Loading...
HomeMy WebLinkAboutLandscape/Spoil Areas Only 'S po II Altl::::-}'t<; OIM.L\.f ~1uW R, ~(JJ-- /l2~A Miami Beach ,- ***** qrrr - INVITATION FOR BIDS BID # 08-04/05 LANDSCAPE MAINTENANCE SERVICES BEACHW ALK: 1400-2100 COLLINS AVENUE BOARDWALK: 2100-4600 COLLINS AVENUE SPOIL AREAS: CITYWIDE BID OPENING: APRIL 15,2005 AT 3:00 P.M. NIG OA4 Outstanding Agency Accreditation Achievement Award Gus Lopez, CPPO, Procurement Director City of Miami Beach - Procurement Division 1700 Convention Center Drive Miami Beach, FL 33139 http:\\www.miamibeachfl.gov CITY CLERK BID NO: 08-04/05 DATE: 03/11/05 CITY OF MIAMI BEACH 1 m CITY OF MIAMI BEACH CERTIFICATION OF CONTRACT TITLE: LANDSCAPE MAINTENANCE SERVICES for Spoiled Areas: Citywide CONTRACT NO.: 08-04/05 EFFECTIVE DATE(S): June 9, 2005 through June 8, 2008, with two (2) Additional one (1) year renewal options SUPERSEDES: None CONTRACTOR(S): Florida Lawn Services, Inc. A. AUTHORITY - Upon affirmative action taken by the City Commission and City Clerk of the City of Miami Beach, Florida, on June 8, 2005, a contract has been approved for award and subsequent execution between the City of Miami Beach Florida and Florida Lawn Services Inc. B. EFFECT - This contract was entered into to provide Landscape Maintenance Services for the Spoiled Areas Citywide for the City of Miami Beach. Therefore, all required services shall be made under the terms, prices and conditions of this contract, Bid No. 08-04/05, all addenda thereto, and with Florida Lawn Services, Inc' s bid response. C. ORDERING INSTRUCTIONS - All standing orders shall be issued in accordance with the City of Miami Beach Procurement Division policies and procedures, at the prices indicated, exclusive of all Federal, State and local taxes. All Standing Orders shall show the City of Miami Beach contract number (08-04/05), with the current expiration date of June 9, 2008, 2009 or 2010, as applicable. D. CONTRACTOR PERFORMANCE - City of Miami Beach Departments shall report any vendor failure to perfonn according to the requirements of this Contract to Park and Recreation Contract Administrator 305-673-7730. E. PERFORMANCE AND PAYMENT BONDS - The Contractor shall file with the Procurement Director of the City of Miami Beach a Performance Bond in the amount of $50,000 per awarded location per year, and a Payment Bond in the amount of $25,000 per awarded location per year. The maximums bond requirement shall be a Perfonnance Bond in the amount of $300,000 per year, and a Payment Bond in the amount of $150,000 per year for the duration of the contract(s). Each payment and performance bond must be valid for the first year of the contract, and any subsequent contract 1 Page 2 Certification of Contract years(s) must be contingent upon the bidder providing the City with properly executed payment and performance bonds. F. INSURANCE CERTIFICATE(S) - The Contractor shall file Insurance Certificates, as required, and they must be signed by a Registered Insurance Agent licensed in the State of Florida and approved by the City of Miami Beach Risk Manager. G. LNING WAGE ORDINANCE - You are herby advised that this bid contract is subject to the Living Wage Ordinance No. 2001-3301. All employees who provide services covered by the bid, shall be paid a Living wage of no less than $8.56 an hour with health benefits, or a living wage of no less than $9.81 and hour without health benefits. H. ASSIGNMENT AND PERFORMANCE - Neither this Contract nor any interest herein shall be assigned, transferred, or encumbered by either party. In addition, CONTRACTOR shall not subcontract any portion of the work required by this Contract. CONTRACTOR represents that all persons delivering the services required by this Contract have the knowledge and skills, either by training, experience, education, or a combination thereof, to adequately and competently perfonn the duties, obligations, and services set forth in the Scope of Work and to provide and perfonn such services to CITY's satisfaction for the agreed compensation. CONTRACTOR shall perform its duties, obligations, and services under this Contract in a skillful and respectable manner. The quality of CONTRACTOR's performance and all interim and final product(s) provided to or on behalf of CITY shall be comparable to the best local and national standards. I. SERVICE EXCELLENCE STANDARDS - Excellent Customer Service is the standard of the City of Miami Beach. As contract employees of the City, your employees will be required to conduct themselves in a professional, courteous and ethical manner at all times and adhere to the City's Service Excellence standards. Training will be provided by the City's Organizational Development and Training Specialist. J. PUBLIC ENTITY CRIMES - In accordance with the Public Crimes Act, Section 287.133, Florida Statutes, a person or affiliate who is a contractor, consultant or other provider, who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to the CITY, may not submit a bid on a contract with the CITY for the construction or repair of a public building or public work, may not submit bids on leases of real property to the CITY, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with the CITY, and may not transact any business with the CITY in excess of the threshold amount provided in Section 287.017, Florida Statutes, for category two purchases for a period of 36 months from the date of being placed on the convicted vendor list. Violation of this section by Contractor shall result in cancellation ofthe CITY purchase and may result in Contractor debannent. 2 K. INDEPENDENT CONTRACTOR - CONTRACTOR is an independent contractor under this Contract. Services provided by CONTRACTOR pursuant to this Contract shall be subject to the supervision of CONTRACTOR. In providing such services, neither CONTRACTOR nor its agents shall act as officers, employees, or agents of the CITY. This Contract shall not constitute or make the parties a partnership or joint venture. L. THIRD PARTY BENEFICIARIES Neither CONTRACTOR nor CITY intends to directly or substantially benefit a third party by this Contract. Therefore, the parties agree that there are no third party beneficiaries to this Contract and that no third party shall be entitled to assert a claim against either ofthem based upon this Contract. The parties expressly acknowledge that it is not their intent to create any rights or obligations in any third person or entity under this Contract. M. NOTICES - Whenever either party desires to give notice to the other, such notice must be in writing, sent by certified United States Mail, postage prepaid, return receipt requested, or by hand-delivery with a request for a written receipt of acknowledgment of delivery, addressed to the party for whom it is intended at the place last specified. The place for giving notice shall remain the same as set forth herein until changed in writing in the manner provided in this section. For the present, the parties designate the following: For CITY: Procurement Division 1700 Convention Center Drive Miami Beach. Florida 33139 Attn: Gus Lopez. Procurement Director With copies to: City Attorney City of Miami Beach 1700 Convention Center Drive Miami Beach, Florida 33139 For Contractor: Florida Lawn Services. Inc. Attn: Elena Viamontes 5845 S.W. 125th Avenue Miami. Florida 33183 N. MATERIALITY AND WANER OF BREACH - CITY and CONTRACTOR agree that each requirement, duty, and obligation set forth in these Contract Documents is substantial and important to the fonnation of this Contract and, therefore, is a material tenn hereof. 3 Page 4 Certification of Contract CITY's failure to enforce any provision of this Contract shall not be deemed a waiver of such provision or modification of this Contract. A waiver of any breach of a provision of this Contract shall not be deemed a waiver of any subsequent breach and shall not be construed to be a modification ofthe tenns of this Contract. O. SEVERANCE - In the event a portion of this Contract is found by a court of competent jurisdiction to be invalid, the remaining provisions shall continue to be effective unless CITY or CONTRACTOR elects to tenninate this Contract. An election to terminate this Contract based upon this provision shall be made within seven (7) days after the finding by the court becomes final. P. APPLICABLE LAW AND VENUE - This Contract 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 tenns or conditions herein exclusive venue for the enforcement of same shall lie in Miami-Dade County, Florida. By entering into this Contract, CONTRACTOR and CITY hereby expressly waive any rights either party may have to a trial by jury of any civil litigation related to, or arising out of the Project. CONTRACTOR, shall specifically bind all subcontractors to the provisions of this Contract. Q. AMENDMENTS - No modification, amendment, or alteration in the terms or conditions contained herein shall be effective unless contained in a written document prepared with the same or similar fonnality as this Contract and executed by the Board and CONTRACTOR. R. All documents shall be executed satisfactorily to said City and until Bonds and Insurance Certificates have been filed and approved, this Contract Agreement shall not be effective. S. The Contract Documents which comprise the entire Agreement between City and Contractor are attached to this Agreement and made a part hereof. The Contract Documents may only be amended, modified or supplemented as provided. 4 Page 5 Certification of Contract AGREEMENT THIS AGREEMENT made this JCf ~ day of 'Tv lJ-. 2005, A.D. between the CITY OF MIAMI BEACH, a Florida municipal corporatio , heremafter called the CIty, whIch tenn shall include its successors and assigns, party of the one part, and Florida Lawn Services. Inc. 5845 S.W. 125th Avenue Miami. Florida 33183 Estimated Annual Contract Amount $73.890.00. IN WITNESS WHEREOF the said City has caused this Certification Agreement to be signed by the Mayor of the City of Miami Beach, Florida and its corporate seal to be affixed, attested by the City Clerk of the City of M.iami Beach and the said Contractor has caused this Agreement to be signed it its name. F]ov,d.a. Lawn ~'e("V\'c<, Contractor BY~ (Authorized Corporate Officer) J-rtc. (SEAL) ACH - Pr€s\d~t Title David Dermer ATTEST: t46J' rcvt~ City Clerk Robert Parcher F:\PURC\$ALL\JOHN\Contracts\Florida lawns servies I.doc APPROVED AS TO FORM & LANGUAGE & FOR EXECUTION ~ -56: O~ Date 5 i.itgIit...~ ~U>>npa1:y ~ ~ 717-751-0000 FAX' 717-751-0165 ~ 3350-.pdR4J'.o.Bad709. ~Bl 174OWI36 Performance Bond Bond 1112858 KNOW ALL MEN BY THESE PRESENTS: That Florida Lawn Service, Inc. as Principal, hereinafter called Principal, and Lincoln General Insurance Company, a corporation of the State of Pennsylvania as Surety, hereinafter called Surety, are held and firmly bound unto City of Miami Beach as Obligee, hereinafter called Owner, for the use and benefit of claimants as herein below defined, in the amount of Fifty Thousand Dollars & 001100 ($50,000.00), for the payment whereof Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Principal has by written agreement dated entered into a contract with Owner for Landscape Maintenance Services for the Spoil Areas City Wide Only 9-1-05/8-31-06. In accordance with drawings and specification prepared by which contract is by reference made a part hereof, and is hereinafter referred to as the Contract. NOW, THEREFORE, THE CONDmON OF TIllS OBLIGATION is such that, if the Contractor shall promptly and faithfully perform said contract, then this obligation shall be null and void; otherwise it shall remain in full force and effect. The Surety hereby waives notice of any alteration or extension of time made by the owner. Whenever Contractor shall be, and declared by Owner to be in default under the Contractor, the Owner having performed Owner's obligations thereunder, the Surety may promptly remedy the default, or shall promptly (I) Complete the Contract in accordance with its terms and conditions, or (2) Obtain a bid or bids for completing the Contract in accordance with its terms and conditions, and upon determination by Surety of the lowest respoDSlble bidder, or, if the Owner elects, upon determination by the Owner and Surety jointly of the lowest responsible bidder, arrange for a contract between such bidder and Owner, and make available as work progresses (even though there should be a default or a succession of defaults under the contract or contracts of completion arranged under this paragraph) sufficient funds to pay the cost of completion less the balance of the contract price; but not exceeding, including other costs and damages for which the Surety may be liable hereunder, the amount set forth in the first paragraph hereof. The term "balance of the contract price," as used in this paragraph, shall mean the total amount payable by the Owner to Contractor under the Contract and any amendments thereto, less the amo1lI!t properly paid by Owner to Contractor. "Any suit under this bond must be instituted before the expiration of twenty-four (24) months from the date on which the right of action accrnes, but if this provision is prohtbited by any law, then it shall be deemed to be amended so as to be equal to the minimum period of limitation allowed by such law." No right of action shall accrue on this bond to or for the use of any person or corporation other than the Owner named herein or the heirs, executors, administrators or successors of Owner. ~~.. ON ILl u... Ul Oil :it; ~<( .:l cr. -I- ~Z 11.10 frU Q .J "Qc( i~ Signed and sealed this 9th day of August, 2005. Florida Lawn Service, Inc. 4 V",. ~~-/ - A,Qdtes Yiamontes .'::Ple~a~l1t,.~ - . l .;/~ Titie>. .: ... .... --~. .,- ... ce Company on Harris ttomey-In-Fact & Fla. Resident Agent #Alllg83 ."- ,...... , 8/9/2005 ASI-030 zi1JGg6t (jg}mll ~~ ~ ~ 717-151..mM PAX I 717.751.oU;'1) ~ Sm~ltJL,lW. fkg,-. lIri,l>>. 174iJ2.QlS6 PAYMENT BOND Bond No: 12858 Premium: $1,847.00 KNOW ALL MEN BY THESE PRESENTS, That we, Florida Lawn Service, Inc. , (hereinafter called the "Principal"), as Principal and Lincoln General Insurance Company, a corporation duly organized under the laws of the State of Pennsylvania , (hereinafter called "Surety"), as Surety, are held and firmly bound unto City of Miami Beach as their interest may appear (hereinafter called "Obligees"), in the sum of Fifty Thousand Dollars & 00/100($50,000.00), for the payment of which sum, well and truly to be made, we, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Principal entered into a certain Contract dated , for Landscape Maintenance Services for the Spoil Areas City Wide Only 9-1-05/8-31-06 in accordance with the terms and conditions of said contract, which is hereby referred to and made a part hereof as if fully set forth herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal shall promptly make payment to all persons supplying labor and material directly to the Principal in the prosecution of the work provided for in said Contract, then this obligation to be void; otherwise shall remain in full force and effect. PROVIDED, however, that Principal and Surety shall not be liable to the Obligees or any of them unless the Obligees or any of them have performed the obligations to the Principal in accordance with the terms of said contract; and PROVIDED, further, that Principal and Surety shall not be liable to all Obligees in the aggregate in excess of the penal sum above stated. ~ea1ed with our seals and dated this 9th day of August A.D.2005. :, """ -",.-.",..,.. ~'... .,-.- . ',,' Florida Lawn Service, Inc. L-. Y~d- - -~, :~ J .!3Y: Andres Viamontes, President \ ~,.. By: B on Harris A orney-In-Fact & Fla. Resident Agent #All1883 8/9/2005 ASI-015 'N: IL.IJOO and existing by virtue of the Christine Marshall Harris; Marina Mercedes Ramil to sign, seal and execute for and on its behalf, as surety, bonds, undertakings, and other e, and to bind it thereby as fully and to the same extent as if such instruments were signed e corporation, and all the acts of said Attorney, pursuant to the authority hereby given are hereby RESOLVED that this Power of Attorney is granted and is signed, sealed and notarized with facsimile signatures and seals under authority of the following resolutions adopted by the Board of Directors of Lincoln General Insurance Company on the 4th day of September, 2002. RESOLVED that the President, an Executive or Senior Vice President, or any Vice President of the Company, together with the or any Assistant Secretary are hereby authorized to execute Powers of Attorney appointing the person(s) named as (s)-in-Fact to date, execute sign, seal and deliver on behalf of the Company, fidelity and surety bonds, undertakings, and milar contracts of suretyship, and any related documents. RESOLVED FURTHER that the signatures of the officers making the appointment, and the signature of any officer certifying the v and current status of the appointment, may be facsimile representations of those signatures; and the signature and seal of , and the seal of the Company, may be facsimile representations of those signatures and seals, and such facsimile representations of those signatures and seals, and such facsimile representations shall have the same fo:ce and effect as if manually affixed. The facsimile representations referred to herein may be affixed by stamping, printing, typing or photocopying. IN WITNESS WHEREOF, Lincoln General Insurance Company has caused its corporate seal to be affixed and these presents to be signed by its duly authorized officers this 15th day of~,mI1IifII12004. #\\''\ ~ INS~'IIII~ ~ #J'.~..".""'.~~~ l# ~ ~ .;s~. "~~ A !~.... ~ORAr~~>. .. ~. ' .- - -". v(j - 'l" - -. Secretary 13 ( 1977 J,gJent ~ 0 '. 1:-.. - ~,~: ~ is % v";:" iV8VLV~ ....~lj I th ~ . "l~" .-: ~ On this 15 day of October, 2004, before me pe~any (;amt!10"t,~-Clark, to me known, who being duly sworn, did depose and say: that he is the President of the Corporation ~ ~hich executed the above instrument: that he knows the seal .affixed to the aforesaid instrument is such corporate seal as affixed thereto by order and authority of the Board of Directors of said Company; and that he executed the said instrument by like order and authority and the same was his free act and deed. Toe Commonwealth of Pennsylvania York County COMMC.,'.\'E,.\c...,:,;::?,7 ye~Ns'(;;...'ANtA "'!>fa" 3' SoI'I..i , CaU''ftr''<J M.."~ :..on,,,, ~<;ta'Y P\;t:lIC Spf-i~aM:;~~~~,." 'r~c _ V~f1( CoorT'( M~,' C)t!,y,r:hs..-;-:,',~,~ - ~,:-Xl}T9. J'ur,o. -1 ", 2QrAt " / J:r:."i" ~<'; " , . . i, ~. _ -, .;;L ti .tJ III tu;> /! :-(...:.-- ~# \..-I~". I, Gary 1. Orndorff, Secretary of Lincoln General Insurance Company, a corporation of the Commonwealth of Pennsylvania do hereby certify that the above and foregoing is a full, true and correct copy of Power of Attorney issued by said Company, and of the whole of the original and that the said Power of Attorney is still in full force and effect and has not been revoked, and furthennore that the Resolution of the Board of Directors, set forth in the said Power of Attorney is now in force. INgWtITNESS WHEREOF, I have here~!.ltJ.l,.set my hand and affixed the seal of said Company, at York, Pennsylvania, this h day of August L.W) , . :\\\ \ "\lllllllllJlI/fl #~~..~~~!J ~qI4~ ~ (<) .-- -~~~ ;::. _.~~~ ~ ~ $..- ~ORArc8, ".C\. ~ $(!): va _ ~ ..~~ ~%~ 1977 ;n~ ::;...J'.o :0::: ~ 0\ ~ - ~ :~~ ~ U -'. "'NSYl.""~~-- 'b $ ~ ~ -..- ..... ~ ~~ 7') ........ ~ ~:~ "'II/. * Io.~~ ~1/1I"III..m\\\\\~ 0491 Secretary , ! I i .. TERRORISM RIDER NOTICE - FEDERAL TERRORISM INSURANCE COVERAGE AND DISCLOSURE OF PREMIUM Any loss applicable to a peril covered under this bond that is caused by a certified. act of terrorism pursuant to the terms of the Terrorism Risk Insurance Act of 2002 ("the Act"), will be partially reimbursed by the United States under a formula established by federal law. Under this formula, the United States pays 90% of covered terrorism losses exceeding a statutorily established deductible to the insurance company providing this bond. The portion of your annual premium attributable to certified acts of terrorism under this bond is $0.00. . COVERAGE LIMITATIONS Payment for a loss will not exceed the limit of liability under this bond. This bond will not pay for any portion of certified terrorism loss beyond any applicable annual liability cap set forth in the Act. The terms of this rider do not provide coverage for any loss that would otherwise be excluded by the terms of this bond. SU 0009 1202 Au~ 05 05 02:28p Emerald Insurance 305-234-7505 r'ACORD,. . .CERTIFICATE ~f LI~~IL..rY INSURANCE 11tIS CER11FICATE IS ISSUED ; PRODUCER The Emerald Insuanc:e Group 1I.1nc OILY AND CONFERS NO '\ 12392-A SW 82nd Ave. HOI.DER. 1lftS CER11FJCA , MIami, FL 33156 ~.L~ 1HE COVEf!AGE A (305}234.8900 INSURBtS AFFORDING COVERAGE ~~_~ Westem~ ~\JRER_B: I~!,IRER C: ~-~ ~E:,,___ INSUftB) FIoridIlawn Service, Inc 12595 SW 5& S1n!et Miami, Fl33175 i I COVERAGES ,-- AS A MATTER OF INFORMATION RIGHTS UPON THE CERTFlCATE TE DOES NOT AMEND. EXTEND OR FFORDED BY THE POlICES BELOW. ---.-. ._--~----.. ...- I .... i NAIe # - - .. -- -- -. -" - - '-- L p. 1 l---OA'TE (MMIDDIYY) I 08I04I05 THE f10UClES OF INSURANCE LISTED HAVE BEEN ISSUED TO TtE INSURED NMED N!DtIE FOR l11E POlICY PERlOO INDICATeD. NOlWllltSTANDlNG IWY RE<1UlREI'<<NT, TERN OR <X>>DT1ON OF IWY 00N'mMrr OR 01HER 00Ct lMENT WITH RESPECT TO WHICH THIS CERTIFICATE fllAY BE ISSueD OR MAY PERT~ THE INSURANCE IlFFORDED BY THE PCUCES DESCAlEDHERElN IS SUBJECT TO ALL THE TEAMS. EXCLUSIONS NolO CONDITIONS OF SUCH PCllJQES.AGGREGA~_LMTS ~ MAY HAVE BEEN REDUCED BY~_<::.lJlIMS. _ ___ IlISR ADD'" ~ OFlNSURIUIlCE I'CX.IC't __ PClLlCY~!!!,E POI.ICY~TlOlI \.RItTS . '0''' ..--... ~~~-!..!..L. ~1E_IlI'tY. GENBW. LIAIIIJTY EACH OCCURRENCE ~ OCMAERcw..GENERAL lWllUlY BGKRAI 0810501)5 0BI05I06 ~~~ED A ri 80_~MADE ~ OCCUR =-~== o __ GENERAL AGGREGATE GEN'LAGGReGATE lMT APPLIeS PER; PRODUCTS - COMPIOP AGO o POLICY OPRO.ECT O_~oc _ ,L AU1'OMOIa.E UAllllJTY i o PH'( AUTO o AU. OWNED AUTOS o 0 SOEDULEDAUTOS o HREDAUTOS o NON OWNeD AUTOS R i GAAAGE UMlLITY o 10 ANYAUTO o $1.000.000 $50,000 $5,000 $1,000,000 $2,000,000 $1.000,000 CXlMIlltED SINGLE LMT (l!aaccident) BOOI..Y INJURY ~~ BODlL Y INJURY (Per accidenl) EXCESS UA8IUlY o OCCUR 0 CLAIMS MADE o o 0EDUCTISlE o RETENTION WORKERSCOMPENSATfON MO EMPlOYERS' LIABIUTY I ANY PROPRIETOR I PAR1"NER I exECUTNE - 0FFlCER/1EMIER EXa.UDED? If yes. describe under SPECIAL PROVIS~~ OTHER PROPERTY DAMAGE ,..~ AUTO OM. Y - EAACClDENT OTHER THAN f'A I'CC AUTO ONLY: ~G ~~ AGGREGATE ---- '-- ...-- =i=. CERTIFICATE HOLDER CANCELlATION CityofMiami~ '-I"=:Y~1H=:C=~':~~:;~He 10 IMYSWIUTTEN NOTICE TO lltECERTFlCATE HOLDER NAMED TO 1700 CONVENTION CENlER DRIVE ~ FLOOR 'riiEIiFT. BUT",:-:TO DO so StUlU......e NO ClBI.JGA1TON OR LIA8IUTY .....BEACH. FLm39 I ~~-.:r/i~CR_A''''- ACORD 26 (20011'01) I ~ ClACORDCORPORAnON 1.. Aug. 8, 2005 12:36PM No. 4599 P. 1/2 IIIIURl!D ACORD.. CERTIFICATE OF LIABILITY INSURANCE page 1 of 2 1 07/1O:~005 THIS CERT1FICATE IS ISSUED AS A MAlTER OF INFORMAnON ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMeND. EXTEND OR ALTER THE C '.':F~D BY THE POUCIES BELOW. INSURERS AFFORDING COVERAGE I NAlC# ,-- 119310-001 12]817-1101 ! ~...- 877-945-737. JIROIIUCElt tfUlb ~tb ~iea. Iaa. - Jteg1cma1 CRt CeIltK 2& ceat~ Blvd. .. O. Box 305191 Rash'V1l1.. X. 3723051'1 Able aocly :r.abo~ P_ 0_ Box 45!1!1 cl_rwater. FL :n758 1lSUR&RA:~r1c;m", A___. c:~~_ .._ IINSURERIl: 111111018 .at1Cl111~~. ~-_. ---..-- ~s._. 1II$IJAGR D: INSURER E: COVERAGES THE POUClES OF INSURANCE LISTED ea.ow HAVE BEliN lSSUiO TO THE IN$UR&D NAMED ABOVE FOR THE POlICY PERIOD INDICATED. NO'MlTHSTANDING MY REClUlREMINT. TERM OR CONDITION OF 1M'( CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH 11118 CERTIFICATE W.V BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY 111E POlIClES DESCRl8EO HiRDlIS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONomoNS OF SUCH POlICll!S. AOOREGATEUMlTSSHOWNMAY HAVE BEEN REDUCED BY PAlO ClAIMS. I~ nPECII'IIIIUlWlCE l CIUII1lIo\ 1.IAIIUlY I " I ! . COIo8IIIEACIAl G9IEIW.lIA8IUIY : ~ !""I' 4-J ClAlMSIMDE L OCCUR 1 I I I [J. I , I ! GEtn.AOGR~GI'ITEUlllTAPf'I.~~ I n POUCV n PRO- nLOC I H~=LLUlUTY .~ ALlOWNEOAllTOlJ H SCHEDUlED AUTOS H HlREDAUTOS L.J NON-OWNEDMITOS W I ; ~- ~ Is 11/30/2004 1~/1/3005 11/30/~004 1~/1/2005 S : MEDElCP is : PERSOtW. IAfJV IHJURY ! s i GENElW.AGGREGI'TE ! s i PRODUCTS..OOMPIOPAGG 1$ i - r' I : ! COMBlNEOSINGUi LIMIT i s (& 3lZidenI) I I BODIlYINJURY (P9t ....-) I=~~' I PROPERTY IWWJE i (f'tt~ ~ AUTOOM.Y. iAACCIDENT S EAACC I s AGO is S s Is Is Is o I s 5 I : ~LIABlI.JTY HMYAUTO I .,.-1 I I ; i is ; OlllERllWI ; AllTOOM.Y: : ElCCUSLtA8lLn"t tJ OCCUR n <UlMSIiWlE h '-" I H :,.ou::e & I A l=l1OIIAIIIJ lAOS 834307 B I NtfPRCI'ftETOIVI'MTlIlERlEllVe I'L WC0834301 I ~I!XCLUOIO? i , ~-==.s..... i 101MIR i DEKIIlI'TlOIlOF OPIiMTIClI\I8ILOeAllOMI/lfIllCl.llllllCWlADIIID8Y~ PIlIO\IIlIIClII O;v.ly tholle employeelJ l:eI1tea frOll\ A1>>le Ba4y Labor per work order or wr1tt8D ceRtz-aot ;'eACI10CCUAAENC& I AGGREGATE 000 000 to: Plorida LaWll Service. XIlC. CERTIFICATE HOLDER CANCELLATION City of 11$.0111 B"ell 1700 CObT8Dt.1.OII c.at_ Dd_ JU~ Beach, PL 33139 SllClULDMTOfTlEABIM: DESC:_POLlelE8l11i C.QIeEU.EDlIIifOlaiTlE__l1OII DA'M1MIIlICI'. TMI! lISUIIIG __ WI.L UDI!A_ TO IIAIL ~ DAVS WRm'lYl IllJ\1CI! TO TlE CElmfICAl1I tIllLDElt NAMIO TO 'I1tI LIfT. IIVT 'MUlIIlf TO DO so StIAU. ~ NO O8l.1GAl1OII OR \.IA.IUTY OP ,..,., ICIIID UPOtI THll _R. \l1I _NTa ow "lMl" RIPltIllllT ACORD 25 (2001108) .Coll:1351088 T.Pl:32~741 Cert:6010328 o ACORD CORPORATION 1988 From: Michelle Novoa At: Insurance Narketers FaxID: 305-447-8527 To: JUDITH Date: 815105 03:50 PM Page: 2 Of 2 ACORD. CERTIFICATE OF LIABILITY INSURANCE OPID,M DATE (MMlDllIYYYYJ I'LOLA-1 08/04/05 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Xnsurance Marketers, Xnc. HOLDER THIS CERTIFICATE DOES NOT AMEND. EXTEND OR 141 ~ria Avenue ALTER THE COVERAGE AFFORDED BY THE POUCIES BELOW. COral Gables rL 33134 Phone: 305-442-9507 rax:305-447-8527 INSURERS AFFORDING COVERAGE HAle # MURED INSUlER A. ...~ Dwurmce co.o~ rlor!da I~B: rlorida ~ Service I Xnc. INSUlER c: Andres V1aaontes 5845 SW 125 Avenue INSlRER D: ~ami rL 33183-6840 INSlRER E: COVERAGES THE POlICIES Of INSlJlANCE LISTED BELOW HAVE BEEN ISSlEO TO THE INSURED NMED ABOVE FOR THE POLICY PERIOD N>lCAlED. NOlWIlHSTANOING PHY REQUIREMENT. lERM OR CONOITIOI'l Of PHY CONTRACT OR OTHER 00ClJIi0ENT WITH RESPECT TO WHICH lHIS CERTIFICAlE MAY BE ISSLED OR MAY PERTAIN. THE INSlRANCE AFFORDED BY THE POLICIES OEsmtIlEO HEREIN IS SlJ3JECT TO AlL THE TERMS. EX<l.lJSI<lNS ANO CONDITIONS Of SUCH POLICIES. AGGREGAlE UIIITS SHOWN MAY HAVE BEEN REDUCED BY PAD ClAIMS. LlR INSRI: lYPE OF INSURANCE POlICY NUMBER D~i-oD/VY) DATE LIMITS GENERAl. LlABIJTY EACH~NCE $ - ~S(Ea ocannce) COIoM:RCIAl GENERAl LII'8LITY $ - ::JClAIMSMl'DEDOCClIl hIED E>CP (~ one person) $ - PERSONIll & I'DV INJLRY $ GENERAl AGGREGAlE $ GENt AGGREGAlE LIMIT APPLIES PER: PROOUClS . COWf'fOP flIJG $ I POLICY n ~ n LOC AUTOMOBI.E UA8ll.ITY COhI3ftIED SINGLE LIMIT - $ A X PHY AUTO CAOl0498-6 01/12/05 01/12/06 (Ea accidert) - ALL 0Wl'ED AUTOS BODILY ~Y - $ 100000 X SCHEDULED AUTOS (Par person) - HIRED AUTOS BODILY tNJURY - $ 300000 NON-O'MlED AUTOS (Per accideft) - PROPERTY DAMAGE $ 50000 (Per accidert) GARAGe LlASLITY AUTO ON.. Y - EA ACCIOENT $ =1 PHY AUTO OTHER THAN EAACC $ AUTO ON.. Y: flIJG $ EXCESSIUMBREU.A LIABIU1Y EACH~NCE $ :J OCC~ o UAlMS MI'DE AGGREGATE $ $ =1 OEDUCTIBLE $ RETENTION $ $ WORKERS COIoPENSATION AND hORY L1MllS I IUffi EMPLOYERS'LIABIUTY PHY PROPRlETORIPARThlERJEXEaJTlVE EL EACH ACCIDENT $ OfFICERR.EMBER EXa.lDE01 E.L DISEASE - EA EMPlOYEE $ It yes. describe LIlder SPECIAL PROVISIONS below E.L DISEASE, POLICY LIMIT $ 011-tER DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROIIlSlONS The certificate holder is listed as Additional Xnsured. 10 days written notice for non-payment CERTIFICATE HOLOER CANCELLATION CXTYOr1 SHOULD AI<< OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAl. 10 DAYS WRITTEN Ci ty of ~ami Beach - NOnce TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAI.~ TO DO so SHALL Attn: Gus Lopez IMPOSE NO OBLIGATION OR LlASILnv OF AI<< l<IKI UPON THE INSURER, ITS AGENTS OR 1700 COnvention Center Drive ~ami Beach rL 33139 REPRESENTATIVES. I>!lI;PRESENTATIVE C:f ACORD 25 (2001/08) ~ ACORD CORPORATION 1988 Performance Bond Payment Bond ITB # 08-04/05 ADDENDUM NO.4 LANDSCAPE MAINTENANCE SERVICES COMPANY NAME: Bid Proposal Page 1 of7 (AMENDED) rlOri da. LCAWr\ ServiCe.. Tnc... We propose to furnish all labor, tools, equipment, transportation, permits, licenses, services and incidentals necessary in order to provide Grounds Maintenance for the City of Miami Beach, in accordance with Bid Specifications, as follows: Item # Project Description Cost per # Full Cost Per Year Service Services Beach-walk S \S8S,ao * 00 1 1400-2100 Collins Avenue 34 SJ \ \ 1000, Boardwalk sJ, 190.~Q * 00 2 2100-4600 Collins Avenue 34 S \ 2(q. 2.tO. 3 Spoil Areas City Wide S.Jero. 00 * 34 $ 13, ~10.oo ANNUAL GRAND TOTAL: $ 3lJ,J n n, 00 Each location specified in this bid could be awarded on an individual basis, so each price quoted on the bid form must be capable of standing alone and not be dependant on award of entire contract. Please state on the space provided below a percentage disCount to be allowed per location should you be awarded the entire contract: Landscaoe Maintenance Services 1. Beacbwalk: 2. Boardwalk: 3. Spoil Areas: ( lrJo -I .,.,.. ( ~o Discount Discount Discount ~ -1T .1. IS (\ ('"' Se(""(C~S ~ ~ pr<>>Jidlo?d 7f \ \,\\S 0.. (noun' ~ '+ ""-.S ~ 3'\ -\-'\CV'\eS Der \I eo;.. r. ~ere.. a...r~ \ ~ \' c ('"' more.. u 1 \ \ '2. 3 t..(- 0 r \ 2. +U""-e.s r " ' c..e.S" 1l:')E~ r\o r C"t"'..e. d (J f\ 'i I , I . lot G. re.. ~ r S e (" , \- -th I-' c..o sf p~ $e (\/1 C~ ~j C-Cf!:- C"\c-\ l('..c.\vd..~ 6 \r\ \ S , p~ ~ee-> _. 2?k \'~~ Cbrik\ f("(C~s c.~ . A. \ ~e. r-C..('(\o-\n,~ \ ~r\ c. c:.- . ~SC, J (\t>\- \ (\c-\v 6..e.d. . ITB # 08-04/05 ADDENDUM NO.4 LANDSCAPE MAINTENANCE SERVICES Bid Proposal Page 2 of 7 (AMENDED) COMPANYNAME:LloridQ.. Lo.vJ(\ SerVic.L I Inc. We propose to furnish a111abor, tools, equipment, transportation, permits, licenses, services and incidentals necessary in order to provide GrOlmds Maintenance for the City of Miami Beach, in .ft. f4 11 accordance with Bid SOCCI lcatlOns, as 0 ows: Item # 1 Beach-walk 1400-2100 ColOns Avenue SERVICE ANNUAL PRICE PER PRICE PER YEAR SERVICES SERVICE Turf Mowing 34 S l.t~O. 00 s ;J.. 3 I \20. 0.9 Grass Trimming and Edging 34 S 3S0.o0 s I \ 900.00 I Shrub Pruning 12 S 485.0'" s 5, 82..0 .~O Groundcover Pruning 12 S '3>QS. Do s 4,1'-tO. 00 Tree and Palm Pruning 1 S I ~SO,oo s ( 00 I ~S.O. I Weed Control 34 S 3~O ,DO S \2,920,00 Litter Control 260 S l1S.00 S 4S1 Soa.oo Turf Fertilization 4 S 4So,<'0 $ l , 'i 00 .0<> Shrub and Groundcover 3 $ (000.0(,) S l,~OO.oo Fertilization Tree and Palm Fertilization 2 $115".00 $ \ S SO, 00 I << JMt DC ANNUAL GRAND TOTAL: 000. (ITEM #1- BEACH-WALK 1400 - 2100 CO LINS AVENUE) NOTE: THE PRICE PER SERVICE FOR THE SERVICES LISTED ABOVE MAY BE UTII.l7~n BY THE CITY DURING NEGOTIATIONS, SHOULD ADDITlONAUDELETED SERVICES BE REQUIRED. ITB # 08-04/05 ADDENDUM NO.4 LANDSCAPE MAINTENANCE SERVICES Bid Proposal Page 3 of7 (AMENDED) COMPANY NAME: t=='lor'lclQ.. L.o.wn Se.V'"V\Ce.. J t'\L.. . , We propose to furnish all labor, tools, equipment, transportation, permits, licenses, services and incidentals necessary in order to provide Grounds Maintenance for the City of Miami Beach, in .d .r.. flU accordance with Bl SOecl lcatlons, as 0 ows: Item # 2 BoardwaJk 2100-4600 Collins Avenue SERVICE ANNUAL PRICE PER PRICE PER YEAR SERVICES SERVICE Turf Mowing 34 S4-~o,oo s lto ,320.00 Grass Trimming and Edging 34 S 300,00 s lO,2..00.00 Shrub Pruning 12 S 900,00 S(OI~OO.oo Groundeover Pruning 12 S 3g0 ,00 S 4 S(PO.DQ ] Tree and Palm Pruning 1 S (q2S0 ,00 S (0\2-50,00 I Weed Control 34 S {<60,OO S to \ 2..0 . C) 0 I Litter Control 260 S l30,oO S 59 ~oo,oo I Turf Fertilization 4 S 4-~ 0 ,00 S \ 1920. () 0 Shrub and Groundeover J S 2,$(00.01) S ') CR~O.CO Fertilization , Tree and Palm Fertilization 2 S \ I 2. ~ 0 .00 S ~,$(o a ' U 0 ANNUAL GRAND TOTAL: ~ l2~, 'L to, 0 G (ITEM #2 - BOARD-WALK 2JOO - 4600 COLLINS A VENUE) NOTE: THE PRICE PER SERVICE FOR THE SERVICES LISTED ABOVE MAY BE UTIUZED BY THE CITY DURING NEGOTIATIONS, SHOULD ADDITlONALlDELETED SERVICES BE REQVJRED. ITB # 08-04/05 ADDENDUM NO.4 LANDSCAPE MAINTENANCE SERVICES Bid Proposal Page 4 of 7 (AMENDED) COMPANY NAME: r::(orid..a... L.o.Wf\ ~e(""\cc.., ~c... We propose to furnish all labor, tools, equipment, transportation, permits, licenses, services and incidentals necessary in order to provide Grounds Maintenance for the City of Miami Beach, in dan .th B.d S .ft. t; II accor ceWl 1 S1)ecl cations, as 0 OWS: Item # 3 Spoil ArtJIs Citywide SERVICE ANNUAL PRICE PER PRICE PER YEAR SERVICES SERVICE Turf Mowing 34 S 300.00 s 00 \0 \ '2..00. Grass Trimming and Edging 34 $ \'So.(6) S 00 S, \00. Shrub Pruning 12 $ ~lS.()O $3 300,00 , Groundcover Pruning 12 S \ ~O .00 $ 00 al,I(qQ. Tree and Palm Pruning 1 $ $ \'150,0)0 \150. c'V Weed Control 34 S \qO.Co $ ~I L{4>O, CP Litter Control 268 SlSO.oO $ 00 39 000, I Turf Fertilization 4 S J~O.o'" $ \ ,S20 ,00 Shrub and Groundcover 3 $ 4-~O,Oo $ \ I ~ Lt<J .00 Fertilization Tree and Palm Fertilization 2 $ I, +'& 0 $ 2.9C90. 00 ANNUAL GRAND TOT AL~ ~ 3> I ~ '10. OP (ITEM #3 - SPOIL AREAS CITYWIDE) NOTE: THE PRICE PER SERVICE FOR THE SERVICESUSTED ABOVE MAY BE UTlI.I7.F.D BY THE CITY DURING NEGOTIATIONS, SHOULD ADDITlONAUDELETED SERVICES BE REQUIRED. ITB # 08-04/05 ADDENDUM NO.4 LANDSCAPE MAINTENANCE SERVICES Bid Proposal Page 5 of7 (AMENDED) COMPANYNAME:_rIOrido.. lQ,W0. Service. IV\.c.. , Not to Exceed (NTE) Hourly Labor Rates ( for Work other tUR specified herein, at the dirediOR of the City) SEE SECfION 4,9 - ADDITIONAL WORK Item # Job Classification NTE Hourly Rate 4 Hourly rate per Contractor Regular lime: 5J.'K.OO Representative 5 3(P .00 Overtime: 5 Hourly rate per Regular time: 5 22. .OD . Laborer/Groundskeeper 5 3o.on Overtime: 6 Hourly rate per Irrigation Regular time: 5 30. eo Technician 54-S..ot'> Overtime: 7 Hourly rate per Large Equipment Regular time: 5 30. c>O Operator 5 4 S. '-'(\ Overtime: 8 Hourly rate per Regular time: 5 ~ g :",0 SupervisorlForemaR 5 Sea co Overtime: 9 Hourly rate per Climber Regular lime: 5 30. ...a Overtime: 5 4~. on 10 Hourly rate per Certified Arborist Regular lime: 5 30 :~O Overtime: S 4S.00 11 Hourly rate per Pest Control Regular time: S 3o.u.o Technician S 4-S. 0<"' Overtime: NOTE: THE CITY RESERVES THE RIGHT TO NEGOTIATE THESE NOT TO EXCEED (NTE) HOVRL Y LABOR RATES FROM THE SUCCESSFUL BIDDER(S).SHOULD NEGOTIATIONS BE UNSUCCESSFUL, THE CITY RESERVES THE RIGHT TO REQUEST AND NEGOTIATE HOURLY LABOR RATES FOR ANY/ALL ADDITIONAL WORK FROM OTHER CONTRACTORS. ITB # 08-04/05 ADDENDUM NO.4 LANDSCAPE MAINTENANCE SERVICES Bid Proposal Page 6 of 7 (AMENDED) COMPANY NAME: r-lor \ d.e.. ~w" ~e(" I ce., ~c... MATERIALS: ( for Materials not specified herein, to be installed at the direction of the City) Item # Description UDit Price lastaUed 11 St. Augustine Sod S 2.25. 00 lpallet 13 HahiaSod $ ll1S.o0 lpallet 14 Cypress Mulch $ 5'0.0 D lcubic y~rd 15 Seasonal Color I.QS 4"' pot 16 For .u other materials not specified, Contnctor sban furnisb at 5'0 ". the specif"Ied percentage above vendor cost. ABOVE VENDOR COST 17 A Not to Exceed costs to iostaU plant materials aDd trees up to 45 $ ISO. 00 gaUon containers. each NOTE:AS IT RELATES TO ITEM #17 ABOVE, THE CITY RESERVES THE RIGHT TO NEGOTIATE THESE NOT TO EXCEED (NTE) COSTS TO INSTALL PLANT MATERIAL AND TREES UP TO 45 GALLON CONTAINERS FROM THE SUCCESSFUL BIDDER(S). SHOULD NEGOTIATIONS BE UNSUCCESSFUL, THE CITY RESERVES THE RIGHT TO REQUEST AND NEGOTIATE TWS COSTS/FEE FROM OTHER CONTRACTORS. ITB # 08-04/05 ADDENDUM NO.4 LANDSCAPE MAINTENANCE SERVICES Bid Proposal Page 7 of 7 (AMENDED) PAYMENT TERMS: NET 30. If other, specify here ANY LETTERS, ATTACHMENTS, OR ADDITIONAL INFORMATION TO BE CONSIDERED PART OF THE BID ~~T BE SUBMITTED IN DUPLICATE. SUBMITTED BY: PL ~ ~(rf\ct \/;a/Ylo(r~c.s :I::~NAME:~ r~(~IC~. Iftc. (I certify that I am authorized to execute this proposal and commit the bidding rll"m) ADDRESS: Bidders !!!!!!! acknowledge receipt of addendum (if applicable). ADDENDUM NO.1: 4- L::\: l OC- ADDENDUM NO.2: L1. \ I' \ OS ]n~ ~ ADDENDUMNO.3: 4~2-1 oS ADDENDUM NO. 4: 41'1 (OS Insert at ~ ,.....-"j L C' ~ [I""" Vio.MO"~' NAMEfflTLE(Print): r_\ Qr\ d.~ CAIN" \.) e Vv' \ c< ..me... (orp-Se..c..~"h^,"'1 S8Lf S- S.W. ~l.S Ave-. ~'l 0...('(\\ Vi- I lJOSl 1CD l- S9 0'0 (30 S') 553- 2l3Co L. S - 0 3 Co 2.(09 (p ZIP: 33 \ ~ 3 {)( (305)J'i~-lfooo elTY/ST ATE: TELEPHONE NO: FACSIMILE NO: FEDERAL I.D.#: CUSTOMER REFERENCE LISTING Bidder's shall furnish the names, addresses, and telephone numbers ofa minimum of six (6) firms or government organizations for which the Contractor is currently furnishing or has furnished, similar services. (See "2.18 References", page 24, and "Minimum Requirements, page 2) 1) Company Name ~\-\.I (\\2 ~raJ G~\e s I ~\;c. S;et\f(u:. lJep1. Address J. ~ 00 S.~ d.. A" t..., M \ C-fV\', ~ 31 SS Contact Person/Contract Amount-.Be ((\ OJ'd LUllV\p\~i f\.S l:fOI 000. aD Telephone No. (Je s) 4(00 - S l ~ 0 Fax No. ()(')<;) 4CoO - c; l '3 d.. 2) Company Name ~ \4-'1 o-P M ~ O-M\ \ p~\;c. Wor~s Def~. Address 11j S \...J 2.~" Av~ ~~ ~\ocr ~1c.N\\ I fi... , J contactPerson/contractAmount~r0cSo.. Esteve'Z- , fUoo.oO Telephone No. (JOS 141'" -l2\'l FaxNo. (30$).11(" - 2.ISCo 3) CompanyName M,~. M'O-M.i B..o..c.h I (J...r"-S ~p+. Address 2loo ~ eri d~o.r". Ave'J Mle.. Bel, I Pi- 33/3<y '1OfV\ CJ\ co.d.w i ~'- II Contact Person/Contract Amount K, \l~ Co Me FD..cld-. ,,351 \ as. 04 J TelephoneNo. (3oS)<o13-'712.0FaxNo. (JO$) (013-1.3<12.. BID NO: 08-04/05 CITY OF MIAMI BEACH DATE: 03/11/0S 63 4) CUSTOMER REFERENCE LISTING (CONTD.) Company Name ~ ()~ ~A\O-('(\'\ Beo.~ I po-rt!-S D~pt. Address l,too Me("id\CJ'\ Av<, M'le.. Bch P'L '33(39 "\O('f\ Ch. 04iw IC- t{- Contact Person/Contract Amount M\ \ ~i c.. ~ c;. ~del\ ~ 305?, 2~S. 0 '-f Telephone NO.~ G/13 - ..., 1 '2-0 Fax No. (J 0 s) ~ 13 -139 2... 5) Company Name ~ o~ MICNV\i Ae~~ I Po..rr-c;. DepL Address 2 \ iO 10 Me ri Ai 0-" Ave.. I M\cM" R d~..,n. 33 (J ~ l.o M e...k a.c\ ~...){ c- F- Contact Person/Contract Amount ~,\I \, Me F~ A,,^ U q g qq. 9 z I Telephone No. (3C~) to,,) -1120 Fax No. (3 OS} (013 -13 C) 2- 6) Company Name ~ e..t-rn eS. Ul'prn<ant- (l.t>rp. Address JL{.~ 4-1 S.W g 1 Ave. MiClY\\ Pi.- 3311 Co Contact Person/Contract Amount r -e... ..h~..{"" ~b a i n c.. M ~O / 0 ()(). 00 Telephone No(l~(,,):?lJ - 00<.1-1 Fax No. (305) S9 f - 11 ~ W D 0 d bv..r'1 I \ ____ /\ ~ Soc.. , H--o CV\< 0 v..) ~ '-'''' tt . 4~:ts S.W. l~(P PL f\l\ic...r^~ .ft- J 3 /1 ~ , I ~elQ.. p~~ 2- ~ '3 Co , 000 .". Ph. 6'i~) ';}.S\-t(oo'7 f<e-N Eshh 3JSo Mc..r, S~~. SUlh 4-0+ Mic_.~...:\ fL 33\33 Johl\ SchvU"\z.J "l2,oao.uo Ph. (]0S) 9'" 2. -3 ()to FA....)<... (3oS'/44S - f (<1 S 1) \) BID NO: 08-04/05 DATE: 03/1l/0S CITY OF MIAMI BEACH 64 CONTRACTOR'S QUESTIONNAIRE NOTE: Information supplied in response to this questionnaire is subject to verification. Inaccurate or incomplete answers may be grounds for disqualification from award of this bid. Submitted to The Mayor and City Commission of the City of Miami Beach, Florida: By ~lorlAo. Lo..""" Se(""ic~ -cv'\c.. . I Principal Office 5" ~ tf s 5. W ~ d.. sA" ~ t"\.\ C-('V\'\ F1- g 3 ( ~ j> , How many years has your organization been in business under your present business name?~ Does your organization have current occupational licenses entitling it to do the work contemplated in this Contract? \1 e..s \ State of Florida occupational license - state type and number: ~ l.{- ~ ~ - 3 Dade County certificate of competency - state type and number: Expiration Date: Se.f"\- 30 '2-00S I Include copies of above licenses and certificates with proposal. Have you ever had a contract terminated due to failure to comply with contractual specifications? ~ 0 If so, where and why? In what other lines of business are you financially interested or engaged? ~..pcadll,liOf) \ 0<\ A ~c.~.Q. l ('\ ~ to.... H Q~' ()" ' , Give references as to experience\ ability, and financial standing ~: <r 2.0 '1 ~ c- ~ ()~ €)(feri.p",C',"" tl"\ C-t"\d.<;c..orr fY\o.;""'-\-C2f"'\O .... I OV~r () M,~l..~ 01"\ 6'"'\\,o-rc:;; (1"\ ~rr\ss rt?~~\oI-L~ fro/" \/1'"0,.. ~'),- ~ \c..s:+ SeV<<.f\ \.\~c-.rs_ BID NO: 08-04/05 DATE: 03/11/05 CITY OF MIAMI BEACH 65 CONTRACTOR'S QUESTIONNAIRE (CONTD.) What equipment do you own that is available for the proposed work and where located? P\eo..sC!:. Se~ c..-t+c.che.d ~Uirme0+ \ "d- ECjUlpN\rar\.-\ taccJ-.ed ad- ~8~S S:.W \dS A,",~. I Mio-M; Fi-. , Please list the names and addresses of subcontractors to be used, if any. JL6t15 ~e Pes::\: COf\k\,~<- ~ '3 390 S.U. l 3 \ SA-. tv\\0JV\\ fL, I Vendor Campaign Contribution(s): a. You must provide the names of all individuals or entities (including your sub-consultants) with a controlling financial interest. The tenn "controlling financial interest" shall mean the ownership, directly or indirectly, of 10% or more of the outstanding capital stock in any corporation or a direct or indirect interest of I ()o1o or more in a firm. The term "firm" shall mean any corporation, partnership, business trust or any legal entity other than a natural person, A Y\ dies Vi artl Ol\~ b. Individuals or e.,es (including our sub-consultants) with a controlling financial interest: have have not 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. Please provide the name(s) and date(s) of said contributions and to whom said contribution was made. BID NO: 08-04/05 DATE: 03/11105 CITY OF MIAMI BEACH 66 2~~ - BID NO: 08-04/05 DATE: 03111/05 CONTRACTOR'S QUESTIONNAIRE (CONTD.) that the above answers are true and correct. v~ CITY OF MIAMI BEACH 67 (SEAL) (SEAL) Contractual Indemnity (Hold hannless endorsement exactly as written in "insurance requirements" of specifications). xxx 3. Automobile Liability - $1,000,000 each occurrence - owned/non-ownedlhired automobiles included. 4. Excess Liability - $ .00 per occurrence to follow the primmy coverages. xxx 5. The City must be named as and additional insured on the liability policies; and it mUlt be stated on the certificate. 6. Other Insurance as indicated: _ Builders Risk completed value _ Liquor Liability _ Fire Legal Liability _ Protection and Indemnity _ Employee Dishonesty Bond Other $ $ $ $ $ $ .00 .00 .00 .00 .00 .00 xxx 7. Thirty (30) days written cancellation notice required. xxx 8. Best's guide rating B+:VI or better, latest edition. xxx 9, The certificate must state the bid number and title BIDDER AND INSURANCE AGENT STATEMENT: We understand the Insurance Requirements of these specifications and that evidence of this insunmce may be required within ~ (5) days after bid Openi~ . ~(orIAc.. Lo.wA ~erllfce. j.f\C. ~. ~~~ Bidder Signature of Bidder BID NO: 08-04/05 DATE: 03/11/05 CITY OF MIAMI BEACH 20 1 Florida Lawn Service, Inc. Equipment List P.O. Box 831719, Miami. FL 33283-1719oPh. (305)553-2377-1=ax (305)553-2136 8 ~ tI/S 001 crill 0 to: e a: a: ~cr o 0, ~Ii!i~ ~ ILSO IL a:. 11102111 ~~c:rll~ oj!"'S:r: ::;U)'a.o ~~i~B ~5IS~ ~oii:"'z' B:! tIf 105 Ooc(.o 00 1110 i III- :!Ii;i :Ii ::Jcr :Ei II: ::J a. 8 C'I ~Ii ::Ja:a: 00111.. g Oti...._ 1II1II~<<:l. . 0......0... ~6~01L .;LOjit~ is!!i 0111 j;j 0CJ C'I cr~ Ii!. .....0 0 00_..:-Z ~O~:lil- 0a. :!i a:. :Ea: _0 III 1L::i a. o - o! 0 . .' ..J Z i ~III "30 ~. IJJ ~ ,:;..ZO ....IJJ :; ...."'. A.. /-: o Z o Cl , ...J ...J in <C I- o 2: > .... Z :) Q (J U ZIJJ I-fQ ~ IJJQ (J I-fZ >I-f a:: ~1lJ" j:enz gz~ 03CC "'~Q: .....JUJ N')W CL. ,:!CCO CIl)~Q CIl)!l1-f ~iiiOl: ""ZO N')_..J ....rgl.L. III !':!? CI) :;: f= . On __.,._~_._____..~ ", I CIl) CO \7' ..... N') r-f II) , IJJ IJJ >N o ..J CL. Z IJJ Q a: ~ II: ~ I- o Z o a IJJ U I-f ::> Q::: IJJ II) (J Z IJJ M IJJ '" IJJ .... (J , I-f IJJ ::> CL. fli ~ CI) CI) Q Z.Z ~I~ -'ii' ~ ,ij j lie !t:I~tac~; Qo~e. rlill.:J ~ I. -' !Is. zOI Ili 0 ~", it: i ,f.., ~ rt g r::~!i' ffl tl'iS o 0 i:lilJflldilt .-----..------ (J Zen I-fIJJ a:: 1JJa. u I-fen ::>IJJ 01:1- UJZ Cl)QO\N') z....CIl) Z~""'N 31-f....N') ~>",N') -' CIl) I.U -' CC Xu. QU)Q I-flJJaal-f Q:Q: Z QQQ~ ....z.... u.4l:!:a.z 11'1 ~c:o III c:tNc:t Q c:tc:ttD in ~ ~gSl m ii ~~~ ~ B: G! c:tc:t c:t III Ilg 0 ~!I;j fiB - - - - - - - - - - - - - - - - CITY OF MIAMI BEACH ~it~~\::~~~~::~~:~::R nRI\I~ MIAMI R~Ar.H 1=1 ORlnA ~~nQ Q PROCUREMENT DIVISION Telephone (305) 673.7490 Facsimile (305) 673.7851 INVITATION TO BID NO. 08-04/05 ADDENDUM NO.4 April 27, 2005 LANDSCAPE MAINTENANCE SERVICES is amended as follows: REVISE: The Bid Proposal Pages (AMENDED) as indicated on the following pages: ADD: Bidders shall complete and submit ALL AMENDED Bid Proposal Pages (1- 7) below with their bid. Should the Annual Grand Total bid price(s) on Bid Proposal Pages 2 - 4 vary from the Annual Grand Total bid price(s) on Bid Proposal Page 1, Bid Proposal Page 1 will be the bid price(s) considered and evaluated. ITB # 08-04/05 ADDENDUM NO.4 LANDSCAPE MAINTENANCE SERVICES Bid Proposal Page 1 of 7 (AMENDED) COMPANY NAME: We propose to furnish all labor, tools, equipment, transportation, permits, licenses, services and incidentals necessary in order to provide Grounds Maintenance for the City of Miami Beach, in accordance with Bid Specifications, as follows: Item # Project Description Cost per # Full Cost Per Year Service Services Beach-walk 1 1400-2100 Collins Avenue $ 34 $ Boardwalk 2 2100-4600 Collins Avenue $ 34 $ 3 Spoil Areas City Wide $ 34 $ ANNUAL GRAND TOTAL: $ Each location specified in this bid could be awarded on an individual basis, so each price quoted on the bid form must be capable of standing alone and not be dependant on award of entire contract. Please state on the space provided below a percentage discount to be allowed per location should you be awarded the entire contract: LandscaDe Maintenance Services 1. Beachwalk: 2. Boardwalk: 3. Spoil Areas: Discount Discount Discount ITB # 08-04/05 ADDENDUM NO.4 LANDSCAPE MAINTENANCE SERVICES Bid Proposal Page 2 of7 (AMENDED) COMPANY NAME: We propose to furnish all labor, tools, equipment, transportation, permits, licenses, services and incidentals necessary in order to provide Grounds Maintenance for the City of Miami Beach, in d 'hB'dS 'fi' till accor ance WIt I ~;pecl IcatIons, as 0 OWS: Item # 1 Beach-walk 1400-2100 Collins Avenue SERVICE ANNUAL PRICE PER PRICE PER YEAR SERVICES SERVICE Turf Mowing 34 $ $ Grass Trimming and Edging 34 $ $ Shrub Pruning 12 $ $ Groundcover Pruning 12 $ $ Tree and Palm Pruning 1 $ $ Weed Control 34 $ $ Litter Control 260 $ $ Turf Fertilization 4 $ $ Shrub and Groundcover 3 $ $ Fertilization Tree and Palm Fertilization 2 $ $ ANNUAL GRAND TOTAL: (ITEM #1- BEACH-WALK 1400 - 2100 COLLINS AVENUE) NOTE: THE PRICE PER SERVICE FOR THE SERVICES LISTED ABOVE MAYBE UTILIZED BY THE CITY DURING NEGOTIATIONS, SHOULD ADDITIONAL/DELETED SERVICES BE REQUIRED. ITB # 08-04/05 ADDENDUM NO.4 LANDSCAPE MAINTENANCE SERVICES Bid Proposal Page 3 of7 (AMENDED) COMPANY NAME: We propose to furnish all labor, tools, equipment, transportation, permits, licenses, services and incidentals necessary in order to provide Grounds Maintenance for the City of Miami Beach, in d ' h B'd S 'fi' fi 11 accor ance WIt 1 ~pecl IcatlOns, as 0 ows: Item # 2 Boardwalk 2100-4600 Collins Avenue SERVICE ANNUAL PRICE PER PRICE PER YEAR SERVICES SERVICE Turf Mowing 34 $ $ Grass Trimming and Edging 34 $ $ Shrub Pruning 12 $ $ Groundcover Pruning 12 $ $ Tree and Palm Pruning 1 $ $ Weed Control 34 $ $ Litter Control 260 $ $ Turf Fertilization 4 $ $ Shrub and Groundcover 3 $ $ Fertilization Tree and Palm Fertilization 2 $ $ ANNUAL GRAND TOTAL: (ITEM #2 - BOARD-WALK 2100 - 4600 COLLINS AVENUE) NOTE: THE PRICE PER SERVICE FOR THE SERVICES LISTED ABOVE MAY BE UTILIZED BY THE CITY DURING NEGOTIATIONS, SHOULD ADDITIONAL/DELETED SERVICES BE REQUIRED. ITB # 08-04/05 ADDENDUM NO.4 LANDSCAPE MAINTENANCE SERVICES Bid Proposal Page 4 of7 (AMENDED) COMPANY NAME: We propose to furnish all labor, tools, equipment, transportation, permits, licenses, services and incidentals necessary in order to provide Grounds Maintenance for the City of Miami Beach, in d . h B"d S 'fi' fi II accor ance WIt I ipecI IcatIons, as o ows: Item # 3 Spoil Areas Citywide SERVICE ANNUAL PRICE PER PRICE PER YEAR SERVICES SERVICE Turf Mowing 34 $ $ Grass Trimming and Edging 34 $ $ Shrub Pruning 12 $ $ Groundcover Pruning 12 $ $ Tree and Palm Pruning I $ $ Weed Control 34 $ $ Litter Control 260 $ $ Turf Fertilization 4 $ $ Shrub and Groundcover 3 $ $ Fertilization Tree and Palm Fertilization 2 $ $ ANNUAL GRAND TOTAL: (ITEM #3 - SPOIL AREAS CITYWIDE) NOTE: THE PRICE PER SERVICE FOR THE SERVICES LISTED ABOVE MAYBE UTILIZED BY THE CITY DURING NEGOTIATIONS, SHOULD ADDITIONAL/DELETED SERVICES BE REQUIRED. ITB # 08-04/05 ADDENDUM NO.4 LANDSCAPE MAINTENANCE SERVICES Bid Proposal Page 5 of 7 (AMENDED) COMPANY NAME: Not to Exceed (NTE) Hourly Labor Rates (for Work other than specified herein, at the direction of the City) SEE SECTION 4.9 - ADDlTIONAIJ WORK Item # Job Classification NTE Hourly Rate 4 Hourly rate per Contractor Regular time: $ Representative $ Overtime: 5 Hourly rate per Regular time: $ Laborer/Groundskeeper Overtime: $ 6 Hourly rate per Irrigation Regular time: $ Technician Overtime: $ 7 Hourly rate per Large Equipment Regular time: $ Operator Overtime: $ 8 Hourly rate per Regular time: $ Supervisor/Foreman Overtime: $ 9 Hourly rate per Climber Regular time: $ Overtime: $ 10 Hourly rate per Certified Arborist Regular time: $ Overtime: $ 11 Hourly rate per Pest Control Regular time: $ Technician Overtime: $ NOTE: THE CITY RESERVES THE RIGHT TO NEGOTIATE THESE NOT TO EXCEED (NT E) HOURLY LABOR RATES FROM THE SUCCESSFUL BIDDER(S). SHOULD NEGOTIATIONS BE UNSUCCESSFUL, THE CITY RESERVES THE RIGHT TO REQUEST AND NEGOTIATE HOURLY LABOR RATES FOR ANY/ALL ADDITIONAL WORK FROM OTHER CONTRACTORS. ITB # 08-04/05 ADDENDUM NO.4 LANDSCAPE MAINTENANCE SERVICES Bid Proposal Page 6 of 7 (AMENDED) COMPANY NAME: 1\'IA TERIALS: ( for Materials not specified herein, to be installed at the direction of the City) Item # Description Unit Price Installed 12 St. Augustine Sod $ Ipallet 13 Bahia Sod $ Ipallet 14 Cypress Mulch $ Icubic yard 15 Seasonal Color 4" pot 16 For all other materials not specified, Contractor shall furnish at % the specified percentage above vcndor cost. ABOVE VENDOR COST 17 A Not to Excecd costs to install plant matcrials and trees up to 45 gallon containers. $ each NOTE:AS IT RELATES TO ITEM #17 ABOVE, THE CITY RESERVES THE RIGHT TO NEGOTIA TE THESE NOT TO EXCEED (NTE) COSTS TO INSTALL PLANT MATERIAL AND TREES UP TO 45 GALLON CONTAINERS FROM THE SUCCESSFUL BIDDER(S). SHOULD NEGOTIATIONS BE UNSUCCESSFUL, THE CITY RESERVES THE RIGHT TO REQUEST AND NEGOTIATE THIS COSTS/FEE FROM OTHER CONTRACTORS. ITB # 08-04/05 ADDENDUM NO.4 LANDSCAPE MAINTENANCE SERVICES Bid Proposal Page 7 of 7 (AMENDED) PAYMENT TERMS: NET 30. If other, specify here ANY LETTERS, ATTACHMENTS, OR ADDITIONAL INFORMATION TO BE CONSIDERED PART OF THE BID MUST BE SUBMITTED IN DUPLICATE. SUBMITTED BY: COMPANY NAME: SIGNED: (I certify that I am authorized to execute this proposal and commit the bidding firm) Bidders must acknowledge receipt of addendum (if applicable). ADDENDUM NO.1: Insert Date ADDENDUM NO.2: Insert Date ADDENDUM NO.3: Insert Date ADDENDUM NO.4: Insert Date NAMErrITLE(Print): ADDRESS: CITY 1ST ATE: ZIP: TELEPHONE NO: FACSIMILE NO: FEDERAL I.D.#: Bidders are reminded to please acknowledge receipt of this addendum with their bids or the bid may be considered non-responsive. CITY OF MIAMI BEACH /'/ .J"~ ~ /-.-. .- ," ..- ""',,,,---.- i, ~...., Gus Lopez, CPPO Procurement Director CITY OF MIAMI BEACH 1700 CONVENTION CENTER DRIVE, MIAMI BEACH, FLORIDA 33139 http:\\www.miamibeachfl.gov m PROCUREMENT DIVISION Telephone (305) 673-7490 Facsimile (305) 673.7851 INVITATION TO BID NO. 08-04/05 ADDENDUM NO.3 April 12, 2005 LANDSCAPE MAINTENANCE SERVICES is amended as follows: CHANGE: The last day for receipt of questions to April 26, 2005 at 5:00 p.m. CHANGE: The Bid Opening Date from April 15, 2005 to May 5, 2005 at 3:00 p.m. Inasmuch as this change does not materially affect the bid document, bidders are not required to acknowledge this addendum to be deemed responsive. CITY OF MIAMI BEACH L::~/p /' ".- ( /./ .. Gus Lopez, CPPO Procurement Director CITY OF MIAMI BEACH 1700 CONVENTION CENTER DRIVE, MIAMI BEACH, FLORIDA 33139 http:\\www.miamibeachfl.gov m PROCUREMENT DIVISION Telephone (305) 673-7490 Facsimile (305) 673-7851 INVITATION TO BID NO. 08-04/05 ADDENDUM NO.2 June 16,2005 LANDSCAPE MAINTENANCE SERVICES is amended as follows: CHANGE: THE MINIMUM REQUIREMENTS/BIDDER QUALIFICATIONS TO READ AS FOLLOWS: Prospective bidders shall have been in continuous business and licensed in the State of Florida for a minimum of one (1) year. They must submit with their bids or within five (5) working days thereafter, a minimum of eight (8) references and the contract amount(s). Bidders shall also provide copies of licenses, certifications, etc. that indicate they are qualified to provide the required scope of work. DELETE: The Bid Guaranty Requirement. REFERENCE SECTION 1.27 - BID GUARANTY/PAYMENT AND PERFORMANCE BONDS: CHANGE TO READ AS FOLLOWS: The maximum bond requirement shall be a Performance Bond in the amount of $150,000 per year, and a Payment Bond in the amount of $75,000 per year for the duration of the contract( s) Reference Section 3.1.6 - SCOPE OF WORK Section (A) The at grade Beachwalk - ADD: All structures and vegetation in irrigated areas west of the walkway and all plantings within 120' east of the Erosion Control Line; including all street ends and dune crossovers. Beachwa1k Street Ends: 15th, 17th, 18th 19th, 20th." The Erosion Control Line typically runs along the west edge ofthe walkway within one or two feet and no further than five feet from west edge of Beachwa1k pavers. Section (B) The raised Boardwalk - ADD: All structures and vegetation bordered by the beach sand to the East of the Boardwalk (Including the Dunes) and all vegetation 30 linear feet to the west side of the Boardwalk running the entire length ofthe Boardwalk; including all street-ends and dune crossovers adjacent to the walking surface. Boardwalk Street Ends: 21 S\ 22nd, 23rd, 29th thru to and including 43rd Section (C) Spoil Areas - ADD: 35th - 36th St. Parking Lot (3500 Collins Ave.). Spoil Areas to include all sand and vegetation at listed City of Miami Beach Parks and Parking Lots, bordered to the east by the Dune Area, to the west by a coral rock wall, and bordered to the north and south by the limits of City owned property. NOTE: 71st St. Street End is NOT included in project area. ADD: SERVICE EXCELLENCE STANDARDS: Excellent Customer Service is the standard of the City of Miami Beach. As contract employees of the City, all employees of the successful bidder will be required to conduct themselves in a professional, courteous and ethical manner at all times and adhere to the City's Service Excellence standards. Q: In my professional opinion, it seems that the palm trees will need significant work to revitalize and return to an attractive condition. Is the City going to require the current service provider to do the work? A: Yes. However, any services required that are outside the scope of work as described in the specifications will be at an additional cost to the City. Bidders are reminded to please acknowledge receipt ofthis addendum with their bids or the bid may be considered non-responsive. CITY OF MIAMI BEACH L-:;;~/' ,/ ~ ./~-_.... -~ l. v Gus Lopez, CPPO Procurement Director CITY OF MIAMI BEACH 1700 CONVENTION CENTER DRIVE, MIAMI BEACH, FLORIDA 33139 http:\\www.miamibeachfl.gov m PROCUREMENT DIVISION Telephone (305) 673-7490 Facsimile (305) 673-7851 INVITATION TO BID NO. 08-04/05 ADDENDUM NO.1 April 4, 2005 LANDSCAPE MAINTENANCE SERVICES is amended as follows: I. ADD: A Non-Mandatory Site Visit has been scheduled for 8:30 a.m. on April 6, 2005. Prospective Bidders shall meet at the north end of the contract site located at the 73rd Street Parking Lot. The Site Visit will take approximately three (3) hours. The purpose ofthe Site Visit is to discuss/clarify the boundaries/locations as stated in the bid specifications, ONLY. Questions relative to the scope of work or any other subject WILL NOT be addressed at this Site Visit. Should prospective bidders have questions relative to the required scope of work, those questions must be submitted in writing to the Procurement Division no later than April 8, 2005 at 3:00 p.m. II. ADD: Tape recording of the Pre-Bid Conference is available in the Procurement Division for a price of$15.00. Inasmuch as this change does not materially affect the bid document, bidders are not required to acknowledge this addendum to be deemed responsive. CITY OF MIAMI BEACH ,/// ,p" /___. "r- I' /'.--- l ./ Gus Lopez, CPPO Procurement Director Je CITY OF MIAMI BEACH m 1700 CONVENTION CENTER DRIVE, MIAMI BEACH, FLORIDA 33139 http:\\www.miamibeachfl,gov PROCUREMENT DIVISION Telephone (305) 673-7490 Facsimile (305) 673-7851 PUBLIC NOTICE INVITATION TO BID NO. 08-04/05 Sealed bids will bc received by the City of Miami Beach Procurement Director, 3rd Floor, 1700 Convention Centcr Drive, Miami Beach, Florida 33139, until 3:00 p.m. on the 15th day of April, 2005 for: LANDSCAPE MAINTENANCE SERVICES Scope of Work: The work specified in this section consists offumishing all labor, machinery, tools, means of transportation, supplies, equipment, materials, services and incidentals necessary to provide complete landscape maintenance services as specified herein. The work shall include but not be limited to, mowing, edging, landscape maintenance, herbicide linsecticide application, turf management, irrigation system operation maintenance 1 repair and replacement of plants, and litter retrieval and waste disposal as required. Minimum Requirements: Prospective bidders must submit with their bids or within five (5) working days thereafter, six references, of which at least three separate references must be of contracts over $50,000/year in landscaping services. Also, prospective bidders must meet qualifications as set forth by section 3.2 of the Bid Documents. Prospective bidders shall submit a bid for all three (3) locations for the landscape maintenance services to be considered responsive. A non-mandatory Pre-Bid Conference is scheduled for March 30th, 2005 at 10:00 a.m., in the City Manager's Large Conference Room, located at City Hall, 1700 Convention Center Drive, 4th Floor Miami Beach Florida. Estimated Annual Budget Amount: $215,000. BID NO: 08-04/05 DATE: 03/11/05 CITY OF MIAMI BEACH 2 Bid Guaranty: All bids must be accompanied by a bid bond in the amount of $1 0,000. Refer to Section 1.27. Payment and Performance Bond: The successful Bidder(s) shall provide a Performance Bond and Payment Bond as specified in Section 1.27 of the General Conditions. At time, date, and place above, bids will be publicly opened. Any bids or proposals received after time and date specified will be returned to the bidder unopened. The responsibility for submitting a bid/proposal before the stated time and date is solely and strictly the responsibility of the bidder/proposer. The City is not responsible for delays caused by mail, courier service, including U.S. Mail, or any other occurrence. The City of Miami Beach has contracted with BidNet and has begun utilizing a new central bid notification system created exclusively for state and local agencies located in South Florida. Created in conjunction with BidNet(r), this new South Florida Purchasing system has replaced the DemandStar system and allow vendors to register online and receive notification of new bids, amendments and awards. Vendors with Internet access should review the registration options at the following website: www.govbids.com/scripts/southflorida/public/home1.asp. If you do not have Internet access, please call the BidNet(r) support group at 800-677-1997 extension # 214. Any questions or clarifications concerning this Bid shall be submitted in writing by mail or facsimile to the Procurement Division, 1700 Convention Center Drive, Miami Beach, FL 33139, or FAX: (305) 673-7851. The Bid title/number shall be referenced on all correspondence. All questions must be received no later than ten (10) calendar days prior to the scheduled Bid opening date. All responses to questions/clarifications will be sent to all prospective bidders in the form of an addendum. The City of Miami Beach reserves the right to accept any proposal or bid deemed to be in the best interest of the City of Miami Beach, or waive any informality in any proposal or bid. The City of Miami Beach may reject any and all proposals or bids. YOU ARE HEREBY ADVISED THAT THIS INVITATION TO BID IS SUBJECT TO THE "CONE OF SILENCE, " IN ACCORDANCE WITH ORDINANCE NO. 2002-3378. A COPY OF ALL WRITTEN COMMUNICA TION(S) REGARDING THIS BID MUST BE FILED WITH THE CITY CLERK. YOU ARE HEREBY ADVISED THAT THIS INVITATION TO BID IS SUBJECT TO THE "CODE OF BUSINESS ETHICS" ("CODE"), IN ACCORDANCE WITH RESOLUTION NO. 2000-23879. YOU ARE HEREBY ADVISED THAT THIS INVITATION TO BID IS SUBJECT TO THE CITY OF MIAMI BEACH DEBARMENT ORDINANCE NO. 2000-3234. YOU ARE HEREBY ADVISED THAT THIS INVITATION TO BID IS SUBJECT TO THE BID SOLICITATION PROTEST ORDINANCE NO. 2002-3344. BID NO: 08-04/05 DATE: 03/11/05 CITY OF MIAMI BEACH 3 LOBBYIST, PURSUANT TO THE CITY CODE, YOU ARE REQUIRED TO REGISTER AS A LOBBYIST, AND AS OF MAY 18, 2002, ACCORDING TO ORDINANCE NO. 2002- 3363, ALL LOBBYISTS AND PRINCIPALS MUST FILE A FINANCIAL DISCLOSURE STATEMENT WITH THE CITY CLERK'S OFFICE. YOU ARE HEREBY ADVISED THAT THIS REQUEST FOR BID IS SUBJECT TO THE CAMPAIGN CONTRIBUTIONS BY VENDORS ORDINANCE NO. 2003-3389. YOU ARE HEREBY ADVISED THAT THIS BID SOLICITATION IS SUBJECT TO THE LOCAL PREFERENCE ORDINANCE NO. 2003-3413. RESPONSIVE AND RESPONSIBLE MIAMI BEACH-BASED VENDORS THAT ARE WITHIN 5% OF THE LOWEST AND BEST BIDDER, WILL BE GIVEN AN OPPORTUNITY OF PROVIDING SAID GOODS OR GENERAL SERVICES CONTAINED HEREIN, FOR THE LOWEST RESPONSIVE BID AMOUNT. YOU ARE HEREBY ADVISED THAT THIS BID SOLICITATION IS SUBJECT TO THE LIVING WAGE ORDINANCE NO. 2001-3301. ALL EMPLOYEES WHO PROVIDE SERVICES COVERED BY THE BID, SHALL BE PAID A LIVING WAGE OF NO LESS THAN $8.56 AN HOUR WITH HEALTH BENEFITS, OR A LIVING WAGE OF NO LESS THAN $9.81 AN HOUR WITHOUT HEALTH BENEFITS. Detailed representation of all these ordinances can be found on the City of Miami Beach WebSite at http://www .miamibeachfl. gOY /newcity / depts/purchase/bidintro.asp CITY OF MIAMI BEACH ./"'''} d7 ..'" -'...' -,/ /'';''--' /... ..:'~. ;,/'" --, I ' .,,- 4~'~ I Gus Lopez, CPPO Procurement Director BID NO: 08-04/05 DATE: 03/11/05 CITY OF MIAMI BEACH 4 CITY OF MIAMI BEACH 1700 CONVENTION CENTER DRIVE, MIAMI BEACH, FLORIDA 33139 http:\\miamibeachfl.gov PROCUREMENT DIVISION Telephone (305) 673-7490 Facsimile (305) 673-7851 I NOTICE TO PROSPECTIVE BIDDERS NO BID If not submitting a bid at this time, please detach this sheet from the bid documents, complete the information requested, and return to the address listed above, NO BID SUBMITTED FOR REASON(S) CHECKED AND/OR INDICA TED: _Our company does not handle this type of product/service. _We cannot meet the specifications nor provide an alternate equal product. _Our company is simply not interested in bidding at this time. _Due to prior commitments, I was unable to attend pre-proposal meeting. _OTHER. (Please specify) We do _ do not _ want to be retained on your mailing list for future bids for the type or product and/or service. Signature: Title: Company: Note: Failure to respond, either by submitting a bid Q! this completed form, may result in your company being removed from the City's bid list. BID NO: 08-04/05 DATE: 03/11/05 CITY OF MIAMI BEACH 5 LANDSCAPE MAINTENANCE SERVICES BID # 08-04/05 1.0 GENERAL CONDITIONS 1.1 SEALED BIDS: Original copy of Bid Form as well as any other pertinent documents must be returned in order for the bid to be considered for award. All bids are subject to the conditions specified hereon and on the attached Special Conditions, Specifications and Bid Form. The completed bid must be submitted in a sealed envelope clearly marked with the Bid Title to the City of Miami Beach Procurement Division, 3rd floor, 1700 Convention Center Drive, Miami Beach, Florida 33139. Facsimile bids will not be accepted. 1.2 EXECUTION OF BID: Bid must contain a manual signature of an authorized representative in the space provided on the Bid Form. Failure to properly sign bid shall invalidate same and it shall NOT be considered for award. All bids must be completed in pen and ink or typewritten, No erasures are permittcd. Ifa correction is necessary, draw a single line through the entered figure and enter the corrected figure above it. Corrections must be initialcd by the person signing the bid. Any illegible entries, pencil bids or corrections not initialed will not be tabulated, The original bid conditions and specifications CANNOT be changed or altered in any way. Altered bids will not be considered. Clarification of bid submitted shall be in lettcr form, signed by bidders and attached to the bid. 1.3 NO BID: If not submitting a bid, respond by returning the enclosed bid form questionnaire, and explain the reason. Repeated failure to bid without sufficient justification shall be cause for removal of a supplier's name from the bid mailing list. 1.4 PRICES QUOTED: Deduct trade discounts and quote firm net prices. Give both unit price and extended total, when requested. Prices must be stated in units of quantity specified in the bidding specifications. In case of discrepancy in computing the amount ofthe bid, the UNIT PRICE quoted will govern. All prices must be F.D.R destination, freight prepaid (unless otherwise stated in special conditions). Discounts for prompt payment. A ward, if made, will be in accordance with terms and conditions stated herein. Each item must be bid separately and no attempt is to be made to tie any item or items in with any other item or items. Cash or quantity discounts offered will not be a consideration in determination of award ofbid(s). 1.5 TAXES: The City of Miami Beach is exempt from all Federal Excise and State taxes. State Sales Tax and Use Certificate Number is 04-00097-09-23. 1.6 MISTAKES: BID NO: 08-04/05 DATE: 03/11/05 CITY OF MIAMI BEACH 6 Bidders are expected to examine the specifications, delivery schedules, bid prices and extensions and all instructions pertaining to supplies and services. Failure to do so will be at the bidder's risk. 1.7 CONDITION AND PACKAGING: It is understood and agreed that any item offered or shipped as a result ofthis bid shall be the latest new and current model offered (most current production model at the time ofthis bid). All containers shall be suitable for storage or shipment, and all prices shall include standard commercial packaging. 1.8 UNDERWRITERS' LABORATORIES: Unless otherwise stipulated in the bid, all manufactured items and fabricated assemblies shall be U.L. listed or re-examination listing where such has been established by u.L. for the item(s) offered and furnished. 1.9 BIDDER'S CONDITIONS: The City Commission reserves the right to waive irregularities or technicalities in bids or to reject all bids or any part of any bid they deem necessary for the best interest of the City of Miami Beach, FL. 1.10 EQUIVALENTS: Ifbidder offers makes of equipment or brands of supplies other than those specified in the following, he must so indicate on his bid. Specific article(s) of equipment/supplies shall conform in quality, design and construction with all published claims of the manufacturer, Brand Names: Catalog numbers, manufacturers' and brand names, when listed, are informational guides as to a standard of acceptable product quality level only and should not be construed as an endorsement or a product limitation of recognized and legitimate manufacturers. Bidders shall formally substantiate and verify that product(s) offered conform with or exceed quality as listed in the specifications. Bidder shall indicate on the bid form the manufacturer's name and number ifbidding other than the specified brands, and shall indicate ANY deviation from the specifications as listed. Other than specified items offered requires complete descriptive technical literature marked to indicate detail(s) conformance with specifications and MUST BE INCLUDED WITH THE BID. NO BIDS WILL BE CONSIDERED WITHOUT THIS DATA. Lacking any written indication of intent to quote an alternate brand or model number, the bid will be considered as a bid in complete compliance with the specifications as listed on the attached form. 1.11 NON-CONFORMANCE TO CONTRACT CONDITIONS: Items may be tested for compliance with specifications. Item delivered, not conforming to specifications, may be rejected and returned at vendor's expense. These items and items not delivered as per delivery date in bid and/or purchase order may be purchased on the open market. Any increase in cost may be charged against the bidder. BID NO: 08-04/05 DATE: 03/11/05 CITY OF MIAMI BEACH 7 Any violation of these stipulations may also result in: A) Vendor's name being removed from the vendor list. B) All departments being advised not to do business with vendor. 1.12 SAMPLES: Samples of items, when required, must be furnished free of expense and, if not destroyed, will, upon request, be returned at the bidder's expense. Bidders will be responsible for the removal of all samples furnished within (30) days after bid opening. All samples will be disposed of after thirty (30) days, Each individual sample must be labeled with bidder's name. Failure of bidder to either deliver required samples or to clearly identitY samples may be reason for rejection ofthe bid, Unless otherwise indicated, samples should be delivered to the Procurement Division, 1700 Convention Center Drive, Miami Beach, FL 33139. 1.13 DELIVERY: Unless actual date of delivery is specified (or if specified delivery cannot be met), show number of days (in calendar days) required to make delivery after receipt of purchase order, in space provided. Delivery time may become a basis for making an award. Delivery shall be within the normal working hours of the user, Monday through Friday, excluding holidays. 1.14 INTERPRETATIONS: Unless otherwise stated in the bid, any questions concerning conditions and specifications should be submitted in writing to the Procurement Director, 1700 Convention Center Drive, Miami Beach, FL 33139. Fax (305) 673-7851. 1.15 BID OPENING: Bids shall be opened and publicly read on the date, time and place specified on the Bid Form. All bids received after the date, time, and place shall be returned, unopened. 1.16 INSPECTION, ACCEPTANCE & TITLE: Inspection and acceptance will be at destination unless otherwise provided, Title t%r risk of loss or damage to all items shall be the responsibility of the successful bidder until acceptance by the buyer unless loss or damage result from negligence by the buyer. If the materials or services supplied to the City are found to be defective or not conform to specifications, the City reserves the right to cancel the order upon written notice to the seller and return product at bidder's expense. 1.17 PAYMENT: Payment will be made by the City after the items awarded to a vendor have been received, inspected, and found to comply with award specifications, free of damage or defect and properly invoiced. 1.18 DISPUTES: In case of any doubt or difference of opinion as to the items to be furnished hereunder, the decision of the City shall be final and binding on both parties. BID NO: 08-04/05 DATE: 03/11/05 CITY OF MIAMI BEACH 8 1.19 LEGAL REQUIREMENTS: Federal, State, county and city laws, ordinances, rules and regulations that in any manner affect the items covered herein apply. Lack ofknowledge by the bidder will in no way be a cause for relief from responsibility. 1.20 PATENTS & ROYALTIES: The bidder, without exception, shall indemnify and save hannless the City of Miami Beach, Florida and its employees from liability of any nature or kind, including cost and expenses for, or on account of, any copyrighted, patented, or unpatented invention, process, or article manufactured or used in the perfonnance of the contract, including its use by The City of Miami Beach, Florida. If the bidder uses any design, device or materials covered by letters, patent, or copyright, it is mutually understood and agreed, without exception, that the bid prices shall include all royalties or cost arising from the use of such design, device, or materials in any way involved in the work. 1.21 OSHA: The bidder warrants that the product supplied to the City of Miami Beach, Florida shall confonn in all respects to the standards set forth in the Occupational Safety and Health Act of 1970, as amended, and the failure to comply with this condition will be considered as a breach of contract. Any fines levied because of inadequacies to comply with these requirements shall be borne solely by the bidder responsible for same. 1.22 SPECIAL CONDITIONS: Any and all Special Conditions that may vary from these General Conditions shall have precedence. 1.23 ANTI-DISCRIMINA TION: The bidder certifies that he/she is in compliance with the non-discrimination clause contained in Section 202, Executive Order 11246, as amended by Executive Order 11375, relative to equal employment opportunity for all persons without regard to race, color, religion, sex or national origin. 1.24 AMERICAN WITH DISABILITIES ACT: Call (305) 673-7490NOICE to request material in accessible format; sign language interpreters (five days in advance when possible), or information on access for persons with disabilities. For more information on ADA compliance please call Heidi Johnson Wright, Public Works Department, at 305.673.7080. 1.25 QUALITY: All materials used for the manufacture or construction of any supplies, materials or equipment covered by this bid shall be new. The items bid must be new, the latest model, of the best quality, and highest grade workmanship. BID NO: 08-04/05 DATE: 03/11/05 CITY OF MIAMI BEACH 9 1.26 LIABILITY, INSURANCE, LICENSES AND PERMITS: Where bidders are required to -enter or go onto City of Miami Beach property to deliver materials or perform work or services as a result of a bid award, the successful bidder will assume the full duty, obligation and expense of obtaining all necessary licenses, permits and insurance and assure all work complies with all applicable Dade County and City of Miami Beach building code requirements and the South Florida Building Code, The bidder shall be liable for any damages or loss to the City occasioned by negligence of the bidder (or agent) or any person the bidder has designated in the completion of the contract as a result of his or her bid. 1.27 BID GUARANTY/PAYMENT AND PERFORMANCE BONDS: All bids shall be accompanied by either an original bid bond executed by a surety company meeting the qualifications for surety companies, or by cash, money order, certified check, cashier's check, Bid Guaranty Form, Unconditional Letter of Credit (Form 00410), treasurer's check or bank draft of any national or state bank (United States), in the amount of $10,000, payable to City of Miami Beach, Florida, and conditioned upon the successful Bidder executing the Contract and providing the evidence of required insurance within ten (10) calendar days after notification of award of the Contract. A PERSONAL CHECK OR A COMPANY CHECK OF A BIDDER SHALL NOT BE DEEMED A VALID BID SECURITY. Security ofthe successful Bidder shall be forfeited to the City of Miami Beach as liquidated damages, not as a penalty, for the cost and expense incurred should said Bidder fail to execute the Contract, provide the required Performance Bond, Payment Bond and Certificate(s) ofInsurance within ten (l 0) calendar days after notification of the award of the Contract, or failure to comply with any other requirements set forth herein. The time for execution of the Contract and provision of the Performance Bond, Payment Bond and Certificate(s) of Insurance may be extended by the City's Procurement Director for good cause shown. Bid Securities of the unsuccessful Bidders will be returned after award of Contract. Successful Bidder(s) shall provide a Performance Bond in the amount of $50,000 per awarded location per year, and a Payment Bond in the amount of $25,000 per awarded location per year. The maximum bond requirement shall be a Performance Bond in the amount of $300,000 per year, and a Payment Bond in the amount of $150,000 per year for the duration of the contract(s). Each payment and performance bond must be valid for the first year ofthe contract, and any subsequent contract year(s) must be contingent upon the bidder providing the City with properly executed payment and performance bonds. 1.28 DEFAULT: Failure or refusal ofa bidder to execute a contract upon award, or withdrawal ofa bid before such award is made, may result in forfeiture ofthat portion of any bid surety required equal to liquidated damages incurred by the City thereby, or where surety is not required, failure to execute a contract as described above may be grounds for removing the bidder from the bidder's list BID NO: 08-04/05 DATE: 03/11/05 CITY OF MIAMI BEACH 10 1.29 CANCELLATION: In the event any of the provisions ofthis bid are violated by the contractor, the Procurement Director shall give written notice to the contractor stating the deficiencies and unless deficiencies are corrected within ten (10) days, recommendation will be made to the City Commission for immediate cancellation. The City Commission of Miami Beach, Florida reserves the right to terminate any contract resulting from this invitation at any time and for any reason, upon giving thirty (30) days prior written notice to the other party. 1.30 BILLING INSTRUCTIONS: Invoices, unless otherwise indicated, must show purchase order numbers and shall be submitted in DUPLICATE to the City of Miami Beach, Accounts Payables Department, 1700 Convention Center Drive, Miami Beach, Florida 33139. 1.31 NOTE TO VENDORS DELIVERING TO THE CITY OF MIAMI BEACH: Receiving hours are Monday through Friday, excluding holidays, from 8:30 A.M. to 5:00 P.M. 1.32 SUBSTITUTIONS: The City of Miami Beach, Florida WILL NOT accept substitute shipments of any kind. Bidder(s) is expected to furnish the brand quoted in their bid once awarded. Any substitute shipments will be returned at the bidder's expense. 1.33 FACILITIES: The City Commission reserves the right to inspect the bidder's facilities at any time with prior notice. 1.34 BID TABULATIONS: Bidders desiring a copy ofthe bid tabulation may request same by enclosing a self-addressed stamped envelope with the bid. 1.35 BID PROTEST PROCEDURES: Bidders that are not selected may protest any recommendation for Contract award in accordance with City of Miami Beach Ordinance No. 2002-3344, which establishes procedures for resulting protested bids and proposed awards. Protest not timely pursuant to the requirements of Ordinance No. 2002-3344 shall be barred. 1.36 CLARIFICATION AND ADDENDA TO BID SPECIFICATIONS: If any person contemplating submitting a Bid under this Solicitation is in doubt as to the true meaning of the specifications or other Bid documents or any part thereof, the Bidder must submit to the City of Miami Beach Procurement Director at least ten (10) calendar days prior to scheduled Bid opening, a request for clarification. All such requests for clarification must be made in writing and the person submitting the request will be responsible for its timely delivery. BID NO: 08-04/05 DATE: 03/11/05 CITY OF MIAMI BEACH 11 Any interpretation of the Bid, ifmade, will be made only by Addendum duly issued by the City of Miami Beach Procurement Director. The City shall issue an Infornlational Addendum if clarification or minimal changes are required. The City shall issue a Formal Addendum if substantial changes which impact the technical submission of Bids is required. A copy of such Addendum shall be sent by mail or facsimile to each Bidder receiving the Solicitation. In the event of conflict with the original Contract Documents, Addendum shall govern all other Contract Documents to the extent specified. Subsequent addendum shall govern over prior addendum only to the extent specified. The Bidder shall be required to acknowledge receipt of the Formal Addendum by signing in the space provided on the Bid Proposal Form. Failure to acknowledge Addendum shall deem its Bid non-responsive; provided, however, that the City may waive this requirement in its best interest. The City will not be responsible for any other explanation or interpretation made verbally or in writing by any other city representative. 1.37 DEMONSTRATION OF COMPETENCY: I) Pre-award inspection of the Bidder's facility may be made prior to the award of contract. Bids will only be considered from firms which are regularly engaged in the business of providing the goods and/or services as described in this Bid. Bidders must be able to demonstrate a good record of performance for a reasonable period of time, and have sufficient financial support, equipment and organization to insure that they can satisfactorily execute the services if awarded a contract under the terms and conditions herein stated. The terms "equipment and organization" as used herein shall be construed to mean a fully equipped and well established company in line with the best business practices in the industry and as determined by the City of Miami Beach. 2) The City may consider any evidence available regarding the financial, technical and other qualifications and abilities of a Bidder, including past performance (experience) with the City in making the award in the best interest of the City. 3) The City may require Bidders to show proof that they have been designated as authorized representatives of a manufacturer or supplier which is the actual source of supply. In these instances, the City may also require material information from the source of supply regarding the quality, packaging, and characteristics of the products to be supplies to the City through the designated representative. Any conflicts between this material information provided by the source of supply and the information contained in the Bidder's Proposal may render the Bid non-responsive. 4) The City may, during the period that the Contract between the City and the successful Bidder is in force, review the successful Bidder's record of performance to insure that the Bidder is continuing to provide sufficient financial support, equipment and organization as prescribed in this Solicitation. Irrespective of the Bidder's performance on contracts awarded to it by the City, the City may place said contracts on probationary status and implement termination procedures ifthe City determines that the successful Bidder no longer possesses the financial support, equipment and organization which would have been necessary during the Bid evaluation period in order BID NO: 08-04/05 DATE: 03/11/05 CITY OF MIAMI BEACH 12 to comply with this demonstration of competency section. 1.38 DETERMINATION OF AWARD The City Commission shall award the contract to the lowest and best bidder. In determining the lowest and best bidder, in addition to price, there shall be considered the following: a. The ability, capacity and skill of the bidder to perform the Contract. b. Whether the bidder can perform the Contract within the time specified, without delay or interference. c. The character, integrity, reputation, judgement, experience and efficiency of the bidder. d. The quality of performance of previous contracts. e. The previous and existing compliance by the bidder with laws and ordinances relating to the Contract. 1.39 ASSIGNMENT: The contractor shall not assign, transfer, convey, sublet or otherwise dispose ofthis contract, including any or all of its right, title or interest therein, or his or its power to execute such contract to any person, company or corporation without prior written consent of the City of Miami Beach. 1.40 LAWS, PERMITS AND REGULATIONS: The bidder shall obtain and pay for all licenses, permits and inspection fees required for this project; and shall comply with all laws, ordinances, regulations and building code requirements applicable to the work contemplated herein. 1.41 OPTIONAL CONTRACT USAGE: As provided in Section 287.042 (17), Florida Statutes, other State agencies may purchase from the resulting contract, provided the Department of Management Services, Division of Procurement, has certified its use to be cost effective and in the best interest of the State. Contractors have the option of selling these commodities or services certified by the Division to the other State agencies at the agencies option. 1.42 SPOT MARKET PURCHASES: It is the intent of the City to purchase the items specifically listed in this bid from the awarded vendor. However, items that are to be Spot Market Purchased may be purchased by other methods, i.e. Federal, State or local contracts. 1.43 ELIMINATION FROM CONSIDERATION This bid solicitation shall not be awarded to any person or firm which is in arrears to the City upon any debt, taxes or contracts which are defaulted as surety or otherwise upon any obligation to the City. BID NO: 08-04/05 DATE: 03/11/05 CITY OF MIAMI BEACH 13 1.44 WAIVER OF INFORMALITIES The City reserves the right to waive any informalities or irregularities in this bid solicitation. 1.45 ESTIMATED QUANTITIES Estimated quantities or estimated dollars, if provided, are for City guidance only. No guarantee is expressed or implied as to quantities or dollars that will be used during the contract period. The City is not obligated to place any order for a given amount subsequent to the award of this bid solicitation. Estimates are based upon the City's actual needs and/or usage during a previous contract period. The City for purposes of determining the low bidder meeting specifications may use said estimates. 1.46 COLLUSION Bids from related parties. Where two (2) or more related parties each submit a bid or proposal for any contract, such bids or proposals shall be presumed to be collusive. The foregoing presumption may be rebutted by presentation of evidence as to the extent of ownership, control and management of such related parties in the preparation and submittal of such bids or proposals. Related parties mean bidders or proposers or the principals thereof which have a direct or indirect ownership interest in another bidder or proposer for the same contract or in which a parent company or the principals thereof of one (1) bidder or proposer have a direct or indirect ownership interest in another bidder or proposer for the same contract. Bids or proposals found to be collusive shall be rejected. Bidders or Proposers who have been found to have engaged in collusion may be considered non-responsible, and may be suspended or debarred, and any contract resulting from collusive bidding may be terminated for default. 1.47 DISPUTES In the event of a conflict between the documents, the order of priority of the documents shall be as follows: . Any agreement resulting from the award of this Bid (if applicable); then . Addenda released for this Bid, with the latest Addendum taking precedence; then . The Bid; then . Awardee's Bid. 1.48 REASONABLE ACCOMMODATION In accordance with the Title II ofthe Americans with Disabilities Act, any person requiring an accommodation at the RFP opening because of a disability must contact Heidi Johnson Wright at the Public Works Department at (305) 673-7080. 1.49 GRATUITIES Proposers shall not offer any gratuities, favors, or anything of monetary value to any official, employee, or agent of the City, for the purpose of influencing consideration of this proposal. 1.50 SIGNED BID CONSIDERED AN OFFER The signed bid shall be considered an offer on the part of the bidder or contractor, which offer shall be deemed accepted upon approval by the City Commission ofthe City of Miami BID NO: 08-04/05 DATE: 03/11/05 CITY OF MIAMI BEACH 14 Beach, Florida and in case of default on the part of successful bidder or contractor, after such acceptance, the City may procure the items or services from other sources and hold the bidder or contractor responsible for any excess cost occasioned or incurred thereby. Additionally, the City may take such action. 1.51 BID CLARIFICATION: Any questions or clarifications concerning this Invitation to Bid shall be submitted in writing by mail or facsimile to the Procurement Department, 1700 Convention Center Drive, Miami Beach, FL 33139 FAX: (305) 673-7851. The bid title/number shall be referenced on all correspondence. All questions must be received no later than ten (10) calendar days prior to the scheduled bid opening date. All responses to questions/clarifications will be sent to all prospective bidders in the form of an addendum. NO QUESTIONS WILL BE RECEIVED VERBALLY OR AFTER SAID DEADLINE. 1.52 TIE BIDS: Please be advised that in accordance with Florida Statues Section 287.087, regarding identical tie bids, preference will be given to vendors certifying that they have implemented a drug free work place program. A certification form will be required at that time. j, 1.53 PUBLIC ENTITY CRIMES (PEC): A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crimes may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to public entity, may not be awarded or perform work as a contractor, supplier, sub- contractor, or consultant under a contract with a public entity, and may not transact business with any public entity in excess of the threshold amount provided in Sec. 287.017, for CA TEGOR Y TWO for a period of36 months from the date of being placed on the convicted vendor list. 1.54 DETERMINATION OF RESPONSIVENESS: Determination of responsiveness taken place at the time of bid opening and evaluation. In order to be deemed a responsive bidder, your bid must conform in all material respects to the requirements stated in their Bid. 1.55 DELIVERY TIME: Vendors shall specify on the attached Bid Form, the guaranteed delivery time (in calendar days) for each item. It must be a firm delivery time, no ranges will be accepted, i.e.; 12-14 days. BID NO: 08-04/05 DATE: 03/11/05 CITY OF MIAMI BEACH 15 1.56 CONE OF SILENCE This invitation to bid is subject to the "Cone of Silence" in accordance with Ordinance No. 2002-3378. A copy of all written communication(s) regarding this bid must be filed with the city clerk. 1.57 TERMINATION FOR DEFAULT If through any cause within the reasonable control of the successful bidder, it shall fail to fulfill in a timely manner, or otherwise violate any of the covenants, agreements, or stipulations material to the Agreement, the City shall thereupon have the right to terminate the services then remaining to be performed by giving written notice to the successful bidder of such termination which shall become effective upon receipt by the successful bidder of the written termination notice. In that event, the City shall compensate the successful bidder in accordance with the Agreement for all services performed by the bidder prior to termination, net of any costs incurred by the City as a consequence of the default. Notwithstanding the above, the successful bidder shall not be relieved ofliability to the City for damages sustained by the City by virtue of any breach of the Agreement by the bidder, and the City may reasonably withhold payments to the successful bidder for the purposes of set off until such time as the exact amount of damages due the City from the successful bidder is determined. 1.58 TERMINATION FOR CONVENIENCE OF CITY The City may, for its convenience, terminate the services then remaining to be performed at any time without cause by giving written notice to successful bidder of such termination, which shall become effective thirty (30) days following receipt by bidder of such notice. In that event, all finished or unfinished documents and other materials shall be properly delivered to the City. If the Agreement is terminated by the City as provided in this section, the City shall compensate the successful bidder in accordance with the Agreement for all services actually performed by the successful bidder and reasonable direct costs of successful bidder for assembling and delivering to City all documents. No compensation shall be due to the successful bidder for any profits that the successful bidder expected to earn on the balanced of the Agreement. Such payments shall be the total extent of the City's liability to the successful bidder upon a termination as provided for in this section. 1.59 INSURANCE AND INDEMNIFICATION: (See Check List for applicability to this contract) The contractor shall be responsible for his work and every part thereof, and for all materials, tools, appliances and property of every description, used in connection with this particular project. He shall specifically and distinctly assume, and does so assume, all risks of damage or injury to property or persons used or employed on or in connection with the work and of all damage or injury to any person or property wherever located, resulting from any action or operation under the contract or in connection with the work. It is understood and agreed that at all times the contractor is acting as an independent contractor. BID NO: 08-04/05 DATE: 03/11105 CITY OF MIAMI BEACH16 The contractor, at all times during the full duration of work under this contract, including extra work in connection with this project shall meet the following requirements: Maintain Worker's Compensation and Employer's Liability Insurance to meet the statutory requirements of the State of Florida. Maintain Comprehensive General Liability Insurance in amounts prescribed by the City (see checklist for limits) to protect the contractor in the interest of the City against all risks of injury to persons (including death) or damage to property wherever located resulting from any action or operation under the contract or in connection with the work. This policy is to provide coverage for premises/operations, independent contractor, broad form property damage, products/completed operations and contractual liability. Maintain Automobile Liability Insurance including Property Damage covering all owned, non-owned or hired automobiles and equipment used in connection with the work. Maintain any additional coverages required by the Risk Manager as indicated on the Insurance Check List. Name the City of Miami Beach as an additional insured on all liability policies required by this contract. When naming the City of Miami Beach as an additional insured onto your policies, the insurance companies hereby agree and will endorse the policies to state that the City will not be liable for the payment of any premiums or assessments. A copy of the endorsement(s) naming the City of Miami Beach as an additional insured is required and must be submitted to the City's Risk Manager. No change or cancellation in insurance shall be made without thirty (30) days written notice to the City of Miami Beach Risk Manager. All insurance policies shall be issued by companies authorized to do business under the laws of the State of Florida and these companies must have a rating of at least B+: VI or better per Best's Key Rating Guide, latest edition. Original signed Certificates of Insurance, evidencing such coverages and endorsements as required herein, shall be filed with and approved by the City of Miami Beach Risk Manager before work is started. The certificate must state Bid Number and Title. Upon expiration of the required insurance, the contractor must submit updated certificates of insurance for as long a period as any work is still in progress. It is understood and agreed that all policies.of insurance provided by the contractor are primary coverage to any insurance or self-insurance the City of Miami Beach possesses that may apply to a loss resulting from the work performed in this contract. All policies issued to cover the insurance requirements herein shall provide full coverage from the first dollar of exposure. No deductibles will be allowed in any policies issued on this contract unless specific safeguards have been established to assure an adequate fund for BID NO: 08-04/05 DATE: 03/11/05 CITY OF MIAMI BEACH 17 payment of deductibles by the insured and approved by the City's Risk Manager. The liability insurance coverage shall extend to and include the following contractual indemnity and hold harmless agreement: "The contractor hereby agrees to indemnify and hold harmless the City of Miami Beach, a municipal corporation, its officers, agents, and employees from all claims for bodily injuries to the public in and up to the amount of $1 ,000,000.00 for each occurrence and and for all damages to the property of others in and up to the amount of $1,000,000.00 for each occurrence per the insurance requirement under the specifications including costs of investigation, all expenses of litigation, including reasonable attorney fees and the cost of appeals arising out of any such claims or suits because of any and all acts of omission or commission of any by the contractor, his agents, servants, or employees, or through the mere existence of the project under contract". The foregoing indemnity agreement shall apply to any and all claims and suits other than claims and suits arising out of the sole and exclusive negligence of the City of Miami Beach, its officers, agents, and employees, as determined by a court of competent jurisdiction. The contractor will notify his insurance agent without delay of the existence of the Hold Harmless Agreement contained within this contract, and furnish a copy ofthe Hold Harmless Agreement to the insurance agent and carrier. The contractor will obtain and maintain contractual liability insurance in adequate limits for the sole purpose of protecting the City of Miami Beach under the Hold Harmless Agreement from any and all claims arising out of this contractual operation. The contractor will secure and maintain policies of subcontractors. All policies shall be made available to the City upon demand. Compliance by the contractor and all subcontractors with the foregoing requirements as to carrying insurance and furnishing copies of the insurance policies shall not relieve the contractor and all subcontractors oftheir liabilities and obligations under any Section or Provisions ofthis contract. Contractor shall be as fully responsible to the City for the acts and omissions of the subcontractor and of persons employed by them as he is for acts and omissions of persons directly employed by him. Insurance coverage required in these specifications shall be in force throughout the contract term. Should any awardee fail to provide acceptable evidence of current insurance within seven days of receipt of written notice at any time during the contract term, the City shall have the right to conside.r the contract breached and justifying the termination thereof. Ifbidder does not meet the insurance requirements ofthe specifications; alternate insurance coverage, satisfactory to the Risk Manager, may be considered. It is understood and agreed that the inclusion of more than one insured under these policies shall not restrict the coverage provided by these policies for one insured hereunder with respect to a liability claim or suit by another insured hereunder or an employee of such other insured and that with respect to claims against any insured hereunder, other insureds BID NO: 08-04/05 DATE: 03/11/05 CITY OF MIAMI BEACH 18 hereunder shall be considered members of the public; but the provisions of this Cross Liability clause shall apply only with respect to liability arising out of the ownership, maintenance, use, occupancy or repair of such portions of the premises insured hereunder as are not reserved for the exclusive use of occupancy of the insured against whom claim is made or suit is filed. BID NO: 08-04/05 DATE: 03/11/05 CITY OF MIAMI BEACH 19 XXX 1. XXX 2. XXX 3. XXX 5. XXX? XXX 8. XXX 9. INSURANCE CHECK LIST Workers' Compensation and Employer's Liability per the Statutory limits of the state of Florida. Comprehensive General Liability (occurrence form), limits ofliability $ 1.000.000.00 per occurrence for bodily injury property damage to include Premises/ Operations; Products, Completed Operations and Contractual Liability. Contractual Liability and Contractual Indemnity (Hold harmless endorsement exactly as written in "insurance requirements" of specifications). Automobile Liability - $1,000,000 each occurrence - owned/non-owned/hired automobiles included. 4. Excess Liability - $ .00 per occurrence to follow the primary coverages. The City must be named as and additional insured on the liability policies; and it must be stated on the certificate. 6. Other Insurance as indicated: .00 .00 .00 .00 .00 .00 We understand the Insurance Requirements of these specifications and that evidence of this insurance may be required within five (5) days after bid opening. _ Builders Risk completed value _ Liquor Liability _ Fire Legal Liability _ Protection and Indemnity _ Employee Dishonesty Bond Other $ $ $ $ $ $ Thirty (30) days written cancellation notice required. Best's guide rating B+:VI or better, latest edition. The certificate must state the bid number and title BIDDER AND INSURANCE AGENT STATEMENT: Bidder Signature of Bidder BID NO: 08-04/05 DATE: 03/11/05 CITY OF MIAMI BEACH 20 LANDSCAPE MAINTENANCE SERVICES BID # 08-04/05 2.0 SPECIAL CONDITIONS 2.1 PURPOSE: The purpose of this bid is to establish a contract, by means of sealed bids, for complete site maintenance service as specified herein, from a source(s) of supply that will give prompt and efficient service. 2.2 TERM OF CONTRACT: This contract shall commence the day after date of award by the Mayor and City Commission. The maintenance period shall begin 10 days after receipt of a notice to proceed, and continue for a period of three (3) years, pending available funding. The City of Miami Beach has the option to renew the contract at its sole discretion for an additional two (2) year period on a year to year basis. Renewal of the contract is a City of Miami Beach prerogative, not a right of the contractor. Such option will be exercised, ifat all, only when it is in the best interest of the City of Miami Beach. In the event that the contract is held over beyond the term herein provided it shall only be from a month to month basis only and shall not constitute an implied renewal of the contract. Said month to month extension shall be upon the same terms of the contract and at the compensation and payment provided herein. Option to Renew / Adiustment to Contract Amount: In the event the City of Miami Beach exercises its option to renew beyond the initial three (3) year contract, the contract prices and any other terms the city may choose to negotiate, will be reconsidered for adjustment 90 days prior to the renewal date due to increases or decreases in labor costs; but in no event will the prices be increased or decreased by a percentage greater than the percentage change reflected in the c.P.I as published by the U.S. Department of Labor. The City of Miami Beach reserves the right to accept the renewal adjustment or to allow the contract to terminate and re-advertise for bids, whichever is in the best interest of the City. 2.3 METHOD OF AWARD A ward of this contract may be made to the primary and secondary lowest and best bidders, as defined in General Conditions 1.38, whose bid will be most advantageous to the City of Miami Beach. Should the primary vendor fail to comply with the Terms and Conditions ofthis Contract, the City reserves the right to award to the secondary vendor, ifit is deemed to be in the best interest ofthe City. Each location specified in this bid could be awarded on an individual basis, so each price quoted on the bid form must be capable of standing alone and not be dependant on award of entire contract. Bidders are requested to state on the bid form a percentage discount to be allowed per location should they be awarded the entire contract. BID NO: 08-04/05 DATE: 03/11/05 CITY OF MIAMI BEACH 21 The City will calculate the grand total of each/all bids minus the percentage discount and determine award based on the lowest and best value bid. 2.4 CERTIFICATION, INVOICES AND PAYMENT: 2.4.1 Invoices: Contractors shall submit two (2) copies of all invoices to the Parks and Recreation Department, Parks Maintenance Division, 2100 Meridian Avenue, Miami Beach, Florida, 33139. 2.4,2 Payment The City agrees to pay to Contractor for the maintenance services described herein the following compensation during the term of the Contract: 2.4.2,1 Payment - "Complete Service" 2.4.2.2 BID NO: 08-04/05 DATE: 03/11/05 (a) Contractor supplies all expertise, superVISIOn, labor, equipment, material, transportation, facilities, and support services necessary to complete the entire job as specified in the landscape maintenance schedule and as indicated in the specifications. The bid price is stated as "per service" amount. 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. The compensation to be paid by City shall be rendered in monthly payments for work performed per bid item. 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 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 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 may modify the Landscape Maintenance Schedule and substitute the emergency work for regularly scheduled work. (b) (c) (d) Payments Withheld: If, in the sole judgment of the Project Manager, 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. Notice of withholding must be in writing to the attention of CITY OF MIAMI BEACH 22 2.4.2.3 2.4.2.4 BID NO: 08-04/05 DATE: 03/11/05 the Procurement Director. Additional or Decreased Compensation: A. Additional or decreased compensation may be authorized at the discretion of the Project Manager, subject to City budgetary conditions, for Deletion of Sites, Addition of Sites, or Additional Work performed by the Contractor. B. Price Adiustment For The Deletion ofSite(s): The City reserves the right to temporary or permanently delete existing sites, and/or services at existing sites. Sites and/or services which are removed shall be evaluated by both the City and the contractor for the mutual determination of a fair unit cost, to be based upon similar site receiving similar service and/or similar services rendered at a similar site. Should it be necessary for the Project Manager to eliminate any sites, it is understood that the corresponding per service rate charged by the Contractor for maintenance services will also be deleted from subsequent invoices sent to the Department. The Project Manager shall initiate the above request/action in writing to the contractor, with a copy of the letter and any/all subsequent written correspondence to the Procurement Director. C. Price Adiustments For The Addition of Sites: The City reserves the right to add new sites to the respective contract(s), and to add services to the existing sites. New sites and/or service to be added shall be evaluated by both the City and the contractor for the mutual determination of a fair unit cost, to be based upon similar site receiving similar service and/or similar services rendered at a similar site. Sites and/or services deleted and later re-added shall be re-added at the original contract unit cost, plus any index adjustment. The Project Manager shall initiate the above request/action in writing to the contractor, with a copy of the letter and any/all subsequent written correspondence to the Procurement Director. Development of and/or Improvement to Existing Sites The City reserves the right to develop and/or improve existing sites CITY OF MIAMI BEACH 23 specified herein. Additional services required shall be evaluated by both the City and the contractor for the mutual detennination of a fair unit cost, to be based upon similar service rendered at a similar site, 2.5 ADDITIONS/DELETIONS OF FACILITIES: SEE SECTION 2.4.3.3, PARAGRAPH. BAND C, AND 2.4.3.4 ABOVE. 2.6 PRICES SHALL BE FIXED AND FIRM FOR TERM OF CONTRACT: Ifthe bidder is awarded a contract under this bid solicitation, the prices quoted by the bidder on the Bid Fonn shall remain fixed and firm during the initial three-year term of the contract; provided, however, that the bidder may offer incentive discounts from this fixed price to the City at any time during the contractual term. 2.7 PRE-BID CONFERENCE/SITE INSPECTION: A non-mandatory pre-bid conference will be held at 10:00 A.M on March 30, 2005, at the City of Miami Beach City Hall, 1st Floor Conference Room, located at 1700 Convention Center Drive, Miami Beach Florida 33139. 2.8 VENDOR APPLICATION The City of Miami Beach has contracted with BidNet and has begun utilizing a new central bid notification system created exclusively for state and local agencies located in South Florida. Created in conjunction with BidNet@, this new South Florida Purchasing system has replaced the DemandStar system and allow vendors to register online and receive notification of new bids, amendments and awards. Vendors with Internet access should review the registration options at the following website: www.govbids.comlscripts/southflorida/public/homel.asp. If you do not have Internet access, please call the BidNet(r) support group at 800-677-1997 extension # 214. 2.9 CONTACT PERSON: The contact person for this Invitation to Bid is John Ellis. The contact person may be reached by phone: 305.673.7490; fax: 305.673.7851; or e-mail: iohnellis@miamibeachfl.gov. Communications between a proposer, bidder, lobbyist or consultant and Procurement Staffis limited to matters of process or procedure. Requests for additional information or clarifications must be made in writing to the contact person, with a copy to the City Clerk, no later than ten (10) calendar days prior to the scheduled Bid opening date. The City will issue replies to inquiries and any other corrections or amendments it deems necessary in written addenda issued prior to the deadline for responding to the Bid. Bidders should not rely on representations, statements, or explanations other than those made in this Bid or in any written addendum to this Bid. Bidders should verify with the Procurement Division prior to submitting a proposal that all addenda have been received. YOU MUST FAMILIARIZE YOURSELF WITH GENERAL CONDITION 1.66, ENTITLED CONE OF SILENCE, WHICH SETS FORTH THE POLICIES AND PROCEDURES RELATIVE TO ORAL AND WRITTEN COMMUNICATIONS. BID NO: 08-04/05 DATE: 03/11/05 CITY OF MIAMI BEACH 24 2.10 SAMPLES: N/A 2.11 RESPONSE TIME: N/A 2.12 LIQUIDATED DAMAGES: See Section 4.7.4. - Deficiency/Cure Notices and Corrective/Termination Process 2.13 PERCENTAGE ABOVE VENDOR COST: Bids for materials required for additional work not included in the scope of services herein shall be submitted on a percentage above vendor's 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. 2.14 ESTIMATED QUANTITIES: N/A 2.15 HOURLY RATE: The hourly rate quoted is for additional work not 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 bidder. Hourly labor rates are specified as follows: Hourly Labor Rate I - Hourly rate for straight time, i.e. from 8:00 a.m. to 5:00 p.m. Monday - Friday (rate is to include labor and travel). Hourly Labor Rate II - Hourly rate for overtime, i,e. before 8:00 a.m. or after 5:00 p.m., or on weekends or holidays (rate to include labor and travel), 2.16 WARRANTY: The successful bidder will be required to warranty all work performed. 2.17 PRODUCT/CATALOG INFORMATION: N/A 2.18 REFERENCES (PROVIDE REFERENCES IN THE CUSTOMER REFERENCE FORM) Each bid must be accompanied by a minimum of six (6) references, of which three (3) separate references must have been for contracts in the annual amount of$50,000 or Higher. Reference shall include the name of the company, a contact person and the current/correct telephone number. NO BID WILL BE CONSIDERED WITHOUT THIS LIST. 2.19 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 ofthe work. 2.20 FACILITY LOCATION: N/A 2.21 BIDDER QUALIFICATIONS: In order for bids to be considered, bidders must submit with their bid, evidence that they are qualified to satisfactorily perform the specified work. Evidence shall include all information necessary to certify that the bidder: maintains a permanent place of business; has experience in the type of service included in this scope of work; and has provided similar type, size and BID NO: 08-04/05 DATE: 03/11/05 CITY OF MIAMI BEACH 25 complexity of such work. The evidence will consist oflisting of work that has been provided to public and private sector clients, ei. nature of WORK within the last four (4) years. 2.22 LA TE BIDS: At time, date, and place above, bids will be publicly opened. Any bids or proposals received after time and date specified will be returned to the bidder unopened. The responsibility for submitting a bid/proposal before the stated time and date is solely and strictly the responsibility of the bidder/proposer. The City is not responsible for delays caused by mail, courier service, including U.S. Mail, or any other occurrence. 2.23 EXCEPTIONS TO SPECIFICATIONS: Exceptions to the specifications shall be listed on the Bid Form and shall reference the section. Any exceptions to the General or Special Conditions shall be cause for the bid to be considered non-responsive. 2.24 COMPLETE INFORMATION REQUIRED ON BID FORM: All bids must be submitted on the attached Bid Form and all blanks filled in. To be considered a valid bid, the ORIGINAL AND ONE COPY of the Bid Form pages and all required submittal information must be returned, properly completed, in a sealed envelope as outlined in the first paragraph of General Conditions. 2.25 MAINTENANCE AGREEMENT: N/A 2.26 EQUAL PRODUCT: N/A 2.27 LIVING WAGE REQUIREMENT: SEE CITY OF MIAMI BEACH WEBSITE AS REFERENCED ON PAGE 4. BID NO: 08-04/05 DATE: 03/11/05 CITY OF MIAMI BEACH 26 LANDSCAPE MAINTENANCE SERVICES BID # 08-04/05 3.0 GENERAL REQUIREMENTS 3.1 SCOPE OF WORK 3.1.1 The work specified in this section consists offumishing all labor, machinery, tools, means of transportation, supplies, equipment, materials, services and incidentals necessary to provide complete landscape maintenance services as specified herein. 3.1.2 The work shall include but not be limited to, litter retrieval and waste disposal, mowing, edging, landscape maintenance, herbicide /insecticide application, turf management, irrigation system operation maintenance / repair and replacement of plants as required. ("Full Service Visits") Bid prices shall include all labor, equipment and materials needed to perform those duties set forth in this section. 3.1.3 All work shall be completed in a continuous manner, that is the mowing, edging, trimming, etc., shall be completed before leaving the job site. 3.1.4 The Contractor will adhere to a work schedule provided by the City (see Section 4.7.2.). Any variations to that schedule, requested by either party, must be approved either verbally or in writing by an authorized representative of the other party. 3.1.5 The work shall include Traffic Control as described in section 3.8.5. 3.1.6 The Scope of Work referenced in these bid documents are located throughout the City of Miami Beach, they include the following areas: ~ Section (A) The at grade Beach walk: Located along the West edge of the Dune beginning at the North Boundary of Lummus Park at 14th Street and Ocean Drive; heading in a continuous line North to the South edge of the raised Boardwalk at 20th Street and Collins Avenue; including all street-ends and dune crossovers adjacent to the walking surface. ~ Section (B) The raised Boardwalk:Located along the East edge of the dune and including the dune from the north edge of the at grade Beach-walk at 20th Street and Collins A venue; running in a continuous line north to the 46th street, end of the raises boardwalk; including all street-ends, ramps/entrances and dune crossovers. ~ Section (C ) Spoil Areas: The Spoil Areas included in the Beachwalk areas are located adjacent to 3 St Park (3 St & Ocean Dr), Lummus Park (5 St- 15 St). The Spoil Areas adjacent to the Boardwalk are located at 20 St Parking Lot (2000 Collins Ave.) 46 St Parking Lot (4600 Collins Ave), 53 St Parking Lot (5300 Collins Ave), 63 St Parking Lot (6300 Collins Ave), 72 St Band Shell (7200 Collins Ave) and 7300-7600 Ocean Terr. BID NO: 08-04/05 DATE: 03/11/05 CITY OF MIAMI BEACH 27 3.2 QUALIFICATIONS (BIDDER SHALL SUBMIT SATISFACTORY EVIDENCE WITH THEIR BID OR WITHIN 5 CALENDAR DAYS UPON WRITTEN REQUEST, THA T THEY MEET THE FOLLOWING MINIMUM REQUIREMENTS) Parties deemed to be qualified to service this contract shall be judged on their past performance and present ability to provide all labor, materials, and equipment to successfully fulfill the provisions of this contract. 3.2.1 Company Qualification 3,2.1.1 Company shall have been in continuous service and incorporated in the State of Florida for a minimum of four (4) years. 3.2.1.2 Company must be fully licensed with all required State and/or Local government licenses, and permits (irrigation, pest control, horticultural services, etc.). 3.2.1.3 Company must have a person with an advanced degree in horticulture, agronomy, or a related field on staff or be recognized as a Florida Certified Landscape Contractor through the Florida Nurseryman and Growers Association. 3.2.1.4 Company must have a I. S. A. Certified Arboriston staff, or under contract as a consultant. 3.2.1.5 Company must have a State Certified Pest Control Operator on staff, or under contract as a consultant. 3,2.1.6 Company must be a drug and alcohol free workplace. 3.2.2 Personnel Requirements, Management 3.2.2.1 Provide a minimum of one (1) full time graduate horticulturist or Florida Certified Landscape Contractor to manage all facets of the landscape and turf management for the contractor. 3.2.2.2 Managers must have excellent communication skills and be capable of directing all regular maintenance and additional landscape services and coordinating these with the designated City of Miami Beach staff. 3.2.2.3 Managers shall constantly use their experience and training to prevent, detect and control adverse conditions by physically inspecting the landscape and properly guiding the maintenance program. 3.2.3 Technical Services 3.2.3.1.To provide an adequate number of personnel specifically trained, experienced and licensed in the following areas: turf maintenance, irrigation maintenance, tree maintenance, and horticultural pest control. 3.2.3.2 Provide a Certified Pesticide Operator through the State of Florida, Department of Health and Rehabilitative Services. 3.2.3.3 Provide an I.S.A. Certified Arbonst, with a minimum of. five (5) years experience with South Florida trees. BID NO: 08-04/05 DATE: 03/11/05 CITY OF MIAMI BEACH 28 3.3 CONTRACTOR'S RESPONSIBILITIES 3,3.1 Supervisor The Contractor shall maintain a Supervisor at the facilities at all times during the hours of operations, and such supervisor shall be able to be communicated with by pager, two way radio or cellular telephone. The Supervisor shall have a degree in horticulture, agronomy, or a related field, or be a Florida Certified Landscape Contractor with a minimum of two years field supervisory experience and be able to manage all facets of the landscape management for the Contractor. The Supervisor must have excellent communication skills and be capable of directing all regular maintenance and additional landscape services and coordinate these with the designated City staff. The Supervisor shall constantly use their experience and training to prevent, detect and control adverse conditions by physically inspecting the landscape and properly guiding the maintenance program. 3.4 CONTRACTOR'S PERSONNEL Contractor shall employ personnel competent to perform the work specified herein. Contractor's employees shall be United States citizens or in possession of appropriate documentation permitting the employees to work in Dade County. The City reserves the right to request the removal of the Contractor's employee's from performing maintenance on the City's grounds where the employee's performance or actions are obviously detrimental to the program, Standard for Contractor's employee's include the following: 3.5 DISASTER RESPONSE The Contractor shall maintain, on a twenty-four (24) hour on-call basis, by pager, two way radio, or cellular telephone, a staff sufficient to address emergency contingencies (ie. hurricanes, tornados, floods, etc.) which may arise from time to time. The Contractor will respond with immediate action to emergencies that adversely affect the City of Miami Beach, so that the situation is corrected at the earliest possible moment. The Contractor shall be compensated for use of personnel equipment based upon the indicated classifications in the bid tabulation. 3.6 UNIFORMS The Contractor will provide, at Contractor's expense, color coordinated uniforms for all personnel. Such uniforms shall meet Owners' public image requirements and be maintained by Contractor so that all personnel are neat, clean and professional in appearance at all times. Non-uniform clothing will not be permitted, including for new employees. BID NO: 08-04/05 DATE: 03/11/05 CITY OF MIAMI BEACH 29 3.7 CONDUCT Conduct standards for Contractor's employees should meet or exceed those required for City employees. The following are some guidelines: . Drugs and alcohol, or their use, is not permitted on City property nor are personnel allowed on property while under the influence of such substances. . Firearms or other weapons are strictly forbidden. . Fighting or loud, disruptive behavior is not permitted. All personnel will be subject to applicable City safety and security rules and procedures pertaining to conduct, vehicle use, property access, etc. 3.8 SAFETY 3.8.1 Contractor agrees to perform all work outlined in the Contract in such a manner as to meet all accepted standards for safe practices during the maintenance operation, to safely maintain equipment, machines, and materials, and to. remedy hazards consequential or related to the work. The Contractor further agrees to accept the sole responsibility for compliance with all local, County, State or other legal requirements including but not limited to: (1) full compliance with the terms of applicable O.S.H.A. Safety Orders, (2) requirements of the Florida Department of Transportation Manual of Traffic Controls and Safe Practices For Street and Highway Construction. Maintenance and Utility Operations, at all times so as to protect all persons including Contractor's employees, agents ofthe City, vendors, and members of the public or other firms from injury or damage to their property. 3.8.2 The City, through its Project Manager, reserves the right to issue immediate restraint or cease and desist order to Contractors when unsafe or harmful acts are observed or reported relative to the performance of the work under the Contract. 3.8.3 During normal working hours, Contractor shall obtain emergency medical care for any member of the public who is in need thereof, because of illness or injury occurring on the site, including a prompt report thereof to the Project Manager. 3.8.4 In performing the scope of work, all safety on or off the job site shall be the sole responsibility of the Contractor. The City shall not be responsible for safety on or offthe job site. The City's on-site observations or inspections shall be only for the purpose of verifying that the maintenance Specifications are being implemented properly. The City's on-site observations or inspections are not for safety on or off the job site. 3.8.5 Traffic Safety Control - The Contractor shall at his cost, observe all safety regulation; including placing and display of safety devices, provisions of police to control traffic, etc, as may be necessary in order to conduct the public through the project area in accordance with F.D.O.T.'s "Manual on Traffic Controls and Safe Practices for Street Highway Construction, Maintenance and Utility Operations." BID NO: 08-04/05 DATE: 03/11/05 CITY OF MIAMI BEACH 30 3.9 CONTRACTOR'S VEHICLES Contractor's vehicles shall be in good repair, free from leaking fluids, properly registered, of uniform color and shall bcar the company name on each side in not less than 1-1/2" letters. 3.10 CONTRACTOR'S EQUIPMENT All equipment shall be maintained in an efficient and safe operating condition while performing work under the contract. Equipment shall have proper safety devices maintained at all times while in use. If equipment does not contain proper safety devices and/or is being operated in an unsafe manner, the City may direct the Contractor to remove such equipment and/or the operator until the deficiency is corrected to the satisfaction of the City. The Contractor shall be responsible and liable for injury to persons caused by the operation ofthe equipment. 3.11 CONTRACTOR'S DAMAGES Any damages to the road, facilities, sewers, utilities, irrigation system, plant material or vegetation caused by the Contractor shall be repaired at the expense of the Contractor to the satisfaction of the City. Failure to restore said damages within three (3) working days following notification shall result in a deduction from the next invoice of the City's expenses incurred by the City for labor, material or equipment to restore the property to its original condition. 3.12 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. 3.13 PERMITS, LICENSES, CERTIFICATES Contractors shall obtain, at their expense, valid permits, licenses and ccrtificates (City, County, State, Federal) as required for work under the Contract. 3,13.1 Contractors shall give all notices and pay fees and taxes required by law in performance of the Contract. 3.13.2 Compliance with Miami Beach Parks and Recreation Department and the State of Florida Department of Transportation Rules and Regulations: Contractors shall comply and abide by all rules and regulations ofthe above- referenced departments as they may be applicable to performance of the Contract. 3.13.3 Advertising and Signs: Contractors shall not advertise or place signs on the site, facilities or equipment of the City of Miami Beach. 3.14 SUB CONTRACTORS Nothing contained in the specifications shall be construed as creating any contractual rclationship betwecn any subcontractor and the City. BID NO: 08-04/05 DATE: 03/11/05 CITY OF MIAMI BEACH 31 Contractors shall be as fully responsible to the City for the acts and omission of the subcontractors as for the acts and omissions ofperson(s) directly employed. 3.15 PROTECTION OF PROPERTY AND REPAIR OF DAMAGE 3.15.1 All portions oflandscape structures, facilities, services, utilities, roads, and irrigation systems shall be protected against damage or interrupted service at all times by Contractor during the term of the Contract. Any damage to the property as a result of the performance of work by Contractor during the terms of the Contract shall be repaired or replaced in kind and in manner approved by the Project Manager. All work of this kind shall be made immediately after damage or alteration occurs, unless otherwise directed. 3,15.2 Repairs to plant materials and soils shall specifically be made in accordance with specifications in Section 4.3. 3.15.3 Repairs to irrigation systems, which are damaged by any means including acts of God, vandalism, vehicular damage, theft, or undetermined causes, shall be repaired by the Contractor at no cost to the City, except where the specifications provide otherwise. 3,15.4 Contractor shall notify the City Project Manager within twenty-four (24) hours after discovery of any damage caused by accident, vandalism, thefts, acts of God, or undetermined causes. 3.16 RECORDS All documents, books and accounting records shall be open for inspection at any reasonable time during the term of the ,Contract and for three (3) years audit of the books and business conducted by Contractor and observe the operation of the business so that accuracy of the above records can be confirmed, All employment and payroll records shall be open for inspection and reinspection by the City, at any reasonable time during the term of the Contract. 3.17 TRANSPORTATION Contractors are to supply all transportation of employees, supplies and equipment. 3.18 STORAGE Contractors are to provide for all storage at off-site locations delivering to site only sufficient equipment and materials to complete daily tasks. Permission may be given by Project Manager for storage of materials or equipment on-site during special projects or conditions. 3.19 WASTE DISPOSAL Contractors are responsible for removing and disposing from sites all waste handled in performance of the Contract. The City will supply a dumpster located at 10th Street and Ocean Drive to support trash receptacle service, landscape debris and litter removal operations. BID NO: 08-04/05 DATE: 03/11/05 CITY OF MIAMI BEACH 32 3.20 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. BID NO: 08-04/05 DATE: 03/11/05 CITY OF MIAMI BEACH 33 LANDSCAPE MAINTENANCE SERVICES BID # 08-04/05 4.0 TECHNICAL SPECIFICATIONS 4.1 PURPOSE These specifications designate the manner in which basic maintenance tasks will be performed in order to achieve the overall Quality Objective, which is to perform litter/receptacle service, pedestrian walkway cleaning, street furniture cleaning, graffiti removal on a continuous daily basis and maintain the landscaping on the listed sites in a healthy, growing, safe, clean, and attractive condition throughout the year. 4.2 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 insure 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: A. Florida Cooperative Extension Services, 18710 SW 288th Street, Homestead, Florida, 33030. B. Florida Turf-Grass Association, Inc., 302 Graham Avenue, Orlando, Florida, 32803-6399. C. National Recreation and Park Association, 1601 N. Kent Street, Arlington, Virginia, 22209. D. Florida Recreation and Park Association, 1408 Hays Street, Suite 1, Tallahassee, Florida, 32301. E. Florida Department of Transportation, "Manual on Traffic Controls and Safe Practices for Street & Highway Construction, Maintenance and Utility Operations. " 4.3 MATERIALS All materials, vehicles and equipment supplied and used by Contractors shall be the best kind available and used in accordance with manufacturer's directions. Commercial products such as fertilizers and pesticides 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. 4.3.1 Replacement Any plants which are damaged or die as a result of improper maintenance or lack of sufficient maintenance shall be replaced by the Contractor, within 10 calendar days upon discovery by the Contractor or notification by the City. The following criteria shall be used to determine ifreplacement is necessary. BID NO: 08-04/05 DATE: 03/11/05 CITY OF MIAMI BEACH 34 4.3.1.1 Plants are not in a healthy growing condition and this renders them below the minimum quality standard (Fla,# I). 4.3.1.2 There is a question of any plants ability to thrive after the end of the thirty four (34) month maintenance period that would render it below the minimum quality standard (Fla.# I). 4.3.1.3 The plant material is dead. 4.3.2 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 10 day replacement period, the City may perform the work and withhold monies due to the Contractor for materials and labor costs. 4.3.3 Size, Quality and Grade of Replacement 4.3.3.1 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 ofthe 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. 4.3.3.2 Plants shall be sound, healthy, 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. 4.3.3.3 All trees shall be measured six (6) inches above ground surface. 4.3.3.4 Shape and Form: Plant materials shall be symmetrical, and/or typical for variety and species. 4.3.3.5.All plant materials must be provided from a licensed nursery and shall be subject to acceptance as to quality by the Project Manager. 4.3.3.6 Replacements shall be guaranteed for the length of the Contract, or six (6) months, whichever is greater. 4.3.3.7 The Contractor shall be responsible for hand watering the replacement (if required), for 42 calendar days after planting. 4.3.4 Water Should Contractor supply water, the water shall be fresh (non-salt), and containing no harmful levels of pollutants or chemicals. BID NO: 08-04/05 DATE: 03/11/05 CITY OF MIAMI BEACH 35 4.3.5 Soil 4.3.5. I 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, plant parts or seeds. 4.3,5,2 "Planting Soil Mix" shall be equal parts of Sphagnum peat moss, coarse sand, and composted organic matter, sterilized. 4,3,5,3 "Muck-sand-soil" shall be 70 percent muck and 30 percent course sand, 4.3.6 Fertilizer All fertilizer shall be the best commercial grade and except 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. 4.3.7 Pesticides - (insecticides, fungicides, herbicides, etc.): Insecticides & Fungicides shall be only those which are approved or recommended for use near open water bodies and those specified. Only the Federal Environmental Protection Agency (EP A) approved products shall be used. 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. 4.3.8 Miscellaneous Materials Mulch shall be grade B shredded cypress mulch, free of foreign matter. 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. BID NO: 08-04/05 DATE: 03/11/05 CITY OF MIAMI BEACH 36 4.4 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. 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, 4.5 COMPLETION OF WORK 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 4.6 GROUNDS MAINTENANCE FUNCTIONS AND TASKS: 4.6.1 Turf Care Maintain turf areas in a healthy, growing green and trim condition by performing the following operation: 4.6,1,1 Site Preparation The Contractor shall prior to mowing retrieve materials and dispose 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. 4.6.1.2 Mowing General 4.6.1.2.1 Mowing shall be performed in a workmanlike manner that insures a smooth surface appearance without scalping or leaving any "missed" uncut grass. 4.6.1.2.2 Rotary mowers will be used on S1. Augustine grass. 4.6.1.2.3 Reel mowers will be used on Bermuda grass. 4.6.1.2.4 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 usually 4". Mower blade height adjustment is to be measured from a level floor surface to the parallel and level plane of the mower blade. 4.6.1.2.5 All mower blades are to be sharp enough to cut, rather than to tear . grass blades. 4.6.1.2.6 All litter and debris is to be removed from turf before mowing to BID NO: 08-04/05 DATE: 03/11/05 CITY OF MIAMI BEACH 37 avoid shredding that will damage turf appearance, or items that may be propelled by mower blades. 4.6.1.2.7 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. 4.6.1,2.8 Grass clippings or debris caused by mowing or trimming will be removed from the turf or from adjacent walks, drives, gutters and curbs or surfaces on the same day as mowed or trimmed. 4.6.1.2.9 Mowing will not be done when weather or other conditions will result in damaged turf. 4.6.1.3 Mowing Specifics 4.6.1.3.1 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 full service visits, as needed, throughout the year. 4.6.1.3.2 Non-athletic field Turf shall be mowed at 3 1/2 to 4" 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. 4.6.1.4 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. Rotary nylon "fish line" cutters are not to be used for vertical edging, 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 weed cutters are not to be used within eighteen (18") inches of tree or palm trunks. Note: Damage to property or existing vegetation by improper trimming or edging shall be repaired or replaced within 48 hours at Contractor's expense. BID NO: 08-04/05 DATE: 03/11/05 CITY OF MIAMI BEACH 38 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. , 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. 4.6.2 Pruning Shrubs and Ground Cover Plants 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. 4.6.2.1 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. 4.6.2.2 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. 4.6.2.3 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. 4.6.3 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. BID NO: 08-04/05 DATE: 03/11/05 CITY OF MIAMI BEACH 39 BID NO: 08-04/05 DATE: 03/11/05 4.6.3.1 Pruning Natural Shaping and Thinning Prune, thin, and trim all trees at least once a year to keep the trees healthy, to maintain the natural character of the variety, 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 dead fronds and weak stalks, and fruit that may cause unsanitary, unsightly or hazardous conditions if allowed to drop on to hard surfaces or in landscape beds. Certain Washingtonian Palms will be an exception to the pruning practices of normal palm maintenance when existing dead fronds are maintained. Pruning will also be required from time to time to remove damaged branches from stonns, 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 Project Manager. All tree pruning shall be accomplished with standard practices including: Cuts should be made with sharp and proper tools. When cutting parts of branches, leave a living bud at the end of the stub. Make cuts sufficiently close to parent stem so that the healing can readily start under nonnal conditions. On trees known to be diseased, disinfect tools after each cut and between trees. Prune only at the time of season proper for the variety. Prune or trim, at least once or twice each growing season to keep the natural shape of the individual pIimt. 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 - Branches that grow toward the center of tree - Crossed branches that may rub together - "V" crotches, if it does not ruin the appearance of the tree - Multiple leader if the tree normally has only a single stem - Nuisance growth that interferes with view, traffic, sign age, walks, or lighting. Nuisance growth includes the removal of all dangerous thoms, spikes or appendages which show potential conflict with people. - Shape top of small trees as needed CITY OF MIAMI BEACH 40 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. 4.6.3.2 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. 4.6.3.2.1 The Contractor shall be responsible for the complete removal and replacement of those trees lost due to the Contractor's faulty maintenance or negligence, as determined by the Project Manager. 4.6.3.2.2 Replacement shall be made by the Contractor in the kind and size of tree determined by the Project Manager. 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 Project Manager using the latest "Plant Finder" value determination. 4.6.3.2.3 All trees that have died or have been blown or knocked over are to be reported immediately upon discovery to the Project Manager. 4.6.3.2.4 With prior approval from the Project Manager, 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 or Melaleucana or Australian Pine. Contractor shall set and support trees that have been knocked or blown over. 4.6.3.2.5 The Contractor shall be responsible for removing all 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 Project Manager. 4.6.4 Weed Control 4.6.4.1 All landscape areas within the specified area, including lawns, shrub and ground cover beds, planters, and areas covered with gravel, 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 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. 4.6.4.1.1 Weeds are to be mowed, trimmed, or edged from turf areas as a part of turf care operations. 4.6.4.1.2 Weeds are to be manually removed from shrub, hedge, ground cover or flower beds, unless chemical or mechanical means are specifically authorized by the Project Manager. Persistent weed growth such as the growth of sedges shall be killed with "round up" BID NO: 08-04/05 DATE: 03/11/05 CITY OF MIAMI BEACH 41 whenever possible. 4.6.4.1.3 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 Project Manager. 4.6.4.2. 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: 4.6.4.2.1 Sterilize the soil, or 4.6.4.2.2 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. 4.6.4.2.3 After the kill, apply, immediately after replanting, a pre-emergent herbicide, such as Treflan or prior to replanting a ground cover fabric. 4.6.4.3 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 (I) month after planting, (20% ground coverage of the bed by weeds) shall be considered as previously weed- infested. 4.6.5 NOT USED 4.6.6 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 three (3) times yearly to determine required additives, and more often if necessary to diagnose problem areas. The Contractor shall provide the City with annual fertilization schedules at the beginning of each contract year and shall inform the Project Manager at least three (3) days in advance before beginning any fertilization. 4.6.6.1 Turf 4.6,6.1.1 St Augustine St. Augustine turf shall be fertilized four (4) times per year at a rate of lIb. Of Nil 000 Square feet. The N< P< K ratios shall vary with the time of year of the application and results ofthe soil analysis. The approximate N, P, BID NO: 08-04/05 DATE: 03/11/05 CITY OF MIAMI BEACH 42 K ratios should be: - One (1) application of a 5:2: I 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; - One (1 ) application of a 3: 1:3 ratio; - One (1) application ofa 5:2:1 ratio 4.6.6.2 Groundcover, & Shrubs The fertilizer for all planted shrubs and groundcovers shall meet appropriate horticultural standards with an N, P, K ratio of3: I :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. Fertilizer should be applied Spring, Summer and Fall at the following rates: 1-1/2 to 3 lbs. N/100 Square Feet. 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 no less than one (l) month prior to application. Any plants damaged by over-fertilization shall be replaced at the Contractor's expense. Changes in fertilization rates, methods and composition must be approved by the City in writing, 4.6.6.3 Fertilization Trees, & Palms The fertilizer for all the planted trees shall mcet proper horticultural standards with an N, P, K ratio of 4: I :4, unless soil conditions or plant specics dictate differently, with at least 60% of the nitrogen from a non-water soluble organic source. Concentrated slow-release fertilizer tablcts may be used on trees if approved by the City's representative. Trees shall be fertilized twice yearly: Spring and Fall in the following amounts, per application, per tree: Caliper 2" 3" 4" 5" Pounds of Fertilizer 3 6 10 15 All palms shall be fertilized during April and September. The fertilizer shall be broadcast under foliage canopy at the rate of 1 lb. per inch of palm tree diameter. 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 BID NO: 08-04/05 DATE: 03/11/05 CITY OF MIAMI BEACH 43 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 offertilizer shall be replaced at the Contractor's expense. Changes in fertilization rates, methods, and composition must be approved by the City in writing. 4.6.7 General Use of Chemicals 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. 4.6.8 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 spray pesticide. Contractor shall use sound cultural practices that aid in preventing the presence or proliferation of insect and diseases. Insects in Bermuda 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 two (2) times each year and action shall be taken per the recommendation of the IF AS lab results to control the populations This lab report shall be submitted to the City for their review as soon as it is received. 4.6.9 Application of Herbicides 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. 4.6.9.1 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 his expense. 4.6.9,2 The Contractor shall advise the Project Manager within four (4) days after disease or insect infestation is found. He shall identify the disease or insect and recommend control measures to be taken, and, upon approval of the BID NO: 08-04/05 . DATE: 03/11/05 CITY OF MIAMI BEACH 44 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 Project Manager. 4.6.9.3 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 said labeling. A specimen label and the Material Safety Data Sheet for each product shall be supplied to the City. 4,6.9.4 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. 4.6.9.5 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. 4.6.9.6 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 spreader-sticker to aid in adherence and absorption of the material. Wash material off of pavements and buildings immediately after applying. 4.6.9.7 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. 4.6.9.8 Copies of Current Material Safety Data Sheets (MSDS) for all chemicals used for pest control under this Contract shall be provided to the Project Manager before the use of said chemicals. 4.6.10 Verticutting, Aeration and Topdressing Verticutting, aeration and topdressing to provide proper air and water exchange for maximum growth potential and health ofthe Bermuda grass will be performed in the Spring and Fall. Topdressing shall be a mixture similar to the profile ofthe soil underlying the turf as determined by soil analysis. Contractor should employ preventative methods to avoid thatch buildup. Should, for whatever reason, a sizable thatch layer develop, the Contractor shall be responsible for its removal. Topdressing and burying thatch layer will not be accepted. BID NO: 08-04/05 DATE: 03/1 1/05 CITY OF MIAMI BEACH 45 4.6.11 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 area becomes 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. 4.6.12 Irrigation System Maintenance and Watering Contractor will be responsible for the operation and maintenance of the automaticl manual irrigation systems and for setting and adjusting the timer to insure proper watering of all plant material in the landscape. 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 (I ") 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. Prior to commencement of the maintenance program, the Contractor shall have twenty- five (25) days from start of contract to inspect the irrigation system and report present damage or incorrect operation and coverage to the City. The Contractor will be responsible for the integrity of the system after this initial inspection report and subsequent repairs. The timers shall be checked once a week and as may be required. The Contractor will also, at least once a month, fully operate 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. . The irrigation shall be capable of providing 1-1/2" of water to all lawns and shrub beds each week or as often as required to provide for a uniform lush green landscape appearance. System shall be adjusted during the various seasons. The Contractor shall be required to make all repairs within a minimum 24 hour time period or sooner as directed by the City's representative. Any form of damage to the irrigation system must be reported to the City's representative immediately upon discovery. Irrigate as necessary during times oflittle or no rainfall using the automatic irrigation system and any supplemental watering necessary to apply proper amount of water to keep the plant material in optimum health. Supplemental watering may require a large portable water tank, impact sprinklers, and additional hose to be supplied by Contractor. BID NO: 08-04/05 DATE: 03/11/05 CITY OF MIAMI BEACH 46 A written irrigation schedule will be provided by the Contractor and any operation of irrigation outside the previously approved scheduled time must have the advance approval of the City. 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. 4.6.13 Watering During periods when the irrigation system is not operational, either due to breakdown of the system, or an extended electric power failure, it shall be the responsibility of the Contractor. 4.6.13. I 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. 4.6.13.2 Apply water in quantities and at intervals necessary to maintain the plants in a healthy growing condition. 4.6.14 Irrigation System Shall be constantly maintained and adjusted to insure that no water from the system hits the road or other hard surface. 4.6.15 Mulching Beds 4.6, I 5.1 Replenish mulch in shrub beds as required to cover areas of bare soil, especially at the edge ofthe 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 against tree trunks and shrub stems. 4.6.15.2 Use Grade "B" Cypress mulch, Melaleuca mulch or other mulches as designated by the City. 4.6.16 Sand Removal/Policing: Cleaning of debris within the confines of the parks 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. 4.6.17 Skinned Areas (NOT USED) 4.6.18 Frequency of Services 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 Owner. BID NO: 08-04/05 DATE: 03/11/05 CITY OF MIAMI BEACH 47 4.7 Sanitation Services 4.7.1 Contractor Generated Trash: The Contractor shall promptly remove all debris generated by his pruning, trimming, weeding, edging, and other work required in the specifications. 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 removed on same day as cut. 4,7.2 Litter Removal: NtA. 4,7.3 4.7.4 4.7.5 4,7.6 Trash Receptacle Service: N/ A. Pedestrian Surface Cleaning: Nt A. Street Furniture/Knee Wall Cleaning: Graffiti Control: Nt A. N/A. 4.8 PERFORMANCE CONTROL AND INSPECTIONS 4.8.1 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. 4,8.2 Maintenance Standards, Frequencies, Work Method All landscape 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, ifnecessary to achieve the Quality Objective. 34 Full Service Visits Annual Schedule: - Schedule 34 service visits annually according to the following: Schedule service for the second week of January and February, the first and third weeks of March (these biweekly visits should occur no closer than ten (10) and no further than seventeen (17) calendar days apart); the first, third and fifth weeks of April; the first, second, third and fourth weeks of May and weekly during the months of June, July August and September (these weekly visits should occur no closer than six (6) and no further than ten (10) calendar days apart); biweekly for the months of October and November and one visit the third week of December. See Calendar Page 52. BID NO: 08-04/05 DATE: 03/11/05 CITY OF MIAMI BEACH 48 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 Standard and frequencies may be modified from time to time by the City of Miami Beach Assistant Director of Parks as necessary to assure proper maintenance to achieve the Quality Objective. All work shall be done in a thorough and workmanlike manner under competent Contractor supervision to the satisfaction of the City of Miami Beach Assistant Director of Parks, The Contractor shall have the exclusive duty, right, and privilege to perform Grounds Maintenance and Services, as specified herein. 4.8.3 Inspections 4.8.3.1 The Contractor's Representative shall perform maintenance inspections daily during daylight hours of all sites assigned for the day. Inspections by City of Miami Beach Parks 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 of Miami Beach Project Manager, and shall be corrected by the Contractor immediately. 4.8.3.2 The City of Miami Beach Project Manager 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. 4.8.4 Deficiency/Cure Notices and Corrective/Termination Process: Ifthe 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 and the Procurement Director ofthe deficiency(s) in writing. The Procurement Director will send a Cure Notice to the Contractor requesting that they provide in writing within seven (7) calendar days ofnotific~tion, any/all actions proposed to be taken in order to correct/cure the identified deficiency(s). If all parties (Project Manager, Contractor and Procurement Director) 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 of the minds" between the Project Manager and the Procurement Director for the identified deficiency(s). Should the Procurement Director 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. BID NO: 08-04/05 DATE: 03/11/05 CITY OF MIAMI BEACH 49 SEE PAGE 16, SECTION 1.57 - TERMINATION FOR DEFAULT 4.8.5 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 forces or private Contractors to correct deficiencies seven (7) calendar days after notification in writing, by the City of Miami Beach Parks and Recreation Department Director, or his designee. If, in the sole discretion or judgment of the 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 personnel and payment to be made by the City may be 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 provision of the Contract. 4.8.6 Quality Control- Performance Reports Completion of Work: Within 24 hours of completing work the Contractor shall notify the Parks and Recreation Supervisor assigned to monitor the contract either in person, by fax, or by phone of said completion. It is acceptable to leave a phone message, however, to make certain the message is received, it is advisable to call between 7:00 a.m. - 8:00 a,m. or 3:00 p.m. - 4:00 p.m. Inspection and Approval - Upon receiving notification from the Contractor, the City shall inspect the serviced location the following business day. 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. If the work has been completed successfully then the City will pay for services billed. The Contractor shall submit to the City 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 (51h) 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. Forms for performance reporting shall be provided by the City 4.9 SCHEDULING 4.9.1 Contractors shall accomplish normal landscape maintenance required under the Contract during daylight hours. The City Project Manager may permit night scheduling on an individual function or task basis. BID NO: 08-04/05 DATE: 03/11/05 CITY OF MIAMI BEACH 50 4,9,2 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, the Contractor will not block or impede arterial or collector streets. 4.9.3 All work shall be scheduled and completed in a continuous manner, that is, other than a holiday or non-work day in order to maintain the site in a uniform manner. 4.9.4 Contractor shall not work or perform any operations during inclement weather which may destroy or damage landscaped areas. 4.9.5 Contractor shall recognize that during the course ofthe 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 Project Manager may temporarily delete the Site or part of the Site and compensation to the Contractor will be decreased. 4.9.6 Contractor shall, during the hours and days of operation, respond to all emergencies by taking the appropriate/required action within two (2) hours. See Section 3.5 - Disaster Response 4,9.7 Contractor shall have completed all Landscape Maintenance functions prior to the scheduled maintenance inspection. 4.10 ADDITIONAL WORK The Project Manager may, at his discretion authorize the Contractor to perform additional work, including, but not limited to, mowing, trimming, weeding, edging, litter pickup, repairs and replacements ("grounds maintenance service type work under normal circumstances") when the need for such work arises. The Project Manager will request quote(s) from the contractor which may be negotiated as required to obtain a fair and reasonable price. Should negotiations be unsuccessful, the Project Manager may request quotes from other contractors for the additional work. Should additional work be required due to extraordinary incidents/circumstances such as vandalism, acts of God, and/or third party negligence, the City will pay the contractor based on the hourly labor rate specified on the Bid Proposal. See Section 3.5 - Disaster Response. Prior to performing any additional work, the contractor shall prepare and submit a written description of the work with a cost estimate/price quote to the Project Manager. No work shall commence without the written authorization from the Project Manager. Not withstanding the above authorization, when a condition exists wherein there is imminent danger of injury to the public or damage to property, the Project Manager may verbally authorize the work to be performed upon receiving a verbal estimate from the Contractor. BID NO: 08-04/05 DATE: 03/11/05 CITY OF MIAMI BEACH 51 However, within 24 hours after receiving a verbal authorization, the Contractor shall submit a written estimate/quote to the Project Manager for the required approval. 4.11 BID SUBMITTAL In addition to the documentation and information requested herein, the Bidders shall submit the following information with their bid, or within five (5) calendar days upon request: 4.11.1 Company Profile A profile describing the organization represented by the bidder must be furnished with the bid submittal. This will include: * Company history and present organization; * Name of Principal or Owner(s); * Name of Affiliates, Subsidiaries, etc.; * Years of company experience under present ownership; * The local office address and phone number from which account would be administered; * History of local office, including opening date; * Normal hours of operation of local office; * Name of person in charge of local office; * Number of maintenance personnel in the south Florida area normally available to emergency calls; * List of all services company is capable of providing. 4.11.2 Personnel * Provide an organizational chart of entire structure that is proposed to service account; * Provide resumes of key management personnel; * List job descriptions for all positions in the organization described in #1 above; * Include description of proposed uniforms; * Provide your overall employee policy and training program; * Provide outline of safety program. 4.11.3 Turf Maintenance * List proposed fertilizer type and rate for each turf type and other specific nutrient additives; * List proposed application schedule (annual basis); * Describe proposed mowing schedule and procedures; * Describe proposed preventative pest management program. 4.11.4 Tree and Palm Maintenance Program * Provide type(s) of fertilizer and rates proposed for general use, and other specific nutrient additives; * List proposed application schedule (annual basis); * Describe proposed pruning schedule and procedures; * Describe proposed preventative pest management program. BID NO: 08-04/05 DATE: 03/11/05 CITY OF MIAMI BEACH 52 4,11.5 Shrub and Ground Cover Maintenance Program * Provide type(s) of fertilizer and rates proposed for general use, and other specific nutrient additives; * List proposed application schedule (annual basis) * Describe proposed pruning schedule and procedures; * Describe proposed preventative pest management program, 4.11.6 Irrigation Maintenance Program * Describe preventative maintenance program. 4.11,7 Equipment Specifications * List all tools, equipment (including manufacturer) and quantities of each type that be proposed to perform maintenance. 4.11.8 Bidder's Supplement * Copies of all applicable licenses, permits, etc. required perform the services; * List of clients with specialty turf types the bidder currently has, along with contact information; * Miscellaneous Information - this section of the proposal should include any additional information about the services or bidder that is not addressed elsewhere in the proposal. 4.11.9 Schedule of Values (attached pages 57-59) BID NO: 08-04/05 DATE: 03/1 lI05 CITY OF MIAMI BEACH 53 LANDSCAPE MAINTENANCE SERVICES BID # 08-04/05 Thirty-four (34) Full Service Visits. Work to be performed during periods highlighted. 2005 JAl'\UARY FEBRUARY MARCH s M T w T F s s M T W T F s 2 3 4 5 9 10 11 12 13 14 15 13 14 15 16 17 18 19 16 17 18 19 20 21 22 20 21 22 23 24 25 26 20 21 22 23 24 25 26 23 24 25 26 27 28 29 27 28 27 28 29 30 31 30 31 APRIL MAY JU~E OCTOBER NOVEMBER DECEMBER s M T W T F s s M T W T F s s M T W T F s 2 3 4 5 1 2 3 2 3 4 5 6 7 8 4 5 6 7 8 9 10 II 12 13 14 IS 16 17 27 28 29 30 25 26 27 28 29 30 31 BID NO: 08-04/05 DATE: 03/11/05 CITY OF MIAMI BEACH 54 LANDSCAPE MAINTENANCE SERVICES Bid Proposal Page 1 of 4 COMPANY NAME: We propose to furnish all labor, tools, equipment, transportation, permits, licenses, services and incidentals necessary in order to provide Grounds Maintenance for the City of Miami Beach, in accordance with Bid Specifications, as follows: Item # Project Description Cost per # Full Cost Per Year Service Services Beach-walk 1 $ 34 $ 1400-2100 Collins Avenue Boardwalk 2 $ 34 $ 2100-4600 Collins Avenue 3 Spoil Areas City Wide $ 34 $ ANNUAL GRAND TOTAL: $ Each location specified in this bid could be awarded on an individual basis, so each price quoted on the bid form must be capable of standing alone and not be dependant on award of entire contract. Please state on the space provided below a percentage discount to be allowed per location should you be awarded the entire contract: Landscape Maintenance Services 1. Beachwalk: 2. Boardwalk: 3. Spoil Areas: Discount Discount Discount BID NO: 08-04/05 DATE: 03/11105 CITY OF MIAMI BEACH 55 LANDSCAPE MAINTENANCE SERVICES Bid Proposal Page 2 of 4 COMPANY NAME: Not to Exceed (NTE) Hourly Labor Rates ( for Work other than specified herein, at the direction of the City) SEE SECTION 4.9 - ADDITIONAL WORK Item # Job Classification NTE Hourly Rate 4 Hourly rate per Contractor Regular time: $ Representative Overtime: $ 5 Hourly rate per Regular time: $ Laborer/Groundskeeper Overtime: $ 6 Hourly rate per Irrigation Regular time: $ Technician Overtime: $ 7 Hourly rate per Large Equipment Regular time: $ Operator Overtime: $ 8 Hourly rate per Regular time: $ Supervisor/Foreman Overtime: $ 9 Hourly rate per Climber Regular time: $ Overtime: $ 10 Hourly rate per Certified Arborist Regular time: $ Overtime: $ 11 Hourly rate per Pest Control Regular time: $ Technician Overtime: $ NOTE: THE CITY RESERVES THE RIGHT TO NEGOTIATE THESE NOT TO EXCEED (NTE) HOURLY LABOR RATES FROM THE SUCCESSFUL BIDDER(S). SHOULD NEGOTIATIONS BE UNSUCCESSFUL, THE CITY RESERVES THE RIGHT TO REQUEST AND NEGOTIATE HOURLY LABOR RATES FOR ANY/ALL ADDITIONAL WORK FROM OTHER CONTRACTORS. BID NO: 08-04/05 DATE: 03/11/05 CITY OF MIAMI BEACH 56 LANDSCAPE MAINTENANCE SERVICES Bid Proposal Page 3 of 4 COMPANY NAME: Materials ( for Materials not specified herein, to be installed at the direction of the City) Item # Description Unit Price Installcd 12 St. Augustinc Sod $ /pallct 13 Bahia Sod $ /pallct 14 Cypress Mulch $ /cubic yard 15 Seasonal Color 4" pot 16 For all other matcrials not specified, Contractor shall furnish at % the specified percentage above vcndor cost. ABOVE VENDOR COST 17 A Not to Exceed costs to install plant materials and trees up to 45 gallon containers. $ each NOTE: AS IT RELATES TO ITEM #17 ABOVE, THE CITY RESERVES THE RIGHT TO NEGOTIATE THESE NOT TO EXCEED (NT E) COSTS TO INSTALL PLANT MATERIAL AND TREES UP TO 45 GALLON CONTAINERS FROM THE SUCCESSFUL BIDDER(S). SHOULD NEGOTIATIONS BE UNSUCCESSFUL, THE CITY RESERVES THE RIGHT TO REQUEST AND NEGOTIATE THIS COSTS/FEE FROM OTHER CONTRACTORS. BID NO: 08-04/05 DATE: 03/11/05 CITY OF MIAMI BEACH 57 LANDSCAPE MAINTENANCE SERVICES Bid Proposal Page 4 of 4 PAYMENT TERMS: NET 30. If other, specify here ANY LETTERS, A TT ACHMENTS, OR ADDITIONAL INFORMATION TO BE CONSIDERED PART OF THE BID MUST BE SUBMITTED IN DUPLICATE. SUBMITTED BY: COMPANY NAME: SIGNED: (I certify that I am authorized to execute this proposal and commit the bidding firm) Bidders must acknowledge receipt of addendum (if applicable). Amendment No.1: Insert Date Amendment No.2: Insert Date Amendment No.3: Insert Date Amendment No.4: Insert Date NAME/TITLE(Print): ADDRESS: CITY/STATE: ZIP: TELEPHONE NO: FACSIMILE NO: FEDERAL I.D.#: BID NO: 08-04/05 DATE: 03/11/05 CITY OF MIAMI BEACH 58 LANDSCAPE MAINTENANCE SERVICES COMPANY NAME: SCHEDULE OF VALUES Provide unit price/price per service for the services listed below. These prices may be utilized by the City during negotiations, should additional/deleted services be required. Item # 1 Beach-walk 1400-2100 Collins Avenue SERVICE ANNUAL PRICE PER PRICE PER YEAR SERVICES SERVICE Turf Mowing 34 $ $ Grass Trimming and Edging 34 $ $ Shrub Pruning 12 $ $ Groundcover Pruning 12 $ $ Tree and Palm Pruning 1 $ $ Weed Control 34 $ $ Litter Control 260 $ $ Turf Fertilization 4 $ $ Shrub and Groundcover 3 $ $ Fertilization Tree and Palm Fertilization 2 $ $ BID NO: 08-04/05 DATE: 03/11/05 CITY OF MIAMI BEACH 59 COMPANY NAME: SCHEDULE OF VALUES Provide unit price/price per service for the services listed below. These prices may be utilized by the City during negotiations, should additional/deleted services be required. Item # 2 Boardwalk 2100-4600 Collins Avenue SERVICE ANNUAL PRICE PER PRICE PER YEAR SERVICES SERVICE Turf Mowing 34 $ $ Grass Trimming and Edging 34 $ $ Shrub Pruning 12 $ $ Groundcover Pruning 12 $ $ Tree and Palm Pruning 1 $ $ Weed Control 34 $ $ Litter Control 260 $ $ Turf Fertilization 4 $ $ Shrub and Groundcover 3 $ $ Fertilization Tree and Palm Fertilization 2 $ $ BID NO: 08-04/05 DATE: 03/11/05 CITY OF MIAMI BEACH 60 COMPANY NAME: SCHEDULE OF VALUES Provide unit price/price per service for the services listed below. These prices may be utilized by the City during negotiations, should additional/deleted services be required. Item # 3 Spoil Areas Citywide SERVICE ANNUAL PRICE PER PRICE PER YEAR SERVICES SERVICE Turf Mowing 34 $ $ Grass Trimming and Edging 34 $ $ Shrub Pruning 12 $ $ Groundcover Pruning 12 $ $ Tree and Palm Pruning 1 $ $ Weed Control 34 $ $ Litter Control 260 $ $ Turf Fertilization 4 $ $ Shrub and Groundcover 3 $ $ Fertilization Tree and Palm Fertilization 2 $ $ BID NO: 08-04/05 DATE: 03/11105 CITY OF MIAMI BEACH 61 BID CHECK LIST To ensure that your bid is submitted in conformance with the Contract Documents, please verify that the following items have been completed and submitted as required, X Original and one copy of bid (including all submittal information) General Conditions Section 1.1 Special Conditions Section 2.24 X Execution of Bid General Conditions Section 1.2 N/A Equivalents/Equal Product General Condition Section 1.10 Insurance and Indemnification (including Insurance Checklist) X General Condition Section 1.26 Special Conditions Section 1.59 Bid Guaranty/Payment & Performance Bond X General Condition Section 1.27 X Warranty Special Conditions Section 2.16 N/A Product/Catalog Information Special Conditions Section 2.17 X References Special Conditions Section 2,18 / Page 61 X Bidder Qualifications Special Conditions Section 2.21 General Requirements Section 3.2 X Exceptions to Specifications Special Conditions Section 2.23 X Contractor's Questionnaire (Page 63) BID NO: 08-04/05 DATE: 03/11/05 CITY OF MIAMI BEACH 62 CUSTOMER REFERENCE LISTING Bidder's shall furnish the names, addresses, and telephone numbers ofa minimum of six (6) firnls or government organizations for which the Contractor is currently furnishing or has furnished, similar services. (See "2.18 References", page 24, and "Minimum Requirements, page 2) I) Company Name Address Contact Person/Contract Amount Telephone No. Fax No. 2) Company Name Address Contact Person/Contract Amount Telephone No. Fax No. 3) Company Name Address Contact Person/Contract Amount Telephone No. Fax No. BID NO: 08-04/05 DATE: 03/11/05 CITY OF MIAMI BEACH 63 CUSTOMER REFERENCE LISTING (CONTD.) 4) Company Name Address Contact Person/Contract Amount Telephone No. Fax No. 5) Company Name Address Contact Person/Contract Amount Telephone No. Fax No. 6) Company Name Address Contact Person/Contract Amount Telephone No. Fax No. BID NO: 08-04/05 DATE: 03111/05 CITY OF MIAMI BEACH 64 CONTRACTOR'S QUESTIONNAIRE NOTE: Information supplied in response to this questionnaire is subject to verification. Inaccurate or incomplete answers may be grounds for disqualification from award of this bid. Submitted to The Mayor and City Commission of the City of Miami Beach, Florida: By Principal Office How many years has your organization been In business under your present business name? Does your organization have current occupational licenses entitling it to do the work contemplated in this Contract? State of Florida occupational license - state type and number: Dade County certificate of competency - state type and number: Expiration Date: Include copies of above licenses and certificates with proposal. Have you ever had a contract terminated due to failure to comply with contractual specifications? If so, where and why? In what other lines of business are you financially interested or engaged? Give references as to experience, ability, and financial standing BID NO: 08-04/05 DATE: 03/11/05 CITY OF MIAMI BEACH 6S CONTRACTOR'S QUESTIONNAIRE (CONTD.) What equipment do you own that is available for the proposed work and wherc locatcd? Plcase list the names and addresses of subcontractors to be used, if any. Vendor Campaign Contribution(s): a. You must provide the names of all individuals or entities (including your sub-consultants) with a controlling financial interest. The term "controlling financial interest" shall mean the ownership, directly or indirectly, of 10% or more of the outstanding capital stock in any corporation or a direct or indircct interest of 10% or more in a firm. The term "firm" shall mcan any corporation, partnership, business trust or any legal entity other than a natural person. b. Individuals or entities (including our sub-consultants) with a controlling financial interest: have have not 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. Please provide the name(s) and date(s) of said contributions and to whom said contribution was made. BID NO: 08-04/05 DATE: 03/11/05 CITY OF MIAMI BEACH 66 CONTRACTOR'S QUESTIONNAIRE (CONTD.) I HEREBY CERTIFY that the above answers are true and correct. (SEAL) (SEAL) BID NO: 08-04/05 DATE: 03/11/05 CITY OF MIAMI BEACH 67 KNOW ALL MEN BY THESE P ~ _ n7-757-oootJ FAX' 717-751-0165 ~ 3350 Whiteford Rd.,p.O. Box 3709, York, PA 17402..()136 Performance Bond Bond 1/12858 That Florida Lawn Service, Inc. as Principal, hereinafter called Principal, and Lincoln General Insurance Company, a corporation of the State of Penns vania as Surety, hereinafter called Surety, are held and fIrmly bound unto City of Miami Beach as Obligee, hereinafter cal ed Owner, for the use and benefIt of claimants as herein below defmed, in the amount of Fifty Thousand Dollars & 00/100 ($50,000.00), for the payment whereof Principal and Surety bind themselves, their heirs, executors, administrators, success rs and assigns, jointly and severally, fIrmly by these presents. WHEREAS, Principal h s by written agreement dated entered into a contract with Owner for Landscape Maintenance Services for the Spo I Areas City Wide Only 9-1-05/8-31-06. In accordance with drawings and specifIcation prepared by which contract is by reference made a part hereof, and is hereinafter referred to as the Contract. NOW, THEREFORE, T E CONDITION OF THIS OBLIGATION is such that, if the Contractor shall promptly and faithfully perform said contr ct, then this obligation shall be null and void; otherwise it shall remain in full force and effect. The Surety hereby waive notice of any alteration or extension of time made by the owner. Whenever Contractor sh 11 be, and declared by Owner to be in default under the Contractor, the Owner having perf()rmed Owner's obligations th reunder, the Surety may promptly remedy the default, or shall promptly (l) Complete the Contra t in accordance with its terms and conditions, or (2) Obtain a bid or bid for completing the Contract in accordance with its terms and conditions, and upon determination by Surety of the I est responsible bidder, or, if the Owner elects, upon determination by the Owner and Surety jointly of the lowest respo sible bidder, arrange for a contract between such bidder and Owner, and make available as work progresses (even though there should be a default or a succession of defaults under the contract or contracts of completion arranged under this p ragraph) suffIcient funds to pay the cost of completion less the balance of the contract price; but not exceeding, includin other costs and damages for which the Surety may be liable hereunder, the amount set forth in the fIrst paragraph hereof. The term "balance of the contract price," as used in this paragraph, shall mean the total amount payable by the Owner to ontractor under the Contract and any amendments thereto, less the amount properly paid by Owner to Contractor. "Any suit under this bo must be instituted before the expiration of twenty-four (24) months from the date on which the right of action accrues, ut if this provision is prohibited by any law, then it shall be deemed to be amended so as to be equal to the minimum period of limitation allowed by such law." No right of action shall ccrue on this bond to or for the use of any person or corporation other than the Owner named herein or the heirs, executo s, administrators or successors of Owner. Florida Lawn Service, Inc. Signed and sealed this 9 day of August, 2005. Andres Viamontes President Title 8/9/2005 rton Harris ~ttomey-In-Fact & Fla. Resident Agent #Al 18'83 ASI-030 ~1 I A, WI (1)1 c(: Q) ~ .:J - ~ LU Q:' Q '0 ~ zincoEn (jg}!mf ~~ ~ _ m-1!;7-OOOO . F.U j m.m.OlE.! ~/ 3350 WhitefordRd..f'.O. Box 3709, York, 1M. li402.()lS6 PAYMENT BOND Bond No: 12858 Premium: $1,847.00 KNOW ALL MEN BY THESE PRESENTS, That we, Florida Lawn Service, Inc. , (hereinafter called the "Principal"), as Principal and Lincoln General Insurance Company, a corporation duly organized under the laws of the State of Pennsylvania, (hereinafter called "Surety"), as Surety, are held and firmly bound unto City of Miami Beach as their interest may appear (hereinafter called "Obligees"), in the sum of Fifty Thousand Dollars & 00/100($50,000.00), for the payment of which sum, well and truly to be made, we, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Principal entered into a certain Contract dated , for Landscape Maintenance Services for the Spoil Areas City Wide Only 9-1-05/8-31-06 in accordance with the terms and conditions of said contract, which is hereby referred to and made a part hereof as if fully set forth herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGA nON IS SUCH, that if the Principal shall promptly make payment to all persons supplying labor and material directly to the Principal in the prosecution of the work provided for in said Contract, then this obligation to be void; otherwise shall remain in full force and effect. PROVIDED, however, that Principal and Surety shall not be liable to the Obligees or any of them unless the Obligees or any of them have performed the obligations to the Principal in accordance with the terms of said contract; and PROVIDED, further, that Principal and Surety shall not be liable to all Obligees in the aggregate in excess of the penal sum above stated. Sealed with our seals and dated this 9th day of August A.D.2005. Florida Lawn Service, Inc. By: L.J-. Y;~d- Andres Viamontes, President Lmcoln ::~emW;o Buton Harris Attorney-In-Fact & Fla. Resident Agent #All1883 8/912005 ASI-015 LINCOLN GENERAL INSURANCE COMPANY N2 12858 POWER OF ATTORNEY ALL MEN BY THESE PRESENTS; That Lincoln General Insurance Company, organized and existing by virtue of the of the Commonwealth of Pennsylvania, does hereby nominate, constitute and appoint: Burton Harris; Christine Marshall Harris; Marina Mercedes Ramil .l'and lawful Attorney(s)-in-Fact to sign, seal and execute for and on its behalf, as surety, bonds, undertakings, and other . . instruments of similar nature, and to bind it thereby as fully and to the same extent as if such instruments were signed authorized officer of the corporation, and all the acts of said Attorney, pursuant to the authority hereby given are hereby d confirmed. D that this Power of Attorney is granted and is signed, sealed and notarized with facsimile signatures and seals under ofthe following resolutions adopted by the Board of Directors of Lincoln General Insurance Company on the 4th day of ,2002. that the President, an Executive or Senior Vice President, or any Vice President of the Company, together with the or any AsSistant Secretary are hereby authorized to execute Powers of Attorney appointing the person(s) named as s)-in-Fact to date, execute sign, seal and deliver on behalf of the Company, fIdelity and surety bonds, undertakings, and . ilar contrac~s of suretyship, and any related documents. \lED FURTHtR that the signatl.ll'es of the officers making the appointment, and the signature of My.officer certifying . and current status of the appointment, may be facsimile representations of those signatures; and the signature and seal j andJhe seal. of the Company, may be facsimile representations of those signatures and seals, and such facsimile s of those signat\:jres and seals, and such facsimile representll:tions shall have the same force and effect. as . if ffixed. The facsimile representations referredtb herein may be affixed by stamping, printing, typing or photocopying. TNESS WHEREOF, Lincoln General Insurance Company has caused its corporate seal to be affixed and these presents to ned by its duly authorized officers this 15th day ofOfitRI16f1. 2004. ~\\\\\\ 1IIIIl 1!o.~'l;.~~ lNSU ~/'J~ ~ . ......~ ~ ~ .."'...!:!.III ~/~-, .-- ... ~ 1',1,:;\ ~;::::. ~.. -. ~ ":.:;!~'.II ~J~'" ~ORArE~"" (1 ~ ~ \\:\';, ~ ~:' tj<:J .."'ift~, .... \',1'" - (3. --. ~ - - ::: 1977 :0= ~ 3: P'ojent ~o.... ~41 - ~,... /~j . ~ Yi:.. i\l8Y\.~~ ..~1:i1 ' ~~~" .,:~~ is 15th day of October, 2004, before me pe~!I'"Y 'C4rnt!'10~,~~Clark, to me known, who being duly sworn, did depose : that he is the President of the Corporation d~R&stilb"~hich executed the above instrument: that he knows the seal e aforesaid instrument is such corporate seal and was affixed thereto by order and authority of the Board of DirjilCtors PlIDY; and that he executed the said instrument by like order and authority and the same was his free act and dee4. COMMC~~'l'<!~A~.:'.rr'; ~)i':' Pf:NNS'fl..\lAHtA N(>!<>,';:j; Sea; Catr,.,,, "''"' IIola'ltl >~o."'S4'l S,;,:ary PVblle Sptir'./.Qe'~'Uf)' 'r.~p . y~1t ~r;r,' My C:O'!';~,M;C!" l "r.Lleiio y,.". 1.', 20M ~ ", " i",/,f" ) f I. /1"..,7, ;- ; ~ '! /.IJ,:';;$'; .~'tl~ '~ . -11I::..'f.'-', . /11.-(.';'"" ~~ rr€" ~t",.~"""~ If;", ,..~,,- ~e:'#,~ ',', (\.......i J. Orndorff, Secretary of Lincoln General Insurance Company, a corporation of the Commonwealth of Pennsylvania do certify that the above and foregoing is a full, true and correct copy of Power of Attoflley issued bysaid C<)mpany, and of leof the original and that the said Power of Attorney is still in full force and effect and haS not been revoked, and ore that the Resolution of the Board of Directors, set forth in the said Power of Attorney is now in force. ';'d~~ o~HERER-&gh&t'e here~oo~e~ my hand an;d aftlxedthe seal of said Company, at York, Pennsylvani~, this ~\"'\" 1111",,, IIIl ~~'~~..!~~!:J 111'~~ 1f1- is'' ~ " . ~~~~. l!/~~O~Tt~~\ 0.Jf1.. .. ~%~ 1977 ;n~ _ ..J . . : 0 ::: Secretary ~ 0'" ~-~,.. ..~~ 'S, V ", '1tNSy\'~"~ ..' biS ~ ~ .... .....~ ~ ~ ~')......... )o.~.s1 "'14/. * ~~tl '1111/111'.......,,\\\\'11 ziJuo6t~ JrtsurattwLomparr ~ p~ n7-757-fXXXJ FAX , n7-751.Q165 ~ 3350 W1rJl4ord,Rd.,P.O. B(I% 3709, Yorl; fA. 17402-0136 TERRORISM RIDER NOTICE - FEDERAL TERRORISM INSURANCE COVERAGE AND DISCLOSURE OF PREMIUM Any loss applicable to a peril covered under this bond that is caused by a certified. act of terrorism pursuant to the terms of the Terrorism Risk Insurance Act of 2002 ("the Act"), will be partially reimbursed by the United States under a formula established by federal law. Under this formula, the United States pays 90% of covered terrorism losses exceeding a statutorily established deductible to the insurance company providing this bond. The portion of your annual premium attributable to certified acts of terrorism under this bond is $0.00. COVERAGE LIMITATIONS Payment for a loss will not exceed the limit of liability under this bond. This bond will not pay for any portion of certified terrorism loss beyond any applicable annual liability cap set forth in the Act. The terms of this rider do not provide coverage for any loss that would otherwise be excluded by the terms of this bond. . SU 0009 12 02 r -ACQRD,. CERTIFICATE OF LIABILlnlNSuRANCE ! DA~~=~OfYYl ! PRODUCER -;; Emerald I~nce Group II Inc - -------, THIS.CERTlFICATE-,S ISSUED ASit MATTER OF INFORMATlONd : ' ON&. Y AND CONFERS NO RIGHTS UPON THE CERTIFICA11: \' 12392-A SW 82nd Ave_ HOLDER. THIS CER11FICATE DOES NOT AMEND, EXTEND OR , Miami, FL 33156 ~~ l1iE COVl;MGE AJ:.F~Q~~BY ItiILPQlIC~~BELOIN. . (305)234-8900 INSURERS AFFORDING COVERAGE ! NAIe # ,- =~E='~ ~~I.Wnlen~~ ..~......-1-.- .U: -.J I I~~e:n __ L_ ___ COVERAGES THE POLICIES OF INSURANCE LISTED HAVE BEEN ISSUeD TO Tl1E INSURED NAMED ABOVE FOR ~E POliCY PERIOC INDICATED. NOlWllliSTANDlNG ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE ~y BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLIC1ES. AGGREGATe lrwrs SHOWN MAY HAVE BEEN REDUCED BY PAD ClAMS. IMaR ADD'L TY~~~;IN5URAN~;- '---:j:___ ~~ NUM8ER -----~~~':'~~fl~~r:~~~ _ LIMITS GENERAl. LIABILITY i EACH OCCURRENCE = DAMAGino RENTEO'-. ~ cow.IERClAI.. GENERAL lIABlUTY BGKRAI 08J05I05 08I05I06 _~REMISES ~~ence 00 ClAIMS MADE ~ OCCUR i MEO EXP ~ one pen;on) AD- - J I PERSONAL -i ArN INJURY o GENE~_AGGREGATE GellrL AGGREGA~ lMT APPUES PER: PRODUCTS - COMPIOP AGG o POLICY QPROJECT [:t~~ ..______ .1._______ AUTOMOBILE UAIlIUTY i o ANY AUTO o ALL OWNED AUTOS o 0 SCHEDULED AUTOS o HRED AUTOS o NON OWNED AUTOS o $1.000!~ $50,000 $5,000 $1,000,000 $2,000,000 ~1 ,000,000 GAAAGE UABILITY [] [J ANY AUTO o COMBINED SINGLE LIMIT _(2..!_~de.!!!L_. BOOII. Y INJURY {Per.~~ BODILY INJURY (Per accidenl) ----i PROPERTY DAMAGE f'..er accidenl) AlITO ONlY - EA ACCIDENT _!;A._~C AG~ EACH OCCURRENCE AGGREGATE OTHER THAN AUTO ONLY: EXCESS LIABILITY o OCCUR [J CLAIMS MADE o [] OEDUCTIBlE o RETENTION , WORKERaCOMPENSATIONANO ___u___,_u_____, T1J WCSTATU- [] on.. '====OECUTM . I i~=..~~.. =~- =C_~-_1=1= EL_.~_ DESCNPTION OF OPERATIONS' LOCATIONS I VEHICLES' EXCLUSIONS ADDED BY ENDORSEMENT' SPECIAL PROVISIONS ,LAWN AND GROUNDS MAINTENENCE i I I , -l --l I I CERnflCATE HOLDER CANCELlAnON C~of-M~-=~--u---u '.-'-'---'--r=~V:TE~~=::f;~::'~~~~~~:~=~HE I 10 DAYS WRITTEN NOTICE TO THE CatTFfCATE HOLDER NAMeD TO 1700 CONVENTION CENTER DRIVE .3rd FLOOR I THE LEFT. BUTFJUWRE TO DO so SffALL IMPOSE NO OBUGAnoN OR UA8lLlTY .....BEACH,F',..,. I :=fi::-~-:-o<<~.n- ACORD 25 (2io11C1.) -------- ------ - -. lI:>ACORDCORPORAnON1.. M1l1ia No~th America, 100. .. Reg10DAl Ce~t Ceoter ~6 CeJltury Jllvd. t. O. Box 305191 Naahv1l1e, TN 3723051'1 CERTIFICATE OF LIABILITY INSURANCE page 1 of 21 07/1~~005 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND. EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE ! NAICtI .-- l19l1D-OOl I ~l81"-ODl ! ~_..- 877-945-7378 A CORD.. PRODUCER INJUReD Able Body %.aPo~ P. o. 80x un clearwater, FL 33758 INSURERA: Mer1CaD B~ AUUl"ilDC:. ~~~):' _ ".. IINSURERB; 11110018 Nilt10!1.a.t l1l31&raJlce ea.p...... ~SURERC: INSURER D: INSURER E: I COVERAGES THE POUCIES OF INSURANCE LISTED BELOW HAVE BliliN ISSUED TO THe INSURED NAMED ABOVE FOR TliE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMeNT. TI!RM OR CONDITION OF ANY COt./TRACT OR OTHER DOCUMENT WITH RESPECT TO WH1CM THIS CERTIFICATE MAY liE ISSUED OR MAY PERTAIN. TliE INSURANCE AFFORDED BY Tl'tE POLICIES DeSeRr'ED HEREIN IS SUBJECT TO All. THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCl'1 POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. inIi TWEOF INSVIlANI:E PCn.II:TN;;;; I '9!W.!~~ l'gW,1 HI L.IMrn .._.- . I ~ ~lNEIlAL. LlA81UlY I i EACti OCCUflI'lINeE I $ I ! i COIRCIAlG~NERAl.lIABILnY ,i'bAMAGETORENTED S I '!1 I" " ~ClAIWSMAOELoccUR . :MEDEXPtM.an.""....,,1 Is ; I I! I ! I I I : PERSONAl. &ADVINJURY . S __".. _ : 0 I I ! GENEIW. AGClRE~n: ! s _.... ". , ~N.LAOGR~GATEL1MITAP~1!:,8peR: I ,. I i PRODUCTS-COMPIOPAGG : S ! I I POLICY n ~tl,Q; r i LOC I ! i .- ," ~TOIlOlI.~ L1AIIUTV ! I I COMBINED SINGLE LIMIT i s HI ANY AUTO I I (Eneeidem) I I Al.LOWNEDAUTOS : ~ I /IlODItYINJUR'( H SCHEDUlED AUTOS I' (Pt,pel'$Dft) S tJ ==-- ~ vi rP I ~.=F. , I I I I I PROI'ERTY DAMAGE . $ Ii . ~ ., '-1 j I (PttICC\Otl"J I ! GA~AGI LIABILITY! I: Al/TO ONlY . EA ACCIDENT I 5 .'H: ANY AUTO i I I ; OTHER TllIIN EAACC I s i : AUTO ONLY: AlOG is ;.EAeHOeeUI'IRENe~ Ts I AGGRmATE Ts Is : Is I Is 11/30/200. l:01/1/:ilOOS I ~ WI. STAT\}. IOJl:'1 11/30/2004 1:01/1/2005 I E.LEACtiACCIDENT 1s I &.t. DISEASE. EA EMPlOYEE I 5 I F,I. DISF....... f'OLICYLIIIGT 1$ I i ; EXCESS L1A8Ilft'( U OCCUR n ClAIMS Ml\DE h ~ ! H DEDUl;TIBLE I RETENTION S A I WOIlICEReCOIIl'EN8ATlDN ANll EMP\.O\'Eft"l.IAlll.lTY B I ANY PROf'RlETORlf'ARTNERlEllECUTIVE I oFl'leERlIolEMaER !lICLullEO? , ~=&Sbalow IOTMI!R , I I lAOS 834307 rL WC0834308 i I 1 000 000 1.000.000_ , nnn _ /lllll i DlKIVTION OF Ol'IiIlATlOll8tl.OCA T1OH8/IISHICUIlUCLUIlONl AIlIlCD IV ENllDRlI_lSJII!ClAl 'ROVlSIONS ODly those employees rented f~om Able Body Labor per work order or written contract to: Plor1da Lawn Serv1ce, Inc. CERTIFICATE HOLDER CANCELLATION ACORD 25 (2001/08) Coll:1351088 Tpl:322741 l!:I ACORD CORPORATION 1981 City of -1.-1 Beach 1700 CObv8ntion CBDt.~ P~iv. Miami Beach, PL 33139 ACORD. CERTIFICA TE OF LIABILITY INSURANCE OP 10 1~ DATE (MMIOOIYYYY) FLOLA-1 08/04/05 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Insurance Marketers, Inc. HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 141 A1meria Avenue ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Coral Gables FL 33134 pbone:305-442-9507 Fax:305-447-8527 INSURERS AFFORDING COVERAGE NAle # INSURED INSLRER A ...pfr. ::tn.urane. Co .of "lor.1cla INSLRER B Florida Lawn Service, Inc. INSLRER c: Andres Viamontes 5845 SW 125 Avenue INSLRER D: Miami FL 33183-6840 INSLRER E COVERAGES THE POliCIES OF INSURANCE LISTED BElOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING !'NY REQUIREMENT. TERM OR CONDITION OF M-lY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MA. Y PERTAIN. THE INSLRANCE AFFORDED BY THE POliCIES DESCRIBED HEREIN IS SlBJECT TO AlL THE TERMS. EXClUSIONS AND CONDITIONS OF SUCH POliCIES. AGGREGATE LIMITS SHOWN MA.Y HAVE BEEN REDUCED BY PAID ClAIMS. lTR INSRl TVl'E OF INSURANCE POLICY NUMBER DATE iMMIODIVV} DATE (MMIDOIVV) LIMITS GENERALLIABIlITV EACH OCCLRRENCE $ '-- ~~~'=.~V_''':'''CV COtIMERCIAl. GENERAL LIABILITY PREMISES (Eo occuronco) $ '-- tJ ClAIMS MADE o OCCUR ~ MED EXP (Any one person) $ '-- PERSONAl. & PDV INJLRY $ '-- GENERAl. AGGREGATE $ GENt AGGREGATE LIMIT ,apPLIES PER: PRODUCTS - COMP/OP I>GG $ I POliCY n ~& n LOC AUTOMOBILE liABILITY COMBINED SINGLE LIMIT - $ A X !'NY AUTO CA010498-6 01/12/05 01/12/06 (Eo accidont) - AlL OWtE.D !'JJTOS BODIL Y INJURY - $ 100000 ~ SCHEDULED AUTOS (Por porson) HIRED AUTOS ~ BOOIL Y INJURY '-- $ 300000 NON-OWNED AUTOS (Por accident) '-- '-- PROPERTY DAMAGE $ 50000 (Per acCldert) GARAGE LIABiliTY I !'JJTO 0Nl Y - EA ACCIDENT $ ==i !'NY!'JJTO OTHER THAN EAACC $ AUTO ONlY: AGG $ EXCESSlUMBRElLA LIABILITY EACH OCCURRENCE $ ~ OCCUR o ClAIMS MADE AGGREGATE $ $ R DEDUCTIBLE $ RETENTION $ $ WORKERS COMPENSATION AND I TORY LIMITS I l~ EMPLOYERS' LIABilITY ANY PROPRIETORIPARlNERlEXECUTIVE EL EAOiACCIDENT $ OFFICERlMEMBER EXCLLDED? EL DISEASE - EA EMPLOYEE $ If yes. describe U1der SPECiAl PROVISIONS below EL OISEASE - POLICY LIMIT $ OTHER DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS Tbe certificate bolder is listed as Additional Insured. 10 days written notice for non-payment CERTIFICATE HOLDER CANCELLATION CITYOF1 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCellED BEFORE THE EXPIRATION DA'!I: THEREOF, THE ISSUING INSURER WIll ENDEAVOR TO MAL 10 DAYS WRITT1:N Ci ty of Miami Beacb - NOTICE TO Tl4E CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAIlURE TO DO SO SHALL Attn:Gus Lopez I..OSE NO OBLIGATION OR LIABILITY OF A~ KINO UPON THE "SURER, ITS AGENTS OR 1700 Convention Center Drive Miami Beacb I'L 33139 REPRESENTATIVES. D-RErRESENTATlVE cJ ACORD 25 (2001/08) @ACORD CORPORATION 1988