283.40 $ 5,114.88 $ 35,388.79 DocuSign Envelope ID:C3A5B18A-A673-4881-95E2-D975656D55A4 APPENDIX E-COST PROPOSAL FORM "REVISED" GROUP II - SUNSET ISLAND #4 LAKE PARK Vacant lot SW corner of Sunset W 21st St.from street to house. Valley Crest Landscape Everglades Environmental Care SFM Services Inc. Superior Landscaping&Lawn Elan Lawn and Landscape Maintenance Inc. Inc. Service Inc. Services Number of Annual Cost Per Cost Per Cost Per Cost Per Cost Per REGULAR SERVICES Services Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost MOW,EDGE,LINE TRIM 36 $ 46.00 $ 1,656.00 $ 75.00 $ 2,700.00 $ 126.00 $ 4,536.00 $ 75.00 $ 2,700.00 $ 25.29 $ 910.44 IRRIGATION CONTROLLER CHECK 36 $ 2.30 $ 82.80 $ 15.00 $ 540.00 $ 16.00 $ 576.00 $ 5.00 $ 180.00 $ 45.00 $ 1,620.00 FULL IRRIGATION SERVICES(WET TEST) 12 $ 67.00 $ 804.00 $ 80.00 $ 960.00 $ 75.00 $ 900.00 $ 20.00 $ 240.00 $ 110.00 $ 1,320.00 PLANT BEDS/SHRUB PRUNING 36 $ 92.00 $ 3,312.00 $ 35.00 $ 1,260.00 $ 31.00 $ 1,116.00 $ 38.00 $ 1,368.00 $ 10.00 $ 360.00 WEED&PEST CONTROL 36 $ 47.30 $ 1,702.80 $ 40.00 $ 1,440.00 $ 31.00 $ 1,116.00 $ 18.00 $ 648.00 $ 42.15 $ 1,517.40 LITTER CONTROL 140 $ 8.72 $ 1,220.80 $ 10.00 $ 1,400.00 $ 16.00 $ 2,240.00 $ 14.00 $ 1,960.00 $ 7.03 $ 984.20 FULL SERVICE TOTAL: $ 8,778.4o $ 8,300.00 $ 10,484.00 $ 7,096.00 $ 6,712.04 Number of Annual Cost Per Cost Per Cost Per Cost Per Cost Per EXTRA SERVICES Services Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost MULCH 2 $ 424.00 $ 848.00 $ 150.00 $ 300.00 $ 212.50 $ 425.00 $ 1,088.00 $ 2,176.00 $ 840.00 $ 1,680.00 TREE PRUNING 1 $ 198.00 $ 198.00 $ 180.00 $ 180.00 $ 630.00 $ 630.00 $ 300.00 $ 300.00 $ 760.00 $ 760.00 PALM PRUNING 4 $ 440.00 $ 1,760.00 $ 350.00 $ 1,400.00 $ 1,110.00 $ 4,440.00 $ 700.00 $ 2,800.00 $ 1,440.00 $ 5,760.00 FERTILIZE TREES 3 $ 46.70 $ 140.10 $ 20.00 $ 60.00 $ 40.50 $ 121.51 $ 70.00 $ 210.00 $ 57.00 $ 171.00 FERTILIZE PALMS 4 $ 54.70 $ 218.80 $ 40.00 $ 160.00 $ 166.50 $ 666.00 $ 140.00 $ 560.00 $ 144.00 $ 576.00 FERTILIZE PLANT BEDS/SHRUBS 3 $ 95.00 $ 285.00 $ 20.00 $ 60.00 $ 75.00 $ 225.00 $ 35.00 $ 105.00 $ 12.25 $ 36.75 FERTILIZE TURF 3 $ 54.70 $ 164.10 $ 40.00 $ 120.00 $ 75.00 $ 225.00 $ 70.00 $ 210.00 $ 49.18 $ 147.54 PRESSURE CLEANING 4 $ - $ _ $ 50.00 $ 200.00 $ 100.00 $ 400.00 $ 220.00 $ 880.00 $ 172.00 $ 688.00 EXTRA SERVICES TOTAL $ 2,568.00 $ 2,480.00 $ 7,132.51 $ 7,241.00 $ 9,819.29 ANNUAL GRAND TOTAL(to include regular and extra services): $ 11,346.40 $ 10,780.00 $ 17,616.51 $ 14,337.00 $ 16,531.33 DocuSign Envelope ID:C3A5B16A-A673-4BB1-95E2-D975656D55A4 APPENDIX E-COST PROPOSAL FORM "REVISED" GROUP II - LUMMUS PARK East side of Ocean Dr.between 2nd St.and 3rd St.from Ocean Dr.to the Coral rock wall. Valley Crest Landscape Everglades Environmental Care SFM Services Inc. Superior Landscaping&Lawn Elan Lawn and Landscape Maintenance Inc. Inc. Service Inc. Services Number of Annual Cost Per Cost Per Cost Per Cost Per Cost Per REGULAR SERVICES Services Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost MOW,EDGE,LINE TRIM 36 $ 1,472.00 $ 52,992.00 $ 1,160.00 $ 41,760.00 $ 1,256.00 $ 45,216.00 $ 680.00 $ 24,480.00 $ 692.06 $ 24,914.16 IRRIGATION CONTROLLER CHECK 36 $ 23.00 $ 828.00 $ 15.00 $ 540.00 $ 62.00 $ 2,232.00 $ 33.00 $ 1,188.00 $ 110.00 $ 3,960.00 FULL IRRIGATION SERVICES(WET TEST) 12 $ 1,120.00 $ 13,440.00 $ 1,500.00 $ 18,000.00 $ 900.00 $ 10,800.00 $ 360.00 $ 4,320.00 $ 300.00 $ 3,600.00 PLANT BEDS/SHRUB PRUNING 36 $ 115.00 $ 4,140.00 $ 160.00 $ 5,760.00 $ 314.00 $ 11,304.00 $ 150.00 $ 5,400.00 $ 50.00 $ 1,800.00 WEED&PEST CONTROL 36 $ 137.40 $ 4,946.40 $ 700.00 $ 25,200.00 $ 502.00 $ 18,072.00 $ 73.33 $ 2,639.88 $ 1,730.15 $ 62,285.40 LITTER CONTROL 140 $ 52.68 $ 7,375.20 $ 80.00 $ 11,200.00 $ 256.00 $ 35,840.00 $ 144.00 $ 20,160.00 $ 200.00 $ 28,000.00 FULL SERVICE TOTAL: $ 83,721.60 $ 102,460.00 $ 123,464.00 $ 58,187.88 $ 124,559.56 EXTRA SERVICES Annual Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost MULCH 2 $ 5,120.00 $ 10,240.00 $ 3,000.00 $ 6,000.00 $ 4,080.00 $ 8,160.00 $ 8,400.00 $ 16,800.00 $17,892.00 $ 35,784.00 TREE PRUNING 1 $ 792.00 $ 792.00 $ 2,500.00 $ 2,500.00 $ 1,400.00 $ 1,400.00 $ 1,600.00 $ 1,600.00 $ 2,100.00 $ 2,100.00 PALM PRUNING 4 $ 16,500.00 $ 66,000.00 $ 6,000.00 $ 24,000.00 $ 14,610.00 $ 58,440.00 $ 8,646.00 $ 34,584.00 $15,600.00 $ 62,400.00 FERTILIZE TREES 3 $ 54.70 $ 164.10 $ 80.00 $ 240.00 $ 90.00 $ 270.00 $ 140.00 $ 420.00 $ 210.00 $ 630.00 FERTILIZE PALMS 4 $ 1,190.00 $ 4,760.00 $ 1,500.00 $ 6,000.00 $ 2,191.50 $ 8,766.00 $ 2,340.00 $ 9,360.00 $ 2,340.00 $ 9,360.00 FERTILIZE PLANT BEDS/SHRUBS 3 $ 54.70 $ 164.10 $ 40.00 $ 120.00 $ 150.00 $ 450.00 $ 170.00 $ 510.00 $ 201.85 $ 605.55 FERTILIZE TURF 3 $ 595.00 $ 1,785.00 $ 2,000.00 $ 6,000.00 $ 600.00 $ 1,800.00 $ 875.00 $ 2,625.00 $ 2,018.51 $ 6,055.53 PRESSURE CLEANING 4 $ 21,038.75 $ 84,155.00 $ 2,000.00 $ 8,000.00 $ 5,533.50 $ 22,134.00 $ 1,280.00 $ 5,120.00 $ 5,640.00 $ 22,560.00 EXTRA SERVICES TOTAL $ 157,028.20 $ 52,860.00 $ 101,420.00 $ 71,019.00 $ 139,495.08 ANNUAL GRAND TOTAL(to include regular and extra services): $ 240,749.80 $ 155,320.00 $ 224,884.00 $ 129,206.88 S 264,054.64 DocuSign Envelope ID:C3A5B18A-A673.4BB1-95E2-0975656055A4 APPENDIX E-COST PROPOSAL FORM "REVISED" GROUP II - SCOTT RAKOW YOUTH CENTER (St Augustine & Bermuda Turf) 2700 Sheridan Ave. Valley Crest Landscape Everglades Environmental Care SFM Services Inc. Superior Landscaping&Lawn Elan Lawn and Landscape Maintenance Inc. Inc. Service Inc. Services Number of Annual Cost Per Cost Per Cost Per Cost Per Cost Per REGULAR SERVICES Services Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost MOW,EDGE,LINE TRIM-BERMUDA TURF 52 $ 69.00 $ 3,588.00 $ 125.00 $ 6,500.00 $ 320.00 $ 16,640.00 $ 80.00 $ 4,160.00 $ 36.00 $ 1,872.00 MOW,EDGE,LINE TRIM ST.-AUGUSTINE TURF 36 $ 276.00 $ 9,936.00 $ 100.00 $ 3,600.00 $ 320.00 $ 11,520.00 $ 80.00 $ 2,880.00 $ 64.98 $ 2,339.28 IRRIGATION CONTROLLER CHECK 36 $ 34.50 $ 1,242.00 $ 15.00 $ 540.00 $ 16.00 $ 576.00 $ 16.66 $ 599.76 $ 55.00 $ 1,980.00 FULL IRRIGATION SERVICES(WET TEST) 12 $ 290.00 $ 3,480.00 $ 200.00 $ 2,400.00 $ 50.00 $ 600.00 $ 80.00 $ 960.00 $ 130.00 $ 1,560.00 PLANT BEDS/SHRUB PRUNING 36 $ 115.00 $ 4,140.00 $ 125.00 $ 4,500.00 $ 186.00 $ 6,696.00 $ 80.00 $ 2,880.00 $ 15.20 $ 547.20 WEED&PEST CONTROL 36 $ 158.80 $ 5,716.80 $ 100.00 $ 3,600.00 $ 32.00 $ 1,152.00 $ 46.66 $ 1,679.76 $ 150.00 $ 5,400.00 LITTER CONTROL 140 $ 34.46 $ 4,824.40 $ 20.00 $ 2,800.00 $ 16.00 $ 2,240.00 $ 18.00 $ 2,520.00 $ 16.55 $ 2,317.00 FULL SERVICE TOTAL: $ 32,927.20 $ 23,940.00 $ 39,424.00 $ 15,679.52 $ 16,015.48 Number of Annual Cost Per Cost Per Cost Per Cost Per Cost Per EXTRA SERVICES Services Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost MULCH 2 $ 2,520.00 $ 5,040.00 $ 1,000.00 $ 2,000.00 $ 2,040.00 $ 4,080.00 $ 450.00 $ 900.00 $11,340.00 $ 22,680.00 TREE PRUNING 1 $ 990.00 $ 990.00 $ 1,000.00 $ 1,000.00 $ 2,940.00 $ 2,940.00 $ 600.00 $ 600.00 $ 3,840.00 $ 3,840.00 PALM PRUNING 4 $ 1,045.00 $ 4,180.00 $ 700.00 $ 2,800.00 $ 2,340.00 $ 9,360.00 $ 756.00 $ 3,024.00 $ 1,230.00 $ 4,920.00 FERTILIZE TREES 3 $ 79.00 $ 237.00 $ 200.00 $ 600.00 $ 189.00 $ 567.00 $ 70.00 $ 210.00 $ 288.00 $ 864.00 FERTILIZE PALMS 4 $ 95.00 $ 380.00 $ 245.00 $ 980.00 $ 351.00 $ 1,404.00 $ 140.00 $ 560.00 $ 123.00 $ 492.00 FERTILIZE PLANT BEDS/SHRUBS 3 $ 218.80 $ 656.40 $ 200.00 $ 600.00 $ 225.00 $ 675.00 $ 40.00 $ 120.00 $ 266.00 $ 798.00 FERTILIZE TURF 3 $ 218.80 $ 656.40 $ 250.00 $ 750.00 $ 1,374.00 $ 4,122.00 $ 220.00 $ 660.00 $ 196.35 $ 589.05 PRESSURE CLEANING 4 $ 2,675.00 $ 10,700.00 $ 400.00 $ 1,600.00 $ 462.00 $ 1,848.00 $ 640.00 $ 2,560.00 $ 391.80 $ 1,567.20 EXTRA SERVICES TOTAL: $ 22,839.80 $ 10,330.00 $ 24,996.00 $ 8,634.00 $ 35,750.25 ANNUAL GRAND TOTAL(to include regular and extra services): $ 55,767.00 $ 34,270.00 $ 64,420.00 $ 24,313.52 $ 51,765.73 DocuSign Envelope ID C3A5B18A-A673-4BB1-95E2-D975656D55A4 APPENDIX E-COST PROPOSAL FORM "REVISED" GROUP II - MAURICE GIBB MEMORIAL PARK 18th Street and Purdy Ave.(NW corner of Dade Blvd and Purdy Rd.) Valley Crest Landscape Everglades Environmental Care SFM Services Inc. Superior Landscaping&Lawn Elan Lawn and Landscape Maintenance Inc. Inc. Service Inc. Services Number of Annual Cost Per Cost Per Cost Per Cost Per Cost Per REGULAR SERVICES Services Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost MOW,EDGE,LINE TRIM 36 $ 138.00 $ 4,968.00 $ 225.00 $ 8,100.00 $ 377.00 $ 13,572.00 $ 149.00 $ 5,364.00 $ 163.00 $ 5,868.00 IRRIGATION CONTROLLER CHECK 36 $ 11.50 $ 414.00 $ 15.00 $ 540.00 $ 16.00 $ 576.00 $ 13.33 $ 479.88 $ 55.00 $ 1,980.00 FULL IRRIGATION SERVICES(WET TEST) 12 $ 153.00 $ 1,836.00 $ 200.00 $ 2,400.00 $ 75.00 $ 900.00 $ 88.00 $ 1,056.00 $ 165.00 $ 1,980.00 PLANT BEDS/SHRUB PRUNING 36 $ 69.00 $ 2,484.00 $ 125.00 $ 4,500.00 $ 94.00 $ 3,384.00 $ 37.00 $ 1,332.00 $ 10.00 $ 360.00 WEED&PEST CONTROL 36 $ 46.00 $ 1,656.00 $ 100.00 $ 3,600.00 $ 63.00 $ 2,268.00 $ 26.66 $ 959.76 $ 285.00 $ 10,260.00 LITTER CONTROL 140 $ 34.46 $ 4,824.40 $ 20.00 $ 2,800.00 $ 16.00 $ 2,240.00 $ 28.00 $ 3,920.00 $ 45.28 $ 6,339.20 FULL SERVICE TOTAL: 5 16,182.40 $ 21,940.00 $ 22,940.00 $ 13,111.64 $ 26,787.20 Number of Annual Cost Per Cost Per Cost Per Cost Per Cost Per EXTRA SERVICES Services Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost MULCH 2 $ 672.00 $ 1,344.00 $ 800.00 $ 1,600.00 $ 2,040.00 $ 4,080.00 $ 1,814.00 $ 3,628.00 $ 1,764.00 $ 3,528.00 TREE PRUNING 1 $ 1,287.00 $ 1,287.00 $ 1,950.00 $ 1,950.00 $ 2,940.00 $ 2,940.00 $ 900.00 $ 900.00 $ 1,160.00 5 1,160.00 PALM PRUNING 4 $ 577.50 $ 2,310.00 $ 1,500.00 $ 6,000.00 $ 1,860.00 $ 7,440.00 $ 1,884.00 $ 7,536.00 $ 1,770.00 $ 7,080.00 FERTILIZE TREES 3 $ 85.40 $ 256.20 $ 100.00 $ 300.00 $ 189.00 $ 567.00 $ 105.00 $ 315.00 $ 87.00 $ 261.00 FERTILIZE PALMS 4 $ 111.00 $ 444.00 $ 200.00 $ 800.00 $ 279.00 $ 1,116.00 $ 560.00 $ 2,240.00 $ 177.00 $ 708.00 FERTILIZE PLANT BEDS/SHRUBS 3 $ 190.00 $ 570.00 $ 40.00 $ 120.00 $ 75.00 $ 225.00 $ 38.00 $ 114.00 $ 78.7$ $ 236.25 FERTILIZE TURF 3 $ 222.00 $ 666.00 $ 125.00 $ 375.00 $ 75.00 $ 225.00 $ 280.00 $ 840.00 $ 316.94 $ 950.82 PRESSURE CLEANING 4 $ 1,168.75 $ 4,675.00 $ 400.00 $ 1,600.00 $ 246.60 $ 986.40 $ 320.00 $ 1,280.00 $ 1,050.00 $ 4,200.00 EXTRA SERVICES TOTAL: $ 11,552.20 $ 12,745.00 $ 17,579.40 $ 16,853.00 $ 18,124.07 ANNUAL GRAND TOTAL(to include regular and extra services): $ 27,734.60 $ 34,685.00 $ 40,519.40 $ 29,964.64 $ 44,911.27 DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 APPENDIX E-COST PROPOSAL FORM "REVISED" GROUP II - MIAMI BEACH GOLF COURSE PERIMETER All landscaping and turf on the golf course swale from 2100 Meridian south to Dade Blvd From Dade Blvd west to Michigan Ave From Michigan Ave west to Alton Rd From Alton Rd north to Chase Ave Swale along the south side of Chase Ave east to 34th St. Valley Crest Landscape Everglades Environmental Care SFM Services Inc. Superior Landscaping&Lawn Elan Lawn and Landscape Maintenance Inc. Inc. Service Inc. Services Number of Annual Cost Per Cost Per Cost Per Cost Per Cost Per REGULAR SERVICES Services Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost MOW,EDGE,LINE TRIM 36 $ 1,334.00 $ 48,024.00 $ 450.00 $ 16,200.00 $ 2,010.00 $ 72,360.00 $ 750.00 $ 27,000.00 $ 1,527.30 $ 54,982.80 IRRIGATION CONTROLLER CHECK 36 $ 46.00 $ 1,656.00 $ 15.00 $ 540.00 $ 60.00 $ 2,160.00 $ 41.66 $ 1,499.76 $ 165.00 $ 5,940.00 FULL IRRIGATION SERVICES(WET TEST) 12 $ 440.00 $ 5,280.00 $ 500.00 $ 6,000.00 $ 400.00 $ 4,800.00 $ 640.00 $ 7,680.00 $ 300.00 $ 3,600.00 PLANT BEDS/SHRUB PRUNING 36 $ 460.00 $ 16,560.00 $ 225.00 $ 8,100.00 $ 2,072.00 $ 74,592.00 $ 300.00 $ 10,800.00 $ 165.81 $ 5,969.16 WEEKD&PEST CONTROL 36 $ 138.00 $ 4,968.00 $ 180.00 $ 6,480.00 $ 628.00 $ 22,608.00 $ 144.00 $ 5,184.00 $ 2,545.50 $ 91,638.00 LITTER CONTROL 140 $ 42.71 $ 5,979.40 $ 50.00 $ 7,000.00 $ 256.00 $ 35,840.00 $ 80.00 $ 11,200.00 $ 509.10 $ 71,274.00 FULL SERVICE TOTAL: $ 82,467.40 $ 44,320.00 $ 212,360.00 $ 63,363.76 $ 233,403.96 Number of Annual Cost Per Cost Per Cost Per Cost Per Cost Per EXTRA SERVICES Services Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost MULCH 2 $ 7,325.00 $ 14,650.00 $ 2,000.00 $ 4,000.00 $ 20,740.00 $ 41,480.00 $ 10,500.00 $ 21,000.00 $54,600.00 $ 109,200.00 TREE PRUNING 1 $ 1,320.00 $ 1,320.00 $ 2,925.00 $ 2,925.00 $ 7,560.00 $ 7,560.00 $ 2,400.00 $ 2,400.00 $ 3,150.00 $ 3,150.00 PALM PRUNING 4 $ 1,540.00 $ 6,160.00 $ 4,500.00 $ 18,000.00 $ 8,160.00 $ 32,640.00 $ 3,168.00 $ 12,672.00 $38,640.00 $ 154,560.00 FERTILIZE TREES 3 $ 206.00 $ 618.00 $ 300.00 $ 900.00 $ 486.00 $ 1,458.00 $ 175.00 $ 525.00 $ 270.00 $ 810.00 FERTILIZE PALMS 4 $ 412.00 $ 1,648.00 $ 800.00 $ 3,200.00 $ 1,224.00 $ 4,896.00 $ 770.00 $ 3,080.00 $ 5,796.00 $ 23,184.00 FERTILIZE PLANT BEDS/SHRUBS 3 $ 206.00 $ 618.00 $ 800.00 $ 2,400.00 $ 375.00 $ 1,125.00 $ 1,400.00 $ 4,200.00 $ 2,418.06 $ 7,254.18 FERTILIZE TURF 3 $ 1,030.00 $ 3,090.00 $ 600.00 $ 1,800.00 $ 375.00 $ 1,125.00 $ 1,400.00 $ 4,200.00 $ 2,969.75 $ 8,909.25 PRESSURE CLEANING 4 $ 2,543.75 $ 10,175.00 $ 100.00 $ 400.00 $ 500.15 $ 2,000.60 $ 380.00 $ 1,520.00 $ 1,071.00 $ 4,284.00 EXTRA SERVICES TOTAL $ 38,279.00 $ 33,625.00 $ 92,284.60 $ 49,597.00 $ 311,351.43 ANNUAL GRAND TOTAL(to include regular and extra services): $ 120,746.40 $ 77,945.00 $ 304,644.60 $ 112,960.76 $ 544,755.39 DocuSipn Envelope ID C3A5B18A-A6734BB1-85E2-D975658D55A4 APPENDIX E-COST PROPOSAL FORM "REVISED" GROUP II - FLAMINGO PARK AND ATHLETIC FIELDS 11th Street at Jefferson Ave.(including parking lot) Valley Crest Landscape Everglades Environmental Care SFM Services Inc. Superior Landscaping&Lawn Elan Lawn and Landscape Maintenance Inc. Inc. Service Inc. Services Number of Annual Cost Per Cost Per Cost Per Cost Per Cost Per REGULAR SERVICES Services Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost MOW,EDGE,LINE TRIM PARK AREA 36 $ 460.00 $ 16,560.00 $ 1,060.00 $ 38,160.00 $ 1,280.00 $ 46,080.00 $ 600.00 $ 21,600.00 $ 334.26 $ 12,033.36 MOW,EDGE,LINE TRIM ATHLETIC FIELDS 140 $ 49.20 $ 6,888.00 $ 300.00 $ 42,000.00 $ 512.00 $ 71,680.00 $ 250.00 $ 35,000.00 $ 700.00 $ 98,000.00 IRRIGATION CONTROLLER CHECK 36 $ 46.00 $ 1,656.00 $ 15.00 $ 540.00 $ 64.00 $ 2,304.00 $ 16.00 $ 576.00 $ 165.00 $ 5,940.00 FULL IRRIGATION SERVICES(WET TEST) 12 $ 1,000.00 $ 12,000.00 $ 1,500.00 $ 18,000.00 $ 300.00 $ 3,600.00 $ 280.00 $ 3,360.00 $ 400.00 $ 4,800.00 PLANT BEDS/SHRUB PRUNING 36 $ 368.00 $ 13,248.00 $ 600.00 $ 21,600.00 $ 512.00 $ 18,432.00 $ 75.00 $ 2,700.00 $ 40.50 $ 1,458.00 WEEKD&PEST CONTROL 36 $ 92.00 $ 3,312.00 $ 400.00 $ 14,400.00 $ 512.00 $ 18,432.00 $ 70.00 $ 2,520.00 $ 1,607.10 $ 57,855.60 LITTER CONTROL 140 $ 68.77 $ 9,627.80 $ 80.00 $ 11,200.00 $ 128.00 $ 17,920.00 $ 66.00 $ 9,240.00 $ 214.28 $ 29,999.20 FULL SERVICE TOTAL: $ 63,291.80 $ 145,900.00 $ 178,448.00 $ 74,996.00 5 210,086.16 Number of Annual Cost Per Cost Per Cost Per Cost Per Cost Per EXTRA SERVICES Services Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost MULCH 2 $ - $ _ $ 5,000.00 $ 10,000.00 $ 6,800.00 $ 13,600.00 $ 4,800.00 $ 9,600.00 $19,950.00 $ 39,900.00 TREE PRUNING 1 $ 3,069.00 $ 3,069.00 $ 5,580.00 $ 5,580.00 $ 16,520.00 $ 16,520.00 $ 4,000.00 $ 4,000.00 $ 6,965.00 $ 6,965.00 PALM PRUNING 4 $ 2,942.50 $ 11,770.00 $ 1,750.00 $ 7,000.00 $ 6,840.00 $ 27,360.00 $ 1,200.00 $ 4,800.00 $ 6,750.00 $ 27,000.00 FERTILIZE TREES 3 $ 166.00 $ 498.00 $ 400.00 $ 1,200.00 $ 1,062.00 $ 3,186.00 $ 525.00 $ 1,575.00 $ $97.00 $ 1,791.00 FERTILIZE PALMS 4 $ 229.00 $ 916.00 $ 200.00 $ 800.00 $ 1,026.00 $ 4,104.00 $ 175.00 $ 700.00 $ 810.00 $ 3,240.00 FERTILIZE PLANT BEDS/SHRUBS 3 $ 396.00 $ 1,188.00 $ 800.00 $ 2,400.00 $ 225.00 $ 675.00 $ 280.00 $ 840.00 $ 708.75 $ 2,126.25 AERATION 3 $ 812.50 $ 2,437.50 $ 500.00 $ 1,500.00 $ 345.10 $ 1,035.30 $ 540.00 $ 1,620.00 $ 3,500.00 $ 10,500.00 TOP DRESS 3 $ 7,825.00 $ 23,475.00 $ 800.00 $ 2,400.00 $ 19,860.00 $ 59,580.00 $ 6,224.00 $ 18,672.00 $24,500.00 $ 73,500.00 VERTICUTTING 1 $ 4,000.00 $ 4,000.00 $ 1,150.00 5 1,150.00 $ 1,380.40 $ 1,380.40 $ 5,265.00 $ 5,265.00 $ 3,500.00 $ 3,500.00 SPIKING 6 $ 812.50 $ 4,875.00 $ 400.00 $ 2,400.00 $ 1,380.40 $ 8,282.40 $ 320.00 $ 1,920.00 $ 3,500.00 $ 21,000.00 FERTILIZE ATHLETIC FIELD TURF 9 $ 756.00 $ 6,804.00 $ 400.00 $ 3,600.00 $ 675.00 $ 6,075.00 $ 2,100.00 $ 18,900.00 $ 1,225.00 $ 11,025.00 FERTILIZE TURF 3 $ 451.00 $ 1,353.00` $ 600.00 $ 1,800.00 $ 225.00 $ 675.00 $ 1,050.00 $ 3,150.00 $ 649.95 $ 1,949.85 PRESSURE CLEANING 4 $ 5,675.00 $ 22,700.00 $ 1,000.00 $ 4,000.00 $ 796.95 $ 3,187.80 $ 1,600.00 $ 6,400.00 $ 2,719.50 $ 10,878.00 EXTRA SERVICES TOTAL $ 83,085.50 $ 43,830.00 $ 145,660.90 $ 77,442.00 $ 213,375.10 DocuSign Envelope ID C3A5816A-A673-4881-95E2-0975656D55A4 APPENDIX E-COST PROPOSAL FORM "REVISED" ANNUAL GRAND TOTAL(to include regular and extra services): $ 146,377.30 $ 189,730.00 $ 324,108.90 $ 152,438.00 $ 423,461.26 DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 APPENDIX E-COST PROPOSAL FORM "REVISED" GROUP I - BEACHVIEW PARK 53rd Street&Collins Avenue East of the Parking lot coral rock wall to the western edge of the Dune. Valley Crest Landscape Everglades Environmental Care Superior Landscaping&Lawn Elan Lawn and Landscape SFM Services Inc. Service Inc. Inc. Inc. Services Number of Annual Cost Per Cost Per Cost Per Cost Per Cost Per REGULAR SERVICES Services Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost MOW,EDGE,LINE TRIM 36 $ - $ - $ - $ - $ - $ - $ 38.00 $ 1,368.00 $ 45.36 $ 1,632.96 IRRIGATION CONTROLLER CHECK 36 $ 2.30 $ 82.80 $ 15.00 $ 540.00 $ 32.00 $ 1,152.00 $ 13.33 $ 479.88 $ 55.00 $ 1,980.00 FULL IRRIGATION SERVICES(WET TEST) 12 $ 135.50 $ 1,626.00 $ 100.00 $ 1,200.00 $ 50.00 $ 600.00 $ 80.00 $ 960.00 $ 110.00 $ 1,320.00 PLANT BEDS/SHRUB PRUNING 36 $ 92.00 $ 3,312.00 $ 67.00 $ 2,412.00 $ 96.00 $ 3,456.00 $ 38.00 $ 1,368.00 $ 10.00 $ 360.00 WEEKD&PEST CONTROL 36 $ 100.00 $ 3,600.00 $ 30.00 $ 1,080.00 $ 64.00 $ 2,304.00 $ 20.00 $ 720.00 $ 78.00 $ 2,808.00 LITTER CONTROL 140 $ 17.37 $ 2,431.80 $ 10.00 $ 1,400.00 $ 16.00 $ 2,240.00 $ 18.00 $ 2,520.00 $ 13.00 $ 1,820.00 FULL SERVICE TOTAL: $ 11,052.60 $ 6,632.00 $ 9,752.00 $ 7,415.88 $ 9,920.96 Number of Annual Cost Per Cost Per Cost Per Cost Per Cost Per EXTRA SERVICES Services Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost MULCH 2 $ 1,558.00 $ 3,116.00 $ 600.00 $ 1,200.00 $ 2,720.00 $ 5,440.00 $ 2,340.00 $ 4,680.00 $10,416.00 $ 20,832.00 TREE PRUNING 1 $ - $ _ $ 200.00 $ 200.00 $ 3,080.00 $ 3,080.00 $ 300.00 $ 300.00 $ 720.00 $ 720.00 PALM PRUNING 4 $ 1,512.50 $ 6,050.00 $ 1,500.00 $ 6,000.00 $ 3,120.00 $ 12,480.00 $ 1,111.00 $ 4,444.00 $ 4,125.00 $ 16,500.00 FERTILIZE TREES 3 $ 55.00 $ 165.00 $ 80.00 $ 240.00 $ 198.00 $ 594.00 $ 120.00 $ 360.00 $ 54.00 $ 162.00 FERTILIZE PALMS 4 $ 119.00 $ 476.00 $ 320.00 $ 1,280.00 $ 468.00 $ 1,872.00 $ 160.00 $ 640.00 $ 495.00 $ 1,980.00 FERTILIZE PLANT BEDS/SHRUBS 3 $ 95.00 $ 285.00 $ 80.00 $ 240.00 $ 75.00 $ 225.00 $ 80.00 $ 240.00 $ 44.10 $ 132.30 FERTILIZE TURF 3 $ $ $ $ $ 75.00 $ 225.00 $ 20.00 $ 60.00 $ 91.00 $ 273.00 PRESSURE CLEANING 4 $ 2,731.25 $ 10,925.00 $ 280.00 $ 1,120.00 $ 521.22 $ 2,084.88 $ 380.00 $ 1,520.00 $ 576.00 $ 2,304.00 EXTRA SERVICES TOTAL $ 21,017.00 $ 10,280.00 $ 26,000.88 $ 12,244.00 $ 42,903.30 ANNUAL GRAND TOTAL(to include regular and extra services): $ 32,069.60 $ 16,912.00 $ 35,752.88 $ 19,659.88 $ 52,824.26 DocuSign Envelope ID C3A5B18A-A6734BB1-95E2-0975656D55A4 APPENDIX E-COST PROPOSAL FORM "REVISED" GROUP I - INDIAN BEACH PARK 46th Street&Collins Ave.East of the Parking lot coral rock wall to the western edge of the Dune. Valley Crest Landscape Everglades Environmental Care SFM Services Inc. Superior Landscaping&Lawn Elan Lawn and Landscape Maintenance Inc. Inc. Service Inc. Services Number of Annual Cost Per Cost Per Cost Per Cost Per Cost Per REGULAR SERVICES Services Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost MOW,EDGE,LINE TRIM 36 $ 92.00 $ 3,312.00 $ - $ - $ 160.00 $ 5,760.00 $ 75.00 $ 2,700.00 $ 94.73 $ 3,410.28 IRRIGATION CONTROLLER CHECK 36 $ 2.30 $ 82.80 $ 15.00 $ 540.00 $ 20.00 $ 720.00 $ 5.00 $ 180.00 $ 55.00 $ 1,980.00 FULL IRRIGATION SERVICES(WET TEST) 12 $ 67.00 $ 804.00 $ 100.00 $ 1,200.00 $ 25.00 $ 300.00 $ 40.00 $ 480.00 $ 150.00 $ 1,800.00 PLANT BEDS/SHRUB PRUNING 36 $ 23.00 $ 828.00 $ 100.00 $ 3,600.00 $ 64.00 $ 2,304.00 $ 15.00 $ 540.00 $ 10.00 $ 360.00 WEEKD&PEST CONTROL 36 $ 26.20 $ 943.20 $ 50.00 $ 1,800.00 $ 64.00 $ 2,304.00 $ 11.66 $ 419.76 $ 175.88 $ 6,331.68 LITTER CONTROL 140 $ 17.37 $ 2,431.80 $ 20.00 $ 2,800.00 $ 16.00 $ 2,240.00 $ 12.00 $ 1,680.00 $ 26.31 $ 3,683.40 FULL SERVICE TOTAL: $ 8,4o1.so $ 9,940.00 $ 13,628.00 $ 5,999.76 $ 17,565.36 Number of Annual Cost Per Cost Per Cost Per Cost Per Cost Per EXTRA SERVICES Services Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost MULCH 2 $ - $ - $ 300.00 $ 600.00 $ 680.00 $ 1,360.00 $ 100.00 $ 200.00 $ 2,184.00 $ 4,368.00 TREE PRUNING 1 $ 165.00 $ 165.00 $ 300.00 $ 300.00 $ 840.00 $ 840.00 $ 200.00 $ 200.00 $ 2,680.00 $ 2,680.00 PALM PRUNING 4 $ 110.00 $ 440.00 $ 350.00 $ 1,400.00 $ 1,860.00 $ 7,440.00 $ 40.00 $ 160.00 $ 2,975.00 $ 11,900.00 FERTILIZE TREES 3 $ - $ _ $ 80.00 $ 240.00 $ 54.00 $ 162.00 $ 20.00 $ 60.00 $ 201.00 $ 603.00 FERTILIZE PALMS 4 $ 109.40 $ 437.60 $ 80.00 $ 320.00 $ 279.00 $ 1,116.00 $ 20.00 $ 80.00 $ 357.00 $ 1,428.00 FERTILIZE PLANT BEDS/SHRUBS 3 $ - $ - $ 120.00 $ 360.00 $ 75.00 $ 225.00 $ 20.00 $ 60.00 $ 105.00 $ 315.00 FERTILIZE TURF 3 $ 66.20 $ 198.60 $ - $ - $ 75.00 $ 225.00 $ 20.00 $ 60.00 $ 184.19 $ 552.57 PRESSURE CLEANING 4 $ 5,408.75 $ 21,635.00 $ 140.00 $ 560.00 $ 136.92 $ 547.68 $ 380.00 $ 1,520.00 $ 754.56 $ 3,018.24 EXTRA SERVICES TOTAL $ 22,876.20 $ 3,780.00 $ 11,915.68 $ 2,340.00 $ 24,864.81 ANNUAL GRAND TOTAL(to include regular and extra services): $ 31,278.00 $ 13,720.00 $ 25,543.68 $ 8,339.76 $ 42,430.17 DocuSign Envelope ID:C3A5B16A-A673-4BB1-95E2-D975656D55A4 APPENDIX E-COST PROPOSAL FORM "REVISED" GROUP I - FISHER PARK Alton Rd and 50th St. Valley Crest Landscape Everglades Environmental Care SFM Services Inc. Superior Landscaping&Lawn Elan Lawn and Landscape Maintenance Inc. Inc. Service Inc. Services Number of Annual Cost Per Cost Per Cost Per Cost Per Cost Per REGULAR SERVICES Services Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost MOW,EDGE,LINE TRIM 36 $ 276.00 $ 9,936.00 $ 300.00 $ 10,800.00 $ 576.00 $ 20,736.00 $ 150.00 $ 5,400.00 $ 194.40 $ 6,998.40 IRRIGATION CONTROLLER CHECK 36 $ 4.60 $ 165.60 $ 15.00 $ 540.00 $ 16.00 $ 576.00 $ 21.66 $ 779.76 $ 110.00 $ 3,960.00 FULL IRRIGATION SERVICES(WET TEST) 12 $ 196.00 $ 2,352.00 $ 200.00 $ 2,400.00 $ 75.00 $ 900.00 $ 40.00 $ 480.00 $ 250.00 $ 3,000.00 PLANT BEDS/SHRUB PRUNING 36 $ 46.00 $ 1,656.00 $ 67.00 $ 2,412.00 $ 96.00 $ 3,456.00 $ 150.00 $ 5,400.00 $ 10.00 $ 360.00 WEEKD&PEST CONTROL 36 $ 49.20 $ 1,771.20 $ 30.00 $ 1,080.00 $ 64.00 $ 2,304.00 $ 26.66 $ 959.76 $ 324.00 $ 11,664.00 LITTER CONTROL 140 $ 17.37 $ 2,431.80 $ 10.00 $ 1,400.00 $ 16.00 $ 2,240.00 $ 12.00 $ 1,680.00 $ 43.20 $ 6,048.00 FULL SERVICE TOTAL: $ 18,312.60 $ 18,632.00 $ 30,212.00 $ 14,699.52 $ 32,030.40 Number of Annual Cost Per Cost Per Cost Per Cost Per Cost Per EXTRA SERVICES Services Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost MULCH 2 $ 424.00 $ 848.00 $ 300.00 $ 600.00 $ 2,720.00 $ 5,440.00 $ 1,890.00 $ 3,780.00 $ 3,780.00 $ 7,560.00 TREE PRUNING 1 $ 1,485.00 $ 1,485.00 $ 1,500.00 $ 1,500.00 $ 2,660.00 $ 2,660.00 $ 2,300.00 $ 2,300.00 5 1,680.00 $ 1,680.00 PALM PRUNING 4 $ 605.00 $ 2,420.00 $ 300.00 $ 1,200.00 $ 420.00 $ 1,690.00 $ 900.00 $ 3,600.00 $ 570.00 $ 2,280.00 FERTILIZE TREES 3 $ 54.70 $ 164.10 $ 40.00 $ 120.00 $ 171.00 $ 513.00 $ 280.00 $ 840.00 $ 126.00 $ 378.00 FERTILIZE PALMS 4 $ 109.40 $ 437.60 $ 80.00 $ 320.00 $ 63.00 $ 252.00 $ 70.00 $ 280.00 $ 57.00 $ 228.00 FERTILIZE PLANT BEDS/SHRUBS 3 $ 95.00 $ 285.00 $ 80.00 $ 240.00 $ 75.00 $ 225.00 $ 105.00 $ 315.00 $ 122.50 $ 367.50 FERTILIZE TURF 3 $ 143.00 $ 429.00 $ 200.00 $ 600.00 $ 75.00 $ 225.00 $ 175.00 $ 525.00 $ 378.00 $ 1,134.00 PRESSURE CLEANING 4 $ 1,762.50 $ 7,050.00 $ 140.00 $ 560.00 $ 396.06 $ 1,584.24 $ 380.00 $ 1,520.00 $ 289.08 $ 1,156.32 EXTRA SERVICES TOTAL: $ 13,118.70 $ 5,140.00 $ 12,579.24 $ 13,160.00 $ 14,783.82 ANNUAL GRAND TOTAL(to include regular and extra services): $ 31,431.30 $ 23,772.00 $ 42,791.24 $ 27,859.52 $ 46,814.22 DocuSign Envelope ID C3A5B18A-A673-4BB1.95E2-D975656D55A4 APPENDIX E-COST PROPOSAL FORM "REVISED" GROUP I - POINCIANA PARK 63rd&North Bay Dr. Valley Crest Landscape Everglades Environmental Care SFM Services Inc. Superior Landscaping&Lawn Elan Lawn and Landscape Maintenance Inc. Inc. Service Inc. Services Number of Annual Cost Per Cost Per Cost Per Cost Per Cost Per REGULAR SERVICES Services Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost MOW,EDGE,LINE TRIM 36 $ 69.00 $ 2,484.00 $ 50.00 $ 1,800.00 $ 16.00 $ 576.00 $ 36.00 $ 1,296.00 $ 25.00 $ 900.00 IRRIGATION CONTROLLER CHECK 36 $ 2.30 $ 82.80 $ 15.00 $ 540.00 $ - $ - $ 6.00 $ 216.00 $ 50.00 $ 1,800.00 FULL IRRIGATION SERVICES(WET TEST) 12 $ 51.00 $ 612.00 $ 50.00 $ 600.00 S 25.00 $ 300.00 $ 40.00 $ 480.00 $ 110.00 $ 1,320.00 PLANT BEDS/SHRUB PRUNING 36 $ 11.50 $ 414.00 $ 33.00 $ 1,188.00 $ 16.00 $ 576.00 $ 36.00 $ 1,296.00 $ 5.00 $ 180.00 WEEKD&PEST CONTROL 36 $ 24.60 $ 885.60 $ 15.00 $ 540.00 $ 16.00 $ 576.00 $ 16.66 $ 599.76 $ 27.65 $ 995.40 LITTER CONTROL 140 $ 8.83 $ 1,236.20 $ 10.00 $ 1,400.00 $ 16.00 $ 2,240.00 $ 12.00 $ 1,680.00 $ 18.43 $ 2,580.20 FULL SERVICE TOTAL: $ 5,714.60 $ 6,068.00 $ 4,268.00 $ 5,567.76 $ 7,775.60 Number of Annual Cost Per Cost Per Cost Per Cost Per Cost Per EXTRA SERVICES Services Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost MULCH 2 $ 424.00 $ 848.00 $ 100.00 $ 200.00 $ 170.00 $ 340.00 $ 450.00 $ 900.00 $ 3,906.00 $ 7,812.00 TREE PRUNING 1 $ 440.00 $ 440.00 $ 600.00 $ 600.00 $ 770.00 $ 770.00 $ 800.00 $ 800.00 $ 640.00 $ 640.00 PALM PRUNING 4 $ 110.00 $ 440.00 $ 30.00 $ 120.00 $ 180.00 $ 720.00 $ 200.00 $ 800.00 $ 600.00 $ 2,400.00 FERTILIZE TREES 3 $ 66.20 $ 198.60 $ 30.00 $ 90.00 $ 49.50 $ 148.50 $ 35.00 $ 105.00 $ 56.00 $ 168.00 FERTILIZE PALMS 4 $ 66.20 $ 264.80 $ 20.00 $ 80.00 $ 27.00 $ 108.00 $ 35.00 $ 140.00 $ 70.00 $ 280.00 FERTILIZE PLANT BEDS/SHRUBS 3 $ 66.20 $ 198.60 $ 30.00 $ 90.00 $ 75.00 $ 225.00 $ 35.00 $ 105.00 $ 17.50 $ 52.50 FERTILIZE TURF 3 $ 66.20 $ 198.60 $ 30.00 $ 90.00 $ 75.00 $ 225.00 $ 35.00 $ 105.00 $ 32.25 $ 96.75 PRESSURE CLEANING 4 $ 112.50 $ 450.00 $ 140.00 $ 560.00 $ - $ - $ 200.00 $ 800.00 $ 56.00 $ 224.00 EXTRA SERVICES TOTAL: $ 3,038.60 $ 1,830.00 $ 2,536.50 $ 3,755.00 $ 11,673.25 ANNUAL GRAND TOTAL(to include regular and extra services): $ 8,753.20 $ 7,898.00 $ 6,804.50 $ 9,322.76 $ 19,448.85 DocuSgn Envelope ID.C3A5818A-A673-4BB1-95E2-D975656D55A4 APPENDIX E-COST PROPOSAL FORM "REVISED" GROUP I - ALLISON PARK Landscaping on right of way(swale)only;from back of curb[Collins Ave.]east to parking meters.From sidewalk on south end up to and including Beach Access on north end of site.6400 Collins Avenue Valley Crest Landscape Everglades Environmental Care SFM Services Inc. Superior Landscaping&Lawn Elan Lawn and Landscape Maintenance Inc. Inc. Service Inc. Services Number of Annual Cost Per Cost Per Cost Per Cost Per Cost Per REGULAR SERVICES Services Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost MOW,EDGE,LINE TRIM 36 $ 138.00 $ 4,968.00 5 90.00 $ 3,240.00 $ 112.00 $ 4,032.00 $ 144.00 $ 5,184.00 $ 95.61 $ 3,441.96 IRRIGATION CONTROLLER CHECK 36 $ 4.60 $ 165.60 $ 15.00 5 540.00 $ 16.00 $ 576.00 $ 11.66 $ 419.76 $ 55.00 $ 1,980.00 FULL IRRIGATION SERVICES(WET TEST) 12 $ 118.00 $ 1,416.00 $ 50.00 $ 600.00 $ 50.00 $ 600.00 $ 120.00 $ 1,440.00 $ 110.00 $ 1,320.00 PLANT BEDS/SHRUB PRUNING 36 $ 46.00 $ 1,656.00 $ 20.00 $ 720.00 $ 64.00 $ 2,304.00 $ 225.00 $ 8,100.00 $ 10.00 $ 360.00 WEEKD&PEST CONTROL 36 $ 23.00 $ 828.00 $ 20.00 $ 720.00 $ 64.00 $ 2,304.00 $ 162.50 $ 5,850.00 $ 168.00 5 6,048.00 LITTER CONTROL 140 $ 17.23 $ 2,412.20 $ 10.00 $ 1,400.00 $ 16.00 $ 2,240.00 $ 28.00 $ 3,920.00 $ 26.56 $ 3,718.40 FULL SERVICE TOTAL: $ 11,445.8o 5 7,220.00 5 12,056.00 $ 24,913.76 $ 16,868.36 Number of Annual Cost Per Cost Per Cost Per Cost Per Cost Per EXTRA SERVICES Services Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost MULCH 2 $ 1,008.00 $ 2,016.00 $ 50.00 $ 100.00 $ 2,380.00 5 4,760.00 $ 2,520.00 5 5,040.00 $ 1,890.00 $ 3,780.00 TREE PRUNING 1 5 440.00 $ 440.00 $ 150.00 $ 150.00 $ 980.00 5 980.00 $ 880.00 $ 880.00 5 720.00 $ 720.00 PALM PRUNING 4 $ 605.00 $ 2,420.00 5 60.00 $ 240.00 5 2,340.00 $ 9,360.00 $ 2,100.00 $ 8,400.00 5 1,740.00 $ 6,960.00 FERTILIZE TREES 3 $ 85.40 $ 256.20 $ 25.00 $ 75.00 $ 63.00 5 189.00 $ 105.00 $ 315.00 $ 54.00 $ 162.00 FERTILIZE PALMS 4 $ 154.50 $ 618.00 5 25.00 $ 100.00 $ 351.00 $ 1,404.00 $ 580.00 $ 2,320.00 $ 174.00 $ 696.00 FERTILIZE PLANT BEDS/SHRUBS 3 $ 87.00 $ 261.00 $ 25.00 $ 75.00 $ 75.00 $ 225.00 $ 380.00 $ 1,140.00 $ 52.50 5 157.50 FERTILIZE TURF 3 S 93.40 $ 280.20 $ 25.00 $ 75.00 $ 75.00 $ 225.00 $ 175.00 5 525.00 $ 185.90 $ 557.70 PRESSURE CLEANING 4 $ 3,285.00 $ 13,140.00 5 50.00 $ 200.00 5 700.70 $ 2,802.80 $ 150.00 $ 600.00 $ 1,102.50 $ 4,410.00 EXTRA SERVICES TOTAL: $ 19,431.40 $ 1,015.00 $ 19,945.80 $ 19,220.00 5 17,443.20 ANNUAL GRAND TOTAL(to include regular and extra services): $ 30,877.20 $ 8,235.00 $ 32,001.80 $ 44,133.76 $ 34,311.56 DocuSign Envelope ID:C3A5B18A-A673-48B1-95E2-D975656D55A4 APPENDIX E-COST PROPOSAL FORM "REVISED" GROUP I - BANDSHELL PARK & SENIOR CENTER On the east side of Collins Ave between 72nd and 73rd St.,from Collins east to the coral rock wall. Valley Crest Landscape Everglades Environmental Care SFM Services Inc. Superior Landscaping&Lawn Elan Lawn and Landscape Maintenance Inc. Inc. Service Inc. Services Number of Annual Cost Per Cost Per Cost Per Cost Per Cost Per REGULAR SERVICES Services Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost MOW,EDGE,LINE TRIM 36 $ 345.00 $ 12,420.00 $ 140.00 $ 5,040.00 $ 160.00 $ 5,760.00 $ 75.00 $ 2,700.00 $ 174.34 $ 6,276.24 IRRIGATION CONTROLLER CHECK 36 $ 4.60 $ 165.60 $ 15.00 $ 540.00 $ 16.00 $ 576.00 $ 25.00 $ 900.00 $ 110.00 $ 3,960.00 FULL IRRIGATION SERVICES(WET TEST) 12 $ 126.00 $ 1,512.00 $ 100.00 $ 1,200.00 $ 25.00 $ 300.00 $ 80.00 $ 960.00 $ 250.00 $ 3,000.00 PLANT BEDS/SHRUB PRUNING 36 $ 276.00 $ 9,936.00 $ 33.00 $ 1,188.00 $ 48.00 $ 1,728.00 $ 75.00 $ 2,700.00 $ 10.00 $ 360.00 WEEKD&PEST CONTROL 36 $ 111.20 $ 4,003.20 $ 30.00 $ 1,080.00 $ 48.00 $ 1,728.00 $ 25.00 $ 900.00 $ 291.00 $ 10,476.00 LITTER CONTROL 140 $ 34.46 $ 4,824.40 $ 20.00 $ 2,800.00 $ 16.00 $ 2,240.00 $ 18.00 $ 2,520.00 $ 48.50 $ 6,790.00 FULL SERVICE TOTAL: $ 32,861.20 $ 11,848.00 $ 12,332.00 $ 10,680.00 $ 30,862.24 Number of Annual Cost Per Cost Per Cost Per Cost Per Cost Per EXTRA SERVICES Services Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost MULCH 2 $ 1,260.00 $ 2,520.00 $ 400.00 $ 800.00 $ 1,275.00 $ 2,550.00 $ 1,890.00 $ 3,780.00 $ 2,940.00 $ 5,880.00 TREE PRUNING 1 $ 110.00 $ 110.00 $ 200.00 $ 200.00 $ 980.00 $ 980.00 $ 600.00 $ 600.00 $ 3,160.00 $ 3,160.00 PALM PRUNING 4 $ 1,155.00 $ 4,620.00 $ 3,000.00 $ 12,000.00 $ 6,360.00 $ 25,440.00 $ 1,990.00 $ 7,960.00 $ 4,500.00 $ 18,000.00 FERTILIZE TREES 3 $ 71.00 $ 213.00 $ 150.00 $ 450.00 $ 63.00 $ 189.00 $ 40.00 $ 120.00 $ 237.00 $ 711.00 FERTILIZE PALMS 4 $ 206.00 $ 824.00 $ 700.00 $ 2,800.00 $ 954.00 $ 3,816.00 $ 735.00 $ 2,940.00 $ 540.00 $ 2,160.00 FERTILIZE PLANT BEDS/SHRUBS 3 $ 63.00 $ 189.00 $ 50.00 $ 150.00 $ 150.00 $ 450.00 $ 80.00 $ 240.00 $ 129.50 $ 388.50 FERTILIZE TURF 3 $ 87.00 $ 261.00 $ 80.00 $ 240.00 $ 75.00 $ 225.00 $ 80.00 $ 240.00 $ 339.50 $ 1,018.50 PRESSURE CLEANING 4 $ 2,314.35 $ 9,257.40 $ 200.00 $ 800.00 $ 508.06 $ 2,032.24 $ 380.00 $ 1,520.00 $ 1,404.00 $ 5,616.00 EXTRA SERVICES TOTAL: $ 17,994.40 $ 17,440.00 $ 35,682.24 $ 17,400.00 $ 36,934.00 $ 50,855.60 $ 29,288.00 $ 48,014.24 $ 28,080.00 $ 67,796.24 ANNUAL GRAND TOTAL(to include regular and extra services): DocuSign Envelope ID.C3A5B18A-A673-4BB1-95E2-D975656D55A4 APPENDIX E-COST PROPOSAL FORM "REVISED" GROUP I - NORTH BEACH COMMUNITY GARDEN AND PARK (Dickens Ave) Field on west side of Dickens from 73-74th and landscaping around the outside of the community garden Valley Crest Landscape Everglades Environmental Care SFM Services Inc. Superior Landscaping&Lawn Elan Lawn and Landscape Maintenance Inc. Inc. Service Inc. Services Number of Annual Cost Per Cost Per Cost Per Cost Per Cost Per REGULAR SERVICES Services Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost MOW,EDGE,LINE TRIM 36 $ 276.00 $ 9,936.00 $ 100.00 $ 3,600.00 $ 640.00 $ 23,040.00 $ 75.00 $ 2,700.00 $ 99.97 $ 3,598.92 IRRIGATION CONTROLLER CHECK 36 $ 11.50 $ 414.00 $ 15.00 $ 540.00 $ 20.00 $ 720.00 $ 26.66 5 959.76 $ 55.00 $ 1,980.00 FULL IRRIGATION SERVICES(WET TEST) 12 $ 888.00 $ 10,656.00 $ 100.00 $ 1,200.00 $ 100.00 $ 1,200.00 $ 120.00 5 1,440.00 $ 110.00 5 1,320.00 PLANT BEDS/SHRUB PRUNING 36 $ 126.50 $ 4,554.00 $ 33.00 $ 1,188.00 $ 96.00 $ 3,456.00 $ 75.00 $ 2,700.00 $ 10.00 $ 360.00 WEEKD&PEST CONTROL 36 $ 86.00 $ 3,096.00 $ 15.00 $ 540.00 $ 48.00 $ 1,728.00 $ 30.00 5 1,080.00 $ 168.00 $ 6,048.00 LITTER CONTROL 140 $ 25.77 $ 3,607.80 $ 20.00 $ 2,800.00 $ 48.00 $ 6,720.00 $ 17.00 $ 2,380.00 $ 56.00 $ 7,840.00 FULL SERVICE TOTAL: $ 32,263.80 $ 9,868.00 $ 36,864.00 $ 11,259.76 $ 21,146.92 Number of Annual Cost Per Cost Per Cost Per Cost Per Cost Per EXTRA SERVICES Services Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost MULCH 2 $ 1,291.20 $ 2,582.40 $ 200.00 5 400.00 $ 425.00 $ 850.00 $ 675.00 $ 1,350.00 $ 3,780.00 $ 7,560.00 TREE PRUNING 1 $ 990.00 $ 990.00 $ 1,200.00 $ 1,200.00 $ 1,260.00 $ 1,260.00 $ 800.00 $ 800.00 $ 1,360.00 $ 1,360.00 PALM PRUNING 4 $ 907.50 $ 3,630.00 $ 400.00 $ 1,600.00 $ 720.00 $ 2,880.00 $ 700.00 $ 2,800.00 $ 510.00 $ 2,040.00 FERTILIZE TREES 3 $ 33.40 $ 100.20 $ 120.00 $ 360.00 $ 81.00 $ 243.00 $ 70.00 $ 210.00 $ 102.00 5 306.00 FERTILIZE PALMS 4 $ 67.50 $ 270.00 $ 40.00 $ 160.00 $ 108.00 $ 432.00 $ 70.00 5 280.00 $ 51.00 $ 204.00 FERTILIZE PLANT BEDS/SHRUBS 3 $ 33.40 $ 100.20 $ 25.00 $ 75.00 $ 75.00 $ 225.00 $ 70.00 $ 210.00 $ 98.00 $ 294.00 FERTILIZE TURF 3 $ 79.00 $ 237.00 $ 80.00 $ 240.00 $ 75.00 $ 225.00 $ 70.00 5 210.00 $ 196.00 $ 588.00 PRESSURE CLEANING 4 $ 451.25 $ 1,805.00 5 450.00 $ 1,800.00 $ 164.50 $ 658.00 $ 240.00 $ 960.00 5 79.00 $ 316.00 EXTRA SERVICES TOTAL: $ 9,714.80 $ 5,835.00 5 6,773.00 $ 6,820.00 $ 12,668.00 ANNUAL $ 41,978.60 $ 15,703.00 $ 43,637.00 $ 18,079.76 $ 33,814.92 GRAND TOTAL(to include regular and extra services): DocuSlgn Envelope ID.C3A5B18A-A673-4881-95E2-D875656055A4 APPENDIX E-COST PROPOSAL FORM "REVISED" GROUP I - PARKVIEW ISLAND PARK Small park at the north end of Wayne Ave. Valley Crest Landscape Everglades Environmental Care SFM Services Inc. Superior Landscaping&Lawn Elan Lawn and Landscape Maintenance Inc. Inc. Service Inc. Services Number of Annual Cost Per Cost Per Cost Per Cost Per Cost Per REGULAR SERVICES Services Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost MOW,EDGE,LINE TRIM 36 $ 92.00 $ 3,312.00 $ 140.00 $ 5,040.00 $ 96.00 $ 3,456.00 $ 75.00 $ 2,700.00 $ 66.94 $ 2,409.84 IRRIGATION CONTROLLER CHECK 36 $ 2.30 $ 82.80 $ 15.00 $ 540.00 $ - $ - $ 13.33 $ 479.88 $ 55.00 $ 1,980.00 FULL IRRIGATION SERVICES(WET TEST) 12 $ 52.50 $ 630.00 $ 100.00 $ 1,200.00 $ 25.00 $ 300.00 $ 40.00 $ 480.00 $ 110.00 $ 1,320.00 PLANT BEDS/SHRUB PRUNING 36 $ 23.00 $ 828.00 $ 100.00 $ 3,600.00 $ - $ - $ 75.00 $ 2,700.00 $ 10.00 $ 360.00 WEEKD&PEST CONTROL 36 $ 26.20 $ 943.20 $ 50.00 $ 1,800.00 $ 10.00 $ 360.00 $ 20.00 $ 720.00 $ 120.00 $ 4,320.00 LITTER CONTROL 140 $ 8.83 $ 1,236.20 $ 40.00 $ 5,600.00 $ 16.00 $ 2,240.00 $ 18.00 $ 2,520.00 $ 37.19 $ 5,206.60 FULL SERVICE TOTAL:: $ 7,032.20 $ 17,780.00 $ 6,356.00 $ 9,599.88 5 15,596.44 Number of Annual Cost Per Cost Per Cost Per Cost Per Cost Per EXTRA SERVICES Services Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost MULCH 2 $ 1,000.00 $ 2,000.00 $ 400.00 $ 800.00 $ 467.50 $ 935.00 $ 933.00 $ 1,866.00 $ 1,176.00 $ 2,352.00 TREE PRUNING 1 $ 1,584.00 $ 1,584.00 $ 1,300.00 $ 1,300.00 $ 1,540.00 $ 1,540.00 $ 800.00 $ 800.00 $ 1,560.00 $ 1,560.00 PALM PRUNING 4 $ 715.00 $ 2,860.00 $ 500.00 $ 2,000.00 $ 450.00 $ 1,800.00 $ 300.00 $ 1,2010.00 $ 780.00 $ 3,120.00 FERTILIZE TREES 3 $ 109.40 $ 328.20 $ 80.00 $ 240.00 $ 99.00 $ 297.00 $ 70.00 $ 210.00 $ 117.00 $ 351.00 FERTILIZE PALMS 4 $ 109.40 $ 437.60 $ 40.00 $ 160.00 $ 67.50 $ 270.00 $ 70.00 $ 280.00 $ 78.00 $ 312.00 FERTILIZE PLANT BEDS/SHRUBS 3 $ 79.00 $ 237.00 $ 80.00 $ 240.00 $ 75.00 $ 225.00 $ 70.00 $ 210.00 $ 70.00 $ 210.00 FERTILIZE TURF 3 $ 109.40 $ 328.20 $ 40.00 $ 120.00 $ 75.00 $ 225.00 $ 70.00 $ 210.00 $ 130.16 $ 390.48 PRESSURE CLEANING 4 $ 1,063.75 $ 4,255.00 $ 280.00 $ 1,120.00 $ 133.35 $ 533.40 $ 300.00 $ 1,200.00 $ 95.00 $ 380.00 EXTRA SERVICES TOTAL: $ 12,030.00 $ 5,980.00 5 5,825.40 $ 5,976.00 $ 8,675.48 r ANNUAL $ 19,062.20 $ 23,760.00 $ 12,181.40 $ 15,575.88 $ 24,271.92 GRAND TOTAL(to include regular and extra services): DocuSign Envelope ID'.C3A5B18A-A673-4B81-95E2-0975656055A4 APPENDIX E-COST PROPOSAL FORM "REVISED" GROUP I - CRESPI PARK 7801 Crespi Blvd Valley Crest Landscape Everglades Environmental Care SFM Services Inc. Superior Landscaping&Lawn Elan Lawn and Landscape Maintenance Inc. Inc. Service Inc. Services Number of Annual Cost Per Cost Per Cost Per Cost Per Cost Per REGULAR SERVICES Services Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost MOW,EDGE,LINE TRIM 36 $ 138.00 $ 4,968.00 $ 200.00 $ 7,200.00 $ 320.00 $ 11,520.00 $ 144.00 $ 5,184.00 $ 104.40 $ 3,758.40 IRRIGATION CONTROLLER CHECK 36 $ 4.60 $ 165.60 $ 15.00 $ 540.00 $ 20.00 $ 720.00 $ 23.33 $ 839.88 $ 55.00 $ 1,980.00 FULL IRRIGATION SERVICES(WET TEST) 12 $ 118.00 $ 1,416.00 $ 100.00 $ 1,200.00 $ 75.00 $ 900.00 $ 80.00 $ 960.00 $ 110.00 5 1,320.00 PLANT BEDS/SHRUB PRUNING 36 $ 46.00 $ 1,656.00 $ - $ - $ 32.00 $ 1,152.00 $ 25.00 $ 900.00 $ 10.00 $ 360.00 WEEKD&PEST CONTROL 36 $ 37.70 $ 1,357.20 $ 10.00 $ 360.00 $ 32.00 $ 1,152.00 $ 15.00 $ 540.00 $ 174.00 $ 6,264.00 LITTER CONTROL 140 $ 17.37 $ 2,431.80 $ 10.00 $ 1,400.00 $ 32.00 $ 4,480.00 $ 18.00 $ 2,520.00 $ 29.00 $ 4,060.00 FULL SERVICE TOTAL: $ 11,994.60 $ 10,700.00 $ 19,924.00 $ 10,943.88 $ 17,742.40 Number of Annual Cost Per Cost Per Cost Per Cost Per Cost Per EXTRA SERVICES Services Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost MULCH 2 $ - $ - $ 600.00 $ 1,200.00 $ 510.00 $ 1,020.00 $ 450.00 $ 900.00 $ 3,360.00 $ 6,720.00 TREE PRUNING 1 $ 891.00 $ 891.00 $ 1,800.00 $ 1,800.00 $ 2,030.00 $ 2,030.00 $ 800.00 $ 800.00 $ 1,800.00 $ 1,800.00 PALM PRUNING 4 $ - $ - $ 300.00 $ 1,200.00 $ 210.00 $ 840.00 $ 100.00 $ 400.00 $ 330.00 $ 1,320.00 FERTILIZE TREES 3 5 49.90 $ 149.70 $ 80.00 $ 240.00 $ 130.50 $ 391.50 $ 80.00 $ 240.00 $ 90.00 $ 270.00 FERTILIZE PALMS 4 $ - $ - $ 40.00 $ 160.00 $ 31.50 $ 126.00 $ 20.00 $ 80.00 $ 33.00 $ 132.00 FERTILIZE PLANT BEDS/SHRUBS 3 $ 54.70 $ 164.10 $ - $ - $ 75.00 $ 225.00 $ 40.00 $ 120.00 $ 52.50 $ 157.50 FERTILIZE TURF 3 $ 154.50 $ 463.50 $ 80.00 $ 240.00 $ 75.00 $ 225.00 $ 160.00 $ 480.00 $ 203.00 $ 609.00 PRESSURE CLEANING 4 $ 1,131.25 $ 4,525.00 $ 280.00 $ 1,120.00 $ 569.66 $ 2,278.64 $ 280.00 $ 1,120.00 $ 368.00 $ 1,472.00 EXTRA SERVICES TOTAL: $ 6,193.30 $ 5,960.00 $ 7,136.14 $ 4,140.00 $ 12,480.50 ANNUAL $ 18,187.90 $ 16,660.00 $ 27,060.14 $ 15,083.88 $ 30,222.90 GRAND TOTAL(to include regular and extra services): DocuSign Envelope ID:C3A5B18A-A673.4881-95E2-D975656D55A4 APPENDIX E-COST PROPOSAL FORM "REVISED" GROUP I - STILLWATER PARK 8440 Hawthorne Ave. Valley Crest Landscape Everglades Environmental Care SFM Services Inc. Superior Landscaping&Lawn Elan Lawn and Landscape Maintenance Inc. Inc. Service Inc. Services Number of Annual Cost Per Cost Per Cost Per Cost Per Cost Per REGULAR SERVICES Services Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost MOW,EDGE,LINE TRIM 36 $ 138.00 $ 4,968.00 $ 100.00 $ 3,600.00 $ 224.00 $ 8,064.00 $ 75.00 $ 2,700.00 $ 115.78 5 4,168.08 IRRIGATION CONTROLLER CHECK 36 $ 2.30 $ 82.80 $ 15.00 $ 540.00 $ - $ - $ 13.33 $ 479.88 $ 55.00 $ 1,980.00 FULL IRRIGATION SERVICES(WET TEST) 12 $ 118.00 $ 1,416.00 $ 100.00 $ 1,200.00 $ 25.00 $ 300.00 $ 80.00 5 960.00 $ 150.00 $ 1,800.00 PLANT BEDS/SHRUB PRUNING 36 $ 34.50 $ 1,242.00 $ - $ - $ - $ - $ 75.00 $ 2,700.00 $ 10.00 $ 360.00 WEEKD&PEST CONTROL 36 $ 26.20 $ 943.20 $ 10.00 $ 360.00 $ 32.00 $ 1,152.00 $ 66.66 $ 2,399.76 $ 195.00 $ 7,020.00 LITTER CONTROL 140 $ 8.83 $ 1,236.20 $ 10.00 $ 1,400.00 $ 16.00 $ 2,240.00 $ 16.00 $ 2,240.00 $ 32.50 $ 4,550.00 FULL SERVICE TOTAL: $ 9,888.20 $ 7,100.00 $ 11,756.00 $ 11,479.64 $ 19,878.08 Number of Annual Cost Per Cost Per Cost Per Cost Per Cost Per EXTRA SERVICES Services Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost MULCH 2 $ 354.00 $ 708.00 $ 300.00 5 600.00 $ 680.00 $ 1,360.00 $ 900.00 5 1,800.00 $ 1,680.00 $ 3,360.00 TREE PRUNING 1 $ 792.00 $ 792.00 $ 2,000.00 $ 2,000.00 $ 2,030.00 $ 2,030.00 $ 890.00 $ 890.00 $ 1,160.00 $ 1,160.00 PALM PRUNING 4 $ 330.00 $ 1,320.00 $ 180.00 5 720.00 $ 180.00 $ 720.00 $ 120.00 $ 480.00 $ 665.00 $ 2,660.00 FERTILIZE TREES 3 $ 54.70 $ 164.10 $ 80.00 5 240.00 $ 130.50 $ 391.50 $ 70.00 $ 210.00 $ 87,00 $ 261.00 FERTILIZE PALMS 4 $ 54.70 $ 218.80 $ 40.00 $ 160.00 $ 27.00 $ 108.00 $ 35.00 $ 140.00 $ 57.00 $ 228.00 FERTILIZE PLANT BEDS/SHRUBS 3 $ 51.50 $ 154.50 $ - $ - $ 75.00 $ 225.00 $ 35.00 $ 105.00 $ 113.75 $ 341.25 FERTILIZE TURF 3 $ 218.80 $ 656.40 $ 80.00 5 240.00 $ 75.00 $ 225.00 $ 70.00 $ 210.00 $ 227.50 $ 682.50 PRESSURE CLEANING 4 $ 2,093.75 $ 8,375.00 $ 280.00 $ 1,120.00 $ 950.32 $ 3,801.28 $ 380.00 $ 1,520.00 $ 525.00 $ 2,100.00 EXTRA SERVICES TOTAL: $ 12,388.80 $ 5,080.00 $ 8,860.78 $ 5,355.00 $ 10,792.75 $ 22,277.00 $ 12,180.00 $ 20,616.78 $ 16,834.64 $ 30,670.83 ANNUAL GRAND TOTAL(to include regular and extra services): DocuSign Envelope ID C3A5818A-A673-4B81-95E2-D975656D55A4 APPENDIX E-COST PROPOSAL FORM "REVISED" GROUP I -TATUM PARK 8050 Byron Ave. Valley Crest Landscape Everglades Environmental Care Superior Landscaping&Lawn Elan Lawn and Landscape SFM Services Inc. Service Inc. Inc. Inc. Services Number of Annual Cost Per Cost Per Cost Per Cost Per Cost Per REGULAR SERVICES Services Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost MOW,EDGE,LINE TRIM 36 $ 69.00 $ 2,484.00 $ 100.00 $ 3,600.00 5 192.00 $ 6,912.00 $ 75.00 $ 2,700.00 $ 50.09 $ 1,803.24 IRRIGATION CONTROLLER CHECK 36 $ 2.30 $ 82.80 $ 15.00 $ 540.00 $ 16.00 $ 576.00 $ 13.33 $ 479.88 $ 55.00 $ 1,980.00 FULL IRRIGATION SERVICES(WETTEST) 12 $ 102.00 $ 1,224.00 5 100.00 $ 1,200.00 5 32.00 $ 384.00 $ 80.00 $ 960.00 $ 110.00 $ 1,320.00 PLANT BEDS/SHRUB PRUNING 36 $ 6.90 $ 248.40 $ - $ - $ 64.00 $ 2,304.00 $ 75.00 $ 2,700.00 $ 10.00 $ 360.00 WEEKD&PEST CONTROL 36 $ 11.50 $ 414.00 $ 10.00 $ 360.00 $ 32.00 $ 1,152.00 $ 40.00 $ 1,440.00 $ 90.00 $ 3,240.00 LITTER CONTROL 140 $ - $ - $ 10.00 $ 1,400.00 $ 16.00 $ 2,240.00 $ 16.00 $ 2,240.00 $ 14.00 $ 1,960.00 FULL SERVICE TOTAL: $ 4,453.20 $ 7,100.00 5 13,568.00 $ 10,519.88 $ 10,663.24 Number of Annual Cost Per Cost Per Cost Per Cost Per Cost Per EXTRA SERVICES Services Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost MULCH 2 $ 424.00 $ 848.00 $ 300.00 $ 600.00 $ 340.00 $ 680.00 $ 900.00 5 1,800.00 $ 1,260.00 $ 2,520.00 TREE PRUNING 1 $ 792.00 $ 792.00 $ 975.00 $ 975.00 $ 750.00 $ 750.00 $ 890.00 $ 890.00 $ 2,240.00 $ 2,240.00 PALM PRUNING 4 $ 220.00 $ 880.00 $ 200.00 $ 800.00 $ 350.00 $ 1,400.00 $ 250.00 $ 1,000.00 $ 350.00 $ 1,400.00 FERTILIZE TREES 3 $ 109.40 $ 328.20 $ 80.00 $ 240.00 $ 67.50 $ 202.50 $ 120.00 $ 360.00 $ 168.00 $ 504.00 FERTILIZE PALMS 4 $ 54.70 $ 218.80 $ 40.00 $ 160.00 $ 67.50 $ 270.00 $ 40.00 $ 160.00 5 30.00 $ 120.00 FERTILIZE PLANT BEDS/SHRUBS 3 $ 35.50 $ 106.50 $ - $ - $ 75.00 $ 225.00 $ 35.00 $ 105.00 $ 26.25 $ 78.75 FERTILIZE TURF 3 $ 109.40 $ 328.20 $ 40.00 $ 120.00 $ 75.00 $ 225.00 $ 70.00 $ 210.00 $ 101.50 $ 304.50 PRESSURE CLEANING 4 $ 1,393.75 $ 5,575.00 $ 280.00 $ 1,120.00 $ 661.57 $ 2,646.28 $ 320.00 $ 1,280.00 $ 395.70 $ 1,582.80 EXTRA SERVICES TOTAL: $ 9,076.70 $ 4,015.00 $ 6,398.78 $ 5,805.00 $ 8,750.05 ANNUAL GRAND TOTAL(to include regular and extra services): $ 13,529.90 $ 11,115.00 $ 19,966.78 $ 16,324.88 $ 19,413.29 DocuSign Envelope ID C3A5B18A-A673-4BB1-95E2-D975658D55A4 APPENDIX E-COST PROPOSAL FORM "REVISED" GROUP I - LA GORCE PARK 6421 Alton Rd Valley Crest Landscape Everglades Environmental Care SFM Services Inc. Superior Landscaping&Lawn Elan Lawn and Landscape Maintenance Inc. Inc. Service Inc. Services Number of Annual Cost Per Cost Per Cost Per Cost Per Cost Per REGULAR SERVICES Services Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost MOW,EDGE,LINE TRIM 36 $ 138.00 $ 4,968.00 $ 100.00 $ 3,600.00 $ 320.00 $ 11,520.00 $ 35.00 $ 1,260.00 $ 86.40 $ 3,110.40 IRRIGATION CONTROLLER CHECK 36 $ 2.30 $ 82.80 $ 15.00 $ 540.00 $ 16.00 $ 576.00 $ 10.00 $ 360.00 $ 55.00 $ 1,980.00 FULL IRRIGATION SERVICES(WET TEST) 12 $ 118.00 $ 1,416.00 $ 100.00 $ 1,200.00 $ 25.00 $ 300.00 $ 40.00 $ 480.00 $ 150.00 $ 1,800.00 PLANT BEDS/SHRUB PRUNING 36 $ 23.00 $ 828.00 $ 33.00 $ 1,188.00 $ 192.00 $ 6,912.00 $ 35.00 $ 1,260.00 $ 10.00 $ 360.00 WEEKD&PEST CONTROL 36 $ 26.20 $ 943.20 $ 15.00 $ 540.00 $ 32.00 $ 1,152.00 $ 16.66 $ 599.76 $ 144.00 $ 5,184.00 LITTER CONTROL 140 $ 8.83 $ 1,236.20 $ 10.00 $ 1,400.00 $ 32.00 $ 4,480.00 $ 12.00 $ 1,680.00 $ 24.00 $ 3,360.00 FULL SERVICE TOTAL: 5 9,474.20 $ 8,468.00 $ 24,940.00 $ 5,639.76 $ 15,794.40 Number of Annual Cost Per Cost Per Cost Per Cost Per Cost Per EXTRA SERVICES Services Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost MULCH 2 $ 1,232.00 $ 2,464.00 $ 200.00 $ 400.00 $ 510.00 $ 1,020.00 $ 1,170.00 $ 2,340.00 $ 3,444.00 $ 6,888.00 TREE PRUNING 1 $ 489.50 $ 489.50 $ 600.00 $ 600.00 $ 350.00 $ 350.00 $ 600.00 $ 600.00 $ 1,800.00 $ 1,800.00 PALM PRUNING 4 $ 60.50 $ 242.00 $ 150.00 $ 600.00 $ 210.00 $ 840.00 $ 150.00 $ 600.00 $ 805.00 $ 3,220.00 FERTILIZE TREES 3 $ 54.70 $ 164.10 $ 60.00 $ 180.00 $ 22.50 $ 67.50 $ 35.00 $ 105.00 $ 120.00 $ 360.00 FERTILIZE PALMS 4 $ 54.70 $ 218.80 $ 60.00 $ 240.00 $ 31.50 $ 126.00 $ 35.00 $ 140.00 $ 69.00 $ 276.00 FERTILIZE PLANT BEDS/SHRUBS 3 $ 59.50 $ 178.50 $ 40.00 $ 120.00 $ 75.00 $ 225.00 $ 70.00 $ 210.00 $ 87.50 $ 262.50 FERTILIZE TURF 3 $ 111.00 $ 333.00 $ 60.00 $ 180.00 $ 75.00 $ 225.00 $ 35.00 $ 105.00 $ 168.00 $ 504.00 PRESSURE CLEANING 4 $ 157.50 $ 630.00 $ 70.00 $ 280.00 $ 100.00 $ 400.00 $ 340.00 $ 1,360.00 $ 228.00 $ 912.00 EXTRA SERVICES TOTAL: $ 4,719.90 $ 2,600.00 $ 3,253.50 $ 5,460.00 $ 14,222.50 ANNUAL GRAND TOTAL(to include regular and extra services): $ 14,194.10 $ 11,068.00 $ 28,193.50 $ 11,099.76 $ 30,016.90 DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 APPENDIX E-COST PROPOSAL FORM "REVISED" GROUP I - BRITTANY BAY PARK 63rd&65th Street and Indian Creek Valley Crest Landscape Everglades Environmental Care SFM Services Inc. Superior Landscaping&Lawn Elan Lawn and Landscape Maintenance Inc. Inc. Service Inc. Services Number of Annual Cost Per Cost Per Cost Per Cost Per Cost Per REGULAR SERVICES Services Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost MOW,EDGE,LINE TRIM 36 $ 345.00 $ 12,420.00 $ 140.00 $ 5,040.00 $ 928.00 $ 33,408.00 $ 150.00 $ 5,400.00 $ 207.36 $ 7,464.96 IRRIGATION CONTROLLER CHECK 36 $ 4.60 $ 165.60 $ 15.00 $ 540.00 $ 20.00 $ 720.00 $ 23.33 $ 839.88 $ 110.00 $ 3,960.00 FULL IRRIGATION SERVICES(WET TEST) 12 $ 204.00 $ 2,448.00 $ 100.00 $ 1,200.00 $ 75.00 $ 900.00 $ 120.00 $ 1,440.00 $ 200.00 $ 2,400.00 PLANT BEDS/SHRUB PRUNING 36 $ 69.00 $ 2,484.00 $ - $ - $ 96.00 $ 3,456.00 $ 75.00 $ 2,700.00 $ 10.00 $ 360.00 WEEKD&PEST CONTROL 36 $ 46.00 $ 1,656.00 $ 15.00 $ 540.00 $ 48.00 $ 1,728.00 $ 45.00 $ 1,620.00 $ 345.60 $ 12,441.60 LITTER CONTROL 140 $ 34.46 $ 4,824.40 $ 10.00 $ 1,400.00 $ 64.00 $ 8,960.00 $ 20.00 $ 2,800.00 $ 57.60 $ 8,064.00 FULL SERVICE TOTAL: $ 23,998.00 $ 8,720.00 $ 49,172.00 $ 14,799.88 $ 34,690.56 Number of Annual Cost Per Cost Per Cost Per Cost Per Cost Per EXTRA SERVICES Services Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost MULCH 2 $ 1,272.00 $ 2,544.00 $ 150.00 $ 300.00 $ 1,700.00 $ 3,400.00 $ 1,170.00 $ 2,340.00 $ 6,678.00 $ 13,356.00 TREE PRUNING 1 $ 1,320.00 $ 1,320.00 $ 1,500.00 $ 1,500.00 $ 1,260.00 $ 1,260.00 $ 1,600.00 $ 1,600.00 $ 3,000.00 $ 3,000.00 PALM PRUNING 4 $ 2,117.50 $ 8,470.00 $ 1,500.00 $ 6,000.00 $ 2,640.00 $ 10,560.00 $ 800.00 $ 3,200.00 $ 2,070.00 $ 8,280.00 FERTILIZE TREES 3 $ 95.00 $ 285.00 $ 150.00 $ 450.00 $ 81.00 $ 243.00 $ 280.00 $ 840.00 $ 225.00 $ 675.00 FERTILIZE PALMS 4 $ 111.00 $ 444.00 $ 100.00 $ 400.00 $ 396.00 $ 1,584.00 $ 320.00 $ 1,280.00 $ 207.00 $ 828.00 FERTILIZE PLANT BEDS/SHRUBS 3 $ 119.00 $ 357.00 $ - $ - $ 150.00 $ 450.00 $ 40.00 $ 120.00 $ 105.00 $ 315.00 FERTILIZE TURF 3 $ 218.80 $ 656.40 $ 120.00 $ 360.00 $ 150.00 $ 450.00 $ 160.00 $ 480.00 $ 403.20 $ 1,209.60 PRESSURE CLEANING 4 $ 3,282.50 $ 13,130.00 $ 70.00 $ 280.00 $ 974.75 $ 3,899.00 $ 320.00 $ 1,280.00 $ 765.00 $ 3,060.00 EXTRA SERVICES TOTAL: $ 27,206.40 $ 9,290.00 $ 21,846.00 $ 11,140.00 $ 30,723.60 ANNUAL GRAND TOTAL(to include regular and extra services): $ 51,204.40 $ 18,010.00 $ 71,018.00 $ 25,939.88 $ 65,414.16 DocuSign Envelope ID:C3A5B16A-A673-4BB1-95E2-D975656D55A4 APPENDIX E-COST PROPOSAL FORM "REVISED" GROUP I - NORMANDY SHORE PARK&TENNIS 2401 Biarritz Dr. Valley Crest Landscape Everglades Environmental Care SFM Services Inc. Superior Landscaping&Lawn Elan Lawn and Landscape Maintenance Inc. Inc. Service Inc. Services Number of Annual Cost Per Cost Per Cost Per Cost Per Cost Per REGULAR SERVICES Services Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost MOW,EDGE,LINE TRIM 36 $ 57.50 $ 2,070.00 $ 140.00 $ 5,040.00 $ 384.00 $ 13,824.00 $ 75.00 $ 2,700.00 $ 98.55 $ 3,547.80 IRRIGATION CONTROLLER CHECK 36 $ 7.59 $ 273.24 $ 15.00 $ 540.00 $ 16.00 $ 576.00 $ 12.00 $ 432.00 $ 55.00 $ 1,980.00 FULL IRRIGATION SERVICES(WET TEST) 12 $ 84.50 $ 1,014.00 $ 100.00 $ 1,200.00 $ 50.00 $ 600.00 $ 40.00 $ 480.00 $ 110.00 $ 1,320.00 PLANT BEDS/SHRUB PRUNING 36 $ 23.00 $ 828.00 $ - $ - $ 64.00 $ 2,304.00 $ 20.00 $ 720.00 $ 10.00 $ 360.00 WEEKD&PEST CONTROL 36 $ 11.50 $ 414.00 $ 10.00 $ 360.00 $ 64.00 $ 2,304.00 $ 13.33 $ 479.88 $ 165.00 $ 5,940.00 LITTER CONTROL 140 $ 3.56 $ 498.40 $ 10.00 $ 1,400.00 $ 32.00 $ 4,480.00 $ 18.00 $ 2,520.00 $ 55.00 $ 7,700.00 FULL SERVICE TOTAL: $ 5,097.64 $ 8,540.00 $ 24,088.00 $ 7,331.88 $ 20,847.80 Number of Annual Cost Per Cost Per Cost Per Cost Per Cost Per EXTRA SERVICES Services Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost MULCH 2 $ 189.00 $ 378.00 $ 300.00 $ 600.00 $ 425.00 $ 850.00 $ 450.00 $ 900.00 $ 1,470.00 $ 2,940.00 TREE PRUNING 1 $ 528.00 $ 528.00 $ 400.00 $ 400.00 $ 700.00 $ 700.00 $ 350.00 $ 350.00 $ 1,560.00 $ 1,560.00 PALM PRUNING 4 $ 825.00 $ 3,300.00 $ 200.00 $ 800.00 $ 840.00 $ 3,360.00 $ 400.00 $ 1,600.00 $ 1,200.00 $ 4,800.00 FERTILIZE TREES 3 $ 45.10 $ 135.30 $ 40.00 $ 120.00 $ 45.00 $ 135.00 $ 35.00 $ 105.00 $ 117.00 $ 351.00 FERTILIZE PALMS 4 $ 57.90 $ 231.60 $ 40.00 $ 160.00 $ 126.00 $ 504.00 $ 35.00 $ 140.00 $ 120.00 $ 480.00 FERTILIZE PLANT BEDS/SHRUBS 3 $ 45.10 $ 135.30 $ - $ - $ - $ - $ 30.00 $ 90.00 $ 66.00 $ 198.00 FERTILIZE TURF 3 $ 109.40 $ 328.20 $ 40.00 $ 120.00 $ 75.00 $ 225.00 $ 35.00 $ 105.00 $ 192.50 $ 577.50 PRESSURE CLEANING 4 $ 2,206.25 $ 8,825.00 $ 140.00 $ 560.00 $ 162.75 $ 651.00 $ 320.00 $ 1,280.00 $ 234.00 $ 936.00 EXTRA SERVICES TOTAL: $ 13,861.40 $ 2,760.00 $ 6,425.00 $ 4,570.00 $ 11,842.50 ANNUAL GRAND TOTAL(to include regular and extra services): $ 18,959.04 $ 11,300.00 $ 30,513.00 $ 11,901.88 $ 32,690,30 DocuSign Envebpe ID:C3A5B18A-A673.4BB1-95E2-D975656D55A4 APPENDIX E-COST PROPOSAL FORM "REVISED" GROUP I - FAIRWAY PARK and ATHLETIC FIELD 200 Fairway Dr.-To include greenway along fence bordering golf course Valley Crest Landscape Everglades Environmental Care SFM Services Inc. Superior Landscaping&Lawn Elan Lawn and Landscape Maintenance Inc. Inc. Service Inc. Services Number of Annual Cost Per Cost Per Cost Per Cost Per Cost Per REGULAR SERVICES Services Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost MOW,EDGE,LINE TRIM 36 $ 184.00 $ 6,624.00 $ 100.00 $ 3,600.00 $ 800.00 $ 28,800.00 $ 75.00 $ 2,700.00 $ 217.80 $ 7,840.80 MOW,EDGE,LINE TRIM ATHLETIC FIELDS 140 $ 73.80 $ 10,332.00 $ 220.00 $ 30,800.00 $ 102.00 $ 14,280.00 $ 80.00 $ 11,200.00 $ 187.20 $ 26,208.00 IRRIGATION CONTROLLER CHECK 36 $ 11.50 $ 414.00 $ 15.00 $ 540.00 $ 20.00 $ 720.00 $ 80.00 $ 1,199.88 $ 110.00 $ 3,960.00 FULL IRRIGATION SERVICES(WET TEST) 12 $ 204.00 $ 2,448.00 $ 300.00 $ 3,600.00 $ 200.00 $ 2,400.00 $ 160.00 $ 1,920.00 $ 250.00 $ 3,000.00 PLANT BEDS/SHRUB PRUNING 36 $ 69.00 $ 2,484.00 $ 67.00 $ 2,412.00 $ 160.00 $ 5,760.00 $ 24.00 $ 864.00 $ 21.60 $ 777.60 WEEKD&PEST CONTROL 36 $ 86.00 $ 3,096.00 $ 30.00 $ 1,080.00 $ 96.00 $ 3,456.00 $ 100.00 $ 3,600.00 $ 600.00 $ 21,600.00 LITTER CONTROL 140 $ 17.37 $ 2,431.80 $ 40.00 $ 5,600.00 $ 48.00 $ 6,720.00 $ 18.00 $ 2,520.00 $ 80.00 $ 11,200.00 FULL SERVICE TOTAL: $ 27,829.80 $ 47,632.00 $ 62,136.00 $ 24,003.88 5 74,586.40 Number of Annual Cost Per Cost Per Cost Per Cost Per Cost Per EXTRA SERVICES Services Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost MULCH 2 $ 424.00 $ 848.00 $ 400.00 $ 800.00 $ 850.00 $ 1,700.00 $ 540.00 $ 1,080.00 $ 4,410.00 $ 8,820.00 TREE PRUNING 1 $ 1,089.00 $ 1,089.00 $ 2,000.00 $ 2,000.00 $ 3,430.00 $ 3,430.00 $ 980.00 $ 980.00 $ 2,440.00 $ 2,440.00 PALM PRUNING 4 $ 330.00 $ 1,320.00 $ 250.00 $ 1,000.00 $ 330.00 $ 1,320.00 $ 100.00 $ 400.00 $ 1,740.00 $ 6,960.00 FERTILIZE TREES 3 $ 66.20 $ 198.60 $ 80.00 $ 240.00 $ 220.50 $ 661.50 $ 180.00 $ 540.00 $ 183.00 $ 549.00 FERTILIZE PALMS 4 $ 66.20 $ 264.80 5 40.00 $ 160.00 $ 49.50 $ 198.00 $ 40.00 $ 160.00 $ 174.00 $ 696.00 FERTILIZE PLANT BEDS/SHRUBS 3 $ 87.00 $ 261.00 $ 80.00 $ 240.00 $ 75.00 $ 225.00 $ 40.00 $ 120.00 $ 210.00 $ 630.00 AERATION 3 $ 562.50 $ 1,687.50 $ 760.00 $ 2,280.00 $ 59.50 $ 178.50 $ 385.00 $ 1,155.00 $ 780.00 $ 2,340.00 TOP DRESS 3 $ 2,750.00 $ 8,250.00 $ 700.00 $ 2,100.00 $ 3,420.00 $ 10,260.00 $ 2,800.00 $ 8,400.00 $ 5,460.00 $ 16,380.00 VERTICUTTING 1 $ 2,500.00 5 2,500.00 $ 1,150.00 $ 1,150.00 $ 238.00 $ 238.00 $ 980.00 $ 980.00 $ 780.00 $ 780.00 SPIKING 6 $ 562.50 $ 3,375.00 $ 400.00 $ 2,400.00 $ 238.00 $ 1,428.00 $ 200.00 $ 1,200.00 $ 780.00 $ 4,680.00 FERTILIZE ATHLETIC FIELD TURF 9 $ 174.00 $ 1,566.00 $ 300.00 $ 2,700.00 $ 116.45 $ 1,048.05 $ 210.00 $ 1,890.00 $ 273.00 $ 2,457.00 FERTILIZE TURF 3 $ 167.00 $ 501.00 $ 80.00 $ 240.00 $ 75.00 $ 225.00 $ 70.00 $ 210.00 $ 423.50 $ 1,270.50 PRESSURE CLEANING 4 $ 776.25 $ 3,105.00 5 200.00 $ 800.00 $ 343.00 $ 1,372.00 $ 380.00 $ 1,520.00 $ 327,28 $ 1,309.12 EXTRA SERVICES TOTAL: $ 24,965.90 $ 16,110.00 $ 22,284.05 $ 18,635.00 $ 49,311.62 ANNUAL GRAND TOTAL(to include regular and extra services): $ 52,795.70 $ 63,742.00 $ 84,420.05 $ 42,638.88 $ 123,898.02 DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 APPENDIX E-COST PROPOSAL FORM "REVISED" GROUP I - NORMANDY ISLE PARK, POOL& ATHLETIC FIELD 7030 Trouville Esplanade Valley Crest Landscape Everglades Environmental Care SFM Services Inc. Superior Landscaping&Lawn Elan Lawn and Landscape Maintenance Inc. Inc. Service Inc. Services Number of Annual Cost Per Cost Per Cost Per Cost Per Cost Per REGULAR SERVICES Services Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost MOW,EDGE,LINE TRIM 36 $ 207.00 $ 7,452.00 $ 300.00 $ 10,800.00 $ 64.00 $ 2,304.00 $ 150.00 $ 5,400.00 $ 81.66 $ 2,939.76 MOW,EDGE,LINE TRIM ATHLETIC FIELDS 140 $ 49.20 $ 6,888.00 $ 150.00 $ 21,000.00 $ 128.00 $ 17,920.00 $ 120.00 $ 16,800.00 $ 87.35 $ 12,229.00 IRRIGATION CONTROLLER CHECK 36 $ 11.50 $ 414.00 $ 15.00 $ 540.00 $ 16.00 $ 576.00 $ 25.00 $ 900.00 $ 55.00 $ 1,980.00 FULL IRRIGATION SERVICES(WET TEST) 12 $ 370.00 $ 4,440.00 $ 600.00 $ 7,200.00 $ 25.00 $ 300.00 $ 200.00 $ 2,400.00 $ 110.00 $ 1,320.00 PLANT BEDS/SHRUB PRUNING 36 $ 230.00 $ 8,280.00 $ 400.00 $ 14,400.00 $ 32.00 $ 1,152.00 $ 75.00 $ 2,700.00 $ 10.00 $ 360.00 WEEKD&PEST CONTROL 36 $ 111.20 $ 4,003.20 $ 100.00 $ 3,600.00 $ 32.00 $ 1,152.00 $ 116.66 $ 4,199.76 $ 245.29 $ 8,830.44 LITTER CONTROL 140 $ 34.46 $ 4,824.40 $ 80.00 $ 11,200.00 $ 32.00 $ 4,480.00 $ 32.00 $ 4,480.00 $ 81.76 $ 11,446.40 FULL SERVICE TOTAL: $ 36,301.60 $ 68,740.00 $ 27,884.00 $ 36,879.76 $ 39,105.60 - Number of Annual Cost Per Cost Per Cost Per Cost Per Cost Per EXTRA SERVICES Services Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost MULCH 2 $ 2,544.00 $ 5,088.00 $ 2,000.00 $ 4,000.00 $ 680.00 $ 1,360.00 $ 1,440.00 $ 2,880.00 $ 3,360.00 $ 6,720.00 TREE PRUNING 1 $ 1,881.00 $ 1,881.00 $ 2,500.00 $ 2,500.00 $ 850.00 $ 850.00 $ 1,500.00 $ 1,500.00 $ 1,080.00 $ 1,080.00 PALM PRUNING 4 $ 550.00 $ 2,200.00 $ 1,000.00 $ 4,000.00 $ 2,250.00 $ 9,000.00 $ 1,068.00 $ 4,272.00 $ 1,456.00 $ 5,824.00 FERTILIZE TREES 3 $ 109.40 $ 328.20 $ 200.00 $ 600.00 $ 157.50 $ 472.50 $ 140.00 $ 420.00 $ g1.00 $ 243.00 FERTILIZE PALMS 4 $ 109.40 $ 437.60 $ 300.00 $ 1,200.00 $ 337.50 $ 1,350.00 $ 245.00 $ 980.00 $ 156.00 $ 624.00 FERTILIZE PLANT BEDS/SHRUBS 3 $ 218.80 $ 656.40 $ 450.00 $ 1,350.00 $ 75.00 $ 225.00 $ 105.00 $ 315.00 $ 80.50 $ 241.50 AERATION 3 $ 375.00 $ 1,125.00 $ 438.00 $ 1,314.00 $ 75.00 $ 225.00 $ 400.00 $ 1,200.00 $ 363.95 $ 1,091.85 TOP DRESS 3 $ 2,345.00 $ 7,035.00 $ 658.00 $ 1,974.00 $ 1,590.00 $ 4,770.00 $ 1,900.00 $ 5,700.00 $ 2,547.65 $ 7,642.95 VERTICUTTING 1 $ 1,500.00 $ 1,500.00 $ 658.00 $ 658.00 $ 110.60 $ 110.60 $ 3,900.00 $ 3,900.00 $ 363.95 $ 363.95 SPIKING 6 $ 375.00 $ 2,250.00 $ 438.00 $ 2,628.00 $ 110.60 $ 663.60 $ 125.00 $ 750.00 $ 363.95 $ 2,183.70 FERTILIZE TURF 9 $ 174.00 $ 1,566.00 $ 325.00 $ 2,925.00 $ 75.00 $ 675.00 $ 210.00 $ 1,890.00 $ 127.38 $ 1,146.42 FERTILIZE TURF 3 $ 143.00 $ 429.00 $ 120.00 $ 360.00 $ 75.00 $ 225.00 $ 140.00 $ 420.00 $ 158.79 $ 476.37 PRESSURE CLEANING 4 $ 4,972.50 $ 19,890.00 $ 840.00 $ 3,360.00 $ 1,568.07 $ 6,272.28 $ 640.00 $ 2,560.00 $ 213.60 $ 854.40 EXTRA SERVICES TOTAL: $ 44,386.20 $ 26,869.00 $ 26,198.98 $ 26,787.00 $ 28,492.14 ANNUAL GRAND TOTAL(to include regular and extra services): $ 80,687.80 $ 95,609.00 $ 54,082.98 $ 63,666.76 $ 67,597.74 DocuSign Envelope ID:C3A5B16A-A673-4881-95E2-0975656D55A4 APPENDIX E-COST PROPOSAL FORM "REVISED" GROUP I - NORTH SHORE PARK &YOUTH CENTER & ATHLETIC FIELDS 501 72nd St. Valley Crest Landscape Everglades Environmental Care SFM Services Inc. Superior Landscaping&Lawn Elan Lawn and Landscape Maintenance Inc. Inc. Service Inc. Services Number of Annual Cost Per Cost Per Cost Per Cost Per Cost Per REGULAR SERVICES Services Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost MOW,EDGE,LINE TRIM PARK AREA 36 $ 414.00 $ 14,904.00 $ 200.00 $ 7,200.00 $ 1,184.00 $ 42,624.00 $ 225.00 $ 8,100.00 $ 76.77 $ 2,763.72 MOW,EDGE,LINE TRIM ATHLETIC FIELDS 140 $ 73.80 $ 10,332.00 $ 200.00 $ 28,000.00 $ 128.00 $ 17,920.00 $ 160.00 $ 22,400.00 $ 187.56 $ 26,258.40 IRRIGATION CONTROLLER CHECK 36 $ 11.50 $ 414.00 $ 15.00 $ 540.00 $ 32.00 $ 1,152.00 $ 40.00 $ 1,440.00 $ 110.00 $ 3,960.00 FULL IRRIGATION SERVICES(WETTEST) 12 $ 540.00 $ 6,480.00 $ 300.00 $ 3,600.00 $ 350,00 $ 4,200.00 $ 240.00 $ 2,880.00 $ 220.00 $ 2,640.00 PLANT BEDS/SHRUB PRUNING 36 $ 230.00 $ 8,280.00 $ 266.00 $ 9,576.00 $ 512.00 $ 18,432.00 $ 75.00 $ 2,700.00 $ 10.00 $ 360.00 WEEKD&PEST CONTROL 36 $ 112.80 $ 4,060.80 $ 125.00 $ 4,500.00 $ 192.00 $ 6,912.00 $ 250.00 $ 9,000.00 $ 450.00 $ 16,200.00 LITTER CONTROL 140 $ 51.54 $ 7,215.60 $ 80.00 $ 11,200.00 $ 192.00 $ 26,880.00 $ 84.00 $ 11,760.00 $ 60.00 $ 8,400.00 FULL SERVICE TOTAL: $ 51,686.40 $ 64,616.00 $ 118,120.00 $ 58,280.00 $ 60,582.12 Number of Annual Cost Per Cost Per Cost Per Cost Per Cost Per EXTRA SERVICES Services Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost MULCH 2 $ 3,780.00 $ 7,560.00 $ 1,500.00 $ 3,000.00 $ 2,720.00 $ 5,440.00 $ 2,340.00 $ 4,680.00 $ 3,906.00 $ 7,812.00 TREE PRUNING 1 $ 2,376.00 $ 2,376.00 $ 3,000.00 $ 3,000.00 $ 4,760.00 $ 4,760.00 $ 2,250.00 $ 2,250.00 $ 2,880.00 $ 2,880.00 PALM PRUNING 4 $ 2,420.00 $ 9,680.00 $ 1,000.00 $ 4,000.00 $ 2,820.00 $ 11,280.00 $ 750.00 $ 3,000.00 $ 3,175.00 $ 12,700.00 FERTILIZE TREES 3 $ 119.00 $ 357.00 $ 200.00 $ 600.00 $ 306.00 $ 918.00 $ 175.00 $ 525.00 $ 216.00 $ 648.00 FERTILIZE PALMS 4 $ 188.40 $ 753.60 $ 100.00 $ 400.00 $ 423.00 $ 1,692.00 $ 245.00 $ 980.00 $ 381.00 $ 1,524.00 FERTILIZE PLANT BEDS/SHRUBS 3 $ 301.00 $ 903.00 $ 400.00 $ 1,200.00 $ 150.00 $ 450.00 $ 70.00 $ 210.00 $ 90.00 $ 270.00 AERATION 3 $ 562.50 $ 1,687.50 $ 500.00 $ 1,500.00 $ 112.70 $ 338.10 $ 420.00 $ 1,260.00 $ 1,042.00 $ 3,126.00 TOP DRESS 3 $ 4,285.00 $ 12,855.00 $ 1,000.00 $ 3,000.00 $ 3,240.00 $ 9,720.00 $ 1,800.00 $ 5,400.00 $ 7,294.00 $ 21,882.00 VERTICUTTING 1 $ 2,750.00 $ 2,750.00 $ 700.00 $ 700.00 $ 225.40 $ 225.40 $ 3,900.00 $ 3,900.00 $ 1,042.00 $ 1,042.00 SPIKING 6 $ 562.50 $ 3,375.00 $ 300.00 $ 1,800.00 $ 225.40 $ 1,352.40 $ 300.00 $ 1,800.00 $ 1,042.00 $ 6,252.00 FERTILIZE ATHLETIC FIELD TURF 9 $ 437.60 $ 3,938.40 $ 300.00 $ 2,700.00 $ 150.00 $ 1,350.00 $ 420.00 $ 3,780.00 $ 364.70 $ 3,282.30 FERTILIZE TURF 3 $ 218.80 $ 656.40 $ 120.00 $ 360.00 $ 150.00 $ 450.00 $ 140.00 $ 420.00 $ 149.28 $ 447.84 PRESSURE CLEANING 4 $ 4,210.00 $ 16,840.00 $ 840.00 $ 3,360.00 $ 1,439.62 $ 5,758.48 $ 640.00 $ 2,560.00 $ 1,585.50 $ 6,342.00 EXTRA SERVICES TOTAL: $ 63,731.90 $ 25,620.00 $ 43,734.38 $ 30,765.00 $ 68,208.14 ANNUAL GRAND TOTAL(to include regular and extra services): s 115,418.30 $ 90,236.00 $ 161,854.38 $ 89,045.00 $ 128,790.26 DocuSign Envelope ID.C3A5B18A-A873-4BB1-85E2-D975656D55A4 APPENDIX E-COST PROPOSAL FORM "REVISED" GROUP I - NORTH SHORE OPEN SPACE PARK Collins Ave from 79th-86th Valley Crest Landscape Everglades Environmental Care SFM Services Inc. Superior Landscaping&Lawn Elan Lawn and Landscape Maintenance Inc. Inc. Service Inc. Services Number of Annual Cost Per Cost Per Cost Per Cost Per Cost Per REGULAR SERVICES Services Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost MOW,EDGE,LINE TRIM 36 $ 1,104.00 $ 39,744.00 $ 800.00 $ 28,800.00 $ 3,200.00 $ 115,200.00 $ 705.00 $ 25,380.00 $ 871.43 $ 31,371.48 IRRIGATION CONTROLLER CHECK 36 $ 57.50 $ 2,070.00 $ 15.00 $ 540.00 $ 32.00 $ 1,152.00 $ 40.00 $ 1,440.00 $ 110.00 $ 3,960.00 FULL IRRIGATION SERVICES(WET TEST) 12 $ 1,000.00 $ 12,000.00 $ 700.00 $ 8,400.00 $ 250.00 $ 3,000.00 $ 160.00 $ 1,920.00 $ 365.00 $ 4,380.00 PLANT BEDS/SHRUB PRUNING 36 $ 138.00 $ 4,968.00 $ - $ - $ - $ - $ 140.00 $ 5,040.00 $ 18.67 $ 672.12 WEEKD&PEST CONTROL 36 $ 92.00 $ 3,312.00 $ 280.00 $ 10,080.00 $ 512.00 $ 18,432.00 $ 40.00 $ 1,440.00 $ 1,867.35 $ 67,224.60 LITTER CONTROL 140 $ 68.77 $ 9,627.80 $ 80.00 $ 11,200.00 $ 256.00 $ 35,840.00 $ 84.00 $ 11,760.00 $ 240.00 $ 33,600.00 FULL SERVICE TOTAL: $ 71,721.8o $ 59,020.00 5 173,624.00 $ 46,980.00 $ 141,208.20 Number of Annual Cost Per Cost Per Cost Per Cost Per Cost Per EXTRA SERVICES Services Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost MULCH 2 $ - $ - $ 4,500.00 $ 9,000.00 $ 3,638.00 $ 7,276.00 $ 9,450.00 $ 18,900.00 $56,166.00 $ 112,332.00 TREE PRUNING 1 $ 6,215.00 $ 6,215.00 $ 10,000.00 $ 10,000.00 $ 18,830.00 $ 18,830.00 $ 7,250.00 $ 7,250.00 $62,300.00 $ 62,300.00 PALM PRUNING 4 $ 2,585.00 $ 10,340.00 $ 6,000.00 $ 24,000.00 $ 10,440.00 $ 41,760.00 $ 2,100.00 $ 8,400.00 $10,000.00 $ 40,000.00 FERTILIZE TREES 3 $ 154.50 $ 463.50 5 400.00 $ 1,200.00 $ 1,210.50 $ 3,631.50 $ 210.00 $ 630.00 $ 5,340.00 $ 16,020.00 FERTILIZE PALMS 4 $ 154.50 $ 618.00 $ 600.00 $ 2,400.00 $ 1,566.00 $ 6,264.00 $ 300.00 $ 1,200.00 $ 1,500.00 $ 6,000.00 FERTILIZE PLANT BEDS/SHRUBS 3 $ 127.00 $ 381.00 $ - $ - $ 538.00 $ 1,614.00 $ 210.00 $ 630.00 $ 112.04 $ 336.12 FERTILIZE TURF 3 $ 270.00 $ 810.00 $ 800.00 $ 2,400.00 $ 538.00 $ 1,614.00 $ 700.00 $ 2,100.00 $ 2,178.58 $ 6,535.74 PRESSURE CLEANING 4 $ 3,731.25 $ 14,925.00 $ 1,120.00 $ 4,480.00 $ 1,285.90 $ 5,143.60 $ 960.00 $ 3,840.00 $ 4,680.96 $ 18,723.84 EXTRA SERVICES TOTAL: $ 33,752.50 $ 53,480.00 $ 86,133.10 $ 42,950.00 $ 262,247.70 ANNUAL GRAND TOTAL(to include regular and extra services): $ 105,474.30 $ 112,500.00 $ 259,757.10 $ 89,930.00 $ 403,455.90 DocuSign Envebpe ID:C3A5B16A-A673-4BB1-95E2-D975656D55A4 APPENDIX E-COST PROPOSAL FORM "REVISED" GROUP I - POLO PARK & ATHLETIC FIELDS W.42nd St and Meridan Ave.Non-athletic field grasses North and South of the Field and along the north fence to Michigan Ave.,around Tennis and Handball courts,Michigan Avenue swale and Meridian Avenue swale. Valley Crest Landscape Everglades Environmental Care SFM Services Inc. Superior Landscaping&Lawn Elan Lawn and Landscape Maintenance Inc. Inc. Service Inc. Services Number of Annual Cost Per Cost Per Cost Per Cost Per Cost Per THIRTY-SIX(36)FULL SERVICES PER YEAR Services Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost MOW,EDGE,LINE TRIM PARK AREA 36 $ 115.00 $ 4,140.00 $ 50.00 $ 1,800.00 $ 256.00 $ 9,216.00 $ 220.00 $ 7,920.00 $ 267.23 $ 9,620.28 MOW,EDGE,LINE TRIM ATHLETIC FIELDS 140 $ 49.20 $ 6,888.00 $ 200.00 $ 28,000.00 $ 128.00 $ 17,920.00 $ 160.00 $ 22,400.00 $ 159.54 $ 22,335.60 IRRIGATION CONTROLLER CHECK 36 $ 4.60 $ 165.60 $ 15.00 $ 540.00 $ 20.00 $ 720.00 $ 33.33 $ 1,199.88 $ 165.00 $ 5,940.00 FULL IRRIGATION SERVICES(WETTEST) 12 $ 118.00 $ 1,416.00 $ 300.00 $ 3,600.00 $ 125.00 $ 1,500.00 $ 200.00 $ 2,400.00 $ 320.00 $ 3,840.00 PLANT BEDS/SHRUB PRUNING 36 $ 115.00 $ 4,140.00 $ 100.00 $ 3,600.00 $ 128.00 $ 4,608.00 $ 75.00 $ 2,700.00 $ 30.00 $ 1,080.00 WEEKD&PEST CONTROL 36 $ 55.30 $ 1,990.80 $ 45.00 $ 1,620.00 $ 64.00 $ 2,304.00 $ 200.00 $ 7,200.00 $ 690.00 $ 24,840.00 LITTER CONTROL 140 $ 34.46 $ 4,824.40 $ 20.00 $ 2,800.00 $ 16.00 $ 2,240.00 $ 16.00 $ 2,240.00 $ 92.00 $ 12,880.00 FULL SERVICE TOTAL: $ 23,564.80 $ 41,960.00 $ 38,508.00 $ 46,059.88 $ 80,535.88 Number of Annual Cost Per Cost Per Cost Per Cost Per Cost Per EXTRA SERVICES Services Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost MULCH 2 $ - $ _ $ 300.00 $ 600.00 $ 1,700.00 $ 3,400.00 $ 1,350.00 $ 2,700.00 $ 4,410.00 $ 8,820.00 TREE PRUNING 1 $ 1,138.50 $ 1,138.50 $ 200.00 $ 200.00 $ 8,820.00 $ 8,820.00 $ 1,100.00 $ 1,100.00 $ 2,560.00 $ 2,560.00 PALM PRUNING 4 $ 220.00 $ 880.00 $ 400.00 $ 1,600.00 $ 2,760.00 $ 11,040.00 $ 340.00 $ 1,360.00 $ 2,160.00 $ 8,640.00 FERTILIZE TREES 3 $ 412.00 $ 1,236.00 $ 80.00 $ 240.00 $ 567.00 $ 1,701.00 $ 35.00 $ 105.00 $ 192.00 $ 576.00 FERTILIZE PALMS 4 $ 206.00 $ 824.00 $ 80.00 $ 320.00 $ 414.00 $ 1,656.00 $ 140.00 $ 560.00 $ 216.00 $ 864.00 FERTILIZE PLANT BEDS/SHRUBS 3 $ 206.00 $ 618.00 $ 100.00 $ 300.00 $ 150.00 $ 450.00 $ 70.00 $ 210.00 $ 131.25 $ 393.75 AERATION 3 $ 562.50 $ 1,687.50 $ 500.00 $ 1,500.00 $ 112.00 $ 336.00 $ 390.00 $ 1,170.00 $ 800.00 $ 2,400.00 TOP DRESS 3 $ 3,315.00 $ 9,945.00 $ 900.00 $ 2,700.00 $ 3,240.00 $ 9,720.00 $ 2,676.00 $ 8,028.00 $ 5,600.00 $ 16,800.00 VERTICUTTING 1 $ 2,750.00 $ 2,750.00 $ 500.00 $ 500.00 $ 224.00 $ 224.00 $ 4,900.00 $ 4,900.00 $ 800.00 $ 800.00 SPIKING 6 $ 562.50 $ 3,375.00 $ 300.00 $ 1,800.00 $ 224.00 $ 1,344.00 $ 300.00 $ 1,800.00 $ 800.00 $ 4,800.00 FERTILIZE ATHLETIC FIELD TURF 9 $ 95.00 $ 855.00 $ 300.00 $ 2,700.00 $ 150.00 $ 1,350.00 $ 420.00 $ 3,780.00 $ 280.00 $ 2,520.00 FERTILIZE TURF 3 $ 824.00 $ 2,472.00 $ 80.00 $ 240.00 $ 150.00 $ 450.00 $ 140.00 $ 420.00 $ 519.75 $ 1,559.25 PRESSURE CLEANING 4 $ 1,687.50 $ 6,750.00_$ 140.00 $ 560.00 $ 197.05 $ 788.20 $ 320.00 $ 1,280.00 $ 469.50 $ 1,878.00 EXTRA SERVICES TOTAL: $ 32,531.00 $ 13,260.00 $ 41,279.20 $ 27,413.00 $ 52,611.00 ANNUAL GRAND TOTAL(to include full services and extra services): $ 56,095.80 $ 55,220.00 $ 79,787.20 $ 73,472.88 $ 133,146.88 DocuSign Envelope ID C3A5B18A-A673-4BB1.95E2-0975656D55A4 APPENDIX E-COST PROPOSAL FORM "REVISED" GROUP I - PINETREE PARK 45 Street&Pinetree Dr. Valley Crest Landscape Everglades Environmental Care SFM Services Inc. Superior Landscaping&Lawn Elan Lawn and Landscape Maintenance Inc. Inc. Service Inc. Services Number of Annual Cost Per Cost Per Cost Per Cost Per Cost Per REGULAR SERVICES Services Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost MOW,EDGE,LINE TRIM 36 $ 1,104.00 $ 39,744.00 $ 300.00 $ 10,800.00 $ 640.00 $ 23,040.00 $ 705.00 $ 25,380.00 $ 520.56 $ 18,740.16 IRRIGATION CONTROLLER CHECK 36 $ 46.00 $ 1,656.00 $ 15.00 $ 540.00 $ 32.00 $ 1,152.00 $ 26.66 $ 959.76 $ 165.00 $ 5,940.00 FULL IRRIGATION SERVICES(WET TEST) 12 $ 672.00 $ 8,064.00 $ 400.00 $ 4,800.00 $ 200.00 $ 2,400.00 $ 120.00 $ 1,440.00 $ 350.00 $ 4,200.00 PLANT BEDS/SHRUB PRUNING 36 $ 460.00 $ 16,560.00 $ 200.00 $ 7,200.00 $ 320.00 $ 11,520.00 $ 66.00 $ 2,376.00 $ 23.50 $ 846.00 WEEKD&PEST CONTROL 36 $ 115.00 $ 4,140.00 $ 100.00 $ 3,600.00 $ 192.00 $ 6,912.00 $ 25.00 $ 900.00 $ 870.00 $ 31,320.00 LITTER CONTROL 140 $ 68.82 $ 9,634.80 $ 40.00 $ 5,600.00 $ 64.00 $ 8,960.00 $ 42.00 $ 5,880.00 $ 145.00 $ 20,300.00 FULL SERVICE TOTAL: $ 79,798.80 $ 32,540.00 $ 53,984.00 $ 36,935.76 $ 81,346.16 Number of Annual Cost Per Cost Per Cost Per Cost Per Cost Per EXTRA SERVICES Services Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost MULCH 2 $ 5,292.00 $ 10,584.00 $ 1,200.00 $ 2,400.00 $ 2,720.00 $ 5,440.00 $ 11,250.00 $ 22,500.00 $11,340.00 $ 22,680.00 TREE PRUNING 1 $ 3,465.00 $ 3,465.00 $ 3,800.00 $ 3,800.00 $ 6,370.00 $ 6,370.00 $ 1,600.00 $ 1,600.00 $ 6,615.00 $ 6,615.00 PALM PRUNING 4 $ 1,952.50 $ 7,810.00 $ 1,500.00 $ 6,000.00 $ 2,310.00 $ 9,240.00 $ 957.00 $ 3,828.00 $ 1,170.00 $ 4,680.00 FERTILIZE TREES 3 $ 435.00 $ 1,305.00 $ 250.00 $ 750.00 $ 409.50 $ 1,228.50 $ 490.00 $ 1,470.00 $ 567.00 $ 1,701.00 FERTILIZE PALMS 4 $ 206.00 $ 824.00 $ 80.00 $ 320.00 $ 346.50 $ 1,386.00 $ 140.00 $ 560.00 $ 117.00 $ 468.00 FERTILIZE PLANT BEDS/SHRUBS 3 $ 206.00 $ 618.00 $ 150.00 $ 450.00 $ 75.00 $ 225.00 $ 210.00 $ 630.00 $ 411.25 $ 1,233.75 FERTILIZE TURF 3 $ 618.00 $ 1,854.00 $ 200.00 $ 600.00 $ 75.00 $ 225.00 $ 480.00 $ 1,440.00 $ 1,015.00 $ 3,045.00 PRESSURE CLEANING 4 $ - $ - $ 560.00 $ 2,240.00 $ 109.55 $ 438.20 $ 640.00 $ 2,560.00 $ 1,523.40 $ 6,093,60 EXTRA SERVICES TOTAL: $ 26,460.00 $ 16,560.00 $ 24,552.70 $ 34,588.00 $ 46,516.35 ANNUAL GRAND TOTAL(to include regular and extra services): $ 106,258.80 $ 49,100.00 $ 78,536.70 $ 71,523.76 $ 127,862.51 DocuSign Envelope ID:C3A5B18A-A673-4BB1.95E2-0975656D55A4 APPENDIX E-COST PROPOSAL FORM "REVISED" GROUP I - MUSS PARK 440 Chase Avenue Valley Crest Landscape Everglades Environmental Care SFM Services Inc. Superior Landscaping&Lawn Elan Lawn and Landscape Maintenance Inc. Inc. Service Inc. Services Number of Annual Cost Per Cost Per Cost Per Cost Per Cost Per REGULAR SERVICES Services Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost MOW,EDGE,LINE TRIM 36 $ 2.30 $ 82.80 $ 200.00 $ 7,200.00 $ 256.00 $ 9,216.00 $ 144.00 $ 5,184.00 $ 113.61 $ 4,089.96 IRRIGATION CONTROLLER CHECK 36 $ - $ - $ 15.00 $ 540.00 $ 16.00 $ 576.00 $ 25.00 $ 900.00 $ 55.00 $ 1,980.00 FULL IRRIGATION SERVICES(WET TEST) 12 $ - $ - $ 100.00 $ 1,200.00 $ 75.00 $ 900.00 $ 80.00 $ 960.00 $ 150.00 $ 1,800.00 PLANT BEDS/SHRUB PRUNING 36 $ 2.30 $ 82.80 $ 67.00 $ 2,412.00 $ 128.00 $ 4,608.00 $ 75.00 $ 2,700.00 $ 10.00 $ 360.00 WEEKD&PEST CONTROL 36 $ 2.30 $ 82.80 $ 30.00 $ 1,080.00 $ 64.00 $ 2,304.00 $ 20.00 $ 720.00 $ 204.00 $ 7,344.00 LITTER CONTROL 140 $ 1.71 $ 239.40 $ 10.00 $ 1,400.00 $ 16.00 $ 2,240.00 $ 22.00 $ 3,080.00 $ 31.56 $ 4,418.40 FULL SERVICE TOTAL: $ 487.80 $ 13,832.00 $ 19,844.00 $ 13,544.00 $ 19,992.36 Number of Annual Cost Per Cost Per Cost Per Cost Per Cost Per EXTRA SERVICES Services Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost MULCH 2 $ 160.00 $ 320.00 $ 400.00 $ 800.00 $ 2,465.00 $ 4,930.00 $ 2,340.00 $ 4,680.00 $ 1,176.00 $ 2,352.00 TREE PRUNING 1 $ 220.00 $ 220.00 $ 600.00 $ 600.00 $ 420.00 $ 420.00 $ 800.00 $ 800.00 $ 960.00 $ 960.00 PALM PRUNING 4 $ - $ _ $ 600.00 $ 2,400.00 $ 1,440.00 $ 5,760.00 $ 725.00 $ 2,900.00 $ 2,070.00 $ 8,280.00 FERTILIZE TREES 3 $ 27.50 $ 82.50 $ 80.00 $ 240.00 $ 27.00 $ 81.00 $ 40.00 $ 120.00 $ 72.00 $ 216.00 FERTILIZE PALMS 4 $ 27.50 $ 110.00 $ 40.00 $ 160.00 $ 216.00 $ 864.00 $ 40.00 $ 160.00 $ 207.00 $ 828.00 FERTILIZE PLANT BEDS/SHRUBS 3 $ 27.50 $ 82.50 $ 80.00 $ 240.00 $ 75.00 $ 225.00 $ 40.00 $ 120.00 $ 73.50 $ 220.50 FERTILIZE TURF 3 $ 27.50 $ 82.50 $ 80.00 $ 240.00 $ 75.00 $ 225.00 $ 60.00 $ 180.00 $ 220.90 $ 662.70 PRESSURE CLEANING 4 $ 56.25 $ 225.00 $ 140.00 $ 560.00 $ 983.50 $ 3,934.00 $ 380.00 $ 1,520.00 $ 324.00 $ 1,296.00 EXTRA SERVICES TOTAL: $ 1,122.50 $ 5,240.00 $ 16,439.00 $ 10,480.00 $ 14,815.20 ANNUAL GRAND TOTAL(to include regular and extra services): $ 1,610.30 $ 19,072.00 $ 36,283.00 $ 24,024.00 $ 34,807.56 DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 APPENDIX E-COST PROPOSAL FORM "REVISED" GROUP I - ALTOS DEL MAR PARK 76TH and Collins Avenue Valley Crest Landscape Everglades Environmental Care SFM Services Inc. Superior Landscaping&Lawn Elan Lawn and Landscape Maintenance Inc. Inc. Service Inc. Services Number of Annual Cost Per Cost Per Cost Per Cost Per Cost Per REGULAR SERVICES Services Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost MOW,EDGE,LINE TRIM 36 $ 138.00 $ 4,968.00 $ 350.00 $ 12,600.00 $ 320.00 $ 11,520.00 $ 76.00 $ 2,736.00 $ 42.27 $ 1,521.72 IRRIGATION CONTROLLER CHECK 36 $ 4.60 $ 165.60 $ 15.00 $ 540.00 $ 16.00 $ 576.00 $ 5.00 $ 180.00 $ 55.00 $ 1,980.00 FULL IRRIGATION SERVICES(WET TEST) 12 $ 118.00 $ 1,416.00 $ 200.00 $ 2,400.00 $ 50.00 $ 600.00 $ 40.00 $ 480.00 $ 110.00 $ 1,320.00 PLANT BEDS/SHRUB PRUNING 36 $ 138.00 $ 4,968.00 $ 17.00 $ 612.00 $ - $ - $ 40.00 $ 1,440.00 $ 10.00 $ 360.00 WEEKD&PEST CONTROL 36 $ 42.20 $ 1,519.20 $ 10.00 $ 360.00 $ 32,00 $ 1,152.00 $ 40.00 $ 1,440.00 $ 84.00 $ 3,024.00 LITTER CONTROL 140 $ 8.69 $ 1,216.60 $ 10.00 $ 1,400.00 $ 32.00 $ 4,480.00 $ 18.00 $ 2,520.00 $ 16.45 $ 2,303.00 FULL SERVICE TOTAL: $ 14,253.40 $ 17,912.00 $ 18,328.00 $ 8,796.00 $ 10,508.72 Number of Annual Cost Per Cost Per Cost Per Cost Per Cost Per EXTRA SERVICES Services Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost Services Yearly Cost MULCH 2 $ 126.00 $ 252.00 $ 100.00 $ 200.00 $ 212.50 $ 425.00 $ 200.00 $ 400.00 $ 714.00 $ 1,428.00 TREE PRUNING 1 $ 495.00 $ 495.00 $ 300.00 $ 300.00 $ 700.00 $ 700.00 $ 400.00 $ 400.00 $ 720.00 $ 720.00 PALM PRUNING 4 $ 99.00 $ 396.00 $ 300.00 $ 1,200.00 $ 330.00 $ 1,320.00 $ 300.00 $ 1,200.00 $ 870.00 $ 3,480.00 FERTILIZE TREES 3 $ 34.20 $ 102.60 $ 25.00 $ 75.00 $ 45.00 $ 135.00 $ 30.00 $ 90.00 $ 54.00 $ 162.00 FERTILIZE PALMS 4 $ 34.20 $ 136.80 $ 25.00 $ 100.00 $ 49.50 $ 198.00 $ 20.00 $ 80.00 $ 87.00 $ 348.00 FERTILIZE PLANT BEDS/SHRUBS 3 $ 31.00 $ 93.00 $ 10.00 $ 30.00 $ - $ - $ 20.00 $ 60.00 $ 87.50 $ 262.50 FERTILIZE TURF 3 $ 87.00 $ 261.00 $ 120.00 $ 360.00 $ 187.50 $ 562.50 $ 40.00 $ 120.00 $ 82.19 $ 246.57 PRESSURE CLEANING 4 $ 1,111.50 $ 4,446.00 $ 70.00 $ 280.00 $ 100.00 $ 400.00 $ 80.00 $ 320.00 $ 226.80 $ 907.20 EXTRA SERVICES TOTAL: $ 6,182.40 $ 2,545.00 $ 3,740.50 $ 2,670.00 $ 7,554.27 ANNUAL GRAND TOTAL(to include regular and extra services): $ 20,435.80 $ 20,457.00 $ 22,068.50 $ 11,466.00 $ 18,062.99 DocuSign Envelope ID.C3A5816A-A673-4881-95E2-D975656D55A4 GROUP IV:FULL TIME LITTER SERVICE—ADDITIONAL SERVICES(REVISED) Contractor to provide a price to perform Litter Service two(2)times per day,seven(7)days a week.Cost to be provided per site location,as listed below. This would be an additional service that would replace the litter service described throughout the Bid. The specifications of the work would be as stated in the Bid with the exception of the frequency. Valley Crest Landscape Everglades Environmental Superior Landscaping& Elan Lawn and Landscape Maintenance Inc. Care Inc. SFM Services Inc. Lawn Service Inc. Services Beachview Park Annual Costs Annual Costs Weekly Collins Avenue and 53 Street $ 12,020.00 $ 20.00 $ 8,271.00 $ 6,949.00 $ 322.00 Fisher Park Alton Road and 50 Street $ 12,020.00 $ 20.00 4 8,271.00 $ 6,949.00 $ 840.00 Allison Park 6400 Collins $ 11,922.00 S 20.00 $ 8,271.00 $ 6,949.00 $ 630.00 North Beach Community Garden&Park Dickens from 73 and 74Street $ 17,833.00 $ 40.00 $ 8,271.00 $ 6,949.00 $ 406.00 Crespi Park 7801 Crespi Blvd. S 12,020.00 $ 20.00 $ 8,271.00 $ 6,949.00 $ 476.00 Tatum Park 8050 Byron Avenue $ 6,109.00 $ 20.00 $ 8,271.00 $ 6,949.00 S 28.00 Brittany Bay Park Indian Creek Drive between 63&65 St $ 23,844.00 $ 20.00 $ 8,271.00 $ 6,949.00 $ 980.00 Fairway Park&Athletic Field 200 Fairway Drive $ 12,020.00 $ 20.00 $ 8,271.00 $ 6,949.00 $ 1,470.00 North Shore Park Youth Ctr 501 72 Street $ 35,667.00 $ 180.00 $ 8,271.00 $ 6,949.00 $ 1,050.00 Polo Park&Athletic Fields Meridian and W.42 Street $ 23,844.00 $ 40.00 $ 8,271.00 $ 6,949.00 $ 1,715.00 Muss Park 440 Chase Avenue $ 1,182.00 $ 20.00 $ 8,271.00 S 6,949.00 $ 497.00 Indian Beach Park Collins Avenue and 46 Street $ 12,020.00 $ 40.00 5 8,271.00 $ 6,949.00 $ 539.00 Poinciana Park North Bay Drive and 63 Street $ 6,109.00 $ 20.00 $ 8,271.00 $ 6,949.00 $ 70.00 Bandshell Park and Senior Center Collins Avenue between 72 and 73 Street $ 23,844.00 $ 40.00 S 8,271.00 $ 6,949.00 $ 1,050.00 Parkview Island Park North End of Wayne Avenue $ 6,109.00 $ 80.00 $ 8,271.00 $ 6,949.00 $ 280.00 Stillwater Park 8440 Hawthorne Avenue $ 6,109.00 $ 20.00 $ 8,271.00 $ 6,949.00 $ 560.00 DocuSign Envelope ID.C3A5B18A-A673-4BB1-95E2-D975656D55A4 La Gorce Park 6421 Alton Road $ 6,109.00 $ 20.00 S 8,271.00 $ 6,949.00 $ 385.00 Normandy Shores Park&Tennis 2401 Biarritz Drive $ 2,463.00 $ 20.00 $ 8,271.00 $ 6,949.00 $ 434.00 Normandy Isle Park,Pool&Athletic Field 7030 Trouville Esplanade $ 23,844.00 $ 160.00 $ 8,271.00 $ 6,949.00 $ 616.00 North Shore Open Space Park Collins Avenue between 79 and 86 Street $ 47,589.00 $ 160.00 $ 8,271.00 $ 6,949.00 $ 5,320.00 Pinetree Park Pinetree Drive and 45 Street $ 47,622.00 $ 80.00 $ 8,271.00 $ 6,949.00 $ 2,380.00 Altos Del Mar Park Collins Avenue and 76 Street $ 6,010.00 $ 20.00 $ 8,271.00 $ 6,949.00 $ 210.00 Marjorie Stoneman Douglas Park Ocean Drive between 2&3 Street $ 23,943.00 $ 40.00 $ 8,271.00 $ 5,029.00 S 910.00 Washington Ave.Dog Park NE Corner of Washington&2 Street $ 6,010.00 $ 20.00 $ 8,271.00 $ 5,029.00 $ 105.00 Palm Island Park 159 Palm Avenue $ 6,109.00 $ 20.00 $ 8,271.00 $ 5,029.00 $ 1,435.00 Collins Park Collins between 21and 22 Street $ 23,646.00 $ 40.00 $ 8,271.00 $ 5,029.00 $ 1,890.00 Sunset Island II Park Sunset Dr between W.25 and 27 St $ 6,109.00 $ 20.00 $ 8,271.00 $ 5,029.00 $ 910.00 Lummus Park Ocean Drive between 2 and 15 St $ 36,457.00 $ 350.00 4 59,930.00 $ 8,666.00 $ 5,026.00 Maurice Gibb Memorial Park Purdy Avenue and 18 Street $ 23,844.00 $ 60.00 $ 8,271.00 $ 5,029.00 $ 980.00 Flamingo Park&Athletic Fields Jefferson Avenue and 11 Street $ 47,589.00 $ 160.00 $ 8,271.00 $ 8,666.00 $ 4,410.00 Washington Ave.Dog Park Annex SW 2 Street&Collins Avenue $ 6,010.00 S 20.00 S 8,271.00 $ 5,029.00 $ 126.00 Buoy Park(Star Island) Between E and W Star Island Drive $ 11,823.00 $ 80.00 $ 8,271.00 $ 8,666.00 $ 1,260.00 Hibiscus Island Park Between N and S Hibiscus Road $ 197.00 $ 20.00 $ 8,271.00 S 5,029.00 S 245.00 Belle Isle Park Venetian at South Island Road $ 23,844.00 $ 40.00 $ 8,271.00 $ 5,029.00 $ 980.00 Sunset Island IV Park Sunset Drive and W.21 Street $ 6,035.00 $ 20.00 $ 8,271.00 $ 5,029.00 $ 140.00 DocuSign Envelope ID:C3A51318A-A673-48B1-95E2-D975656D55A4 Scott Rakow Youth Center 1700 Sheridan Avenue $ 23,844.00 $ 60.00 $ 8,271.00 $ 5,029.00 $ 238.00 Miami Beach Golf Course Perimeter Meridian,Dade,Michigan,Alton,Chase $ 29,558.00 $ 100.00 $ 59,930.00 $ 8,666.00 $ 6,230.00 This is only a tabulation of prices submitted and is not an indication of award or responsiveness DocuSign Envelope ID.C3A561 BA-A673-4BB1-95E2-D975656D55A4 GROUP V:MATERIALS FOR ADDITIONAL SERVICES-REVISED Materials(for additional services,not specified herein,to be installed at the direction of the City). Valley Crest Landscape Everglades Environmental Superior Landscaping& Elan Lawn and Landscape Maintenance Inc. Care Inc. SFM Services Inc. Lawn Service Inc. Services Item# Description Qty Unit Price Installed Unit Price Installed Unit Price Installed Unit Price Installed Unit Price Installed St.1 Sod Augustine 40,000 sf $195.00/pallet $300.00/pallet $175.50/pallet $225.00/pallet $ 250.00!pallet 2 Bahia Sod 2,000 sf $120.00/pallet $250.00/pallet $ 121.50/pallet $200.00(pallet $200.00/pallet Seashore 3 Paspalum'Sea 10,000 sf $450.00/pallet $900.00/pallet $436.50/pallet $480.00/pallet $280.00(pallet Isle Supreme' Sod Bermuda 4 40,000 sf $425.00/pallet $420.00/pallet $216.00/pallet $440.00/pallet $280.00/pallet 'Celebration'Sod Bermuda 5 'Tifway(Tifsport' 40,000 sf $425.00/pallet $420.00/pallet $216.00/pallet $440.00!pallet $280.00(pallet Sod Recycled Round- 6 wood Mulch Dark 10,000 cy $38.00!cubic yard $38.00/cubic yard $57.00/cubic yard $47.00/cubic yard $50.00/cubic yard Brown Color 4 5'sonal Color 7 6,000 sf $1.75 leach $1.85/each $2.25/each $48.00 leach $55.00 leach This is only a tabulation of prices submitted and is not an indication of award or responsiveness DocuSign Envelope ID.C3A5B18A-A673-4BB1-95E2-D975656D55A4 GROUP VI Not To Exceed Hourly Labor Ra(for additional services not specified herein,at the direction of the City). Valley Crest Landscape Everglades Environmental SFM Services Inc. Superior Landscaping&Lawn Elan Lawn and Landscape Maintenance Inc. Care Inc. Service Inc. Services Item# Job Classification Qty NTE Hourly Total Cost NTE Hourly Rate Total Cost NTE Hourly Rate Total Cost NTE Hourly Rate Total Cost NTE Hourly Rate Total Cost Rate 1 Hourly rate per Contractor Regular 100 $ 65.00 $ 6,500.00 $ 75.00 $ 7,500.00 $ 32.00 $ 3,200.00 $ 65.00 $ 6,500.00 $ 35.00 $ 3,500.00 Representative time: Overtime: 10 $ 97.50 $ 975.00 $ 112.50 $ 1,125.00 $ 48.00 $ 480.00 $ 85.00 $ 850.00 $ 52.50 $ 525.00 2 Hourly rate per Regular 1,000 $ 25.00 $ 25,000.00 $ 30.00 $ 30,000.00 $ 32.00 $ 32,000.00 $ 35.00 $ 35,000.00 $ 25.00 $ 25,000.00 LaborerlGroundskeeper time: Overtime: 100 $ 37.50 $ 3,750.00 $ 45.00 $ 4,500.00 $ 48.00 $ 4,800.00 $ 40.00 $ 4,000.00 $ 37.50 $ 3,750.00 3 Hourly rate per Irrigation Regular 200 $ 40.00 $ 8,000.00 $ 55.00 $ 11,000.00 $ 50.00 $ 10,000.00 $ 55.00 $ 11,000.00 $ 55.00 $ 11,000.00 Technician time: Overtime: 20 $ 60.00 $ 1,200.00 $ 82.50 $ 1,650.00 $ 75.00 $ 1,500.00 $ 65.00 $ 1,300.00 $ 82.50 $ 1,650.00 4 Hourly rate per Large Regular 200 $ 60.00 $ 12,000.00 $ 75.00 $ 15,000.00 $ 37.00 $ 7,400.00 $ 65.00 $ 13,000.00 $ 25.00 $ 5,000.00 Equipment Operator time: Overtime: 20 $ 80.00 $ 1,600.00 $ 112.50 $ 2,250.00 $ 55.50 $ 1,110.00 $ 85.00 $ 1,700.00 $ 37.50 $ 750.00 5 Hourly rate per Regular 100 $ 30.00 $ 3,000.00 $ 55.00 $ 5,500.00 $ 37.00 $ 3,700.00 $ 45.00 $ 4,500.00 $ 25.00 $ 2,500.00 Supervisor/Foreman time: Overtime: 10 $ 45.00 $ 450.00 $ 82.50 $ 825.00 $ 55.50 $ 555.00 $ 55.00 $ 550.00 $ 37.50 $ 375.00 6 Hourly rate per Climber Regular 50 $ 50.00 $ 2,500.00 $ 75.00 $ 3,750.00 $ 37.00 $ 1,850.00 $ 55.00 $ 2,750.00 $ 30.00 $ 1,500.00 time: Overtime: 5 $ 75.00 $ 375.00 $ 112.50 $ 562.50 $ 55.50 $ 277.50 $ 70.00 $ 350.00 $ 45.00 $ 225.00 7 Hourly rate per Certified Regular 100 $ 100.00 $ 10,000.00 $ 75.00 $ 7,500.00 $ 55.00 $ 5,500.00 $ 70.00 $ 7,000.00 $ 140.00 $ 14,000.00 Arborist time: Overtime: 10 $ 150.00 $ 1,500.00 $ 112.50 $ 1,125.00 $ 82.50 $ 825.00 $ 85.00 $ 850.00 $ 210.00 $ 2,100.00 8 Hourly rate per Pest Control Regular 200 $ 40.00 $ 8,000.00 $ 55.00 $ 11,000.00 $ 40.00 $ 8,000.00 $ 65.00 $ 13,000.00 $ 120.00 $ 24,000.00 Technician time: Overtime: 20 $ 60.00 $ 1,200.00 $ 82.50 $ 1,650.00 $ 60.00 $ 1,200.00 $ 85.00 $ 1,700.00 $ 180.00 $ 3,600.00 I$ 86,050.00 $ 104,937.50 $ 82,397.50 $ 104,050.00 $ 99,475.00 DocuSign Envelope ID:C3A5B18A-A673.4881-95E2-0975656D55A4 This is only a tabulation of prices submitted and is not an indication of award or responsiveness DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 fV\ I A M I BEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach,Florida 33139 www.miamibeachfl.gov Exhibit B: Park Aerial Mappings 6 I ADDENDUM NO.3 REQUEST FOR PROPOSALS NO.2021-187-AY FOR GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 M I A M I B E/\ I-I PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach,Florida 33139 www.miamibeachfl.gov GROUP I- PARKS &ATHLETIC FIELDS-NORTH BEACH (NORTH OF 41ST STREET) Beachview Park Collins Avenue and 53rd Street lolihimil . _ r : _ 4 ( IV • •+ 1 , Miami Beach "' , ''1J1. te.,1 '111.*.Illt 194dd,„. • N / Y - ♦ .. K ,., ..* A ) l - ' p 42• . bill ..t • . ' Park:g 9 it; A. v _ q r i# OP .q.a.1r u`. •'• i k �° _ lakiiiiii,, 7 I ADDENDUM NO.3 REQUEST FOR PROPOSALS NO.2021-187-AY FOR GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 M I A M I B E AC I-I PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach,Florida 33139 www.miamibeachfl.gov Indian Beach Park Collins Avenue and 46th Street ;� -•• 4iii I r N { ,1~ t: "...' I i iiii •! yyyy •• . • 1 lit ''' I ; 4\2 ir • Ilk .• • : IfilL'' .... . . it), 110 (. , • • 8 I ADDENDUM NO.3 REQUEST FOR PROPOSALS NO.2021-187-AY FOR GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 M I A M I B E AC H PROCUREMENT DEPARTMENT 1755 ridian Avenue, Floor Miami Beach,Florida 33139 www.miamibeachfl.gov Fisher Park Alton Road and 50th Street I . .., ,• • Li , . . :. '1 N . . • #. . ,,,, (4.- .. .. , ... .14 , - . . . .,.0.), - . . .., . . „ , Or r —....._... . • A. ii f,„„..,„, .....4wriii,li .t �- � Itfir... � "{ .� «.. �..� � ' r If ,i i '1 ci alliiit. ' • - 1. .4411111t +41 r- sr - .w• l r ? 4 k r /� • v it t. r ✓ y t . _ _. . tip. ' I - 1.„4".. isP.- r 4 ,44.„ _ , ' ' 4.- , Agifil: Siiil'i . iiiii 9 ADDENDUM NO.3 I REQUEST FOR PROPOSALS NO.2021-187-AY FOR GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 M I A M I B E AC H PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach,Florida 33139 www.miamibeachfl.gov Poinciana Park North Bay Drive and 63rd Street 4 114111 x, ,.� r. Je L' N ' , - �- Y 1,f w • a►• • , �----• • '•' ► , .v� - •• icy 1"� ' T A • _ • Too•LOt ` , r rw I R if, . - „. IN s=� ........-- , \ 10 I ADDENDUM NO.3 REQUEST FOR PROPOSALS NO.2021-187-AY FOR GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 M I /\t'v'\ I BEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach,Florida 33139 www.miamibeachfl.gov Allison Park 6400 Collins 1 sty -. _.. jg, „, _...,,% . , ____ _, ____ _ _ _ .I . -� T t . ,s r w, , ,, . .y 'I er O „ fo`. .y../4'. . . 4 fi; i, . i I, 11 Hlt:.il AT" • « r. .' 1-0. s rhn, I'�1:i "' M"'r rk . 4111 , :11 1 Itt. t y . ill lit i` li tit • , Ii`'l1ft;.. .1i t.�. 3 . _ r -II .. R - .-Al . 11 ADDENDUM NO.3 REQUEST FOR PROPOSALS NO.2021-187-AY FOR GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-0975656D55A4 M I A M I B E/\C H PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach,Florida 33139 www.miamibeachfl.gov Bandshell Park and Senior Center Collins Avenue between 72nd and 73rd Street IF ir -;• . 1 'e'‘, . It,, r r L is. i. Br h it 'f © � �- • ii \t. , !if' 0 1 �i is , s 1 ., v . _ `r i L 0.., A :' ` , . t Beach ][Y:I,i11 • i . .♦.• Workout Equipment sue. • /^� a , p ■ i - • r 1 -- - :: — tea _'� -� � yam. .i +19 46 . -1 ' � - 41" 12 ADDENDUM NO.3 REQUEST FOR PROPOSALS NO.2021-187-AY FOR GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS DocuSign Envelope ID C3A5B18A-A673-4BB1-95E2-D975656055A4 M I A M I B E AC H PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 www.miamibeachfl.gov North Beach Community Garden and Park Dickens from 73rd and 74th Street & Parkview Island Park North End of Wayne Avenue . '..s" . —1747a, f -- �� =fir t��. 1`S� . ' 41.4 (' ' lie IV—'..-.7,;-...- ,et 4.1,...,4, ,..i.,liifr,, .._,.._,`„sr l's•''., . r 1 4, '_."),.. k , '" - : ' . ,.. ,• • A '111P.'- N ' 1". ' ,/,4,•• ..4.',..?., . 4 :4, % .., .., .11 •s , vi •, 0 , ` v ii(5•4 .,...,. . ,,,,. r. . _ t. . -,L_-__.1 —.. A.,,,,;_, 44 .! ., ,,,,,,, . . 1J 4. ••r 1 Vi 4 irt .it. t. ,;� li , ••' 4.- i .tag.fi. 1-,: 1 + 4,,r: R r k' _ ` . - • 1 /_ G1.f' r ' ." L. ILU i i it. l'. __, . .TV 1. " - • 3D . „A ,ter.►. — 13 I ADDENDUM NO.3 REQUEST FOR PROPOSALS NO.2021-187-AY FOR GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS DocuSign Envelope ID:C3A5B18A-A673-4881-95E2-D975656D55A4 M I AM I B E/\C H PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach,Florida 33139 www.miamibeachf.gov Crespi Park 7801 Crepi Blvd ..izi - r .. , M 1 IA •111.11.11111111-- i ' y _ iti ,• So A Eva jilv ill At A ' �" ,� • ' Crespi c; ' 4 4'8:. Basketball Court 1� � �. '" , a ihria. , �� �y r J '. f ,.. 1* ,,I..• . ' '‘ i. i , .- F i t ' #4411‘0 ti/44:46ti 4.0 lit ar- • r `' /� •i N 0111100 114....0 1 14 ADDENDUM NO.3 I REQUEST FOR PROPOSALS NO.2021-187-AY FOR GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 M I A M I B E AC H PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3ro Floor Miami Beach,Florida 33139 www.miamibeachfl.gov Stillwater Park 8440 Hawthorne Avenue c .�. . '; ! lR .. — 'a . , \ ..A ;- -� TV - ice. } ��• L,1� ii r: Basketball s 9 - -.„ . ' y fi,.• '. - a - ar --y al''' �i` _ �, !► r^" IBv Liati 4 r W .....,, . 1 , r Aittlie AK "41 15 I ADDENDUM NO.3 REQUEST FOR PROPOSALS NO.2021-187-AY FOR GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS DocuSign Envelope ID.C3A5B18A-A673-4BB1-95E2-D975656D55A4 M I AM I B E AC H PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 www.miamibeachfl.gov Tatum Park 8050 Byron Avenue •v", ,, 7 'mom""% = Y.F. it. - t. p!O • itaill@tmi i I, ..," a Tatum Park ? • F 411 s' / / M 1.41tifIL, a Allile. . Ad. i � � • - i- �� . d I. . I Olt! —— %A IN 15 • • ' _ i / , • vet , , ". #40ttvt ..• 4: ,___. _ ,,, min ,� �- HETT am r 16 ADDENDUM NO.3 REQUEST FOR PROPOSALS NO 2021-187-AY FOR GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS DocuSign Envelope ID:C3A5B18A-A673-4B81-95E2-D975656D55A4 M I A M I B E AC I-I PROCUREMENT DEPARTMENT 1755 eridian Avenue, Floor Miami Beach,Florida 33139 www.miamibeachfl.gov La Gorce Park 6421 Alton Road . . • A...,, Of4;4:4- 4'8' i A N.', rt ;, Lagorce 'ark . ; , IN,P ,.. ,,....., w a •.4r. :' 4 , .,,.., ..,., .. , ,, ..i . . __....„,,,, r!":., % * . . .,t ., . . 'Ne-io--: ' 4 , , . , ,,. , ,rt. ., • , -r.-. , •J , .., . 4 , .,' i„.f. 0, ..."0 i'llip P a. ALI rt + it- ail 1 4 am f�y :: . ' 4 ' . ► 1.: .. �,F - •j /� 1• ram...---- ♦11 ,� ♦r ADDENDUM NO.3 REQUEST FOR PROPOSALS NO.2021-187-AY I FOR GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS DocuSign Envelope ID'C3A5B18A-A673-4BB1-95E2-D975656D55A4 M I A M I BEi\ I-1 PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 www.miamibeachfl.gov Brittany Bay Park Indian Creek Drive between 63rd and 65th Street s. . e_ . ayPar I ; • 1 .. . , .iimi s .. .1 . ii . . w, . . • ....... fit 40, S-111 It i I Jo+v 4 1 r ,dir , , .t •I ADDENDUM NO.3 REQUEST FOR PROPOSALS NO.2021-187-AY FOR GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 M I A M I B E AC H PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach,Florida 33139 www.miamibeachfl.gov Normandy Shores Park&Tennis 2401 Biarritz Drive . ,,. .. 'IP: . s•I 1211%r : ••• , 1,P. 1 tilliii° • • 11 1... i \\IL ,_4 ,.. i , ... ! - i n r .ter �. 4 • r t � 19 I ADDENDUM NO.3 REQUEST FOR PROPOSALS NO.2021-187-AY FOR GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 M I A M I B E AC I-I PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach,Florida 33139 www.miamibeachfl.gov Fairway Park&Athletic Field 200 Fairway Drivii, „,,: ., , s. .. , . ) ,. . .., .. .„. , , ., :,,,,.. ....,.. , #„,.. .:... .,. .\,. ..,. .,..„ „ _ . 4,,„„) . ,, .... . . , ,,,, . .... , , 4,..„,..., . } 4. 5 ', I -- ♦, x, t c t�q• a+ �~ ifi* `4 ` ,3`V \ ,,, . • 34 '4 ' '': '"'" - 1.4 t .1. ..: ° ..- \'''' 'd # , , -.-.6-%, .. k,` . ,ram iJ: ti 1 .41[6 .4 . "r .1'.., • --‘ 1r `.1) den M - - h i4 N s ," r.. " -1!` t� _ f ir' i . . 1 Kdy \.. 20 ADDENDUM NO.3 REQUEST FOR PROPOSALS NO.2021-187-AY FOR GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 M I A M I B E AC I-I PROCUREMENT DEPARTMENT 1755 Meridian ,3rd Floor Miami Beach,Florida 33139 www.miamibeachfl.gov Normandy Isle Park, Pool&Athletic Field 7030 Trouville Esplanade F � ,Y t y I.- ��' ter. I., `+!: ;, � i' icy { i � ' ,�''r 7 NormandyfF1G{ III • -arw. -N. 21 I ADDENDUM NO.3 REQUEST FOR PROPOSALS NO.2021-187-AY FOR GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS DocuSign Envelope ID C3A5B18A-A673-4BB1-95E2-D975656D55A4 M I AM I BEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach. Florida 33139 www.miamibeachfl.gov North Shore Park Youth Center&Athletic Fields 501 72nd Street 0,40 1111 • Tennis \ V•< • C.1?aLIEG�Ye't p , orma .- Is Miami Beach " 'ram Tennis Center 1 .i • 411. -. .r retille7 firisi b _Z -rl . - -' f - •V a 1. �:. I 1 ..a ..„.. 22 I ADDENDUM NO.3 - — �.......--.®..._,. __..�w.....�,._.__.._._... REQUEST FOR PROPOSALS NO.2021-187-AY FOR GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS DocuSign Envelope ID C3A5B18A-A673-4BB1-95E2-D975656D55A4 M I A M I B Ei\C I-I PROCUREMENT DEPARTMENT 1755 Meridian , 3rd Floor Miami Beach, Florida 33139 www.miamibeachfl.gov North Beach Oceanside Park Collins Avenue between 79th and 86th Street f GigIJ Moon C EightyG ,..._.d' 4. *I ;10 .... , „. , _ 50... 1 , --t in I v ...„ , 3 , , . :IA; 41 .*tiol vim ' -1. "'. North Beac giti-lt .,,.4 r" ; ` o ce-n ide r..".— . e. fI It t M y. z • No ' d . Pubic ate *a 4 _ €, 14 t; Ill. 1, y�► ,„? ).- : 4-,mot -./rIlml" .:.I -.,) Fet 4-4 "4 if.4. b , 1 . AI love thy"` !ism, cm,: .. "q!�' i 23 ADDENDUM NO.3 REQUEST FOR PROPOSALS NO.2021-187-AY FOR GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS DocuSign Envelope ID C3A5B18A-A673-4BB1-95E2-D975656D55A4 M I /\tv'\ I B EAC I-I PROCUREMENT DEPARTMENT 1755 Meridian , 3rd Floor Miami Beach, Florida 33139 www.miamibeachfl.gov Polo Park&Athletic Fields Meridian and W. 42nd Street p . i / , ' / 4*-sivi4A, 1* , *,•-.' -. ' ., .) • lilt "'�.c. *..... Playground •� - - a ,, ....:" ,T - ..,... . .. v. ti '' dp '`;, or - I, ;� k / 1 0s. �a •�•.. • 2" � • w t "+. a �j P� -( to . 7 .06'1 >''.5'. ‘ 4 4/ "%Net:* i` '1° , ,,,�i, N lite Alis.,,s 41,:c 4' °. :1, . .'....":::.'(-' '. 4 .`l '• r . jYs " • , • , ,y are- Wi rr °.; .. N. 141).: ''4°7:: ..., w...,-. ole„,1-. ; - ,,. - , . v- 24 I ADDENDUM NO.3 REQUEST FOR PROPOSALS NO.2021-187-AY FOR GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 M I A M I B E AC I-I PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach,Florida 33139 www.miamibeachfl.gov Pinetree Park Pinetree Drive and 45th Street .. ....... A - � a r M 1 . `cam` r .. i . #P S. -lt , /NI. , p. ft. .4. i /1. 46" kw g , _ .A... -v t ci - . • , .dr. ,y .fi ' �t • > , 4. ill ,.. ,, , , .` T" ✓ i Mir , TIN .� * � � �`� ♦ , .�'•' I.�k �•i1� ,FRS Obipt 'oV ' ' ' -` - ,"JA , . :41111":‘ „, t W f�/� 4-4 r 1 ...46161r1r 1.1*, ''''Vf' * lia ' • fir, ll Ir. t I , . ,i„„ .. . ,_ , '4 ph 111#1r.%1 . a ..,, 25 I ADDENDUM NO.3 REQUEST FOR PROPOSALS NO.2021-187-AY FOR GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-0975656D55A4 M I A M I B E AC H PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3^1 Floor Miami Beach,Florida 33139 www.miamibeachfl.gov Muss Park 440 Chase Avenue 4Y : .;, , :y I'-- /44-- ,.... lit,. .: A I,ra 1 417/ 4 I . r 41 i - > Musses • — jA._r _ 1 -11/0 01: ' .: i r ;IZ r r /,,,,,,,,i," ..:,1,-.4,:it411;:i_:,--- 7:::::. ., ily• . : , . s`j � .10 •'' / t�• S . -'2'..( 0' . .14 26 ADDENDUM NO.3 I REQUEST FOR PROPOSALS NO.2021-187-AY FOR GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 M I AM I B E1Ac I-I PROCUREMENT DEPARTMENT 1755 eridian Avenue, 3rd Floor Miami Beach,Florida 33139 www.miamibeachfl.gov Altos Del Mar Park Collins Avenue and 76th Street 4 7.. _ .4., E 7 ,. ...ii. fr4,-. j.. . . . .,. _, 1 _ ,. , ...:1 _ , ., 4 . G.r rip/nit- T l t.u.:1, . . . .e_ ft t ..,)010 ' ,:', • Pirate R.rk',, N i ; ifil Lgallti - 'e ri ti t lr,F BS" a vl _ „� • • • ,.. - .j • \ \ - --0",J." ,,. .F.-.-X, :AV ,_ • .it $1 x `.-74--, ' '' . ' - XI - -0 11:: a — 44. ' ' . ' ! ' f f - No • Shore __it ' .. _^I Branch Library. 14 j� r1 III V_ , A \`/`. • -.r SW . • 27 ADDENDUM N0.3 ......,„._ .-...,...�r.— REQUEST FOR PROPOSALS NO.2021-187-AY FOR GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 M I A M I B E i\ I-I PROCUREMENT DEPARTMENT 1755 eridian Avenue, Floor Miami Beach,Florida 33139 www.miamibeachfl.gov Miami Beach Skate Park 3208 Collins Avenue er ...,.,«., rx r 4, t.¢ e V i ♦PU. ♦ . `sl !141 Oibil I!t+ i• .4 .4/4 °At ... . ' .1 -i I , _ rp ;, :: t It l j ,' jibIlt p itti �f _ ,jr)t, ,_, N. • t • i - 1 N t 1A M i. ir, v4 - ,.,Park r: :{.' !..... - .et ° r. .- Beach 2, .i..2 f17 SkateboardMr& I . „.- -pit i ' _ a , kr- s ` 1:, 111r i' 1~ .4- , t 1 28 I ADDENDUM NO.3 REQUEST FOR PROPOSALS NO.2021-187-AY FOR GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS DocuSign Envelope ID.C3A5B18A-A673-48B1-95E2-D975656D55A4 M I AM I B E AC H PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 www.miamibeachfl.gov GROUP II—PARKS &ATHLETIC FIELDS—SOUTH BEACH (SOUTH OF 41ST STREET) Marjorie Stoneman Douglas Park Ocean Drive between 2nd &3rd Street -44- .i., - •Y- �r r. . 'p, 4 t ""'"4111%111111M5,____ ' , • .. -h.. ..._.: '''.."..• ---;.------.,,,_ Ilk: 1,2 - .i, s g ?« r* ,iit:tii,I. ,,- ,. _ 4 .. ,e .,, .. — , .$. I ): .� ,- Marjory o'' if ," lk. , Stoneman , _ 4„`'> Douglas Ocean • ,. Park»� 3 ifie t F ,� w• ter, tt MI - • f } It.I ;i i r/ t r „. . , l/it , _it arjory, 4 i; ." y * • oneman j± Douglas Ocean d r- '� � + '.each Park r '` Y If .* A P®rk with a t r� I i Og �eecr eccesa ,4 "t►^ - 4 kd ^$ , / Of itqo N.•‘-`4 . -*--,.','.7 �y r - Z" U4- s ♦ M. y � 4. ADDENDUM NO.3 REQUEST FOR PROPOSALS NO.2021-187-AY FOR GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS DocuSign Envelope ID:C3A5B18A-A673-48B1-95E2-D975656D55A4 M I A M I BEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3ro Floor Miami Beach,Florida 33139 www.miamibeachfl.gov Washington Ave. Dog Park Annex SW 2nd Street&Collins Avenue e • I ' t �� if '• i 01; T - ''' .... • - ;f 1r t Washington Park ` • � -- • • •�• 4 ' t- �- • 4 •Big Dog 1.. << •' try^_le J. .► � !' '` _� e1/• s . 12 �, li,, , 'O, 'v •.•:• 1t 4*t:;;:d:;i;*rk'!`,• • Pia ��1� ? `` "lyt + I44, . . . � a � fry • ..., .-4,- 11 , le ol -, 1* ii, ,,. r.. ..,,, . , • ‘7,., ., ,.. . ,,, , , ,.... ..,.... , _ .. ..... „, t 4 „...... . 14 . I, .t....., , ,, • _ ., I 4,- jr- ,, .., , AO N t ji 30 ADDENDUM NO.3 REQUEST FOR PROPOSALS NO.2021-187-AY FOR GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 M I A M I B E AC I-I PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3ro Floor Miami Beach,Florida 33139 www.miamibeachfl.gov Washington Ave. Dog Park NE Corner of Washington &2nd street .ry{ .d ' - .a • 1 JJ t 7.7 ,,..�, _ ,4 ��ii,,,, 6.. yam' ' f .. Washington '"` •r` �,'. • •. ♦' f . Park !I . • fiekt._ _ ' - 4 %IL 1 • • ♦ :• ,,.' ."....,--...1-,•,,,!,,,- :-Ci /. :14-4." '111:111111111:11:?':11:-.' ..'' lirli: . /:11 16 IC ik.. y_ - 1 ' t1 �. ; gt # s.'_- rya 741 ,• 31 ADDENDUM NO.3 REQUEST FOR PROPOSALS NO.2021-187-AY FOR GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 M I A M I B E AC H PROCUREMENT DEPARTMENT 1755 Meridian , Id Floor Miami Beach, Florida 33139 www.miamibeachfl.gov Buoy Park(Star Island) Between East and west Star Island Drive a.. , •1 ', ...& 4 Ili . Sttiot r A' "� +i ,� No :i .�- z .. Ft . .11 .,1 fa, ipt, - --4. ."-- - Ay irolitlik r se � `-o . .twoo. - 1st* r 44 ,.S. • i _ r 0 ,lr$ " °w` f 4 s K, ynF s44,4: ,a A_IIb Y r. joie g 32 I ADDENDUM NO.3 REQUEST FOR PROPOSALS NO.2021-187-AY FOR GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 M I A M I B E AC H PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach,Florida 33139 www.miamibeachfl.gov Palm Island Park 159 Palm Avenue f.Y ,: i , 't,. .. `'; •+`' n ... >. / t . ). . :14,11 oticiP •• .04.: ..., ..• .1 .11/44, / ''' 1111:1 I 'Pitlt. . t 14 1, s;, r'► 1 / 4 ' y -� r ' / .4 / F. N. �f ,,- ry c 4. let ' x .� �. 'may �� '. > , .,� , f' 33 ADDENDUM NO.3 REQUEST FOR PROPOSALS NO.2021-187-AY FOR GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 M I A M I BEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3ro Floor Miami Beach,Florida 33139 www.miamibeachfl.gov Hibiscus Island Park Between North and South Island Road 04...t ' t .‘ igi . , - • / t ,a. / ...,..,.... ...< , , .-s,i :.. i, r , i "i / - . . i -„t1.1 A., ,- .. t Th Ada ` '� •i, V, \ , :413, 4 1 , " . ' , ' - '3_1° \'-- p -1"v": / • • W , * 4 ‘,, , of •• ' %i / ";‘ IR , 40-7 N.-. 4.• ' * �,, n�_ . ' 4 �.. �♦ / ` r 9y,+ . M I -.�' , , _ ..,,, , . zj nt pisy, . 111\\\ �`' .j yr am \ 34 ADDENDUM NO.3 REQUEST FOR PROPOSALS NO.2021-187-AY FOR GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS DocuSign Envelope ID C3A5B18A-A673-4BB1-95E2-D975656D55A4 M I A M I B E AC I-I PROCUREMENT DEPARTMENT 1755 Meridian ; 3rd Floor Miami Beach, Florida 33139 www.miamibeachfl.gov Collins Park Collins between 21st and 22nd Street . , r .t `: - �y `, ,, 7.17 v �` a .., ,• ^. ' •Z /4, y 'f • F p , EciAlfM1b 4.7/ 4' Oil I r --op, , Region -. �. Jf w 1 I , i .� t1 Jill , # ; 41.1 a 4 fe ji r t !or '40/ m- , ., ••- •1110 Ito .41 N. l I le • * Ar oark.xno i1 IF 2. """ .rena.nk n -4 :iii- ._ 4J i .,a_..'6. *..:.•t.: ltb_oi l71mli.i*:.k 6"I''' t4l .vikI—it,.1ir', ;ram ` _ Ito' S /j`. Park 41 /7 , r sf A t "! ' . 14 --• (S t...., lill r1 • , 1 1 ...".- .0 4 c,I 35 ADDENDUM NO.3 REQUEST FOR PROPOSALS NO 2021-187-AY FOR GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS DocuSign Envelope ID.C3A5B18A-A673-4BB1-95E2-D975656D55A4 M I A M I BEi\C H PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3/d Floor Miami Beach, Florida 33139 www.miamibeachfl.gov Belle Isle Park Venetian Causeway at South Island Road IM 111111111' ZP. • \ • It 1 , ' '-,-.-'!Li .lir . . IR:-.0 1.' , . , .);1' • k ..,... .r: `et I t,ilti, \ -Belle Isle Pa , r 4€ (..,',.4 03;1114t. ilirrilki:00 sa, 8\\ '_ ,y • Z a \ \' .. "...4.4- . • -1-9111,_ _,_, . :. ....,. • .,‘. . , ' L - 36 I ADDENDUM NO.3 REQUEST FOR PROPOSALS NO 2021-187-AY FOR GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 M I AN1 I B E AC I- I PROCUREMENT DEPARTMENT 1755 eridian Avenue, Floor Miami Beach,Florida 33139 www.miamibeachfl.gov Sunset Island II Park Sunset Drive between W. 25th and 27th Street ,:„i *. 1L J nit • -0 0 itille. 4 ir _ ..-. _ ti � L • • 4 J _, _ 1 4 Jo. • ' °• w. f 4:3 . """...• .^4 P 4 4L- p..,„, , , le , --'" ' -,-, 1 . . iliti ir:-.?„. .4 -. s •r 7 1 ..., 4 ' Y ^� •' .I - ifv f M y3' -' f 1 \ / 4i 1 •%- • T.., _ c e 37 ADDENDUM NO.3 REQUEST FOR PROPOSALS NO.2021-187-AY FOR GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-1)975656D55A4 M I A M I B E AC H PROCUREMENT DEPARTMENT 1 Meridian Avenue, Floor Miami Beach,Florida 33139 www.miamibeachfl.gov Sunset Island IV Park Sunset Drive and W. 21st Street M `\ \ v - r. y `•;�` \\ ft* \\\\\ • it . * \ �� :.g • a 'I 1111111kik ..ci' 'S ,11..AN:.4.% 1 . , \ \ 4 \ '\\ I r 4 Sunset.Lake.Pa +` `\ Ilk \ . . ti. ' �' ! \ ti li- : , , 1- 'A t.4‘. \ . Y Iv ‘'1"-k' • 1111111k\ 4 . \ .r _ \\':\ 38 I ADDENDUM NO.3 REQUEST FOR PROPOSALS NO.2021-187-AY FOR GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS DocuSign Envelope ID C3A5B18A-A673-4BB1-95E2-D975656D55A4 M I AM I B E AC H PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach, Florida 33139 www.miamibeachfl.gov Lummus Park Ocean Drive between 2nd and 15th Street 10th to 14th 5th to 10th ' --I-- — ----,..,? .t4;40111p4, j_____ , -.1'.1‘.67 Ilk ;00 V- I 1 , to - ._,..,_ . ! 'ir• - , ' , - fill ..•1' , r ,Itt azil AIL, _.: , , ....... ir i. J r t ;�� < 'att r•�-x ". .. / -T o`- • 1 j 'Y.• I j /e (ir i •••• lk .1. . / , ....•• ' '# • .:: '- •m fie, —"— • ..// • ., � r,_,i, _ / 7 r�, a J aII, i / r or pf„ .r , i r :A ' r \"1•0. 10 j . �'1 , f Ir .: ummus G .'{� / 4 Bean access :/ M► •:.- I, x*. .,+ ! 14 .1 * .4,4 4. , i. ," ': Op e 4111Elksa ft • • IvIll' i 4 414 ill I IF ; • . ilin e At , 1 ;7., 1111 .• I _ m F. ADDENDUM NO.3 REQUEST FOR PROPOSALS NO 2021-187-AY FOR GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 M I A M I BEACI-I PROCUREMENT DEPARTMENT 1755 Meridian Avenue, Floor Miami Beach,Florida 33139 www.miamibeachfl.gov Scott Rakow Youth center 2700 Sheridan Avenue J ' r - i +F scot,G3Y `�. Youths O `i ',A 0 � . • , . s.: 4- :,Jkt S ' tsz i F, - . f. J Y P b •.''I . ,r - ,, f d . • f..,. - ... I q .,A,,...... it 40 ADDENDUM NO.3 REQUEST FOR PROPOSALS NO.2021-187-AY FOR GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS DocuSign Envelope ID C3A5B18A-A673-4BB1-95E2-D975656D55A4 M I A M I B E AC H PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 31d Floor Miami Beach, Florida 33139 www.miamibeachfl.gov Maurice Gibb Memorial Park Purdy Avenue and 18th Street 40 Marine -atro II•. �a P _ 4., janh'" cr1:43;11.44.111** - ..4.111* ., 0 . 1 Beautiful sunset !11 _.r', 41* 1 , k 14t:Lit...44-4 • Maurice i.b Memoria 'ark • _ Wat « .. a -+. - owns.pa 6 ' , - 4 playgrounds +1 g - r :if • 111 , R Chiidreris.Playgroun r' ' ' • ' i t t �� r 0, - . r uniii l 41 ADDENDUM NO.3 REQUEST FOR PROPOSALS NO 2021-187-AY FOR GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 M I A M I B E AC H PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach,Florida 33139 www.miamibeachfl.gov Bayshore Park(Par 3) ' Ir. - • . . ',''' ,L. , .. 4.44,,,,, ., f,— 4' di* i , .,. .,.. • 11114014 • �a ttY.. t i4k-• r •j44.4)'44 c, , r I • , • v4.44. r- . .- ,.•,..:*,444 lopp + Vr s.'e%:4 (4- ' ' ''' ' . "' ,f t ci '4 -. ii. ...'tea_-.r '; 4 sy TT 44 ri *41 t�i '' mo•t , ± ,`I/ i� 11LL tivity, 0. ~ i C a.r s.r .)! ' s 4 . �' AIL fi r :? C Beach Public >�-` �''�y1 •. 44 :r+ mita „it _,...... : ,, ,,„,.., , "Pr.�-YCIi •- 4. u; . 'I Y ittelf. 42 ADDENDUM NO.3 REQUEST FOR PROPOSALS NO.2021-187-AY FOR GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 M I AM I BEIAC H PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach,Florida 33139 www.miamibeachfl.gov Flamingo Park &Athletic Fields Jefferson Avenue and 11th Street North • ogt.11:i" , ......„, rivfiftiotai -1-1 , "al .„ �� sebalp i r 4 x- . I .,/ - r, d '! \ INOI, . k Ilier t'''' 1 1 ' F . BFlasaitnbgo.P d �FamngM'�dea , -. i����r _1 y� iide --- - - _ - - - - South y � � C t ,•- l' I e " to , ;..;+ • !!ice r . Vel Alk p. : 1'; J v ''iRw..� 0' Syr s �... ::y C. . 6 ,14 - . • - . rip,ti,, ':Ili•-• , ,,..- .,14.Al m , ift in - ' *fr...- 'e _ ems ' 43 I ADDENDUM NO.3 ...�. REQUEST FOR PROPOSALS NO.2021-187-AY FOR GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-0975656D55A4 M I Af\A I BEiXI-I PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach,Florida 33139 www.miamibeachfl.gov Pocket Park North Bay Road and 20th Street „-- r jor ., •` r —AO\- . fir. J. 'li �, .... -. /. 'of �Y • `� ":"...:14- i .. ;,,- 4.0 - :i.. lor ,, , .AppAN. ' • /A .-- ...it', Al\ • , Kids'lay round A t. 14kk 0-.4.,..a'e-w_k :, = ,- ,. ,i\\* ' ;i! '-ii , vE, � lI . y * ` - t,. , 1 - 7 At 44 ADDENDUM NO.3 REQUEST FOR PROPOSALS NO.2021-187-AY FOR GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 M I A M I B EAC I-I PROCUREMENT DEPARTMENT 1755 eridian Avenue, Floor Miami Beach,Florida 33139 www.miamibeachfl.gov GROUP III—PARKS &ATHLETIC FIELDS—SPECIALTY PARKS Soundscape Park 17th Street and Washington Avenue • • •;zy■ . ill il V. w It- ii, • iL "Ir ., . , :I At, ,.• . , ,.. ?^• • sue' �' i ! $1111 Ly. !i 7f;41' 0 # . : I , - 1 . k411616 i 1 Okr 1 _ 4-$ •. Soundscape . _ 1*4- Pa •. ar-44 - _'1�., a ` R :.i:yi'afi�:'7 • M • l . F R .,��. - a Al !I( 5-. r f z +i-' to ,{ •r two i- .L-. 45 ADDENDUM NO.3 REQUEST FOR PROPOSALS NO.2021-187-AY FOR GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 M I AM I B Ei\C H PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3ro Floor Miami Beach,Florida 33139 www.miamibeachfl.gov South Pointe Park One Washington Avenue East it= V • y . ! / zjztr mil' _ by s "',a'.lr Park .� 0 "- - -'� 4. ->4 T`\\ i 1. , West '.'.14. - ..-...,-,-_-_-........ .. --,---,-,-: _ i :,..,,' . y- , -.4r2r..,„,,,,. ..........rk p• ♦ AbP y at .j 46 ADDENDUM NO.3 REQUEST FOR PROPOSALS NO.2021-187-AY FOR GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 M I /\fv'\ I BEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 31d Floor Miami Beach, Florida 33139 www.miamibeachfl.gov Pride Park 1800 Convention Center Drive --714V rlIlli"IIIIIIII""I u. 11 _• s..: .M=Ilk __._N1/41.-- ' ' • - ' . V CI 71411111W - - -til '4111 .1 , 1 � I , P';dr!Rif :1, — * 1 I"0- :. \ Unamed lip Li 411(164 il libi l`.1'W%.-1LLSL•111�Jyllfll Lr[113 •' 1- - - billy I ...NW Ali iiiPP-- -I. eft. a - 11 I I 11P-40' -Nil lif .. Ili ( ' 1 414"11111,111 1 '1: 1 l 1 t, 'e , . V Fes'' I i -_ 1 i �i .. • ua •,. . 47 I ADDENDUM NO.3 REQUEST FOR PROPOSALS NO.2021-187-AY FOR GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 M I A M I B E AC H PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach,Florida 33139 www.miamibeachfl.gov Collins Canal Park 1901 Convention Center Drive(TBD) r r , 1: 44 .,','",44!.*: , +-"r' ..(1,..... .'P---. '": C ` i' r iow: s }a w 3 , 4il.c. _':, ii:„.,',:-...,..:40,4; 4 it.—'04: .4,: ,' coVkl,r.t.,::("4\:51::.,,`‘.„....\,'V''''..,reit_I,.407 ' ' '. . ..1 io • .1,, A:a.lA •anal Park,, - V l y Y. 4 i , . , -., ,+ II -'l„p.a., 48 I ADDENDUM NO.3 REQUEST FOR PROPOSALS NO.2021-187-AY FOR GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 M I A M I B E AC I-i PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach,Florida 33139 www.miamibeachfl.gov 500-700 Alton Road Park \ . o L " III i I - ' c • ` ' yy- d. "�.:V 4C:.'J� i I 11 49 ADDENDUM NO.3 REQUEST FOR PROPOSALS NO.2021-187-AY FOR GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS DocuSign Envelope ID:C3A5B1BA-A673-4BB1-95E2-D975656D55A4 M 'A fI A, I B C CAC n u PROCUREMENT DEPARTMENT J v 1755 Meridian Avenue,3rd Floor Miami Beach,Florida 33139 www.miamibeachfl.gov ADDENDUM NO.2 REQUEST FOR PROPOSALS NO.2021-187-AY FOR GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS September 3,2021 This Addendum to the above-referenced RFP is issued in response'to.questions from prospective proposers,or other clarifications and revisions issued by the City. The RFP is amended in the following particulars only (deletions are• shown by strikethrough and additions are underlined). A FORTHCOMING ADDENDUM WILL CONTAIN RESPONSES TO QUESTIONS RECEIVED. I. RFP DUE DATE AND TIME. The deadline for the receipt of bids is extended until 3:00 p.m., on • Wednesday,September 15,2021. • All bids received and time stamped through BidSync, prior to the bid submittal deadline shall be accepted as timely submitted. Bids will be opened promptly at the time and date specified. Hard copy bids or bids -• received electronically,either through email or facsimile, submitted prior to or after the deadline for receipt of bids are not acceptable and will be rejected: Late bids cannot be submitted, bidders are cautioned to plan sufficiently. The City will in no way be responsible for delays caused by technical difficulty or caused by any other occurrence Any questions regarding this Addendum should be submitted in writing to the Procurement Management Department to the attention -of the individual named below, with a copy to the City Clerk's Office at RafaelGranado@miamibeachfl.gov . . Contact: Telephone: Email: Arju Yudasto 305-673-7000 ext.7490 ArjuYudasto@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of.your RFP submission. Potential • proposers that have elected not to submit a response to the RFP are requested to complete and return the"Notice to Prospective Bidders"questionnaire with the reason(s)for not submitting a proposal. Icerel Denis Procurement Director 1 ADDENDUM NO.2 REQUEST FOR PROPOSALS NO.2021-187-AY FOR GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 M I A M I B E AC I-I PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3ro Floor Miami Beach,Florida 33139 www.miamibeachfl.gov ADDENDUM NO. 1 REQUEST FOR PROPOSALS NO.2021-187-AY FOR GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS August 25,2021 This Addendum to the above-referenced RFP is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. The RFP is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). A FORTHCOMING ADDENDUM WILL CONTAIN RESPONSES TO QUESTIONS RECEIVED. I. RFP DUE DATE AND TIME. The deadline for the receipt of bids is extended until 3:00 p.m., on Wednesday,September 8,2021. All bids received and time stamped through BidSync, prior to the bid submittal deadline shall be accepted as timely submitted. Bids will be opened promptly at the time and date specified. Hard copy bids or bids received electronically, either through email or facsimile, submitted prior to or after the deadline for receipt of bids are not acceptable and will be rejected. Late bids cannot be submitted, bidders are cautioned to plan sufficiently. The City will in no way be responsible for delays caused by technical difficulty or caused by any other occurrence Any questions regarding this Addendum should be submitted in writing to the Procurement Management Department to the attention of the individual named below, with a copy to the. City Clerk's Office at RafaelGranado@miamibeachfl.gov Contact: Telephone: Email: Arju Yudasto 305-673-7000 ext.7490 ArjuYudasto@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your RFP submission. Potential proposers that have elected not to submit a response to the RFP are requested to complete and return the"Notice to Prospective Bidders"questionnaire with the reason(s)for not submitting a proposal. cerely, Alex enis Pro rement Director I 1 ADDENDUM NO.1 REQUEST FOR PROPOSALS NO.2021-187-AY FOR GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 MIAMI BEACH RFP 2021-187-AY GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS TABLE OF CONTENTS SOLICITATION SECTIONS: 0100 INSTRUCTIONS TO PROPOSERS 0200 GENERAL CONDITIONS 0300 PROPOSAL SUBMITTAL INSTRUCTIONS & FORMAT 0400 PROPOSAL EVALUATION APPENDICES: APPENDIX A MINIMUM REQUIREMENTS&SPECIFICATIONS APPENDIX B COST PROPOSAL FORM APPENDIX C INSURANCE REQUIREMENTS APPENDIX D AERIAL MAPPINGS APPENDIX E CLEANLINESS INDEX DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 _ MIAMI BEACH SECTION 0100 INSTRUCTIONS TO PROPOSERS 1. GENERAL. This Request for Proposals (RFP) is issued by the City of Miami Beach, Florida (the "City"), as the means for prospective Proposers to submit their qualifications, proposed scopes of work and revenue proposals(the "proposal") to the City for the City's consideration as an option in achieving the required scope of services and requirements as noted herein.All documents released in connection with this solicitation,including all appendixes and addenda,whether included herein or released under separate cover,comprise the solicitation, and are complementary to one another and together establish the complete terms, conditions and obligations of the Proposers and, subsequently,the successful Proposer(s)(the"contractor[s]")if this RFP results in an award. The City utilizes Periscope S2G (formally known as BidSync)(www.periscopeholdinos.com or www.bidsync.com)for automatic notification of competitive solicitation opportunities and document fulfillment, including the issuance of any addendum to this RFP. Any prospective Proposer who has received this RFP by any means other than through Periscope S2G must register immediately with Periscope S2G to assure.it receives any addendum issued to this RFP. Failure to receive an addendum may result in disqualification of proposal submitted. 2. PURPOSE.On July 4, 2014 the City issued Invitation to Bid(RFP)2014-195-LR for Grounds Maintenance—Parks and Athletic Fields.On December 17,2014 the Mayor and City Commission of the City of Miami Beach("City")awarded contracts to the lowest bidder(s). The existing contract expired February 2, 2020. On January 16, 2020,the contract was extended on a month-to month-basis. This RFP seeks to replace the contract for the required services. As a result, the City is seeking proposals from qualified firms to provide grounds maintenance services consisting primarily of landscape and irrigation maintenance service in accordance with the terms, conditions and specifications contained herein. Proposals shall include all labor,equipment and materials needed to perform those duties set forth in Appendix A, Minimum Requirements and Specifications. The Parks and Recreation Department estimates the annual budget for this project to be$2,250,000.00. 3.GROUP SELECTION. Proposers may submit proposals for GROUP I: North Beach(North of 41st Street), GROUP II: South Beach(South of 41st Street),or GROUP III Specialty Parks. Proposers shall submit separate attachments for each group for which a proposal is submitted. Example: a proposer which submits a proposal for Group I: North Beach (North of 41st Street) and Group II: South Beach (South of 41st Street) shall submit one attachment for Group I and a separate and distinct attachment for Group II. Additional/miscellaneous services will be negotiated with the selected proposer(s), refer to section 13.0 Additional Work Requests Based on Contract Items. 4.ANTICIPATED RFP TIMETABLE.The tentative schedule for this solicitation is as follows: RFP Issued July 28, 2021 Pre-Proposal Meeting August 10, 2021 at 10:00 a.m. ET Deadline for Receipt of Questions August 17,2021 at 5:00 p.m. ET Responses Due August 31, 2021 at 3:00 p.m. ET (1) Dial the TELEPHONE NUMBER: 786-636-1480(Toll-free North America) (2) Enter the MEETING NUMBER 426 861 847# Click here to join the meeting Evaluation Committee Review TBD Proposer Presentations TBD DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 MIAMI I BEACH Tentative Commission Approval Authorizing TBD Negotiations Contract Negotiations Following Commission Approval 5. PROCUREMENT CONTACT.Any questions or clarifications concerning this solicitation shall be submitted to the Procurement Contact noted below: Procurement Contact Telephone: Email: Ar'u Yudasto 305-673-7000,ext.26695 ar'u udasto• miamibeachfl.•ov Additionally, the City Clerk is to be cosied on all communications via e-mail at: RafaelGranado• miamibeachfl.sov; or via facsimile: 786-394-4188. The Bid title/number shall be referenced on all correspondence. All questions or requests for clarification must be received no later than ten (10)calendar days prior to the date proposals are due as scheduled in Section 0200-3. All responses to questions/clarifications will be sent to all prospective Proposers in the form of an addendum. 6. PRE-PROPOSAL MEETING OR SITE VISIT(S). Only if deemec)necessary by the City, a pre-proposal meeting or site visit(s) may be scheduled. Attendance for the pre-proposal meeting shall be via telephone and recommended as a source of information but is not mandatory. Proposers interested in participating in the Pre-Proposal Meeting must follow these steps: -(1)Dial the TELEPHONE NUMBER:786-636-1480(Toll-free North America) (2)Enter the MEETING NUMBER 901 915 981# OR Click here to join the meeting Proposers who are participating via telephone should send an e-mail to the contact person listed in this RFP expressing their intent to participate via telephone. 7. PRE-PROPOSAL INTERPRETATIONS. Oral information or responses to questions received by prospective Proposers are not binding on the City and will be without legal effect, including any information received at pre- submittal meeting or site visit(s). The City by means of Addenda will issue interpretations or written addenda clarifications considered necessary by the City in response to questions. Only questions answered by written addenda will be binding and may supersede terms noted in this solicitation.Addendum will be released through Periscope S2G. Any prospective proposer who has received this RFP by any means other than through Periscope S2G must register immediately with Periscope S2G to assure it receives any addendum issued to this RFP. Failure to receive an addendum may result in disqualification of proposal. Written questions should be received no later than the date outlined in the Anticipated RFP Timetable section. 8.CONE OF SILENCE.This RFP is subject to,and all proposers are expected to be or become familiar with,the City's Cone of Silence Requirements, as codified in Section 2-486 of the City Code. Proposers shall be solely responsible for ensuring that all applicable provisions of the City's Cone of Silence are complied with, and shall be subject to any and all sanctions, as prescribed therein, including rendering their response voidable, in the event of such non- compliance. Communications regarding this solicitation are to be submitted in writing to the Procurement Contact named herein with a copy to the City Clerk at rafaelgranado@miamibeachfl.gov 9.ADDITIONAL INFORMATION OR CLARIFICATION. After proposal submittal,the City reserves the right to require additional information from Proposers (or Proposer team members or sub-consultants) to determine: qualifications (including, but not limited to, litigation history, regulatory action, or additional references); and financial capability (including,but not limited to,annual reviewed/audited financial statements with the auditors notes for each of their last DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 MIAMI BEACH two complete fiscal years). 10. PROPOSER'S RESPONSIBILITY. Before submitting a response, each Proposer shall be solely responsible for making any and all investigations, evaluations, and examinations, as it deems necessary, to ascertain all conditions and requirements affecting the full performance of the contract. Ignorance of such conditions and requirements,and/or failure to make such evaluations, investigations, and examinations,will not relieve the Proposer from any obligation to comply with every detail and with all provisions and requirements of the contract, and will not be accepted as a basis for any subsequent claim whatsoever for any monetary consideration on the part of the Proposer. 11.DETERMINATION OF AWARD.The City Manager may appoint an evaluation committee to assist in the evaluation of proposals received.The evaluation committee is advisory only to the city manager.The city manager may consider the information provided by the evaluation committee process and/or may utilize other information deemed relevant. The City Managers recommendation need not be consistent with the information provided by the evaluation committee process and takes into consideration Miami Beach City Code Section 2-369, including the following considerations: (1)The ability,capacity and skill of the Proposer to perform the contract. (2)Whether the Proposer can perform the contract within the time specified,without delay or interference. (3)The character, integrity, reputation,judgment,experience and efficiency of the Proposer. (4)The quality of performance of previous contracts. (5)The previous and existing compliance by the Proposer with laws and ordinances relating to the contract. The City Manager may recommend to the City Commission the Proposer(s)s/he deems to be in the best interest of the City or may recommend rejection of all proposals. The City Commission shall consider the City Manager's recommendation and may approve such recommendation. The City Commission may also, at its option, reject the City Manager's recommendation and select another Proposal or Proposals which it deems to be in the best interest of the City,or it may also reject all Proposals. 12.NEGOTIATIONS.Following selection,the City reserves the right to enter into further negotiations with the selected Proposer. Notwithstanding the preceding, the City is in no way obligated to enter into a contract with the selected Proposer in the event the parties are unable to negotiate a contract. It is also understood and acknowledged by Proposers that no property, contract.or legal rights of any kind shall be created at any time until and unless an Agreement has been agreed to; approved by the City;and executed by the parties. 13. E-VERIFY. As a contractor you are obligated to comply with the provisions of Section 448.095, Fla. Stat., "Employment Eligibility." Therefore, you shall utilize the U.S. Department of Homeland Security's.E-Verify system to verify the employment eligibility of all new employees hired by the Contractor during the term of the Contract and shall expressly require any subcontractors performing work or providing services pursuant to the Contract to likewise utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the subcontractor during the Contract term. DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 MIAMI BEACH Balance of Page Intentionally Left Blank DocuSign Envelope ID:C3A5B1BA-A673-4BB1-95E2-D975656D55A4 MIAMIBEACH SECTION 0200 GENERAL CONDITIONS TERMS & CONDITIONS —SERVICES. By virtue of submitting a proposal in response to this solicitation, proposer agrees to be bound by and in compliance with the Terms and Conditions for Services (dated April 13, 2020), incorporated herein,which may be found at the following link: https://www.miamibeachfl.gov/city-hall/procurement/standard-terms-and-conditions/ DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 MIAMI BEACH SECTION 0300 PROPOSAL SUBMITTAL INSTRUCTIONS AND FORMAT 1.ELECTRONIC RESPONSES(ONLY).Proposals must be submitted electronically through Periscope S2G(formerly BidSync) on or before the date and time indicated. Hard copy proposals or proposals received through email or facsimile are not acceptable and will be rejected. A proposer may submit a modified proposal to replace all or any portion of a previously submitted proposal until the deadline for proposal submittals.The City will only consider the latest version of the bid. Electronic proposal submissions may require the uploading of attachments. All documents should be attached as separate files in accordance with the instructions included in Section 4, below. Attachments containing embedded documents or proprietary file extensions are prohibited. It is the Bidders responsibility to assure that its bid, including all attachments, is uploaded successfully. Only proposal submittals received, and time stamped by Periscope S2G (formerly BidSync) prior to the proposal submittal deadline shall be accepted as timely submitted. Late bids cannot be submitted and will not be accepted. Bidders are cautioned to allow sufficient time for the submittal of bids and uploading of attachments. Any technical issues must be submitted to Periscope S2G• (formerly BidSync) by contacting (800) 990-9339 (toll free) or S2G a(�.periscopeholdings.com.The City cannot assist with technical issues regarding submittals and will in no way be responsible for delays caused by any technical or other issue. It is the sole responsibility of each Bidder to ensure its proposal is successfully submitted in BidSync prior to the deadline for proposal submittals. 2. NON-RESPONSIVENESS. Failure to submit the following requirements shall result in a determination of non- responsiveness. Non-responsive proposals will not be considered. 1. Bid Submittal Questionnaire 2. Failure to comply with Minimum Eligibility Requirement(See Appendix A, Section Al). 3. Cost Proposal(Tab 5). 3.OMITTED OR ADDITIONAL INFORMATION. Failure to complete and submit the Bid Submittal Questionnaire (submitted electronically)and the Cost Proposal with the bid and by the deadline for submittals shall render a proposal non-responsive. Non-Responsive proposals will not be considered. With the exception of the Bid Submittal Questionnaire (completed and submitted electronically) and the Cost Proposal, the City reserves the right to seek any omitted information/documentation or any additional information from Proposer or other source(s), including but not limited to: any firm or principal information, applicable licensure, resumes of relevant individuals, client information, financial information, or any information the City deems necessary to evaluate the capacity of the Proposer to perform in accordance with contract requirements. Failure to submit any omitted or additional information in accordance with the City's request shall result in proposal being deemed non-responsive. 4. ELECTRONIC PROPOSAL FORMAT. In order to maintain comparability, facilitate the review process and assist the Evaluation Committee in review of proposals, it is strongly recommended that proposals be organized and tabbed in accordance with the tabs,and sections as specified below.The electronic submittal should be tabbed as enumerated below and contain a table of contents with page references. The electronic proposal shall be submitted through the "Line Items"attachment tab in Periscope S2G. TAB 1 Cover Letter&Minimum Qualifications Requirements 1.1 Cover Letter and Table of Contents. The table of contents should indicate the tabs, sections with tabs and page numbers to facilitate the evaluation committee's review. The cover letter must be signed by a principal or agent able to bind the firm and contain the following: DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 MIAMI BEACH 1.1.1. Prime Proposer. Include the name and location of the Prime Proposer, Primary Proposer's Representative for the RFQ, Representative's Contact.Joint Ventures are not allowed under this RFQ. 1.1.2. Group Selection. Proposer must indicate in their proposal the category of work for which proposal is submitted. Groups include: GROUP I: North Beach (North of 41st Street), GROUP II: South Beach (South of 41st Street), and GROUP Ill: Specialty Parks(refer to Section 0100, No.3 Group Selection). Proposers shall submit separate attachments for each group for which a proposal is submitted. Example: a proposer which submits a proposal for GROUP I: North Beach (North of 41st Street) and GROUP II: South Beach (South of 41st Street) shall submit one attachment for GROUP I and a separate and distinct attachment for GROUP II. 1.2 Minimum Qualifications Requirements. Submit verifiable information documenting compliance with the minimum qualification's requirements established in Appendix A, Minimum Requirements and Specifications. TAB 2 Experience&Qualifications 2.1 Qualifications of Proposing Firm. Submit detailed information regarding the relevant experience and proven track record of the firm and/or its principals in providing the scope of services similar as identified in this solicitation, including experience in providing similar scope of services to public sector agencies. For each project that the Proposer submits as evidence of similar experience for the firm and/or any principal,the following is required:project description, agency name, agency contact, contact telephone &email, and year(s) and term of engagement. For each project, identify whether the experience is for the firm or for a principal(include name of principal). 2.2 Qualifications of Proposer Team. Provide an organizational chart of all personnel and consultants to be used for this project if awarded,the role that each team member will play in providing the services detailed herein and each team members' qualifications. A resume of each individual, including education, experience, and any other pertinent information, shall be included for each Proposal team member to be assigned to this contract. TAB 3 Approach and Methodology Submit detailed information on how Proposer plans to accomplish the required scope of services including detailed information,as applicable,which addresses, but need not be limited to: 1. compliance with standards 2. equipment and materials 3. litter control and pressure cleaning 4. fertilization, pesticides, and disease and pest control 5. turf renovations 6. tree maintenance/care 7. irrigation system maintenance and watering 8. emergency response and services. TAB 4 Cost Proposal Submit a completed Cost Proposal Form(Appendix B). Balance of Page Intentionally Left Blank DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 SECTION 0400 PROPOSAL EVALUATION 1.EVALUATION OF PROPOSALS.All responsive proposals will be evaluated in accordance with this section. If more than one proposal is received, the City Manager may appoint an Evaluation Committee to consider and provide feedback on the qualitative factors of each proposal. In the event that only one responsive proposal is received, the City Manager, after determination that the sole responsive proposal materially meets the requirements of the RFP, may, without an evaluation committee, recommend to the City Commission that the Administration enter into negotiations. In the evaluation of proposals, Proposers may be requested to make additional written submissions of a clarifying nature or oral presentations to the Evaluation Committee. Failure to provide the requested information within the time prescribed may result in the disqualification of proposal. 2. QUALITATIVE FACTORS (QUALIFICATIONS, SCOPE AND APPROACH), COST PROPOSAL, VETERAN'S PREFERENCE, AND VOLUME OF WORK. The Evaluation Committee shall only consider qualitative factors. The Evaluation Committee shall not consider quantitative factors(e.g., cost, revenue) in its review of proposals. The Evaluation Committee shall act solely in an advisory capacity to the City Manager. The results of the Evaluation Committee process do not constitute an award recommendation. The City Manager may utilize, but is not bound by, the results of the Evaluation Committee process, as well as consider any feedback or information provided by staff, consultants or any other third-party in developing an award recommendation in accordance with Sub-section 4 below.- In its review of proposals received, the Evaluation Committee may review and score all proposals, with or without conducting interview sessions, in accordance with the following criteria. The Procurement Department will assign points for Veteran's Preference, pursuant to Ordinance No. 2011-3748, as applicable. Qualitative Criteria Maximum Points Proposer Experience and Qualifications 40 Approach and Methodology 30 TOTAL AVAILABLE POINTS for Qualitative Criteria 70 Cost Pro•osal 30 Veteran's Preference Points 5 TOTAL AVAILABLE POINTS for Qualitative and Veteran's 105 Preference Criteria EVALUATION COMMITTEE RANKING FOR QUALITATIVE CRITERIA ONLY.The sum of qualitative scores will be converted to rankings in accordance with the example below. Proposer A Proposer B Proposer C Committee Qualitative Points 82 76 80 Member 1 - Rank 1 3 2 Committee Qualitative Points 79 85 72 Member 2 Rank . 2 1 3 Committee Qualitative Points 80 74 66 'Member 2 Rank 1 2 3 Low Aggregate Score 4 6 8 Final Ranking* 1 2 3 Continued on the following page. DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 3.QUANTITATIVE FACTORS.Quantitative factors shall not be considered by the Evaluation Committee. Cost Proposal Evaluation. The cost proposal points shall be developed in accordance with the following formula: Sample Objective Formula for Cost Example Maximum Formula for Calculating Points Vendor Allowable Points (lowest cost I cost of proposal being Total Points Vendor Cost (Points noted are for illustrative evaluated X maximum allowable Awarded Proposal purposes only.Actual points are points=awarded points) noted above.) Round to Vendor A $100.00 20 $100 MOO X 20=20 20 Vendor B $150.00 20 $1001$150 X 20=13 13 Vendor C $200.00 20 $1001$200 X 20=10 10 4.DETERMINATION OF AWARD.The City Manager shall consider qualitative and quantitative factors, in accordance with Sub-section 2 and 3 above,to recommend the proposer(s) he deems to be in the best interest of the City or may recommend rejection of all proposals.The City Managers recommendation need not be consistent with the information provided by the evaluation committee process and takes into consideration Miami Beach City Code Section 2-369, including the following considerations: (1)The ability,capacity and skill of the Proposer to perform the contract. (2)Whether the Proposer can perform the contract within the time specified,without delay or interference. (3)The character, integrity, reputation,judgment,experience and efficiency of the Proposer. (4)The quality of performance of previous contracts. (5)The previous and existing compliance by the Proposer with laws and ordinances relating to the contract. The City Manager may recommend to the City Commission the Proposer(s) s/he deems to be in the best interest of the City or may recommend rejection of all proposals. The City Commission shall consider the City Managers recommendation and may approve such recommendation. The City Commission may also, at its option, reject the City Managers,recommendation and select another Proposal or Proposals which it deems to be in the best interest of the City, or it may also reject all Proposals. Balance of Page Intentionally Left Blank DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 APPENDIX A M I AM I BEACH Minimum Requirements & Specifications RFP 2021 - 187-AY GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 1.0 MINIMUM REQUIREMENT Bidders must submit evidence that they are qualified to satisfactorily perform the specified services. Additionally, the Minimum Eligibility Requirements for this solicitation are listed below. Bidder shall submit the required submittal(s) documenting compliance with each minimum requirement. Proposers that fail to comply with minimum requirements shall be deemed non-responsive and shall not have its bid considered. 1. Bidder and/or its principles or Subcontractor shall be licensed as Florida Certified Landscape Contractor(FCLC)through the Florida Nursery, Growers, and Landscape Association. Submittal Requirements: Submit certification by the Florida Nursery, Growers, and Landscape Association. 2. Bidder and/or it's principals must have three(3)landscape maintenance projects(of similar scope)within the last six(6)years,two(2)of which must be with a minimum annual cost of $100,000,the third with a minimum annual cost of$250,000 or more. Submittal Requirements: For each reference submitted, the following information is required: 1) Firm Name/Company name,2)Contact Individual Name&Title, 3)Address,4) Telephone, 5) Contact's Email 6) Narrative on Scope of Services Provided 7)Annual Cost and 8)Term/Years of Engagement. 2.0 SCOPE OF WORK 2.1 The Contractor will perform"GENERAL SERVICE"at municipal parks and athletic fields as per the specifications described herein,which include but are not be limited to: mowing,edging, line trimming, irrigation system operation maintenance/repair, litter retrieval and waste disposal, pruning, mulching, weeding,landscape maintenance,herbicide/insecticide/fertilizer application,turf management,pressure cleaning and replacement of plants as required. 2.1(a) General Services. The Contractor will perform landscape services at various City of Miami Beach parks and athletic fields as per the specifications described herein, which include but are not be limited to: mowing, edging, line trimming, irrigation system operation maintenance/repair, litter retrieval and waste disposal, pruning, mulching, weeding, landscape maintenance, pesticide and fertilizer applications, turf management, and replacement of plants as required. The Contractor shall perform services in accordance with Florida maintenance operations and procedures including familiarity with general irrigation systems at the time of bid submittal and the capability of programming all controllers and making irrigation repairs. 2.1(b) Emergency Services. Emergency Services are defined as work that is required in response to a natural or other disaster and shall be based on an as needed basis(per service rate). The emergency services shall be used using the regular services rate on the Cost Proposal form. DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 Pre-qualified vendors in the Emergency Services categories may be contacted on occasion in response to a natural disaster or other disaster at the proposed per service rates. The City reserves the right to exercise its discretion in making the determination as to what time the contract will be activated. ALL WORK SHALL BE COMPLETED IN ACCORDANCE WITH FEMA REGULATIONS AND APPLICABLE ENVIRONMENTAL REQUIREMENTS. All emergency work shall be in compliance with FEMA Policy(s)9523.11 —Hazardous Stump Extraction and Removal Eligibility,and 9580.204 Documenting and Validating Hazardous Trees Limbs and Stumps. Upon notification by the City of Miami Beach, the contractor will provide immediate emergency response to remove obstructions. This will generally take place within 72 hours after a severe weather event. This includes the removal of trees and palms on public property that are in danger of falling over, as well as, pruning, staking and guying salvageable trees and palms as instructed by City staff. The City may request additional work subject to mutual agreement.The cost and expenses will be submitted to the City for approval in a cost proposal by the Contractor. 2.1(c) CONTRACTOR IS RESPONSIBLE TO NOTIFY CITY OF PRIOR DEFICIENCIES- PRIOR TO COMMENCEMENT SERVICES,THE CONTRACTOR SHALL HAVE TWENTY- FIVE(25)DAYS FROM START OF CONTRACT TO THOROUGHLY INSPECT ALL SITES AND REPORT ANY PRESENT DAMAGES OR DEFICIENCIES IN THE LANDSCAPING AND IRRIGATION SYSTEMS FOR EACH INDIVIDUAL SITE. THE CONTRACTOR WILL BE RESPONSIBLE FOR THE INTEGRITY OF THE LANDSCAPE AFTER THIS INITIAL INSPECTION REPORT AND SUBSEQUENT REPAIRS. 2.1(d) The hourly rates quoted are for regular full time staffing for each specific category listed. This staffing will be requested to perform additional work beyond the work specified herein and shall include full compensation for labor, equipment use, travel time, and any other direct cost associated for providing the additional work to the proposer. Hourly labor rates are specified as follows: • Hourly rate for straight time, i.e.from Monday-Friday(rate is to include labor and travel). •Hourly rate for overtime,i.e.before on weekends(rate apply to time on site only with a two hour minimum). 2.2 The Contractor will also perform"SPECIALIZED GENERAL SERVICE"at designated locations such as SOUNDSCAPE PARK, SOUTH POINTE PARK, and CONVENTION CENTER PARK. SPECIALIZED GENERAL SERVICE includes"GENERAL SERVICE"and providing full time staffing, seven(7)days a week,365 days a year from 8:00 a.m.thru 10:00 p.m.to perform the work as prescribed herein. 2.3 Bid prices shall include furnishing all labor, machinery, equipment, tools, and means of transportation, disposal (litter and organic waste) supplies, equipment, materials, services and incidentals necessary to provide complete landscape maintenance services as specified herein. 2.4 The Contractor will adhere to a work schedule provided by the City(see Appendix A,Section 10.0). Any variations to that schedule,requested by either party,must be approved in writing by an authorized DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 representative of the other party. 2.5 The contract locations of the work referenced herein are: GROUP I-PARKS&ATHLETIC FIELDS—North Beach(North of 41st Street) Beachview Park Indian Beach Park Collins Avenue and 53rd Street Collins Avenue and 46th Street Fisher Park Poinciana Park Alton Road and 50th Street North Bay Drive and 63rd Street Allison Park Bandshell Park and Senior Center 6400 Collins Collins Avenue between 72nd and 73rd Street North Beach Community Garden and Park Parkview Island Park Dickens from 73rd and 74th Street North End of Wayne Avenue Crespi Park Stillwater Park 7801 Crespi Blvd. 8440 Hawthorne Avenue Tatum Park La Gorce Park 8050 Byron Avenue 6421 Alton Road Brittany Bay Park Normandy Shores Park&Tennis Indian Creek Drive between 63rd and 65th Street 2401 Biarritz Drive Fairway Park&Athletic Field Normandy Isle Park,Pool&Athletic Field 200 Fairway Drive 7030 Trouville Esplanade North Shore Park Youth Center&Athletic Fields North Beach Oceanside 501 72nd Street Collins Avenue between 79th and 86th Street Polo Park&Athletic Fields Pinetree Park Meridian and W.42nd Street Pinetree Drive and 45th Street Muss Park Altos Del Mar Park 440 Chase Avenue Collins Avenue and 76th Street Miami Beach Skate Park 3208 Collins Avenue GROUP II-PARKS&ATHLETIC FIELDS—South Beach(South of 41st Street) Marjorie Stoneman Douglas Park Washington Ave.Dog Park Annex Ocean Drive between 2nd&3rd Street SW 2nd Street&Collins Avenue Washington Ave.Dog Park Buoy Park(Star Island) NE Corner of Washington&2nd Street Between East and West Star Island Drive Palm Island Park Hibiscus Island Park 159 Palm Avenue Between North and South Hibiscus Road Collins Park Belle Isle Park Collins between 21 St and 22nd Street Venetian Causeway at South Island Road Sunset Island II Park Sunset Island IV Park Sunset Drive between W. 25th and 27th Sunset Drive and W.21St Street Street Lummus Park Scott Rakow Youth Center Ocean Drive between 2nd and 15th Street 2700 Sheridan Avenue DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 Maurice Gibb Memorial Park Bayshore Park(Par 3) Purdy Avenue and 18th Street Flamingo Park&Athletic Fields Pocket Park Jefferson Avenue and 11th Street North Bay Road and 20th Street GROUP III-PARKS&ATHLETIC FIELDS—Specialty Parks Soundscape Park South Pointe Park 17th Street and Washington Avenue One Washington Avenue Pride Park Collins Canal Park 1800 Convention Center Drive 1901 Convention Center Drive(TBD) _ 500-700 Alton Road Park 3.0 GENERAL SPECIFICATIONS 3.1 Purpose: The specifications designate the manner in which basic maintenance tasks will be performed in order to achieve the overall Quality Objective,which is to maintain the landscaping on the listed sites in a vigorous, healthy,growing,safe,clean,and attractive condition throughout the year. PRIOR TO COMMENCEMENT SERVICES,THE CONTRACTOR SHALL HAVE TWENTY FIVE(25) DAYS FROM START OF CONTRACT TO THOROUGH INSPECT ALL SITES AND REPORT ANY PRESENT DAMAGES OR DEFICIENCIES IN THE LANDSCAPING AND IRRIGATION SYSTEMS FOR EACH INDIVIDUAL SITE.THE CONTRACTOR WILL BE RESPONSIBLE FOR THE INTEGRITY OF THE E LANDSCAPE AFTER THIS INITIAL INSPECTION REPORT AND SUBSEQUENT REPAIRS. CITY STAFF MUST CERTIFY LIST IS ACCURATE, BEFORE CITY ACCEPTS REPORT OF FINDINGS. 4.0 STANDARDS AND REFERENCES:The Contractor's Representative shall be well versed in Florida maintenance operations and procedures.All employees shall be competent and skilled in their particular job in order to ensure that they properly perform the work assigned. The following organizations provide standards and publications which may be used as a guide for conducting grounds maintenance and services,under the Contract: • Florida Cooperative Extension Services, 18710 SW 288th Street, Homestead,Florida,33030. • Florida Turf-Grass Association, Inc.,302 Graham Avenue,Orlando, Florida,32803-6399. • National Recreation and Park Association, 1601 N. Kent Street,Arlington,Virginia,22209. • Florida Recreation and Park Association, 1406 Hays Street, Suite 1, Tallahassee, Florida, 32301. • Florida Department of Transportation,"Manual on Traffic Controls and Safe Practices for Street &Highway Construction, Maintenance and Utility Operations." • Institute for Regional Conservation. • Florida Department of Environmental Protection. • American National Standards Institute A-300 Standards. DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-0975656D55A4 • Florida Nursery,Growers and Landscape Association. 5.0 MATERIALS:All materials supplied and used by Contractors shall be the highest quality and used in accordance with manufacturers directions. Commercial products such as fertilizers, pesticides, and herbicides shall bear the manufacturers label and guaranteed analysis. City inspectors may require tests and reject materials not meeting these specifications or manufacturers guarantee. Salvage materials will not be allowed. 5.1 REPLACEMENT: Any plants which are damaged or die as a result of improper maintenance, inadequate or lack of irrigation or lack of sufficient maintenance shall be replaced by the Contractor, at no cost to the City, within ten (10) calendar days upon discovery by the Contractor or notification by the City. The following criteria shall be used to determine if replacement is necessary. 5.1.1 Plants are not in a healthy growing condition and this renders them below the minimum quality standard (Florida Grade #1 as defined by the Florida Grades and Standards Manual for Nursery Plants). 5.1.2 There is a question of any plants ability to thrive after the end of the maintenance period which would render it below the minimum quality standards(Florida Grade#1 as defined by the Florida Grades and Standards Manual for Nursery Plants). 5.1.3 The plant material is dead.' 5.2 The ten (10) calendar days may be extended due to seasonal conditions, availability, preparation time such as root pruning, etc., only if approved by the City, in advance. The extended time shall be negotiated between all parties concerned, but must receive final approval by the City. After the ten(10)day replacement period,work will be deemed to be Non- Conforming and Subject to Payment Adjustments in accordance to Appendix B Section 3.4.2. Additionally and not withstanding;the City may perform the work and withhold monies due to the Contractor for materials and labor costs. 5.3 SIZE,QUALITY,AND GRADE OF REPLACEMENT: 5.3.1 Replacement material shall be.of the same brand,species,quality and,grade as that of the material to be replaced,or it shall conform to the Florida Grades&Standards for nursery plants Florida#1 Quality,whichever is higher. The size of the replacement plants shall not be necessarily the same size as the original specified plant at its initial planting. The replacement shall be of equal size to the plant to be replaced at the time it has been determined that it must be replaced. However,if for some reason,the plant to be replaced is smaller than the size to be replaced,the replacement shall be at least equal to the original size when the maintenance period began. 5.3.2 Plants shall be sound,healthy,and vigorous,free from plant disease,insect pests or their eggs, and shall have normal root systems and comply with all State and local regulations governing these matters,and shall be free from any noxious weeds. DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 5.3.3 Trunk caliper is measured 6"from the ground on trees up to and including 4" caliper, and 12" above ground for larger trees. As per the Florida Grades and Standards for Nursery Plants. 5.3.4 SHAPE AND FORM: Plant materials shall be symmetrical, and/or typical for variety and species. 5.3.5 All plant materials must be provided from a licensed nursery and shall be subject to acceptance as to quality by the Project Manager. 5.3.6 Replacements shall be guaranteed for the length of the Contract. 5.3.7 The Contractor shall be responsible for hand watering the replacement (if required),for up to forty two(42)calendar days after planting or until established. 5.4 WATER:Should Contractor supply water,the water shall be fresh(non-salt),and containing no harmful levels of pollutants or chemicals. 5.5 SOIL: 5.5.1 Any soil supplied by Contractors shall be good,clean,friable top soil(or soil mix), free from any toxic,noxious or objectionable materials,including rocks,lime rock,plant parts or seeds. 5.5.2 "Planting Soil Mix" shall be equal parts of Canadian peat, silica sand, and composted organic matter,sterilized or as specified by the City. 5.5.3"Muck-sand-soil"shall be 70 percent silica sand and 30 percent Florida peat or as specified by the City. 5.6 FERTILIZER:All fertilizer shall be the best commercial grade and except for free flowing liquids,shall be delivered to site and be dry when processed for application. Fertilizers shall be in appropriate containers and tagged.Special permission from the Project Manager is required to use bulk fertilizers. The Contractor shall submit copies of the manufacturer's specifications for all fertilizer including data substantiating that the proposed materials comply with specified requirements. 5.7 PESTICIDES (INSECTICIDES, FUNGICIDES, HERBICIDES, ETC.): Insecticides, Fungicides, and Herbicides shall be only those which are approved or recommended for use near open water bodies and those specified.Only the Federal Environmental Protection Agency (EPA)approved products shall be used.Use of Pesticides,including herbicides,is not permitted in Parks without the expressed, written authorization of the City's Project Manager. All pesticides are to be registered and approved for use by the Florida Department of Agriculture. Submit on an as needed basis, a schedule of spraying and dusting materials to be used to control pests and disease infestation, the reason for their use and the method to be used to DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 apply the materials and the method of application before it is delivered and used on the project. The need for pest and disease control,will be determined by the Contractor's Horticulturist and approved by the City,Also, if requested by the City,the Contractor will furnish documentation that the implementation of these control measures for pests and disease infestation is in strict compliance with all Federal,State,and Local Regulations. Any use of pesticides in Parks must be approved in writing by City.Contractor is responsible to replace any plant material damaged, due to improper use of pesticides.This replacement will incur no cost to the City. 5.8 MISCELLANEOUS MATERIALS: Mulch shall be Amerigrow Recycling's or City approved equivalent shredded,round-wood,recycled mulch Pine Bark Brown in color.Other mulch types may be required upon request by the City.Alternative mulch types will be readily available on the wholesale market, be of equal or lesser wholesale cost or increased costs to be paid by City. 6.0 EQUIPMENT Equipment supplied by Contractor shall be designed for or suited to the grounds maintenance task in which it is to be used. Equipment will not be used in areas or to perform tasks where damage will result to the landscapes or sites. Contractor shall maintain supplied equipment in a good appearance and all equipment shall be maintained in a safe,operational and clean condition. If mowers are moved from weedy lawns to other lawns,be sure to wash off the blades to avoid transport of weed seeds and propagules. Contractor shall use non-gas powered leaf blowers for regular maintenance, unless otherwise exempt by City Ordinance,City Manager's Office,and/or authorized by the Parks and Recreation Administration Office. Upon specific request by the City,the Contractor will supply a current list of supplied equipment used by the Contractor, including item, model, manufacturer, year manufactured, and serial numbers. The Project Manager or his designee shall have the right to reject the use of any specific piece of supplied equipment on the site, by notification to Contractor. All contractor's vehicles utilized for all associated work under this contract will be equipped with AVL(Automatic Vehicle Location)tracking devices with access given to the city for verification of site reporting purposes. 7.0 COMPLETION OF WORK:All work is to be completed in a continuous manner.That is all mowing, edging,weed control,trimming, litter removal,etc.shall be completed before leaving the job site. 8.0 GROUNDS MAINTENANCE FUNCTIONS AND TASKS: 8.1 TURF CARE: Maintain turf areas in a healthy, growing green and trim condition by performing the following operation: 8.1.1 SITE PREPARATION: The Contractor shall, prior to mowing, retrieve materials and dispose of waste to include, and not be limited to, papers, glass, bottles, cans, fallen tree limbs and/or fronds, and all other deleterious materials found on the sites listed herein. Should the Contractor have knowledge of the existence of hazardous DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 wastes upon lands covered by the provisions of this agreement, Contractor shall not remove same from the premises but shall have a duty to immediately notify the City in writing. 8.1.2 MOWING GENERAL 8.1.2.1 Mowing shall be performed in a workmanlike manner that insures a smooth surface appearance without scalping or leaving any"missed" uncut grass. Special care will be required to avoid scalping swales and on top of berms.Line trimmers will not be permitted for cutting grass in areas larger than 64 square feet. Damaged grass will be replaced by contractor at no cost to the City. 8.1.2.2 Reel mowers must be used on Bermuda,Paspalum and Zoysia grass. 8.1.2.3 Rotary mowers will be used on St.Augustine and Bahia grass. 8.1.2.4 All mowers are to be adjustable and adjusted to the proper cutting height and level for the kind of grass and current condition of the turf. Mower blade height adjustment is to be measured from a level floor surface to the parallel and level plane of the mower blade. 8.1.2.5 All mower blades are to be maintained sharpened condition and sharp enough to cut,rather than to tear grass blades. 8.1.2.6 All litter and debris is to be removed from turf before mowing to avoid shredding that will damage turf appearance,or items that may be propelled by mower blades. • 8.1.2.7 Mowing will be done carefully so as not to"bark"trees or shrubs,or to introduce weeds into ground cover beds,or to damage sprinkler heads,curbs, or other facilities. 8.1.2.8 Grass clippings or debris caused by mowing or trimming will be collected and removed from the turf or from adjacent walks, drives, gutters and curbs or surfaces on the same day as mowed or trimmed and legally disposed of at an off-site location at Contractor's expense. 8.1.2.9 Mowing will not be done when weather or other conditions will result in damaged turf. 8.1.3 MOWING SPECIFICS 8.1.3.1 ST.AUGUSTINE GRASS: Mow only with a rotary mower a minimum of once per week during the growing season of May through the end of September and at other General Service,as needed,throughout the year. 8:1.3.2 NON-ATHLETIC FIELD:Turf shall be mowed at 4"to 41/2"above soil DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 level with a mower designed for use in the specific circumstances. Remove clippings from areas if excessive clippings result from the mowing operation. 8.1.4 TRIMMING AND EDGING:Contractor shall trim and properly edge all shrub and flower beds as well as trees, curbs, walks, lighting and all other obstacles in the landscape and remove clippings. Paved areas (hard edges) shall be edged every mowing with respect to the turf type adjacent to the edging. Edging of beds and the tree rings(soft edging)shall be executed not less than every other mowing with respect to the turf type•adjacent to the edging.Turf edging at shrub beds,flower beds,ground cover beds, hedges, or around trees (where ."edging" rather than "trimming" is directed),shall be edged with a manual or mechanical edger to a neat vertical uniform line. Line Trimmers are not to be used for vertical,edging or for cutting turf grass in areas lager than 64 square feet. Line trimming of large areas shall be considered contrary to Accepted Standard Industry Maintenance Practices and subject to payment reductions as described in Appendix B Section 3.4 and 3.5. Edge grass at plant bed_ lines to keep grass from growing toward:shrubs, keep the width of sod as it was originally placed. Care shall be taken to avoid damage of ground cover weed barrier. Grass will be trimmed at the same height as adjacent turf is mowed,and to remove all grass leaves from around all obstacles and vertical surfaces in the turf,such as posts, walls,fences,etc. Particular attention will be given to trimming around sprinkler heads and other irrigation system components to assure their proper water delivery function. The mechanical line trimmers are not to be used within eighteen(18")inches of tree or palm trunks and are not to be used in lieu of a trim mower,to mow large areas of grass. Note: Damage to property or existing vegetation by improper trimming or edging shall be repaired or replaced within 48 hours at Contractor's expense. All walks and other paved areas littered in the lawn maintenance process shall be vacuumed, swept, or blown off while the mowing,edging, or trimming is in process so that the appearance suffers for the least amount of time. Direct clippings back on to the site not into the roadway. Debris shall never be disposed into storm drains,adjacent properties or into adjacent roadways.Shell,mulch,gravel or other porous walk ways shall be raked clean with a fan rake. Blowers are not to be used:on'shell, mulch or sand walkways. Landscape lighting shall be wiped, blown off or vacuumed as needed to prevent accumulation of clippings and dead insects. Landscape areas shall be raked and cleaned of clippings, leaves,sticks,twigs,and all litter during each service visit. Materials cleaned from grounds may not be disposed on-site, and must be removed from locations at Contractor's expense. A copy for approval of a completed mowing schedule will be provided to the City's representative in a timely manner as requested. 8.2 PRUNING SHRUBS AND GROUND COVER PLANT BED AREA MAINTENANCE: All shrubs and ground cover plants growing in the work areas shall be pruned, as required, to maintain plants in a healthy, growing, flowering condition and to maintain plant growth within reasonable bounds to prevent encroachment of passageways, walks,streets,view of signs or any manner deemed objectionable by the Project Manager. 8.2.1 BED AREA MAINTENANCE:The Contractor shall keep the bedded areas free of dead plants, leaves, and branches at all times. All beds shall be vertically edged, DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 and kept weed free at all times. Edge grass at plant bed lines to keep grass from growing toward shrubs, keep the width of sod as it was originally placed. Landscape edging where used must be kept in place,and vertical as it was originally installed. 8.2.2 SHRUBS:All shrub material shall be pruned a minimum of once per month to insure the best shape, health, and character of the individual plant. Mechanical trimming may only be utilized when the health or appearance of the plant will not be damaged by the mechanical trimmers. 8.2.3 GROUNDCOVER:All groundcovermaterial shall be pruned a minimum of once per month to insure the best shape, health, and character of the individual plant. Groundcover plants shall be selectively cut back to encourage lateral growth and kept inbounds and out of other plantings,walkways,lighting,etc.Mechanical trimmings may only be utilized when the health or appearance of the plant will not be damaged by the mechanical trimmers. Ornamental Peanut shall be mowed only with the written approval of the City's Project Manager. 8.3 TREES AND PALM PRUNING: Trees and palms are to be maintained in a healthy, growing,safe,attractive condition and in their proper shape and size according to variety,species and function in the landscape or as specifically directed by the Project Manager. 8.3.1 Emphasis to be placed on the proper(natural)shape and size. Limit the amount of trimming done to meet special purposes,e.g.,sign clearance on businesses,leaves dropping on outdoor tables,etc.The City's tree code states that it is unlawful to destroy a tree's natural shape.This type of pruning to be performed only with the approval of the City's Project Manager and the City's Urban Forester. 8.3.2 SEC.46-62.TREE ABUSE PROHIBITION:It shall be unlawful to abuse any tree located within the boundaries of the City of Miami Beach, either public or private.The following ads shall constitute tree abuse: • Damage inflicted upon any part of a tree, including its root system, by machinery, mechanical devices, soil compaction, excavation, intentional vehicle abuse, chemical applications, changes to the natural grade, fire, storage or disposal of toxic or hazardous substances, or any removal of the outer bark area. • - Damage inflicted to or cutting a tree which permits infection or pest infestation. • Cutting any tree which destroys its natural shape, such as topping or hat racking. • Fastening any sign, rope, wire or object by nail, staple, chemical substance, or other adhesive means to go through, or around, any tree, causing permanent damage to the tree. • Any pruning, or cutting, in violation of the practices established by the American National Standards Institute(ANSI)A300 Standards for Tree Care Operations. 8.3.3 PRUNING: All pruning shall be in compliance with the most recent tree DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 maintenance standards as published in the American National Standards Institute (ANSI)A300 Standards for Tree Care Operations.All tree pruning must be done by an ISA certified arborist or under the direct,on-site supervision of an ISA certified arborist. Pruning will also be required from time to time to remove damaged branches from storms, frost, pruning to prevent encroachment of branches over streets, into private property, obscuring view of signs or traffic, particularly at a road intersection, or interference with lighting,etc. Tree branches shall be pruned up to seven (7'),feet over walkways and in areas so designated by the City's Project Manager and or City's Urban Forester.All tree pruning shall be accomplished in accordance with the most recent American National Standards Institute(ANSI)A300 Standards for Tree Care Operations. In addition to the situations mentioned in the preceding text, Pruning shall include the following items: • Dead,dying or unsightly part of the tree • Remove sucker growth from base of the trees in which an exposed trunk character is desired • Crossed branches that may rub together • "V', crotches with included bark, which are subject to failure subordinate multiple leaders if the tree normally has only a single stem • Growth that interferes with the movement of vehicle or pedestrian traffic, signage, or lighting. Nuisance growth includes the removal of all dangerous thorns,spikes or appendages which show potential conflict with people All branches, dead wood, and cuttings shall be removed from the job site at time of pruning and disposed of in an acceptable manner. All lawn and shrub areas damaged by pruning equipment shall be restored. Palms are to be pruned a minimum of four times a year,in June,September,December and March. Minor pruning as otherwise required to remove brown or broken fronds, prevent encroachments, and remove fruit shall be done throughout the year at no additional costs to the City.Special attention should be paid Coconut Palms and Date Palms where fallen fruit may present a hazard to pedestrians or property or create problems with sanitation. 8.3.4 NATURAL SHAPING AND THINNING: Prune, thin, and trim all trees at least once a year.Trees should be inspected and evaluated monthly,and pruning scheduled as needed for health, development of structural strength, public safety, maintenance of clearances,etc.to keep the trees healthy,to(1)maintain the natural character of the variety, (2)to control shape and to prevent crowding. Pruning in general shall consist of the removal of dead, broken, fungus infected, superfluous, and intertwining branches,vines, and the removal of dead or decaying stumps and other undesirable growth. Palms shall be pruned as needed to remove fruit, inflorescence,dead fronds DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 and weak stalks. In order to prevent the spread of disease and reduce the possibility of nutrient deficiencies, only dead, brown fronds should be removed under normal circumstances. Whenever live plant tissues are being cut, including for example, diseased, broken or mostly dead fronds or fruits or inflorescences, tools shall be disinfected. Disinfect tools between palms by soaking in a (5.25%) - 25% dilution Chlorine bleach and water solution for a minimum of 5 minutes.Chainsaws shall not be used on Phoenix spp.Due to the difficulty in sanitizing chainsaws,hand saws only will be permitted. Saws must be disinfected after pruning each Phoenix palm. Certain Washingtonia Palms will be an exception to the pruning practices of normal palm maintenance when existing dead fronds are maintained as determined by the City's Project Manager. Palms shall not be excessively pruned, i.e., above the horizontal plane with the ground, or the 3 o'clock/9 o'clock crown positions. Remove brown or broken fronds only unless removal is required due to encroachments. 8.3.5 STAKING AND GUYING AND TREE SET-UP:Maintain existing and adjust tree stakes, guy wires and hoses or blocks, until trees are capable of standing vertical and/or resisting normal winds. 8.3.5.1 The Contractor shall be responsible for the complete removal and replacement of those trees lost due to the Contractors faulty maintenance or negligence, as determined by the City's Project Manager and City's Urban Forester. 8.3.5.2 Replacement shall be made by the Contractor in the kind and size of tree determined by the City's Project Manager and City's Urban Forester. Where there is a difference in value between the tree lost and the replacement tree,this difference will be deducted from the Contract payment. In all cases, the value of the tree lost shall be determined by the City's Project Manager and City's Urban Forester using the latest"Plant Finder"value determination. 8.3.5.3 All trees that have died or have been blown or knocked over are to be reported immediately upon discovery to the City's Project Manager and City's Urban Forester. 8.3.5.4 With prior approval from the City's Project Manager and City's Urban Forester, it is the Contractors responsibility to remove and properly dispose of all dead or injured trees and/or weed trees such as but not limited to Florida Holly, Melaleuca or Australian Pines. Contractor shall set and support trees that have been knocked or blown over. 8.3.5.5 The Contractor shall be responsible for removing all graffiti, signs, posters, boards, supports and any other material(s) attached or fastened to trees, or from elsewhere on the project site, as directed by the City's Project Manager and or City's Urban Forester. 8.4 WEED CONTROL DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 8.4.1 All landscape areas within the specified area, including lawns, shrub and ground cover beds, planters, and areas covered with concrete, pavers, gravel or shell, shall be kept free of all weeds at all times. This means complete removal of all weed growth shall be accomplished at each service visit. For the purpose of this specification,a weed will be considered as any undesirable or misplaced plant. Weeds shall be controlled either by hand, mechanical, or chemical methods. The City's Project Manager may restrict the use of chemical or mechanical weed control in certain areas. Mechanical weed control shall not disturb the mulch layer so as to expose the underlying soil. Herbicides shall not be used in Parks, Playgrounds,dog parks or in areas populated by Sea Oats. 8.4.1.1 Weeds are to be mowed, trimmed, or edged from turf areas as a part of turf care operations. 8.4.1.2 Weeds are to be manually removed from shrub, hedge, ground cover or flower beds,unless chemical or mechanical means are specifically authorized by the City's Project Manager. Line Trimmers are not to be used for weed control in mulched areas. Use of line trimmers in mulched areas shall be considered contrary to Accepted Standard Industry Maintenance Practices and subject to payment reductions as described in Appendix B Section 3.5. Damaged plant material resulting from such practice shall be replaced in kind at no additional cost to the City. Persistent weed growth such as the growth of sedges shall be killed with City approved herbicide whenever possible. 8.4.1.3 Weeds are to be removed from walkways, curbs, expansion joints, and along fence lines and guardrails at each service or as otherwise directed by the City's Project Manager. 8.4.2 If infestations cannot be controlled by hand-pulling, or herbicide use will damage or kill the shrubs or ground-covers, the bed may be excavated, after removing all plants. Then,weeds may be destroyed before replanting by any of the following methods: 8.4.2.1 Sterilize the soil;or 8.4.2.2 Allow weeds to re-establish a vegetative top and treat with a systemic herbicide, at least two (2) applicants, about two (2)weeks apart, or until there is a 90%kill;or 8.4.2.3 After the kill, apply, immediately after replanting, a pre-emergent herbicide, prior to replanting utilizing a ground cover fabric. 8.4.3 If it is determined by the City's Project Manager that the Contractor responsible for maintenance allows weed infestations to spread beyond the ability to control them, then the removal, treatment, and replacement of the planting bed shall be done as described above by the Contractor at no cost to the City.Soil which exhibits significant weed growth within one(1) month after planting, (20%ground coverage DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 of the bed by weeds)shall be considered as previously weed-infested. 8.5 LITTER CONTROL&PRESSURE CLEANING 8.5.1 LITTER REMOVAL: In addition to the litter removal on regularly scheduled full service visits,the Contractor shall be responsible for litter removal on Mondays and Fridays for all sites contained in the contract area. These additional litter services are to be done in such a manner and with sufficient personnel so that the entire site is cleaned on or before 2:00 P.M. each of those days. This includes removal of trash and organic material from, but not limited to, all turf areas, landscape beds,walkways and hard surfaces. 8.5.2 CONTRACTOR GENERATED TRASH: The Contractor shall promptly remove all debris generated by his pruning,trimming, weeding, edging, and other work required in the specifications. Storm drains shall be kept clear and free of debris. Debris must be disposed of at an authorized site for commercial use. Neighborhood 'trash transfer stations or road side piles are not considered authorized sites. The Contractor shall clean driveways and paved areas with suitable equipment immediately after working in them. All cuttings are to be collected and removed on same day as cut. 8.5.3 PRESSURE CLEANING: The Contractor shall pressure clean concrete sidewalks, hardscape, concrete bench pads and any other fixtures throughout the park as per the corresponding schedule.Contractor is to furnish equipment capable of delivering the amount of pressure (PSI) suitable for removing stains, spills, etc. from concrete surfaces without damaging the surface material. The use of chemicals must be approved by the Project Manager. 8.6 FERTILIZATION AND SOIL TESTING:The fertilizer used shall be a commercial grade product and recommended for use on each plant type. Specific requirements should be determined by soil test results, soil type, and time of year. Applications shall proceed continuously once begun until all areas have been completed.In the event fertilizer is thrown on hard surfaces, it shall be removed immediately to prevent staining. Contractor shall have the soil tested two (2) times yearly to determine required additives, and more often if necessary to diagnose problem areas. A copy of the soil testing results shall be provided to the City's Project Manager for each round of required testing. Apply Lime or Sulfur as required to adjust pH. The Contractor shall provide the City with annual fertilization schedules at the beginning of each contract year and shall inform the City's Project Manager in writing at least three (3) days in advance before beginning any fertilization. 8.6.1 TURF: 8.6.1.1 BERMUDA AND SEASHORE PASPALUM: Follow All Soil Testing Laboratory Recommendations for all Major and Minor Nutrients. Nitrogen levels should be kept at 4—5 pounds of Actual Nitrogen per 1,000 square DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 feet per year. The Potassium Levels should be kept high, at 2—4 pounds of actual Potassium per 1,000 square feet per month year round, to keep the turf strong and to reduce disease pressure. Fertilize Bermuda and Paspalum making six applications annually with a complete, slow release fertilizer, as approved by the City, applying one half pound of nitrogen per 1000 square feet during the first week of:April,June,July,August,October and November unless otherwise indicated and approved by the City: All turf grass occupied by palms is to be fertilized at the same schedule as noted above using "Palm Special Fertilizer" applied at label rates, with the formulation of 8N-2P205.12K20+4Mg with micronutrients. 100% of the N, K,and Mg must be slow release with micronutrients in a water soluble form. To correct deficiencies apply: • Chelated Iron Sulfate: 6— 10 ounces per 1,000 square feet on a weekly basis as required to correct deficiencies • Slow Release Potash 0-0-50: 5 pounds of material per 1,000 sq. ft. applied every 30 days as required to correct deficiencies • Calcium Supplement—Gypsum: Apply as directed starting in late October as required to correct deficiencies. • Sul Po Mao:3—5 lbs of material-per 1,000 sq.ft.every 30 days as required to correct deficiencies. • Water Soluble Fertilizer: As needed for up to 50%of total fertilizer required. 8.6.1.2 ST.AUGUSTINE: St. Augustine turf areas that contain palms shall be fertilized three (3)times per year;with "Palm Special Fertilizer"with the formulation of 8N-2P205-12K20+4Mg with micronutrients. 100% of the N, K,and Mg must be slow release with micronutrients in a water soluble form, applied according to label rates. For all other turf grass areas; applications to be made the first week of the following months: April, July, and October. The N< P< K ratios shall vary with the time of year of the application and results of the soil analysis. The approximate N, P, K ratios should be: • One (1) application of a 5:2:1 ratio with a post-emergent weed control; • One (1) application of a 10:1:2 ratio with Insecticide, and one application being a blanket application of insecticide in accordance with IPM (Integrated Pest Management)standards; • One(1)application of a 3:1:3 ratio; 8.6.2 SOIL SAMPLING: Contractor shall have the soil tested four(4)times yearly to determine required additives, and more often if necessary to diagnose problem DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 areas.Soil samples will submitted to any local laboratory for pH analyses and major and minor elements contents. Fertilizers and amendments will be added to the formulations in order to adjust the PH.Apply Lime or Sulfur as required to adjust pH. The Contractor shall provide the City with annual fertilization schedules at the beginning of each contract year and shall inform the City's Project Manager at least three(3)days in advance before beginning any fertilization. • Nitrogen(N)and Potassium(K)-In general,a total of 5 lbs.of nitrogen and 3 lbs of potassium per 1,000 square feet per year is generally required for Bermuda grass. • Ammonium sulfate (21-0-0) - Can be used during normal summer fertilization to promote rapid growth recovery and color response. • Phosphorous (P) - Soil testing will indicate phosphorous levels present. Most Florida soils retain fertilizer phosphorous; therefore, apply this only once per year(spring and early fall) unless soil tests Fertilizing — nine (9) times per year with the listed ratios unless testing indicate otherwise and during the following periods: - Mar(21-0-0) - Apr(18-3-16) - May(21-0-0) - Jun(16-4-8) - Jul(16-4-8) - Aug(16-4-8) - Oct(16-4-8) - Nov(8-2-12) - Dec(0-0-22 Sul Po Mag) 8.6.3 DISEASE AND PEST CONTROL 8.6.3.1 Wetting Agents:Apply Wetting Agent(or approved alternate)at the recommended application Rate and Application Intervals year round as required per label directions. During periods of drought or on elevated areas biweekly applications may be required (One application every two weeks). 8.6.3.2 Diseases: I.P.M., Preventative and Curative Programs as required. 8.6.3.3 Weeds:Post Emergence Herbicides as needed following all label directions. Turf to be kept free of weeds. Pre-Emergent Herbicides — Shall Be Applied the first two weeks of May and October. Apply Ronstar (or approved equivalent), alternating with Dimension or Barricade (or approved equivalents)following all label directions. DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 8.6.4 Nematode Program: Test for nematodes two(2)times annually; preventative and curative treatments as required following all label directions. 8.6.4.1 Mole Cricket/ White Grub Program: Apply Talstar (or approved equivalent)during the first two weeks of May and as needed throughout the year following all label directions. 8.6.4.2 Poa Annual Control Measures: Apply Kerb Herbicide (or approved equal)as needed following all label directions 8.6.4.3 Growth Regulators: Apply Primo (or approved equivalent) every three (3) weeks March through November as required following label directions • 8.6.5 SPIKING, AERATION, TOPDRESSING AND VERTICUTTING,: Aeration, Spiking,Topdressing and Verticutting are necessary to provide proper air and water exchange for maximum growth potential and health of the Athletic Fields,Paspalum and Bermuda grass and will be performed as described. 8.6.5.1 Spiking six(6)times per year,every other month.Contractor should employ all preventative methods to avoid thatch buildup. Should, for whatever reason, a thatch layer exceeding One Inch (1') develop, the Contractor shall be responsible for its removal. Topdressing and burying thatch layer will not be accepted. 8.6.5.2 Aerify three (3)times per year in May, July and September in two directions, using 3/" diameter coring tines, 2" on center only. Fill aerifier holes with topdressing by dragging making 6 to 8 passes filling all plugs. Physically drag aerifier plugs into surface using one inch (1')square mesh steel drag mat measuring 6'x 8'and/or remove as required with vacuum or sweeper. 8.6.5.3 Topdressing three (3) times per year immediately after aerification (May, July and September) applying a minimum 3/8" thickness for each topdressing application. Fill aerifier holes with tested and approved Florida DOT Specification 80% Sand and 20% Peat Topdressing Material (or approved equal). 8.6.5.4 Verticut all turf areas in two directions every May, followed by topdressing. Topdressing shall be a mixture 80% sand and 20% organic matter(peat), and/or similar to the profile of the soil underlying the turf as determined by soil analysis. 8.7 TURF RENOVATIONS Turf renovations may be required if conditions warrant such a procedure and will be an extra charge. Conditions which warrant renovation include, areas thinned out or damaged turf resulting from natural burnout,traffic, and any area which has become unsightly. DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 Proper watering, fertilization and pest management will be critical during and after renovation. Any irrigation damaged because of turf renovation will be repaired at Contractor's expense. 8.7.1 GROUNDCOVER AND SHRUBS: The fertilizer for all planted shrubs and groundcovers shall meet appropriate horticultural standards with an N, P, K ratio of 3:1:2, unless soil conditions or plant species dictate differently,with at least 60%of the nitrogen from a non-water soluble organic source. All shrubs and groundcovers shall be fertilized by broadcasting by hand over the beds three(3)times per year during the first week of April, July and October. The Contractor shall establish a program that will fertilize all shrubs and groundcover,describing the type of fertilizer required for each type of plant and the time of year this work will be undertaken. A copy for approval of the fertilization schedules shall be provided to the City's Project Manager no less than one (1) month prior to application. Any plants damaged by over-fertilization or nutrient deficiencies shall be replaced at the Contractor's expense. Changes in fertilization rates, methods and composition must be approved by the City's Project Manager in writing. 8.7.2 FERTILIZATION OF TREES AND.PALMS: The fertilizer for all the planted trees shall be a complete slow release fertilizer with minor elements,with a N, P, K ratio of 3:1:2 or 3:1:3 (e.g. 12-4-8 or 15-5-15, unless soil conditions or plant species dictate differently,. • All Trees 5" caliper or under shall be fertilized three(3)times per year:April, July and October.Contractor to apply a complete slow release fertilizer with minor elements, applying 1 pound of Nitrogen per 1000 square feet of area of root zone (drip line plus 50%). All Palms shall be fertilized four (4) times per year; every three (3) months; during the first week of January,April, July and October. Contractor to apply "Palm Special Fertilizer" with the formulation (8N-2P205-12K20 +4Mg) with micronutrients. 100%of the N, K, and Mg must be slow release with micronutrients in a water soluble form. The fertilizer shall be broadcast evenly under canopy area at a rate of 1.5 lbs of fertilizer(not N)per 100 sq.ft. 8.7.3 The Contractor shall establish a program that will fertilize all trees and palms, describing the type of fertilizer required for each type of plant and the time of year this work will be undertaken.A copy for approval of the fertilization schedules shall be provided to the City no less than one (1).month prior to application. Any trees damaged by over-fertilization or by the use of wrong type of fertilizer shall be replaced at the Contractor's expense. Changes in fertilization rates, methods, and composition must be approved by the City in writing. Contractor will comply with all DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 applicable current or future City ordinances pertaining to fertilizer use. 8.8 GENERAL USE OF CHEMICALS: Within fourteen (14) days of the execution of the Contract,the Contractor shall submit a list of all chemical herbicides and pesticides proposed for use under this Contract for approval by the Project Manager, including MSDS sheets for each item. Materials'included on this list shall be limited to chemicals approved by the State of Florida,the Department of.Agriculture, and the Florida Department of Transportation,and shall include the exact brand name and generic formulation.The use of any chemical on the list shall be based on the recommendations of and be performed under the direction of a Certified Pest Control Operator.No chemical herbicide or pesticide shall be applied until use is approved, in writing, by the Project Manager as appropriate for the purpose and area proposed. 8.9 DISEASE AND PEST CONTROL: To control or eradicate infestations by chewing or sucking insects, leaf'miners, fire ants, and other pests and diseases, spray affected plants with chemical sprays and combinations of sprays suitable for that particular pest when the infestation or infection becomes evident and as often thereafter.as necessary. Contractor shall be fully licensed to apply pesticides. Contractor shall use sound cultural practices that aid in preventing the presence or proliferation of insect and diseases. IPM (Integrated Pest " Management)standards and principles shall be incorporated into any approved disease and pest control plan. Insects in Bermuda, Paspalum and Zoysia grass shall be controlled by both curative and preventative measures.Timing will be critical on mole cricket applications and frequencies of application will be as needed to successfully control their infestations. Nematode samples will be taken at least one(1)time each year and action shall be taken per the recommendation of the IFAS lab results to control the populations. This lab report shall be submitted to the City for their review as soon as it is received. It shall be the contractor's obligation to perform regular monthly inspections of the palms and report to the City any site condition which may be detrimental to the health and vitality of the palms. Further, the Contractor is responsible to report the development of disease or other,problems along with recommended solutions.These reports are to be written and should be received by the City no later than ten days after each inspection. It is required that the City be notified in advance of planned activities in order to allow them to witness and record the applications. 8.9.1 All Royal Palms shall receive a root drench with Merit(or approved equivalent) insecticide every February per label directions to control summer infestations of the Royal Palm bug: 8.9.2 PHOENIX SPP PALMS DISEASE CONTROL: Three times per year all Phoenix palms will be treated with a systematic fungicide(s) which is labeled for Fusarium, Pithium, and Phythophthora. These applications will be performed as a root drench during the months of March,July,and November and are considered to be preventive maintenance.Failure to complete applications as specified may result in Contractor liability for replacement of Phoenix palms lost to these diseases. 8.9.3 Insect and disease activity, other than as prescribed above,will be treated on DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 an "as-needed" basis upon inspection. Required service calls between scheduled maintenance will be at Contractor's expense. 8.10 APPLICATION OF HERBICIDES AND INSECTICIDES: Contractor may apply various herbicides by means of spray type devices to aid in the control of unwanted weeds and vegetation. All applications shall be performed by persons holding a valid herbicide application license as issued by the State of Florida and shall be done in accordance with the herbicide manufacturer's recommended rates and all applicable Federal, State, County and Municipal regulations. Herbicides may be used only with prior approval by the City as to type location, and method of application. Use of Pesticides, including herbicides, is not permitted in Parks without expressed,written authorization of the City's Project Manager. 8.10.1 The Contractor shall exercise extreme care so as not to over spray and effect areas not intended for treatment.Areas adversely affected by such over spray shall be restored by the Contractor at their expense. 8.10.2 The Contractor shall advise the City's Project Manager in writing within four (4)days after disease or insect infestation is found. They shall identify the disease or insect and recommend control measures to be taken, and, upon approval of the City's Project Manager, the Contractor shall supply and implement the approved control measures, exercising extreme caution in application of all spray material, dusts or other materials utilized. Approved control measures shall be continued until the disease, or insect is controlled to the satisfaction of the City's Project Manager. 8.10.3 When a chemical is being applied, the person using it shall have in their possession all labeling associated with the chemical. Also, the chemical shall be applied as indicated on the label. A specimen label and the Material Safety Data Sheet for each product shall be supplied to the City. 8.10.4 All insecticides shall be applied by an operator licensed pursuant to Chapter 487 of the Florida Statutes.The operator shall have the license/certification in his or her possession when insecticides are being applied. The implementation of control measures for pests and disease infestations shall be in strict compliance with all federal and local regulations. Upon request, the Contractor shall furnish documentation of such compliance. 8.10.5 The spraying of insecticides and other such chemicals are to be confined to the individual plant. Spraying techniques which may introduce the material being sprayed beyond the immediate area of the individual plant are strictly prohibited. 8.10.6 Spray or dust material on foliage only during calm days. Do not apply when leaves are wet, when rain is expected within 3=4 hours after spraying, or when temperatures exceed 88 degrees Fahrenheit. Spray at times when traffic is lightest (i.e., early mornings or weekends). Use a surfactant to aid in adherence and absorption of the material. Wash material off of pavements and buildings DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 immediately after applying. 8.10.7 The Contractor shall utilize all safeguards necessary during disease or insect control operations to ensure safety to the public and the employees of the Contractor. 8.10.8 Copies of Current Material Safety Data Sheets(MSDS)for all chemicals used for pest control under this Contract shall be provided to the City's Project Manager before the use of said chemicals. • 8.11 IRRIGATION SYSTEM MAINTENANCE AND WATERING: -Contractor will be responsible for the operation and maintenance of the automatic/manual irrigation systems and for setting and adjusting the timer to insure proper watering of all plant material in the landscape.A full time Irrigation Technician with a fully equipped truck shall be assigned on a full time basis, five (5) days a week, fifty-two (52)weeks a year to each of the Contract Areas. The Contractor is expected to be knowledgeable and familiar with the existing irrigation systems at the time of bid 'submittal and capable of programming all controllers and making all repairs. 8.11.1 Contractor will be responsible under this agreement for the labor and supervision to make irrigation repairs to the.lateral line, risers and sprinkler heads up to one inch (1")'in diameter as required to keep the system operating. Major repairs to main lines, valves, pumps and in-take piping shall be reimbursed by the City. Reimbursable repair work shall require authorization by the City prior to commencement. 8.11.2 The timers shall be checked once a week or more frequently as may be required.The Contractor will also, at least once a month, perform a Full Irrigation Wet Test which will include fully operating all the irrigation zones and replace,repair or clean all irrigation heads, lines, valves, valve boxes, filters and controllers as needed. Any equipment damaged by the Contractor's operation shall be replaced with the same equipment and by the same manufacturer. 8.11.3 Irrigation System shall be constantly maintained and adjusted to insure that no water from the system hits the road or other hard surface. 8.11.4 Grass shall be cut back around all irrigation heads and valve boxes at least once per month or more often as required to keep them clearly visible and fully operational.Care shall be taken to avoid damage to the irrigation boxes,zone wires, sprinkler heads from the required clearance activities,and any damage caused will be the Contractor's sole responsibility to repair. 8.11.5 The irrigation shall be capable of providing 1 -1/s" of water to all lawns and shrub beds each week or as often as required to provide for a uniform lush green landscape appearance. Systems shall be adjusted during the various seasons. DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 8.11.6 The Contractor shall be required to make all repairs within a minimum 24 hour time period or sooner as directed by the City's Project Manager. Any form of damage to the irrigation system must be reported to the City's Project Manager immediately upon discovery. 8.11.7 Irrigate as necessary during times of little or no rainfall using the automatic irrigation system and any supplemental watering necessary to apply the proper amount of water to keep plant material in optimum health:Under normal conditions, irrigate deep and infrequently(2—3 times weekly)to promote a good root system. Water early mornings within watering restrictions.Avoid watering in the evenings. 8.11.8 Contractor shall be responsible for controlling the amount of water used for irrigation and any damage or costs that result from over watering or insufficient watering shall be the responsibility of the Contractor. 8.12 WATERING: During period when the irrigation system is not operational, either due to breakdown of the system, or an extended electric power failure, watering shall be the responsibility of the Contractor. Contractor will also be responsible for monitoring Special Events throughout the City,and prepare parks accordingly. 8.12.1 Supply of water suitable for irrigation shall be the Client's responsibility. Distribution of the water to the plants shall be the responsibility of the Contractor. Contractor shall use hand watering,water trucks, portable pumps, etc. as required to distribute the water. 8.12.2 Apply water in quantities and at intervals necessary to maintain the plants in a healthy growing condition 8.12.3 Supplemental watering may be required in elevated turf areas or as needed to compensate for wind drift or other areas of inadequate irrigation coverage. This may require a large portable water tank, impact sprinklers, and additional hose to be supplied by the Contractor. ' 8.12.4 The Contractor is required to ensure adherence to all local watering restriction ordinances. It shall be the responsibility of the Contractor to pay any and all fines levied due to lack of compliance with watering restrictions. 8.13 MULCHING BEDS 8.13.1 Replenish mulch in shrub beds as required to cover areas of bare soil, especially at the edge of the bed and in places where the shrub canopy has not grown together to shade the soil.Add mulch around tree trunks in sod areas. Mulch shall be added to maintain a constant three (3) inches thickness. Do not pile mulch against tree trunks and shrub stems. 8.13.2 Use Amerigrow Recycling's or a City approved equivalent shredded"round- DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 wood"mulch"Pine Bark Brown"color. Grade"A"Cypress mulch, Melaleuca mulch or other mulches may be used as designated and approved by the City. 8.14 SAND REMOVAUPOLICING: Cleaning of debris within the confines of the sites by blowing, sweeping, or vacuuming or other means must be performed as required to keep paved, bricked or concrete surfaces clean and neat at all times. Frequencies for the sites and services described herein are based upon normal circumstances. Individual, several and/or all services to a site or sites may be added at an agreed upon price,or deleted due to natural disaster,excessive rain,disease,drought,fire, vandalism, accident, insufficient funds and/or any other reason at the sole discretion of the City. 9.0 PERFORMANCE CONTROL AND INSPECTIONS 9.1 MAINTENANCE QUALITY:The quality objective of all services and materials provided by Contractors in accordance with conditions and specifications herein is to maintain and service various listed sites, and to keep them in a healthy growing, clean and attractive condition throughout the year. 9.2 MAINTENANCE STANDARDS, FREQUENCIES,WORK METHOD: All work shall be performed in accordance with the highest professional maintenance standards and horticultural techniques. Frequencies set for certain repetitive maintenance functions and tasks in specifications are minimum frequencies,which must be increased, if necessary to achieve the Quality Objective. 9.2.1 Standards and frequencies may be modified from time to time by the City's Project Manager as necessary to assure proper maintenance to achieve the Quality Objective. 9.2.2 All work shall be done in a thorough and workmanlike manner under Contractor supervision to the satisfaction of the City's Project Manager. 9.2.3 The Contractor shall have the exclusive duty, right, and privilege to perform Grounds Maintenance Services, as specified herein. Contractors shall accomplish landscape maintenance required under the Contract during daylight hours. The City's Project Manager may permit night scheduling on an individual function or task basis. 9.2.4 Contractor shall schedule and conduct the work at times and in a manner which shall not interfere with normal pedestrian traffic on adjacent sidewalks or vehicular traffic on adjacent streets, and shall not cause annoyance to residents near the site or users of the site. During periods of peak rush hour traffic(7:00 a.m. to 9:00 a.m. and 4:00 p.m. to 6:00 p.m.) or special event, the Contractor will not block or impede travel lanes. 9.2.5 All work shall be scheduled and completed in a continuous manner that is all DocuSign Envelope ID:C3A5B1BA-A673-4BB1-95E2-D975656D55A4 mowing, edging, trimming, etc. shall be completed before leaving job site, to maintain the site in a uniform manner. 9.2.6 Contractor shall not work or perform any operations during inclement weather which may destroy or damage landscaped areas. 9.2.7 Contractor shall recognize that during the course of the Contract, other activities and operations may be conducted by City work -forces and other Contractors. These activities may include but not be limited to landscape refurbishment, irrigation system modification or repair, construction and storm related operations. The Contractor may be required to modify or curtail certain operations without decreased compensation and shall promptly comply with any request by the Project Manager. In the event a Site or part of a Site becomes unavailable for servicing by the Contractor, the City's Project Manager may temporarily delete the Site or part of the Site and compensation to the Contractor will be decreased. 9.2.8 Contractor shall, during the hours and days of operation, respond to all emergencies by taking the appropriate/required action within two(2)hours. 9.2.9 Contractor shall have completed all Landscape Maintenance functions prior to the scheduled maintenance inspection. 9.3 INSPECTIONS 9.3.1 The Contractor's Representative shall perform maintenance inspections daily during daylight hours of all sites assigned for the day.City of Miami Beach Personnel shall provide continuing inspection of the sites to insure adequacy of maintenance and that methods of performing the work are in compliance with these specifications. Discrepancies and deficiencies in the work shall be brought to the attention of the Contractor's Representatives in writing, directly by the City's Project Manager, and shall be corrected by the Contractor immediately. 9.3.2 The Project Manager and the Contractor's Representatives shall meet on the sites once a month,or more frequently at the discretion of the Project Manager,for a walk-through inspection. The meeting shall be at the convenience of the City of Miami Beach. All on-going maintenance functions shall be completed prior to this meeting. 9.4 DEFICIENCYICURE NOTICES AND CORRECTIVEITERMINATION PROCESS: If the City's Project Manager determines that there is/are deficiency(s) by the contractor in the performance of the contract, the Project Manager will notify the Contractor of the deficiency(s)in writing.The City's Project Manager will send a Cure Notice to the Contractor with a copy to the Director of the Procurement Management Department requesting that they provide in writing within seven(7)calendar days of notification,any/all actions proposed to be taken in order to correct/cure the identified.deficiency(s). DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 If all parties(City's Project Manager and Contractor)agree that actual damages/deficiencies would require more than seven(7)calendar days to correct/cure, a reasonable time frame, in writing, will be determined based on a meeting between the City's Project Manager and the Contractor for the identified deficiency(s). Should the City's Project Manager issue two(2) Cure Notices for the same deficiency(s), or a total of three(3)Cure Notices within a twelve(12) month period,the City may exercise its right to proceed with the Termination of this contract. 9.5 CITY OF MIAMI BEACH RIGHT TO CORRECT DEFICIENCIES: Additionally, and notwithstanding the above provision, the City has the right to move on site with City personnel or private Contractors to correct deficiencies seven (7) calendar days after notification in writing, by either the City of Miami Beach Parks and Recreation Department Director or his/her designee. If, in the sole discretion or judgment of the City's Project Manager,the Contractor and/or his employee(s)are not properly performing the services required under the Contract,then the Contractor and/or all employees may be temporarily replaced by City or contracted personnel and payment to be made by the City suspended while the matter is being investigated. Total costs incurred by completion of the work by the City will be deducted and forfeited from the payments to the Contractor from the City. This section shall not be construed as a penalty, but as an adjustment of payment to Contractor for only the work actually performed,and accepted by the City,and the recovering of City costs from the failure of the Contractor to complete or comply with the provisions of the Contract. 9.6 QUALITY CONTROL: Within fourteen (14) days of the execution of the Contract, the Contractor shall submit a Quality Control Plan ("QCP") to the Project Manager for review and acceptance. The basic premise of the QCP is that the Contractor is responsible for Quality Control. All methods, procedures, and forms shall support this premise. The QCP must clearly identify how the Contractor will monitor its own Work to ensure that the Work is performed and meets the Quality Objective established in the Contract. The QCP must provide for the inspection and assessment of the quality and progress of the Work at each Site where Work is being performed. The QCP shall be designed to keep the Contractor's management and the City informed of all issues affecting quality, to include timely and effective corrective action for all deficiencies. These inspections shall be in addition to the requirement for daily supervision. The QCP records shall, in part, consist of checklists of inspections and shall indicate the nature, frequency and number of observations made, number and type of deficiencies and/or hazards found, and the nature of corrective action taken as appropriate.At a minimum the QCP shall address: • An inspection system that is tailored to the different Tasks and Sites covered under the Contract. • A system for identifying and correcting deficiencies in the quality of the Work before the level of performance becomes unacceptable and/or City Inspectors or the DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 Project Manager point out the deficiencies or if a site receives an Appearance Index rating greater than#2.The system should also ensure non-recurrence of defective Work. • A system to ensure that the Contractor's employees are notified of deficiencies,that the noted deficiencies are corrected (if possible); and that the employees are counseled/retrained as necessary to ensure that deficiencies do not recur. • A system that provides the Project Manager access to all Contractor documentation, reports, and files (to include any forms on which Quality Control inspections are documented) with respect to Contractor quality control inspections and any corrective action taken; All service records will be completed in a GIS based electronic format which is to be approved by the City. • How corporate/home office will provide Contract support, services,and controls. • The identity of all personnel who will be performing QC inspections by name, and title. Verification that the person who actually performed the Work did not perform QC inspections. Where the QCP is returned by the City's Project Manager for revisions or corrections, the Contractor shall resubmit a corrected QCP within seven (7) days of receipt from the City's Project Manager, with the requested revisions or corrections. The Contractor shall not implement any changes to its approved QCP prior to review and acceptance by the City's Project Manager.The Contractor shall perform QC inspections by qualified personnel(i.e.— personnel knowledgeable of all technical aspects of the Work which would allow identification/discovery of improperly performed services) and provide written documentation of the inspection results to the Project Manager on a monthly basis. The documentation must be signed and dated by the inspector at the time the inspection is completed. All completed inspection reports must be submitted to the City's Project Manager. The Contractor shall furnish a monthly report ("Report") to the City's Project Manager no later than end of business of the first day of the following month that shall consist of five(5)parts, broken down as follows: • Part 1 -Prior month's General Services completed;identified by Site and the date(s) the Work was performed. • Part 2-Prior month's Supplemental Services activities completed;identified by Site, the date(s)the Work was performed and the cost(s)associated with the Work. • Part 3 - Prior month's Re-Work activities completed; identified by Site, the date(s) the Work was performed. • Part 4 - Prior month's Additional Work activities completed; identified by Site, the date(s)the Work was performed. • Part 5-Prior month's inspections conducted under the QCP.This Part of the Report shall include the following details: o Dates of inspections. o Name and signature of the inspector. o Location of the inspection. o Work inspected. o Locations found to be in compliance with the Performance Standards. DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 o Locations found to be non-compliant. o Deficiencies found per location. o Actions take to correct deficiencies. o Actions taken to mitigate future occurrences of the deficiencies. Contractor shall provide the City's Project Manager with hard copy and/or electronic copies of all forms and documents prepared as a part of the Quality Management Plan monitoring. Deficiencies or hazards discovered by City Inspectors may result in Re-inspection Fees and/or Payment Adjustments. 9.7 QUALITY CONTROL PERFORMANCE REPORTS 9.7.1 Completion of Work:Within 24 hours of completing work the Contractor shall notify the corresponding City's Project Manager in writing of said completion. All service records will be completed in a GIS based electronic format, which is to be approved by the City. 9.7.2 Inspection and Approval—Upon receiving notification from the Contractor, the City shall inspect the serviced location within 48 hours. If, upon inspection,the work specified has not been completed, the City shall contact the Contractor to indicate the necessary corrective measures. The Contractor will be given 48 hours from this notification to make appropriate corrections and notify the City in writing of said completion.The City will conduct a second inspection to confirm that work has been brought in to compliance with Quality Objective. A re-inspection fee will be accessed in accordance with Appendix B Section 3.5. If the work has been completed successfully then the City will pay for services billed. In the event that deficiency was not corrected,at the sole discretion of the City,a Payment Reduction will be assessed in accordance with Appendix B Section 34 of contract specifications. The Contractor will be given another 48 hours from this notification to make appropriate corrections to be followed by another re-inspection and associated re-inspection fee and Payment Reduction up to the Cost per Service of subject site or total value of additional work. If the work has been completed successfully then the City will pay for services billed. The Contractor shall submit to the Project Manager a report documenting minimal staffing requirements have been met for the week and living wage requirements complied with. These reports are subject to audit as provided for in contract documents. The Contractor shall submit to the Project Manager a report of his performance for the preceding month, under terms of the Contract. These reports shall be postmarked no later than the fifth (5th) day of each month following the month in which services were performed. Failure to do so shall result in delay of payment until this requirement is fulfilled. All service records will be completed in a GIS based electronic format which is to be approved by the City. 10.0 SCHEDULING DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 10.1 THIRTY-SIX (36) "GENERAL SERVICE" ANNUAL SCHEDULE: Schedule of thirty- six(36)"General Service"visits of designated sites annually according to the following:The first,second,third and fourth weeks of October. Biweekly for the month of November(these biweekly General Services should occur no closer than ten (10) and no further than seventeen (17) calendar days apart); The second and final weeks of December; One visit the third full week of January and the second full week of February.Schedule service for the first and the fourth weeks of March;the second and fourth weeks of April and weekly during the months of May, June, July,August and September,excluding the last week of July and the first week of September. These weekly General Services should be no closer than six (6)and no further than ten(10)calendar days apart. , All work is to be completed in a continuous manner.That is all mowing,edging,weed control, trimming etc.,shall be completed before leaving the job site for each General Service. It shall be the Contractor's responsibility to inform the City in writing, should additional "General Service" be required to maintain the Quality Objective. 10.2 "SPECIALIZED GENERAL SERVICE" for SOUNDSCAPE PARK, SOUTH POINTS PARK, and CONVENTION CENTER PARK: Schedule for staffing seven (7)days a week, 365 days per year from the hours of 8:00 a.m.thru 10:00 p.m.with an adequate number of personnel to perform the work as prescribed herein and to include fifty-two (52) SPECIALIZED GENERAL SERVICES annually on a weekly basis as prescribed: Schedule service weekly(these weekly General Services should occur no closer than six(6) and no further than ten(10)calendar days apart). 10.3 ATHLETIC FIELDS: Schedule one-hundred forty (140) General Services Annually: Three (3) mowings weekly from April thru November, to be done on Monday, Wednesday and Friday, and two (2) mowings from December thru March to be done on Tuesday and Friday. 11.0 GROUP III—SPECIALTY PARKS SOUNDSCAPE PARK, SOUTH POINTE PARK, PRIDE PARK, COLLINS CANAL PARK and ALTON ROAD PARK are Premium, Regional Parks and are top attractions in the City of Miami Beach drawing thousands of visitors annually. Only the highest standard of maintenance services will be accepted. The Contractor will perform "SPECIALIZED GENERAL SERVICE" at SOUNDSCAPE PARK, SOUTH POINTE PARK,PRIDE PARK,COLLINS CANAL PARK and ALTON ROAD PARK which includes all specifications of GENERAL SERVICES in addition to providing the adequate amount of full time staff to perform the work as prescribed herein seven(7)days a week,365 days a year from 8:00 a.m.thru 10:00 p.m.Full time staff will be relied upon to respond to immediate need for services; litter services and detailed work. It is incumbent upon the Contractor to visit the sites of the work and estimate the actual resources required to meet the Quality Objective. . 11.1 LITTER REMOVAL: Litter, including organic material, is to be removed from all turf DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 areas, and landscape beds within the park, walkways and all hard surfaces within the Park grounds on a daily and continuous manner from 8:00 a.m. until 10:00 p.m. 11.2 PRESSURE CLEANING, RESTROOM SERVICE,TRASH RECEPTACLES: 11.2.1 PRESSURE CLEANING: Sidewalks, hardscape and furniture are to be pressure cleaned in a continuous fashion and cycling throughout the park as needed. Contractor is to furnish equipment.capable of delivering the amount of pressure (PSI) suitable for removing stains, spills, etc. from concrete surfaces without damaging the surface material. The use of chemicals must be approved by the Project Manager. 11.2.2 TRASH RECEPTACLES, RECYCLING BINS: Trash Receptacles and Recycling Bins shall be emptied a minimum of six(6)times per day or as required to keep from overflowing. Trash and recyclables shall be disposed offsite at appropriate waste/recycling facilities. Receptacles and Bins are-to be wiped down with a mild detergent at least one(1)time daily. Receptacles and Bins are required to be thoroughly cleaned at least one(1)time per month. 11.3 PALM PRUNING: Remove brown or broken fronds as required at least six(6) times annually.Fruit should remain on the palms when red color enhances the beauty of the Parks. Coconut Palms in South Pointe Park are to be kept free of fruit at all times. 11.4 BOUGAINVILLEA CARE:(SOUNDSCAPE PARK ONLY)Bougainvilleas are to not be pruned. They must be checked every 10 to 14 days and tied to pergolas with nursery tape as required to keep in-bounds. Pinching and soft pruning may be required but only done as directed by the Project Manager in order to obtain the desired form. 11.5 MOWING: Turf at Soundscape Park and South Pointe Park shall be mowed at .5"to 2.5" above soil level with a reel mower designed for use in the specific circumstances. Remove clippings from areas if excessive clippings result from the mowing operation. Clippings will be considered excessive if still visible on grass the day after mowing. Mow with a reel mower a minimum of two(2)times per week during the growing season of March through the end of October and at other General Service, as required to maintain desired height of grass. Two (2)weekly mowings may also be required during the winter months if annual rye grass has been seeded. If grass has a scalped appearance after mowing too much of the leaf blade was removed and stems of grass exposed. Never remove more than 1/3 of the leaf blade. Mowing directions shall be altered at each mowing to avoid wear patterns. - 11.6 FERTILIZATION: All turf grass at Soundscape Park and South Pointe Park that is occupied by Palms is to be fertilized at the same schedule as noted in these specifications using "Palm Special Fertilizer" applied at label rates, with the formulation of 8N-2P205- 12K20 +4Mg with micronutrients. 100% of the N, K, and Mg must be slow release with micronutrients in a water soluble form. 12.0 ATHLETIC FIELDS DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 Contractor must have a person on staff or available as a consultant that has been recognized as certified Sports Field Manager by the Sports Turf Management Association. 12.1 MOWING GENERAL-One hundred forty(140)times a year Highly maintained Bermuda grass fields require three (3) mowings weekly from April thru November and two(2)mowings weekly from December thru March.A reel mower produces the finest cut because of its scissor-type clipping method and is mandatory for Bermuda grass.TifwaylTifsport Bermuda grass mowing height should be 3/4"to 1". Mowers should be kept well-maintained,sharp blades and used at slow ground speed.Cut grass blades will be picked up with a grass catcher and disposed. Mowing frequency is based on removing no more than 1/3 of the leaf surface at any one mowing. Mowing shall be performed in a professional manner that insures an even surface appearance without scalping or leaving any "missed" uncut grass. Special care will be required to avoid scalping. 12.2 WEED CONTROL:Turf is to be kept weed free at all times throughout the year. Describe proposed preventative pest management program. Post Emergence Herbicides and Pre-Emergent Herbicides are to be used as needed following all label directions.Apply in spring and fall mainly following all label directions. For the purpose of this specification,a weed will be considered as any undesirable or misplaced plant. Weeds shall be controlled either by hand, mechanical, or chemical methods. The City's Project Manager may restrict the use of chemical or mechanical weed control in certain areas. Weeds are to-be removed from walkways, curbs, expansion joints, and along fence lines and guardrails at each service or as otherwise directed by the City's Project Manager. If mowers are'moved from weedy lawns to other lawns, be sure to wash off the blades to avoid transport of weed seeds and propagules. 12.3 PRE-EMERGENCE WEED CONTROL:Summer Grasses-Pre-emergence herbicides are generally more effective on the grass weeds. Pre-emergence crabgrass control, herbicides should be applied around February for south Florida. For goose grass control, delay these dates by 3 to 4 weeks because goose grass generally germinates later in the season than crabgrass. If crabgrass and goose grass are present the first line of defense is to provide cultural practices (e.g., proper mowing, fertilizing, watering, compaction, and thatch control). 12.4 POST-EMERGENCE WEED CONTROL: Summer Grasses - Post-emergence herbicides are more effective on broadleaves and sedges. Summer grasses such as crabgrass, goose grass, crowfoot grass,.and thin paspalum can be controlled in Bermuda grass using the arsenate herbicides as needed following all label directions. Two to three applications are necessary, 7 to 10 days apart, for mature grass weeds. Three to four applications may be needed for nut sedge and sandbur control. A non-ionic surfactant is required with this treatment. Treat when air temperatures are below 85°F. Do not add a DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 non-ionic surfactant. Broadleaf Weeds - Broadleaf weeds can be controlled when actively growing using one of many post emergent herbicides labeled for the control of the specific weed. Bermuda grass must be actively growing and not under heat or drought stress when herbicides are applied. Selecting the right pre-emergence herbicide and using it properly will help prevent weed establishment. A key to success in using pre-emergence herbicides is proper timing of application.Application must be made prior to weed seed germination if infestations cannot be controlled by hand-pulling, or herbicide use will damage or kill the shrubs or ground- covers,the bed may be excavated,after removing all plants. Then,weeds may be destroyed before replanting by any of the following methods: Sterilize the soil, or allow weeds to reestablish a vegetative top and treat with a systemic herbicide,at least two(2)applications,about two(2)weeks apart,or until there is a 90%kill. After the kill, apply, immediately after replanting, a pre-emergent herbicide, such as Treflan or other approved pre-emergent herbicide. If it is determined by the City that the Contractor responsible for maintenance allows weed infestations to spread beyond the ability to control them, then the removal, treatment, and replacement of the planting bed shall be done as described above by the Contractor at no cost to the City. Soil which exhibits significant weed growth within one (1) month after planting, (20% ground coverage of the bed by weeds) shall be considered as previously weed-infested. 12.5 SOIL PROCEDURES:The following maintenance practices are required for Bermuda grass athletic fields. 12.6 SOIL SAMPLING: Contractor shall have the soil tested four (4) times yearly to determine required additives, and more often if necessary to diagnose problem areas. Soil samples will submitted to any local laboratory for pH analyses and major and minor elements contents. Fertilizers and amendments will be added to the formulations in order to adjust the PH.Apply Lime or Sulfur as required to adjust pH.The Contractor shall`provide the City with annual fertilization schedules at the beginning of each contract year and shall inform the City's Project Manager at least three (3)days in advance before beginning any fertilization. • Nitrogen (N) and Potassium (K) - In general, a total of 5 lbs. of nitrogen and 3 lbs. of potassium per 1,000 sq.ft. per year is generally required for Bermuda grass. • Ammonium sulfate (21-0-0) - Can be used during normal summer fertilization to promote rapid growth recovery and color response. • Phosphorous(P)-Soil testing will indicate phosphorous levels present.Most Florida soils retain fertilizer phosphorous; therefore, apply this only once per year(spring and early fall)unless soil tests Fertilizing-9 times per year with the listed ratios unless testing indicate otherwise and during the following periods; • Mar(21-0-0) DocuSign Envelope ID:C3A5B1 BA-A673-4BB1-95E2-D975656D55A4 • Apr(18-3-16) • May(21-0-0) • Jun(16-4-8) • Jul(16-4-8) • Aug (16-4-8) • Oct(16-4-8) • Nov(8-2-12) • Dec(0-0-22 Sul Po Mag) 13.0 ADDITIONAL WORK REQUESTS BASED ON CONTRACT ITEMS Additional services rates shall be established during negotiations with the successful proposer(s). The City may, at its sole discretion and through its contract manager, request the awarded contractor(s)to perform additional services related to the scope of this RFP. In doing so, they may compensate contractor(s)at the rates contained in the contract.At no time is there any guarantee of the additional work being awarded to any contractor. No work shall commence without the prior written authorization from the contract manager. 14.0 NON-PRE-PRICED ITEMS OR TASKS(ANCILLARY WORK) From time to time, some projects may require items or tasks that are not included in the Cost Proposal Form.These items shall be known as non-pre-priced items or tasks,as applicable. In those instances where non-pre-priced items or tasks are required,the following procedure shall be followed in determining pricing. Approval of non-pre-priced items shall be in compliance with Administrative Procedure P0.03.02. 14.1 Non Pre-Priced Materials and Equipment: If the Contractor will perform the work with its own forces, it shall obtain and submit three independent quotes for all material or equipment required to complete the task and shall, to the extent possible, use Pre-priced Tasks for labor from the miscellaneous services rates established. 14.2 Non Pre-Priced Labor: If the work is to be subcontracted, the Contractor must obtain and submit three independent quotes from subcontractors.The Contractor shall not submit a quote or bid from any subcontractor that the Contractor is not prepared to use. The City may require additional quotes and bids if the subcontractors are not acceptable or if the prices are not reasonable.Otherwise, labor rates shall be in accordance with the contract. 14.3 If three quotes or bids cannot be obtained, the Contractor will provide the reason in writing for the City's approval. If approved, less than three quotes will be allowed. 14.4 The City's determination as to whether a task is a Pre-priced item or task or a Non Pre- priced item or task shall be final, binding and conclusive as to the Contractor. 14.5 In the event that the total Non Pre-Priced items that exceed the thresholds established in Section 2-366 of the City Code,the Price Proposal will require City Commission approval. 15.0 ADDITIONAL SITES The City may, at its sole discretion and through its contract manager, request the awarded DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 contractor(s) to perform additional services related to the scope of this RFP. In doing so, the City may: compensate contractor(s)at the rates contained in the contract; negotiate costs for additional work directly with the awarded contractor(s); or, seek quotes from contractor(s). At no time is there any guarantee of the additional work being awarded to any contractor. No.work shall commence without the prior written authorization from the contract manager. [REMAINDER OF THIS PAGE IS LEFT INTENTIONALLY BLANK] DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 APPENDIX B M I AM I BEACH Cost Proposal Form R F P 2021 - 18 7-AY GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 APPENDIX B COST PROPOSAL FORM Failure to submit Appendix B,Cost Proposal Form by the deadline established for the receipt of proposals will result in proposal bein• deemed non-responsive and bein• re'ected. Proposer affirms that the prices stated on the cost proposal form below represent the entire cost of the items in full accordance with the requirements of this RFP,inclusive of its terms,conditions,specifications and other requirements stated herein, and that no claim will be made on account of any increase in wage scales, material prices, delivery delays,taxes,insurance,cost indexes or any other unless a cost escalation provision is allowed herein and has been exercised by the City Manager in advance. The Cost Proposal Form (Appendix B) shall be completed and all corrections shall be initialed. UNDER SEPARATE COVER VIA PERISCOPE S2G. DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 APPENDIX C M I AM BEACH Insurance Requirements R F P 2021 - 18.7-AY GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 MIAMIB:EACH INSURANCE REQUIREMENTS The vendor shall maintain the below required insurance in effect prior to awarding the contract and for the duration of the contract. The maintenance of proper insurance coverage is a material element of the contract and failure to maintain or renew coverage may be treated as a material breach of the contract, which could result in withholding of payments or termination of the contract. A. Worker's Compensation Insurance for all employees of the vendor as required by Florida Statute 440, and Employer Liability Insurance for bodily injury or disease. Should the Vendor be exempt from this Statute, the Vendor and each employee shall hold the City harmless from any injury incurred during performance of the Contract.The exempt Vendor shall also submit(i)a written statement detailing the number of employees and that they are not required to carry Workers' Compensation insurance and do not anticipate hiring any additional employees during the term of this contract or(ii) a copy of a Certificate of Exemption. B. Commercial General Liability Insurance on an occurrence basis, including products and completed operations, property damage, bodily injury and personal & advertising injury with limits no less than $1,000,000 per occurrence, and$2,000,000 general aggregate. C. Automobile Liability Insurance covering any automobile, if vendor has no owned automobiles, then coverage for hired and non-owned automobiles, with limit no less than $1,000,000 combined per accident for bodily injury and property damage. D. Umbrella Liability Insurance in an amount no less than $4,000,000 per occurrence. The umbrella coverage must be as broad as the primary General Liability coverage. E. Liquor Liability Insurance on an occurrence basis, including property damage, bodily injury and personal&advertising injury with limits no less than$1,000,000 per occurrence. Additional Insured -City of Miami Beach must be included by endorsement as an additional insured with respect to all liability policies (except Professional Liability and Workers' Compensation) arising out of work or operations performed on behalf of the contractor including materials, parts, or equipment furnished in connection with such work or operations and automobiles owned, leased, hired or borrowed in the form of an endorsement to the contractors insurance. Notice of Cancellation - Each insurance policy required above shall provide that coverage shall not be cancelled, except with notice to the City of Miami Beach do EXIGIS Insurance Compliance Services. Waiver of Subrogation —Vendor agrees to obtain any endorsement that may be necessary to affect the waiver of subrogation on the coverages required. However,this provision applies regardless of whether the City has received a waiver of subrogation endorsement from the insurer. Acceptability of Insurers—Insurance must be placed with insurers with a current A.M. Best rating of A:VII or higher. If not rated, exceptions may be made for members of the Florida Insurance Funds (i.e. FWCIGA, FAJUA). Carriers may also be considered if they are licensed and authorized to do insurance business in the State of Florida. DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 Verification of Coverage—Contractor shall furnish the City with original certificates and amendatory endorsements, or copies of the applicable insurance language, effecting coverage required by this contract. All certificates and endorsements are to be received and approved by the City before work commences. However, failure to obtain the required documents prior to the work beginning shall not waive the.Contractor's obligation to provide them. The City reserves the right to require complete, certified copies of all required insurance policies, including endorsements, required by these specifications,at any time. CERTIFICATE HOLDER MUST READ: CITY OF MIAMI BEACH c/o EXIGIS Insurance Compliance Services P.O. Box 4668—ECM#35050 New York, NY 10163-4668 Kindly submit all certificates of insurance,endorsements,exemption letters to our servicing agent, EXIGIS, at:. Certificates-miamibeach anriskworks.com Special Risks or Circumstances-The City of Miami Beach reserves the right to modify these requirements,including limits, based on the nature of the risk, prior experience,insurer,coverage,or other special circumstances. Compliance with the foregoing requirements shall not relieve the vendor of his liability and obligation under this section or under any other section of this agreement. DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 APPENDIX D miAmIBEAcH AERIAL MAPS RFP 2021 - 187-AY GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 APPENDIX E M I AM I BEACH CLEANLINESS INDEX RFP 2021 - 1 87-AY GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 ATTACHMENT C SUNBIZ &PROPOSAL RESPONSE TO RFP DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 D.VISION OF CORPOR=TIONS :CO r , a un official:Stu!.of Florida w l lte Department of State / Division of Corporations / Search Records / Search by FEI/EIN Number/ Detail by FEI/EIN Number Florida Profit Corporation SUPERIOR LANDSCAPING& LAWN SERVICE INC. Filing Information Document Number P98000044604 FEI/EIN Number 65-0838100 Date Filed 05/18/1998 State FL Status ACTIVE Last Event AMENDMENT Event Date Filed 12/11/2019 Event Effective Date NONE Principal Address 2200 NW 23RD AVE MIAMI, FL 33142 Changed: 01/12/2005 Mailing Address PO BOX 35-0095 MIAMI, FL 33135 Changed: 03/22/2012 Registered Agent Name&Address OTERO, ORLANDO 2200 N.W. 23 AVENUE MIAMI, FL 33142-6551 Address Changed: 01/04/2005 Officer/Director Detail Name&Address Title PD OTERO, ORLANDO 2200 N.W. 23 AVENUE MIAMI, FL 33142 I Title TD DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 • VALDES, MARIA 2200 N.W. 23 AVENUE MIAMI, FL 33142 Title QCO MOREL, MICHAEL P.O. BOX 35-0095 MIAMI, FL 33135 Title QCO CANTOR, LAURENCE PO BOX 35-0095 MIAMI, FL 33135 Annual Reports • Report Year Filed Date 2019 02/27/2019 2020 03/10/2020 2021 02/03/2021 Document Images 02/03/2021—ANNUAL REPORT View image in PDF format 03/10/2020--ANNUAL REPORT View image in PDF format 12/11/2019—Amendment View image in PDF format 02/27/2019—ANNUAL REPORT View image in PDF format 03/07/2018—ANNUAL REPORT View image in PDF format 02/16/2017—Amendment View image in PDF format • 01/31/2017—Amendment View image in PDF format 01/17/2017—ANNUAL REPORT View image in PDF format 01/22/2016—ANNUAL REPORT View image in PDF format 01/11/2015--ANNUAL REPORT View image in PDF format 09/09/2014—AMENDED ANNUAL REPORT View image in PDF format 07/09/2014—Amendment View image in PDF format 02/10/2014--ANNUAL REPORT View image in PDF format 11/13/2013--AMENDED ANNUAL REPORT View image in PDF format 03/04/2013—ANNUAL REPORT View image in PDF format 03/22/2012—ANNUAL REPORT View image in PDF format 02/22/2011--ANNUAL REPORT View image in PDF format 04/01/2010--ANNUAL REPORT View image in PDF format 03/12/2009—ANNUAL REPORT View image in PDF format 04/25/2008--ANNUAL REPORT View image in PDF format 01/15/2007--ANNUAL REPORT View image in PDF format 01/17/2006--ANNUAL REPORT View image in PDF format 01/11/2006--ANNUAL REPORT View image in PDF format • ,4 /�VVlC AnlnhI AlI icnnfT \r^• ^^^^^ ^^^L format DocuSigri Envelope ID:C3A5B18A-A673 4BB1-95E2-D975656D55A4 01/04/2005--ANNUAL REPORT View image in PDF format 01/30/2004--ANNUAL REPORT View image in PDF format 03/24/2003--ANNUAL REPORT View image in PDF format • 04/01/2002—ANNUAL REPORT View image in PDF format 02/12/2001--ANNUAL REPORT View image in PDF format 01/24/2000--ANNUAL REPORT View image in PDF format 02/19/1999--ANNUAL REPORT View image in PDF format 05/18/1998—Domestic Profit View image in PDF format Florida Department of State,Division of Corporations DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 BID SUBMITTAL QUESTIONNAIRE SECTION I ;I CERTIFICATIO, FOR. This document is a REQUIRED FORM that must be submitted fully completed and submitted. Solicitation No: Solicitation Title: 2021-187 AY GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS BIDDERS NAME:Superior Landscaping B.Lawn Service Inc. NO.OF YEARS IN BUSINESS:37 NO.OF YEARS IN BUSINESS LOCALLY: NO.OF EMPLOYEES:150 37 OTHER NAME(S)BIDDER HAS OPERATED UNDER IN THE LAST 10 YEARS:WA BIDDER PRIMARY ADDRESS(HEADQUARTERS):2200 NW 23 Avenue CITY:Miami STATE:Florida ZIP CODE:33142. TELEPHONE NO.:305-034 0717 TOLL FREE NO.:800.7594156 FAX NO.:3054334 0744 BIDDER LOCAL ADDRESS:2200 NW 23 Avenue CITY:Miami • • STATE:Florida ZIP CODE:33142 PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT.Beatris Gerdls ACCOUNT REP TELEPHONE NO.:30545340717 ACCOUNT REP TOLL FREE NO.:305-034 0744 ACCOUNT REP EMAIL:JOtero@superloriandscaping.com FEDERAL TAX IDENTIFICATION NO.:65-0835100 By virtue of submitting a bid, bidder agrees: a)to complete and unconditional acceptance of the terms and conditions of this document, inclusive of this solicitation,all specifications,attachments,exhibits and appendices and the contents of any Addenda released hereto; b)to be bound,at a minimum,to any and all specifications,terms and conditions contained herein or Addenda;c)that the bidder has not divulged, discussed, or compared the proposal with other bidders and has not colluded with any other bidder or party to any other bid; d) that bidder acknowledges that all information contained herein is part of the public domain as defined by the State of Florida Sunshine and Public Records Laws; e) the bidder agrees if this bid is accepted, to execute an appropriate City of Miami Beach document for the purpose of establishing a formal contractual relationship between the bidder and the City of Miami Beach, Florida,for the performance of all requirements to which the bid pertains;and f)that all responses, data and information contained in the bid submittal are true and accurate. The individual named below affirms that s/he: is a principal of the applicant duly authorized to execute this questionnaire, and that the contents of said document(s)are complete,true, and correct to the best • of his/her knowledge and belief. Name of Bidder's Authorized Representative: Title of Bidder's Authorized Jesenia Otero Representative: Estimating Coordinator DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 SECTION 2 -ACKNOWLEDGEMENT OF ADDENDUM After issuance of solicitation, the City may release one or more addendum to the solicitation, which may provide additional information to bidders or alter solicitation requirements. The City will strive to reach every bidder having received solicitation through the City's e-procurement system. However, bidders are solely responsible for assuring they have received any and all addendum issued pursuant to solicitation. This Acknowledgement of Addendum section certifies that the bidder has received all addendum released by the City pursuant to this solicitation. Failure to obtain and acknowledge receipt of all addenda may result in proposal disqualification. Enter Initial Enter Initial Enter Initial to to Confirm to.Confirm Confirm Receipt Receipt Receipt Addendum 1 Addendum 6 Addendum 11 Addendum 2 Addendum 7 Addendum 12 Addendum 3 Addendum 8 Addendum 13 Addendum 4 Addendum 9 Addendum 14 Addendum 5 Addendum 10 Addendum 15 If additional confirmation of addendum is required,submit under separate cover. SECTI;•N 3 - CONFLICT OF INTEREST All bidders must disclose the name(s) of any officer, director, agent, or immediate family member(spouse, parent, sibling, and child)who is also an employee of the City of Miami Beach. Further, all bidders must disclose the name of any City employee who owns, either directly or indirectly, an interest of ten (10%) percent or more in the bidder entity or any of its affiliates. p YES p NO If yes, please disclose the name(s): FIRST AND LAST NAME OCCUPATION 1 2 3 4 - 5 6 SECTION 4- FIN .' COAL CAPACITY When requested by the City, each bidder shall arrange for Dun.& Bradstreet to submit a Supplier Qualification Report (SQR) directly to the City. No proposal will be considered without receipt, by the City, of the SQR directly from Dun & Bradstreet. The cost of the preparation of the SQR shall be the responsibility of the bidder. The bidder shall request the SQR report from D&B at: https://supplierportal.dnb.com/webapp/wcs/stores/servlet/SupplierPortal? storeld=11696 Bidders are responsible for the accuracy of the information contained in its SQR. It is highly recommended that each bidder review the information DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 contained in its SQR for accuracy prior to submittal to the City and as early as possible in the solicitation process. For assistance with any portion of the SQR submittal process, contact Dun & Bradstreet at 800-424-2495. At time of request, bidder shall request that Dun & Bradstreet submit its Supplier Qualifier Report directly to the City, with bid or within three (3)days of request. SECTI.N 5 - MORATORIUM ON TRAVEL TO AND THE PURCHASE OF GOODS OR SERVICES FROM MISSISSIPPI Pursuant to Resolution 2016-29375, the City of Miami Beach, Florida, prohibits official City travel to the state of Mississippi, as well as the purchase of goods or services sourced in Mississippi. Bidder shall agree that no travel shall occur on behalf of the City of Miami Beach to Mississippi, nor shall any product or services it provides to the City be sourced from this state. By virtue of submitting bid, bidder agrees it is and shall remain in full compliance with Resolution 2016-29375 https://www.miamibeachfl.gov/wp-content/uploads/2017/11/2016-29375-Resolution- Vendor-Moratorium-for-Services-Sources=from-North-Carolina-Mississippi=l.pdf DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 SECTION 6 - REFERENCES FEND PAST PE FORi'JANCE Project No. 2021-187-AY Project Title GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS' Bidder shall submit at least three (3) references for whom the bidder has completed work similar in size and nature as the work referenced in solicitation. Reference No.1 Firm Name: City of Cape Coral Contact Individual Name and Title: John Castle, Senior Project Manager Address: 1015 Cultural Park Blvd Cape Coral Florida 33990 Telephone: 239-242-3945 Contact's Email:jcastle@capecoral.net Narrative on Scope of Services Provided: Greenscape median landscape maintenance, maintain Landscape medians and Right-of- way areas. Contract Value: $804,445.00 Reference No.2 Firm Name: City of Hollywood Contact Individual Name and Title: Xavier Leal, Contract Compliance Coordinator Address: 2600 Hollywood Blvd. Hollywood, FL 33022-9045 Telephone: 754-208-8796 Contact's Email: XLeal@hollywoodfl.org Narrative on Scope of Services Provided: We have provided landscape maintenance services for the City of Hollywood since 2014 for various locations and contracts, including the maintenance of Parks, Right-of-Way, Medians,and government facilities.These contracts have totaling Reference No.3 Contact Individual Name and Title: City of North Miami Beach , Kenny Paoletti / Dwight Jackson Address: 17011 NE 19th Avenue N Miami Beach, FL 33162 Telephone: 954-629-8315/305-948-2957 Contact's Email: Kenny.Paoletti@citynmb.com / Dwight.Jackson@citynmb.com DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 Narrative on Scope of Services Provided: City Landscape Maintenance Contract Value: $570,244.00 0 DocuSign Envelope ID:C3A5B16A-A673-4BB1-95E2-D975656D55A4 Additional Reference Firm Name: City of Bonita Springs Contact Individual Name and Title: Joel Langaney Project Manager Address: 9101 Bonita Beach Road Bonita Springs, Fl. 34135 Telephone: 239-478-4614 Contact's Email: Joel.langaney@cityofbonitasprings.org Narrative on Scope of Services Provided: Right-of-Ways&Median Maintenance and US 41 Maintenance/2016-2021 Contract Value:$408,000.00 SECTION 7 - STANDARD TERMS AND CONDITIONS The Standard Terms and Conditions are available at https://wwwmiamibeachfl.gov/city- halVprocurement/standard-terms-and-conditions/ By virtue of submitting a bid, bidder attests that they have read and understand the applicable Standard Terms and Conditions as indicated in the solicitation. Project No. 2021-187-AY Project Title GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS SECTION 8 -VENDOR CAMPAIGN'=' CO' TRIBUTIONS Bidders are expected to be or become familiar with, the City's Campaign Finance Reform laws, as codified in Sections 2-487 through 2-490 of the City Code https://library.municode.com/fl/miami_beach/codes/code_of ordinances? node ld=SPAGEOR_CH2AD_ARTVIISTCO_DIV5CAFIRE Bidders shall be solely responsible for ensuring that all applicable provisions of the City's Campaign Finance Reform laws are complied with, and shall be subject to any and all sanctions, as prescribed therein, including disqualification of their bid submittal, in the event of such non-compliance. Are there any individuals or entities (including your sub-consultants) with a controlling financial interest which have contributed to the campaign either directly or indirectly, of a candidate who has been elected to the office of Mayor or City Commissioner for the City of Miami Beach. O YES si NO If yes, list name (first and last name) of individuals, occupation, amount and date: First and Last Contributor •occupation Amount Date of Name Contribution 1 2 DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 3 4 5 6 7 8 9 DocuSign Envelope ID:C3A5B1 BA-A673-4BB1-95E2-D975656D55A4 SECTION 9®SUSPENSION, rPPEI•AR;.yEHT, OR CONTRACT CANCEL_ATION Has bidder ever been debarred, suspended or other legal violation, or had a contract cancelled due to non-performance by any public sector agency? D YES p NO If answer to above is "YES," bidder shall submit a statement detailing the reasons that led to action(s): SECTION W - EQUAL 3ENEFITS FO EMPL�S�YEES ITH SPIUSES AND EMPLOYEES ',,,;ITH D*MESTIC PARTNERS When awarding competitively solicited contracts valued at over $100,000 whose contractors maintain 51 or more full time employees on their payrolls during 20 or more calendar work weeks, the Equal Benefits for Domestic Partners Ordinance 2005-3494 requires certain contractors doing business with the City of Miami Beach,who are awarded a contract pursuant to competitive bids, to provide "Equal Benefits" to their employees with domestic partners, as they provide to employees with spouses. The Ordinance applies to all employees of a Contractor who work within the City limits of the City of Miami Beach, Florida; and the Contractor's employees located in the United States, but outside of the City of Miami Beach limits, who are directly performing work on the contract within the City of Miami Beach. Does bidder provide or offer access to any benefits to employees with spouses or to spouses of employees? ® YES 0 NO Does bidder provide or offer access to any benefits to employees with (same or opposite sex) domestic partners or to domestic partners of employees? a YES 0 NO Please check all benefits that apply to your answers above and list in the `other" section any additional benefits not already specified. Note: some benefits are provided to employees because they have a spouse or domestic partner, such as bereavement leave; other benefits are provided directly to the spouse or domestic partner, such as medical insurance. Bidder Provides for Bidder Provides for Bidder does not BENEFIT Employees with Employees with Provide Benefit Spouses Domestic Partners Health Yes Yes Sick Leave Yes Yes Family Medical Leave Yes Yes Bereavement Leave Yes Yes If Bidders cannot offer a benefit to domestic partners because of reasons outside your control, (e.g., there are no insurance providers in your area willing to offer domestic partner coverage) you may be eligible for Reasonable Measures compliance. To comply on this basis, you must agree to pay a cash equivalent and submit a completed Reasonable Measures Application with all necessary documentation. Your Reasonable Measures Application will be reviewed for consideration by the City Manager, or his designee. Approval is not guaranteed and the City Manager's decision is final. Further information on the Equal Benefits requirement is available DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 at http://www.miamibeachfl.gov/city-hall/procurement/procurement-related-ordinance-and- procedures/ DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 SECTION 11 - LMHG `.!'IAGE Pursuant to Section 2-408 of the City of Miami Beach Code, as same may be amended from time to time,covered employees shall be paid the required living wage rates listed below: 1. Effective January 1, 2018, covered employees must be paid a living wage rate of no less than $11.62 per hour with health care benefits of at least $2.26 per hour, or a living wage rate of no less than $13.88 per hour without health care benefits. 2. Effective January 1, 2019, covered employees must be paid a living wage rate of no less than $11.70 per hour with health care benefits of at least $2.74 per hour, or a living wage rate of no less than $14.44 per hour without health care benefits. 3. Effective January 1, 2020; covered employees must be paid a living wage rate of no less than $11.78 per hour with health care benefits of at least $3.22 per hour, or a living wage rate of no less than$15.00 per hour without health care benefits. The living wage rate and health care benefits rate may, by Resolution of the City Commission be indexed annually for inflation using the Consumer Price Index for all Urban Consumers (CPI-U) Miami/Ft. Lauderdale, issued by the U.S. Department of Labor's Bureau of Labor Statistics. Notwithstanding the preceding, no annual index shall exceed three percent (3%). The City may also, by resolution, elect not to index the living wage rate in any particular year, if it determines it would not be fiscally sound to implement same(in a particular year). Bidders' failure to comply with this provision shall be deemed a material breach under this proposal, under which the City may, at its sole option, immediately deem said Bidder as non-responsive, and may further subject Bidder to additional penalties and fines, as provided in the City's Living Wage Ordinance, as amended. Further information on the Living Wage requirement is available at http://www.miamibeachfl.gov/city-hall/procurement/procurement-related- ordinance-and-procedures/ Any payroll request made by the City during the contract term shall be completed electronically via the City's electronic compliance portal, LCP Tracker(LCPTracker.net). Indicate below that Bidder agrees to the living wage requirement. Failure to agree shall result in proposal disqualification. p YES NO SECTION 12 - is}YRD ANTI-Le BBYING AMEN[i 1M. E; T CERTIFICATION Fa M APPENDIX A,44 C.F.R. PART 18—CERTIFICATION REGARDING LOBBYING Certification for Contracts,Grants,Loans,and Cooperative Agreements The undersigned Contractor certifies,to the best of his or her knowledge,that: 1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract,grant, loan, or cooperative agreement. DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant,loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. 3. The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31, U.S.C. § 1352 (as amended by the Lobbying Disclosure Act of 1995).Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The undersigned Contractor certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition,the Contractor understands and agrees that the provisions of 31 U.S.C..§ 3801 et seq., apply to this certification and disclosure, if any. By virtue of submitting bid, bidder certifies or affirms its compliance with the Byrd Anti- Lobbying Amendment Certification. Name of Bidder's Authorized Representative: Title of Bidder's Authorized Jesenia Otero Representative: Estimating Coordinator DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 SECTION 13 s SUSPENSION AND DEBARMENT CERTIEICATIIN The Contractor acknowledges that: (1)This Contract is a covered transaction for purposes of 2 C.F.R. pt. 180 and 2 C.F.R. pt. 3000. As such the contractor is required to verify that none of the Contractor, its principals (defined at 2 C.F.R. § 180.995), or its affiliates (defined at 2 C.F.R. § 180.905) are excluded (defined at 2 C.F.R. § 180.940)or disqualified (defined at 2 C.F.R. § 180.935). (2)The Contractor must comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt.3000,subpart C and must include a requirement to comply with these regulations in any lower tier covered transaction it enters into. (3) This certification is a material representation of fact relied upon by the City. If it is later determined that the Contractor did not comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C, in addition to remedies available to the City, the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. (4)The Contractor agrees to comply with the requirements of 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The Contractor further agrees to include a provision requiring such compliance in its lower tier covered transactions:' By virtue of submitting bid, bidder certifies or affirms its compliance with the Suspension and Debarment Certification. Name of Bidder's Authorized Representative: Title of Bidder's Authorized Jesenia Otero Representative: Estimating Coordinator SECTION 14 - SMIyLL ANI DISADVANTA ICED BUST ESS CERTIEIC,?TION Pursuant to Resolution 2020-31519, the City is tracking the Small and Disadvantaged Businesses, as certified by Miami-Dade County that have been certified as Small or Disadvantaged Business by Miami-Dade County. Does bidder possess Small or Disadvantaged Business certification by Miami-Dade County? YES ® NO SECTION 15 o LGILT I USINESS ENTERPRISE CERTIFICATION Pursuant to Resolution 2020-31342, the City is tracking the utilization of LGBT owned firms that have been certified as an LGBT Business Enterprise by the National Gay and Lesbian Chamber of Commerce(NGLCC). Does bidder possess LGBT Business Enterprise Certification by the NGLCC? YES ® NO SECTION 16 m CONE OF SILENCE Pursuant to Section 2-486 of the City Code. all procurement solicitations once advertised and DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 Manager are under the "Cone of Silence:' The Cone of Silence ordinance is available at - https://library.municode.com/fl/miami beach/codes/code of ordinances? nodeld=SPAGEOR CH2AD ARTVIISTCO DIV4PR S2-486COSI Any communication or inquiry in reference to this solicitation with any City employee or City official is strictly prohibited with the of exception communications with the Procurement Director, or his/her administrative staff responsible for administering the procurement process for this solicitation providing said communication is limited to matters of process or procedure regarding the solicitation. Communications regarding this solicitation are to be submitted in writing to the Procurement Contact named herein with a copy to the City Clerk at rafaelgranado@miamibeachfl.gov Vendor attests that they have read, understand, and are in compliance with the Cone of Silence Ordinance, pursuant to Section 2-486 of the City Code? YES O NO SECTION 17®CODE OF BUSINESS ETHICS Pursuant to City Resolution No.2000-37879, the Bidder shall adopt a Code of Business Ethics ("Code") and submit that Code to the Procurement Division with its response or within three (3) days upon receipt of request.The Code shall, at a minimum, require the Bidder, to comply with all applicable governmental rules and regulations including, among others,the conflict of interest, lobbying and'ethics provision of the City of Miami Beach and Miami Dade County. Bidder shall submit firm's Code of Business Ethics within three (3)of request by the City. In lieu of submitting Code of Business Ethics,Vendor may indicate that it will adopt,as required in the ordinance, the City of Miami Beach Code of Ethics, available at http://www.miamibeachfl.gov/city-hall/procurement/procurement-related-ordinance-and- procedures/ Bidder adopts the City of Miami Beach Code of Business Ethics? • 0 YES - NO Bidder will submit firm's Code of Business Ethics within three (3)days ofrequest by the City? p YES Q NO • SECTION 18— DRUG FREE WORKPLACE CERTIFICATION The Drug Free Workplace Certification is available at: https://www.miamibeachfl.gov/wp-content/uploads/2019/04/DRUG-FREE-WORKPLACE- CERTIFICATION.pdf By virtue of submitting bid, bidder certifies or affirms it has adopted policies, practices and standards consistent with the City's Drug Free Workplace Certification. SECTION 19 e LOBIYIST REGISTRATION REQUIREMENTS This solicitation is subject to, and all bidders are expected to be or become familiar with, all City lobbyist laws. Bidders shall be solely responsible for ensurine that all City lobbyist laws are DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 complied with, and shall be subject to any and all sanctions, as prescribed therein, including, without limitation,disqualification of their responses, in the event of such non-compliance. By virtue of submitting bid, bidder certifies or affirms that they have read and understand the above Lobbyist Registration Requirements. SECTION 20®NON-DISCRIMINATION • The Non-Discrimination ordinance is available at: hops://library.municode.com/fl/miami beach/codes/code of ordinances? nodeld=SPAGEOR CH2AD ARTVIPR DIV3COPR S2-375NSCCOREWA By virtue of submitting bid, bidder agrees it is and shall remain in full compliance with Section 2-375.of the City of Miami Beach City Code. SECTION 21® FAIR CHANCE REQUIRE :ENT The Fair Chance Ordinance No.2016-4012 is available at: https://library.municode.com/fl/miami beach/codes/code of ordinances? nodeld=SPAGEOR CH62HURE ARTVFACHOR By virtue of submitting bid, bidder certifies that it has adopted policies, practices and standards consistent with the City's Fair Chance Ordinance. Bidder agrees to provide the City with supporting documentation evidencing its compliance upon request: Bidder further agrees that any breach of the representations made herein shall constitute a material breach of contract, and shall entitle the City to the immediate termination for cause of the agreement, in addition, to any damages that may be available at law and in equity. SECTION 22®PUtLIC ENTITY CRI ES Please refer to Section 287.133(2)(a), Florida Statutes,available at: hops://www.flsenate.gov/Laws/Statutes/2012/287.133 By virtue of submitting bid, bidder agrees with the requirements of Section 287.133, Florida Statutes, and certifies it has not been placed on convicted vendor list. SECTION 23 m VETERAL' BUSINESS TERPRISES PREFERENCE Pursuant to City of Miami Beach Ordinance No. 2011- 3748, hops://library.municode.com/fl/miami beach/codes/code of ordinances? nodeld=SPAGEOR CH2AD ARTVIPR.DIV3COPR 52-374PRPRPRVECOGOCOSE 'the City shall give a preference to a responsive and responsible bidder which is a small business concern owned and controlled by a veteran(s) or which is a service-disabled veteran business enterprise, and which is within five'percent (5%) of the lowest and best bidder, by providing such bidder an opportunity of providing said goods or contractual services for the lowest responsive bid amount. Whenever, as a result of the foregoing preference,the adjusted prices of two (2) or more bidders which are a small business concern owned and controlled by a veteran(s) or a service-disabled veteran business enterprise constitute the lowest bid pursuant to an ITB, RFP, RFQ, ITN or oral or written request for quotation, and such bids are responsive, responsible and otherwise equal with respect to quality and service, then'the award shall be made to the service-disabled veteran business enterprise. Is the bidder a service-disabled veteran business enterprise certified by the State of Florida? O YES p NO . DocuSign Envelope ID.C3A5B18A-A673-4BB1-95E2-D975656D55A4 Is the bidder a service-disabled veteran business enterprise certified by the United States Federal Government? YES NO DocuSign Envelope ID C3A5B18A-A673-4BB1-95E2-D975656D55A4 .' I ISO. l 4A 014 . 1 r a TAB 1 1.1 COVER LETTER&TABLE OF CONTENTS Table of Contents Tab 1 Cover Letter and Table of Contents 1 1.1 Table of Contents 1 1.1 Cover Letter 2 1.1.1 About Us 3 1.1.2 Group Selection 4 1.2 Minimum Qualifications Requirements 5 Tab 2 Experience& Qualifications 8 2.1 Qualifications of Firm 9 2.1 Qualifications of Team 10 Roberto Sanchez 11 Beatriz Gerdts 12 Michael Morel 13 Gustavo Valdes 14 Daniel H.Ackenbrack 16 Mike Levy 17 Julio Valdes 18 Certificates and Licenses Tab 3 Approach & Methodology 19 I Compliance with Standards 19 2 Equipment and Materials—Material Suppliers 21 2 Equipment and Materials—Equipment List 22 3 Litter Control and Pressure Cleaning 23 4 Fertilizer, Pesticides,Disease and Pest Control Management 24 5 Turf Renovation 26 6 Tree Maintenance&Care 27 7 Irrigation System Maintenance and Watering 28 8 Emergency Response and Services 29 Tab 4 Cost Proposal 32 Cost Proposal Form(Appendix B) is uploaded to Periscope S2G RFP 2021-187-AY—GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS Wage DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 ...ait• -I r-t 1 1 1 _ It_ TAB I 1.1 COVER LETTER&TABLE OF CONTENTS Superior Landscaping&Lawn Service,Inc along appreciates the opportunity to present the proposal with the intent to offer its services. The extensive experience that our company brings to this property will certainly continue to enhance the property's beauty and serene vista. Our approach is to team up with your staff,being the front line of the maintenance by not only taking care of our contractual agreement, but also reporting anything we see.For example,if a light is out or if there is a tripping hazard,etc.to name a few. This teaming approach will ensure an excellent and successful working relationship. Founded in 1982,Superior Landscaping&Lawn Service,Inc has provided on-point services for many quality municipalities, property management companies and historical residences. We pride ourselves in having successfully completed many challenging contracts that cover a full spectrum of services such as daily porter &janitorial services, Exotic vegetation removal, emergency debris removal, HOAs, landscape & hardscape maintenance, arbor care, irrigation repairs and maintenance, pesticide and insecticide control, and pre- and post-storm preparation and restoration services. Our company's mission statement is to exceed customer's expectations with a `service-first' attitude while forming a lifelong company-client relationship that is committed and mutually beneficial. Our service teams are bilingual, friendly, and knowledgeable. Most of our employees have dedicated their services to our company and customer base for over 30 years. It is with the same loyalty and dedication that we will perform landscape maintenance for Group 1 North Beach.Our philosophy is to establish a partnership between our experienced staff and our clients. Established in May 1998, we have served south Florida with our experienced staff and grown to adjust with all the improvements of the City's maintenance system. Fully licensed, insured, and bonded, Superior Landscaping & Lawn Service, Inc. can handle the largest contracts. Our administrative and financial personnel and advisors constantly report, analyze, and interpret data to guide the company and its stakeholders in the most fiscally sound manner. The following pages represent the commitment that Superior Landscaping&Lawn Service, Inc. will have in providing professional,quality service. Our company and its team will deliver friendly, customer-oriented services with the intention of creating a more welcoming,clean,and special environment for its owners, tenants,and visitors. Our office is Headquarters—Miami-Dade County 2200 NW 23 Avenue Miami,FL 33142 Be do tero, reside RFP 2021-187-AY—GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS 2 I P a g e .or uSiyn Fnvelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 f 1�. •,. �_-'-S- . .9--_�+�. - .ter .-- , A.: , . ' w -� ! - . J , , 1 .1 .1 About Us Since in 1998, Superior Landscaping & Lawn Service, Inc. has been creating landscape ;, ': -'`".fi "A. solutions for clients throughout the State of ' fr; ` Florida.The owners,Orlando Otero and Maria k, Valdes, began their business as a sole .1 - '' , * 4, Y 1 e V proprietorship over thirty years ago with a 1., , f% .�� - -9- ' -`a• Al vision to create a company that would provides ` � "• • excellent service to their customers as well as �' - ' ! - create a welcoming and creative atmosphere - for its employees. it , NI, Years of ::z:: an :: ; ce, dli and hard work have 'I. 1 \ shaped a and lawn maintenance service company that can accommodate projects of any - ,,/ size. Throughout decades of exceptional performance and _-. 't . '- A sound professional practices, the company has been /'t,''I o .1 '$- exceeding the needs of its customers by providing the highest quality of services in the industry, establishing - ; i J ,`- �� _ . itself as one of the leading landscaping companies in 9 1 - dia .- ' _- ' South Florida. ►-- I— i RFP 2021-187-AY-GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS 3 1 ' DocuSign Envelope ID C3A5B18A-A673-4BB1-95E2-D975656D55A4 fit 41111110111111111.1. One of South Florida's leading landscape contractors, Superior Landscaping & Lawn Service, Inc. has provided maintenance solutions to South Florida's elite residential, commercial and government properties. Our team of experts is trained to develop quality plans to provide a full menu of services to satisfy our customer's needs. We are fully licensed, insured and bonded to provide landscape & irrigation system installations and maintenance, fertilizer, pesticide and herbicide treatment plans, arbor services and pre- preparation and post-storm recovery. The company's influence stretches beyond Miami to include commercial and municipal accounts located in Broward, Palm Beach, Lee, Collier, Polk & Sarasota counties. I 4, iv •-r yt r y , 4.' fl i it n , NV ,---. will wil . . RFP 2021-187-AY-GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS 4 DocuSign Fnvelope ID C3A5B18A-A673-4BB1-95E2-D975656D55A4 III t TAB 1 1.1.2 GROUP SELECTION This proposal is for Group I: North Beach (North of 41st Street) RFP 2021-187-AY—GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS Wage Docucdgn Envelope It) C3A5B78A-A673-4BB1-95E2-D975656D55A4111.11111111111110 + - r- 1- Ire s s t.a - `7, t - Tom' 1 TAB 1 1.2 MINIMUM QUALIFICATION REQUIREMENTS 1. - lie FN CERTIFIED PROFESSIONAL P CONTRACTOR The Florida Nursery, Growers & Landscape Association Confers on Norys Hayes CC2 00310 The Title of FNGLA Certified Landscape Contractor (FCLC) Expiration Date:12/31/2022 it Certified Since:11/12/2010 nt,,u to nravo,r .rresaent: Merry Mott, GL4 Certification Director • W. RFP 2021-187-AY-GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS 6 DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 ' • yY _ i yr - + \ ` �r wry♦, i r J r� fT -/"tea ....IA 11# TAB 1 1.2 MINIMUM QUALIFICATION REQUIREMENTS References of Similar Work (2)Contact (1) Individual (8) Firm Name& (3) (6)Narrative on Scope of (7)Annual Contract Name Title Address (4)Telephone (5)Contact's Email Services Provided Cost Term We have provided landscape maintenance services for the City of 9101 Bonita Springs since Bonita 2015 for various Beach locations, including City of Joel Road vacant parcels, Rights- Bonita Langaney Bonita Joel.langaney of-Way, Medians, parks 4 Years Spring Project Springs, 239-478- @cityofbonitasprin and government 2017- s Manager Fl. 34135 4614 gs.org facilities. $561,000.00 2021 We have provided landscape maintenance Jose del services for the City of Risco Miami Beach since 2014 Assistant 2100 for various locations and Director Washingt contracts, including the Departme on Ave, maintenance of Parks, City of nt of Parks Miami 305-673- JoseDelRisco coastal areas, Right-of- 7 Years Miami & Beach, 7000 Ext. @miamibeachfl.go Way, Medians, and 2014- Beach Recreation Fl. 33139 6276 v government facilities. $491,409.00 2021 Paul Bassar We have provided Contract landscape maintenance Complianc services for the City of e Hollywood since 2014 for Coordinat 2600 various locations and or Hollywoo contracts, including the Public d Blvd. maintenance of Parks, City of Works Hollywoo Right-of-Way, Medians, 4 Years Hollyw Departme d, FL 754-208- PBassa and government 2017- ood nt 33022 8796 r@hollywoodfl.org facilities. $280,000.00 2021 RFP 2021-187-AY—GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS 7 I i' ; t, DocuSign Envelope ID.C3A5B18A-A673-4BB1-95E2-D975656D55A4 r _ _ _ . 1- i_ •i 14.1 Mai--.1 t '�. t I s = . `, a;�j j %, TAB 1 1.1 COVER LETTER&TABLE OF CONTENTS Table of Contents Tab 1 Cover Letter and Table of Contents 1 1.1 Table of Contents 1 1.1 Cover Letter 2 1.1.1 About Us 3 1.1.2 Group Selection 4 1.2 Minimum Qualifications Requirements 5 Tab 2 Experience & Qualifications 8 2.1 Qualifications of Firm 9 2.1 Qualifications of Team 10 Roberto Sanchez 11 Beatriz Gerdts 12 Michael Morel 13 Gustavo Valdes 14 Daniel H.Ackenbrack 16 Mike Levy 17 Julio Valdes 18 Certificates and Licenses Tab 3 Approach & Methodology 19 1 Compliance with Standards 19 2 Equipment and Materials—Material Suppliers 21 2 Equipment and Materials—Equipment List 22 3 Litter Control and Pressure Cleaning 23 4 Fertilizer,Pesticides,Disease and Pest Control Management 24 5 Turf Renovation 26 6 Tree Maintenance &Care 27 7 Irrigation System Maintenance and Watering 28 8 Emergency Response and Services 29 Tab 4 Cost Proposal 32 Cost Proposal Form (Appendix B) is uploaded to Periscope S2G RFP 2021-187-AY-GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS Wage DocuSign Envelope ID C3A5B18A-A673-4BB1-95E2-D975656D55A4 • %., • _ _— r .�` .--_— -..TAB I 1.1 COVER LETTER&TABLE OF CONTENTS Superior Landscaping&Lawn Service,Inc along appreciates the opportunity to present the proposal with the intent to offer its services. The extensive experience that our company brings to this property will certainly continue to enhance the property's beauty and serene vista. Our approach is to team up with your staff,being the front line of the maintenance by not only taking care of our contractual agreement, but also reporting anything we see.For example,if a light is out or if there is a tripping hazard,etc.to name a few. This teaming approach will ensure an excellent and successful working relationship. Founded in 1982,Superior Landscaping&Lawn Service,Inc has provided on-point services for many quality municipalities, property management companies and historical residences. We pride ourselves in having successfully completed many challenging contracts that cover a full spectrum of services such as daily porter &janitorial services, Exotic vegetation removal, emergency debris removal, HOAs, landscape &hardscape maintenance, arbor care, irrigation repairs and maintenance, pesticide and insecticide control, and pre- and post-storm preparation and restoration services. Our company's mission statement is to exceed customer's expectations with a `service-first' attitude while forming a lifelong company-client relationship that is committed and mutually beneficial. Our service teams are bilingual, friendly, and knowledgeable. Most of our employees have dedicated their services to our company and customer base for over 30 years. It is with the same loyalty and dedication that we will perform landscape maintenance for Group II South Beach.Our philosophy is to establish a partnership between our experienced staff and our clients. Established in May 1998,we have served south Florida with our experienced staff and grown to adjust with all the improvements of the City's maintenance system. Fully licensed, insured, and bonded, Superior Landscaping & Lawn Service, Inc. can handle the largest contracts. Our administrative and financial personnel and advisors constantly report, analyze, and interpret data to guide the company and its stakeholders in the most fiscally sound manner. The following pages represent the commitment that Superior Landscaping&Lawn Service, Inc. will have in providing professional,quality service. Our company and its team will deliver friendly,customer-oriented services with the intention of creating a more welcoming,clean,and special environment for its owners, tenants, and visitors. Our office is Headquarters—Miami-Dade County 2200 NW 23 Avenue Miami,FL 33142 Be o, r ident RFP 2021-187-AY—GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS 2 I P a g e DocuSign Envelope ID C3A5B18A.A673 4BB1-95E2 D975656D55A4 r • r 1 .1 .1 About Us Since in 1998, Superior Landscaping & Lawn Service, Inc. has been creating landscape ';o••,,, :\ >V "'•� `.•, •, f, solutions for clients throughout the State of d' y r, : 'i Florida,The owners,Orlando Otero and Maria ; s '''',',',;••.. ,,,„,3111 Valdes, began their business as a sole s ' ' •'~.� proprietorship over thirty years ago with a 4 - - ••• vision to create a company that would provide : ^ 'i'• excellent service to their customers as well as ,s'•" - I create a welcoming and creative atmosphere J -. •. for its employees. -,. \'( ' , t \ Years of experience, discipline and hard work have shaped a complete landscaping and lawn maintenance ` service company that can accommodate projects of any size.Throughout decades of exceptional performance and +, . si sound professional practices, the company has been . i 9- - exceeding the needs of its customers by providing the ' , highest quality of services in the industry, establishing ' itself as one of the leadinglandscaping companies in 4 ;� 0: P g P soll-- '. _ ' South Florida. RFP 2021-187-AY-GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS 3 I P a g e DocuSign Envelope ID C3A5B18A-A673-4BB1-95E2 D975656D55A4 • _ ' . r One of South Florida's leading landscape contractors, Superior Landscaping & Lawn Service, Inc. has provided maintenance solutions to South Florida's elite residential, commercial and government properties. Our team of experts is trained to develop quality plans to provide a full menu of services to satisfy our customer's needs. We are fully licensed, insured and bonded to provide landscape & irrigation system installations and maintenance, fertilizer, pesticide and herbicide treatment plans, arbor services and pre- preparation and post-storm recovery. The company's influence stretches beyond Miami to include commercial and municipal accounts located in Broward, Palm Beach, Lee, Collier, Polk & Sarasota counties. I 2 r ' r ,u�• era, .. : r`i i i .' o • 1 - 4 RFP 2021 1H7 AY—GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS 4 1 P I DocuSign Envelope ID.C3A5B18A-A673-4BB1-95E2-D975656D55A4 t ,�;� _ �~ / ,tom 1' ; ..L�JS.—:L.es., TAB 1 1.1.2 GROUP SELECTION This proposal is for Group II: South Beach (South of 41st Street) RFP 2021-187-AY—GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS 5 1 I' , _A DocuSign Envelope ID. C3A5B18A-A673-4BB1-95E2-D975656D55A4 Ai), i i 4", : --,_ "z 't ''' !",lk — • M .,''"" ., ` �- r ',� t.� i . . "� r - -; •6; :tea, •,CA . : 14 r TAB 1 1.2 MINIMUM QUALIFICATION REQUIREMENTS 1. ! FNGLA. MI CERTIFIED PROFESSIONAL V'i CONTRACTOR The Florida Nursery, Growers & Landscape Association Confers on Norys Hayes CC2 00310 The Title of FNGLA Certified Landscape Contractor (FCLC) Expiration Date: 12/31/2022 � - - Certi6ed Since: 11/12/2010 co bravo,nvL,A e-n±vienr Merry Mott, GLA Certification Director C RFP 2021-187-AY-GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS 6 DocuSign Envelope ID:C3A5B18A-A673•.4BB1-95E2-D975656D55A4 . aimaiminummi, _______ R• .,,,,...: . __ . .. . , ,....._ . : -4.-4't- - t . ltil - ti TAB 1 1.2 MINIMUM QUALIFICATION REQUIREMENTS References of Similar Work (2)Contact (1) Individual (8) Firm Name& (3) (6)Narrative on Scope of (7)Annual Contract Name Title Address (4)Telephone (5)Contact's Email Services Provided Cost Term We have provided landscape maintenance services for the City of 9101 Bonita Springs since Bonita 2015 for various Beach locations, including City of Joel Road vacant parcels, Rights- Bonita Langaney Bonita Joel.langaney of-Way, Medians, parks 4 Years Spring Project Springs, 239-478- @cityofbonitasprin and government 2017 - s Manager Fl. 34135 4614 gs.org facilities. $ 561,000.00 2021 We have provided landscape maintenance Jose del services for the City of Risco Miami Beach since 2014 Assistant 2100 for various locations and Director Washingt contracts, including the Departme on Ave, maintenance of Parks, City of nt of Parks Miami 305-673- JoseDelRisco coastal areas, Right-of- 7 Years Miami & Beach, 7000 Ext. @miamibeachfl.go Way, Medians, and 2014 - Beach Recreation FI. 33139 6276 v government facilities. $491,409.00 2021 Paul Bassar We have provided Contract landscape maintenance Complianc services for the City of e Hollywood since 2014 for Coordinat 2600 various locations and or Hollywoo contracts, including the Public d Blvd. maintenance of Parks, City of Works Hollywoo Right-of-Way, Medians, 4 Years Hollyw Departme d, FL 754-208- PBassa and government 2017 - ood nt 33022 8796 r@hollywoodfl.org facilities. $280,000.00 2021 RFP 2021 187 AY—GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS 7 1 ' < DocuSign Envelope ID:C3A5B18A-A673-48B1-95E2-D975656D55A4 L. ."' 4414114114*4 - 4. :* p :,.....:,..:. _____,.,. , . . , . ., ,. .may. 4. TAB 1 1.1 COVER LETTER&TABLE OF CONTENTS Table of Contents Tab 1 Cover Letter and Table of Contents 1 1.1 Table of Contents 1 1.1 Cover Letter 2 1.1.1 About Us 3 1.1.2 Group Selection 4 1.2 Minimum Qualifications Requirements 5 Tab 2 Experience & Qualifications 8 2.1 Qualifications of Firm 9 2.1 Qualifications of Team 10 Roberto Sanchez 11 Beatriz Gerdts 12 Michael Morel 13 Gustavo Valdes 14 Daniel H.Ackenbrack 16 Mike Levy 17 Julio Valdes 18 Certificates and Licenses Tab 3 Approach & Methodology 19 1 Compliance with Standards 19 2 Equipment and Materials-Material Suppliers 21 2 Equipment and Materials-Equipment List 22 3 Litter Control and Pressure Cleaning 23 4 Fertilizer, Pesticides,Disease and Pest Control Management 24 5 Turf Renovation 26 6 Tree Maintenance&Care 27 7 Irrigation System Maintenance and Watering 28 8 Emergency Response and Services 29 Tab 4 Cost Proposal 32 Cost Proposal Form (Appendix B) is uploaded to Periscope S2G RFP 2021-187-AY-GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS 1 I P a o DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 r Wit_ .�, i,1►r4k TAB 1 1.1 COVER LETTER&TABLE OF CONTENTS Superior Landscaping&Lawn Service,Inc along appreciates the opportunity to present the proposal with the intent to offer its services. The extensive experience that our company brings to this property will certainly continue to enhance the property's beauty and serene vista. Our approach is to team up with your staff,being the front line of the maintenance by not only taking care of our contractual agreement, but also reporting anything we see.For example,if a light is out or if there is a tripping hazard,etc.to name a few. This teaming approach will ensure an excellent and successful working relationship. Founded in 1982,Superior Landscaping&Lawn Service,Inc has provided on-point services for many quality municipalities, property management companies and historical residences. We pride ourselves in having successfully completed many challenging contracts that cover a full spectrum of services such as daily porter &janitorial services, Exotic vegetation removal, emergency debris removal, HOAs, landscape & hardscape maintenance, arbor care, irrigation repairs and maintenance, pesticide and insecticide control, and pre- and post-storm preparation and restoration services. Our company's mission statement is to exceed customer's expectations with a `service-first' attitude while forming a lifelong company-client relationship that is committed and mutually beneficial. Our service teams are bilingual, friendly, and knowledgeable. Most of our employees have dedicated their services to our company and customer base for over 30 years. It is with the same loyalty and dedication that we will perform landscape maintenance for Group III Specialty Parks. Our philosophy is to establish a partnership between our experienced staff and our clients. Established in May 1998, we have served south Florida with our experienced staff and grown to adjust with all the improvements of the City's maintenance system. Fully licensed, insured, and bonded, Superior Landscaping & Lawn Service, Inc. can handle the largest contracts. Our administrative and financial personnel and advisors constantly report, analyze, and interpret data to guide the company and its stakeholders in the most fiscally sound manner. The following pages represent the commitment that Superior Landscaping&Lawn Service,Inc. will have in providing professional,quality service. Our company and its team will deliver friendly,customer-oriented services with the intention of creating a more welcoming,clean,and special environment for its owners, tenants,and visitors. Our office is Headquarters—Miami-Dade County 2200 NW 23 Avenue Miami,FL 33142 Bes o er , r nt RFP 2021-187-AY—GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS 2 I P a g e DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 " ..... .,...., . ., ... ,„...., ... . , . ....... �c _K ` . . . .i. , . ,.,,... . r :pis 1 IS'3h 4.... 1 .1 .1 About Us Since in 1998, Superior Landscaping & Lawn _ ' r -. Service, Inc. has been creating landscape �,'''...;. ,• solutions for clients throughout the State of /• , ' r._ • Florida.The owners,Orlando Otero and Maria t Valdes, began their business as a sole 1 i Y�_:. 1/4 -I, 1 proprietorship over thirty years ago with a - 1 / i 1 vision to create a company that would provide -. , t • excellent service to their customers as well as _ x - - - '1, create a welcoming and creative atmosphere I.. • for its employees. 4''. Mir '- Years of experience, discipline and hard work have 9 a `: i \ shaped a complete landscaping and lawn maintenance -Y �' ' service company that can accommodate projects of any y; S C• size.Throughout decades of exceptional performance and ii} �`•,�!: - - sound professional practices, the company has been , ; _ exceeding the needs of its customers by providing the ..i 41* 4 , I ,.;.�, ,, - 'T. . z- -r pAi highest quality of services in the industry, establishing - itself as one of the leading landscaping companies in 0 ins_ -11 South Florida. RFP 2021-187-AY-GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS 3 DocuSign Envelope ID C3A5B18A-A673-4BB1-95E2-D975656D55A4 few:' _ 7f r. r - j , .'r "' _ .. d i -art♦t." ::.�...� _�_�.. -.._., One of South Florida's leading landscape contractors, Superior Landscaping & Lawn Service, Inc. has provided maintenance solutions to South Florida's elite residential, commercial and government properties. Our team of experts is trained to develop quality plans to provide a full menu of services to satisfy our customer's needs. We are fully licensed, insured and bonded to provide landscape & irrigation system installations and maintenance, fertilizer, pesticide and herbicide treatment plans, arbor services and pre- preparation and post-storm recovery. The company's influence stretches beyond Miami to include commercial and municipal accounts located in Broward, Palm Beach, Lee, Collier, Polk & Sarasota counties. / y • { jS 1 r • \ -.... y' R RFP 2021-187-AY-GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS 4 i DocuSign Envelope ID C3A5B18A-A673-4BB1-95E2-D975656D55A4 - • •!- ( . a tit 4 .;:.Z4 ti f r TAB 1 1.1.2 GROUP SELECTION This proposal is for Group III: Specialty Parks RFP 2021-187-AY—GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS 5 DocuSign Envelope ID C3A5B18A-A673-4BB1-95E2-0975656D55A4 f f . �'• '^7-#� ..1 Y -.r • - . ` ;` _ ~1• ice•. _ _ w I • _ Y ___ TAB 1 1.2 MINIMUM QUALIFICATION REQUIREMENTS 1. E FNGLA. N. CERTIFIED PROFESSIONAL 010 CONTRACTOR The Florida Nursery, Growers & Landscape Association Confers on Norys Hayes CC2 00310 .' The Title of FNGLA Certified Landscape Contractor (FCLC) ' Expiration Date: 12/31/2022 Gam"' �jwtr"" Atii— Certified Since:11/12/2010 co bravo,rrit,Lrk treswent Merry Mott,(11!GLA Certification Director final 1. RFP 2021-187-AY—GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS Wage DocuSign Envelope ID, C3A5B18A-A673-4B131-95E2-D975656D55A4 7-: _- _ iv i . _ - .ram i . TAB 1 1.2 MINIMUM QUALIFICATION REQUIREMENTS References of Similar Work (2)Contact (1) Individual (8) Firm Name& (3) (6)Narrative on Scope of (7)Annual Contract Name Title Address (4)Telephone (5)Contact's Email Services Provided Cost Term We have provided landscape maintenance services for the City of 9101 Bonita Springs since Bonita 2015 for various Beach locations, including City of Joel Road vacant parcels, Rights- Bonita Langaney Bonita Joel.langaney of-Way, Medians, parks 4 Years Spring Project Springs, 239-478- @cityofbonitasprin and government 2017 - s Manager Fl. 34135 4614 gs.org facilities. $ 561,000.00 2021 We have provided landscape maintenance Jose del services for the City of Risco Miami Beach since 2014 Assistant 2100 for various locations and Director Washingt contracts, including the Departme on Ave, maintenance of Parks, City of nt of Parks Miami 305-673- JoseDelRisco coastal areas, Right-of- 7 Years Miami & Beach, 7000 Ext. @miamibeachfl.go Way, Medians, and 2014 - Beach Recreation Fl. 33139 6276 v government facilities. $491,409.00 2021 Paul Bassar We have provided Contract landscape maintenance Complianc services for the City of e Hollywood since 2014 for Coordinat 2600 various locations and or Hollywoo contracts, including the Public d Blvd. maintenance of Parks, City of Works Hollywoo Right-of-Way, Medians, 4 Years Hollyw Departme d, FL 754-208- PBassa and government 2017 - ood nt 33022 8796 r@hollywoodfl.org facilities. $280,000.00 2021 RFP 2021-187-AY—GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS 7 I P 1 g i' DocuSIgn Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 , ..-• (0.4P1P16 _ y. .y 1 ' TAB 2-EXPERIENCE&QUALIFICATIONS 2.1 QUALIFICATIONS OF FIRM PROJECT CONTRACT GENERA LOCATION BEGIN & CONTACT INFORMATION OWNER VALUE L SCOPE AND END NAME, ADDRESS, PHONE PROJECT DATE NUMBER & EMAIL SIZE Mowing, City of Bonita Litter Springs removal, Joel Langaney weed, pest US 41 control, Lee County 9101 Bonita Beach Road Maintenance $561,000 mulching, 38.40 Sq. 12/2017 - Bonita Springs, Fl. 34135 & tree & Miles 05/2021 239-478-4614 Right-of-Ways palm Joel.langaney@cityofbonitaspri & Median ngs.org trimming Maintenance & pruning, pest control Florida Department of Transportation- Mowing, Eddie Taylor District 6 Litter Miami-Dade 1000 NW 111th Ave. $189,253 removal, County 06/2020 Miami, FL 33172 E6N22-R0 edging on 9,737.49 07/2021 786-229-5115 Mowing various Acres Eddie.taylor@dot.state.fl.us Routine state roads Maintenance - Bid Factor Small, Large, & Intermediat Miami Dade Zayvier Moodie Florida e Machine 14655 SW 122 Avenue Department of Mowing, County Miami, FL 33186 Transportation - Litter 786-562-1378 District 6 4,322 AC removal, Mowing 04/2021 Zayvier.Moodie@dot.state.fl.us E6N68 $364,724 weed, pest - control, 10/2022 Eddie Taylor Mowing Miami- mulching, 931 3.81 AC 1000 NW 111th Ave. Dade County- tree & Litter Miami, FL 33172 Routine Removal &palm 786-229-5115 Maintenance trimm ng Edging Eddie.taylor@dot.state.fl.us & pruning, edging RFP 2021-187-AY-GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS 8 I f' ai p, c DocuSign Envelope ID C3A5B18A-A673-4BB1-95E2 D975c56D55A4 • -I 49r14** **k . - ./r , � • •:, --r. ;•c;r - „Jr i. .4 4 t'f'.,.as:; :1 ii3.- ,':, •l. : ''..- I- -Ts ': . , .1 . ' ; le TAB 2 -EXPERIENCE&QUALIFICATIONS 2.1 QUALIFICATIONS OF FIRM (CONT.) PROJECT CONTRACT GENERAL LOCATION BEGIN CONTACT INFORMATION OWNER VALUE SCOPE AND & NAME, ADDRESS, PHONE PROJECT END NUMBER & EMAIL SIZE DATE Florida Department of Transportation Leonard E. Salazar, P.E. Turnpike Full 1000 NW 111th Ave. Enterprise Management Miami-Dade 12/2016 Miami, FL 33172 $1,440,666 maintenance County - Office: (305) 470-5498 FDOT E6K12 of district 4,892 Acres 11/2021 Cell: (305) 401-3184 Performance landscape Leonard.Salazar@dot.state.fl.us Based sites Maintenance for Landscape Areas Small, Large, Slope & Leonard E. Salazar, P.E. Florida Intermediate Miami-Dade 1000 NW 111th Ave. Department of Machine County Miami, FL 33172 Transportation Mowing, Office: (305) 470-5498 - District 6 Litter 2,308.42 AC 10/2020 Cell: (305) 401-3184 $225,996.12 removal, Mowing Leonard.Salazar@dot.state.fl.us E6N54 weed, pest 10/2022 Mowing & control, 6,861.54 AC Eddie Taylor Litter Removal mulching, Litter 1000 NW 111th Ave. Miami-Dade tree & palm Removal & Miami, FL 33172 County- trimming & Edging 786-229-5115 pruning, Eddie.taylor@dot.state.fl.us edging RFP 2021-187-AY-GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS 9 I '' DocuSign Envelope ID C3A5B18A-A673-4BB1-95E2-D975656D55A4 u - !a. ^ _' _ _ = - = Its! _ % TAB 2-EXPERIENCE&QUALIFICATIONS 2.2 QUALIFICATIONS OF TEAM Superior Landscaping & Lawn Service Inc. has a qualified team with more than 20 years of industry experience. This team is trained in providing impeccable detail and quality in properties The attached organizational chart will showcase our key qualified personnel and their role in this project. The enclosed resumes of our selected project team will present everyone's relevant experience, qualifications, certifications, and licenses obtained. This team has been selected to perform for the duration of this project on a full-time basis. A) Account Manager— Beatriz Gerdts, Carlos Gallardo B) On-site Project Supervisor— Roberto Sanchez C) Arborist- Gustavo Valdes, Mike Morel D) Pesticide Applicators - Daniel H. Ackenbrack E) Irrigation Technicians -Jesus Acosta, Mike Levy F) Registered Landscape Architect (RLA) - Peter Strelkow, HS2G, Inc. G) MOT & Landscape Inspector—Julio Valdes, Gustavo Valdes City of Miami Beach I Beatriz Gerdts Project Manager 1 I I I I I Roberto Sanchez HS2G,Inc. Julio Valdes On-site Project Gustavo Valdes Daniel Ackenbrack Mike Levy Peter Strelkow MOT and Landscape Supervisor Certified Arborist Pesticide Applicator Irrigation SupervisorP Ins ector R.L.A Architect Assistant Mike Morel Jesus Acosta Carlos Gallardo Certified Arborist Irrigation Supervisor RFP 2021-187-AY—GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS 10 I P a g e DocuSign Envelope ID C3A5B18A-A673 48B1 95E2-1)975656D55A4 R- 4441171441.. - • .460 . '1 r r 2.2 QUALIFICATIONS OF TEAM (CONT.) Roberto Sanchez On-Site Project Supervisor An experienced professional with over twenty-five years of exceptional achievements in Client Relations. Proven supervisory skills combined with outstanding customer service. Detail oriented,excelling in busy work environment. Dynamic leader and team builder,consistently motivating others. •Marketing •Personnel Training and Development •Client Services PROFESSIONAL EXPERIENCE Superior Landscaping&Lawn Service,Inc.Fort Myers,FL. 2016—Present Operation Manager/Business Development •Review a-mails with Director and responded accordingly via e-mail,memos,letters,or personal phone calls. •Coordinated,when necessary,with company administrators to the President,VP and Project Managers. •Research information via internet,phone,and personal contacts. •Prepared files,researched and supplied all documentation for legal department to prepare contracts. •Supervise and manage office personnel and address Human Resource issues. •Responsible for daily operations of this diversified landscape services firm. •Provide direction and supervision of work crews and field operations. •Direct client relations and problem resolution responsibilities. •Conduct business development activities. EDUCATION Keiser University,Pembroke Pines,FL. Business Administration GREEN EDUCATION Broward Community College,Pembroke Pines,FL. Certificates of Completion • Landscape Technology. FLUENT IN ENGLISH &SPANISH RFP 2021-187-AY—GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS 11 I :1 DocuSign Envelope IC C3A5B18A-A673-4BB1-95E2-D975656D55A4 1 te.W •y/Y..i'• r i`y�.. .. 2.2 QUALIFICATIONS OF TEAM (CONT.) Beatriz Gerdts Project Manager PROFESSIONAL EXPERIENCE Superior Landscaping & Lawn Service, Inc. September 2011 - present Maintenance Division Manager • Provide administrative staff assistance to upper management. • Plans and implements goals and objectives for the maintenance department and ensures that company policies and procedures are always adhered to. • Directs, oversees and participates in department work plans, assign work activities, operations and maintenance programs. • Monitors workflow and project status. • Visits job sites to oversee work in progress and provide needed direction; responds to emergencies at any time and evaluates the progress of ongoing maintenance activities. • Oversees the maintenance of department records and files. • Attends weekly department meetings with my staff. • Reviews costing reports. • Coordinates the fertilization program for all properties, including to ordering the materials and keeping an organized inventory control. • Interviews and hires new staff, prioritizes, assigns and reviews work • Approve time off for payroll purposes and participates in weekly payroll meetings. EDUCATION Miami Dade Community College Miami Sunset Senior High School Other Certifications: State of Florida Notary, Florida's Best Management Practices RFP 2021-187-AY-GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS 12 I ' DocuSign Envelope ID C3A5B18A-A673-4BB1-95E2-D975656D55A4 111111111.111.1111111111111116 1 r,1 _ r • I ' .:- k ,, - ._ • J .` _ jjI 2.2 QUALIFICATIONS OF TEAM (CONT.) Michael Morel Certified Arborist PROFESSIONAL EXPERIENCE Business Development 2016 - Current Superior Landscaping & Lawn Services, Inc.,Miami,FL •Responsible for driving sales, production, and business development functions for the landscape commercial division - Prospected profitable commercial landscape maintenance opportunities •Build strong, long-lasting relationships with potential and new clients. -Review and understand specifications and contract documentation for each project. -Meet property managers, attend HOA meetings, seminars, and other functions. Director of Horticulture 2007 - 2016 Fisher Island Community Association,Miami,FL •Responsible for all common green spaces on the 216-acre private residential island -Oversee and manage Landscape Department consisting of 55 crew members. • Manage an annual budget of$3 million. •Manage and implement maintenance contracts with 20 individual building associations, totaling $1.3 million annually. -Design landscapes varying sub-climates and conditions across the island. Notable Accomplishments: -Implemented a sustainable in-house mulch program that recycles regular trimming generated across the island. -Reduced overall green waste and seaweed removal through composting systems and have implemented a more organic, eco-friendly approach to fertilization and integrated pest management. -Redesigned the landscape for numerous medians,fountain areas,buffers,and golf course. • Awarded a FNGLA Landscape Award of Excellence in 2009 for the Design and Installation of the Fisher Island entrance pond&fountain. EDUCATION Florida International University- Bachelor of Liberal Science 2015 University of Florida- Environmental Horticulture (Etymology) 1995 - Certificates and Licenses ISA Certified, FL-5372 June 2006 Broward County Class A Tree January 2016 Trimming License, A-383 RFP 2021-187-AY-GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS 13 I u a g SS UocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975o56D55A4 n . 410000115;77. . I . - �.t ' . .•I I. . I ab11.14 - ryy , ; - ,,o t I- .1 `' i-� -1.• ;' • , .!•c.. ram' �� r 2.2 QUALIFICATIONS OF TEAM (CON'I.) Gustavo Valdes Certified Arborist PROFESSIONAL EXPERIENCE Superior Landscaping & Lawn Services, Inc. January 2020 to present Account Manager for the City of Coral Gables City Wide Tree Maintenance Contract • Responsible for coordinating and scheduling 7 pruning crews • Responsible for Maintaining a Safety Program to reduce incidents. • Responsible for updating Coral Gables tree inventory. DynaSery LLC September 2016 to January 2020 Arbor Division Manager • Responsible for coordinating and scheduling pruning crews Responsible for Maintaining a Safety Program to reduce incidents. Pruning around FPL Substations and H.O.A.'s in Broward and Palm Beach Counties. Luke's - Sawgrass Landscape September 2011 to September 2016 • Responsible for coordinating and scheduling maintenance crews and landscape projects. Responsible for Maintaining a Safety Program Increased sales by recognizing customers' needs Present day accounts Acqualina Resort & Spa on the Beach, Mansions at Acqualina, and the City of Sunny Isles Beach Right-of-Ways and 9 Parkes throughout the City. Greenday Creations, Inc. February 2010 - May2011 Project Manager • Responsible for coordination and scheduling landscape installation projects. • Supported owner with estimating and budgeting. • Responsible for 43 Maintenance accounts Superior Landscaping & Lawn Services, Inc. December 2005 - September 2009 Construction Manager • Responsible for Coordinating and scheduling Projects for four Supervisors and their crews. • Supported General Manager with Estimating and Budgeting. • Client Relationship Management via quality control and problem resolution. • Increased Sales by recognizing Customer needs. • Responsible for Maintaining a Safety Program. • Project Management - PLAN YOUR JOB THEN WORK YOUR PLAN. RFP 2021-187-AY-GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS 14 DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4_,t • • N-' s �ti • I . `t ti 11 � .if i !4 v, . • 2.2 QUALIFICATIONS OF TEAM(CONT.) Paramount Property Services, Inc. January 1990 - December 2005 Owner/Operator • 35 - 40 High end Landscape Maintenance Accounts • A full-service detail-oriented landscape and Maintenance Company tending to customer needs. ACCOMPLISHMENTS Miami-Dade Expressway Authority(MDX) May 2007-September 2009 Project Manager-$2,000.000.00 Project per year. Miami-Dade County Tree Replacement Program June 2006-September 2009 Project Manager—Over 15,000 Trees installed. 1111 Lincoln Road Project,Miami Beach April-September 2009 Project Manager-$800,000.00 Project Palazzo Del Mare,Fisher Island. March-December 2007 Project Manager-$675,000.00 Project. Julia Tuttle Causeway,Miami Beach. Project Manager-$330,000.00 Project. January-February 2007 Miami International Airport Central Blvd. August 2006-January 2007 Project Manager-$632.000.00 Project CERTIFICATIONS International Society of Arboriculture Certified Arborist FL-5774A exp. December 2022 F.D.O.T.Approved Temporary Traffic Control(MOT Advanced Course)exp.September 22, 2022 Cert.43797 BMP Certification GV908018-1 exp. September 18,2022 LTD Commercial Fertilizer Applicator Holder Cert.LF278437 exp. October 29,2022 RFP 2021-187-AY-GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS 15 DocuSign Envelope ID.C3A5B18A-A673-4BB1-95E2-D975656D55A4 Of 2.2 QUALIFICATIONS OF TEAM(CONT.) Daniel H. Ackenbrack Certified Pesticide Applicator PROFESSIONAL EXPERIENCE Superior Landscaping & Lawn Service, Inc. April 2010 - present Certified Pesticide Technician • Conducting tech training for State I.D. cards and safety meeting. • Oversee chemical application treatments on-site. • Oversee reports of application dates and chemicals. A-Plus Pest Control, Inc. August 1991 -January 2010 Owner/Manager/Certified operator • Extensive experience in truck and equipment operation & safety • Experienced in all aspects of pest control & safety (except fumigation) • Experienced in tech training for state I.D. cards and safety meetings • Supervises crews up to 15 crew members. • Data recordings EDUCATION AND CERTIFICATIONS • State of Florida Department of Agriculture and Consumer Services o Certified Operator-JE44120 o Lawn and Ornamental-JF7250 o Termite and Other WDO Control -JF7250 o General Household Pest and Rodent Control -JF7250 • Member of Certified Pest Control Operators of Florida since 1996 • Broward Community College 1991-1994 (24 credits in pest control related subjects o Annual continuing education credits required for state license renewal RFP 2021-187-AY-GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS 16 1 '!' DocuSign Envelope ID C3A5B18A-A673-4BB1-95E2-D975656D55A4 h • • ia.r 2.2 QUALIFICATIONS OF TEAM (CONT.) MIKE LEVY Irrigation PROFESSIONAL EXPERIENCE Superior Landscaping&Lawn Service,Inc. May 2006-present Miami,FL Irrigation Estimator • Oversee the overall operation of the Irrigation Departments(Business Development,Estimating, Construction Management,Irrigation,Maintenance,Design/Build) •Assist in developing operating budgets for the various divisions. • Routinely monitor administrative and financial reports to monitor growth and profitability. •Review and execute construction and contract documents. •Assist managers with performance evaluations and salary increases. • Develop and implement procedures that will promote employee enhancements. All-Dade Plumbing Corp. March 1990-May 2004 Miami,FL Manager/Owner •Oversee the overall operation of the various departments within the Miami • Assisted in developing operating budgets for the branch. •Review and execute construction and contract documents. •Monitored financial and production reports to tract growth and profitability. • Assist managers with performance evaluations and salary increases to promote personnel advancements. • Routinely conduct site visits with the Business Development Dept.and Construction Managers to improve client relations. EDUCATION Miami Dade County Broward County Master Plumbing Certification University of Miami,Miami,FL 1990 B.A.Business Administration—Entrepreneurship RFP 2021-187-AY-GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS 17 DocuSIgn Envelope ID C3A5B18A-A673 4E3B1-95E2 D975656D55A4 . , 4414111r-"' . Illr .... 2.2 QUALIFICATIONS OF TEAM(CONT.) Julio Valdes MOT, Safety Officer, Landscape Inspector PROFESSIONAL EXPERIENCE: Customer Service Policies&Procedures People Leadership Communication Employee Motivation Staff Training&Development Problem Solving Strategic Planning EXPERIENCE &WORK HISTORY: Superior Landscaping&Lawn Service,Inc May 1995-Present Project Manager - Operation weekly meetings Safety Manager - Supervise Arbor Division - Fleet Manager - Act as Liaison between Company and Customer,while Building Long Term Relationships - Hired and Trained new employees - Supervise and manage all construction employees - Safety meetings,training and inspections - Supervise MOT Operations EDUCATION: High School- Interamerican Military Academy 1977 Trainings and Certifications: Metro Florida Safety Council Advanced MOT/TTC No.28649 - FDOT Advanced Temporary Traffic Control-Cert.#71857-03/26/2025 - Best Management Practice-04/23/2009 - Florida Department of Agriculture Consumer Service Commercial Applicator No. CM19133 - Landscape Inspector Association of Florida#2021-257- 12/31/2021 - Safety&Risk Solution training on Heavy Equipment Operations and Skid Steer Operation - CICB Training on Basic Rigging and Signal Personnel - Broward County Extension Education ID 6807 Tree Trimming Membership: - LIAF - ISA Florida Chapter - Urban Forestry RFP 2021-187-AY-GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS 18 DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 ` ' ® DATE IMM/ODJYYYY) A`ORD CERTIFICATE OF LIABILITY INSURANCE 08/18/2021 — THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Julio Guerrero NAME: Brown&Brown Miami-Dade PHONE (305)714-4400 FAX (305)714-4401 (A/C,No,Est): (AIC,No): 8825 NW 21s1 Terrace E-MAIL iguerrero@bbmia.com ADDRESS: INSURER(S)AFFORDING COVERAGE NAIC N Doral FL 33172 INSURER A: Twin City Fire Insurance Company 29459 INSURED INSURER B' Hartford Insurance Company of the Midwest 37478 Superior Landscaping&Lawn Service.Inc. INSURER C: The North River Insurance Company 21105 PO Box 35-0095 INSURER D: FFVA Mutual Insurance Co 10385 INSURER E: Westchester Surplus Lines Insurance Company Miami FL 33135 INSURER F COVERAGES CERTIFICATE NUMBER: 20/21 GUAL/53M UM/WC REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT.TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDLSUBR POLICY NUMBER POLICY EFF POLICY EXP UNITS LTRINSO WVD (MMIDDIYYYY) (MMIODIYYYY) X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE § 1,000,000 DAMAGE TO RENTED CLAIMS-MADE I XI OCCUR PREMISES(Ea occurrence) § 30Q000 MED EXP(Any one person) § 10,000 A Y Y 21UENOL4176 12/01/2020 12/01/2021 PERSONAL SADVINJURY § 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER' GENERAL AGGREGATE § 2,000,000 POLICY I XI jE a LOC PRODUCTS COMP/OP AGG § 2,000,000 OTHER S AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT § 1,000,000 (Ea accident) X ANY AUTO BODILY INJURY(Per parson) S B OwNED ^ SCHEDULED Y Y 21 UENOL4176 12/01/2020 12/01/2021 BODILY INJURY(Per accident) S AUTOS ONLY AUTOS X HIRED V NON-OWNED PROPERTY DAMAGE S AUTOS ONLY _ AUTOS ONLY (Per accident) S UMBRELLA UAB X OCCUR EACH OCCURRENCE $ 3,000,000 C X EXCESSLIAB CLAIMS-MADE 5821174134 08/17/2021 12/01/2021 AGGREGATE s 3,000.000 DED RETENTION S S WORKERS COMPENSATIONXI AND EMPLOYERS'LIABILITY SATUTE X ERH YIN 1,000,000 D OFFICER/MEMBER EXCLUDED?ANY PROPRIETOR/PART NER,EXECUFIVE N I NIA Y WC84000345042020A 12/01/2020 12/01/2021 E.L EACH ACCIDENT $(Mandatory in NH) E L DISEASE-EA EMPLOYEE S 1,000.000 If yes descnbe under 1,000.000 DESCRIPTION OF OPERATIONS below E L DISEASE-POLICY LIMIT S Aggregate Limit 1,000,000 Pollution Liability E G7091878A003 12/06/2020 12/06/2021 Each Pollution 1,000,000 Deductible 10,000 DESCRIPTION OW OPERATIONS I LOCATIONS I VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached i1 more space is required) "Sam ple" CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN pI ACCORDANCE WITH THE POLICY PROVISIONS. SEIm V AUTHORIZED REPRESENTATIVE I ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD l• DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 te Local Business Tax Receipt LBT Miami-Dade County, State of Florida -THIS IS NOT A BILL-DO NOT PAY 7202537 RECEIPT NO. ` RENEWAL BUSINESS NAME/LOCATION 7485323 EXPIRES SUPERIOR LANDSCAPING& SEPTEMBER 30, 2022 LAWN SERVICE INC 2200 NW 23RD AVE " '. Must be displayed at place of business MIAMI, FL 33142 � . - Pursuant to County Code � ir.'!t>ii•';;-f,'• Chapter 8A-Art.9&10 Q •,,.` OWNER SEC.TYPE OF BUSINESS PAYMENT RECEIVED SUPERIOR LANDSCAPING&LAWN 196 GENERAL BUILDING BY TAX COLLECTOR SVC INC CONTRACTOR 45.00 07/23/2021 RRIAN M DIC:KFNS nl IAI IFIFR Worker(s) 10 CGC1507080 INT-21-350650 This Local Business Tax Receipt only confirms payment of the Local Business Tax.The Receipt is not a license, permit,or a certification of the holder's qualifications,to do business.Holder must comply with any governmental or nongovernmental regulatory laws and requirements which apply to the business. The RECEIPT NO.above must be displayed on all commercial vehicles-Miami-Dade Code Sec Ra-276. MIAMI-DADE For more information,visit www.miamidade.gov/taxcollector DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 Local Business Tax Receipt LBT Miami—Dade County, State of Florida -THIS IS NOT A BILL-DO NOT PAY 7179924 RECEIPT NO. ILBT RENEWAL BUSINESS NAME/LOCATION 7460242 EXPIRES SUPERIOR LANDSCAPING& SEPTEMBER 30, 2022 LAWN SERVICE INC 2201 NW 23RD CT Must be displayed at place of business MIAMI, FL 33142 Er 0 Pursuant to County Code M. . Chapter 8A-Art.9&10 142k4 `s�o' OWNER SEC.TYPE OF BUSINESS PAYMENT RECEIVED SUPERIOR LANDSCAPING&LAWN 196 PLUMBING BY TAX COLLECTOR SVC INC CONTRACTOR C/n nRl ANDn nTFRn PRFSIfFNT 255.00 07/23/2021 Worker(s) 80 CFC1425682 INT-21-350650 This Local Business Tax Receipt only confirms payment of the Local Business Tax.The Receipt is not a license, permit,or a certification of the holder's qualifications,to do business.Holder must comply with any governmental or nongovernmental regulatory laws and requirements which apply to the business. The RECEIPT NO.above must be displayed on all commercial vehicles-Miami-Dade Code Sec 8a-276. litA,Ill.DADE For more information,visit www.miamidade.gov/taxcollector -DocuSign Envelope ID:C3A5B18A A673-4BB1-95E2-D975656D55A4 Ron DeSantis,Governor Halsey Beshears, Secretary . - dbr a R=r�F' :4 ` STATE OF FLORIDA ��ti�Y r DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD THE PLUMBING CONTRACTOR HEREIN 1S CERTIFIED UNDER THE PROVISIONS OF CHAPTER 489, FLORIDA STATUTES / 'e; ". T-t.. ' ..,... ...... ',YE A,! •, j , , ..._.,_.+ _ i..r. .�_• ,• ♦ f "'gjk$Z.tip•. : I ''r 7. ''.2:142; '- -' - -i k'' e$St r- y, LEVY, BERNARD A 1 1 SUPERIOR LANDSCAPING & LAWN SERVICE' ` C :: 11231 SW 1ST. COURT . PLANTATION t, FL 33321* LICENSE NUMBER: CFC1425682 I L_ NIMM•11••.. EXPIRATION DATE: AUGUST 31, 2022 Always verify licenses online at MyFloridaLicense.com T Do not alter this document in any form. ��t' ',o . This is your license. It is unlawful for anyone other than the licensee to use this document. i DocuSign Envelope ID C3A5B18A-A673-4BB1-95E2-D975656D55A4 TAB 2 -EXPERIENCE&QUALIFICATIONS 2.1 QUALIFICATIONS OF FIRM PROJECT CONTRACT GENERA LOCATION BEGIN & CONTACT INFORMATION OWNER VALUE L SCOPE AND END NAME, ADDRESS, PHONE PROJECT DATE NUMBER & EMAIL SIZE Mowing, City of Bonita Litter Springs removal, Joel Langaney US 41 weed, pest 9101 Bonita Beach Road control, Lee County Maintenance 12/2017 - Bonita Springs, Fl. 34135 & $561,000 mulching, 38.40 Sq. 05/2021 239 478 4614 tree & Miles oel.lan ane @cit ofbonitas ri Right-of-Ways palm J g y y p & Median ngs.org trimming Maintenance & pruning, pest control Florida Department of Transportation- Mowing, Eddie Taylor District 6 Litter Miami-Dade 1000 NW 111th Ave. $189,253 removal, County 06/2020- Miami, FL 33172 E6N22-R0 edging on 9,737.49 07/2021 786-229-5115 Mowing various Acres Eddie.taylor@dot.state.fl.us Routine state roads Maintenance - Bid Factor Small, Large, & Intermediat Zayvier Moodie Florida Miami-Dade Department of e Machine County 14655 SW 122 Avenue Transportation - Mowing, Miami, FL 33186 District 6 Litter 4,322 AC 786-562-1378 removal, Mowing 04/2021 Zayvier.Moodie@dot.state.fl.us E6N68 $364,724 weed, pest - Mowing Miami control, 9313.81 AC 10/2022 Eddie Taylor Dade County mulching, Litter 1000 NW 111th Ave. Routine tree & Removal & Miami, FL 33172 Maintenance palm Edging 786-229-5115 trimming Eddie.taylor@dot.state.fl.us & pruning, edging RFP 2021-187-AY-GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS 8 I ' DocuSign Envelope ID C3A5B18A-A673-4BB1-95E2-D975656D55A4 .. '______ '.,r r: • I 41 bill"4. • .•i ' i. 1._,,_,. • ?.. _ •I •._ - 4.1_ ... "‘ : ''. 4** "I: ____ _ ____ _ ___ i IRO TAB 2-EXPERIENCE&QUALIFICATIONS 2.1 QUALIFICATIONS OF FIRM (CONT.) PROJECT CONTRACT GENERAL LOCATION BEGIN CONTACT INFORMATION OWNER VALUE SCOPE AND & NAME, ADDRESS, PHONE PROJECT END NUMBER & EMAIL SIZE DATE Florida Department of Transportation Leonard E. Salazar, P.E. Turnpike Full 1000 NW 111th Ave. Enterprise Management Miami-Dade 12/2016 Miami, FL 33172 maintenance FDOT E6K12 $1,440,666 of district County Office: (305) 470-5498 Performance landscape 4,892 Acres 11/2021 Cell: (305) 401-3184 Leonard.Salazar@dot.state.fl.us Based sites Maintenance for Landscape Areas Small, Large, Slope & Leonard E. Salazar, P.E. Florida Intermediate Miami-Dade 1000 NW 111th Ave. Department of Machine County Miami, FL 33172 Transportation Mowing, Office: (305) 470-5498 - District 6 Litter 2,308.42 AC 10/2020 Cell: (305) 401-3184 $225,996.12 removal, Mowing - Leonard.Salazar@dot.state.fl.us E6N54 weed, pest 10/2022 Mowing & control, 6,861.54 AC Eddie Taylor Litter Removal mulching, Litter 1000 NW 111th Ave. Miami-Dade tree & palm Removal & Miami, FL 33172 County- trimming & Edging 786-229-5115 pruning, Eddie.taylor@dot.state.fl.us edging RFP 2021-187-AY-GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS 9 DocuSign Envelope ID C3A5B18A-A673-4BB1-95E2-D975656D55A4 q . - , _, , .. ,.:, ......, ... TAB 2 -EXPERIENCE&QUALIFICATIONS 2.2 QUALIFICATIONS OF TEAM Superior Landscaping & Lawn Service Inc. has a qualified team with more than 20 years of industry experience. This team is trained in providing impeccable detail and quality in properties The attached organizational chart will showcase our key qualified personnel and their role in this project. The enclosed resumes of our selected project team will present everyone's relevant experience, qualifications, certifications, and licenses obtained. This team has been selected to perform for the duration of this project on a full-time basis. A) Account Manager— Beatriz Gerdts, Carlos Gallardo B) On-site Project Supervisor— Roberto Sanchez C) Arborist- Gustavo Valdes, Mike Morel D) Pesticide Applicators - Daniel H. Ackenbrack E) Irrigation Technicians -Jesus Acosta, Mike Levy F) Registered Landscape Architect (RLA) - Peter Strelkow, HS2G, Inc. G) MOT & Landscape Inspector—Julio Valdes, Gustavo Valdes City of Miami Beach I Beatriz Gerdts Project Manager I 1 1 1 I I 1 Roberto Sanchez HS2G,Inc. Julio Valdes Gustavo Valdes Daniel Ackenbrack Mike Levy e MOT and Landscape On-site Project Certified Arborist Pesticide Applicator Irrigation Supervisor Peter Strelkow P Supervisor R.L.A Architect Inspector Assistant Mike Morel Jesus Acosta Carlos Gallardo Certified Arborist Irrigation Supervisor RFP 2021-187-AY—GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS 10 I 0 DocuSign Envelope ID C3A5B18A-A673-4BB1-95E2-D975656D55A4 • s � 4 • �.1. t.. i asi Owl A l dam', tie, . WAi r a_ rax 2.2 QUALIFICATIONS OF TEAM (CONT.) Roberto Sanchez On-Site Project Supervisor An experienced professional with over twenty-five years of exceptional achievements in Client Relations.Proven supervisory skills combined with outstanding customer service. Detail oriented,excelling in busy work environment. Dynamic leader and team builder,consistently motivating others. •Marketing •Personnel Training and Development •Client Services PROFESSIONAL EXPERIENCE Superior Landscaping&Lawn Service,Inc.Fort Myers,FL. 2016-Present Operation Manager/Business Development •Review e mails with Director and responded accordingly via e-mail,memos,letters,or personal phone calls. •Coordinated,when necessary,with company administrators to the President,VP and Project Managers. •Research information via internet,phone,and personal contacts. •Prepared files,researched and supplied all documentation for legal department to prepare contracts. •Supervise and manage office personnel and address Human Resource issues. •Responsible for daily operations of this diversified landscape services firm. •Provide direction and supervision of work crews and field operations. •Direct client relations and problem resolution responsibilities. •Conduct business development activities. EDUCATION Keiser University,Pembroke Pines,FL. Business Administration GREEN EDUCATION Broward Community College,Pembroke Pines,FL. Certificates of Completion • Landscape Technology. FLUENT IN ENGLISH&SPANISH RFP 2021-187-AY-GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS 11 I (, DocuSign Envelope ID C3A5B18A-A673-4BB1-95E2-0975656D55A4 11111.11.1.1111, .,. . _ 1 r 2.2 QUALIFICATIONS OF TEAM (CONT.) Beatriz Gerdts Project Manager PROFESSIONAL EXPERIENCE Superior Landscaping & Lawn Service, Inc. September 2011 —present Maintenance Division Manager • Provide administrative staff assistance to upper management. • Plans and implements goals and objectives for the maintenance department and ensures that company policies and procedures are always adhered to. • Directs, oversees and participates in department work plans, assign work activities, operations and maintenance programs. • Monitors workflow and project status. • Visits job sites to oversee work in progress and provide needed direction; responds to emergencies at any time and evaluates the progress of ongoing maintenance activities. • Oversees the maintenance of department records and files. • Attends weekly department meetings with my staff. • Reviews costing reports. • Coordinates the fertilization program for all properties, including to ordering the materials and keeping an organized inventory control. • Interviews and hires new staff, prioritizes, assigns and reviews work • Approve time off for payroll purposes and participates in weekly payroll meetings. EDUCATION Miami Dade Community College Miami Sunset Senior High School Other Certifications: State of Florida Notary, Florida's Best Management Practices RFP 2021-187-AY—GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS 12 I 1' DocuSign Envelope ID:C3A5B18A-A673-4661-95E2-D975656D55A4 4000• ,.r r - • tir .i. \ ` r''t �- . ' - #' i. 2.2 QUALIFICATIONS OF TEAM (CONT.) Michael Morel Certified Arborist PROFESSIONAL EXPERIENCE Business Development 2016 - Current Superior Landscaping& Lawn Services, Inc.,Miami,FL -Responsible for driving sales, production, and business development functions for the landscape commercial division •Prospected profitable commercial landscape maintenance opportunities -Build strong, long-lasting relationships with potential and new clients. -Review and understand specifications and contract documentation for each project. -Meet property managers, attend HOA meetings, seminars, and other functions. Director of Horticulture 2007 - 2016 Fisher Island Community Association,Miami,FL •Responsible for all common green spaces on the 216-acre private residential island -Oversee and manage Landscape Department consisting of 55 crew members. -Manage an annual budget of$3 million. -Manage and implement maintenance contracts with 20 individual building associations, totaling $1.3 million annually. -Design landscapes varying sub-climates and conditions across the island. Notable Accomplishments: •Implemented a sustainable in-house mulch program that recycles regular trimming generated across the island. -Reduced overall green waste and seaweed removal through composting systems and have implemented a more organic, eco-friendly approach to fertilization and integrated pest management. •Redesigned the landscape for numerous medians,fountain areas,buffers,and golf course. - Awarded a FNGLA Landscape Award of Excellence in 2009 for the Design and Installation of the Fisher Island entrance pond&fountain. EDUCATION Florida International University—Bachelor of Liberal Science 2015 University of Florida—Environmental Horticulture (Etymology) 1995 - Certificates and Licenses ISA Certified, FL-5372 June 2006 Broward County Class A Tree January 2016 Trimming License, A-383 RFP 2021-187-AY—GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS 13 I t' DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 F { • 110• ram" . (L 2.2 QUALII'ICA1IONS OF TEAM (CON'1.) Gustavo Valdes Certified Arborist PROFESSIONAL EXPERIENCE Superior Landscaping& Lawn Services, Inc. January 2020 to present Account Manager for the City of Coral Gables City Wide Tree Maintenance Contract • Responsible for coordinating and scheduling 7 pruning crews - Responsible for Maintaining a Safety Program to reduce incidents. • Responsible for updating Coral Gables tree inventory. DynaSery LLC September 2016 to January 2020 Arbor Division Manager • Responsible for coordinating and scheduling pruning crews Responsible for Maintaining a Safety Program to reduce incidents. Pruning around FPL Substations and H.O.A.'s in Broward and Palm Beach Counties. Luke's - Sawgrass Landscape September 2011 to September 2016 • Responsible for coordinating and scheduling maintenance crews and landscape projects. Responsible for Maintaining a Safety Program Increased sales by recognizing customers' needs Present day accounts Acqualina Resort & Spa on the Beach, Mansions at Acqualina, and the City of Sunny Isles Beach Right-of-Ways and 9 Parkes throughout the City. Greenday Creations, Inc. February 2010 - May2011 Project Manager • Responsible for coordination and scheduling landscape installation projects. - Supported owner with estimating and budgeting. • Responsible for 43 Maintenance accounts Superior Landscaping& Lawn Services, Inc. December 2005 - September 2009 Construction Manager • Responsible for Coordinating and scheduling Projects for four Supervisors and their crews. • Supported General Manager with Estimating and Budgeting. • Client Relationship Management via quality control and problem resolution. • Increased Sales by recognizing Customer needs. • Responsible for Maintaining a Safety Program. • Project Management - PLAN YOUR JOB THEN WORK YOUR PLAN. RFP 2021-187-AY-GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS 14 DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 r • • �' •aid . �!'' 1. L. r tr 2.2 QUALIFICATIONS OF TEAM(CONT.) Paramount Property Services, Inc. January 1990 - December 2005 Owner/Operator • 35 — 40 High end Landscape Maintenance Accounts • A full-service detail-oriented landscape and Maintenance Company tending to customer needs. ACCOMPLISHMENTS Miami-Dade Expressway Authority(MDX) May 2007-September 2009 Project Manager-$2,000.000.00 Project per year. Miami-Dade County Tree Replacement Program June 2006-September 2009 Project Manager-Over 15,000 Trees installed. 1111 Lincoln Road Project,Miami Beach April-September 2009 Project Manager-$800,000.00 Project. Palazzo Del Mare,Fisher Island. March-December 2007 Project Manager-$675,000.00 Project. Julia Tuttle Causeway,Miami Beach. Project Manager-$330,000.00 Project. January-February 2007 Miami International Airport Central Blvd. August 2006-January 2007 Project Manager-$632.000.00 Project. CERTIFICATIONS International Society of Arboriculture Certified Arborist FL-5774A exp. December 2022 F.D.O.T.Approved Temporary Traffic Control(MOT Advanced Course)exp.September 22, 2022 Cert.43797 BMP Certification GV908018-1 exp. September 18, 2022 LTD Commercial Fertilizer Applicator Holder Cert.LF278437 exp. October 29, 2022 RFP 2021-187-AY-GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS 15 1 ' DocuSign Envelope ID C3A5B18A-A673-4BB1-95E2-D975656D55A4 . :•� , 1 $ .- "• t Of Z 2.2 QUALIFICATIONS OF TEAM(CONT.) Daniel H. Ackenbrack Certified Pesticide Applicator PROFESSIONAL EXPERIENCE Superior Landscaping & Lawn Service, Inc. April 2010- present Certified Pesticide Technician • Conducting tech training for State I.D. cards and safety meeting. • Oversee chemical application treatments on-site. • Oversee reports of application dates and chemicals. A-Plus Pest Control, Inc. August 1991 -January 2010 Owner/Manager/Certified operator • Extensive experience in truck and equipment operation & safety • Experienced in all aspects of pest control & safety (except fumigation) • Experienced in tech training for state I.D. cards and safety meetings • Supervises crews up to 15 crew members. • Data recordings EDUCATION AND CERTIFICATIONS • State of Florida Department of Agriculture and Consumer Services o Certified Operator-JE44120 o Lawn and Ornamental -JF7250 o Termite and Other WDO Control -JF7250 o General Household Pest and Rodent Control -JF7250 • Member of Certified Pest Control Operators of Florida since 1996 • Broward Community College 1991-1994 (24 credits in pest control related subjects o Annual continuing education credits required for state license renewal RFP 2021-187-AY-GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS 16 DocuSign Envelope ID C3A5B18A-A673-4BB1-95E2-D975656D55A4 41 f 1 r1� 4 ark# ++� �.• .r rl�fca r . 2.2 QUALIFICATIONS OF TEAM(CONT.) MIKE LEVY Irrigation PROFESSIONAL EXPERIENCE Superior Landscaping&Lawn Service,Inc. May 2006-present Miami,FL Irrigation Estimator • Oversee the overall operation of the Irrigation Departments(Business Development,Estimating, Construction Management,Irrigation,Maintenance,Design/Build) • Assist in developing operating budgets for the various divisions. • Routinely monitor administrative and financial reports to monitor growth and profitability. • Review and execute construction and contract documents. • Assist managers with performance evaluations and salary increases. • Develop and implement procedures that will promote employee enhancements. All-Dade Plumbing Corp. March 1990-May 2004 Miami,FL Manager/Owner • Oversee the overall operation of the various departments within the Miami • Assisted in developing operating budgets for the branch. • Review and execute construction and contract documents. • Monitored financial and production reports to tract growth and profitability. • Assist managers with performance evaluations and salary increases to promote personnel advancements. • Routinely conduct site visits with the Business Development Dept.and Construction Managers to improve client relations. EDUCATION Miami Dade County Broward County Master Plumbing Certification University of Miami,Miami,FL 1990 B.A.Business Administration—Entrepreneurship RFP 2021-187-AY-GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS 17 I I DocuSign Envelope ID: C3A5B18A-A673-4BB1-95E2-D975656D55A4 yl�. yy/ r.... - t 1 halo, 2.2 QUALIFICATIONS OF TEAM (CONT.) Julio Valdes MOT, Safety Officer, Landscape Inspector PROFESSIONAL EXPERIENCE: Customer Service Policies&Procedures People Leadership Communication Employee Motivation Staff Training&Development Problem Solving Strategic Planning EXPERIENCE&WORK HISTORY: Superior Landscaping&Lawn Service,Inc May 1995-Present Project Manager - Operation weekly meetings - Safety Manager - Supervise Arbor Division - Fleet Manager - Act as Liaison between Company and Customer,while Building Long Term Relationships - Hired and Trained new employees - Supervise and manage all construction employees - Safety meetings,training and inspections - Supervise MOT Operations EDUCATION: High School-Interamerican Military Academy 1977 Trainings and Certifications: Metro Florida Safety Council Advanced MOT/TTC No. 28649 - FDOT Advanced Temporary Traffic Control-Cert.#71857-03/26/2025 - Best Management Practice-04/23/2009 - Florida Department of Agriculture Consumer Service Commercial Applicator No. CM19133 - Landscape Inspector Association of Florida#2021-257-12/31/2021 - Safety&Risk Solution training on Heavy Equipment Operations and Skid Steer Operation - CICB Training on Basic Rigging and Signal Personnel - Broward County Extension Education ID 6807 Tree Trimming Membership: LIAF - ISA Florida Chapter - Urban Forestry RFP 2021-187-AY—GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS 181 DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 ate,Rol CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDDIYYYY) 08/18/2021 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). CONTACT Julio Guerrero PRODUCER NAME: Brown&Brown Miami-Dade (AID No,EXq: (305)714-4400 FAX No): (305)714-4401 8825 NW 21st Terrace E-MAIL )guerrero@bbmia.com ADDRESS: INSURER(S)AFFORDING COVERAGE NAIC k Doral FL 33172 INSURER A: Twin City Fire Insurance Company 29459 INSURED INSURER e' Hartford Insurance Company of the Midwest 37478 Superior Landscaping&Lawn Service.Inc. INSURER C The North River Insurance Company 21105 PO Box 35-0095 INSURER D: FFVA Mutual Insurance Co. 10385 INSURER E: Westchester Surplus Lines Insurance Company Miami FL 33135 INSURER F: COVERAGES CERTIFICATE NUMBER: 20/21 GUAL/S3M UM/WC REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT.TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. IXP NSR TYPE OF INSURANCE AUUL SUNH POLICY NUMBER POLICYMIDD EFF) (MMID0IY Y UMITS LTR INSD,WVO (MMIDDIYYri ) X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 DAMAGE TO RENTED 300,000 CLAIMS-MADE X OCCUR PREMISES(Ea occurrence) $ MED EXP(Any one person) $ 10,000 A Y Y 21UENOL4176 12/01/2020 12/01/2021 PERSONAL SADVINJURY S 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER' GENERAL AGGREGATE $ 2,000,000 POLICY X JEC LOG PRODUCTS-COMP/OP AGG $ 2,000,000 OTHER $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT y 1,000,000 (Ea accdent) X ANY AUTO BODILY INJURY(Per person) $ B OWNED SCHEDULED Y Y 21UENOL4176 12/01/2020 12/01/2021 BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS HIRED v NON-OWNED PROPERTY DAMAGE $ X AUTOS ONLY AUTOS ONLY (Per accident) S UMBRELLA UAB X OCCUR EACH OCCURRENCE $ 3,000,000 C X EXCESSLIAB CLAIMS-MADE 5821174134 08/17/2021 12/01/2021 AGGREGATE $ 3,000.000 DED RETENTION S S WORKERS COMPENSATION Xi PER OTH YIN - AND EMPLOYERS'UABILITY STATUTE X ER 1,000,000 D ANYCER/MEETOR/PARTNEED') U FIVE I N I NIA Y WC84000345042020A 12/01/2020 12/01/2021 EL EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED 1,000.000 (Mandatory in NH) E.L DISEASE-EA EMPLOYEE S If yes describe under 1,000.000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT S Aggregate Limit 1,000,000 Pollution Liability E G7091878A003 12/06/2020 12/06/2021 Each Pollution 1,000.000 Deductible 10,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if mom space is required) " Sample " CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN I .S a mpie '' AUTHORIZED REPRESENTATIVE ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016103) The ACORD name and logo are registered marks of ACORD DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 LBTI Local Business Tax Receipt Miami-Dade County, State of FloridaLBT -THIS IS NOT A BILL-DO NOT PAY 7202537 RECEIPT NO. RENEWAL BUSINESS NAME/LOCATION 7485323 EXPIRES SUPERIOR LANDSCAPING& SEPTEMBER 30, 2022 LAWN SERVICE INC 2200 NW 23RD AVE Must be displayed at place of business MIAMI, FL 33142 ❑''-• .4- Pursuant to County Code fel:L.v..3r'< Chapter BA-Art.9&10 ❑' ^° OWNER SEC.TYPE OF BUSINESS PAYMENT RECEIVED SUPERIOR LANDSCAPING&LAWN 196 GENERAL BUILDING BY TAX COLLECTOR SVC INC CONTRACTOR 45.00 07/23/2021 RRIAN M DIC:KFNS Ol1Al IFIFR Worker(s) 10 CGC1507080 INT-21-350650 This Local Business Tax Receipt only confirms payment of the Local Business Tax.The Receipt is not a license, permit,or a certification of the holder's qualifications,to do business.Holder must comply with any governmental or nongovernmental regulatory laws and requirements which apply to the business. The RECEIPT NO.above must be displayed on all commercial vehicles-Miami-Dade Code Sec 8a-276. MIAMI DE For more information,visitwww.miamidade.00v/taxcollector DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 c. Local Business Tax Receipt Miami-Dade County, State of FloridaLBT -THIS IS NOT A BILL-DO NOT PAY 7179924 RECEIPT NO. J RENEWAL BUSINESS NAME/LOCATION 7460242 EXPIRES SUPERIOR LANDSCAPING& SEPTEMBER 30, 2022 LAWN SERVICE INC 2201 NW 23RD CT Must be displayed at place of business 0'...n:4-❑' Pursuant to County Code MIAMI, FL 33142 • : _:: Chapter 8A-Art.9&10 {{s A 0 �o ■ +v;a. OWNER SEC.TYPE OF BUSINESS PAYMENT RECEIVED SUPERIOR LANDSCAPING&LAWN 196 PLUMBING BY TAX COLLECTOR SVC INC CONTRACTOR 255.00 07/23/2021 C/n nRI ANDO OTFRC) PRFSIDFNT Worker(s) 80 CFC1425682 INT-21-350650 This Local Business Tax Receipt only confirms payment of the Local Business Tax.The Receipt is not a license, permit,or a certification of the holder's qualifications,to do business.Holder must comply with any governmental or nongovernmental regulatory laws and requirements which apply to the business. The RECEIPT NO.above must be displayed on all commercial vehicles-.Miami-Dade Code Sec Ra-276. MIAMI-D For more information,visit www.miamidade.aov/taxcollector —DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 O- - � Ron DeSantis,Governor Halsey Beshears,Secretary FI nda r. z.v..,—• • I STATE OF FLORIDA :: DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD .,6ji itx � THE PLUMBING CONTRACTOR HEREIN IS CERTIFIED UNDER THE PROVISIONS OF CHAPTER 489, FLORIDA STATUTES S , ,, . . ! .......___ _ _:_ _ __: ::___:_b :,... 7.4k,._..... _____• '"---..."'":7-' ........ It it rT_ LEVY, BERNARD A SUPERIOR LANDSCAPING & LAWN SERVICE INC 11231 SW 1ST. COURT *PLANTATION r L 33325 - , •, + % „1'+sue/,�./ •.1.: LLICENSE NUMBER: CFC14' 682 EXPIRATION DATE: AUGUST 31, 2022 Always verify licenses online at MyFloridaLicense.com ❑T• IT'_ El r, CLjjj777111]]1TTTfff, ti T-" Do not alter this document in any form. '�t' '�' • This is your license. It is unlawful for anyone other than the licensee to use this document. If0 ::� t —DocuSign Envelope ID:C3A5B1SA-A673-4BB1-95E2-D975656D55A4 T11 Ron DeSantis,Governor Julie I. Brown„Secretary °�-�:�,"-- ..� Florida d lor _Yp' `a'. `( , STATE OF FLORIDA •Y DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD THE GENERAL CONTRACTOR HEREIN IS CERTIFIED UNDER THE PROVISIONS OF CHAPTER 489, FLORIDA STATUTES ri % .' 6 iti i.. * 4. a I' -4 1,-,,tr - : -7.27 — ----- w 1716% .?:ii « DICKER , BRIA.y SUPERIOR LANDSCAPING & LAWN SERVICE INC • 2200 NORTHWEST 23RD AVENUE MIAM *�� FL 3314 �. �° • . • ado: r • a. LICENSE NUMBER: CGC1529871 EXPIRATION DATE: AUGUST 31, 2022 Always verify licenses online at MyFloridaLicense.com El . �f . �', ~ `• Do not alter this document in any form. x. •p � olo This is your license. It is unlawful for anyone other than the licensee to use this document. DocuSign Envelope ID:C3A5B18A=A673-4BB1-95E2-D975656D55A4 PFNGLAt. CERTIFIED PROFESSIONAL P CONTRACTOR The Florida Nursery, Growers & Landscape Association Confers on Norys Hayes CC2 00310 The Title of FNGLA Certified Landscape Contractor (FCLC) Expiration Date: 12/31/2022 t j Certified Stnce: 11/12/2010 co aravo, rrvvuy rresiuent Merry Mott, F GLA Certification Director iDocuSign Envelope ID C3A5B18A-A673-4BB1-95E2-D975656D55A4 STATE OF FLORIDA Department of lRgricutturt anb Consumer erblcts �tparttlittll of Q{grt[ILlLUrt anbQi011>1llltlt! �PCbttPS BUREAU OF LICENSING AND ENFORCEMENT BUREAU OF LICENSING AND ENFORCEMENT DANIEL H ACKENBRA 5 Date File No Expires CERTIFIED PEST COI bP T June 25,2021 ,JF7250 June 1,2022 JF7250 ?:• � ' THE CERTIFIED PEST CONTROL OPERATOR NAMED BELOW HAS REGISTERED UNDER THE.PROVISIO1`iS Q CHAPTER 482 FOR THE HAS PAID THE FEE Wi C[fArrE0.44'FOR THE PERIOD PERIOD EXPIRING'lone 1,1022 r)-; EXPIRING June t 20 1 ?,!rt VAllifft"fn.' ' ' -', , ,.. , iii, , ;::'c.:::.- General Household Peat and DANIEL H ACKENBRACY. 'v r 1, • Q...A.: Control 4250 N.AIA 4704 - - j4,;t!►n and Ornamental FORT PIERCE FL 3490 .A,': C i',.•.' �'y:'• ol l and Other WDO Wallet Cud- Fold Here _� I BUREAU OF LICENSING&ENFORCEMENT NICOLE'NIKKI" • ED,COMMISSION6Il=-=ems�' 3125 CONNER BLVD,BLDG.S Y TALLAHASSEE,FLORIDA 32399-1650 r I DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 August 19, 2020 BROWARD COUNTY TREE TRIMMER LICENSE STANDARDS FOR MAINTAINING YOUR BROWARD COUNTY TREE TRIMMER LICENSE 1. The following shall be available for inspection at every work site where tree trimming is being carried out: • A copy of the company's Broward County Tree Trimmer license • Proof of the company's current insurance coverage • At least one person should possess a current Tree Trimmer training card. Current training cards reflect that training was completed within • the past two(2)years • Picture identification issued by a government entity or agency 2. At least one trained person must be available at every work site where tree trimming is being carried out. 3. The company's Tree Trimmer license number shall be prominently displayed on both sides of vehicles used in tree trimming. 4. Tree trimmer license number must appear in ads offering tree trimming and/or removal services. Advertisements include business cards,telephone directory advertisements,quotes for tree services, flyers and vehicles advertising tree services. 5. License holders shall ensure that all employees engaged in tree trimming are adequately trained regarding safety procedures in accordance with applicable federal and state law including the federal Occupational Saftey and Health Act of 1970(OSHA). 6. Retraining is required before licenses can be renewed. Tree trimmer licenses are renewable every two years. 7. Each license holder shall notify the County, in writing, if there is a change in any of the standards required for licensure. A A-383 08/31/2022 SUPERIOR I.ANDS( %PING&LAWN SERVICE,INC. Superior Landscaping&Lawn Service, Inc. 2200 NW 23 AVENUE 2200 NW 23 AVENUE MIAMI,FL 33142 MIAMI,FL 33142 TRAINED EMPLOYEE MICHAEL MOREL DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 _ \\\:"'•74 I 1 is STATE OF FLORIDA STATE OF FLORIDA llepattmetR of agriculture anti Consumer berbitts Ilepartment of Sfgricutture anb Consumer 'erUtce8 BUREAU OF LICENSING AND ENFORCEMENT I BUREAU OF LICENSING AND ENFORCEMENT JESUS CARDENAS • RD Date File No. Expires a SUPERIOR LANDSCAPING&LAWN SERVICE INC May 12,2021 3E221831 Apr1130,2022 ID CARD HOLDER THE ID CARD HOLDER NAMED BELOW HAS REGISTERED UNDER JE221831 THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING: April 30,2022 AT : HAS PAID THE FEE REQUIRED BY CHAPTER 482 FOR THE PERIOD r EXPIRING April 30,2022 a SUPERIOR LANDSCAPING&LAWN SERVICE INC -k MIAMI,FL 33142 Regular n Signature JESUS CARDENAS g F 1 St tu[e i SUPERIOR LANDSCAPING&LAWN SERVICE INC • ` COMMISSIONER ATTACH PHOTO ON REVERSE • P O BOX 35-0095 II MIAMI,FL 33135 Wallet Card- Fold Here z. n ' BUREAU OF LICENSING&ENFORCEMENT F3125 NICOLE"NIICKI" ED,COMMISSIONER LAHCONNER FLORIDA 8 e TALLAHASSfiE, ORID 32399-1650 ItA aRl.\\\\3:F////T?r.A 66n1130AN4F////.!+r.A NI..\\VV'4F////.... •M....U\\AF//!/.•r.A a,<!\\NsJ/At,...Ati \\\iY•V.:.,i7JFJh\\\\ice•14l / . STATE OF FLORIDA STATE OF FLORIDA Department of Rgrirufture anb Consumer &rbues ;Bcpartment of Sgricutture anb Consumer SperbWLB BUREAU OF LICENSING AND ENFORCEMENT BUREAU OF LICENSING AND ENFORCEMENT JOSE ARISTIDES RIVAS Date File No. Expires 4 SUPERIOR LANDSCAPING&LAWN SERVICE INC May 12,2021 JE245268 April 30,2022 ! ID CARD HOLDER THE ID CARD HOLDER NAMED BELOW HAS REGISTERED UNDER ;ti JE245268 THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING: April30,2022 AT HAS PAID THE FEE REQUIRED BY CHAPTER 482 FOR THE PERIOD i EXPIRING April 30,2022 SUPERIOR LANDSCAPING&LAWN SERVICE INC 4 r MIAMI,FL 33142 JOSE ARISTIDES RIVAS • Regular (1 I CJ t L --if Signature SUPERIOR LANDSCAPING&LAWN SERVICE INC COMMISSIONER ATTACH PHOTO ON REVERSE 7 P O BOX 35-0095 a MIAMI,FL 33135 4 II ` Wallet Card - Fold Here J n I au ..F BUREAU OF LICENSING&ENFORCEMENT NICOLE"NIKKI" ED,COMMISSIONER 3125 CONNER BLVD,BLDG.8 TALLAHASSEE,FLORIDA 32399-1650 a • R'\\\ 'Y//T+^ .n.\V. .A aSF!.l\\V\f///...Al �y,•: rn/.r-t\\\,ir•y•:za/n r\.,\\.,,:•V•u•/m rn\r vow•:,n/Frti\\r;>:•y••/F//.t\\\\`•y4 STATE OF FLORIDA 111 STATE OF FLORIDA t ?Department of lllgriculture mil Consumer Rrernial Elepartment at agriculture anb Consumer iiierbices BUREAU OF LICENSING AND ENFORCEMENT BUREAU OF LICENSING AND ENFORCEMENT JOSE ROMERO Date File No. Expires SUPERIOR LANDSCAPING&LAWN SERVICE INC May 12,2021 3E245271 April 30,2022 ! I. ID CARD HOLDER • THE ID CARD HOLDER NAMED BELOW HAS REGISTERED UNDERZi JE245271 THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING: ::ti HAS PAID THE FEE REQUIRED BY CHAPTER 482 FOR THE PERIOD April 30,2022 AT EXPIRING April 30.2022 i SUPERIOR LANDSCAPING&LAWN SERVICE INC MIAMI,FL 33142 JOSE ROMERO Regular /1 I flit .4-t J Signature SUPERIOR LANDSCAPING&LAWN SERVICE INC COMMISSIONER ATTACH PHOTO ON REVERSE P O BOX 35-0095 i MIAMI,FL 33135 Wallet Card - Fold Here J r QQQ ��_ QQQ n I au BUREAU OF LICENSING&ENFORCEMENT NICOLE"NIKKI"F ED,COMMISSIONER 3125 CONNER BLVD, .8 TALLAHASSEE,FLORIDA B32339991650 t • IN a:'!,,VANS F///!.>r.A a:o\\\\W //l.!?r.A a.!\\1V'C ////..no A a...\\1Vh:F///.O',.A a:..\1\V_L,////.n.A. DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 a STATE OF FLORIDA STATE OF FLORIDA Alepartment of Rgruulture anb Consumer istrbites iDepartmtit of agriculture anb Con%umtr iliterbiee> BUREAU OF LICENSING AND ENFORCEMENT I BUREAU OF LICENSING AND ENFORCEMENT1 LUIS ENRIQUE SANTIAGO DIAZ Date File No. Expires SUPERIOR LANDSCAPING&LAWN SERVICE INC May 12,2021 JE249563 April 30,2022 ID CARD HOLDER THE ID CARD HOLDER NAMED BELOW HAS REGISTERED UNDER 0 JE249563 THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING: 7 April 30,2022 A I HAS PAID THE FEE REQUIRED BY CHAPTER 482 FOR THE PERIOD i EXPIRING April 30,2022 SUPERIOR LANDSCAPING&LAWN SERVICE INC MIAMI,FL 33142 i LUIS ENRIQUE SANTIAGO DIAZ Regular 1 n 1 'H uY" Signature SUPERIOR LANDSCAPING&LAWN SERVICE INC COMMISSIONER ATTACH PHOTO ON REVERSE J P O BOX 35-0095 MIAMI,FL 33135 Wallet Card- Fold Here nib BUREAU OF LICENSING&ENFORCEMENT NICOLE"NIKKI" ED,COMMISSIONER 3125 FLORIDABLVD, 3239 8 TALLAHASSEE,F 32399-1650 P. -y//.h1\NN-.0•.7.1 a ! STATE OF FLORIDA 'a STATE OF FLORIDA IBtpartment of Ogrirulture anb Consumer irtrblres Department of agriculture anb Consumer 'erbueg BUREAU OF LICENSING AND ENFORCEMENT BUREAU OF LICENSING AND ENFORCEMENT OSMANY MARTINEZ Date File No. Expires i SUPERIOR LANDSCAPING&LAWN SERVICE INC I. May 12,2021 JE271886 April 30,2022 a ID CARD HOLDER THE ID CARD HOLDER NAMED BELOW HAS REGISTERED UNDER z JE271886 THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING: J ` April 30,2022 A.I. HAS PAID THE FEE REQUIRED BY CHAPTER 482 FOR THE PERIOD s EXPIRING April 30,2022 a a SUPERIOR LANDSCAPING&LAWN SERVICE INC 4 a MIAMI,FL 33142ti C OSMANY MARTINEZ Regular (1 1&YU —4 1.ii Signature SUPERIOR LANDSCAPING&LAWN SERVICE INC COMMISSIONER ATTACH PHOTO ON REVERSE i" P O BOX 35-0095 a i s.s. MIAMI,FL 33135 1 Wallet Card-FoldHlere IN�-� n ? BUREAU OF LICENSING&ENFORCEMENT NICOLE"NIK1U F ED,COMMISSIONER 3125 CONNER BLVD,BLDG.8 ` TALLAHASSEE,FLORIDA 32399-1650 1 a INN- ii Arch Irtri.MIEWI FsTTtT 1T V I r.'AW 7JJ... III >,+rrrr�� wra i r rvrrrFwAiirvs��,mrtiir w��rtiiaitmr�r,.wx��Ynslumrtrr..*i��n / STATE OF FLORIDA STATE OF FLORIDAilepartment of agriculture anti Consumer bettors Department of Sgrieulturt anb Consumer indices BUREAU OF LICENSING AND ENFORCEMENT BUREAU OF LICENSING AND ENFORCEMENT HEBERTO J RODRIGUEZ Date File No. Expires SUPERIOR LANDSCAPING&LAWN SERVICE INC May 12,2021 JE271887 April 30,2022 ID CARD HOLDER THE ID CARD HOLDER NAMED BELOW HAS REGISTERED UNDER JE271887 THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING: April 30,2022 AT HAS PAID THE FEE REQUIRED BY CHAPTER 482 FOR THE PERIOD EXPIRING April 30,2022 SUPERIOR LANDSCAPING&LAWN SERVICE INC MIAMI,FL 33142 HEBERTO J RODRIGUEZ Regular n 1 Cd'l,f, -.fistd Signature SUPERIOR LANDSCAPING&LAWN SERVICE INC _. COMMISSIONER ATTACH PHOTO ON REVERSE P 0 BOX 35-0095 MIAMI,FL 33135 Wallet Card- Fold Here 2 n 1 P BUREAU OF LICENSING&ENFORCEMENT NICOLE"NIKK1"F ED,COMMISSIONER 3125 CONNER BLVD,BLDG.8 TALLAHASSEE,FLORIDA 32399-1650 111rtsw. A. Al • -- Tv DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 —\\vv.'av4' a I .` STATE OF FLORIDA STATE OF FLORIDA 7, Repartment of agruufture anti ton5umer iterbtceS iit apartment of agriculture anti Consumer &rlliceg BUREAU OF LICENSING AND ENFORCEMENT , BUREAU OF LICENSING AND ENFORCEMENT MARTIR M AMAYA P Date File No. Expires a SUPERIOR LANDSCAPING&LAWN SERVICE INC May 12,2021 1E271888 April 30,2022 ID CARD HOLDER THE ID CARD HOLDER NAMED BELOW HAS REGISTERED UNDER : .1E271888 THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING: April 30,2022 AT HAS PAID THE FEE REQUIRED BY CHAPTER 482 FOR THE PERIOD • 1 EXPIRING April 30,2022 g SUPERIOR LANDSCAPING&LAWN SERVICE INC a MIAMI,FL 33142 Regular 5 n i Ct i(L __4-.tJ Signature MARTIR M AMAYA • SUPERIOR LANDSCAPING&LAWN SERVICE INC ` COMMISSIONER ATTACH PHOTO ON REVERSE li P O BOX 35-0095 a ;3 MIAMI,FL 33135 Wallet Card- Fold Here BUREAU OF LICENSING&ENFORCEMENT • n (-"• NICOLE"NIKKI"F ]ED,COMMISSIONER - 3125 CONNER BLVD,BLDG.8 ii p TALLAHASSEE,FLORIDA 32399-1650 .\\\\- MA,. . . \\- ///Rr .\\\'/11/". 1,.\ -/1/ •c\\\\' /. r $ STATE OF FLORIDA STATE OF FLORIDA lBepartment of 9Igritulture anti Consumer iserbiceg Department of Agriculture anb Consumer ,erbiceg BUREAU OF LICENSING AND ENFORCEMENT BUREAU OF LICENSING AND ENFORCEMENT RODOLFO HAWKINS i Date File No. Expires SUPERIOR LANDSCAPING&LAWN SERVICE INC • May 12,2021 1E271889 April 30,2022 r ID CARD HOLDER THE ID CARD HOLDER NAMED BELOW HAS REGISTERED UNDER JE271889 THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING: ,2 April 30,2022 AT HAS PAID THE FEE REQUIRED BY CHAPTER 482 FOR THE PERIOD a , EXPIRING April 30,2022 • SUPERIOR LANDSCAPING&LAWN SERVICE INC a MIAMI,FL 33142 - /J RODOLFO HAWKINS Regular n I P.JU -4'Lt4 Signature SUPERIOR LANDSCAPING&LAWN SERVICE INC COMMISSIONER ATTACH PHOTO ON REVERSE a P O BOX 35-0095 a MIAMI,FL 33135 4 \ Wallet Card-Fold Here a ` n I l!!`tF BUREAU OF LICENSING&ENFORCEMENT NICOLE"NIKKI" ED,COMMISSIONER i 3125 CONNER BLVD,BLDG.8 ` TALLAHASSEE,FLORIDA 32399-1650 ii a �►at..\\\V'-F///lt'7ra A a4..WW47////n-.A a, ////t?r./ ?.\1\\'',F/HL a A at,.\U\1}/if... 1ti ,1 a, fit //i %\\ivy r a"r/!/ri\\\\'y+14 STATE OF FLORIDA STATE OF FLORIDA l0epartment of Sagritulture anb Consumer &Okra Department epartnlrnt of agriculture anb Consumer &rllires BUREAU OF LICENSING AND ENFORCEMENT BUREAU OF LICENSING AND ENFORCEMENT Date File No. Expires ROBERTO SANCHEZ '1 May12,2021 File No. April 2022 SUPERIOR LANDSCAPING&LAWN SERVICE INC p ID CARD HOLDER 4 THE ID CARD HOLDER NAMED BELOW HAS REGISTERED UNDER 7 JE310835 THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING: April 30,2022 AT $ HAS PAID THE FEE REQUIRED BY CHAPTER 482 FOR THE PERIOD EXPIRING April 30,2022 SUPERIOR LANDSCAPING&LAWN SERVICE INC MIAMI,FL 33142 ROBERTO SANCHEZ Regular n I ezu, l Signature SUPERIOR LANDSCAPING&LAWN SERVICE INC COMMISSIONER ATTACH PHOTO ON REVERSE P O BOX 35-0095 ". MIAMI,FL 33135 Wallet Card - Fold Here n I BUREAU OF LICENSING&ENFORCEMENT NICOLE"NIKKI"F ED,COMMISSIONER 3125 CONNER BLVD,BLDG.8 TALLAHASSEE,FLORIDA 32399-1650 .�DocuSign Envelope ID:C3A5B18A-A673-46 1 B1-95E2-D975656D55A4 ,� r 1 STATE OF FLORIDA STATE OF FLORIDA IBepartmtnt of !Agriculture anb £on8umer likerbiceit 3Bepartment of Sagricu[ture anb Consumer *alai es BUREAU OF LICENSING AND ENFORCEMENT BUREAU OF LICENSING AND ENFORCEMENT i NOE A ROMERO Date File No. Expires SUPERIOR LANDSCAPING&LAWN SERVICE INC May 12,2021 JE194814 April 30,2022 ID CARD HOLDER THE ID CARD HOLDER NAMED BELOW HAS REGISTERED UNDER JE194814 zi THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING: April 30,2022 AT HAS PAID THE FEE REQUIRED BY CHAPTER 482 FOR THE PERIOD EXPIRING April 30,I022 SUPERIOR LANDSCAPING&LAWN SERVICE INC MIAMI,FL 33142 // NOE A ROMERO Regular n 1 ejt .�.-i;.. Signature SUPERIOR LANDSCAPING&LAWN SERVICE INC COMMISSIONER ATTACH PHOTO ON REVERSE P O BOX 35-0095 J MIAMI,FL 33135 ` Wallet Card- FoldTlero / BUREAU OF LICENSING&ENFORCEMENT +' NICOLE'IJ10"NIKKI"F ED,COMMISSIONER 3125 CONNER BLVD,BLDG.8 TALLAHASSEE,FLORIDA 32399-1650 11 Pi ZOO----------. - - _ ! STATE OF FLORIDA \ STATE OF FLORIDA department of agriculture anti Consumer Acting IDepartment of agriculture anb Consumer §iierbices BUREAU OF LICENSING AND ENFORCEMENT BUREAU OF LICENSING AND ENFORCEMENT GUSTAVO EDUARDO VALDES Date File No. Expires SUPERIOR LANDSCAPING&LAWN SERVICE INC May 12,2021 JE201259 April 30,2022 ID CARD HOLDER THE ID CARD HOLDER NAMED BELOW HAS REGISTERED UNDER E. JE201259 THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING: ii April 30,2022 ATT HAS PAID THE FEE REQUIRED BY CHAPTER 482 FOR THE PERIOD EXPIRING April 30,2022 SUPERIOR LANDSCAPING&LAWN SERVICE INC MIAMI,FL 33142 C. GUSTAVO EDUARDO VALDES Regular (1 1 MI. 4Ltlf Signature SUPERIOR LANDSCAPING&LAWN SERVICE INC COMMISSIONER ATTACH PHOTO ON REVERSE P O BOX 35-0095 MIAMI,FL 33135 ` Wallet Card - Fold Here I n I (L BUREAU OF LICENSING&ENFORCEMENT NICOLE"NIKKI"F ED,COMMISSIONER 3125 CONNER BLVD,BLDG.8 TALLAHASSEE,FLORIDA 32399-1650 _ I STATE OF FLORIDA STATE OF FLORIDA Aittpartment of agriculture anti Commuter titaerbireS ;apartment of agricu[ture anb Consumer &erbitrS - BUREAU OF LICENSING AND ENFORCEMENT BUREAU OF LICENSING AND ENFORCEMENT ,' CASIMIRO GORDILLO Date File No. Expires SUPERIOR LANDSCAPING&LAWN SERVICE INC May 12,2021 JE153143 April 30,2022 ID CARD HOLDER THE ID CARD HOLDER NAMED BELOW HAS REGISTERED UNDER JE153143 THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING: April 30,2022 AT HAS PAID THE FEE REQUIRED BY CHAPTER 482 FOR THE PERIOD EXPIRING April 30,2022 SUPERIOR LANDSCAPING&LAWN SERVICE INC MIAMI,FL 33142 CASIMIRO GORDILLO Regular C n I G . ria Signature SUPERIOR LANDSCAPING&LAWN SERVICE INC COMMISSIONER ATTACH PHOTO ON REVERSE J - P O BOX 35-0095 MIAMI,FL 33135 Wallet Card - Fold Here n I ezt-c- BUREAU OF LICENSING&ENFORCEMENT NICOLE"NIKKI"F IR ED,COMMISSIONER 3125 CONNER BLVD,BLDG.8 �• TALLAHASSEE,FLORIDA 32399-1650 .'DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 f:,A\„\" 'ter: ". a !I! . STATE OF FLORIDA t STATE OF FLORIDA ' 19epartment of agriculture anb Consumer �erbiees Slg.ri I epartment ofrulture anb Consumer 'erbires BUREAU OF LICENSING AND ENFORCEMENT I BUREAU OF LICENSING AND ENFORCEMENT li RODOLFO HAWKINS a Date File No. Expires ' SUPERIOR LANDSCAPING&LAWN SERVICE INC May 12,2021 JE271889 April 30,2021 ID CARD HOLDER THE ID CARD HOLDER NAMED BELOW HAS REGISTERED UNDER 5 JE271889 THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING: April 30,2021 AT ` HAS PAID THE FEE REQUIRED BY CHAPTER 482 FOR THE PERIOD v. EXPIRING April 30,2021 SUPERIOR LANDSCAPING&LAWN SERVICE INC • ti MIAMI,FL 33142 Regular n `� g RODOLFO HAWKINS F. 1 au L Signature J ii SUPERIOR LANDSCAPING&LAWN SERVICE INC a ` COMMISSIONER ATTACH PHOTO ON REVERSE I. P O BOX 35-0095 4 • E: MIAMI,FL 33135 z., Wallet Card- Fold Here n I L BUREAU OF LICENSING&ENFORCEMENT NICOLE"NIKKI"F IED,COMMISSIONER �, 3125 CONNER BLVD,BLDG.8 i TALLAHASSEE,FLORIDA 32399-1650 OA M....\ 'V'///Lnr0 Ae:....',VV'.f/!/l.!!;.As....\\\\ //!i.*?�•A ft...\\\�!/!/' .Ase_.\\"V',Y//A... Al STATE OF FLORIDA STATE OF FLORIDA r �eparM[tllt Of S9gritulturt anti Consumer *Mikes department of QXgraulture anb �Lonsumer 6trlrires BUREAU OF LICENSING AND ENFORCEMENT BUREAU OF LICENSING AND ENFORCEMENT •1 • e DANIEL H ACKENBRACK i Date File No. Expires • SUPERIOR LANDSCAPING&LAWN SERVICE INC 4, May 12,2021 JE44120 April 30,2022 ID CARD HOLDER THE ID CARD HOLDER NAMED BELOW HAS REGISTERED UNDER JE44120 THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING: Certified Operator ii April 30,2022 ATvi HAS PAID THE FEE REQUIRED BY CHAPTER 482 FOR THE PERIOD I. 4 EXPIRING April 30,2022 SUPERIOR LANDSCAPING&LAWN SERVICE INC MIAMI,FL 33142 DANIEL H ACKENBRACK Certified Operator n I ate- Signature SUPERIOR LANDSCAPING&LAWN SERVICE INC 4 \ COMMISSIONER ATTACH PHOTO ON REVERSE J P O BOX 35-0095 • MIAMI,FL 33135 P. Wallet Card-Fold Here BUREAU OF LICENSING&ENFORCEMENT i` - 3125 CONNER BLVD,BLDG.8 ii NICOLEE'"NIKKI"F ED,COMMISSIONER TALLAHASSEE,FLORIDA 32399-1650 s V•+tiff//.e:W.),,iYs V.""/JltZNA Nii.M.V� k r STATE OF FLORIDA a3 STATE OF FLORIDA ! iilepartmeltt of agriculture anb Consumer berbues department of agriculture anb donsumrr *alum BUREAU OF LICENSING AND ENFORCEMENT BUREAU OF LICENSING AND ENFORCEMENT SUPERIOR LANDSCAPING&LAWN SERVICE INC Date File No. Expires 2200 NW 23RD AVE a May 12,2021 JB160603 April 30,2022 • PEST CONTROL COMPANY FIRM THE PEST CONTROL COMPANY FIRM NAMED BELOW HAS II JB160603 REGISTERED UNDER THE PROVISIONS OF CHAPTER 482 FOR THE ~ PERIOD EXPIRING:April 30,2022 AT HAS PAID THE FEE REQUIRED BY CHAPTER 482 FOR THE PERIOD EXPIRING Apra 30,2022 I. 2200 NW 23RD AVE it ► MIAMI,FL 33142 I SUPERIOR LANDSCAPING&LAWN SERVICE Lawn and Ornamental n i eitt /c Signature R; INC COMMISSIONER ii P O BOX 35-0095 MIAMI,FL 33135 i Wallet Card- Fold Here P. a r .. n t y^ n BUREAU OF LICENSING&ENFORCEMENT au /R11�►��w JL 3125 CONNER BLVD,BLDG.8 NICOLE"NIKKI"F ED,COMMISSIONER TALLAHASSEE,FLORIDA 32399-1650 i a !A•n!a\\�f///t....Ass..\\\\ /A/MUDAs4!XVV'.'F//A*rr.Af ..\\ate////!R.Am....'wv':!/rwt..•;,.Al DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 v i'er \s.•T.,<:rfn�:,.\\\\;;:•T.u]r/irr-t\\Nc- •T.:u,r//,n.\‘Vis,.T.u:r///itWIe- Ti, a ' STATE OF FLORIDA : ;Department of agriculture ant) Consumer fierbiug BUREAU OF LICENSING AND ENFORCEMENT ' J Date File No. Expires a • October 31,2018 LF278437 October 29,2022 A THE LTD COMMERCIAL FERTILIZER APPLICATOR HOLDER ' C NAMED BELOW HAS REGISTERED UNDER THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING:October 29,2022 1. r 1 GUSTAVO EDUARDO VALDES 22300SW I77THAVE i MIAMI,FL 33170 • ARAM H.PUTNAM� SIGNER L? 7 I 1 :tj emss.iv x,r.t / .A.s4.\l\1VF////.Nt.A.sB\\AV/,///tnn. AW C .,1/l.ma•a tl'.\\.}'/. .Al DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 I :,,, ‘ ir if ,,,,A, , irl I, lzkik,Ng ept No wr pi,flat, y 3,,,„_. Ita.. IVI 1/41*'. 1 I I., ; \\,\A:. lir, 3/0 fl(7 d)�f, /= d�/.I(rr o ,./. .il_(h ol).r(r, � 1) .rw/ 1 Fe iii i OF IFAS 'N., i • • UNIVERSITY of FLORIDA Certificate of Training >�jj; . All : GV9O8 Best Management Practices / l GV908018-1 1 Certificate# Florida Green Industries c I ., GV908018 �V Trainee ID# �/ Gustavo E. Valdes %� 1. f. has successfully met all requirements necessary to be fully trained through '\� ,� 141 the Green Industries Best Management Practices Program developed by the %�! ‘‘. ''' FloridaDepartment of Environmental Protection with the Universityof � p jFlorida Institute of Food and Agricultural Sciences. ; ��\ �\ � W. Eddinger 9/18/2018 ��/j�1 ( 01 Issuer Instructor Date of Class DEP Pr am Administrator ; �� Not valid without seal +� fr/17'e/41/Slitat/77,/bilitYA*14v::11AtIlka4r1V.-74/1-0111tittrili, fflad litattifighillikXVre"War:4'1Allii‘tigAll,detIK7411 I 1 DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 INTERNATIONAL SOCIETY OF ARBORICULTURE CERTIFIED ARBORIST® Gustavo E. Valdes Having successfully completed the requirements set by the International Society of Arboriculture, the above named is hereby recognized as an ISA Certified Arborist® two K,x >-�' Luana Vargas Caitlyn Pollihan 161"11651 ff Director of Credentialing ServicesExecutive DirectorCREDITED f g; • International Society of Arboriculture International Society of Arboriculture %'•. #0847 FL-5774A 17 Nov 2007 31 Dec 2022 ISOIIEC 17024 •.• Personnel Certification Program - :.•.:.... Certification Number Certified Since Expiration Date ISA CertifiedArbonst• A DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-0975656D55A4 L__7 `i;✓ Certificate of Com letion Gustavo E. Valdes Has Completed a Florida Department of Transportation Approved Temporary Traffic Control (TTC) Advanced (Refresher) Course. 09/20/2022 140 Jeremiah McCarthy 43797 Date Expires FDOT Provider# Instructor Certificate# Metro Florida Safety Council TrsCounty F ED OT Dade,Broward,Paim Beach, metrofloridasafetycouncil.com mlyons@metroflondasafetycouncil.com METRO For more information about Temporary Traffic FLORIDA SAfE1Y COUNCIL Control(TTC)or to verify this certificate www.motadmin.com r FDOT This Certifies that Gustavo E.Valdes Has Completed a Florida Department of Transportation Approved Temporary Traffic Control(TTC)Advanced(Refresher)Course. Date Expires:09/20/2022 Certificate#43797 Instructor:Jeremiah McCarthy FDOT Provider#140 Metro Florida Safety Council Phone:954-603-1900 Tri-County Dade,Broward,Palm Beach, m et rofl o r l d a s a f e ty c o u n c i i.co m mlyons@metrofloridasafetycouncil.com METRO noes wLTY'CW F01. 4V9909999L60-Z196-L994-£L9V-V8L99V£0 01 adolanu3 u6ign0o0 —DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 Of- Ron DeSantis, Governor Julie I. Brown„Secretary °4''> 6_,...,� a , ,i:::t- 72 STATE OF FLORIDA °- DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD THE GENERAL CONTRACTOR HEREIN IS CERTIFIED UNDER THE PROVISIONS OF CHAPTER 4(4 89, FLORIDA STATUTES • _ —_—..- . eI it . t,' ,V _ _. �, _ `` ■' • — 1 . .-.....- ■ %• - ire • z i i DICKENS, BRIAN M :Mi SUPERIOR LANDSCAPING & LAWN SERVICE INC .2200 NORTHWEST 3RD AVENUE -/ MIAM ;„ aiit.ti,aAFL 33142 1 LICENSE NUMBER: CGC1529871 j EXPIRATION DATE: AUGUST 31, 2022 Always verify licenses online at MyFloridaLicense.com `_ I*#.. . Do not alter this document in any form. Ks,�I A z '" , . . This is your license. It is unlawful for anyone other than the licensee to use this document. t DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 E��9Ro1ECrlON Department of .�� Environmental Protection UF IFAS t UNIVERSITY ofFLORIDA `, 2600 Blair Stone Road, M.S.3570 FLORI A .;;b Tallahassee, Florida 32399-2400 GI-BMP Trainee ID: GV38971 Certification date: 1/29/2016 Congratulations on successfully completing the Florida Green Industries Best Management Practices Training Program.Your certificate of completion and wallet card are attached.If there are errors in the certificate,or if we can be of further assistance,please contact the GI-BMP Office of the OF/Florida-Friendly Landscaping'M Program at gi.bmp@ifas.ufl.edu or(352) 273-4517. Please note that this training certificate alone does not authorize you to apply fertilizer commercially after January 1,2014.You must take additional steps to become licensed for commercial fertilizer application in the state of Florida.The Limited Urban Commercial Fertilizer Applicator Certification (state"fertilizer license") is issued by the Florida Department of Agriculture and Consumer Services (FDACS). Apply online:https://aesecomm.freshfromflorida.com.The certificate number from this document is required to apply for Fertilizer Applicator Certification. For assistance contact:The Bureau of Licensing and Enforcement, (850) 617-7997 Test Score: 85% If your test score is 90%or greater,you may be eligible to become a GI-BMP Instructor: http://fyn.ifas.ufl.edu/professionals/instructor_program.html State of Florida DEPARTMENT OF Beatriz Gerdts ENVIRONMENTAL PROTECTION 12578 SW 125th Ter Miami, FL 33186 Beatriz Gerdts GV38971-1 GV38971 Certificate# Trainee ID# GREEN INDUSTRIES BEST MANAGEMENT PRACTICES TRAINING PROGRAM RIM refiyIALIWVIrriZjag\\rli tifigii.\iV II i►r�YVIANy�a1`I�rit,pl lgiV�ll�y ariliairi��IVilrigi/ial\�\��'�l�'l ky4 re a \` I i'"d(' ii._ OF IFAS y � . UNIVERSITY of FLORIDA ,\�\\� ;(��< aorn A Certificate of Training /O • //! \` GV38971-1 Best Management Practices •, ` Certificate# Florida Green Industries 41iGV38971 /// Trainee ID# \�r <<< The undersigned hereby acknowledges that /,)I .06.... II eatrtz Gerdts :gip: �0 has successfully met all requirements necessary to be fully trained through '>�,\\), ►\``\ the Green Industries Best Management Practices Program developed by the i4 �\ Florida Department of Environmental Protection with the University of =:% �`; Florida Institute of Food and Agricultural Sciences. 'Irk\`\ D. Rainey 1/29/20167 e'I `�✓ "l/ //�� I -` Issuer Instructor Date of Class D rogram Administrator '�� I. i,< Not valid without seal S- lloP II i J v ��_ % i VN IIi�i,I,V- --., �t�r'� v.%%i li 'N `-, if —/%, rl ,Z��.#1Piii ...swig-, ii� \`�. r,rhbeu►►► �\veh,iu�►►►N�1 i/i/�u►►��\,\.,„eh,1u�►►AuuAlg vmt, k,4,, iiabiu►►►\ 1,„fhti u�\�\7;,/ i ►►���\, DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 State of Florida DEPARTMENT OF E. /IRONMENTAL PROTECTION Gordillo GV24687-1 GV24687 Certificacc# Traincc ID# GREEN INDUSTRIES BEST MANAGEMENT PRACTICES TRAINING PROGRAM DocuSignEnvelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 _ Detail by FEI/EIN Number D.VISION OF CORPOR TIONS _ r �JYo inn of r .r'J QpJsy Er.�J`lam �.---�4.-....,k+•.ainew an official law of Florida weinnie Department of State / Division of Corporations / Search Records / Search by FEI/EIN Number/ Detail by FEI/EIN Number Florida Profit Corporation SUPERIOR LANDSCAPING& LAWN SERVICE INC. Filing_Information_ Document Number P98000044604 FEI/EIN Number 65-0838100 Date Filed 05/18/1998 State FL Status ACTIVE Last Event AMENDMENT Event Date Filed 12/11/2019 Event Effective Date NONE Principal Address 2200 NW 23RD AVE MIAMI, FL 33142 Changed: 01/12/2005 Mailing Address PO BOX 35-0095 MIAMI, FL 33135 Changed: 03/22/2012 Registered Agent Name&Address OTERO, ORLANDO 2200 N.W. 23 AVENUE MIAMI, FL 33142-6551 Address Changed: 01/04/2005 Officer/Director Detail Name&Address Title PD OTERO, ORLANDO 2200 N.W. 23 AVENUE MIAMI, FL 33142 Title TD search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail7inquirytype=FeiNumber&directionType=lnitial8searchNameOrder=650838100P9800... 1/3 DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 Detail by FEI/EIN Number VALDES, MARIA 2200 N.W.23 AVENUE MIAMI, FL 33142 Title QCO MOREL, MICHAEL P.O. BOX 35-0095 MIAMI, FL 33135 Title QCO CANTOR, LAURENCE PO BOX 35-0095 MIAMI, FL 33135 Annual Reports Report Year Filed Date 2019 02/27/2019 2020 03/10/2020 2021 02/03/2021 Document Imam 02/03/2021—ANNUAL REPORT View image in PDF format 03/10/2020—ANNUAL REPORT View image in PDF format 12/11/2019—Amendment View image in PDF format 02/27/2019—ANNUAL REPORT View image in PDF format 03/07/2018—ANNUAL REPORT View image in PDF format 02/16/2017—Amendment View image in PDF format 01/31/2017—Amendment View image in PDF format 01/17/2017—ANNUAL REPORT View image in PDF format 01/22/2016—ANNUAL REPORT View image in PDF format 01/11/2015—ANNUAL REPORT View image in PDF format 09/09/2014—AMENDED ANNUAL REPORT View image in PDF format 07/09/2014—Amendment View image in PDF format 02/10/2014—ANNUAL REPORT View image in PDF format 11/13/2013—AMENDED ANNUAL REPORT View image in PDF format 03/04/2013—ANNUAL REPORT View image in PDF format 03/22/2012—ANNUAL REPORT View image in PDF format 02/22/2011—ANNUAL REPORT View image in PDF format 04/01/2010—ANNUAL REPORT View image in PDF format 03/12/2009—ANNUAL REPORT View image in PDF format 04/25/2008—ANNUAL REPORT View image in PDF format 01/15/2007—ANNUAL REPORT View image in PDF format 01/17/2006—ANNUAL REPORT View image in PDF format 01/11/2006—ANNUAL REPORT View image in PDF format 04/19/2005—ANNUAL REPORT View image in PDF format search.sunbiz.org/Inquiry/CorporationSearch/Search Resu ItDetail?inqu i rytype=FeiNu m bead i rectionType=Initial&search NameOrder--650838100P9800... 2/3 DocuSign-Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 Detail by FEI/EIN Number 01/04/2005—ANNUAL REPORT View image in PDF format 01/30/2004—ANNUAL REPORT View image in PDF format 03/24/2003—ANNUAL REPORT View image in PDF format 04/01/2002—ANNUAL REPORT View image in PDF format 02/12/2001—ANNUAL REPORT View image in PDF format 01/24/2000—ANNUAL REPORT View image in PDF format 02/19/1999—ANNUAL REPORT View image in PDF format 05/18/1998—Domestic Profit View image in PDF format search.sunbiz.org/Inquiry/CorporationSearch/Search ResultDetail?inquirytype=FeiNumber&directionType=Initial&searchNameOrder=650838100P9800... 3/3 . . .,. ,, ---_,...„. „,,.....___ \ „.,...,....„.. .„...,v . A.,_,,..6. , , >,.._ .,. .,r'. '. \.,_ ' 1 4,„,,,,..:L_.1,,c v /I------,,„..\_,A,...., v // 7 , ,,, , v / ,:, .,,,,,, ..x.e.,,,,,, .--,-\,--. \\ //, -,--. ' ' . ,,,_,....._ ___, , --414 ,,,, ,,,,,: : , ., .,_, ,,,,:,,,,,. . ,, ,„„,,,, ,,,.. .. y ,‘„,,,,, .,,, ,_(,t, ....,. ,...... . . ..........,.. . . _______ :(k i :,',it. - -,t., --- Certification No. 2021-257 AiktiiMips.r Expiration date: December 31, 202401.11) ,4 . vv.'? , , \\„. , .-,,- , 44...,,ge , ., , , , , , -- , , ,,./ ..,„, . \, ) , ),:i , ., This certifies that ''\ : ,:.,-...)/ � / 1 \\ ,.� fr'a&fes --.) u Zo (\t .1-. s` Having shown to possess the necessary qualifications j' .. and having complied with the requirements of the _ ( r Landsca a Inspectors Association of Florida ,,,_„'....fi '�-- ; was by an order of this body recognized as competent r_-�_ in dispensing of the duties of a of : ! '1 - �,. :••-: ' a Inspector . , , Lands cap p s ' Given under the seal of the :� v „_ y�. ei Landscape Inspectors Association of Florida _ this I st day of June, 2021 .1)- ''� � i i � r ,, C:vvV , Certification Chair , Kevin Bunt i.' ir DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 FDDT This Certifies that • Julio V&das Has Completed a Florida Department of Transportation Approved Temporary Traffic Control(TTC)Advanced(Refresher)Course. Date Expires:03/26/2025 Certificate#71857 Instructor:Messier R.Gilchrist FOOT Provider#140 Matto Florida Safety Council Tn 684•603-1900 (� TO-County Dade,Broward,Palm Beach, metrotloridasafetycouncil.com mlyons metrofloridasafetyeeunell.com METRO aamrsusncom. ♦ y DocuSign Envelope ID:C3A5B18A-A673-46B1-95E2-D975656D55A4 State of Florida Department of State I certify from the records of this office that SUPERIOR LANDSCAPING & LAWN SERVICE INC. is a corporation organized under the laws of the State of Florida, filed on May 18, 1998. The document number of this corporation is P98000044604. I further certify that said corporation has paid all fees due this office through December 31, 2021, that its most recent annual report/uniform business report was filed on February 3, 2021, and that its status is active. I further certify that said corporation has not filed Articles of Dissolution. Given under my hand and the Great Seal of the State of Florida at Tallahassee, the Capital, this the Tenth day of February, 2021 -.[...:. .• , 1r: `�- eon we Secretary of State Tracking Number:2041194278CU To authenticate this certificate,visit the following site,enter this number,and then follow the instructions displayed. ihttps://services.su nb iz.o rg/Filings/CertificateOfStatu s/Ce rtificateAuth entication) DocuSign Envelope ID C3A5B18A-A673-4BB1-95E2-D975656D55A4 J-+U� iV;rIQ --+Qi V V V�V••V •x« MV�?VpUCJ tQ nC�J JY©nCa•c�zpk<:J C:7nCC>uCJr.• - i/C—Pl P".1 j`^•• { {7'0 {,,..�,.� 1•C {,-ter 41-47 � li ({ - ► 1 .'{; {' I , {"•-: { ff 1 f if 1). _. t _ - • • potaIb .0;• ' ' .4kik,,T,?•-----0 -F. .7 ,•,..__ _ ,i.„ . . ,a, • vi- • • iepartmvnt of #tatr t ;'� A - t .>;• := I certify the attached is a true and correct copy of the Articles of Incorporation of :- _, SUPERIOR LANDSCAPING & LAWN SERVICE INC., a Honda corporation, filed •` ;• 'y R on May 18, 1998, as shown by the records of this office. f• •• The document number of this corporation is P98000044604. 410 • -tel' oy tioi . . �h• , ---7 00;0. ••• 4.1:Y •111 iai • ,s• Ac = Given under my hand and the •:� Great Seal of the State of Florida at Tallahassee, the Capitol, this the '- .,_ ,.-{�(ig �j Eighteenth day of May, 1998 a 0 . C "w -" , •Hi G. 40t. F„1' m:t. � ►C�__tit • woo. ' ' y tz ' . ,,---.../ C...:.. 5cd•Z5eft,..7e-,,,c) 11....._ :;_$ -�C 0,.. . ;�,;q CStt ,rU t _ trfllnrn ..... ' : i H EI172 f;-951 cSerr la uf$b tkk- ©. 70, !"�Q /C R�'Y ,w{*' r•• t�^�, '4 f.N Q# 1..•%-thi,C?:x f4 ?�CJ�G? 'G 14:63+C�, K• DocuSign Envelope ID:C3vA5B18Ae-A673-rBB1u-95Er2-Dy975656D55A4 ac,LsteG r� . Company ID Number: 272503 THE E-VERIFY MEMORANDUM OF UNDERSTANDING FOR EMPLOYERS ARTICLE PURPOSE AND AUTHORITY The parties to this agreement are the Department of Homeland Security(DHS)and the Superior Landscaping & Lawn Service, Inc. (Employer). The purpose of this agreement is to set forth terms and conditions which the Employer will follow while participating in E-Verify. E-Verify is a program that electronically confirms an employee's eligibility to work in the United States after completion of Form 1-9, Employment Eligibility Verification (Form 1-9). This Memorandum of Understanding (MOU) explains certain features of the E-Verify program and describes specific responsibilities of the Employer, the Social Security Administration (SSA), and DHS. Authority for the E-Verify program is found in Title IV, Subtitle A, of the Illegal Immigration Reform and Immigrant Responsibility Act of 1996(IIRIRA), Pub. L. 104-208, 110 Stat. 3009, as amended (8 U.S.C. § 1324a note). The Federal Acquisition Regulation (FAR) Subpart 22.18, "Employment Eligibility Verification"and Executive Order 12989, as amended, provide authority for Federal contractors and subcontractors(Federal contractor)to use E-Verify to verify the employment eligibility of certain employees working on Federal contracts. ARTICLE II RESPONSIBILITIES A. RESPONSIBILITIES OF THE EMPLOYER 1. The Employer agrees to display the following notices supplied by DHS in a prominent place that is clearly visible to prospective employees and all employees who are to be verified through the system: a. Notice of E-Verify Participation b. Notice of Right to Work 2. The Employer agrees to provide to the SSA and DHS the names, titles, addresses, and telephone numbers of the Employer representatives to be contacted about E-Verify. The Employer also agrees to keep such information current by providing updated information to SSA and DHS whenever the representatives' contact information changes. 3. The Employer agrees to grant E-Verify access only to current employees who need E-Verify access. Employers must promptly terminate an employee's E-Verify access if the employer is separated from the company or no longer needs access to E-Verify. Page 1 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 a,,.6Cc� a gyp.�'' verury �... , ,, „<, Company ID Number: 272503 4. The Employer agrees to become familiar with and comply with the most recent version of the E-Verify User Manual. 5. The Employer agrees that any Employer Representative who will create E-Verify cases will complete the E-Verify Tutorial before that individual creates any cases. a. The Employer agrees that all Employer representatives will take the refresher tutorials when prompted by E-Verify in order to continue using E-Verify. Failure to complete a refresher tutorial will prevent the Employer Representative from continued use of E-Verify. 6. The Employer agrees to comply with current Form 1-9 procedures, with two exceptions: a. If an employee presents a"List B" identity document, the Employer agrees to only accept"List B" documents that contain a photo. (List B documents identified in 8 C.F.R. §274a.2(b)(1)(B))can be presented during the Form 1-9 process to establish identity.) If an employee objects to the photo requirement for religious reasons,the Employer should contact E-Verify at 888-464-4218. b. If an employee presents a DHS Form 1-551 (Permanent Resident Card), Form 1-766 (Employment Authorization Document), or U.S. Passport or Passport Card to complete Form 1-9, the Employer agrees to make a photocopy of the document and to retain the photocopy with the employee's Form 1-9.The Employer will use the photocopy to verify the photo and to assist DHS with its review of photo mismatches that employees contest. DHS may in the future designate other documents that activate the photo screening tool. Note: Subject only to the exceptions noted previously in this paragraph, employees still retain the right to present any List A, or List B and List C, document(s)to complete the Form 1-9. 7. The Employer agrees to record the case verification number on the employee's Form 1-9 or to print the screen containing the case verification number and attach it to the employee's Form 1-9. 8. The Employer agrees that, although it participates in E-Verify, the Employer has a responsibility to complete, retain, and make available for inspection Forms 1-9 that relate to its employees, or from other requirements of applicable regulations or laws, including the obligation to comply with the antidiscrimination requirements of section 274B of the INA with respect to Form 1-9 procedures. a. The following modified requirements are the only exceptions to an Employer's obligation to not employ unauthorized workers and comply with the anti-discrimination provision of the INA: (1) List B identity documents must have photos, as described in paragraph 6 above; (2)When an Employer confirms the identity and employment eligibility of newly hired employee using E-Verify procedures, the Employer establishes a rebuttable presumption that it has not violated section 274A(a)(1)(A) of the Immigration and Nationality Act(INA)with respect to the hiring of that employee; (3) If the Employer receives a final nonconfirmation for an employee, but continues to employ that person, the Employer must notify DHS and the Employer is subject to a civil money penalty between $550 and $1,100 for each failure to notify DHS of continued employment following a final nonconfirmation; (4) If the Employer continues to employ an employee after receiving a final nonconfirmation, then the Employer is subject to a rebuttable presumption that it has knowingly Page 2 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 "ySbee, -veriryEmq;;:. ; uN Company ID Number: 272503 employed an unauthorized alien in violation of section 274A(a)(1)(A); and (5).no E-Verify participant is civilly or criminally liable under any law for any action taken in good faith based on information provided through the E-Verify. b. DHS reserves the right to conduct Form 1-9 compliance inspections, as well as any other enforcement or compliance activity authorized by law, including site visits, to ensure proper use of E-Verify. 9. The Employer is strictly prohibited from creating an E-Verify case before the employee,has been hired, meaning that a firm offer of employment was extended and accepted and Form 1-9 was completed. The Employer agrees to create an E-Verify case for new employees within three Employer ' business days after each employee has been hired (after both Sections 1 and 2 of Form 1-9 have been completed), and to complete as many-steps of the E-Verify process as are necessary according to the E-Verify User Manual. If.E-Verify is temporarily unavailable,the three-day time period will be extended until it is again operational in order to accommodate the Employer's attempting, in good faith, to make inquiries during the period of unavailability. 10. The Employer agrees not to use E-Verify for pre-employment screening of job applicants, in• support of any unlawful employment practice, or for any other use that this MOU or the E-Verify User Manual does not authorize. 11. The Employer must use E-Verify for all new employees. The Employer will not verify selectively and will not verify employees hired before the effective date of this MOU. Employers who are Federal contractors may qualify for exceptions to this requirement as described in Article II.B of this MOU. 12. The Employer agrees to follow appropriate procedures(see Article III below) regarding tentative nonconfirmations. The Employer must promptly-notify employees in private of the finding and provide " them with the notice and letter containing information specific to the employee's E-Verify case. The Employer agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer agrees to provide written referral instructions to employees and instruct affected employees to bring the English copy of the letter to the SSA. The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding,while their case is still pending. Further, when employees contest a tentative nonconfirmation based upon a photo mismatch, the Employer must take additional steps (see Article III.B. below)to contact DHS with information necessary to resolve the challenge. 13. The Employer agrees not to take any adverse action against an employee based upon the employee's perceived employment eligibility status while SSA or DHS is processing the-verification request unless the Employer obtains knowledge(as defined in 8 C.F.R. § 274a.1(I))'that the employee is not work authorized. The Employer understands that an initial inability of the SSA or DHS automated verification system to verify work authorization, a tentative nonconfirmation, a case in continuance (indicating the need for additional time for the government to resolve a case), or the finding of a photo mismatch, does not establish, and should not be interpreted as, evidence that the employee is not work authorized. In any of such cases,the employee must be provided a full and fair opportunity to contest the finding, and if he or she does-so, the employee may not be terminated or suffer any adverse employment consequences based upon the employee's perceived employment eligibility status Page 3 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 ` ti's`a M—verur Y���l Company ID Number: 272503 (including denying, reducing, or extending work hours, delaying or preventing training, requiring an employee to work in poorer conditions,withholding pay, refusing to assign the employee to a Federal contract or other assignment, or otherwise assuming that he or she is unauthorized to work)until and unless secondary verification by SSA or DHS has been completed and a final nonconfirmation has been issued. If the employee does not choose to contest a tentative nonconfirmation or a photo mismatch or if a secondary verification is completed and a final nonconfirmation is issued,then the Employer can find the employee is not work authorized and terminate the employee's employment. Employers or employees with questions about a final nonconfirmation may call E-Verify at 1-888-464- 4218 (customer service)or 1-888-897-7781 (worker hotline). 14. The Employer agrees to comply with Title VII of the Civil Rights Act of 1964 and section 274B of the INA as applicable by not discriminating unlawfully against any individual in hiring, firing, employment eligibility verification, or recruitment or referral practices because of his or her national origin or citizenship status, or by committing discriminatory documentary practices. The Employer understands that such illegal practices can include selective verification or use of E-Verify except as provided in part D below, or discharging or refusing to hire employees because they appear or sound "foreign"or have received tentative nonconfirmations.The Employer further understands that any violation of the immigration-related unfair employment practices provisions in section 274B of the INA could subject the Employer to civil penalties, back pay awards, and other sanctions, and violations of Title VII could subject the Employer to back pay awards, compensatory and punitive damages. Violations of either section 274E of the INA or Title VII may also lead to the termination of its participation in E-Verify. If the Employer has any questions relating to the anti-discrimination provision, it should contact OSC at 1-800-255-8155 or 1-800-237-2515 (TDD). 15. The Employer agrees that it will use the information it receives from E-Verify only to confirm the employment eligibility of employees as authorized by this MOU. The Employer agrees that it will safeguard this information, and means of access to it(such as PINS and passwords), to ensure that it is not used for any other purpose and as necessary to protect its confidentiality, including ensuring that it is not disseminated to any person other than employees of the Employer who are authorized to perform the Employer's responsibilities under this MOU, except for such dissemination as may be authorized in advance by SSA or DHS for legitimate purposes. 16. The Employer agrees to notify DHS immediately in the event of a breach of personal information. Breaches are defined as loss of control or unauthorized access to E-Verify personal data. All suspected or confirmed breaches should be reported by calling 1-888-464-4218 or via email at E-Verifv( dhs.dov. Please use"Privacy Incident—Password" in the subject line of your email when sending a breach report to E-Verify. 17. The Employer acknowledges that the information it receives from SSA is governed by the Privacy Act(5 U.S.C. § 552a(i)(1) and (3)) and the Social Security Act(42 U.S.C. 1306(a)). Any person who obtains this information under false pretenses or uses it for any purpose other than as provided for in this MOU may be subject to criminal penalties. 18. The Employer agrees to cooperate with DHS and SSA in their compliance monitoring and evaluation of E-Verify, which includes permitting DHS, SSA, their contractors and other agents, upon Page 4 of 17 E-Verify MOU for Employers l Revision Date 06/01/13 DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 t�?$ r `b m� i -ver.ryquki .��m.. .-.b... . Company ID Number: 272503 reasonable notice, to review Forms 1-9 and other employment records and to interview it and its employees regarding the Employer's use of E-Verify, and to respond in a prompt and accurate manner to DHS requests for information relating to their participation in E-Verify. 19. The Employer shall not make any false or unauthorized claims or references about its participation in E-Verify on its website, in advertising materials, or other media. The Employer shall not describe its services as federally-approved, federally-certified, or federally-recognized, or use language with a similar intent on its website or other materials provided to the public. Entering into this MOU does not mean that E-Verify endorses or authorizes your E-Verify services and any claim to that effect is false. 20. The Employer shall not state in its website or other public documents that any language used therein has been provided or approved by DHS, USCIS or the Verification Division, without first obtaining the prior written consent of DHS. 21. The Employer agrees that E-Verify trademarks and logos may be used only under license by DHS/USCIS(see M-795 (Web)) and, other than pursuant to the specific terms of such license, may not be used in any manner that might imply that the Employer's services, products, websites, or publications are sponsored by, endorsed by, licensed by, or affiliated with DHS, USCIS, or E-Verify. 22. The Employer understands that if it uses E-Verify procedures for any purpose other than as authorized by this MOU,the Employer may be subject to appropriate legal action and termination of its participation in E-Verify according to this MOU. B. RESPONSIBILITIES OF FEDERAL CONTRACTORS 1. If the Employer is a Federal contractor with the FAR E-Verify clause subject to the employment verification terms in Subpart 22.18 of the FAR, it will become familiar with and comply with the most current version of the E-Verify User Manual for Federal Contractors as well as the E-Verify Supplemental Guide for Federal Contractors. 2. In addition to the responsibilities of every employer outlined in this MOU, the Employer understands that if it is a Federal contractor subject to the employment verification terms in Subpart 22.18 of the FAR it must verify the employment eligibility of any"employee assigned to the contract" (as defined in FAR 22.1801). Once an employee has been verified through E-Verify by the Employer, the Employer may not create a second case for the employee through E-Verify. a. An Employer that is not enrolled in E-Verify as a Federal contractor at the time of a contract award must enroll as a Federal contractor in the E-Verify program within 30 calendar days of contract award and, within 90 days of enrollment, begin to verify employment eligibility of new hires using E-Verify. The Employer must verify those employees who are working in the United States, whether or not they are assigned to the contract. Once the Employer begins verifying new hires, such verification of new hires must be initiated within three business days after the hire date. Once enrolled in E-Verify as a Federal contractor, the Employer must begin verification of employees assigned to the contract within 90 calendar days after the date of enrollment or within 30 days of an employee's assignment to the contract, whichever date is later. Page 5 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 x'„ 6``` =verir Company ID Number: 272503 b. Employers enrolled in E-Verify as a Federal contractor for 90 days or more at the time of a contract award must use E-Verify to begin verification of employment eligibility for new hires of the Employer who are working in the United States,whether or not assigned to the contract, within three business days after the date of hire. If the Employer is enrolled in E-Verify as a Federal contractor for 90 calendar days or less at the time of contract award, the Employer must, within 90 days of enrollment, begin to use E-Verify to initiate verification of new hires of the contractor who are working in the United States,whether or not assigned to the contract. Such verification of new hires must be initiated within three business days after the date of hire. An Employer enrolled as a Federal contractor in E-Verify must begin verification of each employee assigned to the contract within 90 calendar days after date of contract award or within 30 days after assignment to the contract, whichever is later. c. Federal contractors that are institutions of higher education (as defined at 20 U.S.C. 1001(a)), state or local governments, governments of Federally recognized Indian tribes, or sureties performing under a takeover agreement entered into with a Federal agency under a performance bond may choose to only verify new and existing employees assigned to the Federal contract. Such Federal contractors may, however, elect to verify all new hires, and/or all existing employees hired after November 6, 1986. Employers in this category must begin verification of employees assigned to the contract within 90 calendar days after the date of enrollment or within 30 days of an employee's assignment to the contract, whichever date is later. d. Upon enrollment, Employers who are Federal contractors may elect to verify employment eligibility of all existing employees working in the United States who were hired after November 6, 1986, instead of verifying only those employees assigned to a covered Federal contract.After enrollment, Employers must elect to verify existing staff following DHS procedures and begin E-Verify verification of all existing employees within 180 days after the election. e. The Employer may use a previously completed Form 1-9 as the basis for creating an E-Verify case for an employee assigned to a contract as long as: i. That Form 1-9 is complete (including the SSN) and complies with Article II.A.6, ii. The employee's work authorization has not expired, and iii. The Employer has reviewed the Form 1-9 information either in person or in communications with the employee to ensure that the employee's Section 1, Form 1-9 attestation has not changed (including, but not limited to, a lawful permanent resident alien having become a naturalized U.S. citizen). f. The Employer shall complete a new Form 1-9 consistent with Article II.A.6 or update the previous Form 1-9 to provide the necessary information if: i. The Employer cannot determine that Form 1-9 complies with Article II.A.6, ii. The employee's basis for work authorization as attested in Section 1 has expired or changed, or iii. The Form 1-9 contains no SSN or is otherwise incomplete. Note: If Section 1 of Form 1-9 is otherwise valid and up-to-date and the form otherwise complies with Page 6 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 s /fi ` t}J veriry g'� � as Netl.tm+i9 k.�- Fscm✓.o•et.nee Company ID Number: 272503 Article II.C.5, but reflects documentation(such as a U.S. passport or Form 1-551)that expired after completing Form 1-9,the Employer shall not require the production of additional documentation, or use the photo screening tool described in Article II.A.5, subject to any additional or superseding instructions that may be provided on this subject in the E-Verify User Manual. g. The Employer agrees not to require a second verification using E-Verify of any assigned employee who has previously been verified as a newly hired employee under this MOU or to authorize verification of any existing employee by any Employer that is not a Federal contractor based on this Article. 3. The Employer understands that if it is a Federal contractor, its:compliance with this MOU is a performance requirement under the terms of the Federal contract or subcontract, and the Employer consents to the release of information relating to compliance with its verification responsibilities under this MOU to contracting officers or other officials authorized to review the Employer's compliance with Federal contracting requirements. C. RESPONSIBILITIES OF SSA 1. SSA agrees to allow DHS to compare data provided by the Employer against SSA's database. SSA sends DHS confirmation that the data sent either matches or does not match the information in SSA's database. 2. SSA agrees to safeguard the information the Employer provides through E-Verify procedures. SSA also agrees to limit access to such information, as is appropriate by law, to individuals responsible for the verification of Social Security numbers or responsible for evaluation of E-Verify or such other persons or entities who may be authorized by SSA as governed by the Privacy Act(5 U.S.C. § 552a), the Social Security Act(42 U.S.C. 1306(a)), and SSA regulations(20 CFR Part 401). 3. SSA agrees to provide case results from its database within three Federal Government work days of the initial inquiry. E-Verify provides the information to the Employer. 4. SSA agrees to update SSA records as necessary if the employee who contests the SSA tentative nonconfirmation visits an SSA field office and provides the required evidence. If the employee visits an SSA field office within the eight Federal Government work days from the date of referral to SSA, SSA agrees to update SSA records, if appropriate, within the eight-day period unless SSA determines that more than eight days may be necessary. In such cases, SSA will provide additional instructions to the employee. If the employee does not visit SSA in the time allowed, E-Verify may provide a final nonconfirmation to the employer. Note: If an Employer experiences technical problems, or has a policy question, the employer should contact E-Verify at 1-888-464-4218. D. RESPONSIBILITIES OF DHS 1. DHS agrees to provide the Employer with selected data from DHS databases to enable the Employer to conduct, to the extent authorized by this MOU: a. Automated verification checks on alien employees by electronic means, and Page 7 of 17 E-Verify MOU for Employers l Revision Date 06/01/13 DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 cyceco veriry .mw �. ser Company ID Number: 272503 b. Photo verification checks(when available) on employees. 2. DHS agrees to assist the Employer with operational problems associated with the Employer's participation in E-Verify. DHS agrees to provide the Employer names, titles, addresses, and telephone numbers of DHS representatives to be contacted during the E-Verify process. 3. OHS agrees to provide to the Employer with access to E-Verify training materials as well as an E-Verify User Manual that contain instructions on E-Verify policies, procedures, and requirements for both SSA and DHS, including restrictions on the use of E-Verify. 4. DHS agrees to train Employers on all important changes made to E-Verify through the use of mandatory refresher tutorials and updates to the E-Verify User Manual. Even without changes to E-Verify, DHS reserves the right to require employers to take mandatory refresher tutorials. 5. DHS agrees to provide to the Employer a notice,which indicates the Employer's participation in E-Verify. OHS also agrees to provide to the Employer anti-discrimination notices issued by the Office of Special Counsel for Immigration-Related Unfair Employment Practices(OSC), Civil Rights Division, U.S. Department of Justice. 6. DHS agrees to issue each of the Employer's E-Verify users a unique User identification number and password that permits them to log in to E-Verify. 7. DHS agrees to safeguard the information the Employer provides,and to limit access to such information to individuals responsible for the verification process,for evaluation of E-Verify, or to such other persons or entities as may be authorized by applicable law. Information will be used only to verify the accuracy of Social Security numbers and employment eligibility, to enforce the INA and Federal criminal laws, and to administer Federal contracting requirements. 8. DHS agrees to provide a means of automated verification that provides (in conjunction with SSA verification procedures)confirmation or tentative nonconfirmation of employees' employment eligibility within three Federal Government work days of the initial inquiry. 9. DHS agrees to provide a means of secondary verification (including updating DHS records)for employees who contest DHS tentative nonconfirmations and photo mismatch tentative nonconfirmations.This provides final confirmation or nonconfirmation of the employees' employment eligibility within 10 Federal Government work days of the date of referral to DHS, unless DHS determines that more than 10 days may be necessary. In such cases, DHS will provide additional verification instructions. ARTICLE III REFERRAL OF INDIVIDUALS TO SSA AND DHS A. REFERRAL TO SSA 1. If the Employer receives a tentative nonconfirmation issued by SSA, the Employer must print the notice as directed by E-Verify. The Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee's E-Verify Page 8 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 1111 ver�ry WSW.a. — Company ID Number: 272503 case. The Employer also agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer agrees to provide written referral instructions to employees and instruct affected employees to bring the English copy of the letter to the SSA. The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding,while their case is still pending. 2. The Employer agrees to obtain the employee's response about whether he or she will contest the tentative nonconfirmation as soon as possible after the Employer receives the tentative nonconfirmation. Only the employee may determine whether he or she will contest the tentative nonconfirmation. 3. After a tentative nonconfirmation, the Employer will refer employees to SSA field offices only as directed by E-Verify. The Employer must record the case verification number, review the employee information submitted to E-Verify to identify any errors, and find out whether the employee contests the tentative nonconfirmation. The Employer will transmit the Social Security number, or any other corrected employee information that SSA requests, to SSA for verification again if this review indicates a need to do so. 4. The Employer will instruct the employee to visit an SSA office within eight Federal Government work days. SSA will electronically transmit the result of the referral to the Employer within 10 Federal Government work days of the referral unless it determines that more than 10 days is necessary. 5. While waiting for case results, the Employer agrees to check the E-Verify system regularly for case updates. 6. The Employer agrees not to ask the employee to obtain a printout from the Social Security Administration number database (the Numident)or other written verification of the SSN from the SSA. B. REFERRAL TO DHS 1. If the Employer receives a tentative nonconfirmation issued by DHS, the Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee's E-Verify case. The Employer also agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding, while their case is still pending. 2. The Employer agrees to obtain the employee's response about whether he or she will contest the tentative nonconfirmation as soon as possible after the Employer receives the tentative nonconfirmation. Only the employee may determine whether he or she will contest the tentative nonconfirmation. 3. The Employer agrees to refer individuals to DHS only when the employee chooses to contest a tentative nonconfirmation. 4. If the employee contests a tentative nonconfirmation issued by DHS, the Employer will instruct the Page 9 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 / a �, ,, Lamm *-: ,IIverury ..= m.�.p_.m..... Company ID Number: 272503 employee to contact DHS through its toll-free hotline (as found on the referral letter)within eight Federal Government work days. 5. If the Employer finds a photo mismatch, the Employer must provide the photo mismatch tentative nonconfirmation notice and follow the instructions outlined in paragraph 1 of this section for tentative nonconfirmations, generally. 6. The Employer agrees that if an employee contests a tentative nonconfirmation based upon a photo mismatch, the Employer will send a copy of the employee's Form 1-551, Form 1-766, U.S. Passport, or passport card to DHS for review by: a. Scanning and uploading the document, or b. Sending a photocopy of the document by express mail (furnished and paid for by the employer). 7. The Employer understands that if it cannot determine whether there is a photo match/mismatch, the Employer must forward the employee's documentation to DHS as described in the preceding paragraph. The Employer agrees to resolve the case as specified by the DHS representative who will determine the photo match or mismatch. 8. DHS will electronically transmit the result of the referral to the Employer within 10 Federal Government work days of the referral unless it determines that more than 10 days is necessary. 9. While waiting for case results, the Employer agrees to check the E-Verify system regularly for case updates. ARTICLE IV SERVICE PROVISIONS A. NO SERVICE FEES 1. SSA and DHS will not charge the Employer for verification services performed under this MOU. The Employer is responsible for providing equipment needed to make inquiries. To access E-Verify, an Employer will need a personal computer with Internet access. ARTICLE V MODIFICATION AND TERMINATION A. MODIFICATION 1. This MOU is effective upon the signature of all parties and shall continue in effect for as long as the SSA and DHS operates the E-Verify program unless modified in writing by the mutual consent of all parties. 2. Any and all E-Verify system enhancements by DHS or SSA, including but not limited to E-Verify checking against additional data sources and instituting new verification policies or procedures, will be covered under this MOU and will not cause the need for a supplemental MOU that outlines these changes. Page 10 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 very -� n... Company ID Number: 272503 B. TERMINATION 1. The Employer may terminate this MOU and its participation in E-Verify at any time upon 30 days prior written notice to the other parties. 2. Notwithstanding Article V, part A of this MOU, DHS may terminate this MOU, and thereby the Employer's participation in E-Verify,with or without notice at any time if deemed necessary because of the requirements of law or policy, or upon a determination by SSA or DHS that there has been a breach of system integrity or security by the Employer, or a failure on the part of the Employer to comply with established E-Verify procedures and/or legal requirements.The Employer understands that if it is a Federal contractor, termination of this MOU by any party for any reason may negatively affect the performance of its contractual responsibilities. Similarly, the Employer understands that if it is in a state where E-Verify is mandatory, termination of this by any party MOU may negatively affect the Employer's business. 3. An Employer that is a Federal contractor may terminate this MOU when the Federal contract that requires its participation in E-Verify is terminated or completed. In such cases, the Federal contractor must provide written notice to DHS. If an Employer that is a Federal contractor fails to provide such notice, then that Employer will remain an E-Verify participant, will remain bound by the terms of this MOU that apply to non-Federal contractor participants, and will be required to use the E-Verify procedures to verify the employment eligibility of all newly hired employees. 4.The Employer agrees that E-Verify is not liable for any losses, financial or otherwise, if the Employer is terminated from E-Verify. ARTICLE VI PARTIES A. Some or all SSA and DHS responsibilities under this MOU may be performed by contractor(s), and SSA and OHS may adjust verification responsibilities between each other as necessary. By separate agreement with DHS, SSA has agreed to perform its responsibilities as described in this MOU. B. Nothing in this MOU is intended, or should be construed, to create any right or benefit, substantive or procedural, enforceable at law by any third party against the United States, its agencies, officers, or employees, or against the Employer, its agents, officers, or employees. C.The Employer may not assign, directly or indirectly, whether by operation of law, change of control or merger, all or any part of its rights or obligations under this MOU without the prior written consent of DHS, which consent shall not be unreasonably withheld or delayed. Any attempt to sublicense, assign, or transfer any of the rights, duties, or obligations herein is void. D. Each party shall be solely responsible for defending any claim or action against it arising out of or related to E-Verify or this MOU, whether civil or criminal, and for any liability wherefrom, including (but not limited to) any dispute between the Employer and any other person or entity regarding the applicability of Section 403(d) of IIRIRA to any action taken or allegedly taken by the Employer. E. The Employer understands that its participation in E-Verify is not confidential information and may be disclosed as authorized or required by law and DHS or SSA policy, including but not limited to, Page 11 of 17 E-Verify MOU for Employers 1 Revision Date 06/01/13 DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 ��'' ,`tug veriry .. m. � .. Company ID Number: 272503 Congressional oversight,.E-Verify publicity and media inquiries, determinations of compliance with Federal contractual requirements, and responses to inquiries under the Freedom of Information Act (FOIA). F. The individuals whose signatures appear below represent that they are authorized to enter into this MOU on behalf of the Employer and DHS respectively. The Employer understands that any inaccurate, statement, representation, data or other information provided to DHS may subject the Employer, its subcontractors,its employees, or its representatives to: (1) prosecution for false statements pursuant to 18 U.S.C. 1001 and/or; (2) immediate termination of its MOU and/or; (3) possible debarment or suspension. G.The foregoing constitutes the full agreement on this subject between OHS and the Employer. To be accepted as an E-Verify participant,you should only sign the Employer's Section of the signature page. If you have any questions, contact E-Verify at 1-888-464-4218. • • Page 12 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 s *, .,ti tip' verury k Company ID Number: 272503 Approved by: Employer Superior Landscaping&Lawn Service, Inc. Name (Please Type or Print) Title Aileen Villasana Signature Date Electronically Signed 11/03/2009 Department of Homeland Security—Verification Division Name (Please Type or Print) Title USCIS Verification Division Signature Date Electronically Signed 11/03/2009 Page 13 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 (F� DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4veriry Company ID Number: 272503 Information Required for the E-Verify Program Information relating to your Company: Superior Landscaping&Lawn Service, Inc. Company Name 2200 NW 23rd Avenue Miami, FL 33142 Company Facility Address PO Box 35-0095 Miami, FL 33135-0095 Company Alternate Address County or Parish MIAMI-DADE Employer Identification Number 650838100 North American Industry 238 Classification Systems Code Parent Company Number of Employees 100 to 499 Number of Sites Verified for 1 Page 14 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 -verury . � Company ID Number: 272503 Are you verifying for more than 1 site? If yes, please provide the number of sites verified for in each State: FLORIDA 1 site(s) Page 15 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 S(S, DocuSign Envelope ID:C3A5B18A-A673-4B81-95E2-0975656D55A4 a 4. verury Company ID Number: 272503 Information relating to the Program Administrator(s)for your Company on policy questions or operational problems: Name Aileen Villasana Phone Number (305)634-0717 Fax Number (305)634-0744 Email Address avillasana@superiorlandscaping.com Page 16 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4a *: verury Company ID Number: 272503 Page intentionally left blank Page 17 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 -DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 (#.? •• � Ron DeSantis,Governor Julie I. Brown„Secretary .,.�, drr .; STATE OF FLORIDA G°°"„, DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD THE GENERAL CONTRACTOR HEREIN IS CERTIFIED UNDER THE PROVISIONS OF CHAPTER 489, FLORIDA4:16, STATUTES ., '. - -- • • a.S. : • • DICKENS, BRIAN SUPERIOR LANDSCAPING & LAWN SERVICE INC ...2200 NORTHWEST 23RD AVENUE \'* M IAM I „,..- ti.FL 33142 ,, . ilV " 4."'"* "' le.• *"AA.441fr" LICENSE NUMBER: CGC1529871 I EXPIRATION DATE: AUGUST 31, 2022 Always verify licenses online at MyFloridaLicense.com p, :,. ❑ I', '��ill 1 Do not alter this document in any form. F.I 'p• This is your license. It is unlawful for anyone other than the licensee to use this document. I DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 FNGLAir PP lig CERTIFIED PROFESSIONAL CONTRACTOR The Florida Nursery, Growers & Landscape Association Confers on Norys Hayes CC2 00310 The Title of FNGLA Certified Landscape Contractor (FCLC) Expiration Date: 12/31/2022 Certified Since: 11/12/2010 to bravo, rrvuv+ rrt +oent Merry Mott,t GLA Certification Director -DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 r:,,,_ .,, ,` STATE OF FLORIDA a 'N*Al r. rut/tttna a Department of Ogritufture anb ConSumer *a'bira% A D3epartment of Agriculture anb Consumer iaerbiteg BUREAU OF LICENSING AND ENFORCEMENT BUREAU OF LICENSING AND ENFORCEMENT DANIEL H ACKENBRACJ; Date 5 ` rt�y_ � Expires - CERTIFIED PEST COr TIPE1tATOR June 25,2021 • :c �, aM _ June 1,2022 THE CERTIFIED F,a.z 1�'ONTRP 1 RSA' ' AMED BELOW HAS : J 25o REGISTERED �, .•THE..PRO SIO S R 482 FOR THE z. HAS PAID THE FEE R WY GIFAP'r . tORTHE PERIOD PERIOD EXP 1 , ne 1 3,�122 • EXPIRING June 1 2026E r y a ` v s nr zt P •- - r.� t r'S� F: n 1 {�,:_g� • r General Household Pe+t and d "" 1_ DANIEL H ACKENDICACK 41Y!•? Rodent Control 4250N.AIA N704 i;, Lawn and Ornamental FORT PIERCE,FL 34949 Termite and Other WDO a ,;(4,$4", 1 ' t 11 ':. Control Wallet Card- Fold Here y /l I �J C C f BUREAU OF LICENSING&ENFORCEMENT NICOLE'NIKKI"F COMMISSIONER d 3125 CONNER BLVD,BLDG.8 TALLAHASSEE,FLORIDA 32399-1650 a a ny♦m^!\\\‘ti£J!I/9tn•�,n7,‘,ttift 1.ca DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 August 19, 2020 BROWARD COUNTY TREE TRIMMER LICENSE STANDARDS FOR MAINTAINING YOUR BROWARD COUNTY TREE TRIMMER LICENSE 1. The following shall be available for inspection at every work site where tree trimming is being carried out: • A copy of the company's Broward County Tree Trimmer license • Proof of the company's current insurance coverage • At least one person should possess a current Tree Trimmer training card. Current training cards reflect that training was completed within • the past two(2)years • Picture identification issued by a government entity or agency 2. At least one trained person must be available at every work site where tree trimming is being carried out. 3. The company's Tree Trimmer license number shall be prominently displayed on both sides of vehicles used in tree trimming. 4. Tree trimmer license number must appear in ads offering tree trimming and/or removal services. Advertisements include business cards,telephone directory advertisements, quotes for tree services, flyers and vehicles advertising tree services. 5. License holders shall ensure that all employees engaged in tree trimming are adequately trained regarding safety procedures in accordance with applicable federal and state law including the federal Occupational Saftey and Health Act of 1970(OSHA). 6. Retraining is required before licenses can be renewed. Tree trimmer licenses are renewable every two years. 7. Each license holder shall notify the County, in writing, if there is a change in any of the standards required for licensure. A A-383 08/31/2022 SUPERIOR LANDSCAPING&LAWN Superior Landscaping&Lawn Service,Inc. SERVICE,INC. P P g 2200 NW 23 AVENUE 2200 NW 23 AVENUE MIAMI,FL 33142 MIAMI, FL 33142 TRAINED EMPLOYEE: MICHAEL MOREL DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 f4\.\\\ev'T4 c r STATE OF FLORIDA STATE OF FLORIDA iBepartment of agriculture anti Consumer aicrbireci Elepartment of Zgritulturt anb Consumer *unites BUREAU OF LICENSING AND ENFORCEMENT t BUREAU OF LICENSING AND ENFORCEMENT JESUS CARDENAS i Date File No. Expires a SUPERIOR LANDSCAPING&LAWN SERVICE INC May 12,2021 JE221831 April 30,2022 t ID CARD HOLDER �t THE ID CARD HOLDER NAMED BELOW HAS REGISTERED UNDER JE221831 � THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING: HAS PAID THE FEE REQUIRED BY CHAPTER 482 FOR THE PERIOD April 30,2022 AT• EXPIRING April 30,2022 • 3 SUPERIOR LANDSCAPING&LAWN SERVICE INC r MIAMI,FL 33142 // Regular rl 1�d1 L .�14t/t Signature JESUS CARDENAS COMMISSIONER ATTACH PHOTO ON REVERSE i SUPERIOR LANDSCAPING&LAWN SERVICE INC • P O BOX 35-0095 MIAMI,FL 33135 Wallet Card- Fold Here n i at �� BUREAU OF LICENSING&ENFORCEMENT NICOLE"NIKKI" ED,COMMISSIONER 3125 E FLORIDABLVD, 9.8 y TALLAHASSEE,F 32399-1650 tr ,5!.U\\ • ,,. .c!. ' ! ,?" 'St. \\' //"r .\\' /. . . .MIX. AMATI/Q, / i 0. ~/✓//fk\\\\•i>zf T,I I 4 P. STATE OF FLORIDA • STATE OF FLORIDAliltparlutent of agriculture aub Consumer finding li)epactmcltt of SggricuUure anb Consumer fotrbices > BUREAU OF LICENSING AND ENFORCEMENT BUREAU OF LICENSING AND ENFORCEMENT JOSE ARISTIDES RIVAS A Date File No. Expires • SUPERIOR LANDSCAPING&LAWN SERVICE INC i May 12,2021 JE245268 April 30,2022 • ID CARD HOLDER THE ID CARD HOLDER NAMED BELOW HAS REGISTERED UNDER THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING: JE245268 April 30,2022 AT HAS PAID THE FEE REQUIRED BY CHAPTER 482 FOR THE PERIOD y • EXPIRING April 30,2022 r SUPERIOR LANDSCAPING&LAWN SERVICE INC 4 MIAMI,FL 33142 t` t JOSE ARISTIDES RIVAS Regular 5 n 1 tit 4i.J Signature SUPERIOR LANDSCAPING&LAWN SERVICE INC COMMISSIONER ATTACH PHOTO ON REVERSE •i P O BOX 35-0095 i MIAMI,FL 33135 0 Wallet Card- Fold Here a J n I � ' BUREAU OF LICENSING&ENFORCEMENT NICOLE"NIKKI" ED,COMMISSIONER i 3125 CONNER BLVD,BLDG.8 TALLAHASSEE,FLORIDA 32399-1650 a r Pt 4 1 \V./ .,.\\ //p. t,,. •Y/Lilt \\N. •./L. t V\\ • /.. 11 ►y•:uiu/.rt\\\\ .f•0,4ii/1f4.Ncru`f♦•:..,r//rn //r.r',.v V iIv%f V•'-r/r/f.�\\\t"•tri (.... STATE OF FLORIDA ` STATE OF FLORIDA ! 0epartInent of agriculture anti Consumer §aerbttes Department of Zfgritulturt anb Consumer berbites BUREAU OF LICENSING AND ENFORCEMENT :".• BUREAU OF LICENSING AND ENFORCEMENT JOSE ROMERO Date File No. Expires SUPERIOR LANDSCAPING&LAWN SERVICE INC r May 12,Z021 JE245271 April 30,2022 ID CARD HOLDER 4 THE ID CARD HOLDER NAMED BELOW HAS REGISTERED UNDER JE245271 1. THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING: r,: April 30,2022 A.f. `J HAS PAID THE FEE REQUIRED BY CHAPTER 482 FOR THE PERIOD EXPIRING April 30,2022 SUPERIOR LANDSCAPING&LAWN SERVICE INC r MIAMI,FL 33142 a // JOSE ROMERO Regular ►'1 i&J1-L -Itlx Signature SUPERIOR LANDSCAPING&LAWN SERVICE INC § COMMISSIONER ATTACH PHOTO ON REVERSE P O BOX 35-0095 -, MIAMI,FL 33135 i i Wallet Card- Fold Here J • n1 BUREAU OF LICENSING&ENFORCEMENT NICOLE"M "FKKI ED,COMMISSIONER CONKER BLVD, 8 TALLLAHAH 3239ASSEE,FLORIDA 32399-1650 r :4 fs'!.\U\'4f////.!?tf A ft.),. 'Ow////.!?:f A ft,!N.VO V////.Ptf•f.,.\\'\',,'/!//.rf•Int_.MW.4. ///L.'tf AI DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 r F u..%v4 r • ! STATE OF FLORIDA STATE OF FLORIDA ? Apartment of SOgruulture anti Consumer teerbiers iDepartment of agriculture anti Consumer 6erbices BUREAU OF LICENSING AND ENFORCEMENT BUREAU OF LICENSING AND ENFORCEMENT a 4 LUIS ENRIQUE SANTIAGO DIAZ • Date File No. Expires a SUPERIOR LANDSCAPING&LAWN SERVICE INC ` May 12,2021 JE249563 April 30,2022 ID CARD HOLDER THE ID CARD HOLDER NAMED BELOW HAS REGISTERED UNDER '' JE249563 •y THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING: HAS PAID THE FEE REQUIRED BY CHAPTER 482 FOR THE PERIOD i April 30,2022► EXPIRING April 30.2022 • 3 SUPERIOR LANDSCAPING&LAWN SERVICE INC MIAMI,FL 33142 LUIS ENRIQUE SANTIAGO DIAZ Regular nI fart., -'F1u"- Signature 1 SUPERIOR LANDSCAPING&LAWN SERVICE INC 0 ` COMMISSIONER ATTACH PHOTO ON REVERSE J P O BOX 35-0095 '3• MIAMI,FL 33135 Wallet Card- Fold Here i n i P ? BUREAU OF LICENSING&ENFORCEMENT ANICOLE"NIKKI" COMMISSIONER % 3125 CONNER BLVD,BLDG.8 a 1 I TALLAHASSEE,FLORIDA 32399-1650 Ire ,R,\ - f' '0. \- A, IV. \\ -//."' qt,\\\\ -///tn, N.\ - lJ. 11 )r anaciiiya\\\\S Ogo♦•O.,irrfl,-l\\\, . •0Kilif/f-'A\\AW.V wz,iyirt,T,r,vian r orti7//izeo 'Gitn'V C a a STATE OF FLORIDA a STATE OF FLORIDA Elepartment of S9grieulture anti Consumer &Outs Department of agriculture anb Consumer gertaces BUREAU OF LICENSING AND ENFORCEMENT BUREAU OF LICENSING AND ENFORCEMENT OSMANY MARTINEZ S l Date File No. Expires ii SUPERIOR LANDSCAPING&LAWN SERVICE INC �' May 12,2021 JE271886 April 30,2022 ID CARD HOLDER .41 THE ID CARD HOLDER NAMED BELOW HAS REGISTERED UNDER JE271886 THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING: April 30,2022 AT HAS PAID THE FEE REQUIRED BY CHAPTER 482 FOR THE PERIOD g EXPIRING April 30,2022 i • SUPERIOR LANDSCAPING&LAWN SERVICE INC • MIAMI,FL 33142 Regular Cl 1 CJ't-, ruJ Signature OSMANY MARTINEZ • SUPERIOR LANDSCAPING&LAWN SERVICE INC COMMISSIONER ATTACH PHOTO ON REVERSE ii P O BOX 35-0095 • J ► MIAMI,FL 33135 a \ wallet Cam- Fold Here n I au BUREAU OF LICENSING&ENFORCEMENT NICOLE"NIKKI"F ED,COMMISSIONER 3125 CONNER BLVD,BLDG.8 TALLAHASSEE,FLORIDA 32399-1650 1 a I t A.,??.\\\ X7%l/l!!e.A ei-4i XS t///)! .A.,,e.O.\V F///L .,.A..ATAI A F/f/J.tna.A a,R.\N\a:f///LP+'.Al i;tr•,uinf,Tn\\\iim r.aurat,/X\\\iit`•V a�ic,( \\\\i+:.V.:arffl.fti.\\\Yi\t.V 'r/4f131\\\',.V5 i. STATE OF FLORIDA STATE OF FLORIDA ! IBepartment of Sericulture riculture anti Consumer *touts Department of Sericulture anb Consumrr AierrIHLr5 BUREAU OF LICENSING AND ENFORCEMENT BUREAU OF LICENSING AND ENFORCEMENT y HEBERTO J RODRIGUEZ • Date File No. Expires SUPERIOR LANDSCAPING&LAWN SERVICE INC i May 12,2021 JE271887 April 30,2022 • ID CARD HOLDER THE ID CARD HOLDER NAMED BELOW HAS REGISTERED UNDER • JE271887 THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING: April 30,2022 AT § HAS PAID THE FEE REQUIRED BY CHAPTER 482 FOR THE PERIOD EXPIRING April 30,2022 i SUPERIOR LANDSCAPING&LAWN SERVICE INC i ► MIAMI,FL 33142 4 • HEBERTO J RODRIGUEZ Regular f I CJ1-, 41-tl1 Signature SUPERIOR LANDSCAPING&LAWN SERVICE INC i COMMISSIONER ATTACH PHOTO ON REVERSE • P O BOX 35-0095 e MIAMI,FL 33135 J 4 ` Wallet Card- Fold Here , L En i( BUREAU OF LICENSING&ENFORCEMENT NICOLE"NIKKI�FigE`'CCOMMISSIONER 3125 CONNER BLVD,BLDG.8 TALLAHASSEE,FLORIDA 32399-1650 to 4,,i\\U�}1//1.*,r.A WR!.\\\V.. F///..3ia A In!,!.\\\C4-.F///Jinn►WAIN:K'ti:fl!/J..it.Ai \\\1 JJ J,....Al ► DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 (' 1 • 1 STATE OF FLORIDA STATE OF FLORIDA Department of agriculture anb Columnar �erbicts department of �QTiculture anb Consumer StakesBUREAU OF LICENSING AND ENFORCEMENT y .i BUREAU OF LICENSING AND ENFORCEMENT MARTIR M AMAYA Date File No. Expires SUPERIOR LANDSCAPING&LAWN SERVICE INC 5 May 12,2021 1E271888 April 30,2022 ID CARD HOLDER THE ID CARD HOLDER NAMED BELOW HAS REGISTERED UNDER 1 JE271888 THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING: kiHAS PAID THE FEE REQUIRED BY CHAPTER 482 FOR THE PERIOD Apr11 30,2022 AT• EXPIRING April 30,2022 SUPERIOR LANDSCAPING&LAWN SERVICE INC MIAMI,FL 33142 I // MARTIR M AMAYA Regular (I I CAL �LCar� Signature iii S SUPERIOR LANDSCAPING&LAWN SERVICE INC ` COMMISSIONER ATTACH PHOTO ON REVERSE J • P O BOX 35-0095 ff MIAMI,FL 33135A el Wallet Card- Fold Here `1 n ( � M, .1� BUREAU OF LICENSING Be ENFORCEMENT • NICOLE"NIKKI`"/U,7000MMISSIONER 3125 CONNER BLVD,BLDG.8 i TALLAHASSEE,FLORIDA 32399-1650 \U\- N n, ni."\\ - ///J.r,; ae\\\\-- ' ni ^I.\\ '///.. a a M.A 1 STATE OF FLORIDA STATE OF FLORIDA &parim al of Zgri uUure anb ItonSlumer totrbltes 414 Department of �QCUUIture anb Consumer �crbtUs BUREAU OF LICENSING AND ENFORCEMENT BUREAU OF LICENSING AND ENFORCEMENT RODOLFO HAWKINS • Date File No. Expires 'a SUPERIOR LANDSCAPING&LAWN SERVICE INC May 12,2021 1E271889 April 30,2022 + ID CARD HOLDER THE ID CARD HOLDER NAMED BELOW HAS REGISTERED UNDER - 1E271889 THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING: April 30,2022 A I HAS PAID THE FEE REQUIRED BY CHAPTER 482 FOR THE PERIOD EXPIRING April 30,2022 SUPERIOR LANDSCAPING&LAWN SERVICE INC • • MIAMI,FL 33142 E RegRODOLFO HAWKINS °lar (1 i au ,- -7.A.t ' Signature SUPERIOR LANDSCAPING&LAWN SERVICE INC COMMISSIONER ATTACH PHOTO ON REVERSE P O BOX 35-0095 MIAMI,FL 33135 4 Wallet Card-Fold Here J • n i `-�-(tl BUREAU OF LICENSING&ENFORCEMENT NICOLE"NIKKI"F MISSIONER i 3125 CONNER BLVD,BLDG.8 TALLAHASSEE,FLORIDA 32399-1650 r v.£.JI Ei r iva_s_ar_tnwirrw a-rnytt,AVANWI py aa-tnytrrrAw et t-1.,,_•/!.\ i 4 t STATE OF FLORIDA • STATE OF FLORIDA ! department of agriculture dub Consumer ikrtlices Department of SaQTiculture anb Consumer iprrlllteB z, BUREAU OF LICENSING AND ENFORCEMENT BUREAU OF LICENSING AND ENFORCEMENT ROBERTO SANCHEZ Date File No. Expires SUPERIOR LANDSCAPING&LAWN SERVICE INC May 12,2021 JE310835 April30,2022 ID CARD HOLDER THE ID CARD HOLDER NAMED BELOW HAS REGISTERED UNDER JE310835 THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING: z. April 30,2022 A.f. P HAS PAID THE FEE REQUIRED BY CHAPTER 482 FOR THE PERIOD EXPIRING April 30,2022 SUPERIOR LANDSCAPING&LAWN SERVICE INC MIAMI,FL 33142 ROBERTO SANCHEZ Regular n 1 CJI� �I"t/� Signature SUPERIOR LANDSCAPING&LAWN SERVICE INC COMMISSIONER ATTACH PHOTO ON REVERSE P O BOX 35-0095 MIAMI,FL 33135 Wallet Card- Fold Here i n i citi BUREAU OF LICENSING&ENFORCEMENT § NICOLE"MKKI"F ED,COMMISSIONER TAL3125 CONNER AHA SEE,FLORIDABLDG.8 32399-11650 S /.ate!.\W0:A////Tyr.•evo.N.\CW//Lr+r.A.O!\\\\'h:f/r//!o.Aran!\\\ )//..,..A u ..v,v0,7/ ,./..;.A.. rr DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 N�`�,. �r • / 1 a STATE OF FLORIDA I`'• STATE OF FLORIDA department of !Agriculture anb Consumer Swims department of agriculture anti Consumer Satiates BUREAU OF LICENSING AND ENFORCEMENT zz BUREAU OF LICENSING AND ENFORCEMENT / 2 NOE A ROMERO ii Date File No. Expires SUPERIOR LANDSCAPING&LAWN SERVICE INC a May 12,2021 JE194814 April 30,2022 t ID CARD HOLDER THE ID CARD HOLDER NAMED BELOW HAS REGISTERED UNDER } JE194814 THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING: ,� April 30,2022 AT HAS PAID THE F E REQUIRED 30, 02 BY CHAPTER 482 FOR THE PERIOD IEXPIRING 4 2 SUPERIOR LANDSCAPING&LAWN SERVICE INC F MIAMI,FL 33142 ; n NOE A ROMERO Regular ; n I C.J't-�- tJ� Signature SUPERIOR LANDSCAPING&LAWN SERVICE INC 1 COMMISSIONER ATTACH PHOTO ON REVERSE • P O BOX 35-0095 r MIAMI,FL 33135 WalletCatd- FoldHere 4 t BUREAU OF LICENSING&ENFORCEMENT n 3125 CONNER BLVD,BLDG.8 NICOLE"NIKKI" COMMISSIONER TALLAHASSEE,FLORIDA 32399-1650 I► \\\t -///..,,, e.t' V ///J."! vo.U - .'o •R.'A -///I Tlirr tVWC3 4MaTA �r \1\�'ii r!r-YNl�-COANiy'r5 STATE OF FLORIDA 1 . STATE OF FLORIDA ! Ciepartnunt of Sgritulture ait0 Consumer berbtces 1 Department of agriculture anb Consumer 'erbire5 BUREAU OF LICENSING AND ENFORCEMENT BUREAU OF LICENSING AND ENFORCEMENT GUSTAVO EDUARDO VALDES Date File No. Expires SUPERIOR LANDSCAPING&LAWN SERVICE INC a May 12,2021 JE201259 April 30,2022 • ID CARD HOLDER r • THE ID CARD HOLDER NAMED BELOW HAS REGISTERED UNDER .THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING: JE201259 t April 30,2022 AT . HAS PAID THE FEE REQUIRED BY CHAPTER 482 FOR THE PERIOD EXPIRING April 30,2022 4 SUPERIOR LANDSCAPING&LAWN SERVICE INC • MIAMI,FL 33142 GUSTAVO EDUARDO VALDES Regular (1 I CAL jr Signature 4 SUPERIOR LANDSCAPING&LAWN SERVICE INC COMMISSIONER ATTACH PHOTO ON REVERSE P O BOX 35-0095 MIAMI,FL 33135 ` Wallet Card- Fold Here • • n iU BUREAU OF LICENSING&ENFORCEMENT NICOLE"NIKKI"F ED,COMMISSIONER 3125 CONNER BLVD,BLDG.8 TALLAHASSEE,FLORIDA 32399-1650 i , LI STATE OF FLORIDA STATE OF FLORIDA department of 21gricutture anb Consumer *edicts Department of agriculture anb Consumer *unites o BUREAU OF LICENSING AND ENFORCEMENT BUREAU OF LICENSING AND ENFORCEMENT CASIMIRO GORDILLO Date File No. Expires SUPERIOR LANDSCAPING&LAWN SERVICE INC May 12,2021 JE153143 April 30,2022 ID CARD HOLDER THE ID CARD HOLDER NAMED BELOW HAS REGISTERED UNDER JE153143 THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING: April 30,2022 AT HAS PAID THE FEE REQUIRED BY CHAPTER 482 FOR THE PERIOD EXPIRING April 30,2022 SUPERIOR LANDSCAPING&LAWN SERVICE INC MIAMI,FL 33142 } CASIMIRO GORDILLO Regular ! n I eitt- •• Lux Signature SUPERIOR LANDSCAPING&LAWN SERVICE INC COMMISSIONER ATTACH PHOTO ON REVERSE J • P O BOX 35-0095 MIAMI,FL 33135 i Wallet Card-Fold Here I n I t' BUREAU OF LICENSING&ENFORCEMENT NICOLE"NIKKI"F ED,COMMISSIONER 3125 CONNER BLVD,BLDG.8 TALLAHASSEE,FLORIDA 32399-1650 —DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 "" '�: STATE OF FLORIDA STATE OF FLORIDA �cpartment of�gticultua anti Consumer �trbi[els IlBepartment of agriculture anb Cons umer berbires BUREAU OF LICENSING AND ENFORCEMENT I BUREAU OF LICENSING AND ENFORCEMENT RODOLFO HAWKINS Date .•1Qi' File No. Expires ' SUPERIOR LANDSCAPING&LAWN SERVICE INC May 12,2021 ; air JE271889 April 30,2021 ID CARD HOLDER THE ID CARD HOLDER NAMED BELOW HAS REGISTERED UNDER JE271889 THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING: April 30,2021 AT HAS PAID THE FEE REQUIRED BY CHAPTER 482 FOR THE PERIOD EXPIRING April 30,2021 SUPERIOR LANDSCAPING&LAWN SERVICE INC ' MIAMI,FL 33142 RODOLFO HAWKINS Regular n 1 �L1tx Signature SUPERIOR LANDSCAPING&LAWN SERVICE INC I ` COMMISSIONER ATTACH PHOTO ON REVERSE J P O BOX 35-0095 a - MIAMI,FL 33135 E. Wallet Card- Fold Here n t e� . / J�J BUREAU OF LICENSING&ENFORCEMENT NICOLE"NIKKF'FRIE`D',,COMMISSIONER 3125 CONNER BLVD,BLDG.8 • '', I; TALLAHASSEE,FLORIDA 32399-1650 •Aa \N NC4-f/IN.hr••a:R.\U\-5_/////.ems A a._.l\\\ +Y///.g:a•a..'. '///L.,.a A ae_.\\\\':er//.,..r. .•. ri'i�/1�111\\\SKi ey,,,rAAl{\`to_a I STATE OF FLORIDA STATE OF FLORIDA �ellartment at agriculture anti Consumer %ert iteg department of floriculture anb Consumer *erbireg BUREAU OF LICENSING AND ENFORCEMENT BUREAU OF LICENSING AND ENFORCEMENT DANIEL H ACKENBRACK Date File No. Expires SUPERIOR LANDSCAPING&LAWN SERVICE INC May 12,2021 JE44120 April 30,2022 ID CARD HOLDER THE ID CARD HOLDER NAMED BELOW HAS REGISTERED UNDER � JE44120 THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING: Li Certified Operator Aprf130,2922 AT t HAS PAID THE FEE REQUIRED BY CHAPTER 482 FOR THE PERIOD EXPIRING April 30,2022 .4 SUPERIOR LANDSCAPING&LAWN SERVICE INC r♦ MIAMI,FL 33142• DANIEL H ACKENBRACK Certified Operator 1. n I ta1.t- .�Ltfi Signature 7 SUPERIOR LANDSCAPING&LAWN SERVICE INC , ` COMMISSIONER ATTACH PHOTO ON REVERSE P O BOX 35-0095 r J MIAMI,FL 33135 4. Wallet Card- Fold Here 1 BUREAU OF LICENSING&ENFORCEMENT n "' 3125 CONNER BLVD,BLDG.8 NICOLE"NIKKI"F ED,COMMISSIONER TALLAHASSEE,FLORIDA 32399-1650 • \N\-- / " �. - / to ..t - / rn. .a\\\\ -/ /n: • .\\ \\\\•a:•••r47///.rti.\\r;.,:•r .;un r_ti.\\yeN:a V v: ,///.C_v0..\N'.:a Y4 STATE OF FLORIDA STATE OF FLORIDA ! department of;Agriculture anD Consumer 9betbice8 Department of floriculture anb Consumer *edicts BUREAU OF LICENSING AND ENFORCEMENT BUREAU OF LICENSING AND ENFORCEMENT 3 SUPERIOR LANDSCAPING&LAWN SERVICE INC Datc File No. Expires 2200 NW 23RD AVE i May 12,2021 JB160603 April 30,2022 PEST CONTROL COMPANY FIRM ► 4 THE PEST CONTROL COMPANY FIRM NAMED BELOW HAS JBI60603 REGISTERED UNDER THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING:April 30,2022 AT 'r§§ HAS PAID THE FEE REQUIRED BY CHAPTER 482 FOR THE PERIOD EXPIRING April 30,2022 7 Ili 2200 NW 23RD AVE ► MIAMI,FL 33142 i SUPERIOR LANDSCAPING&LAWN SERVICE lawn and Ornamental n I&1'tLl Signature (4 INC COMMISSIONER P O BOX 35-0095 ii MIAMI,FL 33135 Wallet Card- Fold Here I! w , BUREAU OF LICENSING&ENFORCEMENT n I(t/`� 3125 CONNER BLVD,BLDG.8 NICOLE"NIKKI"F 1�MISSIONER •� TALLAHASSEE,FLORIDA 32399-1650 I": I !Fa ae!!.\N\N3'/I//!Ira A an.\\\\',_F///GL>ra A a:I.\\\\'4FN//...a•a...\\\\ ////...a Aal/!.N\WY///...a Al DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-1)975656D55A4 v I STATE OF FLORIDA /Department of Sgrirutture ante Consumer betting BUREAU OF LICENSING AND ENFORCEMENT 1 Date File No. Expires V October 31,2018 LF278437 October 29,2022 THE LTD COMMERCIAL FERTILIZER APPLICATOR HOLDER NAMED BELOW HAS REGISTERED UNDER THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING:October 29,2022 L GUSTAVO EDUARDO VALDES 2 22300 SW 177TH AVE MIAMI,FL 33170 b. ADAM H.PUTNAM,COMMISSIONER 3 S DocuSign Envelope ID.C3A5B18A-A673-4BB1-95E2-D975656D55A4 I % IMFW. \ NF iii �\� 'NW//�/,>,RW"iI"%,j `\I V I V, �� i tikN hip' %/%�'�( �\, ii" PA ° OF IFAS y • UNIX ERSITI o/FLORIDA ,,�'o Certificate of Training 714°, �°"'� Best Management Practices ' i GV908018-1 • Florida Green Industries Certificate# �7 • GV908018 Trainee ID# 4\73: Gustavo E. Valdes ,/ t ie, _ _; • 1#j has successfully met all requirements necessary to be fully trained through4,,\071 the Green Industries Best Management Practices Program developed by the / 11, Florida Department of Environmental Protection with the University of =_: Florida Institute of Food and Agricultural Sciences. ; i\\ W. Eddinger 9/18/2018 Administrator >yAf4 �` Issuer Instructor Date of Class DEP r ram + ; 4 jS Not valid without seal s- ! ",',, gi' '')i ./',11 -\* W/ s b.+\y", / .7.\ �1�`l`•-j pl ' • „llp �. ,' \ v / ..\ .1 i i;i�►' \�rant, ii4 \\N\ariv /t tilkAt\colt 4 \\�\�ed&flI► \\�\J i iINa tV3;1/1 INM�\N/A4111 i ttAl DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 ...... ■ INTERNATIONAL SOCIETY OF ARBORICULTURE CERTIFIED ARBORIST® Gustavo E. Valdes Having successfully completed the requirements set by the International Society of Arboriculture, the above named is hereby recognized as an ISA Certified Arborist® s,. 11151 i; Luana Vargas Caitlyn Pollihan ;i Director of Credentialing Services Executive Director ACCREDITED f S International Society of Arboriculture International Society of Arboriculture i. ISA ' #0847 FL-5774A 17 Nov 2007 31 Dec 2022 ISO/IEC 17024 ti;•.• Personnel Certification Program ••••.� {: Certification Number Certified Since Expiration Date ISA CertifiedArborist• I I _ I . ■ I . i DocuSign Envelope ID:C3A5B18A-A673-4881-95E2-D975656D55A4 Certificate of Completion Gustavo E. Valdes Has Completed a Florida Department of Transportation Approved Temporary Traffic Control (TTC) Advanced (Refresher) Course. 0912012022 140 Jeremiah McCarthy 43797 Date Expires FDOT Provider# Instructor Certificate# Metro Florida Safety Council Tri-County F D CT Dade,Broward,Palm Beach, metrofloridasafetycouncil.com mlyons@metrofloridasafetycouncil.com FLORIDA SAFELY COU IETRO NCIL For more Information about Temporary Traffic J Control(TTC)or to verify this certificate www.motadmin.com FDOT This Certifies that Gustavo E.Valdes Has Completed a Florida Department of Transportation Approved Temporary Traffic Control(TTC)Advanced(Refresher)Course. Date Expires:09/20/2022 Certificate#43797 Instructor:Jeremiah McCarthy FDOT Provider#140 Metro Florida Safety Council Phone:954-603-1900 Trl-County Dade,Broward,Palm Beach, metrofloridasafetycou ncil.com mlyons@metrofiorldasafetycouncll.com METRO !LO5OA SUET,COIMMCR H t'V9909999L60-Z396-1-88h-£L9V-V9L89V£0 Gi adolanu3 u6ign000 -DocuSign Envelope ID'C3A5B18A-A673 4BB1-95E2-D975656D55A4 __ Ron DeSantis,Governor Julie I. Brown„Secretary .4t , , d Florida ;0,i . 7-_,,__ .,v.--9., , .... - STATE OF FLORIDA o°° _ DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD THE GENERAL CONTRACTOR HEREIN IS CERTIFIED UNDER THE PROVISIONS OF CHAPTER 489, FLORIDA STATUTES • e :', • a- t DICKEN '': BRIAN '� SUPERIOR LANDSCAPING & LAWN SERVICE INC 2200 NORTHWEST 23RD AVENUE * MIAMI r�, FL 33142 * • • L LICENSE NUMBER: CGC1529871 ..._.I EXPIRATION DATE: AUGUST 31, 2022 Always verify licenses online at MyFloridaLicense.com 1▪ )..... E 1 .� 1. : `- �*i•r. Do not alter this document in any form. +Li s. ' T. '• 'Fp• This is your license. It is unlawful for anyone other than the licensee to use this document. 1 DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 AGIECIIC Department of ate'".i r tectionUF IFAS Environmental P o ~ 2600 Blair Stone Road, M.S.3570 UNIVERSITY of FLORIDA FLORI DA Tallahassee, Florida 32399-2400 GI-BMP Trainee ID: GV38971 Certification date: 1/29/2016 Congratulations on successfully completing the Florida Green Industries Best Management Practices Training Program.Your certificate of completion and wallet card are attached.If there are errors in the certificate,or if we can be of further assistance,please contact the GI-BMP Office of the OF/Florida-Friendly Landscapinem Program at gi.bmp@ifas.ufl.edu or(352) 273-4517. Please note that this training certificate alone does not authorize you to apply fertilizer commercially after January 1,2014.You must take additional steps to become licensed for commercial fertilizer application in the state of Florida.The Limited Urban Commercial Fertilizer Applicator Certification (state"fertilizer license") is issued by the Florida Department of Agriculture and Consumer Services (FDACS). Apply online:https://aesecomm.freshfromflorida.com.The certificate number from this document is required to apply for Fertilizer Applicator Certification. For assistance contact:The Bureau of Licensing and Enforcement, (850)617-7997 If your test score is 90%or greater,you may be eligible to become a GI-BMP Instructor: Test Score:85% http://fyn.ifas.ufl.edu/professionals/instructor_program.html State of Florida DEPARTMENT OF Beatriz Gerdts ENVIRONMENTAL PROTECTION 12578 SW 125th Ter Miami,FL 33186 Beatriz Gerdts GV38971-1 GV38971 Certificate# Trainee ID# GREEN INDUSTRIES BEST MANAGEMENT PRACTICES TRAINING PROGRAM \�\`\111►/,/ '/"/�\�Ml l/%/'/"/�\\`1\releknigriPierALVIratirWitibrigrer /TIM11!1l/,/'/�/�\ VgFS/ r, �nax:.v IV:x OF IFA1 11, ! . UNIVERSITY of FLORIDA (�t,4 y '`' Certificate of Training ���� � FIORI A ;; b ��j� \tct-, GV38971-1 Best Management Practices : Certificate# Florida Green Industries , GV38971 - 4i �/� Trainee ID# >\ > <124 � The undersigned hereby acknowledges that V' I �. -' ' fr� kl has successfully met all requirements necessary to be fully trained through 4): \�\, the Green Industries Best Management Practices Program developed by the //! o ri Florida Department of Environmental Protection with the University of -31 ea- .o. �s `- Florida Institute of Food and Agricultural Sciences. ����� D. Rainey 1/29/2016 ��ji/�� 1,t-�, , (ril` Issuer Instructor •Date of Class D7 rogram Administrator � ; .S Not valid without seal 4101 `- ! �illA11��1r�r!11/ � ii\.lar/i�/hair\���r!i/ iiiiiii-\\Sri/:i 4►►th\ftiiiiili/ ��\��!i/i�/l�i�ih\\�\�VId/� ,iii11.\ DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 State of Florida DEPARTMENT OF E. JIRONMENTAL PROTECTION Casimiro Gordillo GV24687-1 GV24687 Certificate# Traincc ID# GREEN INDUSTRIES BEST MANAGEMENT PRACTICES TRAINING PROGRAM DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 Detail by FEI/EIN Number D.VISION OF CORPOR TIONS 41111144 Thvmff0J of -2;1P9p/,;org k' LF)0 yrsgfr as offidat Sae o/Amish'avthxirr Department of State / Division of Corporations / Search Records / Search by FEI/EIN Number/ Detail by FEI/EIN Number Florida Profit Corporation SUPERIOR LANDSCAPING &LAWN SERVICE INC. Filing Information Document Number P98000044604 FEI/EIN Number 65-0838100 Date Filed 05/18/1998 State FL Status ACTIVE Last Event AMENDMENT Event Date Filed 12/11/2019 Event Effective Date NONE Principal Address 2200 NW 23RD AVE MIAMI, FL 33142 Changed: 01/12/2005 Mailing Address PO BOX 35-0095 MIAMI, FL 33135 Changed: 03/22/2012 Registered Agent Name&Address OTERO, ORLANDO 2200 N.W. 23 AVENUE MIAMI, FL 33142-6551 Address Changed: 01/04/2005 Officer/Director Detail Name&Address Title PD OTERO, ORLANDO 2200 N.W. 23 AVENUE MIAMI, FL 33142 Title TD search.sunbiz.org/Inquiry/CorporationSeerch/SearchResultDetail?inguirytype=FeiNumber&directionType=Initial&searchNameOrder=650838100P9800... 1/3 DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 Detail by FEI/EIN Number VALDES, MARIA 2200 N.W. 23 AVENUE MIAMI, FL 33142 Title QCO MOREL, MICHAEL P.O. BOX 35-0095 MIAMI, FL 33135 Title QCO CANTOR, LAURENCE PO BOX 35-0095 MIAMI, FL 33135 Annual Reports Report Year Filed Date 2019 02/27/2019 2020 03/10/2020 2021 02/03/2021 Document Imaggi 02/03/2021—ANNUAL REPORT View image in PDF format 03/10/2020—ANNUAL REPORT View image in PDF format 12/11/2019—Amendment View image in PDF format 02/27/2019—ANNUAL REPORT View image in PDF format 03/07/2018—ANNUAL REPORT View image in PDF format 02/16/2017—Amendment View image in PDF format 01/31/2017—Amendment View image in PDF format 01/17/2017—ANNUAL REPORT View image in PDF format 01/22/2016—ANNUAL REPORT View image in PDF format 01/11/2015—ANNUAL REPORT View image in PDF format 09/09/2014—AMENDED ANNUAL REPORT View image in PDF format 07/09/2014—Amendment View image in PDF format 02/10/2014—ANNUAL REPORT View image in PDF format 11/13/2013—AMENDED ANNUAL REPORT View image in PDF format 03/04/2013—ANNUAL REPORT View image in PDF format 03/22/2012—ANNUAL REPORT View image in PDF format 02/22/2011—ANNUAL REPORT View image in PDF format 04/01/2010—ANNUAL REPORT View image in PDF format 03/12/2009—ANNUAL REPORT View image in PDF format 04/25/2008—ANNUAL REPORT View image in PDF format 01/15/2007—ANNUAL REPORT View image in PDF format 01/17/2006—ANNUAL REPORT View image in PDF format 01/11/2006—ANNUAL REPORT View image in PDF format 04/19/2005—ANNUAL REPORT View image in PDF format search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=FeiNumber&directionType=Initial&searchNameOrder=650838100P9800... 2/3 DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 Detail by FEI/EIN Number 01/04/2005—ANNUAL REPORT View image in PDF format 01/30/2004—ANNUAL REPORT View image in PDF format 03/24/2003—ANNUAL REPORT View image in PDF format 04/01/2002—ANNUAL REPORT View image in PDF format 02/12/2001—ANNUAL REPORT View image in PDF format 01/24/2000—ANNUAL REPORT View image in PDF format 02/19/1999—ANNUAL REPORT View image in PDF format 05/18/1998—Domestic Profit View image in PDF format lie, Departnreet of State Dirnsicn of(Tor eeratiorrs search.sunbiz.org/I ng uiry/CorporationSearch/SearchResultDeta it?inquirytype=FeiN um ber&d i rectionType=1 nitial&searchNameOrder--650838100P9800... 3/3 c _�_ _ ice: _. ....... ......__..p.._.._ ._-.�_ \'- Certification No. 2021-257 'AVlIN/'4t>. Expiration date: December 31, 2024 Si. V141 'R "Awn" e__/i -. -...-4(,, _4( This certifies that / ..w. ,.: yuao Va(dTes s (_ Having shown to possess the necessary qualifications \ u and having complied with the requirements of the .-: IC Landscape Inspectors Association of Florida ' ..-- was by an order of this body recognized as competent if ..( •; La cape in dispensing of the duties of a t) nds Inspector • , 1� Given under the seal of the l '' Landscape Inspectors Association of Florida ;'"�` ' ,� ry this 1st day of June, 202 , ...----( ' ' , -55 j�,•; :' ,eit , Certification Chan -- Kevin hunt i_\ r ,t, , __________ _ �� tiii) -- DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 FDOT This Certifies that Julio Vald®s Has Completed a Florida Department of Transportation Approved Temporary Traffic Control(TTC)Advanced(Refresher)Course. Date Expires:03126r2025 Certificate#71857 Instructor:Messier R.Gilchrist FOOT Provider#140 Metro Florldf'Safety Council Phone:854403.100 0 Tat-County Dade,Broward,Palm Beach, metroflortdaeafetycouncil.com miyonagmetrofloridasafetycouncll.comO mu wan toner — DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 State of Florida Department of State I certify from the records of this office that SUPERIOR LANDSCAPING & LAWN SERVICE INC. is a corporation organized under the laws of the State of Florida, filed on May 18, 1998. The document number of this corporation is P98000044604. I further certify that said corporation has paid all fees due this office through December 31, 2021, that its most recent annual report/uniform business report was filed on February 3, 2021, and that its status is active. I further certify that said corporation has not filed Articles of Dissolution. Given under my hand and the Great Seal of the State of Florida at Tallahassee, the Capital, this the Tenth day of February, 2021 Secretary of State Tracking Number:2041194278CU To authenticate this certificate,visit the following site,enter this number,and then follow the instructions displayed. IlIttns://services.su nbiz.org/Filings/CertificateOfstatus/CertificateAuthenticationl DocuSign Envelope ID C3A5B18A-A673-4BB1-95E2-D975656D55A4 jpgC.9i`-�i[Jl71V r107—V71 L)` 'V:Ti1 is' • e-tip£r1V'W l =AVi`1:V x~, �t_c)8y,�A - 1LgIUMI[ :KI,[�� kr.ratp,AL U,k ,1i-( i( it ; •••, J`Q 4C7• • .i� ;p�•C 11" ;CJ; /C�, ; WVFIF4CJu � T ©l. 4.0 • U e °f SI -- iiP.t . _ ......x.,.. 13ritia 41.- �. • ,~`�' U WC fNV ,�s Ilppartmpnt of 0tatp °few •!• 01 • • 1:1,i I certify the attached is a true and correct copy of the Articles of Incorporation of _ • • OA_ SUPERIOR LANDSCAPING & LAWN SERVICE INC., a Florida corporation, filed -©� • • • on May 18, 1998, as shown by • the records of this office. _ •Q The document number of this corporation is P98000044604. •.• • • •:i• 7 T 7 l�. 4• • • I i • ,q:f i re •X• • • 4,141. • • •X• r ©w :ter •s;7. 7451.- } -0!j ili .4 V. Given under my hand and the -0dir � . Great Seal of the State of Florida -i'.. • at Tallahassee,the Capitol, this the •,x• Eighteenth day of May, 1998 15x • _ •h• II < -.:. :‘:" .,,efy27,,iJe.,) ,,,, .,,,,._ . 5. k y �. .�^ --1 aZ 'VV i 7,i ' �A $authra .c:ii .Ur'tIp rnt i;c'�� . of$tai�� '1 '- C NiFQ?2 f2 951 eE •.. ' . • .24•' '• =' • ..l•, • • •• • • •'- • - •' "1/4•' •.- i•y-= •, •s<.• • '• •, •' •:>�i-• •J"• ' • ''•r'- 4'., .!S.": :�:!" "b}.19.'k���C l C7T�<.�. !•,_C Ar3.«`-«:-Ie ,1C ngi) C.:? ..:.•+_�1 tZ),_••:C) C?.io i_«:ilia DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 t�� z m_veriry Company ID Number: 272503 THE E-VERIFY MEMORANDUM OF UNDERSTANDING FOR EMPLOYERS ARTICLE I PURPOSE AND AUTHORITY The parties to this agreement are the Department of Homeland Security (DHS) and the Superior Landscaping & Lawn Service, Inc. (Employer). The purpose of this agreement is to set forth terms and conditions which the Employer will follow while participating in E-Verify. E-Verify is a program that electronically confirms an employee's eligibility to work in the United States after completion of Form 1-9, Employment Eligibility Verification (Form 1-9). This Memorandum of Understanding (MOU) explains certain features of the E-Verify program and describes specific responsibilities of the Employer, the Social Security Administration (SSA), and DHS. Authority for the E-Verify program is found in Title IV, Subtitle A, of the Illegal Immigration Reform and Immigrant Responsibility Act of 1996 (IIRIRA), Pub. L. 104-208, 110 Stat. 3009, as amended (8 U.S.C. § 1324a note). The Federal Acquisition Regulation (FAR) Subpart 22.18, "Employment Eligibility Verification" and Executive Order 12989, as amended, provide authority for Federal contractors and subcontractors (Federal contractor) to use E-Verify to verify the employment eligibility of certain employees working on Federal contracts. ARTICLE II RESPONSIBILITIES A. RESPONSIBILITIES OF THE EMPLOYER 1. The Employer agrees to display the following notices supplied by DHS in a prominent place that is clearly visible to prospective employees and all employees who are to be verified through the system: a. Notice of E-Verify Participation b. Notice of Right to Work 2. The Employer agrees to provide to the SSA and DHS the names, titles, addresses, and telephone numbers of the Employer representatives to be contacted about E-Verify. The Employer also agrees to keep such information current by providing updated information to SSA and DHS whenever the representatives' contact information changes. 3. The Employer agrees to grant E-Verify access only to current employees who need E-Verify access. Employers must promptly terminate an employee's E-Verify access if the employer is separated from the company or no longer needs access to E-Verify. Page 1 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 `6``� 1:0 (#) Company ID Number: 272503 4. The Employer agrees to become familiar with and comply with the most recent version of the E-Verify User Manual. 5. The Employer agrees that any Employer Representative who will create E-Verify cases will complete the E-Verify Tutorial before that individual creates any cases. a. The Employer agrees that all Employer representatives will take the refresher tutorials when prompted by E-Verify in order to continue using E-Verify. Failure to complete a refresher tutorial will prevent the Employer Representative from continued use of E-Verify. 6.The Employer agrees to comply with current Form 1-9 procedures, with two exceptions: a. If an employee presents a"List B" identity document, the Employer agrees to only accept"List B"documents that contain a photo. (List B documents identified in 8 C.F.R. § 274a.2(b)(1)(B)) can be presented during the Form 1-9 process to establish identity.) If an employee objects to the photo requirement for religious reasons, the Employer should contact E-Verify at 888-464-4218. b. If an employee presents a DHS Form 1-551 (Permanent Resident Card), Form 1-766 (Employment Authorization Document), or U.S. Passport or Passport Card to complete Form 1-9, the Employer agrees to make a photocopy of the document and to retain the photocopy with the employee's Form 1-9.The Employer will use the photocopy to verify the photo and to assist DHS with its review of photo mismatches that employees contest. DHS may in the future designate other documents that activate the photo screening tool. Note: Subject only to the exceptions noted previously in this paragraph, employees still retain the right to present any List A, or List B and List C, document(s)to complete the Form 1-9. 7. The Employer agrees to record the case verification number on the employee's Form 1-9 or to print the screen containing the case verification number and attach it to the employee's Form 1-9. 8. The Employer agrees that, although it participates in E-Verify, the Employer has a responsibility to complete, retain, and make available for inspection Forms 1-9 that relate to its employees, or from other requirements of applicable regulations or laws, including the obligation to comply with the antidiscrimination requirements of section 274B of the INA with respect to Form 1-9 procedures. a. The following modified requirements are the only exceptions to an Employer's obligation to not employ unauthorized.workers and comply with the anti-discrimination provision of the INA: (1) List B identity documents must have photos, as described in paragraph 6 above; (2)When an Employer confirms the identity and employment eligibility of newly hired employee using E-Verify procedures, the Employer establishes a rebuttable presumption that it has not violated section 274A(a)(1)(A) of the Immigration and Nationality Act(INA)with respect to the hiring of that employee; (3) If the Employer receives a final nonconfirmation for an employee, but continues to employ that person, the Employer must notify DHS and the Employer is subject to a civil money penalty between $550 and $1,100 for each failure to notify DHS of continued employment following a final nonconfirmation; (4) If the Employer continues to employ an employee after receiving a final nonconfirmation, then the Employer is subject to a rebuttable presumption that it has knowingly Page 2 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 $ 6,00 veriry YID Company ID Number: 272503 employed an unauthorized alien in violation of section 274A(a)(1)(A); and (5) no E-Verify participant is civilly or criminally liable under any law for any action taken in good faith based on information provided through the E-Verify. b. DHS reserves the right to conduct Form 1-9 compliance inspections, as well as any other enforcement or compliance activity authorized by law, including site visits, to ensure proper use of E-Verify. 9. The Employer is strictly prohibited from creating an E-Verify case before the employee has been hired, meaning that a firm offer of employment was extended and accepted and Form 1-9 was completed. The Employer agrees to create an E-Verify case for new employees within three Employer business days after each employee has been hired (after both Sections 1 and 2 of Form 1-9 have been completed), and to complete as many steps of the E-Verify process as are necessary according to the E-Verify User Manual. If E-Verify is temporarily unavailable, the three-day time period will be extended until it is again operational in order to accommodate the Employer's attempting, in good faith, to make inquiries during the period of unavailability. 10. The Employer agrees not to use E-Verify for pre-employment screening of job applicants, in support of any unlawful employment practice, or for any other use that this MOU or the E-Verify User Manual does not authorize. 11. The Employer must use E-Verify for all new employees. The Employer will not verify selectively and will not verify employees hired before the effective date of this MOU. Employers who are Federal contractors may qualify for exceptions to this requirement as described in Article II.B of this MOU. 12. The Employer agrees to follow appropriate procedures (see Article III below) regarding tentative nonconfirmations. The Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee's E-Verify case. The Employer agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer agrees to provide written referral instructions to employees and instruct affected employees to bring the English copy of the letter to the SSA. The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contestthe finding, while their case is still pending. Further, when employees contest a tentative nonconfirmation based upon a photo mismatch, the Employer must take additional steps (see Article III.B. below) to contact DHS with information necessary to resolve the challenge. 13. The Employer agrees not to take any adverse action against an employee based upon the employee's perceived employment eligibility status while SSA or OHS is processing the verification request unless the Employer obtains knowledge (as defined in 8 C.F.R. § 274a.1(I))that the employee is not work authorized. The Employer understands that an initial inability of the SSA or DHS automated verification system to verify work authorization, a tentative nonconfirmation, a case in continuance (indicating the need for additional time for the government to resolve a case), or the finding of a photo mismatch, does not establish,and should not be interpreted as, evidence that the employee is not work authorized. In any of such cases, the employee must be provided a full and fair opportunity to contest the finding, and if he or she does so, the employee may not be terminated or suffer any adverse employment consequences based upon the employee's.perceived employment eligibility status Page 3 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 4 .903,s q.. &..�, verily dYl Company ID Number: 272503 (including denying, reducing, or extending work hours, delaying or preventing training, requiring an employee to work in poorer conditions,withholding pay, refusing to assign the employee to a Federal contract or other assignment, or otherwise assuming that he or she is unauthorized to work) until and unless secondary verification by SSA or DHS has been completed and a final nonconfirmation has been issued. If the employee does not choose to contest a tentative nonconfirmation or a photo mismatch or if a secondary verification is completed and a final nonconfirmation is issued, then the Employer can find the employee is not work authorized and terminate the employee's employment. Employers or employees with questions about a final nonconfirmation may call E-Verify at 1-888-464- 4218 (customer service)or 1-888-897-7781 (worker hotline). 14. The Employer agrees to comply with Title VII of the Civil Rights Act of 1964 and section 274B of the INA as applicable by not discriminating unlawfully against any individual in hiring, firing, employment eligibility verification, or recruitment or referral practices because of his or her national origin or citizenship status,or by committing discriminatory documentary practices. The Employer understands that such illegal practices can include selective verification or use of E-Verify except as provided in part D below, or discharging or refusing to hire employees because they appear or sound "foreign" or have received tentative nonconfirmations.The Employer further understands that any violation of the immigration-related unfair employment practices provisions in section 274B of the INA could subject the Employer to civil penalties, back pay awards, and other sanctions, and violations of Title.VII could subject the Employer to back pay awards, compensatory and punitive damages. Violations of either section 274B of the INA or Title VII may also lead to the termination of its participation in E-Verify. If the Employer has any questions relating to the anti-discrimination provision, it should contact OSC at 1-800-255-8155 or 1-800-237-2515 (TDD). 15. The Employer agrees that it will use the information it receives from E-Verify only to confirm the employment eligibility of employees as authorized by this MOU. The Employer agrees that it will safeguard this information, and means of access to it(such as PINS and passwords), to ensure that it is not used for any other purpose and as necessary to protect its confidentiality, including ensuring that it is not disseminated to any person other than employees of the Employer who are authorized to perform the Employer's responsibilities under this MOU, except for such dissemination as may be authorized in advance by SSA or DHS for legitimate purposes. 16. The Employer agrees to notify DHS immediately in the event of a breach of personal information. Breaches are defined as loss of control or unauthorized access to E-Verify personal data. All suspected or confirmed breaches should be reported by calling 1-888-464-4218 or via email at E-Verifv(a dhs.gov. Please use"Privacy Incident—Password" in the subject line of your email when sending a breach report to E-Verify. 17. The Employer acknowledges that the information it receives from SSA is governed by the Privacy Act(5 U.S.C. § 552a(i)(1)and (3)) and the Social Security Act(42 U.S.C. 1306(a)). Any person who obtains this information under false pretenses or uses it for any purpose other than as provided for in this MOU may be subject to criminal penalties. 18. The Employer agrees to cooperate with DHS and SSA in their compliance monitoring and evaluation of E-Verify,which includes permitting OHS, SSA, their contractors and other agents, upon Page 4 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 s``` - veruryYI� Company ID Number: 272503 reasonable notice,to review Forms 1-9 and other employment records and to interview it and its employees regarding the Employer's use of E-Verify, and to respond in a prompt and accurate manner to DHS requests for information relating to their participation in E-Verify. 19. The Employer shall not make any false or unauthorized claims or references about its participation in E-Verify on its website, in advertising materials, or other media. The Employer shall not describe its services as federally-approved,federally-certified, or federally-recognized, or use language with a similar intent on its website or other materials provided to the public. Entering into this MOU does not mean that E-Verify endorses or authorizes your E-Verify services and any claim to that effect is false. 20. The Employer shall not state in its website or other public documents that any language used therein has been provided or approved by DHS, USCIS or the Verification Division, without first obtaining the prior written consent of DHS. 21. The Employer agrees that E-Verify trademarks and logos may be used only under license by DHS/USCIS (see M-795 (Web)) and, other than pursuant to the specific terms of such license, may not be used in any manner that might imply that the Employer's services, products, websites, or publications are sponsored by, endorsed by, licensed by, or affiliated with DHS, USCIS, or E-Verify. 22. The Employer understands that if it uses E-Verify procedures for any purpose other than as authorized by this MOU,the Employer may be subject to appropriate legal action and termination of its participation in E-Verify according to this MOU. B. RESPONSIBILITIES OF FEDERAL CONTRACTORS 1. If the Employer is a Federal contractor with the FAR E-Verify clause subject to the employment verification terms in Subpart 22.18 of the FAR, it will become familiar with and comply with the most current version of the E-Verify User Manual for Federal Contractors as well as the E-Verify Supplemental Guide for Federal Contractors. 2. In addition to the responsibilities of every employer outlined in this MOU, the Employer understands that if it is a Federal contractor subject to the employment verification terms in Subpart 22.18 of the FAR it must verify the employment eligibility of any"employee assigned to the contract" (as defined in FAR 22.1801). Once an employee has been verified through E-Verify by the Employer, the Employer may not create a second case for the employee through E-Verify. a. An Employer that is not enrolled in E-Verify as a Federal contractor at the time of a contract award must enroll as a Federal contractor in the E-Verify program within 30 calendar days of contract award and, within 90 days of enrollment, begin to verify employment eligibility of new hires using E-Verify. The Employer must verify those employees who are working in the United States, whether or not they are assigned to the contract. Once the Employer begins verifying new hires, such verification of new hires must be initiated within three business days after the hire date. Once enrolled in E-Verify as a Federal contractor,the Employer must begin verification of employees assigned to the contract within 90 calendar days after the date of enrollment or within 30 days of an employee's assignment to the contract,whichever date is later. Page 5 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 �E``\ veriry 4..,.. Company ID Number: 272503 b. Employers enrolled in E-Verify as a Federal contractor for.90 days or more at the time of a contract award must use E-Verify to begin verification of employment eligibility for new hires of the Employer who are working in the United States,whether or not assigned to the contract, within three business days after the date of hire. If the Employer is enrolled in E-Verify as a Federal contractor for 90 calendar days or less at the time of contract award, the Employer must, within 90 days of enrollment, begin to use E-Verify to initiate verification of new hires of the contractor who are working in the United States, whether or not assigned to the contract. Such verification of new hires must be initiated within three business days after the date of hire.An Employer enrolled as a Federal contractor in E-Verify must begin verification of each employee assigned to the contract within 90 calendar days after date of contract award or within 30 days after assignment to the contract,whichever is later. c. Federal contractors that are institutions of higher education (as defined at 20 U.S.C. 1001(a)), state or local governments, governments of Federally recognized Indian tribes, or sureties performing under a takeover agreement entered into with a Federal agency under a performance bond may choose to only verify new and existing employees assigned to the Federal contract. Such Federal contractors may, however, elect to verify all new hires, and/or all existing employees hired after November 6, 1986. Employers in this category must begin verification of employees assigned to the contract within 90 calendar days after the date of enrollment or within 30 days of an employee's assignment to the contract, whichever date is later. d. Upon enrollment, Employers who are Federal contractors may elect to verify employment eligibility of all existing employees working in the United States who were hired after November 6, 1986, instead of verifying only those employees assigned to a covered Federal contract. After enrollment Employers must elect to verify existing staff following DHS procedures and begin E-Verify verification of all existing employees within 180 days after the election. e. The Employer may use a previously.completed Form 1-9 as the basis for creating an E-Verify case for an employee assigned to a contract as long as: i. That Form 1-9 is complete (including the SSN) and complies with Article II.A.6, ii. The employee's work authorization has not expired, and iii. The Employer has reviewed,the Form 1-9 information either in person or in communications with the employeeto ensure that the employee's Section.1, Form 1-9 attestation has not changed (including, but not limited to, a lawful permanent resident alien having become a naturalized U.S. citizen). f. The Employer shall complete a new Form 1-9 consistent with Article II.A.6 or update the previous Form 1-9 to provide the necessary information if: i. The Employer cannot determine that Form 1-9 complies with,Article II.A.6, ii. The employee's basis for work authorization as attested in Section 1 has expired or changed, or iii. The Form 1-9 contains no SSN or is otherwise incomplete. Note: If Section 1 of Form 1-9 is otherwise valid and up-to-date and the form otherwise complies with Page 6 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 " "; s ;,A`` g -veruryCompany ID Number: 272503 Article II.C.5, but reflects documentation (such as a U.S. passport or Form 1-551)that expired after completing Form 1-9, the Employer shall not require the production of additional documentation, or use the photo screening tool described in Article II.A.5, subject to any additional or superseding instructions that may be provided on this subject in the E-Verify User Manual. g. The Employer agrees not to require a second verification using E-Verify of any assigned employee who has previously been verified as a newly hired employee under this MOU or to authorize verification of any existing employee by any Employer that is not a Federal contractor based on this Article. 3. The Employer understands that if it is a Federal contractor, its compliance with this MOU is a performance requirement under the terms of the Federal contract or subcontract, and the Employer consents to the release of information relating to compliance with its verification responsibilities under this MOU to contracting officers or other officials authorized to review the Employer's compliance with Federal contracting requirements. C. RESPONSIBILITIES OF SSA 1. SSA agrees to allow DHS to compare data provided by the Employer against SSA's database. SSA sends DHS confirmation that the data sent either matches or does not match the information in SSA's database. 2. SSA agrees to safeguard the information the Employer provides through E-Verify procedures. SSA also agrees to limit access to such information, as is appropriate by law, to individuals responsible for the verification of Social Security numbers or responsible for evaluation of E-Verify or such other persons or entities who may be authorized by SSA as governed by the Privacy Act(5 U.S.C. § 552a), the Social Security Act(42 U.S.C. 1306(a)), and SSA regulations(20 CFR Part 401). 3. SSA agrees to provide case results from its database within three Federal Government work days of the initial inquiry. E-Verify provides the information to the Employer. 4. SSA agrees to update SSA records as necessary if the employee who contests the SSA tentative nonconfirmation visits an SSA field office and provides the required evidence. If the employee visits an SSA field office within the eight Federal Government workdays from the date of referral to SSA, SSA agrees to update SSA records,'if appropriate, within.the eight-day period unless SSA determines that more than eight days may be necessary. In such cases, SSA will provide additional instructions to the employee. If the employee does not visit SSA in the time allowed, E-Verify may provide a final nonconfirmation to the employer. Note: If an Employer experiences technical problems, or has a policy question, the employer should contact E-Verify at 1-888-464-4218. D. RESPONSIBILITIES OF DHS 1. OHS agrees to provide the Employer with selected data from DHS databases to enable the Employer to conduct, to the extent authorized by this MOU: a. Automated verification checks on alien employees by electronic means, and Page 7 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 .,st.`°t Ez-veriry • Company ID Number: 272503 b. Photo verification checks(when available) on employees. 2. DHS agrees to assist the Employer with operational problems associated with the Employer's participation in E-Verify. DHS agrees to provide the Employer names, titles, addresses, and telephone numbers of DHS representatives to be contacted during the E-Verify process. 3. DHS agrees to provide to the Employer with access to E-Verify training materials as well as an E-Verify User Manual that contain instructions on E-Verify policies, procedures, and requirements for both SSA and DHS, including restrictions on the use of E-Verify. 4. DHS agrees to train Employers on all important changes made to E-Verify through the use of mandatory refresher tutorials and updates to the E-Verify User Manual. Even without changes to E-Verify, DHS reserves the right to require employers to take mandatory refresher tutorials. 5. OHS agrees to provide to the Employer a notice,which indicates the Employer's participation in E-Verify. OHS also agrees to provide to the Employer anti-discrimination notices issued by the Office of Special Counsel for Immigration-Related Unfair Employment Practices (OSC), Civil Rights Division, U.S. Department of Justice. 6. DHS agrees to issue each of the Employer's E-Verify users a unique user identification number and password that permits them to log in to E-Verify. 7. DHS agrees to safeguard the information the Employer provides, and to limit access to such information to individuals responsible for the verification process,for evaluation of E-Verify, or to such other persons or entities as may be authorized by applicable law. Information will be used only to verify the accuracy of Social Security numbers and employment eligibility, to enforce the INA and Federal criminal laws, and to administer Federal contracting requirements. 8. DHS agrees to provide a means of automated verification that provides (in conjunction with SSA verification procedures)confirmation or tentative nonconfirmation of employees' employment eligibility within three Federal Government work days of the initial inquiry. 9. DHS agrees to provide a means of secondary verification (including updating DHS records)for employees who contest DHS tentative nonconfirmations and photo mismatch tentative nonconfirmations. This provides final confirmation or nonconfirmation of the employees' employment eligibility within 10 Federal Government work days of the date of referral to DHS, unless DHS determines that more than 10 days may be necessary. In such cases, DHS will provide additional verification instructions. ARTICLE III REFERRAL OF INDIVIDUALS TO SSA AND DHS A. REFERRAL TO SSA 1. If the Employer receives a tentative nonconfirmation issued by SSA, the Employer must print the notice as directed by E-Verify. The Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee's E-Verify Page 8 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 ..... a M- rveruy , , t Company ID Number: 272503 case. The Employer also agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer agrees to provide written referral instructions to employees and instruct affected employees to bring the English copy of the letter to the SSA. The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding,while their case is still pending. 2. The Employer agrees to obtain the employee's response about whether he or she will contest the tentative nonconfirmation as soon as possible after the Employer receives the tentative nonconfirmation. Only the employee may determine whether he or she will contest the tentative nonconfirmation. 3. After a tentative nonconfirmation, the Employer will refer employees to SSA field offices only as directed by E-Verify. The Employer must record the case verification number, review the employee information submitted to E-Verify to identify any errors, and find out whether the employee contests the tentative nonconfirmation. The Employer will transmit the Social Security number, or any other corrected employee information that SSA requests, to SSA for verification again if this review indicates a need to do so. 4. The Employer will instruct the employee to visit an SSA office within eight Federal Government work days. SSA will electronically transmit the result of the referral to the Employer within 10 Federal Government work days of the referral unless it determines that more than 10 days is necessary. 5. While waiting for case results, the Employer agrees to check the E-Verify system regularly for case updates. 6. The Employer agrees not to ask the employee to obtain a printout from the Social Security Administration number database (the Numident)or other written verification of the SSN from the SSA. B. REFERRAL TO DHS 1. If the Employer receives a tentative nonconfirmation issued by DHS, the Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee's E-Verify case. The Employer also agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding,.while their case is still pending. 2. The Employer agrees to obtain the employee's response about whether he or she will contest the tentative nonconfirmation as soon as possible after the Employer receives the tentative nonconfirmation. Only the employee may determine whether he or she will contest the tentative nonconfirmation. . 3. The Employer agrees to refer individuals to DHS only when the employee chooses to contest a tentative nonconfirmation. 4. If the employee contests a tentative nonconfirmation issued by DHS, the Employer will instruct the Page 9 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 4 �"` ,/`D �' ver Iry .®.:. Company ID Number: 272503 employee to contact DHS through its toll-free hotline (as found on the referral letter)within eight Federal Government work days. 5. If the Employer finds a photo mismatch,the Employer must provide the photo mismatch tentative nonconfirmation notice and follow the instructions outlined in paragraph 1 of this section for tentative nonconfirmations, generally. . 6. The Employer agrees that if an employee contests a tentative nonconfirmation based upon a photo mismatch, the Employer will send a copy of the employee's Form 1-551, Form 1-766, U.S. Passport, or passport card to DHS for review by: a. Scanning and uploading the document, or b. Sending a photocopy of the document by express mail (furnished and paid for by the employer). 7. The Employer understands that if it cannot determine whether there is,a photo match/mismatch, the Employer must forward the employee's documentation to DHS as described in the preceding paragraph. The Employer agrees to resolve the case as specified by the DHS representative who will determine the photo match or mismatch. 8. DHS will electronically transmit the result of the referral to the Employer within 10 Federal Government work days of the referral unless it determines that more than 10 days is necessary. 9. While waiting for case results, the Employer agrees to check the E-Verify system regularly for case updates. ARTICLE IV SERVICE PROVISIONS A. NO SERVICE FEES 1. SSA and OHS will not charge the Employer for verification services performed under this MOU. The Employer is responsible for providing equipment needed to make inquiries. To access E-Verify, an Employer will need a personal computer with Internet access. ARTICLE V MODIFICATION AND TERMINATION A. MODIFICATION . 1. This MOU is effective upon the signature of all parties and shall continue in effect for as long as the SSA and DHS operates the E-Verify program unless modified in writing by the mutual consent of all parties. 2. Any and all E-Verify system enhancements by DHS or SSA, including but not limited to E-Verify checking against additional data sources and instituting new verification policies or procedures, will be covered under this MOU and will not cause the need for a supplemental MOU that outlines these changes. Page 10 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 y6C`L 9 P i-jrl{1 Ali;'m I c s�i ll'�"„ veriry �A' Man Company ID Number: 272503 B. TERMINATION 1. The Employer may terminate this MOU and its participation in E-Verify at any time upon 30 days prior written notice to the other parties. 2. Notwithstanding Article V, part A of this MOU, DHS may terminate this MOU, and thereby the Employer's participation in E-Verify,with or without notice at any time if deemed necessary because of the requirements of law or policy, or upon a determination by SSA or DHS that there has been a breach of system integrity or security by the Employer, or a failure on the part of the Employer to comply with established E-Verify procedures and/or legal requirements.The Employer understands that if it is a Federal contractor, termination of this MOU by any party for any reason may negatively affect the performance of its contractual responsibilities. Similarly, the Employer understands that if it is in a state where.E-Verify is mandatory, termination of this by any party MOU may negatively affect the Employer's business. 3. An Employer that is a Federal contractor may terminate this MOU when the Federal contract that requires its participation in E-Verify is terminated or completed. In such cases,the Federal contractor must provide written notice to DHS. If an Employer that is a Federal contractor fails to provide such notice,then that Employer will remain an E-Verify participant, will remain bound by the terms of this MOU that apply to non-Federal contractor participants, and will be required to use the E-Verify procedures to verify the employment eligibility of all newly hired employees. 4.The Employer agrees that E-Verify is not liable for any losses, financial or otherwise, if the Employer is terminated from E-Verify. ARTICLE VI PARTIES A. Some or all SSA and DHS responsibilities under this MOU may be performed by contractor(s), and SSA and DHS may adjust verification responsibilities between each other as necessary. By separate agreement with DHS, SSA has agreed to perform its responsibilities as described in this MOU. B. Nothing in this MOU is intended, or should be construed, to create any right or benefit, substantive or procedural, enforceable at law by any third party against the United States, its agencies, officers, or employees, or against the Employer, its agents, officers, or employees. C.The Employer may not assign, directly or indirectly, whether by operation of law, change of control or merger, all or any part of its rights or obligations under this MOU without the prior written consent of DHS, which consent shall not be unreasonably withheld or delayed. Any attempt to sublicense, assign, or transfer any of the rights, duties, or obligations herein is void. D. Each party shall be solely responsible for defending any claim or action against it arising out of or related to E-Verify or this MOU, whether civil or criminal, and for any liability wherefrom, including (but not limited to) any dispute between the Employer and any other person or entity regarding the applicability of Section 403(d) of IIRIRA to any action taken or allegedly taken by the Employer. E. The Employer understands that its participation in E-Verify is not confidential information and may be disclosed as authorized or required by law and DHS or SSA policy, including but not limited to, Page 11 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 9IP -veriry Company ID Number: 272503 Congressional oversight, E-Verify publicity and media inquiries, determinations of compliance with Federal contractual requirements, and responses to inquiries under the Freedom of Information Act (FOIA). F. The individuals whose signatures appear below represent that they are authorized to enter into this MOU on behalf of the Employer and DHS respectively. The Employer understands that any inaccurate statement,representation, data or other information provided to DHS may subject the Employer, its subcontractors, its employees, or its representatives to: (1) prosecution for false statements pursuant to 18 U.S.C. 1001 and/or; (2) immediate termination of its MOU and/or; (3) possible debarment or suspension. G.The foregoing constitutes the full agreement on this subject between DHS and the Employer. To be accepted as an E-Verify participant,you should only sign the Employer's Section of the signature page. If you have any questions, contact E-Verify at 1-888-464-4218. Page 12 of 17 E-Verify MOU for Employers l Revision Date 06/01/13 DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 any `� y . .°a ... ve r I Ir Company ID Number: 272503 Approved by:. Employer Superior Landscaping&Lawn Service, Inc. Name (Please Type or Print) Title Aileen Villasana Signature Date Electronically Signed 11/03/2009 Department of Homeland Security—Verification Division Name (Please Type or Print) Title USCIS Verification Division Signature ., Date Electronically Signed 11/03/2009 Page 13 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 ` act M y -ver- ur � . I�� Company ID Number: 272503 Information Required for the E-Verify Program Information relating to your Company: Superior Landscaping&Lawn Service, Inc. Company Name 2200 NW 23rd Avenue Miami, FL 33142 Company Facility Address PO Box 35-0095 Miami, FL 33135-0095 Company Alternate Address County or Parish MIAMI-DADE Employer Identification Number • 650838100. • North'American Industry. 238 Classification Systems Code Parent Company Number of Employees 10o to 499 Number of Sites Verified for 1 Page 14 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 r 6t`` �.• _ 4S,rf ��f�1,l�o-_ veriry .�®. 4�...a.. Company ID Number: 272503 Are you verifying for more than 1 site? If yes, please provide the number of sites verified for in each State: FLORIDA 1 site(s) Page 15 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 96�`b INV - verIry ..�4. ��.��. Company ID Number: 272503 Information relating to the Program Administrator(s)for your Company on policy questions or operational problems: Name Aileen Villasana Phone Number (305)634-0717 Fax Number (305)634-0744 Email Address aillasana@superiorlandscaping.com Page 16 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 w` �`'r 6t`N, verity Company ID Number: 272503 Page intentionally left blank Page 17 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 - DocuSign Envelope ID C3A5B18A-A673-4BB1-95E2-D975656D55A4 4 ' •i ---,al.': �- - ,.„ • . 4,44 ` h= ,;a,aiRs;, __ .t ' t ' t t TAB 2-EXPERIENCE&QUALIFICATIONS 2.1 QUALIFICATIONS OF FIRM PROJECT CONTRACT GENERA LOCATION BEGIN & CONTACT INFORMATION OWNER VALUE L SCOPE AND END NAME, ADDRESS, PHONE PROJECT DATE NUMBER & EMAIL SIZE Mowing, City of Bonita Litter Springs removal, s Joel Langaney p g weed, pest US 41 control, Lee County 9101 Bonita Beach Road Maintenance $561,000 mulching, 38.40 Sq. 12/2017 - Bonita Springs, Fl. 34135 & tree & Miles 05/2021 239-478-4614 Right-of-Ways palm Joel.langaney@cityofbonitaspri & Median ngs.org Maintenance trimming & pruning, pest control Florida Department of Transportation - Mowing, Eddie Taylor District 6 Litter Miami-Dade 1000 NW 111th Ave. $189,253 removal, County 06/2020 - Miami, FL 33172 E6N22-R0 edging on 9,737.49 07/2021 786 229 5115 Mowing- various Acres Eddie.taylor@dot.state.fl.us Routine state roads Maintenance - Bid Factor Small, Large, & Florida Intermediat Miami Dade Zayvier Moodie Department of e Machine County 14655 SW 122 Avenue Transportation- Mowing, Miami, FL 33186 District 6 Litter 4,322 AC 786 562 1378 removal, Mowing 04/2021 Zayvier.Moodie@dot.state.fl.us E6N68 $364,724 weed, pest - Mowing Miami control, 9313.81 AC 10/2022 Eddie Taylor Dade County mulching, Litter 1000 NW 111th Ave. Routine tree & Removal & Miami, FL 33172 Maintenance palm 786 229 5115 Edging trimming Eddie.taylor@dot.state.fl.us & pruning, edging RFP 2021-187-AY-GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS 8 I I' <> , t, DocuS,(in Envelope ID L,EA5H18A A573-4BB1-95E2-D975656D55A4 I- , Jam•. '• _•. `. t `^ I ��• • ���� . / � •�\ �� .. Fes .' A - y. �� 1'AB 2 -EXPERIENCE&QUALIFICATIONS 2.1 QUALIFICATIONS OF FIRM (CONT.) PROJECT CONTRACT GENERAL LOCATION BEGIN CONTACT INFORMATION OWNER VALUE SCOPE AND & NAME, ADDRESS, PHONE PROJECT END NUMBER & EMAIL SIZE DATE Florida Department of Transportation Leonard E. Salazar, P.E. Turnpike Full 1000 NW 111th Ave. Enterprise Management Miami-Dade 12/2016 Miami, FL 33172 maintenance FDOT E6K12 $1,440,666 of district County - Office: (305) 470-5498 Performance landscape 4,892 Acres 11/2021 Cell: (305) 401-3184 Leonard.Salazar@dot.state.fl.us Based sites Maintenance for Landscape Areas Small, Large, Slope & Leonard E. Salazar, P.E. Florida Intermediate Miami-Dade 1000 NW 111th Ave. Department of Machine County Miami, FL 33172 Transportation Mowing, Office: (305) 470-5498 - District 6 Litter 2,308.42 AC 10/2020 Cell: (305) 401-3184 $225,996.12 removal, Mowing - Leonard.Salazar@dot.state.fl.us E6N54 weed, pest 10/2022 Mowing & control, 6,861.54 AC Eddie Taylor Litter Removal mulching, Litter 1000 NW 111th Ave. Miami-Dade tree & palm Removal & Miami, FL 33172 County- trimming & Edging 786-229-5115 pruning, Eddie.taylor@dot.state.fl.us edging RFP 2021-187-AY-GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS 9 I '' DocuSign Fnvelope ID C3A5B18A-A673-4BB1-95E2-D975656D55A4 f 'F Wes..__ _ TAB 2-EXPERIENCE&QUALIFICATIONS 2.2 QUALIFICATIONS OF TEAM Superior Landscaping & Lawn Service Inc. has a qualified team with more than 20 years of industry experience. This team is trained in providing impeccable detail and quality in properties The attached organizational chart will showcase our key qualified personnel and their role in this project. The enclosed resumes of our selected project team will present everyone's relevant experience, qualifications, certifications, and licenses obtained. This team has been selected to perform for the duration of this project on a full-time basis. A) Account Manager— Beatriz Gerdts, Carlos Gallardo B) On-site Project Supervisor— Roberto Sanchez C) Arborist - Gustavo Valdes, Mike Morel D) Pesticide Applicators - Daniel H. Ackenbrack E) Irrigation Technicians -Jesus Acosta, Mike Levy F) Registered Landscape Architect (RLA) - Peter Strelkow, HS2G, Inc. G) MOT & Landscape Inspector—Julio Valdes, Gustavo Valdes City of Miami Beach I Beatriz Gerdts Project Manager 1 I I 1 1 I Roberto Sanchez HS2G,Inc. Julio Valdes Gustavo Valdes Daniel Ackenbrack Mike Levy MOT and Landscape On-site Project Certified Arborist Pesticide Applicator Irrigation Supervisor Peter Strelkow P Supervisor R.L.A Architect Inspector Assistant Mike Morel Jesus Acosta Carlos Gallardo Certified Arborist Irrigation Supervisor RFP 2021-187-AY—GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS 10 I P ti g c DocuSign Envelope ID:C3A5B18A Abi3-46B1 95E2-D975656D55A4 • • girt 2.2 QUALIFICATIONS OF TEAM (CONT.) Roberto Sanchez On-Site Project Supervisor An experienced professional with over twenty-five years of exceptional achievements in Client Relations. Proven supervisory skills combined with outstanding customer service. Detail oriented,excelling in busy work environment. Dynamic leader and team builder,consistently motivating others. •Marketing •Personnel Training and Development •Client Services PROFESSIONAL EXPERIENCE Superior Landscaping&Lawn Service,Inc.Fort Myers,FL. 2016-Present Operation Manager/Business Development • Review e-mails with Director and responded accordingly via e-mail,memos,letters,or personal phone calls. •Coordinated,when necessary,with company administrators to the President,VP and Project Managers. •Research information via Internet,phone,and personal contacts. •Prepared files,researched and supplied all documentation for legal department to prepare contracts. •Supervise and manage office personnel and address Human Resource issues. •Responsible for daily operations of this diversified landscape services firm. •Provide direction and supervision of work crews and field operations. • Direct client relations and problem resolution responsibilities. •Conduct business development activities. EDUCATION Keiser University,Pembroke Pines,FL. Business Administration GREEN EDUCATION Broward Community College,Pembroke Pines,FL. Certificates of Completion •Landscape Technology. FLUENT IN ENGLISH &SPANISH RFP 2021-187-AY-GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS 11 I Doc Wolgn Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 '{� 4 L • .Fd +�: Y.�• , a . � _, _ , . • 2.2 QUALIFICATIONS OF TEAM (CONT.) Beatriz Gerdts Project Manager PROFESSIONAL EXPERIENCE Superior Landscaping & Lawn Service, Inc. September 2011 - present Maintenance Division Manager • Provide administrative staff assistance to upper management. • Plans and implements goals and objectives for the maintenance department and ensures that company policies and procedures are always adhered to. • Directs, oversees and participates in department work plans, assign work activities, operations and maintenance programs. • Monitors workflow and project status. • Visits job sites to oversee work in progress and provide needed direction; responds to emergencies at any time and evaluates the progress of ongoing maintenance activities. • Oversees the maintenance of department records and files. • Attends weekly department meetings with my staff. • Reviews costing reports. • Coordinates the fertilization program for all properties, including to ordering the materials and keeping an organized inventory control. • Interviews and hires new staff, prioritizes, assigns and reviews work • Approve time off for payroll purposes and participates in weekly payroll meetings. EDUCATION Miami Dade Community College Miami Sunset Senior High School Other Certifications: State of Florida Notary, Florida's Best Management Practices RFP 2021-187-AY-GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS 12 I '' Doc uSign Lnvelope ID C3A5B18A-A673 4BB1-95E2 D975656D55A4 ,• , 4/4{ � t. . a� _ , FT- fill 2.2 QUALIFICATIONS OF TEAM (CONT.) Michael Morel Certified Arborist PROFESSIONAL EXPERIENCE Business Development 2016 - Current Superior Landscaping& Lawn Services, Inc.,Miami,FL •Responsible for driving sales, production, and business development functions for the landscape commercial division -Prospected profitable commercial landscape maintenance opportunities • Build strong, long-lasting relationships with potential and new clients. -Review and understand specifications and contract documentation for each project. -Meet property managers, attend HOA meetings, seminars, and other functions. Director of Horticulture 2007 - 2016 Fisher Island Community Association,Miami,FL - Responsible for all common green spaces on the 216-acre private residential island -Oversee and manage Landscape Department consisting of 55 crew members. •Manage an annual budget of$3 million. - Manage and implement maintenance contracts with 20 individual building associations, totaling $1.3 million annually. •Design landscapes varying sub-climates and conditions across the island. Notable Accomplishments: •Implemented a sustainable in-house mulch program that recycles regular trimming generated across the island. •Reduced overall green waste and seaweed removal through composting systems and have implemented a more organic, eco-friendly approach to fertilization and integrated pest management. -Redesigned the landscape for numerous medians,fountain areas,buffers,and golf course. • Awarded a FNGLA Landscape Award of Excellence in 2009 for the Design and Installation of the Fisher Island entrance pond&fountain. EDUCATION Florida International University- Bachelor of Liberal Science 2015 University of Florida- Environmental Horticulture (Etymology) 1995 - Certificates and Licenses ISA Certified, FL-5372 June 2006 Broward County Class A Tree January 2016 Trimming License, A-383 RFP 2021-187-AY-GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS 131 ,a c Sign Envelope ID C3A5B18A-A673-4BB1-95E2-D975656D55A4 ... _ ' ..• .. -. .fir!.. _ co, _ « • am, t- t; •llk/Ir'I fi•'0 • =` �'' �:. • j! 2.2 QUALIFICATIONS OF TEAM (CON I.) Gustavo Valdes Certified Arborist PROFESSIONAL EXPERIENCE Superior Landscaping& Lawn Services, Inc. January 2020 to present Account Manager for the City of Coral Gables City Wide Tree Maintenance Contract • Responsible for coordinating and scheduling 7 pruning crews • Responsible for Maintaining a Safety Program to reduce incidents. • Responsible for updating Coral Gables tree inventory. DynaSery LLC September 2016 to January 2020 Arbor Division Manager • Responsible for coordinating and scheduling pruning crews Responsible for Maintaining a Safety Program to reduce incidents. Pruning around FPL Substations and H.O.A.'s in Broward and Palm Beach Counties. Luke's - Sawgrass Landscape September 2011 to September 2016 • Responsible for coordinating and scheduling maintenance crews and landscape projects. Responsible for Maintaining a Safety Program Increased sales by recognizing customers' needs Present day accounts Acqualina Resort & Spa on the Beach, Mansions at Acqualina, and the City of Sunny Isles Beach Right-of-Ways and 9 Parkes throughout the City. Greenday Creations, Inc. February 2010 - May2011 Project Manager • Responsible for coordination and scheduling landscape installation projects. • Supported owner with estimating and budgeting. • Responsible for 43 Maintenance accounts Superior Landscaping& Lawn Services, Inc. December 2005 -September 2009 Construction Manager • Responsible for Coordinating and scheduling Projects for four Supervisors and their crews. • Supported General Manager with Estimating and Budgeting. • Client Relationship Management via quality control and problem resolution. • Increased Sales by recognizing Customer needs. • Responsible for Maintaining a Safety Program. • Project Management- PLAN YOUR JOB THEN WORK YOUR PLAN. RFP 2021-187-AY-GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS 14 DocuSign Envelope ID C3A5B18A-A673-4BB1-95F2-D975656D55A4 w..• yam. - •'_ ,C . *i..- yam: _ - _ nr- - �< . •., • . 2.2 QUALIFICATIONS OF TEAM (CONT.) Paramount Property Services, Inc. January 1990 - December 2005 Owner/Operator • 35 - 40 High end Landscape Maintenance Accounts • A full-service detail-oriented landscape and Maintenance Company tending to customer needs. ACCOMPLISHMENTS Miami-Dade Expressway Authority(MDX) May 2007-September 2009 Project Manager-$2,000.000.00 Project per year. Miami-Dade County Tree Replacement Program June 2006-September 2009 Project Manager-Over 15,000 Trees installed. 1111 Lincoln Road Project,Miami Beach April-September 2009 Project Manager-$800,000.00 Project. Palazzo Del Mare,Fisher Island. March-December 2007 Project Manager-$675,000.00 Project. Julia Tuttle Causeway,Miami Beach. Project Manager-$330,000.00 Project. January-February 2007 Miami International Airport Central Blvd. August 2006-January 2007 Project Manager-$632.000.00 Project. CERTIFICATIONS International Society of Arboriculture Certified Arborist FL-5774A exp. December 2022 F.D.O.T.Approved Temporary Traffic Control(MOT Advanced Course)exp.September 22,2022 Cert.43797 BMP Certification GV908018-1 exp. September 18, 2022 LTD Commercial Fertilizer Applicator Holder Cert. LF278437 exp. October 29, 2022 RFP 2021-187-AY-GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS 15 DocuSign Envelope ID.C3A5B18A-A673-4BB1-95E2-D975656D55A4 .!� u{i rat • :vY• • �� ... gc .. • 1. _ _ - ,•. ,. . 1.111•114 . A,. • - - i l , ,t 2.2 QUALIFICATIONS OF TEAM (CONT.) Daniel H. Ackenbrack Certified Pesticide Applicator PROFESSIONAL EXPERIENCE Superior Landscaping & Lawn Service, Inc. April 2010 - present Certified Pesticide Technician • Conducting tech training for State I.D. cards and safety meeting. • Oversee chemical application treatments on-site. • Oversee reports of application dates and chemicals. A-Plus Pest Control, Inc. August 1991 -January 2010 Owner/Manager/Certified operator • Extensive experience in truck and equipment operation &safety • Experienced in all aspects of pest control &safety (except fumigation) • Experienced in tech training for state I.D. cards and safety meetings • Supervises crews up to 15 crew members. • Data recordings EDUCATION AND CERTIFICATIONS • State of Florida Department of Agriculture and Consumer Services o Certified Operator-JE44120 o Lawn and Ornamental-JF7250 o Termite and Other WDO Control-JF7250 o General Household Pest and Rodent Control-JF7250 • Member of Certified Pest Control Operators of Florida since 1996 • Broward Community College 1991-1994 (24 credits in pest control related subjects o Annual continuing education credits required for state license renewal RFP 2021-187-AY-GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS 16' Page DocuSign Envelope ID.C3A5B18A-A673-4B81-95E2-D975656D55A4 .,L4# it . •4 ,rr�5,11i w -0w "' .. 271; • ,, .- J s.Y .fr . . ,..• !.,_..z.,__' ;1- L..., I ill all! -. •4,t ../ 4, . 'Or 2.2 QUALIFICATIONS OF TEAM (CONT.) MIKE LEVY Irrigation PROFESSIONAL EXPERIENCE Superior Landscaping&Lawn Service,Inc. May 2006-present Miami,FL Irrigation Estimator • Oversee the overall operation of the Irrigation Departments(Business Development,Estimating, Construction Management,Irrigation,Maintenance,Design/Build) •Assist in developing operating budgets for the various divisions. • Routinely monitor administrative and financial reports to monitor growth and profitability. •Review and execute construction and contract documents. • Assist managers with performance evaluations and salary increases. •Develop and implement procedures that will promote employee enhancements. All-Dade Plumbing Corp. March 1990-May 2004 Miami,FL Manager/Owner •Oversee the overall operation of the various departments within the Miami • Assisted in developing operating budgets for the branch. •Review and execute construction and contract documents. • Monitored financial and production reports to tract growth and profitability. • Assist managers with performance evaluations and salary increases to promote personnel advancements. •Routinely conduct site visits with the Business Development Dept.and Construction Managers to improve client relations. EDUCATION Miami Dade County Broward County Master Plumbing Certification University of Miami,Miami,FL 1990 B.A.Business Administration—Entrepreneurship RFP 2021-187-AY-GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS 17 I P a g e DocuSign Envelope ID C3A5B18A-A673-4BB1-95E2-D975656D55A4 t 2.2 QUALIFICATIONS OF TEAM (CONT.) Julio Valdes MOT, Safety Officer, Landscape Inspector PROFESSIONAL EXPERIENCE: Customer Service Policies&Procedures People Leadership Communication Employee Motivation Staff Training&Development Problem Solving Strategic Planning EXPERIENCE&WORK HISTORY: Superior Landscaping&Lawn Service,Inc May 1995-Present Project Manager - Operation weekly meetings Safety Manager Supervise Arbor Division - Fleet Manager Act as Liaison between Company and Customer,while Building Long Term Relationships - Hired and Trained new employees - Supervise and manage all construction employees - Safety meetings,training and inspections - Supervise MOT Operations EDUCATION: High School-Interamerican Military Academy 1977 Trainings and Certifications: - Metro Florida Safety Council Advanced MOT/TTC No.28649 - FDOT Advanced Temporary Traffic Control-Cert.#71857-03/26/2025 - Best Management Practice-04/23/2009 Florida Department of Agriculture Consumer Service Commercial Applicator No. CM19133 Landscape Inspector Association of Florida#2021-257- 12/31/2021 - Safety&Risk Solution training on Heavy Equipment Operations and Skid Steer Operation - CICB Training on Basic Rigging and Signal Personnel - Broward County Extension Education ID 6807 Tree Trimming Membership: LIAF - ISA Florida Chapter - Urban Forestry RFP 2021-187-AY-GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS 181 DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 AC RL CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDDJYYYY) 08/18/2021 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: IF the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). CONTACT Julio Guerrero PRODUCER NAME: Brown&Brown Miami-Dade PH N,Est): (305)714-4400 FAX Nei: (305)714-4401 8825 NW 21st Terrace E-MAILss: iguerrero@bbmia.com INSURER(S)AFFORDING COVERAGE NAIC N Doral FL 33172 INSURER : Twin City Fire Insurance Company 29459 INSURED INSURER e• Hartford Insurance Company of the Midwest 37478 Superior Landscaping&Lawn Service.Inc. INSURER C The North River Insurance Company 21105 PO Box 35.0095 INSURER D: FFVA Mutual Insurance Co. 10385 INSURER E: Westchester Surplus Lines Insurance Company Miami FL 33135 INSURER F. COVERAGES CERTIFICATE NUMBER: 20/21 GUAL/S3M UM/WC REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT.TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDL SUER POLICY EFF POLICY EXP LIMITS LTR TYPE OF INSURANCE INSO MD POLICY NUMBER (MMIDDIYYYY) (MMIDDIYYYYi X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE S 1,000,000 DAMAGE TO RENTED 300.000 CLAIMS-MADE X OCCUR PREMISES(Ea occurrence) S MED EXP(Any one person) S 10,000 A Y Y 21UENOL4176 12/01/2020 12/01/2021 PERSONAL&ADV INJURY S 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER' GENERAL AGGREGATE S 2,000,000 POLICY [57( JEC I I LOC PRODUCTS-COMP/OP AGG S 2,000,000 S OTTER AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT S 1,000,000 (Ea accident) X ANY AUTO BODILY INJURY(Per person) S B — OWNED ' SCHEDULED Y Y 21UENOL4176 12/01/2020 12/01/2021 Bootee INJURY(Per accident) S _ AUTOS ONLY AUTOS HIRED ../ NON-OWNED PROPERTY DAMAGE S X AUTOS ONLY AUTOS ONLY (Per accident) S UMBRELLA UAB X OCCUR EACH OCCURRENCE S 3,000,000 C X EXCESSLIAB CLAIMS-MADE 5821174134 08/17/2021 12/01/2021 AGGREGATE $ 3,000.000 DED RETENTION S $ WORKERS COMPENSATION X(PER Nel OTH- AND EMPLOYERS'LIABILITY .-..1 STATUTE ER - YIN D ANY PROPRIETOR/PARTNERIEXECUIIVE N NIA Y WC84000345042020A 12101/2020 12101/2021 E.L EACH ACCIDENT s 1,000,000 l OFFICER/MEMBER EXCLUDED? 1,000.000 IMandatory in NH) E L DISEASE-EA EMPLOYEE S If yes descnbe under 1,000.000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT S Aggregate Limit 1,000,000 Pollution Liability E G7091878A003 12/06/2020 12/06/2021 Each Pollution 1,000,000 Deductible 10,000 DESCRIPTION OF OPERATIONS 1 LOCATIONS 1 VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if mom space is required) „ Sam pfie „ CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE j THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN PACCORDANCE WITH THE POLICY PROVISIONS. S I I a mp I V AUTHORIZED REPRESENTATIVE ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 Local Business Tax Receipt Miami-Dade County, State of FloridaLBT -THIS IS NOT A BILL-DO NOT PAY 7202537 RECEIPT NO. ` RENEWAL BUSINESS NAME/LOCATION 7485323 EXPIRES SUPERIOR LANDSCAPING& SEPTEMBER 30, 2022 LAWN SERVICE INC 2200 NW 23RD AVE Must be displayed at place of business �' MIAMI, FL 33142 x�' Pursuant to County Code Chapter 8A-Art.9&10 ll 0 OWNER SEC.TYPE OF BUSINESS PAYMENT RECEIVED SUPERIOR LANDSCAPING&LAWN 196 GENERAL BUILDING BY TAX COLLECTOR SVC INC CONTRACTOR 45.00 07/23/2021 RRIAN M r)I(:KFNS (Nix IFIFR Worker(s) 10 CGC1507080 INT-21-350650 This Local Business Tax Receipt only confirms payment of the Local Business Tax.The Receipt is not a license. permit,or a certification of the holder's qualifications,to do business.Holder must comply with any governmental or nongovernmental regulatory laws and requirements which apply to the business. The RECEIPT NO.above must be displayed on all commercial vehicles-Miami-Dade Code Sec 8a-276. MIAMM� For more information,visit www.miamidade.gov/taxcollector DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 C Local Business Tax Receipt I_ B T Miami-Dade County, State of Florida —THIS IS NOT A BILL—DO NOT PAY 7179924 RECEIPT NO. RENEWAL BUSINESS NAME/LOCATION 7460242 EXPIRES SUPERIOR LANDSCAPING& SEPTEMBER 30, 2022 LAWN SERVICE INC 2201 NW 23RD CT Must be displayed at place of business OFft K• Pursuant to County Code MIAMI, FL 33142 d :.. Chapter 8A—Art.9&10 OWNER SEC.TYPE OF BUSINESS PAYMENT RECEIVED SUPERIOR LANDSCAPING&LAWN 196 PLUMBING BY TAX COLLECTOR SVC INC CONTRACTOR 255.00 07/23/2021 C/C)C)RI ANnC)OTFRO PRFSInFNT Worker(s) 80 CFC1425682 INT-21-350650 This Local Business Tax Receipt only confirms payment of the Local Business Tax.The Receipt is not a license. permit,or a certification of the holder's qualifications,to do business.Holder must comply with any governmental or nongovernmental regulatory laws and requirements which apply to the business. The RECEIPT NO.above must be displayed on all commercial vehicles—Miami—Dade Code Sec 8a-276. miAmDE For more information,visit www.miamidade.gov/taxcollector r,tJ. —DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 r;��''� ` Ron DeSantis,Governor Halsey Beshears,Secretary •.7<=7-A. _1- ddb a ___,,. STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD THE PLUMBING CONTRACTOR HEREF RTIFIED UNDER THE PROVISIONS OF CHAPTER 489LLLORIDA STATUTES .1,4 -..',:l'it't .::‘ :•:--= _ 1%." . cif \-- ;05 (11 w LEVY, BERNARD A SUPERIOR LANDSCAPING & LAWN SERVICE INC 11231 SW 1ST. COURT PLANTATION 1.-e FL 33325 LICENSE NUMBER: CFC1425682 EXPIRATION DATE: AUGUST 31, 2022 Always verify licenses online at MyFloridaLicense.com '' -*-91 Do not alter this document in any form. r .• ••,. This is your license. It is unlawful for anyone other than the licensee to use this document. ❑' Fr i=. DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 Ron DeSantis,Governor Julie I. Brown„Secretary ° �<.�" �,,�; a ,` `r. dbr ,,,,,,',„...,,,,„_, 7.,,;6,1 `' �1. I;'Fe STATE OF FLORIDA l.1, `.„TQ;„ysC m DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD THE GENERAL CONTRACTOR HEREIN IS CERTIFIED UNDER THE PROVISIONS OF_CHAPTER 489, FLORIDA STATUTES 49 • Y • f1 DICKENS, BRIAN M �;Z SUPERIOR LANDSCAPING & LAWN SERVICE INC . 2200 NORTHWEST 23RD AVENUE MIAMI W- -� FL 33142 • LICENSE NUMBER: CGC1529871 EXPIRATION DATE: AUGUST 31, 2022 Always verify licenses online at MyFloridaLicense.com 0 . r .' . El. �'{ . #.`_ *#.. Do not alter this document in any form. ' " This is your license. It is unlawful for anyone other than the licensee to use this document. DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 pFNGLA CERTIFIED PROFESSIONAL CONTRACTOR The Florida Nursery, Growers & Landscape Association Confers on Norys Hayes CC2 00310 The Title of FNGLA Certified Landscape Contractor (FCLC) Expiration Date: 12/31/2022 Certified Since: 11/12/2010 to bravo, rniuL t rresioent Merry Mott, F GLA Certification Director -DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 0,,0m».a.v: i STATE OF FLORIDA • —e department of Sgriculture anh Consumer induces 3 it ellartment of agriculture anti Consumer �erhrt5 BUREAU OF LICENSING AND ENFORCEMENT BUREAU OF LICENSING AND ENFORCEMENT .-. DANIEL H ACKENBRA \yap T Date . File No. Expires - CERTIFIED PEST CO << • 4 •�`,%. - B June25,2021 ,JF7250 June 1,2022 :,ti`, , „ '. . a ti. f THE CERTIFIED PEST CONTRC)J )PI:RATOR NAMED BELOW HAS i JF7250 } r REGISTERED UNDER THE PROVISIONS OE-CHAPTER 482 FOR THE HAS PAID THE FEE .f,Y a ;t}tAP R THE PERIOD PERIOD EXPIRING:,Tune 1,2,022 EXPIRING June t 2 yr ' si' ;.. General Household Pest and I DANIEL H ACKENBRACK Rad+glit Control """`......""" 4250 N.A I A#704 . C. Lay*, sod Ornamental FORT PIERCE,FL 344?}g' ..a �•�, Termite and Other WDO y �. Wallet Card - Fold Here C9ntrol a 4> �.y Z -. . r / n � S tR i' f BUREAU OF LICENSING&ENFORCEMENT NICOLE"NIKKI"F ED,COMMISSION1k-1 DNS` 3125 CONNER BLVD,BLDG.8 TALLAHASSEE,FLORIDA 32399-1650 I V. a DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 August 19, 2020 BROWARD COUNTY TREE TRIMMER LICENSE STANDARDS FOR MAINTAINING YOUR BROWARD COUNTY TREE TRIMMER LICENSE 1. The following shall be available for inspection at every work site where tree trimming is being carried out: • A copy of the company's Broward County Tree Trimmer license • Proof of the company's current insurance coverage • At least one person should possess a current Tree Trimmer training card. Current training cards reflect that training was completed within ▪ the past two(2)years • Picture identification issued by a government entity or agency 2. At least one trained person must be available at every work site where tree trimming is being carried out. 3. The company's Tree Trimmer license number shall be prominently displayed on both sides of vehicles used in tree trimming. 4. Tree trimmer license number must appear in ads offering tree trimming and/or removal services. Advertisements include business cards,telephone directory advertisements, quotes for tree services, flyers and vehicles advertising tree services. 5. License holders shall ensure that all employees engaged in tree trimming are adequately trained regarding safety procedures in accordance with applicable federal and state law including the federal Occupational Saftey and Health Act of 1970(OSHA). 6. Retraining is required before licenses can be renewed. Tree trimmer licenses are renewable every two years. 7. Each license holder shall notify the County, in writing, if there is a change in any of the standards required for licensure. A A-383 08/31/2022 SUPERIOR LANDSCAPING&LAWN Superior Landscaping&Lawn Service,Inc. SERA u:E,INC. p P g 2200 NW 23 AVENUE 2200 NW 23 AVENUE MIAMI,FL 33142 MIAMI, FL 33142 TRAINED EMPLOYEE: MICHAEL MOREL —DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 t i \ STATE OF FLORIDA STATE OF FLORIDA E ,'@epartniert of agritultuu ant(Consumer &erb(tes Etepartment of Sggricufture anti Consumer feerbUtS BUREAU OF LICENSING AND ENFORCEMENT I BUREAU OF LICENSING AND ENFORCEMENT JESUS CARDENAS Date File No. Expires SUPERIOR LANDSCAPING&LAWN SERVICE INC May 12,2021 1E221831 Aprll 30,2022 ID CARD HOLDER THE ID)CARD HOLDER NAMED BELOW HAS REGISTERED UNDER 1E2211331 :4 THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING: HAS PAID THE FEE REQUIRED BY CHAPTER 482 FOR THE PERIOD April 30,2022 AT EXPIRING April 30,2022 a SUPERIOR LANDSCAPING&LAWN SERVICE INC MIAMI,FL 33142 // JESUS CARDENAS Regular n 1 td'-L ..-(,c/� Signature SUPERIOR LANDSCAPING&LAWN SERVICE INC � COMMISSIONER ATTACH PHOTO ON REVERSE P O BOX 35-0095 MIAMI,FL 33135 Wallet Card- Fold Here n i au. F 5 BUREAU OF LICENSING&ENFORCEMENT 3125 CONNER BLVD,BLDG.8 NICOLE"NECKI* ED,COMMISSIONER Q TALLAHASSEE,FLORIDA 32399-1650 .<Ivo,t If_. . • a ii -\\\\'il• •ti t t . \\ 'i•t \ 'i rWWMN.. \ 4 Zrav t .\\\\'iv / 1 STATE OF FLORIDA STATE OF FLORIDA 38rpaartnttnt of agritufture anti Con Sumer Sperbice8 Department of agruuRure anti ConMuntr /evi ices BUREAU OF LICENSING AND ENFORCEMENT BUREAU OF LICENSING AND ENFORCEMENT JOSE ARISTIDES RIVAS A Date File No. Expires • SUPERIOR LANDSCAPING&LAWN SERVICE INC May 12,2021 1E245268 April 30,2022 • ID CARD HOLDER THE ID CARD HOLDER NAMED BELOW HAS REGISTERED UNDER JE245268 THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING: April 30,2022 A I HAS PAID THE FEE REQUIRED BY CHAPTER 482 FOR THE PERIOD EXPIRING April 30,2022 SUPERIOR LANDSCAPING&LAWN SERVICE INC • MIAMI,FL 33142 • • n JOSE ARISTIDES RIVAS Regular n I fw>1 e. �1.t� Signature SUPERIOR LANDSCAPING&LAWN SERVICE INC COMMISSIONER ATTACH PHOTO ON REVERSE P O BOX 35-0095 J MIAMI,FL 33135 • • Wallet Card- Fold Here n I ` EED, BUREAU OF LICENSING&ENFORCEMENT NICOLE"NIICKI" COMMISSIONER 3125 CONNER BLVD,BLDG.8 TALLAHASSEE,FLORIDA 32399 1650 i kro:wiii:h.v.miis+ir.u;rtttfr.\\\•;i;..►_atrItt, \\\\i3:•'r•:4rntrt\\\iyleV0.4titt, \\\\iu+r4 STATE OF FLORIDA ill STATE OF FLORIDA ! iDeparttnent of agriculture anb Consumer tperbtces Department of Zfgriculture anti Consumer )eriucrg BUREAU OF LICENSING AND ENFORCEMENT BUREAU OF LICENSING AND ENFORCEMENT JOSE ROMERO Date File No. Expires "t SUPERIOR LANDSCAPING&LAWN SERVICE INC i May 12,2021 3E245271 April 30,2022 a ID CARD HOLDER THE ID CARD HOLDER NAMED BELOW HAS REGISTERED UNDER JE245271 THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING: r• April 30,2022 AT '?• HAS PAID THE FEE REQUIRED BY CHAPTER 482 FOR THE PERIOD EXPIRING April 30,2022 i SUPERIOR LANDSCAPING&LAWN SERVICE INC . r • MIAMI,FL 33142 a $1 E JOSE ROMERO Regular n I IWI2 ..�1.ueJ Signature SUPERIOR LANDSCAPING&LAWN SERVICE INC COMMISSIONER ATTACH PHOTO ON REVERSE P O BOX 35-0095 sa MIAMI,FL 33135 a \- Wallet Card- Fold Here } n i BUREAU OF LICENSING&ENFORCEMENT NICOLE"NIKKI"FLED,COMMISSIONER 3125 CONNER BLVD,BLDG.8 TALLAHASSEE,FLORIDA 32399-1650 j I a 4 s,two S.F///LL?rs A sA\\\\'; I///.!?a A.4!\\\l'§;,+'////!ra Ae \\1\'4_F///LArs Af'.R\\\\ti}/,Pl.P:s Al j DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 rR.i» p, STATE OF FLORIDA STATE OF FLORIDA Apartment of agriculture anb Consumer*PUP department ofgTitu[ture anb Consumer �erbitetl � BUREAU OF LICENSING AND ENFORCEMENT I BUREAU OF LICENSING AND ENFORCEMENT LUIS ENRIQUE SANTIAGO DIAZ Date File No. Expires SUPERIOR LANDSCAPING&LAWN SERVICE INC May 12,2021 JE249563 April 30,2022 ID CARD HOLDER THE ID CARD HOLDER NAMED BELOW HAS REGISTERED UNDER O' 1E249563 THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING: April 30,2022 AT G HAS PAID THE FEE REQUIRED BY CHAPTER 482 FOR THE PERIOD EXPIRING April 30,2022 SUPERIOR LANDSCAPING&LAWN SERVICE INC MIAMI,FL 33142 R LUIS ENRIQUE SANTIAGO DIAZ Regular g n I au- -41A. a Signature • SUPERIOR LANDSCAPING&LAWN SERVICE INC ` C'oMM1SSIONER ATTACH PHOTO ON REVERSE } P O BOX 35-0095 MIAMI,FL 33135 Wallet Card- Fold Here i n I(� BUREAU OF LICENSING&ENFORCEMENT NICOLE"NIKKIMMISSIONER 3125 CONNER BLVD,BLDG.8 311 x TALLAHASSEE,FLORIDA 32399-1650 a • •,,livy......- lt i".r1./. 7 e,tililivyllJdterYWN iKWANl ' a P. STATE OF FLORIDA STATE OF FLORIDA IHepartment of Egrirulture anb Consumer Aerbaes department of agriculture ally Consumer toerlXtes BUREAU OF LICENSING AND ENFORCEMENT BUREAU OF LICENSING AND ENFORCEMENT OSMANY MARTINEZ I Date File No. Expires i SUPERIOR LANDSCAPING&LAWN SERVICE INC May 12,2021 1E271886 April 30,2022 + ID CARD HOLDER THE ID CARD HOLDER NAMED BELOW HAS REGISTERED UNDER 1E271886 9. THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING: ) April 30,2022 AT . HAS PAID THE FEE REQUIRED BY CHAPTER 482 FOR THE PERIOD EXPIRING April 30,2022 i SUPERIOR LANDSCAPING&LAWN SERVICE INC 4 MIAMI,FL 33142 Li OSMANY MARTINEZ • Regular n I CJU 4i. Signature SUPERIOR LANDSCAPING&LAWN SERVICE INC COMMISSIONER ATTACH PHOTO ON REVERSE . P O BOX 35-0095 i J MIAMI,FL 33135 i ` Wallet Card- fold Here a BUREAU OF LICENSING&ENFORCEMENT CNICOLE'NIKKI"F COMMISSIONER . 3125 CONNER BLVD,BLDG.8 \ TALLAHASSEE,FLORIDA 32399-1650 a I TTreaMi'431/. kr•,ts/n/.r-ti V\\\iim V.2iiIii l.1.71.vs%Nikt.••:.u/r/.rt.\\\';ii:•V•:ir///r_t\\Viiiz•V mcL"r///.ra\\v\i+,••r4 -- STATE OF FLORIDA • STATE OF FLORIDA 5 aleparpnent of Bgrirutture ant) Consumer l erInees Drpartnlrnt of Sagriculturr anb (on5umer A+erturr5 BUREAU OF LICENSING AND ENFORCEMENT BUREAU OF LICENSING AND ENFORCEMENT HEBERTO J RODRIGUEZ Date File No. Expires SUPERIOR LANDSCAPING&LAWN SERVICE INC May 12,2021 JE271887 April 30,2022 di ID CARD HOLDER 5. 4 4 THE ID CARD HOLDER NAMED BELOW HAS REGISTERED UNDER JE271887 THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING: April 30,2022 AT HAS PAID THE FEE REQUIRED BY CHAPTER 482 FOR THE PERIOD EXPIRING April 30,2022 SUPERIOR LANDSCAPING&LAWN SERVICE INC r • MIAMI,FL 33142 s HEBERTO J RODRIGUEZ Regular n I pd(d. ..frjttl Signature SUPERIOR LANDSCAPING&LAWN SERVICE INC ) COMMISSIONER ATTACH PHOTO ON REVERSE P O BOX 35-0095 MIAMI,FL 33135 aWallet Card- Fold Here J a n I .�M.I IL F BUREAU OF LICENSING&ENFORCEMENT NICOLE"NIKKI"F ED,COMMISSIONER 3125 CONNER BLVD,BLDG.8 TALLAHASSEE,FLORIDA 32399-1650 i 5 i R .Awn lV.I.:VFJ//,,ra,A I•S!.\\\\W/1...a A4 kr DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 Yn+�x+a6 1 1 STATE OF FLORIDA STATE OF FLORIDA 1 I@epartment of agriculture anb don5umer iberbiu5 ;Department of agriculture anb Consumer Acrbices BUREAU OF LICENSING AND ENFORCEMENT I BUREAU OF LICENSING AND ENFORCEMENT MARTIR M AMAYA I. a Date File No. Expires SUPERIOR LANDSCAPING&LAWN SERVICE INC May 12,2021 JE271888 April 30,2022 ID CARD HOLDER q THE ID CARD HOLDER NAMED BELOW HAS REGISTERED UNDER 1 JE271888 THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING: ' HAS PAID THE FEE REQUIRED BY CHAPTER 482 FOR THE PERIOD a April 30,2022 AT EXPIRING April 30,2022 a SUPERIOR LANDSCAPING&LAWN SERVICE INC MIAMI,FL 33142z. �/ 5! Regular 1, n1 oil- ..�►,ttlr Signature MARTIR M AMAYA 6 SUPERIOR LANDSCAPING&LAWN SERVICE INC COMMISSIONER ATTACH PHOTO ON REVERSE a P O BOX 35-0095 E MIAMI,FL 33135 7. Wallet Card- Fold Here n I A • BUREAU OF LICENSING&ENFORCEMENT NICOLE"NIKKI" D,COMMISSIONER 3125 CONNER BLVD,BLDG.8 TALLAHASSEE,FLORIDA 32399-1650 t STATE OF FLORIDA STATE OF FLORIDA *titling BUREAU of fifgriculturr anb Consumer >Scrbiceg department of agriculture anti Consumer *titlingBUREAU OF LICENSING AND ENFORCEMENT BUREAU OF LICENSING AND ENFORCEMENT RODOLFO HAWKINS Date File No. Expires SUPERIOR LANDSCAPING&LAWN SERVICE INC May 12,2021 JE271889 April 30,2022 ID CARD HOLDER THE ID CARD HOLDER NAMED BELOW HAS REGISTERED UNDER JE271889 THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING: HAS PAID THE FEE REQUIRED BY CHAPTER 482 FOR THE PERIOD April 30,2022 AT EXPIRING April 30,2022 SUPERIOR LANDSCAPING&LAWN SERVICE INC MIAMI,FL 33142 k q RODOLFO HAWKINS Regularn I eJtL *Ad Signature SUPERIOR LANDSCAPING&LAWN SERVICE INC COMMISSIONER ATTACH PHOTO ON REVERSE P O BOX 35-0095 J MIAMI,FL 33135 s, \ Wallet Card-Fold Here n I Cf!2 `� BUREAU OF LICENSING&ENFORCEMENT NICOLE"NIKKI"F ED,COMMISSIONER 3125 CONNER BLVD,BLDG.8 TALLAHASSEE FLORIDA 32399-1650 • ;TY 0"rs rt»Nr 5 STATE OF FLORIDA a I STATE OF FLORIDAt , Department of Z1gruulture anb C on5umer lierbites Department of agricu[ture anb Consumer onsumtr Operbi[es BUREAU OF LICENSING AND ENFORCEMENT BUREAU OF LICENSING AND ENFORCEMENT ROBERTO SANCHEZ Date File No. Expires % SUPERIOR LANDSCAPING&LAWN SERVICE INC a May 12,2021 JE310835 April 30,2022 i ID CARD HOLDER 3. THE ID CARD HOLDER NAMED BELOW HAS REGISTERED UNDER THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING: JE310835 April 30,2022 A.I. : HAS PAID THE FEE REQUIRED BY CHAPTER 482 FOR THE PERIOD EXPIRING April 30,2022 SUPERIOR LANDSCAPING&LAWN SERVICE INC • MIAMI,FL 33142 i E: �J ROBERTO SANCHEZ Regular n 1 CJ'(L , ,L` Signature SUPERIOR LANDSCAPING&LAWN SERVICE INC ?, COMMISSIONER ATTACH PHOTO ON REVERSE P O BOX 35-0095 ' MIAMI,FL 33135 Wallet Card - Fold Here J a .; n i ,L BUREAU OF LICENSING&ENFORCEMENT NICOLE"NIKKI" ED,COMMISSIONER 3125 CONNER BLVD,BLDG.8 TALLAHASSEE,FLORIDA 32399-1650 i a !•.M!\\‘V f////..m.•a,,.N.'\\tfiu,±>..•.11.W6CF Arnw•slc!NWAV///L..ta♦.,...WV'#J ft,.toAt _DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 ,\\;ca ri C u. I a STATE OF FLORIDA STATE OF FLORIDA Mepartntent of IOgrirulture ant) Consumer&erbuts Department of Sagriculture ant) Consumer *trbins BUREAU OF LICENSING AND ENFORCEMENT BUREAU OF LICENSING AND ENFORCEMENT NOE A ROMERO ii Date File No. Expires • SUPERIOR LANDSCAPING&LAWN SERVICE INC • May 12,2021 JE194814 April 30,2022 5 ID CARD HOLDER THE ID CARD HOLDER NAMED BELOW HAS REGISTERED UNDER THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING: j JE194814 April30,2022 AT HAS PAID THE FEE REQUIRED BY CHAPTER 482 FOR THE PERIOD y EXPIRING April 30,2022 ► SUPERIOR LANDSCAPING&LAWN SERVICE INC • MIAMI,FL 33142 t NOE A ROMERO °� Z. - n I C -e. - tf Signature SUPERIOR LANDSCAPING&LAWN SERVICE INC COMMISSIONER ATTACH PHOTO ON REVERSE y• P O BOX 35-0095 i MIAMI,FL 33135 S Wallet Card-Fold Here iz n l w� ' BUREAU OF LICENSING&ENFORCEMENT Gl7 3125 CONNER BLVD,BLDG.8 F NICOLE"NIKK1" ED,COMMISSIONER TALLAHASSEE,FLORIDA 32399-1650 i a !''.A a><!.t\\V4:f////!?ra A a:q.\\\\'4.F///L+?!a A an!A\\V',F////.{fro A arM\\\Vtif///.'..,a A ah!\\\V4:F/./t..a•t ► n r a4:nr-o.vOiAa•awn( /fh.\\\\ii:a♦a,cirnLrt i:,ar WIN aru(uI.."0.1 viO V y ar /r/h \\\\ '•a r � i- STATEOF FLORIDA p�� I! STATE OF FLORIDA ! �tpartment of iligrlrniture anb Consumer Operbireg -' Department of 2igrifulturt anb Consumer Sotrbire» BUREAU OF LICENSING AND ENFORCEMENT BUREAU OF LICENSING AND ENFORCEMENT ) GUSTAVO EDUARDO VALDES Date File No. Expires SUPERIOR LANDSCAPING&LAWN SERVICE INC a May 12,2021 JE201259 April 30,2022 i ID CARD HOLDER • THE ID CARD HOLDER NAMED BELOW HAS REGISTERED UNDER ' JE2o1259 THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING: April 30,2022 AT '",� HAS PAID THE FEE REQUIRED BY CHAPTER 482 FOR THE PERIOD EXPIRING April 30,2022 SUPERIOR LANDSCAPING&LAWN SERVICE INC a ► MIAMI,FL 33142 i s :3 e GUSTAVO EDUARDO VALDES Regular (1 I&Tit --f'LtA Signature SUPERIOR LANDSCAPING&LAWN SERVICE INC COMMISSIONER ATTACH PHOTO ON REVERSE P O BOX 35-0095 :: v. MIAMI,FL 33135• �4 ` Wallet Card- Fold Here J 9' 3 n 1 catt BUREAU OF LICENSING&ENFORCEMENT NICOLE"NDUU"F COMMISSIONER 3125 CONNER BLVD,BLDG.8 TALLAHASSEE,FLORIDA 32399-1650 5 0 • a 4 a.0.,\\,,,,,y///1.!O A ow!.\\\\', ////!,:a A a:5!.\\\V'F////!?ra A a^A\l\tir/NL...ar A a:,!.O'.V,,f///l...n 611 plww�l\YKL L—•+Y!!!/'w1�; L !llw�1��W�1 L.K7YI!/!w�! �ttri STATE OF FLORIDA STATE OF FLORIDA &pariment of Si'gruulture and Consumer imbues Department of agriculture ant) Consumer fatrbites BUREAU OF LICENSING AND ENFORCEMENT BUREAU OF LICENSING AND ENFORCEMENT CASIMIRO GORDILLO Date File No. Expires SUPERIOR LANDSCAPING&LAWN SERVICE INC May 12,2021 JE153143 April 30,2022 ID CARD HOLDER THE ID CARD HOLDER NAMED BELOW HAS REGISTERED UNDER JE153143 THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING: April 30,2022 AT HAS PAID THE FEE REQUIRED BY CHAPTER 482 FOR THE PERIOD EXPIRING April 30,2022 SUPERIOR LANDSCAPING&LAWN SERVICE INC MIAMI,FL 33142 CASIMIRO GORDILLO Regular /1 I eArt,G .•41;tt-i Signature SUPERIOR LANDSCAPING&LAWN SERVICE INC COMMISSIONER ATTACH PHOTO ON REVERSE J P O BOX 35-0095 MIAMI,FL 33135 Wallet Card- Fold Here n 1 au. BUREAU OF LICENSING&ENFORCEMENT "F I NICOLE"NIKKIED,COMMISSIONER 3125 CONNER BLVD,BLDG.8 TALLAHASSEE,FLORIDA 32399-1650 V DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 "\` ..r4 I STATE OF FLORIDA STATE OF FLORIDA > IDeparMlent of agriculture anti Consumer &erllirts Bepartment of Zgritulture anti Consumer *alias BUREAU OF LICENSING AND ENFORCEMENT I BUREAU OF LICENSING AND ENFORCEMENT r • RODOLFO HAWKINS Date File No. Expires 1 SUPERIOR LANDSCAPING&LAWN SERVICE INC May 12,2021 JE271889 April 30,2021 ID CARD HOLDER THE ID CARD HOLDER NAMED BELOW HAS REGISTERED UNDER JE271889 THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING: April 30,2021 AT • HAS PAID THE FEE REQUIRED BY CHAPTER 482 FOR THE PERIOD • EXPIRING April 30,2021 SUPERIOR LANDSCAPING&LAWN SERVICE INC F' MIAMI,FL 33142 Regular n I Cd1L 4-ttJJ Signature ., RODOLFO HAWKINS i COMMISSIONER ATTACH PHOTO ON REVERSE • SUPERIOR LANDSCAPING&LAWN SERVICE INC ` J P O BOX 35-0095 • MIAMI,FL 33135 E Wallet Card- Fold Here 1 n 1 au i BUREAU OF LICENSING&ENFORCEMENT F• NICOLE"NIKKI" ED,COMMISSIONER ' 3125 CONNER BLVD,BLDG.8 TALLAHASSEE,FLORIDA 32399-1650 !A SK!\kkv.,7✓//tu.Aa:..a\\3f/r/A!?r.•.:t!,,\\\',:,////.p•.•In....U\\W//kl....a•• AWAY///..:.4. ;,r.ti"///LrTitA \ '•V wui'//lYf4.Wiii.N•V '//J/.:4\\\\b•V.tit//f4 N\i,•V•:.YNI.r_t\\\-.a 7 / 1 O I STATE OF FLORIDA STATE OF FLORIDA �epdrtlittl t at agrutlitucc anti Consumer herbltt8 iDepartment of Sgrieulture anti Consumer 'rrbi eo BUREAU OF LICENSING AND ENFORCEMENT 3 BUREAU OF LICENSING AND ENFORCEME�9 ii• • DANIEL H ACKENBRACK a Date File No. Expires • SUPERIOR LANDSCAPING&LAWN SERVICE INC ` May 12,2021 JE44120 April 30,2022 ID CARD HOLDER 51 THE ID CARD HOLDER NAMED BELOW HAS REGISTERED UNDER : JE44120 THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING: = Certified Operator ii April 30,2022 AT HAS PAID THE FEE REQUIRED BY CHAPTER 482 FOR THE PERIOD 4 EXPIRING April 30,2022 a P. SUPERIOR LANDSCAPING&LAWN SERVICE INC 1 MIAMI,FL 33142 Certified Operator l7 A,t • DANIEL H ACKENBRACK k ` n 1 C.)1 Signature i SUPERIOR LANDSCAPING&LAWN SERVICE INC a ` COMMISSIONER ATTACH PHOTO ON REVERSE J P O BOX 35-0095 a 3 MIAMI,FL 33135 Wallet Card- Fold Here n I&YU BUREAU OF LICENSING&ENFORCEMENT y NICOLE"NIKKI"FRIED,COMMISSIONER 3125 CONNER BLVD,BLDG.8 TALLAHASSEE,FLORIDA 32399-1650 Ili a !A an!),,,,,:, ///.tn.A•^1,.\\\,,:y'////!r.A \3'7///Mr4•Aa.M\\\\',J'////Ar.A•'...\\t\k'FJ//.+!.AI I. ' / r STATE OF FLORIDA STATE OF FLORIDA I9epactmcnt of agriculture anti Consumer htcbices �epartmellt Ofgrirulture anti Consumer �erblres BUREAU OF LICENSING AND ENFORCEMENT BUREAU OF LICENSING AND ENFORCEMENT SUPERIOR LANDSCAPING&LAWN SERVICE INC Date File No. Expires 2200 NW 23RD AVE May 12,2021 JB160603 April 30,2022 PEST CONTROL COMPANY FIRM THE PEST CONTROL COMPANY FIRM NAMED BELOW HAS JB160603 REGISTERED UNDER THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING:April 30,2022 AT HASEXPIRING PAID THEApri1 FEE30,2022REQUIRED BY CHAPTER 482 FOR THE PERIOD 2200 NW 23RD AVE MIAMI,FL 33142 SUPERIOR LANDSCAPING&LAWN SERVICE Lawn and Ornamental n I CJ't-t -4 ,.. Signature INC COMMISSIONER P O BOX 35-0095 MIAMI,FL 33135 Wallet Card- FoldJ Here w� , 41 BUREAU OF LICENSING&ENFORCEMENT n I t.t ) 3125 CONNER BLVD,BLDG.8 NICOLE"NIKKI"F IED,COMMISSIONER �J TALLAHASSEE,FLORIDA 32399-1650 7 1 DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 Ns ;T wrier/ 170. VaTia•vii'////f4\\\\'iisa T a %/!/h\\l''a T aka///f1,\\\\ism T mai////.ft\\\\ •T4 STATE OF FLORIDA -; 38epartmcnt of agriculture anti QCon5umer foerblttg > BUREAU OF LICENSING AND ENFORCEMENT J Date File No. Expires a aOctober 31,2018 LF278437 October 29,2022 4 THE LTD COMMERCIAL FERTILIZER APPLICATOR HOLDER ' NAMED BELOW HAS REGISTERED UNDER THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING:October 29,2022 GUSTAVO EDUARDO VALDES 22300 SW 177THAVE i MIAMI,FL 33170 s I. ADUTNAM COMMISSIONER 0 4 a .l\\\'V7/M!ra A f!5?.tlli'4F////.!!tom l i .\1\3.,/// .l as?!S"'.f///.!7ta A _WNW' L. a Al DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 t „ „, I 111(r I d «, : % ,0)!(fi,. .. .n,.% .1),1._rfo. \Pi Pt/ al).0,- \x, � i i ,:. "�� OF IFAS 'Fiil UNIVERSITY of FLORIDA \ � Certificate of Training �0 ' , , ''T'° Management Practiceseep/' --: GV908018-1 Bestanage ? fi: Certificate# Florida Green Industries ,: GV908018 4,1 Trainee ID# / , I,f Gustavo E. Valdes ,; 44 has successfully met all requirements necessary to be fully trained through1 so \�,� the Green Industries Best Management Practices Program developed by the //%� A 0 Florida Department of Environmental Protection with the University of : : jFlorida Institute of Food and Agricultural Sciences. c��� W. Eddinger 9/18/2018 1/41 �O'A 1 �\ Issuer Instructor Date of Class DEP Pr am Administrator INI 0 j� Not valid without seal - i i ` . l`�// V\\ t /� i�\zJ�� /i �\ � j� \ 4 y� s. )i 1<<` /i. ii l°/i \ f liii ► i\\�als7,1, i41, �.;NAi%i//��i�h►�Ci\\�\��9ol���4►i�itirrolt l►►�t\zr/i// tgais �sr;i/� ,1► t\\�\��ilds,► w.1 DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 IN Namur I in • I INTERNATIONAL SOCIETY OF ARBORICUILTURE CERTIFIED ARBORIST® Gustavo E. Valdes Having successfully completed the requirements set by the International Society of Arboriculture, the above named is hereby recognized as an ISA Certified Arborist® f: :1,1' i V Ilk? i1 ':4 Luana Vargas Caitlyn Pollihan A HSI f Director of Credentialing Services Executive Director ACCREDITED 1: International Society of Arboriculture International Society of Arboriculture #0847 � FL-5774A 17 Nov 2007 31 Dec 2022 ISOIIEC 17024 s � Personnel Certification Program ••.• f/ Certification Number Certified Since Expiration Date ISA CertifiedArborist° I I • M ■ 111 ._ DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 Certificate Completion Gustavo E. Valdes Has Completed a Florida Department of Transportation Approved Temporary Traffic Control (TTC) Advanced (Refresher) Course. 09/20/2022 14C Jeremiah McCarthy 43797 Date Expires FOOT Provider# Instructor Certificate# Metro Florida Safety Council Tri-County Dade,Broward,Palm Beach,metrofloridasafetycouncil.com mlyons@metrofloridasafetycouncil.com METRO For more information about Temporary Traffic FLORIDA SAFETY COUNCIL Control(TTC)or to verify this certificate www.motadmin.com V — FDOT This Certifies that Gustavo E.Valdes Has Completed a Florida Department of Transportation Approved Temporary Traffic Control(TTC)Advanced(Refresher)Course. Date Expires:09/20/2022 Certificate#43797 Instructor:Jeremiah McCarthy FDOT Provider#140 Metro Florida Safety Council Phone:954-603-1900 Tri.County Dade,Broward,Paim Beach, metrofloridasafetycouncll.com miyons@metrofloridaeafetycouncll.com METRO 'LOM A SUM CWNCtt r 4vcS09999L6a-Z396-1.884-£L9V V9L89V£0 al adoIanu3 u6ignaoa DocuSign Envelope ID:C3A5B18A-A673-48B1-95E2-D975656D55A4 • T - Ron DeSantis,Governor Julie I. Brown„Secretary °4' - - •• Florida STATE OF FLORIDA 47GA:- , yS DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD 4A .11-1-11'_ Q1 t THE GENERAL CONTRACTOR HEREIN IS CERTIFIED UNDER THE PROVISIONS OF CHAPTER 489, FLORIDA STATUTES • � - $ . • • • t• 1 • • .T. DICKENS, BRIAN • • '" SUPERIOR LANDSCAPING & LAWN SERVICE INC .2200 NORTHWEST 23RD AVENUE • • ,A. MIAMI ,, �4 FL 33142 • LICENSE NUMBER: CGC1529871 A EXPIRATION DATE: AUGUST 31, 2022 Always verify licenses online at MyFloridaLicense.com •1.s F.4?`' `_ Ley,#.•.. Do not alter this document in any form. - F� 'o•• This is your license. It is unlawful for anyone other than the licensee to use this document. • 1 1 DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 ti °Clie�;o,,, Department of .� ,r '3,;.:.; .�1 Environmental Protection OF IFAS UNIVERSITY o FLORIDA '- 2600 Blair Stone Road, M.S.35�0 fFLOR Tallahassee, Florida 32399-2400 GI-BMP Trainee ID: GV38971 � .-.. Certification date: 1/29/2016 Congratulations on successfully completing the Florida Green Industries Best Management Practices Training Program.Your certificate of completion and wallet card are attached.If there are errors in the certificate,or if we can be of further assistance,please contact the GI-BMP Office of the OF/Florida-Friendly LandscapingTM Program at gi.bmp@a ifas.ufl.edu or(352) 273-4517. Please note that this training certificate alone does not authorize you to apply fertilizer commercially after January 1,2014.You must take additional steps to become licensed for commercial fertilizer application in the state of Florida.The Limited Urban Commercial Fertilizer Applicator Certification (state"fertilizer license") is issued by the Florida Department of Agriculture and Consumer Services (FDACS). Apply online:https://aesecomm.freshfromflorida.com.The certificate number from this document is required to apply for Fertilizer Applicator Certification. For assistance contact:The Bureau of Licensing and Enforcement, (850) 617-7997 Test Score:85% If your test score is 90%or greater,you may be eligible to become a GI-BMP Instructor: http://fyn.ifas.ufl.edu/professionals/instructor_program.html State of Florida DEPARTMENT OF Beatriz Gerdts ENVIRONMENTAL PROTECTION 12578 SW 125th Ter Miami, FL 33186 Beatriz Gerdts GV38971-1 GV38971 Certificate# Trainee ID# GREEN INDUSTRIES BEST MANAGEMENT PRACTICES TRAINING PROGRAM AkISK���1�►►%�%�,i A:I�IniIri/i�������hly►q-i/i�����\���Ii►��%%gjlki���atefoAeIft-o �I��r�j�/���������11+►►%%/�`�\�����i wawa 4. ` +tcrtear UFIFAS ,-s' j� / 1k r�� ` • • UNIVERSITY of FLORIDA ���t ;1��<lik0FLORIIA: Certificate of Training f>��) GV38971-1 Best Management Practices rr 1*, Certificate# Florida Green Industries iii .11:41,44'. GV38971[f Trainee ID#4, The undersigned hereby acknowledges that _, II eatrnz Gerdts �z- ��/� has successfully met all requirements necessary to be fully trained through /),1, ►� , the Green Industries Best Management Practices Program developed by the , Florida Department of Environmental Protection with the University of "'� -• --2 24 43, ' ` Florida Institute of Food and Agricultural Sciences. (��� 47 . D. Rainey 1/29/2016 � Vi4V4 I���,,�� , = issuer Instructor Date of Class D rogram Administrator �4 1 i2 Not valid without seal Oil ��i ! //I ii�►►i\k�tWiri�li: ilk �\��t rilki'il►i�\Vv.-A/i/��40,8\�twleilly0 Netri%i//i ifs►►\w i/i/t. 0 8wirr— .,.0►8�\\,0 DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-0975656D55A4 State of Florida DEPARTMENT OF E. JIRONMENTAL PROTECTION Casimiro Gordillo GV24687-1 GV24687 Cerdficacc# Trainee ID# GREEN INDUSTRIES BEST MANAGEMENT PRACTICES TRAINING PROGRAM DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 Detail by FEI/EIN Number D.VISION OF CORPOR TIONS ., ,�:61 rg L o� at Tio i rw offidal lass o/Ftottdu webj e Department of State / Division of Corporations / Search Records / Search by FEI/EIN Number/ Detail by FEI/EIN Number Florida Profit Corporation SUPERIOR LANDSCAPING &LAWN SERVICE INC. Filing Information Document Number P98000044604 FEI/EIN Number 65-0838100 Date Filed 05/18/1998 State FL Status ACTIVE Last Event AMENDMENT Event Date Filed 12/11/2019 Event Effective Date NONE Principal Address 2200 NW 23RD AVE MIAMI, FL 33142 Changed: 01/12/2005 Mailing Address PO BOX 35-0095 MIAMI, FL 33135 Changed: 03/22/2012 Registered Agent Name&Address OTERO, ORLANDO 2200 N.W. 23 AVENUE MIAMI, FL 33142-6551 Address Changed: 01/04/2005 Officer/Director Detail Name &Address Title PD OTERO, ORLANDO 2200 N.W. 23 AVENUE MIAMI, FL 33142 Title TD search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail7inguirytype=FeiNumber&directionType=Initial&searchNameOrder 650838100P9800... 1/3 DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 Detail by FEI/EIN Number VALDES, MARIA 2200 N.W. 23 AVENUE MIAMI, FL 33142 Title QCO MOREL, MICHAEL P.O. BOX 35-0095 MIAMI, FL 33135 Title QCO CANTOR, LAURENCE PO BOX 35-0095 MIAMI, FL 33135 Annual Reports Report Year Filed Date 2019 02/27/2019 2020 03/10/2020 2021 02/03/2021 Document Images 02/03/2021—ANNUAL REPORT View image in PDF format 03/10/2020—ANNUAL REPORT View image in PDF format 12/11/2019—Amendment View image in PDF format 02/27/2019—ANNUAL REPORT View image in PDF format 03/07/2018—ANNUAL REPORT View image in PDF format 02/16/2017—Amendment View image in PDF format 01/31/2017—Amendment View image in PDF format 01/17/2017—ANNUAL REPORT View image in PDF format 01/22/2016—ANNUAL REPORT View image in PDF format 01/11/2015—ANNUAL REPORT View image in PDF format 09/09/2014—AMENDED ANNUAL REPORT View image in PDF format 07/09/2014—Amendment View image in PDF format 02/10/2014—ANNUAL REPORT View image in PDF format 11/13/2013—AMENDED ANNUAL REPORT View image in PDF format 03/04/2013—ANNUAL REPORT View image in PDF format . 03/22/2012—ANNUAL REPORT View image in PDF format 02/22/2011—ANNUAL REPORT View image in PDF format 04/01/2010—ANNUAL REPORT View image in PDF format 03/12/2009—ANNUAL REPORT View image in PDF format 04/25/2008—ANNUAL REPORT View image in PDF format 01/15/2007—ANNUAL REPORT View image in PDF format 01/17/2006—ANNUAL REPORT View image in PDF format 01/11/2006—ANNUAL REPORT View image in PDF format 04/19/2005—ANNUAL REPORT View image in PDF format search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail7inquirytype=FeiNumber&directionType=Initial&searchNameOrder=650838100P9800... 2/3 DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 Detail by FEI/EIN Number 01/04/2005—ANNUAL REPORT View image in PDF format 01/30/2004—ANNUAL REPORT View image in PDF format 03/24/2003—ANNUAL REPORT View image in PDF format 04/01/2002—ANNUAL REPORT View image in PDF format 02/12/2001—ANNUAL REPORT View image in PDF format 01/24/2000—ANNUAL REPORT View image in PDF format 02/19/1999—ANNUAL REPORT View image in PDF format 05/18/1998—Domestic Profit View image in PDF format Elmtida Departateirt of State,Deoston Of tot tttattOn5 search.sunbiz.org/Inquiry/CorporationSearch/Search ResultDetail7inquirytype=FeiNumber&directionType=Initial&searchNameOrder-650838100P9800... 3/3 fi r ,:-. iti:•� r� . tip,+ \ _� N. \ \ \ \ i ` A \ Yw ..(ILL y� \� ��'• ` I�n / '/. \ �� '/mot ` d S'f i ) �` r s r Certification No. 2021-257 i llieji Zxpiration date: December 31, 2024 :- • �I, , (.\\ 7 , , I.' ,i4.„..,,., , K. _'°:11 ‘414...,0,•-tirc- 3) ..,,, il )'42,.___,-„,--s?,,:,„ i,.... , ...,, , t r1 -------„, ..,< I This certifies that yZ iTflipig." /V'1"....(t� juri. 0 a&1es " c Having shown to possess the necessary qualifications and having complied with the requirements of the � ill : Landscape Inspectors Association of Florida �� competent Y 'i- was by an order of this body recognized as , J/j '_ , in dispensing of the duties of a CY Landscape Inspector ;(,,j „ f Given under the seal of the . � � if � . _ Landscape Inspectors Association of Florida j : A r • '` this 1st day of June, 2021 -. ... ..•sCiri I 4it_ I. ., (I- �,-; - �f (',u , Certification Chair '. ; Kevtn Flunt �.� DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 FDOT This Certifies that Julio Valdes Has Completed a Florida Department of Transportation Approved Temporary Traffic Control(TTC)Advanced(Refresher)Course. Date Expires:03/26/2025 Certificate#71857 Instructor:Messier R.Gilchrist FDOT Provider#140 R Metro Florida Safety Council Phone:984.603-1900 Trt-County Dade,Broward,Palm Beach, metrofioridasafetycounci l.c om mlyona@metrofioridaaefarycouncll.co n, mEnto r p DocuSign Envelope ID.C3A5B18A-A673-4BB1-95E2-D975656D55A4 State of Florida Department of State I certify from the records of this office that SUPERIOR LANDSCAPING & LAWN SERVICE INC. is a corporation organized under the laws of the State of Florida, filed on May 18, 1998. The document number of this corporation is P98000044604. I further certify that said corporation has paid all fees due this office through December 31, 2021, that its most recent annual report/uniform business report was filed on February 3, 2021, and that its status is active. I further certify that said corporation has not filed Articles of Dissolution. Given under my hand and the Great Seal of the State of Florida at Tallahassee, the Capital, this the Tenth day of February, 2021 : ACC AC i.''' .'s�-E .- 1 _..w.-lic :ab+` • .,,ter.. . ..moo 1,;,E.�� � Secretary of State Tracking Number: 2041194278CU To authenticate this certificate,visit the following site,enter this number,and then follow the instructions displayed. Ilttps://services.su n biz.ors/Filin ss/CertificateOfStatus/C ertificateAuthenticatio`, DocuSign Envelope ID C3A5B18A-A673-{4BB1-/95E2-D975656D55A4�r (.1y 7�?�} �( p����Pq �AC:>Cf. >)(..s )bcpr prpl� :pxc k�,p•p�.p9:c::),,QYpKCJ .:'J=�dxtC;ti<=x <=n0 J, C7YC ,,,,a,ti ,-./rvi�nun, ;'n,x,n,�r „w,C1421as:n„ n ,n, n ifitY ln� �nt.ICiZila �n'aln ZITY InWi i N • �,•, i a rc _4): 1p.ta , ,,. .. Ohs, ibil hpartmtnt of Otntr c Ell D.c D - arc _ � _ I certify the attached is a true and correct copy of the Articles of Incorporation of h®= SUPERIOR LANDSCAPING & LAWN SERVICE INC., a Florida corporation, filed ©ta w on May 18, 1998, as shown by the records of this office. ' AP :.. The document number of this corporation is P98000044604. a - ,)I T - i,,." bd , t,_ '944 t 02- eif a/0C 1.0 .- 0) :'� Q.:. Given under my hand and the .0c K ''. _-' Great Seal of the State of Florida at Tallahassee, the Capitol, this the ©T ��- �� Eighteenth day of May, 1998 *.7 oF---. --, --::4:4\ �"m:, _ Dg 1, ;-ate. i -4oi .-:_,,..-.., ----_--.- 5c:4,e..5e .i..Je...) 0. ga F;= ���•?ob III, ,,,, , '2ntdr�t _ tl'ti nm _;.Z Vr to yr t` Utz vc c>�ca cal".t' �c c cD c>u'c>''© c�i° .>. vit t' v v � DocuSign Envelope ID:C3A5B18A-A673-4881-95E2-D975656D55A4 veriry ::... Company ID Number: 272503 THE E-VERIFY MEMORANDUM OF UNDERSTANDING FOR EMPLOYERS ARTICLE I PURPOSE AND AUTHORITY The parties to this agreement are the Department of Homeland Security (DHS) and the Superior Landscaping & Lawn Service, Inc. (Employer). The purpose of this agreement is to set forth terms and conditions which the Employer will follow while participating in E-Verify. E-Verify is a program that electronically confirms an employee's eligibility to work in the United States after completion of Form 1-9, Employment Eligibility Verification (Form 1-9). This Memorandum of Understanding (MOU) explains certain features of the E-Verify program and describes specific responsibilities of the Employer, the Social Security Administration (SSA), and DHS. Authority for the E-Verify program is found in Title IV, Subtitle A, of the Illegal Immigration Reform and Immigrant Responsibility Act of 1996 (IIRIRA), Pub. L. 104-208, 110 Stat. 3009, as amended (8 U.S.C. § 1324a note). The Federal Acquisition Regulation (FAR) Subpart 22.18, "Employment Eligibility Verification" and Executive Order 12989, as amended, provide authority for Federal contractors and subcontractors (Federal contractor) to use E-Verify to verify the employment eligibility of certain employees working on Federal contracts. ARTICLE II RESPONSIBILITIES A. RESPONSIBILITIES OF THE EMPLOYER 1. The Employer agrees to display the following notices supplied by DHS in a prominent place that is clearly visible to prospective employees and all employees who are to be verified through the system: a. Notice of E-Verify Participation b. Notice of Right to Work 2. The Employer agrees to provide to the SSA and DHS the names, titles, addresses, and telephone numbers of the Employer representatives to be contacted about E-Verify. The Employer also agrees to keep such information current by providing updated information to SSA and DHS whenever the representatives' contact information changes. 3. The Employer agrees to grant E-Verify access only to current employees who need E-Verify access. Employers must promptly terminate an employee's E-Verify access if the employer is separated from the company or no longer needs access to E-Verify. Page 1 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 '"` 6tc veriryTic„ Company ID Number: 272503 4. The Employer agrees to become familiar with and comply with the most recent version of the E-Verify User Manual. . 5. The Employer agrees that any Employer Representative who will create E-Verify cases will complete the E-Verify Tutorial before that individual creates any cases. a. The Employer agrees that all Employer representatives will take the refresher tutorials when prompted by E-Verify in order to continue using E-Verify. Failure to complete a refresher tutorial will prevent the Employer Representative from continued use of E-Verify. 6.The Employer agrees to comply with current Form 1-9 procedures, with two exceptions: a. If an employee presents a"List B" identity document, the Employer agrees to only accept"List B"documents that contain a photo. (List B documents identified in 8 C.F.R. § 274a.2(b)(1)(B))can be presented during the Form 1-9 process to establish identity.) If an employee objects to the photo requirement for religious reasons, the Employer should contact E-Verify at 888-464-4218. b. If an employee presents a DHS Form 1-551 (Permanent Resident Card), Form 1-766 (Employment Authorization Document), or U.S. Passport or Passport Card to complete Form 1-9, the Employer agrees to make a photocopy of the document and to retain the photocopy with the employee's Form 1-9.The Employer will use the photocopy to verify the photo and to assist OHS with its review of photo mismatches that employees contest. DHS may in the future designate other documents that activate the photo screening tool. Note: Subject only to the exceptions noted previously in this paragraph, employees still retain the right to present any List A, or List B and List C, document(s)to complete the Form 1-9. 7. The Employer agrees to record the case verification number on the employee's Form 1-9 or to print the screen containing the case verification number and attach it to the employee's Form 1-9. 8. The Employer agrees that, although it participates in E-Verify, the Employer has a responsibility to complete, retain, and make available for inspection Forms 1-9 that relate to its employees, or from other requirements of applicable regulations or laws, including the obligation to comply with the antidiscrimination requirements of section 274B of the INA with respect to.Form 1-9 procedures. a. The following modified requirements are the only exceptions to an Employer's obligation to not employ unauthorized workers and comply with the anti-discrimination provision of the INA: (1) List B identity documents must have photos, as described in paragraph 6 above; (2)When an Employer confirms the identity and employment eligibility of newly hired employee using E-Verify procedures, the Employer establishes a rebuttable presumption that it has not violated section 274A(a)(1)(A) of the Immigration and Nationality Act(INA)with respect to the hiring of that employee; (3) If the Employer receives a final nonconfirmation for an employee, but continues to employ that person, the Employer must notify DHS and the Employer is subject to a civil money penalty between $550 and $1,100 for each failure to notify DHS of continued employment following a final nonconfirmation; (4) If the Employer continues to employ an employee after receiving a final nonconfirmation, then the Employer is subject to a rebuttable presumption that it has knowingly Page 2 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 as r.sa° ver�ry ..�o ....�_ ... Company ID Number: 272503 employed an unauthorized alien in violation of section 274A(a)(1)(A); and (5) no E-Verify participant is civilly or criminally liable under any law for any action taken in good faith based on information provided through the E-Verify. b. DHS reserves the right to conduct Form 1-9 compliance inspections, as well as any other enforcement or compliance activity authorized by law, including site visits, to ensure proper use of E-Verify. 9. The Employer is strictly prohibited from creating an E-Verify case before the employee has been hired, meaning that a firm offer of employment was extended and accepted and Form 1-9 was completed. The Employer agrees to create an E-Verify case for new employees within three Employer business days after each employee has been hired (after both Sections 1 and 2 of Form 1-9 have been completed), and to complete as many steps of the E-Verify process as are necessary according to the E-Verify User Manual. If E-Verify is temporarily unavailable, the three-day time period will be extended until it is again operational in order to accommodate the Employer's attempting, in good faith, to make inquiries during the period of unavailability. 10. The Employer agrees not to use E-Verify for pre-employment screening of job applicants, in support of any unlawful employment practice, or for any other use that this MOU or the E-Verify User Manual does not authorize. 11.The Employer must use E-Verify for all new employees. The Employer will not verify selectively and will not verify employees hired before the effective date of this MOU. Employers who are Federal contractors may qualify for exceptions to this requirement as described in Article II.B of this MOU. 12. The Employer agrees to follow appropriate procedures(see Article Ill below) regarding tentative nonconfirmations. The Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee's E-Verify case. The Employer agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer agrees to provide written referral instructions to employees and instruct affected employees to bring the English copy of the letter to the SSA. The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding, while their case is still pending. Further,when employees contest a tentative nonconfirmation based upon a photo mismatch, the Employer must take additional steps (see Article 111.6. below)to contact DHS with information necessary to resolve the challenge. 13. The Employer agrees not to take any adverse action against an employee based upon the employee's perceived employment eligibility status while SSA or DHS is processing the verification request unless the Employer obtains knowledge(as defined in 8 C.F.R. § 274a.1(I))that the employee is not work authorized. The Employer understands that an initial inability of the SSA or DHS automated verification system to verify work authorization, a tentative nonconfirmation, a case in continuance (indicating the need for additional time for the government to resolve a case), or the finding of a photo mismatch, does not establish, and should not be interpreted as, evidence that the employee is not work authorized. In any of such cases, the employee must be provided a full and fair opportunity to contest the finding, and if he or she does so, the employee may not be terminated or suffer any adverse employment consequences based upon the employee's perceived employment eligibility status Page 3 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 t>`Gk. M NW; Company ID Number: 272503 (including,denying, reducing, or extending work hours, delaying or preventing training, requiring an employee to work in poorer conditions,withholding pay, refusing to assign the employee to a Federal contract or other assignment, or otherwise assuming that he or she is unauthorized to work) until and unless secondary verification by SSA or DHS has been completed and a final nonconfirmation has been issued. If the employee does not choose to contest a tentative nonconfirmation or a photo mismatch or if a secondary verification is completed and a final nonconfirmation is issued, then the Employer can find the employee is not work authorized and terminate the employee's employment. Employers or employees with questions about a final nonconfirmation may call E-Verify at 1-888-464- 4218 (customer service)or 1-888-897-7781 (worker hotline). 14. The Employer agrees to comply with Title VII of the Civil Rights Act of 1964 and section 274B of the INA as applicable by not discriminating unlawfully against any individual in hiring, firing, employment eligibility verification, or recruitment or referral practices because of his or her national origin or citizenship status, or by committing discriminatory documentary practices. The Employer understands that such illegal practices can include selective verification or use of E-Verify except as provided in part D below, or discharging or refusing to hire employees because they appear or sound "foreign" or have received tentative nonconfirmations. The Employer further understands that any violation of the immigration-related unfair employment practices provisions in section 274B of the INA could subject the Employer to civil penalties, back pay awards, and other sanctions, and violations of Title VII could subject the Employer to back pay awards, compensatory and punitive damages. Violations of either section 274E of the INA or Title VII may also lead to the termination of its participation in E-Verify. If the Employer has any questions relating to the anti-discrimination provision, it should contact OSC at 1-800-255-8155 or 1-800-237-2515 (TDD). 15. The Employer agrees that it will use the information it receives from E-Verify only to confirm the employment eligibility of employees as authorized by this MOU. The Employer agrees that it will safeguard this information,and means of access to it(such as PINS and passwords), to ensure that it is not used for any other purpose and as necessary to protect its confidentiality, including ensuring that it is not disseminated to any person other than employees of the Employer who are authorized to perform the Employer's responsibilities under this MOU, except for such dissemination as may be authorized in advance by SSA or DHS for legitimate purposes. 16. The Employer agrees to notify DI-IS immediately in the event of a breach of personal information. Breaches are defined as loss of control or unauthorized access to E-Verify personal data. All suspected or confirmed breaches should be reported by calling 1-888-464-4218 or via email at E-Verifyna.dhs.gov. Please use"Privacy Incident—Password" in the subject line of your email when sending a breach report to E-Verify. 17. The Employer acknowledges that the information it receives from SSA is governed by the Privacy Act(5 U.S.C. § 552a(i)(1) and (3)) and the Social Security Act(42 U.S.C. 1306(a)). Any person who obtains this information under false pretenses or uses it for any purpose other than as provided for in this MOU may be subject to criminal penalties. 18. The Employer agrees to cooperate with DHS and SSA in their compliance monitoring and evaluation of E-Verify, which includes permitting DHS, SSA, their contractors and other agents, upon Page 4 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 $ 4 6 z M e y Company ID Number: 272503 reasonable notice, to review Forms 1-9 and other employment records and to interview it and its employees regarding the Employer's use of E-Verify, and to respond in a prompt and accurate manner to DHS requests for information relating to their participation in E-Verify. 19. The Employer shall not make any false or unauthorized claims or references about its participation in E-Verify on its website, in advertising materials, or other media. The Employer shall not describe its services as federally-approved, federally-certified, or federally-recognized, or use language with a similar intent on its website or other materials provided to the public. Entering into this MOU does not mean that E-Verify endorses or authorizes your E-Verify services and any claim to that effect is false. 20. The Employer shall not state in its website or other public documents that any language used therein has been provided or approved by DHS, USCIS or the Verification Division, without first obtaining the prior written consent of DHS. 21. The Employer agrees that E-Verify trademarks and logos may be used only under license by DHS/USCIS (see M-795 (Web)) and, other than pursuant to the specific terms of such license, may not be used in any manner that might imply that the Employer's services, products, websites, or publications are sponsored by, endorsed by, licensed by, or affiliated with DHS, USCIS, or E-Verify. 22. The Employer understands that if it uses E-Verify procedures for any purpose other than as authorized by this MOU, the Employer may be subject to appropriate legal action and termination of its participation in E-Verify according to this MOU. B. RESPONSIBILITIES OF FEDERAL CONTRACTORS 1. If the Employer is a Federal contractor with the FAR E-Verify clause subject to the employment verification terms in Subpart 22.18 of the FAR, it will become familiar with and comply with the most current version of the E-Verify User Manual for Federal Contractors as well as the E-Verify Supplemental Guide for Federal Contractors. 2. In addition to the responsibilities of every employer outlined in this MOU, the Employer understands that if it is a Federal contractor subject to the employment verification terms in Subpart 22.18 of the FAR it must verify the employment eligibility of any"employee assigned to the contract" (as defined in FAR 22.1801). Once an employee has been verified through E-Verify by the Employer, the Employer may not create a second case for the employee through E-Verify. a. An Employer that is not enrolled in E-Verify as a Federal contractor at the time of a contract award must enroll as a Federal contractor in the E-Verify program within 30 calendar days of contract award and, within 90 days of enrollment, begin to verify employment eligibility of new hires using E-Verify. The Employer must verify those employees who are working in the United States, whether or not they are assigned to the contract. Once the Employer begins verifying new hires, such verification of new hires must be initiated within three business days after the hire date. Once enrolled in E-Verify as a Federal contractor, the Employer must begin verification of employees assigned to the contract within 90 calendar days after the date of enrollment or within 30 days of an employee's assignment to the contract, whichever date is later. Page 5 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 " it ' F veriry Company ID Number: 272503 b. Employers enrolled in E-Verify as a Federal contractor for 90 days or more at the time of a contract award must use E-Verify to begin verification of employment eligibility for new hires of the Employer who are working in the United States,whether or not assigned to the contract, within three business days after the date of hire. If the Employer is enrolled in E-Verify as a Federal contractor for 90 calendar days or less at the time of contract award, the Employer must, within 90 days of enrollment, begin to use E-Verify to initiate verification of new hires of the contractor who are working in the United States, whether or not assigned to the contract. Such verification of new hires must be initiated within three business days after the date of hire. An Employer enrolled as a Federal contractor in E-Verify must begin verification of each employee assigned to the contract within 90 calendar days after date of contract award or within 30 days after assignment to the contract,whichever is later. c. Federal contractors that are institutions of higher education (as defined at 20 U.S.C. 1001(a)), state or local governments, governments of Federally recognized Indian tribes, or sureties performing under a takeover agreement entered into with a Federal agency under a performance bond may choose to only verify new and existing employees assigned to the Federal contract. Such Federal contractors may, however, elect to verify all new hires, and/or all existing employees hired after November 6, 1986. Employers in this category must begin verification of employees assigned to the contract within 90 calendar days after the date of enrollment or within 30 days of an employee's assignment to the contract,whichever date is later. d. Upon enrollment, Employers who are Federal contractors may elect to verify employment eligibility of all existing employees working in the United States who were hired after November 6, 1986, instead of verifying only those employees assigned to a covered Federal contract. After enrollment, Employers must elect to verify existing staff following DHS procedures and begin E-Verify verification of all existing employees within 180 days after the election: e. The Employer may use a previously completed Form 1-9 as the basis for creating an E-Verify case for an employee assigned to a contract as long as: i. That Form 1-9 is complete (including the SSN) and complies with Article II.A.6, ii. The employee's work authorization has not expired, and iii. The Employer has reviewed the Form 1-9 information either in person or in communications with the employee to ensure that the employee's Section 1, Form 1-9 attestation has not changed (including, but not limited to, a lawful permanent resident alien having become a naturalized U.S. citizen). f. The Employer shall complete a new Form 1-9 consistent with Article II.A.6 or update the previous Form 1-9 to provide the necessary information if: i. The Employer cannot determine that Form 1-9 complies with Article II.A.6, ii. The employee's basis for work authorization as attested in Section 1 has expired or changed, or iii. The Form 1-9 contains no SSN or is otherwise incomplete. Note: If Section 1 of Form 1-9 is otherwise valid and up-to-date and the form otherwise complies with Page 6 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 r veriry DocuSign Envelope ID C3A5B18A-A673-4BB1-95E2-D975656D55A4 �`Company ID Number: 272503 Article II:C.5, but reflects documentation(such as a U.S. passport or Form 1-551)that expired after completing Form I-9, the Employer shall not require the production of additional documentation, or use the photo screening tool described in Article II.A.5, subject to any additional or superseding instructions that may be provided on this subject in the E-Verify User Manual. g. The Employer agrees not to require a second verification using E-Verify of any assigned employee who has previously been verified as a newly hired employee under this MOU or to authorize verification of any existing employee by any Employer that-is'not a Federal contractor based on this Article. 3. The Employer understands that if it is a Federal contractor, its compliance with this MOU is a performance requirement under the terms of the Federal contract or subcontract, and the Employer consents to the release of information relating to compliance with its verification responsibilities under this MOU to contracting officers or other officials authorized to review the Employer's compliance with Federal contracting requirements. C. RESPONSIBILITIES OF SSA 1. SSA agrees to allow OHS to compare data provided by the Employer against SSA's database. SSA sends OHS confirmation that the data sent either matches or does not match the information in SSA's database. 2. SSA agrees to safeguard the information the Employer provides through E-Verify procedures. SSA also agrees to limit access to such information, as is appropriate by law, to individuals responsible for the verification of Social Security numbers or responsible for evaluation of E-Verify or such other persons or entities who may be authorized by SSA as governed by the Privacy Act(5 U.S.C. § 552a), the Social Security Act(42 U.S.C. 1306(a)), and SSA regulations(20.CFR Part 401). 3. SSA agrees to provide case results from its database within three Federal Government work days of the initial inquiry. E-Verify provides the information to the Employer. 4. SSA agrees to update SSA records as necessary if the employee who contests the SSA tentative nonconfirmation visits an SSA field office and provides the required evidence. If the employee visits an SSA field office within the eight Federal Government work days from the date of referral to SSA, SSA agrees to update SSA records, if appropriate, within the eight-day period unless SSA determines that more than eight days may be necessary. .In such cases, SSA will provide additional instructions to the employee. If the employee does not visit SSA in the time allowed, E-Verify may provide a final nonconfirmation to the employer. Note: If an Employer experiences technical problems, or has a policy question, the employer should contact E-Verify at 1-888-464-4218. D. RESPONSIBILITIES OF DHS 1. DHS agrees to provide the Employer with selected data from DHS databases to enable the Employer to conduct, to the extent authorized by this MOU: a. Automated verification checks on alien employees by electronic means, and Page 7 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 DocuSign Envelope ID:C3A5B18A A673 4BB1-95E2-D975656D55A4 '7 9 P a a a r� �-verity by�In � .�. •vraTnF Company ID Number: 272503 b. Photo verification checks(when available) on employees. 2. DHS agrees to assist the Employer with operational problems associated with the Employer's participation in E-Verify. DHS agrees to provide the Employer names, titles, addresses, and telephone numbers of OHS representatives to be contacted during the E-Verify process. 3. DHS agrees to provide to the Employer with access to E-Verify training materials as well as an E-Verify User Manual that contain instructions on E-Verify policies, procedures, and requirements for both SSA and DHS, including restrictions on the use of E-Verify. 4. DHS agrees to train Employers on all important changes made to E-Verify through the use of mandatory refresher tutorials and updates to the E-Verify User Manual. Even without changes to E-Verify, DHS reserves the right to require employers to take mandatory refresher tutorials. 5. DHS agrees to provide to the Employer a notice,which indicates the Employer's participation in E-Verify. DHS also agrees to provide to the Employer anti-discrimination notices issued by the Office of Special Counsel for Immigration-Related Unfair Employment Practices (OSC), Civil Rights Division, U.S. Department of Justice. 6. DHS agrees to issue each of the Employer's E-Verify users a unique user identification number and password that permits them to log in to E-Verify. 7. DHS agrees to safeguard the information the Employer provides, and to limit access to such information to individuals responsible for the verification process, for evaluation of E-Verify, or to such other persons or entities as may be authorized by applicable law. Information will be used only to verify the accuracy of Social Security numbers and employment eligibility, to enforce the INA and Federal criminal laws, and to administer Federal contracting requirements. 8. DHS agrees to provide a means of automated verification that provides (in conjunction with SSA verification procedures)confirmation or tentative nonconfirmation of employees' employment eligibility within three Federal Government work days of the initial inquiry. 9. OHS agrees to provide a means of secondary verification (including updating OHS records)for employees who contest DHS tentative nonconfirmations and photo mismatch tentative nonconfirmations.This provides final confirmation or nonconfirmation of the employees' employment eligibility within 10 Federal Government work days of the date of referral to OHS, unless OHS determines that more than 10 days may be necessary. In such cases, DHS will provide additional verification instructions. ARTICLE III REFERRAL OF INDIVIDUALS TO SSA AND DHS A. REFERRAL TO SSA 1. If the Employer receives a tentative nonconfirmation issued by SSA, the Employer must print the notice as directed by E-Verify. The Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee's E-Verify Page 8 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 -verityb �ln1 Company ID Number: 272503 case. The Employer also agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer agrees to provide written referral instructions to employees and instruct affected employees to bring the English copy of the letter to the SSA. The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding,while their case is still pending. 2. The Employer agrees to obtain the employee's response about whether he or she will contest the tentative nonconfirmation as soon as possible after the Employer receives the tentative nonconfirmation. Only the employee may determine whether he or she will contest the tentative nonconfirmation. 3. After a tentative nonconfirmation,the Employer will refer employees to SSA field offices only as directed by E-Verify. The Employer must record the case verification number, review the employee information submitted to E-Verify to identify any errors, and find out whether the employee contests the tentative nonconfirmation. The Employer will transmit the Social Security number, or any other corrected employee information that SSA requests, to SSA for verification again if this review indicates a need to do so. 4. The Employer will instruct the employee to visit an SSA office within eight Federal Government work days. SSA will electronically transmit the result of the referral to the Employer within 10 Federal Government work days of the referral unless it determines that more than 10 days is necessary. 5. While waiting for case results, the Employer agrees to check the E-Verify system regularly for case updates. 6. The Employer agrees not to ask the employee to obtain a printout from the Social Security Administration number database (the Numident)or other written verification of the SSN from the SSA. B. REFERRAL TO DHS 1. If the Employer receives a tentative nonconfirmation issued by DHS,the Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee's E-Verify case. The Employer also agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding,while their case is still pending. 2. The Employer agrees to obtain the employee's response about whether he or she will contest the tentative nonconfirmation as soon as possible after the Employer receives the tentative nonconfirmation. Only the employee may determine whether he or she will contest the tentative nonconfirmation. 3. The Employer agrees to refer individuals to DHS only when the employee chooses to contest a tentative nonconfirmation. 4. If the employee contests a tentative nonconfirmation issued by DHS, the Employer will instruct the Page 9 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 �G -veriry .v.�. Company ID Number: 272503 employee to contact DHS through its toll-free hotline (as found on the referral letter)within eight Federal Government work days. 5. If the Employer finds a photo mismatch, the Employer must provide the photo mismatch tentative nonconfirmation notice and follow the instructions outlined in paragraph 1 of this section for tentative nonconfirmations, generally. 6. The Employer agrees that if an employee contests a tentative nonconfirmation based upon a photo mismatch,the Employer will send a copy of the employee's Form 1-551, Form 1-766, U.S. Passport, or passport card to DHS for review by: a. Scanning and uploading the document, or b. Sending a photocopy of the document by express mail (furnished and paid for by the employer). 7. The Employer understands that if it cannot determine whether there is a photo match/mismatch, the Employer must forward the employee's documentation to OHS as described in the preceding paragraph. The Employer agrees to resolve the case as specified by the DHS representative who will determine the photo match or mismatch. 8. DHS will electronically transmit the result of the referral to the Employer within 10 Federal Government work days of the referral unless it determines that more than 10 days is necessary. 9. While waiting for case results,the Employer agrees to check the E-Verify system regularly for case updates. ARTICLE IV SERVICE PROVISIONS A. NO SERVICE FEES 1. SSA and DHS will not charge the Employer for verification services performed under this MOU. The Employer is responsible for providing equipment needed to make inquiries. To access E-Verify, an Employer will need a personal computer with Internet access. ARTICLE V MODIFICATION AND TERMINATION A. MODIFICATION 1. This MOU is effective upon the signature of all parties and shall continue in effect for as long as the SSA and DHS operates the E-Verify program unless modified in writing by the mutual consent of all parties. 2. Any and all E-Verify system enhancements by OHS or SSA, including but not limited to E-Verify checking against additional data sources and instituting new verification policies or procedures, will be covered under this MOU and will not cause the need for a supplemental MOU that outlines these changes. Page 10 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 d'6``L IF verury 13 Company ID Number: 272503 B. TERMINATION 1. The Employer may terminate this MOU and its participation in E-Verify at any time upon 30 days prior written notice to the other parties. 2. Notwithstanding Article V, part A of this MOU, DHS may terminate this MOU, and thereby the Employer's participation in E-Verify,with or without notice at any time if deemed necessary because of the requirements of law or policy, or upon a determination by SSA or DHS that there has been a breach of system integrity or security by the Employer, or a failure on the part of the Employer to comply with established E-Verify procedures and/or legal requirements.The Employer understands that if it is a Federal contractor, termination of this MOU by any party for any reason may negatively affect the performance of its contractual responsibilities. Similarly, the Employer understands that if it is in a state where E-Verify is mandatory,termination of this by any party MOU may negatively affect the Employer's business. 3. An Employer that is a Federal contractor may terminate this MOU when the Federal contract that requires its participation in E-Verify is terminated or completed. In such cases, the Federal contractor must provide written notice to DHS. If an Employer that is a Federal contractor fails to provide such notice, then that Employer will remain an E-Verify participant, will remain bound by the terms of this MOU that apply to non-Federal contractor participants, and will be required to use the E-Verify procedures to verify the employment eligibility of all newly hired employees. 4. The Employer agrees that E-Verify is not liable for any losses, financial or otherwise,,if the Employer is terminated from E-Verify. ARTICLE VI PARTIES A. Some or all SSA and DHS responsibilities under.this MOU may be performed by contractor(s), and SSA and DHS may adjust verification responsibilities between each other as necessary. By separate agreement with OHS, SSA has agreed to perform its responsibilities as described in this MOU. B. Nothing in this MOU is intended, or should be construed, to create any right or,benefit, substantive or procedural, enforceable at law by any third party against the United States, its agencies, officers, or employees, or against the Employer, its agents, officers, or employees. C.The Employer may not assign, directly or indirectly,,whether by operation of law, change of control or merger, all or any part of its rights or obligations under this MOU without the prior written consent of DHS, which consent shall not be unreasonably withheld or delayed. Any attempt to sublicense, assign, or transfer any of the rights, duties, or obligations herein is void. D. Each party shall be solely responsible for defending any claim or action against it arising out of or related to E-Verify or this MOU, whether civil or criminal, and for any liability wherefrom, including (but not limited to) any dispute between the,Employer and any other person or entity regarding the applicability of Section 403(d) of IIRIRA to any action taken or allegedly taken by the Employer. E. The Employer understands that its participation in E-Verify is not confidential information and may be disclosed as authorized or required by law and DHS or SSA policy, including but not limited to, Page 11 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 °' 5�`6 9 P °jfi -ver�r a } Company ID Number: 272503 Congressional oversight, E-Verify publicity and media inquiries, determinations of compliance with Federal contractual requirements, and responses to inquiries under the Freedom of Information Act (FOIA). F. The individuals whose signatures appear below represent that they are authorized to enter into this MOU on behalf of the Employer and DHS respectively. The Employer understands that any inaccurate statement, representation, data or other information provided to DHS may subject the Employer, its subcontractors, its employees, or its representatives to: (1) prosecution for false statements pursuant to 18 U.S.C. 1001 and/or; (2) immediate termination of its MOU and/or; (3) possible debarment or suspension. G.The foregoing constitutes the full agreement on this subject between DHS and the Employer. , To be accepted as an E-Verify participant,you should only sign the Employer's Section of the signature page. If you have any questions, contact E-Verify at 1-888-464-4218. Page 12 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 DocuSign Envelope ID:C3A5B18A-A673,4BB1-95E2-D975656D55A4 '_ver I la SfFF i -veriry oe bl im nt Company ID Number: 272503 Approved by: Employer . Superior Landscaping&Lawn Service, Inc. Name (Please Type or Print) Title Aileen Villasana Signature Date. Electronically Signed 11/03/2009 . Department of Homeland Security—Verification Division Name (Please Type or Print) Title USCIS Verification Division Signature Date Electronically Signed 1,1/03/2009 . . Page 13 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 ^" 6{"" :1 verI ry Yr Company ID Number: 272503 Information Required for the E-Verify Program Information relating to your Company: Superior Landscaping&Lawn Service, Inc. Company Name 2200 NW 23rd Avenue Miami,FL 33142 Company Facility Address PO Box 35-0095 Miami, FL 33135-0095 Company Alternate Address County or Parish MIAMI-DADE Employer Identification Number . 650838100 North American Industry 238 Classification Systems Code Parent Company Number of Employees 10o to 499 Number of Sites.Verified for , 1 Page 14 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 " s /6n w : veriry I1�nG Company ID Number: 272503 Are you verifying for more than 1 site? If yes, please provide the number of sites verified for in each State: FLORIDA 1 site(s) • • Page 15 of 17 E-Verify MOU for Employers 1 Revision Date 06/01/13 DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 a ec�y i v.eriry Company ID Number: 272503 Information relating to the Program Administrator(s)for your Company on policy questions or operational problems: Name Aileen Villasana Phone Number (305)634-0717 Fax Number (305)634-0744 Email Address avillasana@superiorlandscaping.com • Page 16 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 Q �� �` veriry .vqv Company ID Number: 272503 Page intentionally left blank Page 17 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 5 DocuSign Envelope ID C3A5518A-A673-4BB1-95E2-D975656D55A4 lily=, - •Y--\ .1 �. lit? • ' :�- �_ •� �1, - a : , 't• TAB 3-APPROACH AND METHODOLOGY 1.COMPLIANCE WITH STANDARDS Superior Landscaping & Lawn Service, Inc appreciates the opportunity to present our proposal with the intent to perform landscape maintenance for Group I North Beach. Our philosophy is to establish a partnership between our experienced staff and our clients. Established in May 1998,we have served south Florida with our experienced staff and grown to adjust with all the improvements of the City's maintenance system. Our approach is to be proactive in our approach to this contract,being the front line of the maintenance by not only taking care of our contractual agreement but organizing and executing our services. We take full responsibility for our role, and we feel this approach will ensure an excellent and successful working relationship. We will be conducting routine maintenance, which includes tree trimming and pruning, landscape maintenance, pest control, weed control and wildflower management with our own forces. We will assign 1 on-site project supervisor who will oversee mobilizing crews communicating with the arborist, scouting for plant deficiency, pest management, invasive vegetation control, scheduling crews, MOT,job safety training and landscape monthly reports. To better track our quality control,we have been working with Peter Strelkow with HS2G, Inc. As our landscape inspector, they will be performing quarterly inspections and consulting on any matters. Along with HS2G, we have our own landscape inspector, Julio Valdes, who will also be assisted by our Arborist, Gustavo Valdes. Their inspections and reports will ensure that we address any deficiencies with site conditions and any adjustments we may make to our care. Superior Landscaping and Lawn Service Inc has concluded a field investigation at all project locations to determine the health of the trees and to note current landscape maintenance deficiencies and problems. ✓ Debris of landscape material and trash ✓ Low tree branches ✓ Suckers on the trees ✓ leaning trees ✓ Palm trees need fertilizer ✓ Mulch pile against tree trunks ✓ Need fertilizer at palms These inspections allow Superior Landscaping and Lawn Service Inc and its crews to prepare for the maintenance required as correct all deficiencies noted on our field investigation and ensure the health and safety of the public to enjoy the city. RFP 2021-187-AY-GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS 19 I f' ., DocUSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 ug.. w` ✓•�a ,t _ iii 40.#, . ‘4C4.— ' -, .f. . . . . . .. lkilf , l � � : 1 4� f• •T . .:T �1 4� c��'1� � - a -' liktiMIat. s ,sc-�� Our approach to this project directly reflects our understanding of a successful account manager. Superior Landscaping and Lawn Service Inc will take full responsibility for ensuring a beautiful landscape and wildflower assets meet or exceed performance measures set for in the RFP.We understand that under no circumstance we will neglect the responsibility we have under this contract and will not sacrifice profit over service. -Pur jiai SIIIIIP ` .I .01(%, .."IF— .emu.., r,'1 Jf.�a,t •I �` !` ? `. ..,t�� . .. p,T at 1. i ' ' J RFP 2021-187-AY-GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS 20 I P a g e DoCuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 014 -...c TAB 3—APPROACH AND METHODOLOGY 2. EQUIPMENT AND MATERIALS MATERIAL SUPPLIERS: Vida Verde Farms Maria Vila 20451 SW 216 Street Miami,FL 33170 305-969-1032 JWD Trees Inc Laurie 17091 Huffmaster Road North Fort Myers,FL 33917 239-543-4982 Fish Branch Tree Farm,Inc. Wendy 1680 Fish Branch Road Zolfo Springs,FL.33890 863-735-2242 Pahokee Palms 215 E.Main Street Pahokee FL 33476 561-924-9916 Becker Tree Farm&Nursery Cindy 2400 SE Bridge Rd. Hobe Sound,FL 33455 772-546-3541 King's Nursery 6326 SW Senate St. Arcadia,Florida 34269 (863)441-4338 RFP 2021-187-AY—GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS 21 1 P a g e DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 i .4". - {(ram EQUIPMENT LIST: YEAR QTY ITEM DESCRIPTION MAKE MODEL CONDITION MANUFACTURED• 6 Chipper Vermeer BC 1500 2007 Good 1 Mini Excavator Yanmar VI 027 2005 Good 11 Hedge Trimmer STIHL HL100K 2017 Good 2 Mini Excavator Caterpillar 302 5C 2006 Good 7 Lawn Edgers STIHL FS-90Z 2016 Good 20 Lawn Edgers STIHL FC90 2016 Good 3 Line Trimmer STIHL FS91R 2017 Good 6 Line Trimmer STIHL FS9OR 2017 Good 14 Line Trimmer STIHL HL-100KZ 2012 Good 29 Line Trimmer STIHL HLA65 2012 Good 1 Mower 54" Toro 74925 2010 Good 13 Mower 60" Toro 74926 2010 Good 9 Mower 60" Toro ZD-326 2010 Good 6 Mower 60" Toro ZD10211-60 2010 Good 1 SKID STEER Caterpillar 268 B 2007 Good 1 SKID STEER New Holland L 185 2006 Good 7 Power Pruner STIHL HT-103-12 2017 Good MS193T-PS3- 18 Climbing saw STIHL 16 2017 Good 5 Chainsaw STIHL MS291-20 2017 Good 10 Blower STIHL BR 600 2017 Good 10 Climbing saw STIHL MS193T 2017 Good 3 Pruner STIHL STEHT103-2 2017 Good STEMS193T- 5 Climbing saw STIHL PS3-16 2017 Good 7 Blower STIHL BR450 2017 Good 1 Blower ECHO PB-770T 2016 Good 8 Hedger Hammer STIHL HL-100K 2012 Good 1 Stump Grinder Vermeer SC352 2002 Good 2 BATWING 15' Bushog 2016 Good 1 BATWING 20' Bushog 2016 Good 4 Tractor Kubota/Toro L4330 2016 Good 1 Back Hoe Caterpillar 402 E 2015 Good RFP 2021-187-AY-GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS 22 IC a g e DoCuSign Envelope if) C3A5B18A-A673-4BB1-95E2-D975656D55A4 t 11111111111111.111111111111111110 • / ! a - '_ TAB 3-APPROACH AND METHODOLOGY 3.LITTER CONTROL AND PRESSURE CLEANING LITTER MANAGEMENT: Daily litter patrol will be conducted with 2 crews ensuring it does not exceed 2 cubic feet. All reproductive growth on coconut palms will be removed before the formation of fruit. Upon collection, all trash will be disposed of each working day. No bags will be left on grounds or any locations. Landfill receipts will be submitted with the invoice for every period. PRESSURE CLEANING: Quarterly pressure cleaning or as needed for concrete sidewalks, hardscape, concrete bench pads and any other fixtures throughout the park. Superior will utilize commercial grade equipment for removing stains, spills, etc. from concrete surfaces without damaging the surface material. Monthly pressure cleaning of trash receptables and recycling bins. Wipe down of the same with a mild detergent at least one (1) time daily by a 1-man crew. Receptacles and Bins will be required to be thoroughly cleaned at least one (1) time per month. RFP 2021-187-AY—GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS 23 Docl i EEnvelope ID C3A5B18A-A673-4BB1-95E2-D975656D55A4 ..-,- 1 •Q~ • ... w ,__ - - anti. ,.. "+a• _ }- � ' ^ t 1ki i --4:-. ,."4'. _.r.�,- - `mot _. TAB 3—APPROACH AND METHODOLOGY 4.FERTILIZER,PESTICIDES,DISEASE AND PEST CONTROL MANAGEMENT We will follow Green Industry Best Management practices in our approach to maintain and safeguard plants from our South Florida climate that is always evolving. The assigned project supervisor and arborist will scout and do bi-weekly reports to identify any deficiencies and frequencies. As we have an array of plants, trees, shrubs and groundcovers, fertilization applications will vary. • Priority is to keep ratios of nitrogen-phosphorus-potassium (N-P-K) though application methods and rates. • Palm require ratio of N-P-K-Mg for palms is 4:1:6:2 at a rate of 1.5 pounds of the blend per 100 square feet of palm canopy. The mixture should also contain 1 to 2 percent Fe and Mn with trace amounts of(Zn), (Cu), and B. • Using a palm fertilizer for turf eliminates the potential problem of applying high-N turf fertilizer near palms. • Palm fertilizer is mainly a slow-release fertilizer application and will be applied every three months, (February,April,July, and October) which is the length of time the nutrients are expected to last or sooner if needed. • Plants other than palms have lower nutritional requirements and require less frequent fertilization. Applications normally are scheduled around February and October. An additional fertilizer cycle will be applied in the summer if needed. • Trees, except palms, will be fertilized with a N - P - K ratio of 3:1:2 or 3:1:3 at a rate of 1 pound of nitrogen per 1,000 square feet out to the drip line of the tree. This same blend is used for shrubs. • Personnel will be licensed for all applicable maintenance functions, including any chemical application as required by law. RFP 2021-187-AY—GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS 24 1 DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 4 . .___ , I. I . I di 11001.1 • •I'I . - 4, —, '--/ * ,'-' •11, '**1 3' - ' ••- ..,. .k. a • • Apirtik' 14A"Nlik '' .•-, . a 1.114 . ' . Ph TAB 3—APPROACH AND METHODOLOGY 4.FERTILIZER,PESTICIDES,DISEASE AND PEST CONTROL MANAGEMENT(CONT.) We propose an Integrated Pest Management (IPM) plan we use for all roadway projects. This helps us focus on having the proper selection, establishment, and maintenance of healthy plants that have ample nourishment and hydration. It consists of 4 main parts: For the selection of plant replacements, all project plants must be Florida No. 1 grade and they should be insect- and disease-free at installation. We will ensure the quality of the plants upon delivery. Our team is educated in recognizing the status of insects and diseases in South Florida and are aware to keep watch of many problems that can arise at any time through the spread of imported plant pests. • Royal palms may be affected by the royal palm bug (Xylastodoris Luteolus) and are susceptible to two trunk-rotting fungal diseases: Ganoderma butt rot and Thielaviopsis trunk rot. • The palmetto weevil is now known to attack stressed transplanted palms including Bismarck, Sabal and Washington palms, which are part of the project inventory. • Royal poincianas have been defoliated by two species of caterpillars (Melipotisacontioides and Melanchroiachephise) in Southwest Florida. Yellow poincianas have no pests or diseases of major concern. • Sabal palms are susceptible to Ganoderma butt rot, Thielaviopsis trunk rot, and most recently,Texas phoenix palm decline. Texas decline has not yet happened, but it is important to be aware of its possible spread. It affects decline in Phoenix spp. as well. WHEN APPLICATION IS REQUIRED: All State and Federal regulations shall be strictly adhered to which govern the use of any application of chemicals. Superior Landscaping assumes all related liability for adhering to these regulations. Plants and turf will be treated chemically as required to effectively control insect infestation and disease. Methods include root drenching, root injections, foliage spray. Following IPM philosophy, chemicals are applied only as needed; usually when plants have active infestations and significant damage is likely. RFP 2021-187-AY—GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS 25 DDcuSiyn Envelope ID C3A5B18A-A673-4BB1-95E2-D975656D55A4 01 1 '. ""V .--"- .- ri. - ; 1m ! . '..° ' -.1:-.‘.. Lt: - 1....:;" .F. ill..4.- .. • I,g -wif v -.__._._ "att TAB 3—APPROACH AND METHODOLOGY 5.TURF RENOVATION Turf renovation will follow the same process mentioned in "Tab 3 — Approach and Methodology" "4. Fertilizer, Pesticides, Disease and Pest Control Management (cont.)" As we have an array of plants, trees, shrubs and groundcovers, fertilization applications will vary. • Priority is to keep ratios of nitrogen-phosphorus-potassium (N-P-K) though application methods and rates. • Palm require ratio of N-P-K-Mg for palms is 4:1:6:2 at a rate of 1.5 pounds of the blend per 100 square feet of palm canopy. The mixture should also contain 1 to 2 percent Fe and Mn with trace amounts of(Zn), (Cu), and B. • Using a palm fertilizer for turf eliminates the potential problem of applying high-N turf fertilizer near palms. • Palm special fertilizer is mainly a slow-release fertilizer application and will be applied every three months, (January, April, July, and October) which is the length of time the nutrients are expected to last or sooner if needed. • Plants other than palms have lower nutritional requirements and require less frequent fertilization. Applications normally are scheduled around February and October. An additional fertilizer cycle will be applied in the summer if needed. • Trees, except palms, will be fertilized with a N - P - K ratio of 3:1:2 or 3:1:3 at a rate of 1 pound of nitrogen per 1,000 square feet out to the drip line of the tree. This same blend is used for shrubs. RFP 2021-187-AY—GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS 26 1 DocuSign Envelope ID C3A5B18A-A673-4BB1-95E2-D975656D55A4 a t y��1 14, of . . . • ... •. ., 7... . ., 4.4 .., ,, ..t. . .• ,,. .,.... . , ... :.....,.. , . A TAB 3-APPROACH AND METHODOLOGY 6.TREE MAINTENANCE&CARE PRUNING: Pruning will be performed in accordance with ANSI A300 standards, best management practices, for sight distance and clear zone. Frequency will depend on plant growth and any need for corrective pruning will be performed as often as necessary to keep a lush and proper shape. We acknowledge that over pruning is extremely harmful, particularly to palms, and it will be avoided. Therefore, we will be trimmed and pruned a minimum of(2) two times a year. All dead palms fronds and branches will be removed on a every service visit. All pruning cuts will be made with sharp instruments outside the branch collar. For trees, no more than 34%will be removed at one time, and this is only if the tree sustains significant damage. For palms, no more than 25% of the fronds will be removed and they will be trimmed cleanly near the roots. All tree trimming and palm pruning will be supervised by a Certified Arborist. (Arborist credentials and resume are attached.) WEED MANAGEMENT: During manual weed removal of all weeds above 12" height prior to applying herbicide spray, care will be taken to complete elimination of the weed root system and disposal of any fruits. Herbicide applications will be performed by certified personnel and in accordance with manufacturer recommendations, best horticultural practices and in compliance with all federal, state, and local health and safety laws. All certified personnel have been trained by Daniel H. Ackenbrack, our certified applicator, since 2010 and is responsible for the herbicide and fertilizing program. He will be directly involved in the management and supervision of this activity. Chemical substances MSD sheets will be available in a comprehensive binder in all spray tech vehicle and regularly checked for updates. Pesticides will be recorded within two working days of the application and maintained for two years from the application date. We will also follow any FTE additional requirements in terms of record keeping. Our spray techs are trained to avoid overspray and avoid drift to other landscape materials, neighboring properties, and waterways. Our crews will only work in low wind speeds, using careful spot application with backpack sprayers and proper deflecting clothes. All pieces of equipment will be available for a variety of application methods, including proper nozzle, psi, and any other features. RFP 2021-187-AY-GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS 27 1 ,' DocuSign Envelope ID C3A5B18A-A673-4BB1-95E2-D975656D55A4 11 1 _ 1 TAB 3-APPROACH AND METHODOLOGY 7.IRRIGATION SYSTEM MAINTENANCE AND WATERING One of the facets of Green Industries Best Management Practices is water conservation, reduced pollution of any chemicals (sediment, fertilizers, and pesticides), and increasing plant growth. We apply our knowledge of industry practices in our irrigation, fertilization, and pesticide application programs. We will monitor weather conditions and other environmental factors to ensure that resources are not wasted: no watering before rain and no fertilizer or pesticide applications when storms are forecasted. Monitoring for water needs will be conducted on a weekly basis regardless of weather forecasts. Most plants should not require supplemental watering after establishment unless drought conditions occur. When replacing plants and watering for establishment,we consider the species, location (for example, slopes), and soil type. One of our goals is to maintain constant moisture in, but not saturation of plant root balls. With this, mulch will be maintained at a depth of 3 inches around plants to retain soil moisture and provide a more uniform soil temperature. Most of the plant material within the proposed maintenance limits has been established and is drought tolerant, but in heavy drought conditions, hand watering will be performed, and a watering schedule will be shown to ensure they maintain FL #1 standards or better. Additional watering will be provided to trees and palms that are not as drought tolerant such as Royal palms. Tree rings and plant beds will be kept weed-free to avoid competition for water resources. Additional watering will be provided to palms planted on ramped areas that drain quicker thus requiring more frequent watering. During the fertilization cycle, there will be special attention and monitoring to ensure that trees and palms have adequate water. Additional watering will be provided if necessary to ensure the fertilizer is watered in properly. Watering will be completed via 2,000-gallon water truck. RFP 2021-187-AY-GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS 28 1 DocuSign Envelope ID C3A5B18A A673-4RB1 95F2-D975656D55A4 .1:' tc :. as • ,. ^. Wit. _ • r �: f } --� 1 i_ TAB 3 -APPROACH AND METHODOLOGY 8.EMERGENCY RESPONSE AND SERVICES EMERGENCY RESPONSES: In the event of any emergency storm, we will respond and perform pre- and post-storm cleanup to minimize damage to assets. We have the equipment to perform, including grappler trucks, cranes, loaders, excavator and more, etc. We understand the importance of this project and are committed to its continuing success and will do what it takes to demonstrate that our landscape plan is the right solution. This Hurricane Emergency Management Plan is predicated on a realistic approach to the problems likely to be encountered during a major storm emergency. Hence,the following assumptions are made and should be used as general guidelines in such an event. 1.A storm may occur at any time of the day or night,weekend, or holiday. 2.The succession of events in an emergency is not predictable;therefore, published operational plans, such as this plan, should serve only as a guide and a checklist,and may require modification in order to meet the requirement of the emergency. 3.A storm emergency may be declared if information indicates that such conditions are developing or probable. Superior Landscaping and Lawn Service Communications Superior Landscaping and Lawn Service will be responsible to keep their personnel and their subcontractors for the project informed of the weather conditions.They will receive written notifications and special warnings about the weather conditions. Personnel will be notified of the following via phone call,verbal, email or fax: 1. Weather condition that could represent a danger of a hurricane. 2. Formation of a hurricane that could represent a danger to our zone. 3. Hurricane location (latitude and longitude) and forecasts 4. Hurricane Classification based on wind speed. 5. Hurricane status(Alert,Watch,Warning). 6.Additional information and special precautions to be taken. Superior Landscaping and Lawn Service Emergency Information Superior Landscaping and Lawn Service has prepared and will keep updated a list of key personnel.A meeting with the personnel team will be held to discuss the action plan and to distribute the project hurricane plans responsibilities.They key personnel will be responsible to report to work after the hurricane following an official notice from the National Hurricane Center and local officials that the hurricane danger is finished.They should notify Superior Landscaping and Lawn Service if they would not be able to report to work due to weather or aftermath conditions. Superior Landscaping and Lawn Service will determine the next step to cover this insufficiency. RFP 2021-187-AY-GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS 29 !' DocuSign Envelope ID C3A5B18A-A673 4BB1-95E2-D975656D55A4 ` ._ -t.. �_ ' 1 -40 • ter_ . y� _ i TAB 3-APPROACH AND ETHODOLOGY 8.EMERGENCY RESPONSE AND SERVICES (CONT.) ACTION PLAN : The preparations will increase as the storm approaches and its path is reasonably plotted in the hurricane-tracking chart. Once an alert has been given, all employees and subcontractors should keep in touch with Superior Landscaping and Lawn Service for the storm progress. The following steps are recommended to be as followed: 1. Hurricane Watch 36 to 48 Hours Before Hurricane a. Project supervisors and subcontractors will be notified of the hurricane watch. b. Hold a meeting with the key personnel to distribute responsibilities and to detect any special condition present at the project that could require more attention. c. Re-supply the first aid kit. d. Ensure that emergency equipment is stored in a safe place. e. Coordinate to have available at least the following equipment: i. Flashlights with extra batteries ii. Portable generator(s) iii. Inexpensive battery operated radio (weather Band) iv. Fire extinguisher(s) v. Personal Protective Equipment (raining coats, rubber boots, hand gloves, etc.) f. Develop an emergency phone list according to the project area and location. 2. Hurricane Warning- 36 hours to Hurricane a. Notify Projects supervisors, key personnel, and subcontractors of the hurricane warning and weather conditions. b. Hold a meeting with the key personnel to distribute preparation responsibilities and review the actions already taken. c. All material will be contained in a manner that it cannot be a projectile or it will be removed from jobsite. d. All floors exposed to outside elements should be broom clean. e. Take photographs of the jobsite, both inside and outside, to aid in documenting the precautions taken before the hurricane. f. Refuel all company vehicles and park them in a protected area to minimize damage from windblown objects. g. Shutdown all non-essential electric motors and cut off power at main breaker. h. Fill all safety cans with gasoline and/or diesel. The safety cans should be labeled with the nature of their contents. i. Remove compressed gas cylinders form the work areas when they are exposed to outside elements. Be sure that they are stored in upright position and tied up. j. Materials, tools, and equipment stored in areas susceptible to flooding should be storage in high places. RFP 2021-187-AY-GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS 30 I i' DocuSign Envelope ID C3A5B18A-A673-4BB1-95E2-D975656D55A4 101P.f1 q , t — -.1, ^ a _ L ' - -- -.= _._�� �,•' f?'�i~ \`�:. TAB 3-APPROACH AND METHODOLOGY 8.EMERGENCY RESPONSE AND SERVICES (CONT.) k. Prepare an accurate inventory list of all equipment, materials and tools at the project site. 1. Fill drinking water cans with ice and water and place them in a safe place. m. Secure all hazardous chemicals materials to prevent chemicals spills. 3. After the Hurricane a. For job personnel who must return to work to the site in the aftermath of the hurricane, certain precautions are needed: i. Avoid areas where power lines are down, especially in the vicinity of the water. Report any power line down to the Florida Power and Light Company (FPL). ii. Avoid piles of debris, where poisonous snakes and insects may have taken refuge. b. Remember that on-site structures may have been damaged and now unable to sustain weight or stress. c. Do not use water from city mains until it has been declared safe from contamination. d. Take photographs of all areas to document all damages. e. Check fire extinguisher and take extra precautions to prevent fires. Lowered water pressure in city mains and debris in streets may prevent effective firefighting after the hurricane. f. A walk through the project should be made prior to allow employees to the project facilities. g. Prepare an accurate inventory of tall the equipment, materials and tolls to detect any loss or damages. h. Do not turn on any computer and/or electronic equipment until the electric power is verified from low voltages and/or fluctuations. RFP 2021-187-AY-GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS 31 1 DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 • x l41144 a TAB 3-APPROACH AND METHODOLOGY 1.COMPLIANCE WITH STANDARDS Superior Landscaping & Lawn Service, Inc appreciates the opportunity to present our proposal with the intent to perform landscape maintenance for Group II South Beach. Our philosophy is to establish a partnership between our experienced staff and our clients. Established in May 1998,we have served south Florida with our experienced staff and grown to adjust with all the improvements of the City's maintenance system. Our approach is to be proactive in our approach to this contract,being the front line of the maintenance by not only taking care of our contractual agreement but organizing and executing our services. We take full responsibility for our role, and we feel this approach will ensure an excellent and successful working relationship. We will be conducting routine maintenance, which includes tree trimming and pruning, landscape maintenance, pest control, weed control and wildflower management with our own forces. We will assign 1 on-site project supervisor who will oversee mobilizing crews communicating with the arborist, scouting for plant deficiency, pest management, invasive vegetation control, scheduling crews, MOT,job safety training and landscape monthly reports. To better track our quality control,we have been working with Peter Strelkow with HS2G, Inc. As our landscape inspector, they will be performing quarterly inspections and consulting on any matters. Along with HS2G, we have our own landscape inspector, Julio Valdes, who will also be assisted by our Arborist, Gustavo Valdes. Their inspections and reports will ensure that we address any deficiencies with site conditions and any adjustments we may make to our care. Superior Landscaping and Lawn Service Inc has concluded a field investigation at all project locations to determine the health of the trees and to note current landscape maintenance deficiencies and problems. ✓ Debris of landscape material and trash ✓ Low tree branches ✓ Suckers on the trees ✓ leaning trees ✓ Palm trees need fertilizer ✓ Mulch pile against tree trunks ✓ Need fertilizer at palms These inspections allow Superior Landscaping and Lawn Service Inc and its crews to prepare for the maintenance required as correct all deficiencies noted on our field investigation and ensure the health and safety of the public to enjoy the city. RFP 2021-187-AY-GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS 19 DocuSign Envelope ID C3A5B18A-A673-4BB1-95E2-D975656D55A4 L. 1 r, . • AA = . .'":" - -- -11"1" ... Our approach to this project directly reflects our understanding of a successful account manager. Superior Landscaping and Lawn Service Inc will take full responsibility for ensuring a beautiful landscape and wildflower assets meet or exceed performance measures set for in the RFP. We understand that under no circumstance we will neglect the responsibility we have under this contract and will not sacrifice profit over service. 0 00 ti I i {( i�� y.. ..itt . i -_ • • - - —.• ,' 151 !;ir .'All 1,.'i.!••'•:s. � E.. 1_ , ,41 RFP 2021-187-AY-GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS 20 I P a g e DocuSign Envelope ID: C3A5B18A-A673-4BB1-95E2 D9756561D55A4 `: - . } - • f I� 4 , • a t • .► 6. 1 r TAB 3-APPROACH AND METHODOLOGY 2.EQUIPMENT AND MATERIALS MATERIAL SUPPLIERS: Vida Verde Farms Maria Vila 20451 SW 216 Street Miami,FL 33170 305-969-1032 JWD Trees Inc Laurie 17091 Huffmaster Road North Fort Myers, FL 33917 239-543-4982 Fish Branch Tree Farm,Inc. Wendy 1680 Fish Branch Road Zolfo Springs,FL.33890 863-735-2242 Pahokee Palms 215 E.Main Street Pahokee FL 33476 561-924-9916 Becker Tree Farm&Nursery Cindy 2400 SE Bridge Rd. Hobe Sound,FL 33455 772-546-3541 King's Nursery 6326 SW Senate St. Arcadia, Florida 34269 (863) 441-4338 RFP 2021-187-AY-GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS 21 DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 "..• fs .. ._. , , _ __ ... ..,„4„ . . ....,... • •, ;,..„ ,, , . . . , :, , •. , ....... . w '�' y _ .- '�' - • _--_ .. P..' _. _ _...„..„:. . . . ... .. . p - ' i'+� f 3' I r EQUIPMENT LIST: YEAR —QTY ITEM DESCRIPTION MAKE MODEL CONDITION MANUFACTURED 6 Chipper Vermeer BC 1500 2007 Good 1 Mini Excavator Yanmar VI 027 2005 Good 11 Hedge Trimmer STIHL HL100K 2017 Good 2 Mini Excavator Caterpillar 302 5C 2006 Good 7 Lawn Edgers STIHL FS-90Z 2016 Good 20 Lawn Edgers STIHL FC90 2016 Good 3 Line Trimmer STIHL FS91R 2017 Good 6 Line Trimmer STIHL FS9OR 2017 Good 14 Line Trimmer STIHL HL-100KZ 2012 Good 29 Line Trimmer STIHL HLA65 2012 Good 1 Mower 54" Toro 74925 2010 Good 13 Mower 60" Toro 74926 2010 Good 9 Mower 60" Toro ZD-326 2010 Good 6 Mower 60" Toro ZD10211-60 2010 Good 1 SKID STEER Caterpillar 268 B 2007 Good 1 SKID STEER New Holland L 185 2006 Good 7 Power Pruner STIHL HT-103-12 2017 Good MS193T-PS3- 18 Climbing saw STIHL 16 2017 Good 5 Chainsaw STIHL MS291-20 2017 Good 10 Blower STIHL BR 600 2017 Good 10 Climbing saw STIHL MS193T 2017 Good 3 Pruner STIHL STEHT103-2 2017 Good STEMS193T- 5 Climbing saw STIHL PS3-16 2017 Good 7 Blower STIHL BR450 2017 Good 1 Blower ECHO PB-770T 2016 Good 8 Hedger Hammer STIHL HL-100K 2012 Good 1 Stump Grinder Vermeer SC352 2002 Good 2 BATWING 15' Bushog 2016 Good 1 BATWING 20' Bushog 2016 Good 4 Tractor Kubota/Toro L4330 2016 Good 1 Back Hoe Caterpillar 402 E 2015 Good RFP 2021-187-AY-GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS 221 DocuSign Envelope ID C3A5B18A-A673-4BB1-95E2-D975656D55A4 7, 'yam,,,a .'?= i t (� r TAB 3—APPROACH AND METHODOLOGY 3.LITTER CONTROL AND PRESSURE CLEANING LITTER MANAGEMENT: Daily litter patrol will be conducted with 2 crews ensuring it does not exceed 2 cubic feet. All reproductive growth on coconut palms will be removed before the formation of fruit. Upon collection, all trash will be disposed of each working day. No bags will be left on grounds or any locations. Landfill receipts will be submitted with the invoice for every period. PRESSURE CLEANING: Quarterly pressure cleaning or as needed for concrete sidewalks, hardscape, concrete bench pads and any other fixtures throughout the park. Superior will utilize commercial grade equipment for removing stains, spills, etc. from concrete surfaces without damaging the surface material. Monthly pressure cleaning of trash receptables and recycling bins. Wipe down of the same with a mild detergent at least one (1) time daily by a 1-man crew. Receptacles and Bins will be required to be thoroughly cleaned at least one (1) time per month. RFP 2021-187-AY—GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS 23 DocuSign Envelope ID C3A5B18A-A673-4B61-95E2-D975656D55A4 4111. ' . r . wow- TAB 3—APPROACH AND METHODOLOGY 4.FERTILIZER,PESTICIDES,DISEASE AND PEST CONTROL MANAGEMENT We will follow Green Industry Best Management practices in our approach to maintain and safeguard plants from our South Florida climate that is always evolving. The assigned project supervisor and arborist will scout and do bi-weekly reports to identify any deficiencies and frequencies. As we have an array of plants, trees, shrubs and groundcovers, fertilization applications will vary. • Priority is to keep ratios of nitrogen-phosphorus-potassium (N-P-K) though application methods and rates. • Palm require ratio of N-P-K-Mg for palms is 4:1:6:2 at a rate of 1.5 pounds of the blend per 100 square feet of palm canopy. The mixture should also contain 1 to 2 percent Fe and Mn with trace amounts of(Zn), (Cu), and B. • Using a palm fertilizer for turf eliminates the potential problem of applying high-N turf fertilizer near palms. • Palm fertilizer is mainly a slow-release fertilizer application and will be applied every three months, (February,April,July,and October) which is the length of time the nutrients are expected to last or sooner if needed. • Plants other than palms have lower nutritional requirements and require less frequent fertilization. Applications normally are scheduled around February and October. An additional fertilizer cycle will be applied in the summer if needed. • Trees, except palms, will be fertilized with a N - P - K ratio of 3:1:2 or 3:1:3 at a rate of 1 pound of nitrogen per 1,000 square feet out to the drip line of the tree. This same blend is used for shrubs. • Personnel will be licensed for all applicable maintenance functions, including any chemical application as required by law. RFP 2021-187-AY—GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS 24 — DocuSign Envelope ID C3A5B18A-A673-4BB1-95E2 D975656D55A4 i • --7-. ' . '..Or • { „-- „_ ,-. _. ....„-_ -_,:eil.-: -:-.." ....,,, , - --. v _ . _ _ . _ . ._________ _ _ . TAB 3—APPROACH AND METHODOLOGY 4.FERTILIZER,PESTICIDES,DISEASE AND PEST CONTROL MANAGEMENT (CONT.) We propose an Integrated Pest Management (IPM) plan we use for all roadway projects. This helps us focus on having the proper selection, establishment, and maintenance of healthy plants that have ample nourishment and hydration. It consists of 4 main parts: For the selection of plant replacements, all project plants must be Florida No. 1 grade and they should be insect- and disease-free at installation.We will ensure the quality of the plants upon delivery. Our team is educated in recognizing the status of insects and diseases in South Florida and are aware to keep watch of many problems that can arise at any time through the spread of imported plant pests. • Royal palms may be affected by the royal palm bug (Xylastodoris Luteolus) and are susceptible to two trunk-rotting fungal diseases: Ganoderma butt rot and Thielaviopsis trunk rot. • The palmetto weevil is now known to attack stressed transplanted palms including Bismarck, Sabal and Washington palms,which are part of the project inventory. • Royal poincianas have been defoliated by two species of caterpillars (Melipotisacontioides and Melanchroiachephise) in Southwest Florida. Yellow poincianas have no pests or diseases of major concern. • Sabal palms are susceptible to Ganoderma butt rot, Thielaviopsis trunk rot, and most recently, Texas phoenix palm decline. Texas decline has not yet happened, but it is important to be aware of its possible spread. It affects decline in Phoenix spp. as well. WHEN APPLICATION IS REQUIRED: All State and Federal regulations shall be strictly adhered to which govern the use of any application of chemicals. Superior Landscaping assumes all related liability for adhering to these regulations. Plants and turf will be treated chemically as required to effectively control insect infestation and disease. Methods include root drenching, root injections, foliage spray. Following IPM philosophy, chemicals are applied only as needed; usually when plants have active infestations and significant damage is likely. RFP 2021-187-AY—GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS 25 DocuSign Envelope ID_C3A5B18A-A673 4f31:31-95E2-D975656D55A4 IM" _ - 116006111 6.1110141 la TAB 3—APPROACH AND METHODOLOGY 5.TURF RENOVATION Turf renovation will follow the same process mentioned in "Tab 3 — Approach and Methodology" "4. Fertilizer, Pesticides, Disease and Pest Control Management (cont.)" As we have an array of plants, trees, shrubs and groundcovers, fertilization applications will vary. • Priority is to keep ratios of nitrogen-phosphorus-potassium (N-P-K) though application methods and rates. • Palm require ratio of N-P-K-Mg for palms is 4:1:6:2 at a rate of 1.5 pounds of the blend per 100 square feet of palm canopy. The mixture should also contain 1 to 2 percent Fe and Mn with trace amounts of(Zn), (Cu), and B. • Using a palm fertilizer for turf eliminates the potential problem of applying high-N turf fertilizer near palms. • Palm special fertilizer is mainly a slow-release fertilizer application and will be applied every three months, (January, April, July, and October) which is the length of time the nutrients are expected to last or sooner if needed. • Plants other than palms have lower nutritional requirements and require less frequent fertilization. Applications normally are scheduled around February and October. An additional fertilizer cycle will be applied in the summer if needed. • Trees, except palms, will be fertilized with a N - P - K ratio of 3:1:2 or 3:1:3 at a rate of 1 pound of nitrogen per 1,000 square feet out to the drip line of the tree. This same blend is used for shrubs. RFP 2021-187-AY—GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS 26 DocuSign Envelope ID:C3A5B13A-Ao73-4BB1-95E2-D975656D55A4 .. . , • •/� . X _ - fir _ #' TAB 3-APPROACH AND METHODOLOGY 6.TREE MAINTENANCE&CARE PRUNING: Pruning will be performed in accordance with ANSI A300 standards, best management practices, for sight distance and clear zone. Frequency will depend on plant growth and any need for corrective pruning will be performed as often as necessary to keep a lush and proper shape. We acknowledge that over pruning is extremely harmful, particularly to palms, and it will be avoided. Therefore, we will be trimmed and pruned a minimum of(2) two times a year. All dead palms fronds and branches will be removed on a every service visit. All pruning cuts will be made with sharp instruments outside the branch collar. For trees, no more than 34%will be removed at one time, and this is only if the tree sustains significant damage. For palms, no more than 25% of the fronds will be removed and they will be trimmed cleanly near the roots. All tree trimming and palm pruning will be supervised by a Certified Arborist. (Arborist credentials and resume are attached.) WEED MANAGEMENT: During manual weed removal of all weeds above 12" height prior to applying herbicide spray, care will be taken to complete elimination of the weed root system and disposal of any fruits. Herbicide applications will be performed by certified personnel and in accordance with manufacturer recommendations, best horticultural practices and in compliance with all federal, state, and local health and safety laws. All certified personnel have been trained by Daniel H. Ackenbrack, our certified applicator, since 2010 and is responsible for the herbicide and fertilizing program. He will be directly involved in the management and supervision of this activity. Chemical substances MSD sheets will be available in a comprehensive binder in all spray tech vehicle and regularly checked for updates. Pesticides will be recorded within two working days of the application and maintained for two years from the application date. We will also follow any FTE additional requirements in terms of record keeping. Our spray techs are trained to avoid overspray and avoid drift to other landscape materials, neighboring properties, and waterways. Our crews will only work in low wind speeds, using careful spot application with backpack sprayers and proper deflecting clothes. All pieces of equipment will be available for a variety of application methods, including proper nozzle, psi, and any other features. RFP 2021-187-AY-GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS 27 1 i' t <c DocuSign Envelope ID C3A5B18A-A673-4BB1-95E2-D975656D55A4 11# Adak TAB 3-APPROACH AND METHODOLOGY 7.IRRIGATION SYSTEM MAINTENANCE AND WATERING One of the facets of Green Industries Best Management Practices is water conservation, reduced pollution of any chemicals (sediment, fertilizers, and pesticides), and increasing plant growth. We apply our knowledge of industry practices in our irrigation, fertilization, and pesticide application programs. We will monitor weather conditions and other environmental factors to ensure that resources are not wasted: no watering before rain and no fertilizer or pesticide applications when storms are forecasted. Monitoring for water needs will be conducted on a weekly basis regardless of weather forecasts. Most plants should not require supplemental watering after establishment unless drought conditions occur. When replacing plants and watering for establishment,we consider the species, location (for example, slopes), and soil type. One of our goals is to maintain constant moisture in, but not saturation of plant root balls. With this, mulch will be maintained at a depth of 3 inches around plants to retain soil moisture and provide a more uniform soil temperature. Most of the plant material within the proposed maintenance limits has been established and is drought tolerant, but in heavy drought conditions, hand watering will be performed, and a watering schedule will be shown to ensure they maintain FL #1 standards or better. Additional watering will be provided to trees and palms that are not as drought tolerant such as Royal palms. Tree rings and plant beds will be kept weed-free to avoid competition for water resources. Additional watering will be provided to palms planted on ramped areas that drain quicker thus requiring more frequent watering. During the fertilization cycle, there will be special attention and monitoring to ensure that trees and palms have adequate water. Additional watering will be provided if necessary to ensure the fertilizer is watered in properly. Watering will be completed via 2,000-gallon water truck. RFP 2021-187-AY-GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS 28 DocuSign Envelope ID C3A5B18A-A673-4BB1-95E2-D975656D55A4 i _._-- .-t.- 4,,,:-",,,.•... TAB 3—APPROACH AND METHODOLOGY 8.EMERGENCY RESPONSE AND SERVICES EMERGENCY RESPONSES: In the event of any emergency storm, we will respond and perform pre-and post-storm cleanup to minimize damage to assets. We have the equipment to perform, including grappler trucks, cranes, loaders, excavator and more, etc. We understand the importance of this project and are committed to its continuing success and will do what it takes to demonstrate that our landscape plan is the right solution. This Hurricane Emergency Management Plan is predicated on a realistic approach to the problems likely to be encountered during a major storm emergency. Hence,the following assumptions are made and should be used as general guidelines in such an event. 1.A storm may occur at any time of the day or night,weekend, or holiday. 2.The succession of events in an emergency is not predictable;therefore, published operational plans, such as this plan,should serve only as a guide and a checklist,and may require modification in order to meet the requirement of the emergency. 3.A storm emergency may be declared if information indicates that such conditions are developing or probable. Superior Landscaping and Lawn Service Communications Superior Landscaping and Lawn Service will be responsible to keep their personnel and their subcontractors for the project informed of the weather conditions.They will receive written notifications and special warnings about the weather conditions. Personnel will be notified of the following via phone call,verbal, email or fax: 1. Weather condition that could represent a danger of a hurricane. 2. Formation of a hurricane that could represent a danger to our zone. 3. Hurricane location (latitude and longitude) and forecasts 4. Hurricane Classification based on wind speed. 5. Hurricane status (Alert, Watch, Warning). 6.Additional information and special precautions to be taken. Superior Landscaping and Lawn Service Emergency Information Superior Landscaping and Lawn Service has prepared and will keep updated a list of key personnel.A meeting with the personnel team will be held to discuss the action plan and to distribute the project hurricane plans responsibilities.They key personnel will be responsible to report to work after the hurricane following an official notice from the National Hurricane Center and local officials that the hurricane danger is finished.They should notify Superior Landscaping and Lawn Service if they would not be able to report to work due to weather or aftermath conditions. Superior Landscaping and Lawn Service will determine the next step to cover this insufficiency. RFP 2021-187-AY—GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS 29 DoceSign Envelope ID.C3A5B18A-A673-4BB1-95E2-D975656D55A4 doir . . • . '4 _ TAB 3-APPROACII AND METHODOLOGY 8.EMERGENCY RESPONSE AND SERVICES (CONT.) ACTION PLAN : The preparations will increase as the storm approaches and its path is reasonably plotted in the hurricane-tracking chart. Once an alert has been given, all employees and subcontractors should keep in touch with Superior Landscaping and Lawn Service for the storm progress. The following steps are recommended to be as followed: 1. Hurricane Watch 36 to 48 Hours Before Hurricane a. Project supervisors and subcontractors will be notified of the hurricane watch. b. Hold a meeting with the key personnel to distribute responsibilities and to detect any special condition present at the project that could require more attention. c. Re-supply the first aid kit. d. Ensure that emergency equipment is stored in a safe place. e. Coordinate to have available at least the following equipment: i. Flashlights with extra batteries ii. Portable generator(s) iii. Inexpensive battery operated radio (weather Band) iv. Fire extinguisher(s) v. Personal Protective Equipment (raining coats, rubber boots, hand gloves, etc.) f. Develop an emergency phone list according to the project area and location. 2. Hurricane Warning- 36 hours to Hurricane a. Notify Projects supervisors, key personnel, and subcontractors of the hurricane warning and weather conditions. b. Hold a meeting with the key personnel to distribute preparation responsibilities and review the actions already taken. c. All material will be contained in a manner that it cannot be a projectile or it will be removed from jobsite. d. All floors exposed to outside elements should be broom clean. e. Take photographs of the jobsite, both inside and outside, to aid in documenting the precautions taken before the hurricane. f. Refuel all company vehicles and park them in a protected area to minimize damage from windblown objects. g. Shutdown all non-essential electric motors and cut off power at main breaker. h. Fill all safety cans with gasoline and/or diesel. The safety cans should be labeled with the nature of their contents. i. Remove compressed gas cylinders form the work areas when they are exposed to outside elements. Be sure that they are stored in upright position and tied up. j. Materials, tools, and equipment stored in areas susceptible to flooding should be storage in high places. RFP 2021-187-AY-GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS 30 !' DocuSign Envelope ID C3A5B18A-A673 4BB1-95E2-D975656D55A4 ., Mr 4 ''71. — . illt _ 1 .. _ ..... , ..„.. _,. " . foot TAB 3-APPROACH AND METHODOLOGY 8.EMERGENCY RESPONSE AND SERVICES (CONT.) k. Prepare an accurate inventory list of all equipment, materials and tools at the project site. 1. Fill drinking water cans with ice and water and place them in a safe place. m. Secure all hazardous chemicals materials to prevent chemicals spills. 3. After the Hurricane a. For job personnel who must return to work to the site in the aftermath of the hurricane, certain precautions are needed: i. Avoid areas where power lines are down, especially in the vicinity of the water. Report any power line down to the Florida Power and Light Company (FPL). ii. Avoid piles of debris, where poisonous snakes and insects may have taken refuge. b. Remember that on-site structures may have been damaged and now unable to sustain weight or stress. c. Do not use water from city mains until it has been declared safe from contamination. d. Take photographs of all areas to document all damages. e. Check fire extinguisher and take extra precautions to prevent fires. Lowered water pressure in city mains and debris in streets may prevent effective firefighting after the hurricane. f. A walk through the project should be made prior to allow employees to the project facilities. g. Prepare an accurate inventory of tall the equipment, materials and tolls to detect any loss or damages. h. Do not turn on any computer and/or electronic equipment until the electric power is verified from low voltages and/or fluctuations. RFP 2021-187-AY-GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS 31 I I' DocuSign Envelope ID C3A5B18A-A673-4BB1-95E2-D975656D55A4 s 44114C ,- /; ' ' TI • 14.1 ili i••.40 . i ,.. ,, 0 .. Y'. -1* ':f4" TAB 3-APPROACH AND METHODOLOGY 1.COMPLIANCE WITH STANDARDS Superior Landscaping & Lawn Service, Inc appreciates the opportunity to present our proposal with the intent to perform landscape maintenance for Group III Specialty Parks. Our philosophy is to establish a partnership between our experienced staff and our clients. Established in May 1998, we have served south Florida with our experienced staff and grown to adjust with all the improvements of the City's maintenance system. Our approach is to be proactive in our approach to this contract,being the front line of the maintenance by not only taking care of our contractual agreement but organizing and executing our services. We take full responsibility for our role, and we feel this approach will ensure an excellent and successful working relationship. We will be conducting routine maintenance, which includes tree trimming and pruning, landscape maintenance, pest control, weed control and wildflower management with our own forces. We will assign 1 on-site project supervisor who will oversee mobilizing crews communicating with the arborist, scouting for plant deficiency, pest management, invasive vegetation control, scheduling crews, MOT,job safety training and landscape monthly reports. To better track our quality control,we have been working with Peter Strelkow with HS2G, Inc. As our landscape inspector, they will be performing quarterly inspections and consulting on any matters. Along with HS2G, we have our own landscape inspector, Julio Valdes, who will also be assisted by our Arborist, Gustavo Valdes. Their inspections and reports will ensure that we address any deficiencies with site conditions and any adjustments we may make to our care. Superior Landscaping and Lawn Service Inc has concluded a field investigation at all project locations to determine the health of the trees and to note current landscape maintenance deficiencies and problems. ✓ Debris of landscape material and trash ✓ Low tree branches ✓ Suckers on the trees ✓ leaning trees I Palm trees need fertilizer I Mulch pile against tree trunks I Need fertilizer at palms These inspections allow Superior Landscaping and Lawn Service Inc and its crews to prepare for the maintenance required as correct all deficiencies noted on our field investigation and ensure the health and safety of the public to enjoy the city. RFP 2021-187-AY-GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS 19 1 Le(ubrin Envelope ID C3A5B18A-A673-4BB1-95E2-D975656055A4 a • I 1 a,1►t"'I i� , Our approach to this project directly reflects our understanding of a successful account manager. Superior Landscaping and Lawn Service Inc will take full responsibility for ensuring a beautiful landscape and wildflower assets meet or exceed performance measures set for in the RFP. We understand that under no circumstance we will neglect the responsibility we have under this contract and will not sacrifice profit over service. li, , , . ASO *OM* 4,, .. 11110.,ek. ii "ey _':s;� , . �� : .r z i a \ ,mo,tt .L. (fir *" ^ �� •, �I,tii1 - —i '.AI ,!;ir 'in . • e .c — $ RFP 2021-187-AY-GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS 20 I P a g e [JocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975656D55A4 h 1 • _ A7N _ OfA TAB 3-APPROACH AND METHODOLOGY 2.EQUIPMENT AND MATERIALS MATERIAL SUPPLIERS: Vida Verde Farms Maria Vila 20451 SW 216 Street Miami,FL 33170 305-969-1032 JWD Trees Inc Laurie 17091 Huffmaster Road North Fort Myers,FL 33917 239-543-4982 Fish Branch Tree Farm, Inc. Wendy 1680 Fish Branch Road Zolfo Springs,FL.33890 863-735-2242 Pahokee Palms 215 E.Main Street Pahokee FL 33476 561-924-9916 Becker Tree Farm&Nursery Cindy 2400 SE Bridge Rd. Hobe Sound,FL 33455 772-546-3541 King's Nursery 6326 SW Senate St. Arcadia,Florida 34269 (863) 441-4338 RFP 2021-187-AY-GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS 21 I " i DocuSign Envelope ID.C3A5B18A-A673-4BB1-95E2-D975656D55A4 -- imoot. aiiiiito .. • • ( r g : ' r 1�.1 ,�, . J .. .._ . . _ . _ EQUIPMENT LIST: YEAR QTY ITEM DESCRIPTION MAKE MODEL CONDITION MANUFACTURED 6 Chipper Vermeer BC 1500 2007 Good 1 Mini Excavator Yanmar VI 027 2005 Good 11 Hedge Trimmer STIHL HL100K 2017 Good 2 Mini Excavator Caterpillar 302 5C 2006 Good 7 Lawn Edgers STIHL FS-90Z 2016 Good 20 Lawn Edgers STIHL FC90 2016 Good 3 Line Trimmer STIHL FS91R 2017 Good 6 Line Trimmer STIHL FS9OR 2017 Good 14 Line Trimmer STIHL HL-100KZ 2012 Good 29 Line Trimmer STIHL HLA65 2012 Good 1 Mower 54" Toro 74925 2010 Good 13 Mower 60" Toro 74926 2010 Good 9 Mower 60" Toro ZD-326 2010 Good 6 Mower 60" Toro ZD10211-60 2010 Good 1 SKID STEER Caterpillar 268 B 2007 Good 1 SKID STEER New Holland L 185 2006 Good 7 Power Pruner STIHL HT-103-12 2017 Good MS193T-PS3- 18 Climbing saw STIHL 16 2017 Good 5 Chainsaw STIHL MS291-20 2017 Good 10 Blower STIHL BR 600 2017 Good 10 Climbing saw STIHL MS193T 2017 Good 3 Pruner STIHL STEHT103-2 2017 Good STEMS193T- 5 Climbing saw STIHL PS3-16 2017 Good 7 Blower STIHL BR450 2017 Good 1 Blower ECHO PB-770T 2016 Good 8 Hedger Hammer STIHL HL-100K 2012 Good 1 Stump Grinder Vermeer SC352 2002 Good 2 BATWING 15' Bushog 2016 Good 1 BATWING 20' Bushog 2016 Good 4 Tractor Kubota/Toro L4330 2016 Good 1 Back Hoe Caterpillar 402 E 2015 Good RFP 2021-187-AY-GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS 22 DocuSign Envelope ID C3A5B18A-A673-4BB1-95E2-D975656D55A4 $ . ' J.._ .. "'tea +' M • TAB 3—APPROACH AND METHODOLOGY 3.LITTER CONTROL AND PRESSURE CLEANING LITTER MANAGEMENT: Daily litter patrol will be conducted with 2 crews ensuring it does not exceed 2 cubic feet. All reproductive growth on coconut palms will be removed before the formation of fruit. Upon collection, all trash will be disposed of each working day. No bags will be left on grounds or any locations. Landfill receipts will be submitted with the invoice for every period. PRESSURE CLEANING: Quarterly pressure cleaning or as needed for concrete sidewalks, hardscape, concrete bench pads and any other fixtures throughout the park. Superior will utilize commercial grade equipment for removing stains, spills, etc. from concrete surfaces without damaging the surface material. Monthly pressure cleaning of trash receptables and recycling bins. Wipe down of the same with a mild detergent at least one (1) time daily by a 1-man crew. Receptacles and Bins will be required to be thoroughly cleaned at least one (1) time per month. RFP 2021-187-AY—GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS 23 DocuSign Envelope ID C3A5B18A-A673-4BB1-95E_2-D975656D55A4 41! . , . I. -- e ,de45 - f 1 •� P--- TAB 3—APPROACH AND METHODOLOGY 4.FERTILIZER,PESTICIDES,DISEASE AND PEST CONTROL MANAGEMENT We will follow Green Industry Best Management practices in our approach to maintain and safeguard plants from our South Florida climate that is always evolving. The assigned project supervisor and arborist will scout and do bi-weekly reports to identify any deficiencies and frequencies. As we have an array of plants, trees, shrubs and groundcovers, fertilization applications will vary. • Priority is to keep ratios of nitrogen-phosphorus-potassium (N-P-K) though application methods and rates. • Palm require ratio of N-P-K-Mg for palms is 4:1:6:2 at a rate of 1.5 pounds of the blend per 100 square feet of palm canopy. The mixture should also contain 1 to 2 percent Fe and Mn with trace amounts of (Zn), (Cu), and B. • Using a palm fertilizer for turf eliminates the potential problem of applying high-N turf fertilizer near palms. • Palm fertilizer is mainly a slow-release fertilizer application and will be applied every three months, (February,April,July, and October) which is the length of time the nutrients are expected to last or sooner if needed. • Plants other than palms have lower nutritional requirements and require less frequent fertilization. Applications normally are scheduled around February and October. An additional fertilizer cycle will be applied in the summer if needed. • Trees, except palms, will be fertilized with a N - P - K ratio of 3:1:2 or 3:1:3 at a rate of 1 pound of nitrogen per 1,000 square feet out to the drip line of the tree. This same blend is used for shrubs. • Personnel will be licensed for all applicable maintenance functions, including any chemical application as required by law. RFP 2021-187-AY—GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS 24 1 P a g e DocuSign Envelope ID C3A5B18A-A673-4BR1-95E2-D975656D55A4 ilkopost- . ? oio. • 4'• ' - • •iMit TAB 3—APPROACH AND METHODOLOGY 4.FERTILIZER,PESTICIDES,DISEASE AND PEST CONTROL MANAGEMENT(CONT.) We propose an Integrated Pest Management (IPM) plan we use for all roadway projects. This helps us focus on having the proper selection, establishment, and maintenance of healthy plants that have ample nourishment and hydration. It consists of 4 main parts: For the selection of plant replacements, all project plants must be Florida No. 1 grade and they should be insect- and disease-free at installation. We will ensure the quality of the plants upon delivery. Our team is educated in recognizing the status of insects and diseases in South Florida and are aware to keep watch of many problems that can arise at any time through the spread of imported plant pests. • Royal palms may be affected by the royal palm bug (Xylastodoris Luteolus) and are susceptible to two trunk-rotting fungal diseases: Ganoderma butt rot and Thielaviopsis trunk rot. • The palmetto weevil is now known to attack stressed transplanted palms including Bismarck, Sabal and Washington palms, which are part of the project inventory. • Royal poincianas have been defoliated by two species of caterpillars (Melipotisacontioides and Melanchroiachephise) in Southwest Florida. Yellow poincianas have no pests or diseases of major concern. • Sabal palms are susceptible to Ganoderma butt rot, Thielaviopsis trunk rot, and most recently, Texas phoenix palm decline. Texas decline has not yet happened, but it is important to be aware of its possible spread. It affects decline in Phoenix spp. as well. WHEN APPLICATION IS REQUIRED: All State and Federal regulations shall be strictly adhered to which govern the use of any application of chemicals. Superior Landscaping assumes all related liability for adhering to these regulations. Plants and turf will be treated chemically as required to effectively control insect infestation and disease. Methods include root drenching, root injections, foliage spray. Following IPM philosophy, chemicals are applied only as needed; usually when plants have active infestations and significant damage is likely. RFP 2021-187-AY—GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS 25 Doc uSion Envelope ID C3A5B18A-A673-4BB1-95E2-D975656D55A4 0 ._ „ _ tn. . . 1 �- �:;`•' (ti✓�ir'� 4 • : ..?� - .... . . v� mot~ Jj`( ` • _______ , .... , i— .. ,4 TAB 3—APPROACH AND METHODOLOGY 5.TURF RENOVATION Turf renovation will follow the same process mentioned in "Tab 3 — Approach and Methodology" "4. Fertilizer, Pesticides, Disease and Pest Control Management (cont.)" As we have an array of plants, trees, shrubs and groundcovers, fertilization applications will vary. • Priority is to keep ratios of nitrogen-phosphorus-potassium (N-P-K) though application methods and rates. • Palm require ratio of N-P-K-Mg for palms is 4:1:6:2 at a rate of 1.5 pounds of the blend per 100 square feet of palm canopy. The mixture should also contain 1 to 2 percent Fe and Mn with trace amounts of(Zn), (Cu), and B. • Using a palm fertilizer for turf eliminates the potential problem of applying high-N turf fertilizer near palms. • Palm special fertilizer is mainly a slow-release fertilizer application and will be applied every three months, (January, April, July, and October) which is the length of time the nutrients are expected to last or sooner if needed. • Plants other than palms have lower nutritional requirements and require less frequent fertilization. Applications normally are scheduled around February and October. An additional fertilizer cycle will be applied in the summer if needed. • Trees, except palms, will be fertilized with a N - P - K ratio of 3:1:2 or 3:1:3 at a rate of 1 pound of nitrogen per 1,000 square feet out to the drip line of the tree. This same blend is used for shrubs. RFP 2021-187-AY—GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS 26 1 DocuSign Envelope ID C3A5B18A-A673 4BB1-95E2-D975656D55A4 • " ' 41101. • - S TAB 3—APPROACH AND METHODOLOGY 6.TREE MAINTENANCE &CARE PRUNING: Pruning will be performed in accordance with ANSI A300 standards, best management practices, for sight distance and clear zone. Frequency will depend on plant growth and any need for corrective pruning will be performed as often as necessary to keep a lush and proper shape. We acknowledge that over pruning is extremely harmful, particularly to palms, and it will be avoided. Therefore, we will be trimmed and pruned a minimum of(2) two times a year. All dead palms fronds and branches will be removed on a every service visit. All pruning cuts will be made with sharp instruments outside the branch collar. For trees, no more than 34%will be removed at one time, and this is only if the tree sustains significant damage. For palms, no more than 25% of the fronds will be removed and they will be trimmed cleanly near the roots. All tree trimming and palm pruning will be supervised by a Certified Arborist. (Arborist credentials and resume are attached.) WEED MANAGEMENT: During manual weed removal of all weeds above 12" height prior to applying herbicide spray, care will be taken to complete elimination of the weed root system and disposal of any fruits. Herbicide applications will be performed by certified personnel and in accordance with manufacturer recommendations, best horticultural practices and in compliance with all federal, state, and local health and safety laws. All certified personnel have been trained by Daniel H. Ackenbrack, our certified applicator, since 2010 and is responsible for the herbicide and fertilizing program. He will be directly involved in the management and supervision of this activity. Chemical substances MSD sheets will be available in a comprehensive binder in all spray tech vehicle and regularly checked for updates. Pesticides will be recorded within two working days of the application and maintained for two years from the application date. We will also follow any FTE additional requirements in terms of record keeping. Our spray techs are trained to avoid overspray and avoid drift to other landscape materials, neighboring properties, and waterways. Our crews will only work in low wind speeds, using careful spot application with backpack sprayers and proper deflecting clothes. All pieces of equipment will be available for a variety of application methods, including proper nozzle, psi, and any other features. RFP 2021-187-AY—GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS 27 DocuSign Envelope ID:C3A5B18A-A673-4BB1-95E2-D975655D55A4 .1 ,_ ,...: ._,.. .:.1.1) 1 jowl .‘ 7.41 II. Y'::.:"•;/:::: . ...-11 i ..,:, - -• 1-----''''' . r-: -\--:-. ' .f ';':-- '''''' j'A' - 4" - ' 7 , ' ...,. . , OT . ,___:,. ,., . 4. .... I. 4.'0 4. „.., . '''.:, . ' -e TAB 3-APPROACH AND METHODOLOGY 7.IRRIGATION SYSTEM MAINTENANCE AND WATERING One of the facets of Green Industries Best Management Practices is water conservation, reduced pollution of any chemicals (sediment, fertilizers, and pesticides), and increasing plant growth. We apply our knowledge of industry practices in our irrigation, fertilization, and pesticide application programs. We will monitor weather conditions and other environmental factors to ensure that resources are not wasted: no watering before rain and no fertilizer or pesticide applications when storms are forecasted. Monitoring for water needs will be conducted on a weekly basis regardless of weather forecasts. Most plants should not require supplemental watering after establishment unless drought conditions occur. When replacing plants and watering for establishment,we consider the species, location (for example, slopes), and soil type. One of our goals is to maintain constant moisture in, but not saturation of plant root balls. With this, mulch will be maintained at a depth of 3 inches around plants to retain soil moisture and provide a more uniform soil temperature. Most of the plant material within the proposed maintenance limits has been established and is drought tolerant, but in heavy drought conditions, hand watering will be performed, and a watering schedule will be shown to ensure they maintain FL #1 standards or better. Additional watering will be provided to trees and palms that are not as drought tolerant such as Royal palms. Tree rings and plant beds will be kept weed-free to avoid competition for water resources. Additional watering will be provided to palms planted on ramped areas that drain quicker thus requiring more frequent watering. During the fertilization cycle, there will be special attention and monitoring to ensure that trees and palms have adequate water. Additional watering will be provided if necessary to ensure the fertilizer is watered in properly. Watering will be completed via 2,000-gallon water truck. RFP 2021-187-AY-GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS 28 1 DocuSign Envelope ID.C3A5B18A-A673-4BB1-95E2-D975656D55A4 rI',. wll IRIr�"M t y v' _- _ — - _ ,.. it it TAB 3-APPROACH AND METHODOLOGY 8.EMERGENCY RESPONSE AND SERVICES EMERGENCY RESPONSES: In the event of any emergency storm, we will respond and perform pre-and post-storm cleanup to minimize damage to assets. We have the equipment to perform, including grappler trucks, cranes, loaders, excavator and more, etc. We understand the importance of this project and are committed to its continuing success and will do what it takes to demonstrate that our landscape plan is the right solution. This Hurricane Emergency Management Plan is predicated on a realistic approach to the problems likely to be encountered during a major storm emergency. Hence,the following assumptions are made and should be used as general guidelines in such an event. 1.A storm may occur at any time of the day or night,weekend, or holiday. 2.The succession of events in an emergency is not predictable;therefore, published operational plans, such as this plan,should serve only as a guide and a checklist, and may require modification in order to meet the requirement of the emergency. 3.A storm emergency may be declared if information indicates that such conditions are developing or probable. Superior Landscaping and Lawn Service Communications Superior Landscaping and Lawn Service will be responsible to keep their personnel and their subcontractors for the project informed of the weather conditions.They will receive written notifications and special warnings about the weather conditions. Personnel will be notified of the following via phone call,verbal, email or fax: 1.Weather condition that could represent a danger of a hurricane. 2. Formation of a hurricane that could represent a danger to our zone. 3. Hurricane location (latitude and longitude) and forecasts 4. Hurricane Classification based on wind speed. 5. Hurricane status(Alert,Watch,Warning). 6. Additional information and special precautions to be taken. Superior Landscaping and Lawn Service Emergency Information Superior Landscaping and Lawn Service has prepared and will keep updated a list of key personnel. A meeting with the personnel team will be held to discuss the action plan and to distribute the project hurricane plans responsibilities.They key personnel will be responsible to report to work after the hurricane following an official notice from the National Hurricane Center and local officials that the hurricane danger is finished.They should notify Superior Landscaping and Lawn Service if they would not be able to report to work due to weather or aftermath conditions. Superior Landscaping and Lawn Service will determine the next step to cover this insufficiency. RFP 2021-187-AY-GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS 29 1 DocuSign Envelope ID C3A5B18A-A673-4BB1-95E2-D975656D55A4 1.4 .74 TAB 3—APPROACH AND METHODOLOGY 8.EMERGENCY RESPONSE AND SERVICES(CONT.) ACTION PLAN : The preparations will increase as the storm approaches and its path is reasonably plotted in the hurricane-tracking chart. Once an alert has been given, all employees and subcontractors should keep in touch with Superior Landscaping and Lawn Service for the storm progress. The following steps are recommended to be as followed: 1. Hurricane Watch 36 to 48 Hours Before Hurricane a. Project supervisors and subcontractors will be notified of the hurricane watch. b. Hold a meeting with the key personnel to distribute responsibilities and to detect any special condition present at the project that could require more attention. c. Re-supply the first aid kit. d. Ensure that emergency equipment is stored in a safe place. e. Coordinate to have available at least the following equipment: i. Flashlights with extra batteries ii. Portable generator(s) iii. Inexpensive battery operated radio (weather Band) iv. Fire extinguisher(s) v. Personal Protective Equipment (raining coats, rubber boots, hand gloves, etc.) f. Develop an emergency phone list according to the project area and location. 2. Hurricane Warning— 36 hours to Hurricane a. Notify Projects supervisors, key personnel, and subcontractors of the hurricane warning and weather conditions. b. Hold a meeting with the key personnel to distribute preparation responsibilities and review the actions already taken. c. All material will be contained in a manner that it cannot be a projectile or it will be removed from jobsite. d. All floors exposed to outside elements should be broom clean. e. Take photographs of the jobsite, both inside and outside, to aid in documenting the precautions taken before the hurricane. f. Refuel all company vehicles and park them in a protected area to minimize damage from windblown objects. g. Shutdown all non-essential electric motors and cut off power at main breaker. h. Fill all safety cans with gasoline and/or diesel. The safety cans should be labeled with the nature of their contents. i. Remove compressed gas cylinders form the work areas when they are exposed to outside elements. Be sure that they are stored in upright position and tied up. j. Materials, tools, and equipment stored in areas susceptible to flooding should be storage in high places. RFP 2021-187-AY—GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS 30 DocuSign Envelope ID C3A5B18A-A673-4BB1-95E2-D975656D55A4 ti . _ � ; 1- \fi - :,,i► i �;l tia; i 4 f gm TAB 3-APPROACH AND METHODOLOGY 8.EMERGENCY RESPONSE AND SERVICES(CONT.) k. Prepare an accurate inventory list of all equipment, materials and tools at the project site. 1. Fill drinking water cans with ice and water and place them in a safe place. m. Secure all hazardous chemicals materials to prevent chemicals spills. 3. After the Hurricane a. For job personnel who must return to work to the site in the aftermath of the hurricane, certain precautions are needed: i. Avoid areas where power lines are down, especially in the vicinity of the water. Report any power line down to the Florida Power and Light Company (FPL). ii. Avoid piles of debris, where poisonous snakes and insects may have taken refuge. b. Remember that on-site structures may have been damaged and now unable to sustain weight or stress. c. Do not use water from city mains until it has been declared safe from contamination. d. Take photographs of all areas to document all damages. e. Check fire extinguisher and take extra precautions to prevent fires. Lowered water pressure in city mains and debris in streets may prevent effective firefighting after the hurricane. f. A walk through the project should be made prior to allow employees to the project facilities. g. Prepare an accurate inventory of tall the equipment, materials and tolls to detect any loss or damages. h. Do not turn on any computer and/or electronic equipment until the electric power is verified from low voltages and/or fluctuations. RFP 2021-187-AY-GROUNDS MAINTENANCE FOR PARKS AND ATHLETIC FIELDS 31