HomeMy WebLinkAboutAmendment No. 7 to the Contract with Superior Landscaping and Lawn Service, Inc. (2) Docusign Envelope ID:1 30 978 69-1 251-4B4C-ABE1-5BB4921492DF 2.
Docusign Envelope ID:79EFBC08-69A1 4935-8CE1-A92577A4COBD
� ..)t 2y ► 2a2a
Contract/Document Routing Form
MIAMI BEACH
2020-042-AY Grounds Maintenance tot Right-Of-Way(ROW),Parking Facilities,Lincoln Road Mall,Lot
Clearance,and Coastal Areas
Superior Landscaping&Lawn Services,Inc. Public Works
2/17/2026 1 11:49 EST 2/13/2026 18:59 r5t
John Norris( David Martinez' ,
--Y-" — --....., w;« ,y
X Type 1-Contract,amendment,change order,or task order resulting from a procurement-issued competitive solicitation.
Type 2-Other contracts,amendments,change orders,or task orders not resulting from a procurement-Issued competitive solicitation.
Type 3-Independent Contractor Agreement(ICA) Type 6-Tenant Agreement
Type 4-Grant agreements with the City as the recipient Type 7-inter-governmental agency agreement
Type 5-Grant agreements with the City as the grantor Other.
On June 24,2020,the Mayor and City Commission awarded and authorized the execution of an Agreement with Superior Landscaping
and Lawn Service Inc.,for Grounds Maintenance-Right of Way, Parking Facilities,Lincoln Road,and Coastal Areas pursuant to ITB
2020-042-AY.
The purpose of this Agreement is to provide landscape maintenance services for various City of Miami Beach streetscapes,municipal
facilities,and coastal areas.Since the Agreement's inception,adjustments have been made to existing sites,and additional locations
have been identified that require grounds maintenance.The original ITB 2020-042-AY contract term concluded in June 2025 and is
currently operating on a month-to-month basis,pending the award of a new contract.
The Greenspace Division of Public Works has identified an additional location at MID 25 Miami Beach Drive that requires ongoing
maintenance services.Superior Landscaping&Lawn Services,Inc.("Superior"),the contractor for Group II -Mid Beach,has been
asked to provide pricing for services at this site.Since the agreement is currently on a month-to-month extension,the pricing is based
on a per-service fee rather than a monthly rate.The costs for each service at this site are as follows:
Landscape Maintenance: $631.68
Irrigation Maintenance: $158.91
Fertilization Service: $1,207.81
Palm Trimming: $1,685.91
Tree Trimming: $1,053.70
The proposed prices are fair and reasonable as they are consistent with the pricing we have previously received when adding
additional locations to the contract.
Based on this justification herein and pursuant to the authority granted by Section 72 of the agreement,"Additional Items/Services",
additional items with a cumulative value of$50,000 or less may be approved by the City Manager.Therefore,this item requests the
City Manager's signature on the attached Amendment for in an amount not to exceed$50,000.
1--- • — —
Three years , Two(2)one(1)year option Five years(currently on a month-to month) -- —
Grant Funded: _ ^ _J I Yc s 1 X No I State I Federal 11Other: f
1 $27,000 011-0940-000325-29-406 545 00-00-00 7 Yes LX I No
1.For contracts longer than five years,contact the Procurement Department.2.Attach any supporting explanation needed.3.Budget
approval indicates approval for the current fiscal year only. Future years are subject to City Commission approval of the annual
adopted operating budget.
City Commission Approved: Yes X No Resolution No.: CC Agenda Item No.: CC Meeting Date.
If no,explain why CC approval is not required:Pursuant to the authority granted by Section 72,"Additional Items/Services
•
Legal Form Approved: I X I Yes I I No I If no,explain below why form approval is not necessary:
Docusign Envelope ID:13097869-1251-4B4C-ABE1-5BB4921492DF
Docusign Envelope ID:79EFBC08-69A1-4935-8CE1-A92577A4C0BD
Procurement: Grants: N/A
Kristy Bade 2/11/2026 I 5:58 EsT
laid �
Budget: Information N/A
Isadora Gonzalez C-1 2/12/2026 I 8:14 Esr Technology:
Budget:
Tameka Otto Stewart
off„shoat,lit. 2/12/2026 I 8:18 EST
-. "'..
Risk Management: " Fleet&Facilities: N/A
Human Resources: N/A Reviewed by: —� 2/10/2026 I 2:45 EST
Monica Garcia ,Itt4
Reviewed by: 2/10/2026 I 6:28 [sr
Theresa Buigas � _
Docusign Envelope ID: 13097869-1251-4B4C-ABE1-5BB4921492DF
Docusign Envelope ID:79EFBC08-69A1-4935-8CE1-A92577A4C0BD
AMENDMENT NO. 7 TO THE AGREEMENT
BETWEEN THE CITY OF MIAMI BEACH, FLORIDA
AND
SUPERIOR LANDSCAPING& LAWN SERVICE INC.
FOR CONTRACT PURSUANT TO ITB 2020-042-AY
FOR GROUNDS MAINTENANCE-RIGHT OF WAY, PARKING
FACILITIES, LINCOLN ROAD,AND COASTAL AREAS
3/2/2026 I 8:57 EST
This Amendment No.7 (the " Amendment") to the Agreement, dated June 24, 2020, by
and between the City of Miami Beach, Florida, a municipal corporation organized and
existing under the laws of the State of Florida, having its principal place of business at
1700 Convention Center Drive, Miami Beach, Florida 33139 (the "City"), and Superior
Landscaping & Lawn Service Inc., a Florida corporation, having its principal place of
business at 2200 NW 23 Avenue,Miami, Florida, 33142("Contractor"), is entered into this
day of , 2025 (Effective Date)and hereby amends the Agreement
as follows:
RECITALS
WHEREAS,on June 24,2020,the Mayor and City Commission approved the award
of Invitation to Bid ("ITB") No. 2020-042-AY for Grounds Maintenance-Right of Way,
Parking Facilities, Lincoln Road, and Coastal Areas;
WHEREAS, Section 200, Sub-Section 16 of the ITB, entitled 'Binding Contract',
stipulates that the award of the ITB shall constitute a binding contract between the City
and Contractor;
WHEREAS, the Contractor was awarded as primary for Group 6, secondary for
Groups 1-5, and tertiary for Group 6;
WHEREAS, on April 8, 2021, the City executed Amendment No. 1 with Contractor
to 1) amend the contracts to require Superior to perform background checks on all of its
employees at the Contractor's expense and 2)adjust the contract rates to account for the
living wage increase pursuant to Resolution No.2020-31399;
WHEREAS, on September 18, 2021, the City executed Amendment No. 2 with
Contractor to incorporate the"Contract Provisions for Non-Federal Entity Contracts Under
Federal Awards,"the"Byrd Anti-Lobbying Amendment Certification,"the"Suspension and
Debarment Certification," and other miscellaneous requirements of the City Code and
Florida Law;
WHEREAS, on February 14, 2022, the City executed Amendment No. 3 with
Contractor, revising Appendix E, "Cost Proposal Form" to add additional services at the
Lake Neighborhood, North Beach ROW,and 17 Street to 22 Street ROW, and incorporate
into the Agreement the Northeast Collins Avenue Corridor, the Holocaust Memorial, and
Collins Park Garage;
WHEREAS, on December 27, 2022, the City executed Amendment No. 4 with
Contractor, revisingAppendix E, "Cost Proposal Form" to adjust the level of services at
Beachwalk Street Ends(23 Street to North End 45 Street), Dunes North Beach(64 Street
to 87 Street), and Nautilus Drive(42 Street SE Corner Michigan to Meridian)and further,
to add Hawthorne Avenue Parking Lot(Plot 100 81 street,and Hawthorne Avenue);
Docusign Envelope ID: 1 3 09 7 86 9-1 2 51-4B4C-ABE1-5BB4921492DF
Docusign Envelope ID:79EFBC08-69A1-4935-8CE1-A92577A4C0BD
WHEREAS, on December 2, 2024, the City executed Amendment No. 5 with
Contract, revising Appendix E, "Cost Proposal Form" to add three new locations: Indian
Creek Raised Seawall,59th Street Bioswale Areas, and Lummus Park Dunes;
WHEREAS,on July 1, 2025, the City executed Amendment No. 6 with Contractor
to adjust the contract rates to account for the living wage increase pursuant to Resolution
No. 2025-33452;
WHEREAS,one additional site has now been identified for grounds maintenance
services, and the City requested that Contractor provide a quote for the cost per service,
given that the Agreement is currently on a month-to-month basis, for Group 2 at a new
location: MID 25 Miami Beach Drive; and
WHEREAS,in order to continue the City's grounds maintenance for rights-of-way,
parking facilities, and coastal areas, it is necessary to amend the Agreement to add the
additional site: MID 25 Miami Beach Drive.
NOW THEREFORE, in consideration of the mutual promises and conditions
contained herein, and other good and valuable consideration, the sufficiency of which is
hereby acknowledged, the City and Contractor hereby agree to amend the Agreement as
follows:
1. ABOVE RECITALS.The above recitals are true and correct and are incorporated
as part of this Amendment.
2. MODIFICATIONS. The Agreement is hereby modified (deleted items struek
through and inserted items underlined)as follows:
(a) Appendix E "Cost Proposal Form"of the Agreement is deleted in its entirety
and replaced with the attached Revised Appendix E"Cost Proposal Form."
3. RATIFICATION. Except as amended herein,all other terms and conditions of the
Agreement shall remain unchanged and In full force and effect. In the event there
is a conflict between the provisions of this Amendment and the Agreement, the
provisions of this Amendment shall govern.
[SIGNATURE PAGE TO FOLLOW]
Docusign Envelope ID:13097869-1251-4B4C-ABE1-5BB4921492DF
Docusign Envelope ID:79EFBC08-69A1-4935-8CE1-A92577A4COBD
IN WITNESS WHEREOF, the parties hereto have caused this Amendment to be
executed by their appropriate officials as of the date first entered above.
FOR CITY: CITY OF MIAMI BEACH, FLORIDA
ATTEST:
c-IalarmAAJh By:
ii' rtranado,City Clerk Eric T.Car nter,City Manager
3/2/2026 I 8:57 EST
Date ------FOR CONTRACTOR: SUPERIOR LANDSCAPING&
LAWN SERVIC INC.
ATT . T: i
By:
1tnes- irature A zed Signato
IlthathI-154D letrido OierOpidtiir
Print Name/Title Print Name/Title
D to
APPROVED AS TO
FORM&LANGUAGE
& FOR EXECUTION
ti �tt 12f 23/M'
—�--
A City Attorney -- Date`j
Docusign Envelope ID:13097869-1251-4B4C-ABE1-5BB4921492DF
Docusign Envelope ID:79EFBC08-69A1-4935-8CE1-A92577A4C0BD
REVISED APPENDIX E
COST PROPOSAL FORM
COVER PAGE