Loading...
HomeMy Public PortalAbout7.b. Agreement - BrightView Landscape Services Inc. for Comprehensive Landscape and Parks Maintenance Services_DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1001C PROFESSIONAL SERVICES AGREEMENT BETWEEN THE VILLAGE OF KEY BISCAYNE AND BRIGHTVIEW LANDSCAPE SERVICES, INC. THIS AGREEMENT (this "Agreement") is made effective as of the ? day of , 2023 (the "Effective Date"), by and between the VILLAGE OF KEY BISCAYNE, FLORIDA, a Florida municipal corporation, (the "Village"), and BRIGHTVIEW LANDSCAPE SERVICES, INC., a Florida profit corporation (hereinafter, the "Consultant" ). WHEREAS, on February 24, 2023, the Village issued Request for Proposals No. 2023-07 (the "RFP"), which RFP is incorporated herein in its entirety by this reference, for Comprehensive Landscape and Parks Maintenance Services (the "Services"); and WHEREAS, the Services include the maintenance of the Village's rights -of -way, landscape buffers, parks, and Village properties, all as set forth in further detail in the Scope of Services attached hereto as Exhibit "A"; and WHEREAS, in response to the RFP, the Consultant submitted a proposal to perform the Services on behalf of the Village, attached hereto as Exhibit "B"; and WHEREAS, on May 9, 2023, the Village Council adopted Resolution No. 2023-24, selecting the Consultant to provide the Services; and WHEREAS, the Consultant and Village, through mutual negotiation, have agreed upon a fee for the Services, as set forth in the Rate Schedule attached hereto as Exhibit "C"; and WHEREAS, the Village desires to engage the Consultant to perform the Services and provide the deliverables as specified below. NOW, THEREFORE, in consideration of the mutual covenants and conditions contained herein, the Consultant and the Village agree as follows: 1. Scope of Services. 1.1. Consultant shall provide the Services detailed in the Scope of Services attached hereto as Exhibit "A" and incorporated herein by reference (the "Services"), in accordance with the Consultant's Proposal attached hereto as Exhibit "B." 1.2. Consultant shall furnish all reports, documents, and information obtained pursuant to this Agreement, and recommendations during the term of this Agreement (hereinafter "Deliverables") to the Village. Contract No. 2023-07 Page 1 of 13 Contract No. 2023-07 Page 2 of 13 2. Term/Commencement Date. 2.1. The term of this Agreement shall be from the Effective Date through three (3) years thereafter, unless earlier terminated in accordance with Paragraph 8. Additionally, the Village Manager may renew this Agreement for two (2) additional one (1) year periods on the same terms as set forth herein upon written notice to the Consultant. 2.2. Consultant agrees that time is of the essence and Consultant shall complete the Services within the term of this Agreement, unless extended by the Village Manager. 3. Compensation and Payment. 3.1. Consultant shall be compensated in an amount not to exceed $1,133,412 annually in accordance with the Rate Schedule attached hereto as Exhibit “C.” 3.2. Consultant shall deliver an invoice to Village no more often than once per month detailing Services completed and the amount due to Consultant under this Agreement. Fees shall be paid in arrears each month, pursuant to Consultant’s invoice, which shall be based upon the percentage of work completed for each task invoiced. The Village shall pay the Consultant in accordance with the Florida Prompt Payment Act after approval and acceptance of the Services by the Village Manager. 3.3. Consultant’s invoices must contain the following information for prompt payment: 3.3.1. Name and address of the Consultant; 3.3.2. Purchase Order number; 3.3.3. Contract number; 3.3.4. Date of invoice; 3.3.5. Invoice number (Invoice numbers cannot be repeated. Repeated invoice numbers will be rejected); 3.3.6. Name and type of Services; 3.3.7. Timeframe covered by the invoice; and 3.3.8. Total value of invoice. Failure to include the above information will result in the delay of payment or rejection of the invoice. All invoices must be submitted electronically to payables@keybiscayne.fl.gov. 3.4. Liquidated Damages. If, in the opinion of the Village Manager there has been a breach of Agreement, the Village Manager shall notify the Consultant, in writing, specifying the basis and reason in which there has been a breach of Agreement. In the event of a breach by Consultant, Consultant shall be liable for liquidated damages as provided in this Section. Unless otherwise provided in this Section, there shall be no cure period of time DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C Contract No. 2023-07 Page 3 of 13 to avoid the consequences of a breach. Liquidated damages are hereby fixed and agreed upon between the parties who hereby acknowledge the difficulty of determining the amount of damages that will be sustained by Village as a consequence of the Consultant’s delay and failure to perform the Services in a timely manner. 3.4.1. Turf Mowing Work Cycle 3.4.1.1. 7 Day Cycle: Failure to comply with the provisions for the completion of the Work Cycle for turf mowing in a Landscape Maintenance Area within the thirty (30) seven (7) calendar day period shall result in the liquidated damages as follows: Fifteen Hundred Dollars ($1500) for each day of delay. 3.4.1.2. 10 Day Cycle: Failure to comply with the provisions for the completion of the Work Cycle for turf mowing in a Landscape Maintenance Area within the ten (10) calendar day period shall result in the liquidated damages as follows: Fifteen Hundred Dollars ($1500) for each day of delay. 3.4.1.3. 14 Day Cycle: Failure to comply with the provisions for the completion of the Work Cycle for turf mowing in a Landscape Maintenance Area within the fourteen (14) calendar day period shall result in the liquidated damages as follows: Fifteen Hundred Dollars ($1500) for each day of delay. 3.4.2. Turf Disease and Pest Management 3.4.2.1. Failure to comply with the provisions for the completion of the Work Cycle for turf management in a Landscape Maintenance Area within the thirty (30) calendar day period shall result in the liquidated damages as follows: Six Hundred Dollars ($600) for each day of delay. 3.4.3. Shrubs and Ground Cover Material Work Cycle 3.4.3.1. Failure to comply with the provisions for the completion of the Work Cycle for shrubs and ground cover material in a Landscape Maintenance Area within the thirty (30) calendar day period shall result in the liquidated damages as follows: Eight Hundred Dollars ($800) for each day of delay. 3.4.4. Hedge Plant Material Work Cycle 3.4.4.1. 14 Day Cycle: Failure to comply with the provisions for the completion of the Work Cycle for hedge plant material in a Landscape Maintenance Area within the fourteen (14) calendar day period shall result in the liquidated damages as follows: Eight Hundred Dollars ($800) for each day of delay. 3.4.4.2. 30 Day Cycle: Failure to comply with the provisions for the completion of the Work Cycle for hedge plant material in a Landscape Maintenance Area DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C Contract No. 2023-07 Page 4 of 13 within the thirty (30) calendar day period shall result in the liquidated damages as follows: Eight Hundred Dollars ($800) for each day of delay. 3.4.5. Irrigation Management 3.4.5.1. Failure to comply with the provisions for the completion of the Work Cycle for irrigation clock (wet) checks in a Landscape Maintenance Area within the thirty (30) calendar day period shall result in the liquidated damages as follows: Six Hundred Dollars ($600) for each day of delay. 3.4.6. Responding to Emergency Requests 3.4.6.1. Consultant shall provide 24/7 emergency contact telephone number and respond to emergency request after notification by the Village, twenty-four (24) hours a day, seven (7) days a week, including all public holidays. Emergency repair will require the following response: 3.4.6.1.1. Consultant acknowledgement of the emergency request within thirty (30) minutes of the phone call made by Village or designee. Acknowledgement must be by live telephone conversation with a Consultant employee, not a recording or answering service. 3.4.6.1.2. For Irrigation Emergencies: A technician shall commence work at the affected location within two (2) hours of request for service. Consultant shall immediately address the problem and immediately inform the Village of the extent of the problem. 3.4.6.1.3. For Landscape Emergencies: Consultant shall commence work at the affected location within four (4) hours of request for service. Consultant shall immediately address the problem and immediately inform the Village of the extent of the problem. 3.4.6.1.4. Consultant shall provide a list of individuals and their contact information to be contacted for emergency repairs to the Village and update it immediately whenever any change occurs. 3.4.6.2. Should the Consultant fail to meet the thirty (30) minutes acknowledgement time or two (2) hour time requirement to commence irrigation emergency repairs, each failure shall result in liquidated damages due to the Village in the amount of One Thousand Dollars ($1,000.00). 3.4.6.3. Should the Consultant fail to meet the four (4) hour response time to be on- site for Landscape Emergencies, unless otherwise agreed upon with the Village, each failure shall result in liquidated damages due to the Village in the amount of One Thousand Dollars ($1,000.00). DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C Contract No. 2023-07 Page 5 of 13 3.4.6.4. Consistent failure by the vendor to respond to Emergency Service Repairs Requests and Non-Emergency Service requests within the required response times may, place the Consultant in breach of the Agreement. Consistent failure to respond is defined as not responding within the required response time on two out of four consecutive occurrences. 4. Subconsultants. 4.1. The Consultant shall be responsible for all payments to any subconsultants and shall maintain responsibility for all work related to the Services. 4.2. Consultant may only utilize the services of a particular subconsultant with the prior written approval of the Village Manager, which approval may be granted or withheld in the Village Manager’s sole and absolute discretion. 5. Village’s Responsibilities. 5.1. Village shall make available any maps, plans, existing studies, reports, staff and representatives, and other data pertinent to the Services and in possession of the Village, and provide criteria requested by Consultant to assist Consultant in performing the Services. 5.2. Upon Consultant’s request, Village shall reasonably cooperate in arranging access to public information that may be required for Consultant to perform the Services. 6. Consultant’s Responsibilities; Representations and Warranties. 6.1. The Consultant shall exercise the same degree of care, skill and diligence in the performance of the Services as is ordinarily provided by a consultant under similar circumstances. If at any time during the term of this Agreement or within two (2) years from the completion of this Agreement, it is determined that the Consultant’s Deliverables or Services are incorrect, not properly rendered, defective, or fail to conform to Village requests, the Consultant shall at Consultant’s sole expense, immediately correct its Deliverables or Services. 6.2. The Consultant hereby warrants and represents that at all times during the term of this Agreement it shall maintain in good standing all required licenses, certifications and permits required under Federal, State and local laws applicable to and necessary to perform the Services for Village as an independent contractor of the Village. Consultant further warrants and represents that it has the required knowledge, expertise, and experience to perform the Services and carry out its obligations under this Agreement in a professional and first class manner. 6.3. The Consultant represents that is an entity validly existing and in good standing under the laws of Florida. The execution, delivery and performance of this Agreement by Consultant have been duly authorized, and this Agreement is binding on Consultant and enforceable against Consultant in accordance with its terms. No consent of any other person or entity to such execution, delivery and performance is required. DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C Contract No. 2023-07 Page 6 of 13 7.Conflict of Interest. 7.1. To avoid any conflict of interest or any appearance thereof, Consultant shall not, for the term of this Agreement, provide any consulting services to any private sector entities (developers, corporations, real estate investors, etc.), with any current, or foreseeable, adversarial issues in the Village. 8.Termination. 8.1. The Village Manager, without cause, may terminate this Agreement upon five (5) calendar days’ written notice to the Consultant, or immediately with cause. 8.2. Upon receipt of the Village's written notice of termination, Consultant shall immediately stop work on the project unless directed otherwise by the Village Manager. 8.3. In the event of termination by the Village, the Consultant shall be paid for all work accepted by the Village Manager up to the date of termination, provided that the Consultant has first complied with the provisions of Paragraph 8.4. 8.4. The Consultant shall transfer all books, records, reports, working drafts, documents, maps, and data pertaining to the Services and the project to the Village, in a hard copy and electronic format within fourteen (14) days from the date of the written notice of termination or the date of expiration of this Agreement. 9. Insurance. 9.1. Consultant shall secure and maintain throughout the duration of this agreement insurance of such types and in such amounts not less than those specified below as satisfactory to Village, naming the Village as an Additional Insured, underwritten by a firm rated A-X or better by A.M. Best and qualified to do business in the State of Florida. The insurance coverage shall be primary insurance with respect to the Village, its officials, employees, agents, and volunteers naming the Village as additional insured. Any insurance maintained by the Village shall be in excess of the Consultant’s insurance and shall not contribute to the Consultant’s insurance. The insurance coverages shall include at a minimum the amounts set forth in this section and may be increased by the Village as it deems necessary or prudent. 9.1.1. Commercial General Liability coverage with limits of liability of not less than a $1,000,000 per Occurrence combined single limit for Bodily Injury and Property Damage. This Liability Insurance shall also include Completed Operations and Product Liability coverages and eliminate the exclusion with respect to property under the care, custody and control of Consultant. The General Aggregate Liability limit and the Products/Completed Operations Liability Aggregate limit shall be in the amount of $2,000,000 each. 9.1.2. Workers Compensation and Employer’s Liability insurance, to apply for all employees for statutory limits as required by applicable State and Federal laws. The policy(ies) must include Employer’s Liability with minimum limits of $1,000,000.00 8.5. Consultant, without cause and without penalty, may terminate this Agreement upon one hundred and eighty (180) calendar days' written notice to the Village. DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C Contract No. 2023-07 Page 7 of 13 each accident. No employee, subcontractor or agent of the Consultant shall be allowed to provide Services pursuant to this Agreement who is not covered by Worker’s Compensation insurance. 9.1.3. Business Automobile Liability with minimum limits of $1,000,000 per occurrence, combined single limit for Bodily Injury and Property Damage. Coverage must be afforded on a form no more restrictive than the latest edition of the Business Automobile Liability policy, without restrictive endorsements, as filed by the Insurance Service Office, and must include Owned, Hired, and Non-Owned Vehicles. 9.1.4. Professional Liability Insurance in an amount of not less than One Million Dollars ($1,000,000.00) per occurrence, single limit. 9.2. Certificate of Insurance. Certificates of Insurance shall be provided to the Village, reflecting the Village as an Additional Insured (except with respect to Professional Liability Insurance and Worker’s Compensation Insurance), no later than ten (10) days after award of this Agreement and prior to the execution of this Agreement by Village and prior to commencing Services. Each certificate shall include no less than (30) thirty-day advance written notice to Village prior to cancellation, termination, or material alteration of said policies or insurance. The Consultant shall be responsible for assuring that the insurance certificates required by this Section remain in full force and effect for the duration of this Agreement, including any extensions or renewals that may be granted by the Village. The Certificates of Insurance shall not only name the types of policy(ies) provided, but also shall refer specifically to this Agreement and shall state that such insurance is as required by this Agreement. The Village reserves the right to inspect and return a certified copy of such policies, upon written request by the Village. If a policy is due to expire prior to the completion of the Services, renewal Certificates of Insurance shall be furnished thirty (30) calendar days prior to the date of their policy expiration. Each policy certificate shall be endorsed with a provision that not less than thirty (30) calendar days’ written notice shall be provided to the Village before any policy or coverage is cancelled or restricted. Acceptance of the Certificate(s) is subject to approval of the Village. 9.3. Additional Insured. Except with respect to Professional Liability Insurance and Worker’s Compensation Insurance, the Village is to be specifically included as an Additional Insured for the liability of the Village resulting from Services performed by or on behalf of the Consultant in performance of this Agreement. The Consultant’s insurance, including that applicable to the Village as an Additional Insured, shall apply on a primary basis and any other insurance maintained by the Village shall be in excess of and shall not contribute to the Consultant’s insurance. The Consultant’s insurance shall contain a severability of interest provision providing that, except with respect to the total limits of liability, the insurance shall apply to each Insured or Additional Insured (for applicable policies) in the same manner as if separate policies had been issued to each. 9.4. Deductibles. All deductibles or self-insured retentions must be declared to and be reasonably approved by the Village. The Consultant shall be responsible for the payment of any deductible or self-insured retentions in the event of any claim. DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C Contract No. 2023-07 Page 8 of 13 9.5. The provisions of this section shall survive termination of this Agreement. 10. Nondiscrimination. During the term of this Agreement, Consultant shall not discriminate against any of its employees or applicants for employment because of their race, color, religion, sex, or national origin, and will abide by all Federal and State laws regarding nondiscrimination. 11. Attorneys Fees and Waiver of Jury Trial. 11.1. In the event of any litigation arising out of this Agreement, the prevailing party shall be entitled to recover its attorneys’ fees and costs, including the fees and expenses of any paralegals, law clerks and legal assistants, and including fees and expenses charged for representation at both the trial and appellate levels. 11.2. IN THE EVENT OF ANY LITIGATION ARISING OUT OF THIS AGREEMENT, EACH PARTY HEREBY KNOWINGLY, IRREVOCABLY, VOLUNTARILY AND INTENTIONALLY WAIVES ITS RIGHT TO TRIAL BY JURY. 12. Indemnification. 12.1. Consultant shall indemnify and hold harmless the Village, its officers, agents and employees, from and against any and all demands, claims, losses, suits, liabilities, causes of action, judgment or damages, arising from Consultant’s performance or non- performance of any provision of this Agreement, including, but not limited to, liabilities arising from contracts between the Consultant and third parties made pursuant to this Agreement. Consultant shall reimburse the Village for all its expenses including reasonable attorneys’ fees and costs incurred in and about the defense of any such claim or investigation and for any judgment or damages arising from Consultant’s performance or non-performance of this Agreement. 12.2. Nothing herein is intended to serve as a waiver of sovereign immunity by the Village nor shall anything included herein be construed as consent to be sued by third parties in any matter arising out of this Agreement or any other contract. The Village is subject to section 768.28, Florida Statutes, as may be amended from time to time. 12.3. The provisions of this section shall survive termination of this Agreement. 13. Notices/Authorized Representatives. Any notices required by this Agreement shall be in writing and shall be deemed to have been properly given if transmitted by hand-delivery, by registered or certified mail with postage prepaid return receipt requested, or by a private postal service, addressed to the parties (or their successors) at the addresses listed on the signature page of this Agreement or such other address as the party may have designated by proper notice. 14. Governing Law and Venue. This Agreement shall be construed in accordance with and governed by the laws of the State of Florida. Venue for any proceedings arising out of this Agreement shall be proper exclusively in Miami-Dade County, Florida. DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C Contract No. 2023-07 Page 9 of 13 15. Entire Agreement/Modification/Amendment. 15.1. This writing contains the entire Agreement of the parties and supersedes any prior oral or written representations. No representations were made or relied upon by either party, other than those that are expressly set forth herein. 15.2. No agent, employee, or other representative of either party is empowered to modify or amend the terms of this Agreement, unless executed with the same formality as this document. 16. Ownership and Access to Records and Audits. 16.1. Consultant acknowledges that all inventions, innovations, improvements, developments, methods, designs, analyses, drawings, reports, compiled information, and all similar or related information (whether patentable or not) which relate to Services to the Village which are conceived, developed or made by Consultant during the term of this Agreement (“Work Product”) belong to the Village. Consultant shall promptly disclose such Work Product to the Village and perform all actions reasonably requested by the Village (whether during or after the term of this Agreement) to establish and confirm such ownership (including, without limitation, assignments, powers of attorney and other instruments). 16.2. Consultant agrees to keep and maintain public records in Consultant’s possession or control in connection with Consultant’s performance under this Agreement. The Village Manager or her designee shall, during the term of this Agreement and for a period of three (3) years from the date of termination of this Agreement, have access to and the right to examine and audit any records of the Consultant involving transactions related to this Agreement. Consultant additionally agrees to comply specifically with the provisions of Section 119.0701, Florida Statutes. Consultant shall ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed, except as authorized by law, for the duration of the Agreement, and following completion of the Agreement until the records are transferred to the Village. 16.3. Upon request from the Village’s custodian of public records, Consultant shall provide the Village with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided by Chapter 119, Florida Statutes, or as otherwise provided by law. 16.4. Unless otherwise provided by law, any and all records, including but not limited to reports, surveys, and other data and documents provided or created in connection with this Agreement are and shall remain the property of the Village. 16.5. Upon completion of this Agreement or in the event of termination by either party, any and all public records relating to the Agreement in the possession of the Consultant shall be delivered by the Consultant to the Village Manager, at no cost to the Village, within seven (7) days. All such records stored electronically by Consultant shall be delivered to the Village in a format that is compatible with the Village’s information technology systems. Once the public records have been delivered upon completion or DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C Contract No. 2023-07 Page 10 of 13 termination of this Agreement, the Consultant shall destroy any and all duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. 16.6. Any compensation due to Consultant shall be withheld until all records are received as provided herein. 16.7. Consultant’s failure or refusal to comply with the provisions of this section shall result in the immediate termination of this Agreement by the Village. 16.8. Notice Pursuant to Section 119.0701(2)(a), Florida Statutes. IF THE CONSULTANT HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONSULTANT’S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS AGREEMENT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS. Custodian of Records: Jocelyn B. Koch Mailing address: 88 West McIntyre Street Key Biscayne, FL 33149 Telephone number: 305-365-5506 Email: jkoch@keybiscayne.fl.gov 17. Nonassignability. This Agreement shall not be assignable by Consultant unless such assignment is first approved by the Village Manager. The Village is relying upon the apparent qualifications and expertise of the Consultant, and such firm’s familiarity with the Village’s area, circumstances and desires. 18. Severability. If any term or provision of this Agreement shall to any extent be held invalid or unenforceable, the remainder of this Agreement shall not be affected thereby, and each remaining term and provision of this Agreement shall be valid and be enforceable to the fullest extent permitted by law. 19. Independent Contractor. The Consultant and its employees, volunteers and agents shall be and remain an independent contractor and not an agent or employee of the Village with respect to all of the acts and services performed by and under the terms of this Agreement. This Agreement shall not in any way be construed to create a partnership, association or any other kind of joint undertaking, enterprise or venture between the parties. 20. Compliance with Laws. The Consultant shall comply with all applicable laws, ordinances, rules, regulations, and lawful orders of public authorities in carrying out Services under this Agreement, and in particular shall obtain all required permits from all jurisdictional agencies to perform the Services under this Agreement at its own expense. 20.1. Shannon Melindi Act. DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C Contract No. 2023-07 Page 11 of 13 To the extent applicable, the Consultant shall comply with Article II, “The Shannon Melindi Act,” of Chapter 26 of the Miami-Dade County Code of Ordinances throughout the term of this Agreement if applicable. If the Shannon Melindi Act is applicable, the Consultant shall ensure that all employees and subconsultants providing the Services at the Village’s parks: 20.1.1. Have had nationwide level 2 criminal background checks conducted by a Professional Background Screener. 20.1.2. Have been screened through the Florida Department of Law Enforcement Sexual Predator/Offender Database, and a check of the National Sex Offender Public Registry. 20.1.3. Have been verified as being United States Citizens or having legal immigrant status employment. 20.1.4. Complete an affidavit affirming that no Services or volunteer duties will be performed on Park property owned or operated by the Village in violation of this Ordinance and that an arrest will be reported to the Consultant within forty-eight (48) hours of such arrest. 20.1.5. Wear picture identification at all times while on Village property and when in direct contact with patrons and the general public. 20.1.6. Retain all records demonstrating compliance with the background screening required herein for not less than three (3) years beyond the end of the contract term. The Consultant shall provide the County with access to these records annually, or at the request of the County. 21. Waiver. The failure of either party to this Agreement to object to or to take affirmative action with respect to any conduct of the other which is in violation of the terms of this Agreement shall not be construed as a waiver of the violation or breach, or of any future violation, breach or wrongful conduct. 22. Survival of Provisions. Any terms or conditions of either this Agreement that require acts beyond the date of the term of the Agreement, shall survive termination of the Agreement, shall remain in full force and effect unless and until the terms or conditions are completed and shall be fully enforceable by either party. 23. Prohibition of Contingency Fees. The Consultant warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for the Consultant, to solicit or secure this Agreement, and that it has not paid or agreed to pay any person(s), company, corporation, individual or firm, other than a bona fide employee working solely for the Consultant, any fee, commission, percentage, gift, or any other consideration, contingent upon or resulting from the award or making of this Agreement. 24. Public Entity Crimes Affidavit. Consultant shall comply with Section 287.133, Florida Statutes (Public Entity Crimes Statute), notification of which is hereby incorporated herein by reference, including execution of any required affidavit. 25. Counterparts. This Agreement may be executed in several counterparts, each of which shall be deemed an original and such counterparts shall constitute one and the same instrument. DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C Contract No. 2023-07 Page 12 of 13 26. Conflicts; Order of Priority. This document without exhibits is referred to as the “Base Agreement.” In the event of a conflict between the terms of this Base Agreement and any exhibits or attachments hereto, or any documents incorporated herein by reference, the conflict shall be resolved in the following order of priorities and the more stringent criteria for performance of the Services shall apply: 26.1. First Priority: this Base Agreement; 26.2. Second Priority: RFP # 2023-07; 26.3. Third Priority: Exhibit A – Scope of Services; 26.4. Fifth Priority: Exhibit C—Rate Schedule; and 26.5. Sixth Priority: Exhibit B – Consultant’s Proposal. 27. E-Verify Affidavit. In accordance with Section 448.095, Florida Statutes, the Village requires all contractors doing business with the Village to register with and use the E-Verify system to verify the work authorization status of all newly hired employees. The Village will not enter into a contract unless each party to the contract registers with and uses the E-Verify system. The contracting entity must provide of its proof of enrollment in E-Verify. For instructions on how to provide proof of the contracting entity’s participation/enrollment in E-Verify, please visit: https://www.e-verify.gov/faq/how-do-i-provide-proof-of-my-participationenrollment- in-e-verify. By entering into this Agreement, the Consultant acknowledges that it has read Section 448.095, Florida Statutes; will comply with the E-Verify requirements imposed by Section 448.095, Florida Statutes, including but not limited to obtaining E-Verify affidavits from subcontractors; and has executed the required affidavit attached hereto and incorporated herein. [Remainder of page intentionally left blank. Signature pages follow.] DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C DocuSign Envelope ID F2B916F7-EFAC-4842-9172-1A7FC5B1Do1C IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed the day and year as first stated above. VILLAGE OF KEY BISCAYNE BRIGHTVIEW LANDSCAPE SERVICES, INC. DocuSigned 6y: By: GitvUuer;,CM970C �taw,StU„42D L Steven C. Williamson Village Manager Attest: By: D Jocelyn B. Koch Village Clerk Approved as to form and legal sufficiency: DocuSigned by: By: �Oa gVt l meta, r04r1.,EDEEt01cr... Weiss Serota Helfman Cole & Bierman, F.L. Village Attorney Addresses for Notice: Village of Key Biscayne Attn: Village Manager 88 West McIntyre Street Key Biscayne, FL 33149 305-365-5514 (telephone) (telephone) 305-365-8936 (facsimile) (facsimile) swilliamson@keybiscayne.fl.gov (email) (email) 1 By: Name: Charles Gonzalez Addresses for Notice: With a copy to: With a copy to: Weiss Serota Helfrnan Cole & Bierman, P.L. Attn: Chad Friedman, Esq. Village of Key Biscayne Attorney 2800 Ponce de Leon Boulevard, Suite 1200 Coral Gables, FL 33134 (telephone) cfriedman@wsh-law.com (email) (facsimile) (email) DS + Contract No. 2023-07 Page 13 of 13 E-VERIFY AFFIDAVIT In accordance with Section 448.095, Florida Statutes, the Village requires all contractors doing business with the Village to register with and use the E-Verify system to verify the work authorization status of all newly hired employees. The Village will not enter into a contract unless each party to the contract registers with and uses the E-Verify system. The contracting entity must provide of its proof of enrollment in E-Verify. For instructions on how to provide proof of the contracting entity’s participation/enrollment in E-Verify, please visit: https://www.e-verify.gov/faq/how-do-i-provide-proof-of-my-participationenrollment-in-e-verify By signing below, the contracting entity acknowledges that it has read Section 448.095, Florida Statutes and will comply with the E-Verify requirements imposed by it, including but not limited to obtaining E-Verify affidavits from subcontractors. ☐Check here to confirm proof of enrollment in E-Verify has been attached to this Affidavit. In the presence of: Signed, sealed and delivered by: Witness #1 Print Name: Print Name: Title: Witness #2 Print Name: Entity Name: ACKNOWLEDGMENT State of Florida County of The foregoing instrument was acknowledged before me by means of ☐ physical presence or ☐ online notarization, this day of , 20 , by (name of person) as (type of authority) for (name of party on behalf of whom instrument is executed). Notary Public (Print, Stamp, or Type as Commissioned) Personally known to me; or Produced identification (Type of Identification: ) Did take an oath; or Did not take an oath Charles Gonzalez Sr VP BrightView Landscape Services, Inc. Craig Offutt Jeremy Cruz Miami-Dade 19 July 23 Charles Gonzalez Sr VP BrightView Landscape Services, Inc. DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C EXHIBIT “A” SCOPE OF SERVICES ARTICLE I. GENERAL SCOPE 1. INTENT 1.1 The Village requires Comprehensive Landscape and Parks Maintenance Services under a continuing services contract. The Contractor shall provide all labor, supervision, equipment, supplies, tools, materials, and all other necessary incidentals required to perform complete maintenance and operations of the Village’s rights-of-way, landscape buffers, parks, and Village properties, including but not limited to the; maintenance of parks landscaping and irrigation ; litter, trash and recyclables collection; receptacle maintenance throughout the Village; turf mowing, edging, cleanup, shrubs, hedges, small trees and palms under 10 feet in height, fertilization, disease and pest management, application of herbicides, turf renovations, irrigation, and debris cleanup. 1.2 The following activities are not included in the scope of work: pruning or removal of trees and palms 10 feet or more in height, building maintenance, parking lot and asphalt repairs, light pole repairs and maintenance, sidewalk repairs and maintenance. 2. LANDSCAPE MAINTENANCE AREAS A list of the containing Village rights-of-way, parks, landscape buffers, and Village facilities in each Landscape Maintenance Areas listed in Table 2.2(A) and Table 2.2 (B) and shown in Figure 2.2.A – Landscape Maintenance Area East, and Figure 2.2.B – Landscape Maintenance Area West provided in Exhibit G. TABLE 2.2(A) – Landscape Maintenance Area East Area Street From To Approximate Limits/Area Parameters (+ or -) 1 Crandon Blvd Calusa Pk circle south Harbor Dr 95' each side Harbor Dr Bill Baggs entrance 75' each side from center medians, including areas around sidewalk plazas 2 Ocean Lane Dr Crandon Blvd Cul De Sac/Island House entrance 55' each side from center medians, including beach access path 3 Sonesta Dr/Ocean Dr Crandon Blvd Ocean Dr/Oceana entrance 40' each side from center line 4 E. Heather Dr Crandon Blvd End of street/Oceana service entrance 40' each side from center line, including areas around pump station and bus shelter 5 Ocean Dr E. Enid Dr Galen Dr/Galen Brakers 75' each side from center median, including areas around Sunrise sidewalks and FPL vault DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C 6 East Enid Dr Crandon Blvd Ocean Dr Northern limits of southern street parking to northern limits of northern sidewalk 7 Seaview Dr Crandon Blvd Cul de sac/Casa Del Mar entrance 55' each side from centerline, including beach access path 8 Grapetree Dr Crandon Blvd Cul de sac/Casa Del Mar entrance 55' each side from centerline 9 Lake & Linear Parks Including area between northern limits of E Enid southern street parking spaces and northern limits of southern sidewalk 10 Beach Park Including beach access path and area from beach access path entrance to Beach Park entrance between eastern edge of Ocean Dr to Beach Club TABLE 2.2(B) – Landscape Maintenance Area West 11 Harbor Dr Crandon Blvd 200 Harbor Dr 75' each side from center line, including 80' diameter radius around each of two (2) traffic circles and all sidewalks 11a W Mashta Dr End of Harbor Dr (roundabout) 55' each side from center medians 12 Fernwood Rd Harbor Dr Westwood Dr 75' each side from center line, including all parking spaces/sidewalks and 80' diameter radius around Westwood intersection traffic circle (including 13 W Heather Dr Fernwood Dr Glenridge Rd Including all parking spaces, pet stations and sidewalks heading west (right-side) to west edge of intersection 14 Westwood Dr Crandon Blvd Fernwood Dr 55' each side from centerline, including area between sidewalk and face of AT &T Building 15 Fernwood Dr Harbor Dr (traffic circle) 55' each side from center line, including 80' diameter radius around each of two (2) traffic circles and all sidewalks 16 W Mashta Dr Crandon Blvd Fernwood Dr (traffic circle) 65' each side from center line, including 80' diameter radius around traffic circle, back flow hedge/grass and all sidewalks 16a Mashta Fountain N Mashta Dr 40' each side from center line, including 80' diameter radius around fountain and all sidewalks 17 Mariner Dr Island Dr End of small bridge 40' each side from center line, including area around entire intersection paver DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C 18 Knollwood Dr Crandon Blvd End of Knollwood Dr (traffic circle) 40' each side from center line, including small bridge and 80' diameter radius around traffic circle 19 Cape Florida Dr Island Dr East end of Cape Florida Dr (traffic 40' each side from center line, including area around Island Dr intersection and 80' diameter radius around traffic circle 20 Traffic Circles West of Crandon Blvd Sufficient diameter radius around each traffic circle, as such that all back flows and surrounding sidewalks are covered 20a - 20l 21 Pump Stations Allendale Rd Areas around each pump station 21a W Enid Dr 22 Calusa Park 23 Village Green & Dog Parks Area between park boundaries and outside edge of village green track 24 Hampton Park 25 Harbor Park 26 St. Agnes Field 27 Village Green Field Area within, and including, Village Green track 28 K-8 Field 29 Government Center Areas Including Community Center, Village Hall, Fire Rescue, and Paradise Park 30 K-8 School Including 15' buffer extending into surrounding roads and all sidewalks (including sidewalk on southern side of W Enid Dr) 31 - 34 Areas Not Included in Scope 3. IRRIGATION SYSTEM The Village’s irrigation system is comprised of network of the following: 3.1 A transmission network of underground pipes and valves located within the public rights-of-way and ranging in size from 2” to 6”. 3.2 Localized irrigation systems connected to domestic potable water supply. DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C 3.3 Landscape Irrigation systems which include but not limited to: time clocks, irrigation zones, lateral (zone) lines, risers, sprinkler heads, electrical wires, valves, valve boxes and controllers. 4. SUPPLEMENTAL SERVICES 4.1 Beyond the regular routine landscape and irrigation maintenance of the LMAs, the Contractor shall, upon the request and approval by the Village, provide on an as- needed basis “Supplemental Services,” for the purposes of plants, shrubs, trees palms installation, and fertilization. 4.2 These Supplemental Services shall be based on the unit prices and markup/discount of wholesale prices provided in Exhibit B of the Agreement, Fee Schedule. 4.3 No guarantee is made as to the quantity or frequency of the Supplemental Services and the Village reserves the right to have this provided by others. ARTICLE II. STANDARDS OF WORK. 1. INTENT 1.1. Schedule of Work: On the first business day of each week, the Village shall furnish to the Contractor a list of both priority and routine maintenance Work Orders to be considered for completion during the following week. The Contractor shall then provide to the Village within three days a preliminary schedule of the work for the following week for review by the Village. Upon approval by the Village, the schedule of work shall become final. In addition, the Village reserves the right to direct the Contractor to rearrange the schedule to meet the needs of the Village. 1.2. Work Cycle: The Contractor shall perform the Work Cycle as specified herein and within the defined duration of time. A Work Cycle consists of the completion of all the specified work at ALL the locations defined in a Landscape Maintenance Area. The types of Work Cycles and durations for the LMAs are listed below in Table 3.1(B). Each LMA has the same types of Work Cycles but different areas of coverage/ locations. TABLE 3.1(B) – Work Cycle Name of Cycle Duration Turf Mowing 7/10/14 Calendar days (See Sec 3.3) Turf Disease and Pest Management 30 Calendar days Shrubs and Ground Cover Material 30 Calendar days DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C Hedge Plant Material 14/30 Calendar days Litter and Debris Daily Irrigation Management 30 Calendar days with minimum 1 day per week on-site The Contractor shall complete the Work Cycle in scope and duration as prescribed in the Agreement. Any deviation from the requirements of this provision must be approved by the Village Manager, or the Village’s designated representative. 1.3. Chemicals or Fertilizers: The Contractor shall be prohibited from the use of chemicals or fertilizers on any site without prior written approval from the Village. In order to obtain written approval for chemical or fertilizer use, the Contractor shall furnish to the Village, in writing, the name of the chemical or fertilizer, the manufacturer’s label and the Manufacturer’s Safety Data Sheet (MSDS). Commercial fertilizer applicators must be certified by the Department of Agriculture and Consumer Affairs pursuant to F.S. 482.1562. All commercial fertilizer applicators shall successfully complete the Florida Department of Environmental Protection’s required training program. All commercial fertilizer applicators shall apply fertilizers in accordance with the Florida Department of Environmental Protection through the University of Florida/Institute of Food and Agricultural Sciences Extension’s “Florida- Friendly Best Management Practices for Protection of Water Resources by the Green Industries.” 1.4. Maintenance of Traffic: Contractor shall be responsible for proper maintenance of traffic (M.O.T.) in accordance with the standards outlined in the Manual on Uniform Traffic Control Devices (M.U.T.C.D.) at all times. Pedestrian traffic may be prohibited when appropriate. Sufficient and proper safety devices, to include and not be limited to signage, flags, barricades and cones must be used to stage vehicles and equipment and to protect work sites on or near roadways and parking lots. No lane closures will be permitted on Crandon Boulevard. 1.5. Utilities: Contractor shall be solely responsible for obtaining the locations of underground utilities when performing work below grade, and for identifying overhead utilities when performing work above grade. The Contractor shall be responsible to repair any damage to overhead and underground utilities caused by their construction activities. 2. LITTER AND DEBRIS CONTROL WORK CYCLE Contractor shall at all times, and especially prior to mowing, retrieve and dispose of all litter and debris throughout the area, including but not limited to palm fronds, tree limbs, branches, leaves, and berries. This shall include daily monitoring, eight (8) hours per day, seven days a week of the properties, but not limited to, grounds, sidewalks, curbs, and gutters, garbage/trash cans, dog waste stations, and disposing of all litter and debris. If the Contractor becomes aware of the existence of hazardous wastes located on the properties, the Contractor shall immediately notify DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C the Village. Litter and debris control work cycle areas are shown in Figure 3.2 provided in Exhibit H. Contractor may dispose of litter only (does not include palm fronds, tree limbs, branches, or other landscaping debris) in Village dumpsters or Village facilities. Contractor shall be responsible for the disposal costs of all other landscape related debris collected. Contractor shall only dispose of litter collected though work performed in this Agreement in any Village dumpsters or Village facilities and shall not dispose of any litter or debris collected through any work performed outside of this Agreement in any Village dumpsters or at any Village facilities. If the Contractor chooses to dispose of litter at an alternative off-site location, Contractor is responsible for the cost of such disposal. 3. GROUNDS, LANDSCAPE, AND TURF MAINTENANCE 3.1 Turf Mowing Work Cycle: The Contractor shall provide a mowing schedule for each week of service to the Village on the first business day of the week prior to service and shall be subject to Village approval. Mowing wet grass shall be avoided whenever possible. Mower blades must be kept sharp so that the cut grass edge is clean and not ragged. Mowing patterns shall be changed frequently to avoid wear. Any grass clippings or other plant debris remaining on the grass surface shall be removed the same day as the mowing service is performed. Clippings, mulch or other plant debris must be prevented from entering ponds, lakes, water features, or drains. In the event that this occurs, the materials shall be removed immediately. i. St. Augustine Grass: Mow at a minimum of the following frequencies: once every fourteen (14) days in November, December, January and February; once every ten (10) days in March, April, and May; once every seven (7) days in June, July, August, September, and October. The St. Augustine grass shall be cut to a minimum height of 3” to a maximum height of 3½" above soil level. The St. Augustine grass may be cut when the grass height reaches 5 ¼” and the grass height shall not exceed 6”. The St. Augustine grass shall be cut often enough such that no more than 1/3 of the leaf surface is removed during each cutting. ii. Bahia grass: Mow at a minimum of the following frequencies: once every fourteen (14) days in November, December, January and February; once every ten (10) days in March, April, and May; once every seven (7) days in June, July, August, September and October. The Bahia grass shall be cut to a minimum height of 3 ½” to a maximum height of 4" above soil level. The Bahia grass may be cut when the grass height reaches 5 ¼” and the grass height shall not exceed 6”. The Bahia grass shall be cut often enough such that no more than 1/3 of the leaf surface is removed during each cutting. iii. Bermuda grass: Mow, with a preference for a reel type mower, at a minimum of once every two or three days. The Bermuda grass shall be cut to a minimum height of ¾” to a maximum height of 1" above soil level. The Bermuda grass shall be cut when the grass height reaches 1 ¼” and the grass height shall not exceed 1 ½”. The Bermuda grass shall be cut often enough such that no more DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C than 1/3 of the leaf surface is removed during each cutting. iv. Zoysia grass: Mow, with a preference for a rotary type mower, at a minimum of once per week during October thru May and twice per week June thru September. The Zoysia grass shall be cut to a minimum height of 3 ½” to a maximum height of 4" above soil level. The Zoysia grass shall be cut often enough such that no more than 1/3 of the leaf surface is removed during each cutting. v. Edging: The Contractor shall trim and properly edge all shrubs and flowerbeds as well as tree rings, 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 tree rings (soft edging) shall be executed every mowing with respect to the turf type adjacent to the edging. Damage to property or existing vegetation caused by improper trimming or edging shall be repaired or replaced within 48 hours at the Contractor's expense. vi. Cleanup: All sidewalks, walkways, roadways, and other paved areas 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 and debris each time the soft edging is done. All mowing schedules shall be subject to approval by the Village. No chemical edging allowed. vii. Tire Ruts in Swale Areas: The Contractor shall tamp and/or replace sod damaged by tire ruts in swale areas within 48 hours of the daily inspection. 3.2 Turf Disease and Pest Management Work Cycle: The Contractor shall adhere to the following for disease and pest management of all turf grass. i. The Contractor shall control or eradicate diseases and infestations by chewing or sucking insects, leaf miners, fire ants and other pests by spraying affected plants and shrubs with chemical sprays and combinations of sprays suitable for that particular disease or pest when the infestation or infection becomes evident and as often thereafter as necessary. All applications shall be performed by persons holding a valid pesticide application license as issued by the State of Florida and shall be done in accordance with the pesticide manufacturer's recommended rates and all applicable Federal, State, County and Municipal regulations. The Contractor shall respond within 72 hours after a request or notice from Village. The Contractor shall be fully licensed to spray pesticides and shall use sound cultural practices that aid in preventing the presence or proliferation of insects and diseases. ii. The Contractor shall maintain all turf, planting beds and tree rings in a weed free condition at all times. The Contractor shall hand-pull weeds as necessary, or as directed by the VILAGE. The Contractor shall 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 DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C 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 shall be used only with prior written approval by the Village as to type, location and method of application. The Contractor shall exercise extreme care so as not to overspray and affect areas not intended for treatment. Areas adversely affected by such overspray shall be restored at the Contractor's expense. iii. The CONTRACOR shall, after a chemical application, remove all signs shall in accordance with the chemical products’ recommended standards. 4. PLANTS, SHRUBS AND GROUND COVER MAINTENANCE Plants, Shrub and Ground Cover Maintenance Work Cycle: The Contractor shall adhere to the following: 4.1 All hedge plant material including, but not limited to, green buttonwood, ficus, clusia and arboricola and all other shrubs and ground cover material shall be pruned once (1) per month or thirty (30) days to insure the best shape, health, and character of the individual plant. Gold mound Duranta shall be pruned once every fourteen (14) days to insure the best shape, health, and character of the individual plant. 4.2 The entire top of all hedges shall be trimmed and may require the use of a scissor lift or bucket truck. Hand trimming shall be utilized whenever possible to promote lateral plant growth. Mechanical trimming shall only be utilized when the health or appearance of the plant shall not be damaged by the mechanical trimmers. 4.3 Ground cover plants shall be selectively cut back to encourage lateral growth and kept in bounds and out of other plantings, walkways, lighting, etc. Cuts shall 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 normal conditions. 5. IRRIGATION SYSTEM MAINTENANCE MANAGEMENT 5.1 The Contractor shall be responsible for the operation, maintenance and repair of the irrigation system which includes but is not limited to the setting and adjusting the time clocks and all heads to ensure 100% watering coverage of all plants, shrubs, trees, palms, turf, landscaping, and ground cover contained within the Landscape Maintenance Areas to provide for a uniform lush green landscape appearance. Dry spots and any damage to the irrigation system discovered must be reported to the Village immediately. 5.2 The Contractor shall have forty-five (45) days from the start of the Agreement to perform an initial inspection of the irrigation system and provide a report to the Village of any existing damage and/or incorrect operation and coverage. The Contractor shall be responsible for the proper working of system, as specified herein, after the initial inspection report and subsequent repairs. DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C 5.3 The Contractor shall adjust the irrigation during the various seasons to maintain the uniform lush green landscape appearance. The Contractor shall manage and irrigate areas as needed during periods of little or no rainfall using the irrigation system and/or any supplemental watering necessary to keep the plant material, turf, and landscaping in optimum health. Supplemental watering may require a large portable watering tank, impact sprinklers or additional hose to be supplied by the Contractor. 5.4 The Contractor shall be responsible for controlling the amount of water used for irrigation. Damage that results from over-watering or insufficient watering shall be the responsibility of the Contractor to repair or replace at the Contractor’s expense. 5.5 Irrigation watering schedules must comply with all local, county, regional and State watering restrictions. 5.6 The Contractor shall, within thirty (30) calendar days, fully operate all the irrigation zones from the irrigation clock and replace, repair or clean all irrigation heads, lateral lines, electrical wires, valve boxes and controllers as needed. Any equipment damaged by the Contractor's operation shall be replaced at the Contractor’s expense with the same equipment/part and by the same manufacturer unless otherwise approved by the Village. The Contractor shall use only Rainbird, Hunter Parts, or any other equal that approved by the Village. 5.7 The Contractor shall perform all irrigation repairs to the lateral lines, risers and sprinkler heads as required to keep the system operating. For this category of work the Village shall reimburse the Contractor for materials ONLY. 5.8 The Contractor shall perform repairs on main lines; pump in-take piping; electrical wires from zone valves back to the clock; and replace damaged or broken valve boxes. For this category the Village shall reimburse the Contractor for labor and materials. 5.9 The Contractor shall provide written report of the following: 1. Once per week, a list of all the irrigation zones clocks serviced. 2. Once per work day, a list of irrigation parts and materials used for repairs. 5.10 Reimbursable Items: THE Contractor shall obtain authorization by the Village prior to commencement. The Contractor shall be reimbursed be based markup provided in Exhibit B of the Agreement, Fee Schedule. See Section 5.3 for details on the required source for wholesale pricing. 6. SUPPLEMENTAL SERVICES The Contractor shall, upon the request and approval by the Village, provide on an as- needed basis “Supplemental Services,” for the purposes of: A) plants, shrubs, trees and palms installation; B) fertilization; and C) application of pest and disease management chemicals to plants, shrubs, hedges. These Additional Services shall be based on the unit prices provided in Exhibit B of the Agreement, Fee Schedule. DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C 6.1 Plants, Shrubs, Trees and Palms Installation i. All plant material shall be Florida Number One, or better, as provided in the most current edition of Grades and Standards for Florida Nursery Plants, Parts I and II, prepared by the Florida Department of Agriculture. For standards not addressed in the Florida Grades and Standards for Florida Nursery Plants, plant materials shall conform to the American National Standards Institute (ANSI) Standards Z60.1. ii. All plant material and services shall be guaranteed for a period of 12 months from the date of planting or service completion. This guarantee may not apply for plants damaged by “acts of God,” such as hurricanes, fires, etc., or by vehicular accidents. iii. All planting standards shall comply with the requirements contained in the planting details in Section 5. 6.2 Fertilization A schedule of fertilization dates and fertilizer analysis shall be presented to the Village prior to application and shall be subject to Village approval. The fertilizer used shall be a commercial grade product and recommended for use on each plant, tree or grass type. Specific requirements shall be determined by soil test results, soil type and the 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 a minimum of once every four (4) months to determine required additives, and more often if necessary to diagnose problem areas. Any plants, trees or grass damaged by over-fertilization shall be replaced at the Contractor's expense. All commercial fertilizer applicators shall apply fertilizers in accordance with the Florida Department of Environmental Protection through the University of Florida/Institute of Food and Agricultural Sciences Extension’s “Florida-Friendly Best Management Practices for Protection of Water Resources by the Green Industries.” i. St. Augustine Grass: St. Augustine turf shall be fertilized with a complete NPK profile. The Contractor shall establish a program that shall fertilize all St. Augustine grass and shall vary with the time of year of the application and the results of soil analysis. ii. Bahia Grass: Bahia grass shall be fertilized with a complete NPK profile. The Contractor shall establish a program that shall fertilize all Bahia grass and shall vary with the time of year of the application and the results of soil analysis. iii. Bermuda Grass: Bermuda grass shall be fertilized with a complete NPK profile. The Contractor shall establish a program that shall fertilize all Bermuda grass and shall vary with the time of year of the application and the results of soil analysis. The Contractor shall apply additional fertilizer to treat stressed, worn or high traffic areas as needed. iv. Zoysia Grass: Zoysia grass shall be fertilized with a complete NPK profile. DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C The Contractor shall establish a program that shall fertilize Zoysia grass and shall vary with the time of year of the application and the results of soil analysis. v. Plants and Shrubs: The Contractor shall establish a program that shall fertilize all plants and shrubs, describing the type of fertilizer required for each type of plant and the time of year this work shall be undertaken. vi. Palms: The Contractor shall establish a program that shall fertilize all palms, describing the type of fertilizer required for each type of palm and the time of year this work shall be undertaken. The fertilization schedule shall be provided to the Village not less than one month prior to application and shall be subject to Village approval. 6.3 Aeration, Verticutting, Topdressing, and Overseeding On occasion, the Village may request, Aeration, verticutting and topdressing to provide proper air and water exchange for maximum growth potential and health of the Bermuda grass as needed. The topdressing material shall be a mixture similar to the profile of the soil below the turf as determined by soil analysis. The Contractor shall also be responsible for topdressing worn turf areas, depressed turf areas, etc. as needed on an ongoing basis. Overseeding material shall be with a rye grass blend. If requested, the Contractor shall submit a proposal for these services to the Village for approval. The topdressing and overseeding material shall be reimbursed to the Contractor. 7. PROJECT WORK Major projects such as turf renovations or drainage replacements shall be done on an as needed basis and shall be quoted to the Village by the Contractor. 8. [INTENTIONALLY DELETED]. 9. PUBLIC RELATIONS Contractor’s positive interaction with Village residents is essential to the success of this Agreement. Contractor shall extend the utmost courtesy to Village residents at all times. Contractor shall make no statements or offer any information concerning Village activities, policies and procedures. All resident inquiries shall be directed to the Village. 10. The Contractor shall provide 24/7 emergency contact telephone number and respond to emergency requests after notification by the Village, twenty-four (24) hours a day, seven (7) days a week, including all public holidays in accordance with Section 4.14 of this Agreement. 11. DISCOVERY AND NOTIFICATION If the Contractor discovers damages, vandalism or theft, the Contractor shall immediately notify the Village and shall file a police report of the occurrence. DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C 12. PROPERTY DAMAGE Observation of property damage prior to the commencement of work, whether public or private, shall immediately be reported to Village. Property damage, whether public or private, caused by Contractor during the course of the work shall be immediately reported to Village, and repaired by Contractor at the Contractor’s expense and at no cost to Village or Property Owner. 13. WORK ORDER (SERVICE REQUEST) COMPLETION INFORMATION INPUT The Contractor shall be responsible to enter/input information on completed work orders (service requests) into the Village’s Work Order and Asset Management Software. The typical information required includes but is not limited to, description of service, date serviced, Village contract number, location, Village asset serviced (e.g., median, tree, irrigation clock, etc.), and hours or cost for service. Work Order Completion data input shall be entered no later than 5 working days after the actual performance of the work order or service request. All work orders entered by the Contractor shall be reviewed by the Village and the work order shall be closed by the Village only after completion of the service is verified. Services or work performed by the Contractor shall not be considered completed and eligible for payment by the Village until the Work Order Completion Information is entered into the Village’s Work Order System by the Contractor. ARTICLE III. STANDARDS OF CONTRACTOR 1. INTENT Contractor is an independent contractor and the individuals assigned to work for Village by Contractor are subject to the approval of Village and shall not be Village employees. Contractor must be fully licensed with all required State and/or local government licenses and permits and shall comply with all Federal, State and local laws, rules, practices and regulations. 2. FACILITIES Village reserves the right to inspect Contractor’s facilities at any reasonable time, during normal work hours, without prior notice to determine that Contractor has a bona fide place of business and is a responsible Contractor. 3. IDENTIFICATION Contractor will not use or create any badge containing Village’s name, seal, logo, or any other reference thereof for identification. Contractor shall use only a Village issued identification badge. 4. EXPERIENCE DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C 4.1 Contractor shall have a minimum of five (5) years experience in providing comprehensive landscape maintenance services of properties and rights-of-way of similar complexity and size as those owned and managed by the Village. Proposers shall have been in continuous operation for a minimum of the past five (5) years from the date that the RFP is issued and shall have a resident branch office in Miami-Dade or Palm Beach County, Florida. Proposer shall be fully licensed with all applicable local, state Federal licenses. Relevant experience includes but is not limited to maintenance of: turf grass; plants, shrubs; installation of turf, grass, trees and other plant materials; fertilizer and herbicide applications; disease and pest management; and litter control. 4.2 Education and/or Work Experience: Contractor must have at least one full time employee with a degree in turf management, agronomy, horticulture, a related field or shall demonstrate equivalent experience to manage this project. 4.3 Licenses: Contractor must be fully licensed with all required State and/or Local government licenses and permits, including, but not limited to, disease and pest control, herbicides, irrigation, horticultural services, etc. 4.4 Turf Grass Types: Company shall demonstrate experience in the care and maintenance of specialty turf grass. 4.5 Pesticide Certification: Contractor must have a certified pesticide operator through the State of Florida, Department of Health and Rehabilitative Services. This individual shall perform any pesticide applications for this contract. 4.6 Herbicide Certification: Contractor must have a certified herbicide operator through the State of Florida, Department of Health and Rehabilitative Services. This individual shall perform any herbicide applications for this contract. 4.7 Florida Green Industries Certification: Contractor must have at least one full time employee who has completed the Florida Green Industries Best Management Practices workshop dedicated to this contract. 4.8 Know-the-Flow Certification: Contractor must have at least one full time employee who has completed Miami-Dade County's "Know -the- Flow" course, Department of Business and Professional Regulation Course Designation #9624920. 5. RELATIONSHIP CONTACT Contractor shall maintain at a minimum one relationship contact for this contract who will respond to specific Village requests, twenty-four hours a day, seven days a week, including all public holidays. The relationship contact shall be available by cellular telephone and shall be expected to visit the work site as requested by Village. The relationship contact shall be able to manage all facets of the contract. The relationship contact must be fluent in English and have excellent communication skills and be capable of directing all regular maintenance and additional services and coordinating these with Village. The relationship contacts shall use his/her experience DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C and training to prevent, detect and control adverse conditions by physically inspecting the work area regularly. 6. SUBCONTRACTING WORK 6.1 Award of Subcontracts and Other Contracts for Portions of Work. Contractor shall furnish in writing to Village the names of persons or entities proposed for each principal portion of the work. In addition, Contractor shall not change subcontractors performing any portion of the work required by this Agreement without prior written approval by Village. Contractor shall be responsible and liable to Village for all work performed by the Subcontractors or their employees, agents or contractors, pursuant to this Agreement. 6.2 Sub-contractual Relations. By listing the names of each as set forth in Exhibit “C”, attached hereto and made a part hereof, Contractor shall require each subcontractor, to the extent the work to be performed by the subcontractor, to be bound to Contractor by terms of the Agreement, and to assume toward Contractor all the obligations and responsibilities which Contractor, by this Agreement, assumes toward Village. Each sub-contract agreement, between Contractor and a subcontractor, shall preserve and protect the rights of Village under the Agreement with respect to the work to be performed by the subcontractor so that subcontracting thereof shall not prejudice the rights, and shall allow the subcontractor, unless specifically provided otherwise in the sub-contract agreement, the benefit of all rights, remedies and redress against Contractor that Contractor, by the Agreement, has against Village. 6.3 Where appropriate, Contractor shall require each subcontractor to enter into similar agreements with the subcontractors. Contractor shall make available to each proposed subcontractor, prior to the execution of the sub-contract agreement, copies of the Agreement to which the subcontractor shall be bound, and upon written request of the subcontractor, identify to the subcontractor terms and conditions of the proposed sub-contract agreement which may be at variance with the Agreement. Subcontractors shall similarly make copies of applicable portions of such documents available to their respective proposed subcontractors. 7. DRUG-FREE WORKPLACE Contractor continues to implement and maintain a drug-free workplace program, in accordance with Section 287.087, Florida Statutes. 8. TRANSITION PLAN Contractor shall provide a detailed description of how services will be transitioned under Village’s current Agreement to Contractor. Contractor is responsible for minimizing any negative impacts to Village by ensuring a smooth and orderly transition of service. Prior to the termination of this Agreement, Contractor shall use its best efforts to ensure a smooth and orderly transition of service. DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C 9. ADHERENCE TO VILLAGE POLICY Contractor assigned to handle the services outlined in this RFP for the Village shall adhere to all Village policies, procedures and protocols. 10. DISCLOSURE OF RELATIONSHIPS Contractor agrees to give Village written notice of any Relationship, as defined herein, that Contractor enters into with Village or any of its districts, its elected or appointed officials, its employees or agents, during the period of this Agreement. A “Relationship” for the purpose of this Section shall include but not be limited to employer/employee, consultant, contractor, sub-contractor, associate, officer, partnership, joint venture, ownership greater than one percent, landlord/tenant, or creditor/debtor, gift donor/recipient in excess of $100.00, past or on-going personal relationships, or joint involvement with charitable/voluntary activities. 11. EXCLUSIVITY Village reserves the right to have comprehensive landscape maintenance services provided by others. This action will not waive or void any of the terms and conditions in this Agreement. 12. REPAIRS Contractor shall obtain all permits and pay all required fees to any regulatory agency having jurisdiction over any work required to repair or replace damages caused by the Contractor. Inspections required by local ordinances during the course of nuisance plant control shall be arranged as required. Upon completion of the repair work, evidence satisfactory to Village shall be furnished to show that all work has been performed in accordance with the applicable ordinances and code requirements. Permit Fees with supporting documentation shall be reimbursed by the Village. 13. [INTENTIONALLY DELETED] 14. [INTENTIONALLY DELETED] ARTICLE IV STANDARDS OF LABOR AND MATERIALS 1. PERSONNEL Contractor shall provide a sufficient number of supervised staff to complete the duties stated within the Agreement. DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C Contractor shall at all times enforce strict discipline and good order among Contractor’s employees/independent contractors and shall not employ on the work site an unfit person or anyone not skilled in the work assigned to him. Subcontractors, employees or independent contractors of Contractor whose work is unsatisfactory to Village or who are considered by Village’s representatives as careless, incompetent, unskilled or disorderly or who use threatening or abusive language to any person shall be dismissed from work upon notice from Village and shall not be employed to perform the work under this Agreement thereafter. No liquor, alcoholic beverages, smoking or drugs shall be allowed on the site of the work. 1.1 Supervisor: The Contractor shall maintain a Lead Technician within the area and within sight of treatment crews at all times. The Lead Technician shall be fluent in English and shall have excellent communication skills and be capable of directing all work requested by the Village. 1.2 Employee/Independent Contractor or Subcontractor Performance: Contractor shall employ (or contract with) personnel competent to perform the work specified herein. Village reserves the right to request the removal of a Contractor’s employee/independent contractor or subcontractor from performing maintenance on the Village’s property where such employee’s/independent contractor’s or subcontractor’s performance or actions, are perceived as obviously detrimental to Village. 1.3 Uniforms: Contractor shall provide all employees with color coordinated uniforms that shall be maintained by Contractor so that all personnel are neat, clean and professional in appearance at all times. Non-uniform clothing shall not be permitted. 1.4 Background Checks: Prior to working in the Village, all managers and employees of the Contractor, independent contractors, and subcontractors shall be required to undergo background checks. A thorough State and national background check that identifies an individual’s entire criminal history shall be conducted. The analysis of the background check shall focus only on those offenses that most directly impact both children and adults, which include but are not limited to the following: i. Any illegal activity of a sexual nature; ii. Acts of violence; iii. Acts of lewd or lascivious behavior; iv. Drug possession and/or drug distribution; and, v. Repeated public intoxication. A background check shall be conducted on new employees prior to employment and on each employee at annually. All background check related costs shall be the sole responsibility and expense of the Contractor. Prior to the beginning of the contract term and at the beginning of each Village fiscal year (beginning October 1st) the Contractor shall submit written certification to the Village that Contractor has complied with the Village’s requirement regarding background checks on all employees. The certifying document shall be signed by the authorized officer of the corporation. Should an employee begin service with the Contractor after the commencement of the Agreement, during a Village fiscal year, the Contractor shall, as soon as reasonably possible, submit a supplemental certifying document regarding a background check on the new employee. DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C Maintenance, ownership, and control of all background check records and information generated, received, possessed and stored shall be the sole responsibility of the Contractor, and shall be retained for a period of not less than three years. Failure to perform a state and national criminal background check in accordance with the rules above shall be cause for termination of the Agreement. 2. EQUIPMENT 2.1 Vehicles: Contractor shall keep all vehicles in good repair, free from leaking fluids, properly registered, of uniform color and shall bear the company name on each side in not less than 1 ½” letters. 2.2 Equipment Safety: Contractor shall keep all equipment in an efficient and safe operating condition while performing work under this Agreement. 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 Village may direct the Contractor to remove such equipment and/or the operator until the deficiency is corrected to the satisfaction of the Village. The Contractor shall be responsible and liable for injury to persons and property caused by the operation of the equipment. 2.3 Test Equipment Calibration: Contractor shall use only test equipment that are in proper working condition and have been calibrated as required by the manufacturer. 2.4 Storage: The Village shall not provide facilities at which the Contractor may store equipment. The Contractor shall be responsible for mobilization and setup, and demobilization and breakdown, each day. 2.5 Storage during a Disaster Preparedness and Response: The Contractor shall assist the Village in responding to disaster events within the Village. There are no office and storage facilities available; however the Contractor may stage their equipment inside of Village Green Park, with the Village’s prior authorization, up to 48 hours prior to a storm event. 3. IRRIGATION PARTS, CHEMICAL AND FERTILIZERS 3.1 The Contractor shall base all costs for irrigation, chemicals, fertilizers and other supplies on the current supplier wholesale price list as provided to the Village by SiteOne Landscape Supply Catalog: “Wholesale.” 3.2 The Village reserves the right to request an updated wholesale price list every three (3) months. 3.3 The Village also reserves the right to add or delete items from the wholesale price list. 3.4 The Contractor shall submit the markup or discount percentage in Exhibit B, Fee Schedule. The markup or discount shall be calculated on the wholesale price (See 5.3(A)) of DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C supplies or materials only. Markup shall include the cost of taxes and delivery. 3.5 Labor costs contained within Exhibit B shall provide for excavation and planting costs. 3.6 The Village, in its sole discretion, reserves the right to purchase materials for Supplemental Work directly from the Contractor or another vendor of the Village’s choice. 4. TREES, PALMS AND PLANTS PRICING 4.1 All trees and plants must be Florida Grade #1 or better. Prices for trees or plants shall be “unplanted” with a markup calculated on the wholesale price of supplies or materials only and shall cover the cost of taxes and delivery. The Contractor shall submit the markup or discount percentage in Exhibit B, Fee Schedule. The markup or discount shall be calculated on the wholesale price of materials only. 4.2 Cost for trees and plants shall be based on the then current Betrock Information Systems “PlantFinder” - Wholesale Guide to Foliage and Ornamental Plants. 4.3 Labor costs contained within Exhibit B, Fee Schedule, shall provide for excavation and planting costs. All sod must be priced “as installed.” 4.4 The Village, in its sole discretion, reserves the right to purchase materials for Supplemental Work directly from the Contractor or another vendor of the Village’s choice. [THIS SPACE INTENTIONALLY LEFT BLANK] DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C 5. PLANT SPECIFICATION AND DETAIL. Figure 5.5(A) – LARGE TREE & PALM PLANTING DETAIL DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C Figure 5.5(B) – MULTI-STEM PLANTING DETAIL DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C Figure 5.5(C) – SHRUB PLANTING DETAIL DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C Figure 5.5(D) – SMALL TREE PLANTING DETAIL DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C Figure 5.5(E) –SOD AND GROUND COVER PLANTING DETAIL DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C Figure 5.5(F) – LARGE TREE & PALM PLANTING DETAIL II DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C EXHIBIT “B” CONSULTANT’S PROPOSALS DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C We VILLAGE OF KEY BISCAYNE 88 West McIntyre Street Key Biscayne, Florida 33149 REQUEST FOR PROPOSAL RFP # 2023-07 COMPREHENSIVE LANDSCAPE AND PARKS MAINTENANCE SERVICES RFP Release Date:February 24, 2023 Mandatory Pre-ProposalConference:March 07, 2023, 10:30 A.M. Written Questions Due: March 10, 2023, 9:00 A.M. Response to Questions: March 15, 2023 Proposals Due:March 29, 2023, 11:30 A.M. Submit To: Via DemandStar https://www.demandstar.com WeWeWeWeWeWeWeWeWeWeWeWeWeWeWeWeWWW DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C Comprehensive Landscape and Parks Maintenance Services – RFP # 2023-07 19 COVER SHEET VILLAGE OF KEY BISCAYNE 88 West McIntyre Street Key Biscayne, Florida 33149 REQUEST FOR PROPOSALS NO. 2023-07 COMPREHENSIVE LANDSCAPE AND PARKS MAINTENANCE SERVICES Name of Proposer Contact Person Address City State Zip Code Phone Number Email Address Type of services submitted by Proposer (check all that apply): □Landscape Maintenance Area East □Landscape Maintenance Area West ƌŝŐŚƚsŝĞǁ>ĂŶĚƐĐĂƉĞ^ĞƌǀŝĐĞƐ͕/ŶĐ͘  ϴϭϵϭEtϴϰƚŚ^ƚƌĞĞƚ ĂƌůŽƐ^ĂŶĐŚĞnjĂŶĚͬŽƌƌĂŝŐKĨĨƵƚ DĞĚůĞLJ &>ϯϯϭϲϲ ĐĂƌůŽƐ͘ƌ͘ƐĂŶĐŚĞnjΛďƌŝŐŚƚǀŝĞǁ͘ĐŽŵĂŶĚͬŽƌĐƌĂŝŐ͘ŽĨĨƵƚƚϭΛďƌŝŐŚƚǀŝĞǁ͘ĐŽŵ ;ϯϬϱͿ ϮϭϯͲϮϴϵϮĂŶĚͬŽƌ;ϵϱϰͿϮϰϬͲϯϳϰϲ DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C Comprehensive Landscape and Parks Maintenance Services – RFP # 2023-07 20 FORM 1 RESPONSE CHECKLIST Form 1: Response Checklist Form 2: Addendum Acknowledgment Form 3: Certificate of Authority (Complete one of the two forms as applicable) ƒForm 3A: Certificate of Authority (for Corporations or Partnerships) ƒForm 3B: Certificate of Authority (for Individuals) Form 4: Proposer’s Statement of Organization Form 5: References Form 6: Affidavits x Form 6A: Single Execution Affidavits x Form 6B: Independence Affidavit x Form 6C: Non-Collusion Affidavit Form 7: Drug Free Workplace Form 8: Certification to Accuracy of Proposal Form 9: Scrutinized Companies Form 10: Public Entity Crimes Form 11: Dispute Disclosure Form 12: List of Proposed Subcontractors Form 13: Form of Performance Bond Form 14: Form of Payment Bond Form 15: Proposal Security Form 16: Certificate of Insurance Form 17: Company Qualification Questionnaire ATTACHMENTS A: Agreement Documents DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C Comprehensive Landscape and Parks Maintenance Services – RFP # 2023-07 21 FORM 2 ADDENDUM ACKNOWLEDGEMENT Solicitation Title: COMPREHENSIVE LANDSCAPE AND PARKS MAINTENANCE SERVICES Solicitation No.: ITB # 2023-07 Listed below are the dates of issue for each Addendum received in connection with this Solicitation: Addendum No. ________, Dated _________ Addendum No. ________, Dated _________ Addendum No. ________, Dated _________ Addendum No. ________, Dated _________ Addendum No. ________, Dated _________ Addendum No. ________, Dated _________ ☐No Addendum issued for this Solicitation Firm’s Name: ________________________________________________________________________ Authorized Representative’s Name: ______________________________________________________ Title: _______________________________________________________________________________ Email: ______________________________________________________________________________ Phone Number: ______________________________________________________________________ Authorized Signature:__________________________________________________________________ ƌŝŐŚƚsŝĞǁ>ĂŶĚƐĐĂƉĞ^ĞƌǀŝĐĞƐ͕/ŶĐ͘ ŚĂƌůĞƐ'ŽŶnjĂůĞnj ^sW ĐƌĂŝŐ͘ŽĨĨƵƚƚϭΛďƌŝŐŚƚǀŝĞǁ͘ĐŽŵ ϵϱϰͲϮϰϬͲϯϳϰϲ ϭ ϯͬϭϱͬϮϬϮϯ Ϯ ϯͬϮϳͬϮϬϮϯ DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C Village of Key Biscayne Procurement Department 88 West McIntyre Street Key Biscayne, Florida 33149 Phone (305) 365-7577 procurement@keybiscayne.fl.gov www.keybiscayne.fl.gov Page 1 of 17 Addendum No. 1 RFP for Comprehensive Landscape and Parks Maintenance Services Addendum Release Date March 15, 2023 RFP # 2023-07 RFP Due Date/Time: March 29,2023, 11:30 a.m. Eastern Standard Time Submit To: DemandStar https://www.demandstar.com The purpose of this Addendum is to answer questions received from potential proposers or provide additional information as it relates to this solicitation. IMPORTANT NOTE – the following is added to RFP 2023-07. It is the Proposer’s responsibility to use the revised information when preparing the response. 1. Q: What is the annual budget? A: Please refer to the following link to download FY23 Adopted Budget. https://keybiscayne.fl.gov/village_services/finance/budget/index.php 2. Q: Please confirm the Proposal Security (Bid Bond) is for a fix dollar amount of $20,000.00 and not a percentage of Proposal Total. A: Proposal security in the form of a proposal bond acceptable to the Village or a cashier’s check made payable to the “Village of Key Biscayne” in the amount of $20,000.00 will be required to be submitted with the proposal. 3. Q: Does the Village have a Proposal Security (Bid Bond) Form we should utilize with Bid? A: No. 4. Q: Please provide a copy of the current contract. A: https://portal.laserfiche.com/Portal/DocView.aspx?id=4248&repo=r-73b9c1aa 5. Q: Please provide a copy of the last tabulation sheet for this project. A: See Attachment 6. Q: Is the city’s intent to award 2 contractors? A: Yes. 7. Q: Please confirm Tree and palm trimming will be separate bids. A: Pruning or removal of trees and palms 10 feet or less in height is included. 8. Q: Is contractor required to use Battery powered leaf blowers? A: Yes. DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C Village of Key Biscayne Procurement Department 88 West McIntyre Street Key Biscayne, Florida 33149 Phone (305) 365-7577 procurement@keybiscayne.fl.gov www.keybiscayne.fl.gov Page 1 of 2 Addendum No. 2 RFP for Comprehensive Landscape and Parks Maintenance Services Addendum Release Date March 27, 2023 RFP # 2023-07 RFP Due Date/Time: March 29,2023, April 5, 2023, 11:30 a.m. Eastern Standard Time Submit To: DemandStar https://www.demandstar.com The purpose of this Addendum is to answer questions received from potential proposers or provide additional information as it relates to this solicitation. IMPORTANT NOTE – the following is added to RFP 2023-07. It is the Proposer’s responsibility to use the revised information when preparing the response. 1. Q: The answer to Question 17 in Addendum 1. Doesn’t specify correctly if the contractor is supplying the material (Fertilizer, Insecticide, Fungicide, etc.) or will be supplied by the Village or will be coming from the additional items on B11 of the Schedule. A: The CONTRACTOR shall base all costs for irrigation, chemicals, fertilizers and other supplies on the current supplier wholesale price list as provided to the VILLAGE by SiteOne Landscape Supply Catalog: “Wholesale.” 2. Q: If only labor to install fertilizer where on the bid form to place the price 9 A1 through A6? A: Supplemental work hourly rates should be included in the fee schedule, Item D1 through D13. 3. Q: How many times per year does fertilization need to take place, 1, 2, or 3 times per year? A: Refer to Section 3.6.B Fertilization, Page 67 of the RFP. 4. Q: The answer to Question 37 in Addendum 1. says ‘No” but line 23 of Table 2.2(b) of the RFP speaks to the Dog Parks. Is this item to be priced? A: The outer perimeter of the dog park is included. Area inside the fenced are not part of the scope. 5. Q: How is the profit calculated in the Fee Schedule? Is it by percentage, or the price plus %? Please provide an example to include profit. A: It’s up to the contractor. 6. Q: Can the RFP deadline date be extended? A: Submittal deadline has been extended to April 5, 2023. DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C Comprehensive Landscape and Parks Maintenance Services – RFP # 2023-07 22 FORM 3A CERTIFICATE OF AUTHORITY (If Corporation) I HEREBY CERTIFY that a meeting of the [circle one] Board of Directors/ Partners of a business existing under the laws of the State of , (the “Entity”) held on , 20 , the following resolution was duly passed and adopted: “RESOLVED, that, , as of the Entity, be and is hereby authorized to execute this Proposal dated , 20 , on behalf of the Entity and submit this Proposal to the Village of Key Biscayne, and this Entity and the execution of this Certificate of Authority, attested to by the Secretary of the Corporation, and with the Entity’s Seal affixed, will be the official act and deed of this Entity.” I FURTHER CERTIFY that said resolution is now in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the official seal of the Entity this day of , 20 . Secretary: President: Print Name: Print Name: (Seal) ^dd,KZdd,DEd DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C Comprehensive Landscape and Parks Maintenance Services – RFP # 2023-07 23 FORM 3B CERTIFICATE OF AUTHORITY (if Individual) I, (“Affiant”) being first duly sworn, deposes and says: 1. I am the [Select and print as applicable: Owner/Partner/Officer/Representative/Agent] of: doing business as , the Contractor that has submitted the attached Proposal. 2. I am fully informed respecting the preparation and contents of the attached Proposal and all of the pertinent circumstances respecting such Proposal. 3. I am authorized to execute the Proposal dated , and submit this Proposal to the Village of Key Biscayne, and the execution of this Certificate of Authority, attested to by a Notary Public, , will be the official act and deed of this attestation. In the presence of: Signed, sealed and delivered by: Witness #1 Print Name: Print Name: Title: Witness #2 Print Name: ACKNOWLEDGMENT State of Florida County of On this day of , 20 , before me the undersigned, personally appeared , whose name(s) is/are subscribed to the within instrument, and he/she/they acknowledge that he/she/they executed it. Witness my hand and official seal: Notary Public (Print, Stamp, or Type as Commissioned) Personally known to me; or Produced identification (Type of Identification: ) Did take an oath; or Did not take an oath DŝĂŵŝͲĂĚĞ Ϯϳ DĂƌĐŚ Ϯϯ ŚĂƌůĞƐ'ŽŶnjĂůĞnj he presence of: s #1 Print Na #2 P i t N ŚĂƌůĞƐ'ŽŶnjĂůĞnj ^sW ƌĂŝŐKĨĨƵƚƚ :ĞƌĞŵLJƌƵnj DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C CERTIFICATE OF RESOLUTION BrightView Maintenance Companies I, Jonathan Gottsegen, Secretary of BrightView Landscapes, LLC, a Delaware limited liability company (the “Company”), do hereby certify that as of the date hereof, the following resolutions have been adopted by the unanimous approval of the Board of Directors of the Company and the Board of Directors of the Company’s maintenance subsidiaries listed on Exhibit A (the Company and such subsidiaries are sometimes referred to herein as the “Companies”), in accordance with the governing documents of the Companies and that said approvals have not been rescinded, amended or modified: Authorization to Execute Documents: RESOLVED, that those individuals listed on Exhibit B hereto are hereby elected and authorized to serve in the offices and for such companies that are indicated therein until their respective successors are elected and qualified or until their earlier resignation, removal or death; FURTHER RESOLVED, that the Board of Directors have authorized and they do hereby authorize those individuals listed on Exhibit C hereto, or any of them to execute and deliver in the name of and for and on behalf of the Companies, subject to the limitations set forth in the Signatory Authority Policy set forth on Exhibit D hereto, any and all bids, addenda, consulting agreements, applications, permits, certificates and contracts, including but not limited to maintenance agreements, non-disclosure agreements, subcontractor agreements, certifications and the renewals and amendments thereof; FURTHER RESOLVED, that the Secretary or Assistant Secretary of the Company is hereby authorized and directed to execute a Certificate of Resolution certifying to the passage of these resolutions; FURTHER RESOLVED, that the Secretary or Assistant Secretary of the Company is hereby further authorized to amend Exhibit C hereto from time to time if he or she determines such amendment is necessary to reflect changes in employment status and/or title of the Company’s employees; FURTHER RESOLVED, that any and all persons, firms, corporations and other entities, including, without limiting effect, public entities, shall be entitled to rely on the authority of any one of the foregoing persons to bind the Companies by the execution and the delivery of any such bids, addenda, consulting agreements, applications, permits, certificates and contracts, including but not limited to maintenance agreements, non- disclosure agreements, subcontractor agreements, certifications and the renewals and amendments thereof; FURTHER RESOLVED, that the authority herein contained shall remain in effect until the persons, firm, corporation or other entity relying upon the authority herein contained receive written notice to the contrary and that all previous authorizations heretofore given with respect to the matters herein contained are revoked; provided, however, that this revocation shall not affect the validity of any instrument hereinabove referred to that was executed by any person or persons who at the time of such execution was duly authorized to act. FURTHER RESOLVED, if due to an emergency situation and the Company’s Business Continuity Plan (BCP) is activated by an officers of BrightView Holdings, Inc. all of the Signature Authorities named in Exhibit C hereto shall have the immediate authority and ability to execute and deliver in the name of and for and on behalf of the Companies, without further action needed to be taken by an officers of the Companies and notwithstanding the limitations set forth in the Signatory Authority Policy set forth on Exhibit D hereto, any and all bids, addenda, consulting agreements, applications, permits, certificates and contracts, including but not limited to maintenance agreements, non-disclosure agreements, subcontractor DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C DJUHHPHQWVFHUWLILFDWLRQVDQGWKHUHQHZDOVDQGDPHQGPHQWVWKHUHRI2QFHWKHUHLVQRORQJHUDQHPHUJHQF\ VLWXDWLRQDQGWKH%&3LVGHDFWLYDWHGWKHOLPLWDWLRQVLQWKH6LJQDWRU\$XWKRULW\3ROLF\VHWIRUWKRQ([KLELW 'VKDOORQFHDJDLQDSSO\ ,1:,71(66:+(5(2)WKHXQGHUVLJQHGKDVH[HFXWHGWKLV&HUWLILFDWHRI5HVROXWLRQRQWKLV WKGD\RI$SULO BBBBBBBBBBBBBBBBBBBBBBBBB -RQDWKDQ*RWWVHJHQ DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C Exhibit A – Subsidiaries BrightView Landscapes, LLC BrightView Chargers, Inc. BrightView Landscape Services, Inc. – CA BrightView Landscape Services, Inc. – AZ BrightView Landscape Services, Inc. – CO BrightView Landscape Services, Inc. – FL BrightView Landscape Services, Inc. – GA BrightView Landscape Services, Inc. – NV BrightView Landscape Services, Inc. – TX BrightView Tree Care Services, Inc. BrightView Golf Maintenance, Inc. BrightView Companies, LLC* BrightView Funding LLC* *Elected Officers Only DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C BrightView Landscape Services, Inc. – CO Jeff Herold Chief Executive Officer and President Robert Tyler Treasurer Jonathan Gottsegen Secretary Tomas Kuehn Assistant Secretary Susan DeSantis Assistant Secretary Timothy Wilkinson Assistant Treasurer Katriona Knaus Assistant Treasurer BrightView Landscape Services, Inc. – FL Jeff Herold Chief Executive Officer and President Robert Tyler Treasurer Jonathan Gottsegen Secretary Tomas Kuehn Assistant Secretary Susan DeSantis Assistant Secretary Timothy Wilkinson Assistant Treasurer Katriona Knaus Assistant Treasurer Charles Gonzalez Vice President BrightView Landscape Services, Inc. – GA Jeff Herold Chief Executive Officer and President Robert Tyler Treasurer Jonathan Gottsegen Secretary Tomas Kuehn Assistant Secretary Susan DeSantis Assistant Secretary Timothy Wilkinson Assistant Treasurer Katriona Knaus Assistant Treasurer Michael Dozier Senior Vice President BrightView Landscape Services, Inc. – NV Jeff Herold Chief Executive Officer and President Robert Tyler Treasurer Jonathan Gottsegen Secretary Tomas Kuehn Assistant Secretary Susan DeSantis Assistant Secretary Timothy Wilkinson Assistant Treasurer Katriona Knaus Assistant Treasurer BrightView Landscape Services, Inc. – TX Jeff Herold Chief Executive Officer and President Robert Tyler Treasurer Jonathan Gottsegen Secretary Tomas Kuehn Assistant Secretary Susan DeSantis Assistant Secretary Timothy Wilkinson Assistant Treasurer Katriona Knaus Assistant Treasurer DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C Comprehensive Landscape and Parks Maintenance Services – RFP # 2023-07 24 FORM 4 PROPOSER’S STATEMENT OF ORGANIZATION 1.Full Name of Proposer: 2.Principal Business Address, Phone and Email Address: 3.Principal Contact Person(s): 4.Form of Proposer (Corporation, Partnership, Joint Venture, Other): A.If a corporation, in what state incorporated: _______________________________ B. Date Incorporated: ______________________________________________________ C. Federal ID Number (EIN)__________________________________________________ D.If a joint Venture or Partnership, date of Agreement: __________________________ E.Name and address of all partners (state whether general or limited partnership): _________________________________________________________ F.If other than a corporation or partnership describe, organization and name of principals. __________________________________________________________ 5.Provide names of principals or officers as appropriate and provide proof of the ability of the individuals so named to legally bind proposer. Name Title 6.Indicate the number of years’ proposer has had current continual successful experience performing work of a similar scope relevant to this RFP Agreement. ____________________ 7.List all entities participating in this Agreement (including subcontractors if applicable): Name Address Title A._____________________________________________________________________ B._____________________________________________________________________ C. __________________________________________________________________________ D._____________________________________________________________________ ƌŝŐŚƚsŝĞǁ>ĂŶĚƐĐĂƉĞ^ĞƌǀŝĐĞƐ͕/ŶĐ͘ ϴϭϵϭEtϴϰƚŚ^ƚƌĞĞƚ͕DĞĚůĞLJ͕&>ϯϯϭϲϲ ;ϵϱϰͿ ϮϰϬͲϯϳϰϲĂŶĚͬŽƌ;ϯϬϱͿϮϭϯͲϮϴϵϮ ĐĂƌůŽƐ͘ƌ͘ƐĂŶĐŚĞnjΛďƌŝŐŚƚǀŝĞǁ͘ĐŽŵĂŶĚͬŽƌĐƌĂŝŐ͘ŽĨĨƵƚƚϭΛďƌŝŐŚƚǀŝĞǁ͘ĐŽŵ ĂƌůŽƐ^ĂŶĐŚĞnj;ϯϬϱͿϮϭϯͲϮϴϵϮ ƌĂŝŐKĨĨƵƚƚ;ϵϱϰͿϮϰϬͲϯϳϰϲ ŽƌƉŽƌĂƚŝŽŶ &ůŽƌŝĚĂ ϭϮͬϭϱͬϭϵϴϴ ϵϱͲϰϭϵϰϮϮϯ Eͬ Eͬ Eͬ ŚĂƌůĞƐ'ŽŶnjĂůĞnj ^sW ϯϰzĞĂƌƐ ƌŝŐŚƚsŝĞǁ>ĂŶĚƐĐĂƉĞ^ĞƌǀŝĐĞƐ͕/ŶĐ͘ϴϭϵϭEtϴϰƚŚ^ƚƌĞĞƚ͕DĞĚůĞLJ͕&>ϯϯϭϲϲ KŶĞŶƚŝƚLJ WůĞĂƐĞ^ĞĞtĞďƐŝƚĞĞůŽǁtŝƚŚůůKĨĨŝĐĞƌƐ ŚƚƚƉ͗ͬͬƐĞĂƌĐŚ͘ƐƵŶďŝnj͘ŽƌŐͬ/ŶƋƵŝƌLJͬŽƌƉŽƌĂƚŝŽŶ^ĞĂƌĐŚͬ^ĞĂƌĐŚZĞƐƵůƚĞƚĂŝů͍ ŝŶƋƵŝƌLJƚLJƉĞсŶƚŝƚLJEĂŵĞΘĚŝƌĞĐƚŝŽŶdLJƉĞс/ŶŝƚŝĂůΘƐĞĂƌĐŚEĂŵĞKƌĚĞƌсZ/',ds/t>E^W^Zs/^йϮϬ<ϱϭϲϯϲϮΘĂŐŐƌĞŐĂƚĞ/ĚсĚŽŵƉͲŬϱϭϲϯϲͲĞϰϬďϮϳϰϲͲ ĂϱϵϳͲϰďϮĞͲϴϯϳĐͲϬĂĞϵĂϴϱϳďϱĚĨΘƐĞĂƌĐŚdĞƌŵсďƌŝŐŚƚǀŝĞǁйϮϬůĂŶĚƐĐĂƉĞйϮϬƐĞƌǀŝĐĞƐйϮйϮϬŝŶĐΘůŝƐƚEĂŵĞKƌĚĞƌсZ/',ds/t>E^W^Zs/^йϮϬ<ϱϭϲϯϲϮ DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C Comprehensive Landscape and Parks Maintenance Services – RFP # 2023-07 25 8.Outline specific areas of responsibility for each entity listed in Question 7. A.________________________________________________________________________ B. _________________________________________________________________________ C. _________________________________________________________________________ D. ___________________________________________________________________ 9. County or municipal business tax receipt number (attach copies): County: __________________________________________________________________ Municipal: _________________________________________________________ 10. Have you ever failed to complete any work awarded to you? Yes No _ If yes, attach a separate sheet of explanation. 11. Within the last five years, has any officer or partner of your organization ever been an officer or partner of another organization that failed to complete an Agreement? Yes _ No ____ If yes, attach a separate sheet of explanation. 12. Within the last five years, have you ever had a performance, payment or bid bond called? Yes No _ If yes, attach a separate sheet of explanation. 13. Have you, any officer or partner of your organization, or the organization been involved in any litigation or arbitration against the Village? Yes No _ If yes, attach a separate sheet of explanation. 14. Within the last five years, have you, any officer or partner of your organization, or the organization or parent company or its subsidiaries been involved in any litigation or arbitration against any other Florida public entity? Yes No _ If yes, attach a separate sheet of explanation. 15. Within the last five years, have you, any officer or partner of your organization, or the organization or parent company or its subsidiaries been involved in any litigation or arbitration against any private entity for an amount greater than $100,000? Yes _ No __ If yes, attach a separate sheet of explanation. 16. Has your organization or any of its partners, officers, or key personnel, or its subsidiaries or parent company been charged or indicted for any criminal activity within the last five years? Yes No If yes, attach a separate sheet of explanation. 17. Has your organization or any of its partners, officers, or key personnel, or its subsidiaries or parent company been convicted and/or fined for any criminal activity within the last five years? Yes No If yes, attach a separate sheet of explanation. 18. Within the last five years, have you, any officer or partner of your organization, or the organization been investigated by any local, state, or federal law enforcement agency, criminal justice agency or inspector general office? Yes No If yes, attach a separate sheet of explanation. ƌŝŐŚƚsŝĞǁǁŝůůďĞƉĞƌĨŽƌŵŝŶŐĂůůŽĨƚŚĞǁŽƌŬůŝƐƚĞĚŝŶƚŚĞZ&Wͬ^Kt dyϮϯͲϬϱϱϮ&ŽůŝŽEŽ͘ϮϮͲϯϬϭϬͲϬϬϲͲϬϬϭϬ DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C Comprehensive Landscape and Parks Maintenance Services – RFP # 2023-07 26 19. Within the last five years, have you, any officer or partner of your organization, or the organization communicated with any local, state, or federal law enforcement agency, criminal justice agency or inspector general office relating to goods or services provided or performed for any governmental entity? Yes No If yes, attach a separate sheet of explanation. 20. Within the last five years, have there been any reports or audits relating to you, any office or partner of your organization, or the organization issued by any local, state, or federal law enforcement agency, criminal justice agency or inspector general office. Yes No If yes, attach a separate sheet of explanation. 21.Within the last five years, have you, any officer or partner of your organization, or the organization failed to disclose or made misrepresentations to any governmental entity regarding conflicts of interest or potential or apparent conflicts of interest. Yes No If yes, attach a separate sheet of explanation. ____________________________________________ Signature (Blue ink only) Print Name Title Date STATE OF ) COUNTY OF ) The foregoing instrument was acknowledged before me this day of , 20 , by as _________________________________ (Name of person acknowledging) (Title) for . (Company name) Personally known to me or has produced Identification , type of identification produced . (NOTARY SEAL HERE) SIGNATURE OF NOTARY PUBLIC __________________________________________ PRINT, TYPE/STAMP NAME OF NOTARY ŚĂƌůĞƐ'ŽŶnjĂůĞnj ^sW ϯͬϮϳͬϮϯ &ůŽƌŝĚĂ DŝĂŵŝͲĂĚĞ Ϯϳ DĂƌĐŚ Ϯϯ ŚĂƌůĞƐ'ŽŶnjĂůĞnj ^sW ƌŝŐŚsŝĞǁ>ĂŶĚƐĐĂƉĞ^ĞƌǀŝĐĞƐ͕/ŶĐ͘ zĂŶũĂŶŝĞĂůůĞƐƚĞƌŽƐ ƌŝǀĞƌ>ŝĐĞŶƐĞ DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C Comprehensive Landscape and Parks Maintenance Services – RFP # 2023-07 27 FORM 5 CLIENT REFERENCES PRINT CLEARLY Proposer shall provide a minimum of three references for work/projects of a similar scope relevant to this RFP /Agreement. REFERENCE #1 Name of Company: Reference Contact Name: _______________________________________________________________ Contact Title: _________________________________________________________________________ Contact Telephone: ____________________________________________________________________ Contact Email: ________________________________________________________________________ Contract Start Date: ____________________ Contract End Date: _____________________________ REFERENCE #2 Name of Company: Reference Contact Name: _______________________________________________________________ Contact Title: _________________________________________________________________________ Contact Telephone: ____________________________________________________________________ Contact Email: ________________________________________________________________________ Contract Start Date: ____________________ Contract End Date: _____________________________ REFERENCE #3 Name of Company: Reference Contact Name: _______________________________________________________________ Contact Title: _________________________________________________________________________ Contact Telephone: ____________________________________________________________________ Contact Email: ________________________________________________________________________ Contract Start Date: ____________________ Contract End Date: _____________________________ ŝƚLJŽĨtĞƐƚŽŶ;WĂƌŬƐĂŶĚ^ƉŽƌƚƐ&ŝĞůĚƐͿ &ƌĂŶĐŝƐĐŽ>ŽƉĞnj WĂƌŬƐ^ƵƉĞƌŝŶƚĞŶĚĞŶƚ ;ϵϱϰͿϯϴϵͲϰϯϮϭ ĨůŽƉĞnjΛǁĞƐƚŽŶĨů͘ŐŽǀ ϮϬϮϬ ϮϬϮϱ ŝƚLJŽĨ^ƵŶŶLJ/ƐůĞƐĞĂĐŚ &ĂďƌŝĐŝŽsŽůƉŝ ;ϮϮϯͿϮϯϰͲϳϯϲϵ WƵďůŝĐtŽƌŬƐŝƌĞĐƚŽƌ ϮϬϬϬ ϮϬϮϰ dŽǁŶŽĨDŝĂŵŝ>ĂŬĞƐ;KƉƚŝŵŝƐƚWĂƌŬͿ :ĞƌĞŵLJĂũĚĂƵŶ ŝƌĞĐƚŽƌ ;ϯϬϱͿϯϲϰͲϲϭϬϬ ďĂũĚĂƵŶũΛŵŝĂŵŝͲůĂŬĞƐͲĨů͘ŐŽǀ ϮϬϭϴ ϮϬϮϰ ĨǀŽůƉŝΛƐŝďĨů͘ŶĞƚ DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C Comprehensive Landscape and Parks Maintenance Services – RFP # 2023-07 28 REFERENCE #4 Name of Company: Reference Contact Name: _______________________________________________________________ Contact Title: _________________________________________________________________________ Contact Telephone: ____________________________________________________________________ Contact Email: ________________________________________________________________________ Contract Start Date: ____________________ Contract End Date: _____________________________ REFERENCE #5 Name of Company: Reference Contact Name: _______________________________________________________________ Contact Title: _________________________________________________________________________ Contact Telephone: ____________________________________________________________________ Contact Email: ________________________________________________________________________ Contract Start Date: ____________________ Contract End Date: _____________________________ sŝůůĂŐĞŽĨĂů,ĂƌďŽƵƌ ŝƚLJŽĨǀĞŶƚƵƌĂ :ŽŚŶKůĚĞŶďƵƌŐ ;ϯϬϱͿϴϲϲͲϰϲϯϯ ŝƌĞĐƚŽƌŽĨWĂƌŬƐĂŶĚWƵďůŝĐWůĂĐĞƐ ũŽůĚĞŶďƵƌŐΛďĂůŚĂƌďŽƵƌ͘ŽƌŐ ϮϬϬϵ ϮϬϮϰ ůĂŶ>ĞǀŝŶĞ ŝƚLJ/ŶƐƉĞĐƚŽƌ ;ϯϬϱͿϰϲϲͲϭϯϯϲ ůĞǀŝŶĞĂΛĐŝƚLJŽĨĂǀĞŶƚƵƌĂ͘ĐŽŵ ϭϵϵϵ ϮϬϮϱ DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C Comprehensive Landscape and Parks Maintenance Services – RFP # 2023-07 29 FORM 6A SINGLE EXECUTION AFFIDAVITS THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICIAL AUTHORIZED TO ADMINISTER OATHS. THIS FORM COMBINES SEVERAL AFFIDAVIT STATEMENTS TO BE SWORN TO BY THE PROPOSER OR BIDDER AND NOTARIZED BELOW. IN THE EVENT THE PROPOSER OR BIDDER CANNOT SWEAR TO ANY OF THESE AFFIDAVIT STATEMENTS, THE PROPOSER OR BIDDER IS DEEMED TO BE NON-RESPONSIBLE AND IS NOT ELIGIBLE TO SUBMIT A PROPOSAL/BID. THESE SINGLE EXECUTION AFFIDAVITS ARE SUBMITTED TO THE VILLAGE OF KEY BISCAYNE AND ARE STATEMENTS MADE: By: For (Name of Proposing or Bidding Entity): Whose business address is: And (if applicable) its Federal Employer Identification Number (FEIN) is: (if the entity does not have an FEIN, include the Social Security Number of the individual signing this sworn statement. SS#: ) Americans with Disabilities Act Compliance Affidavit The above-named firm, corporation or organization is in compliance with and agrees to continue to comply with, and assure that any subcontractor, or third-party contractor under this project complies with all applicable requirements of the laws listed below including, but not limited to, those provisions pertaining to employment, provision of programs and services, transportation, communications, access to facilities, renovations, and new construction. x The American with Disabilities Act of 1990 (ADA), Pub. L. 101-336, 104 Stat 327, 42 USC 1210112213 and 47 USC Sections 225 and 661 including Title I, Employment; Title II, Public Services; Title III, Public Accommodations and Services Operated by Private entities; Title IV, Telecommunications; and Title V, Miscellaneous Provisions. x The Florida Americans with Disabilities Accessibility Implementation Act of 1993, Section 553.501- 553.513, Florida Statutes: x The Rehabilitation Act of 1973, 229 USC Section 794; x The Federal Transit Act, as amended 49 USC Section 1612; x The Fair Housing Act as amended 42 USC Section 3601-3631. __________ Proposer Initials Public Entity Crimes Affidavit I understand that a “public entity crime” as defined in Paragraph 287.133(1)(g), Florida Statutes, means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or of the United ϴϭϵϭEtϴϰƚŚ^ƚƌĞĞƚ͕DĞĚůĞLJ͕&>ϯϯϭϲϲ ƌŝŐŚƚsŝĞǁ>ĂŶĚƐĐĂƉĞ^ĞƌǀŝĐĞƐ͕/ŶĐ͘ ϵϱͲϰϭϵϰϮϮϯ ŚĂƌůĞƐ'ŽŶnjĂůĞnj DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C Comprehensive Landscape and Parks Maintenance Services – RFP # 2023-07 30 States, including but not limited to, any bid or contract for goods or services to be provided to any public entity or an agency or political subdivision of any other state or of the United States and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentations. I understand that “convicted” or “conviction” as defined in Paragraph 287.133(1)(b), Florida Statutes, means a finding of guilt or a conviction of a public entity crime, with or without an adjudication of guilt, in any federal or state trial court of record relating to charges brought by indictment or information after July 1, 1989, as a result of a jury verdict, non-jury trial, or entry of a plea of guilty or nolo contendere. I understand that an “affiliate” as defined in Paragraph 287.133(1)(a), Florida Statutes, means: 1. A predecessor or successor of a person convicted of a public entity crime; or 2. An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term “affiliate” includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The ownership by one person of shares constituting a controlling interest in another person, or a pooling of equipment or income among persons when not for fair market value under an arm’s length agreement, shall be a prima facie case that one person controls another person. A person who knowingly enters into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding 36 months shall be considered an affiliate. I understand that a “person” as defined in Paragraph 287.133(1)(e), Florida Statutes, means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding contract and which bids or applies to bid on contracts for the provision of goods or services let by a public entity, or which otherwise transacts or applies to transact business with a public entity. The term “person” includes those officers, directors, executives, and partners, shareholders, employees, members, and agents who are active in management of an entity. Based on information and belief, the statement, which I have marked below, is true in relations to the entity submitting this sworn statement. (INDICATE WHICH STATEMENT APPLIES.) [ ] Neither the entity submitting this sworn statement, nor any of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, nor any affiliate of the entity has been charged with ad convicted of a public entity crime subsequent to July 1, 1989. [ ] The entity submitting this sworn statement, or one or more of its officers, directors, executives partners, shareholders, employees, members, or agents who are active in the management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. [ ] The entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. However, there has been a subsequent proceeding before a Hearing Officer of the State of Florida , Division of Administrative Hearings and the final Order entered by the Hearing Officer determined that it was not in the public interest to place the entity submitting this sworn statement on the convicted vendor list (attach a copy of the final order). DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C 31 Comprehensive Landscape and Parks Maintenance Services – RFP # 2023-07 I understand that the submission of this form to the contracting officer for the public entity identified in paragraph 1 above is for that public entity only and that this form is valid through December 31 of the calendar year in which it is filed. I also understand that I am required to inform the public entity prior to entering into a contract in excess of the threshold amount provided in Section 287.017, Florida Statutes for category two of any change in the information contained in this form. __________ Proposer Initials No Conflict of Interest or Contingent Fee Affidavit Proposer warrants that neither it nor any principal, employee, agent, representative nor family member has paid or will pay any fee or consideration that is contingent on the award or execution of a contract arising out of this solicitation. Proposer also warrants that neither it nor any principal, employee, agent, representative nor family member has procured or attempted to procure this contract in violation of any of the provisions of the Miami-Dade County conflict of interest or code of ethics ordinances. Further, Proposer acknowledges that any violation of these warrants will result in the termination of the contract and forfeiture of funds paid or to be paid to the Proposer should the Proposer be selected for the performance of this contract. __________ Proposer Initials Business Entity Affidavit Proposer hereby recognizes and certifies that no elected official, board member, or employee of the Village of Key Biscayne (the " Village”) shall have a financial interest directly or indirectly in this transaction or any compensation to be paid under or through this transaction, and further, that no Village employee, nor any elected or appointed officer (including Village board members) of the Village, nor any spouse, parent or child of such employee or elected or appointed officer of the Village, may be a partner, officer, director or proprietor of Proposer or Vendor, and further, that no such Village employee or elected or appointed officer, or the spouse, parent or child of any of them, alone or in combination, may have a material interest in the Vendor or Proposer. Material interest means direct or indirect ownership of more than 5% of the total assets or capital stock of the Proposer. Any exception to these above-described restrictions must be expressly provided by applicable law or ordinance and be confirmed in writing by Village. Further, Proposer recognizes that with respect to this transaction or bid, if any Proposer violates or is a party to a violation of the ethics ordinances or rules of the Village, the provisions of Miami-Dade County Code Section 2-11.1, as applicable to Village, or the provisions of Chapter 112, part III, Fla. Stat., the Code of Ethics for Public Officers and Employees, such Proposer may be disqualified from furnishing the goods or services for which the bid or proposal is submitted and may be further disqualified from submitting any future bids or proposals for goods or services to Village. __________ Proposer Initials Anti-Collusion Affidavit 1. Proposer/Bidder has personal knowledge of the matters set forth in its Proposal/Bid and is fully informed respecting the preparation and contents of the attached Proposal/Bid and all pertinent circumstances respecting the Proposal/Bid; 2. The Proposal/Bid is genuine and is not a collusive or sham Proposal/Bid; and 3. Neither the Proposer/Bidder nor any of its officers, partners, owners, agents, representatives, DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C Comprehensive Landscape and Parks Maintenance Services – RFP # 2023-07 32 employees, or parties in interest, including Affiant, has in any way colluded, conspired, connived, or agreed, directly or indirectly with any other Proposer/Bidder, firm, or person to submit a collusive or sham Proposal/Bid, or has in any manner, directly or indirectly, sought by agreement or collusion or communication or conference with any other Proposer/Bidder, firm, or person to fix the price or prices in the attached Proposal/Bid or of any other Proposer/Bidder, or to fix any overhead, profit, or cost element of the Proposal/Bid price or the Proposal/Bid price of any other Proposer/Bidder, or to secure through any collusion, conspiracy, connivance or unlawful agreement any advantage against the Village of Key Biscayne or any person interested in the proposed Contract. __________ Proposer Initials Scrutinized Company Certification 1. Proposer certifies that it and its subcontractors are not on the Scrutinized Companies that Boycott Israel List. Pursuant to Section 287.135, F.S., the Village may immediately terminate the Agreement that may result from this ITB at its sole option if the Proposer or its subcontractors are found to have submitted a false certification; or if the Proposer, or its subcontractors are placed on the Scrutinized Companies that Boycott Israel List or is engaged in the boycott of Israel during the term of the Agreement. 2. If the Agreement that may result from this ITB is for more than one million dollars, the Proposer certifies that it and its subcontractors are also not on the Scrutinized Companies with Activities in Sudan, Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or engaged with business operations in Cuba or Syria as identified in Section 287.135, F.S. pursuant to Section 287.135, F.S., the Village may immediately terminate the Agreement that may result from this ITB at its sole option if the Proposer, its affiliates, or its subcontractors are found to have submitted a false certification; or if the Proposer, its affiliates, or its subcontractors are placed on the Scrutinized Companies with Activities in Sudan List, or Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or engaged with business operations in Cuba or Syria during the term of the Agreement. 3. The Proposer agrees to observe the above requirements for applicable subcontracts entered into for the performance of work under the Agreement that may result from this ITB. As provided in Subsection 287.135(8), F.S., if federal law ceases to authorize the above-stated contracting prohibitions then they shall become inoperative. __________ Proposer Initials Acknowledgment, Warranty, and Acceptance 1. CONTRACTOR warrants that it is willing and able to comply with all applicable state of Florida laws, rules and regulations. 2. CONTRACTOR warrants that it has read, understands, and is willing to comply with all requirements of RFP # 2023-07 COMPREHENSIVE LANDSCAPE AND PARKS MAINTENANCE SERVICES and any addendum/addenda related thereto. 3. CONTRACTOR warrants that it will not delegate or subcontract its responsibilities under an agreement without the prior written permission of the Village Council or Village Manager, as applicable. 4. CONTRACTOR warrants that all information provided by it in connection with this Proposal is true and accurate. __________ Proposer Initials DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C Comprehensive Landscape and Parks Maintenance Services – RFP # 2023-07 33 Truth in Negotiation Certification The CONTRACTOR hereby certifies, covenants, and warrants that wage rates and other factual unit costs supporting the compensation for this project’s agreement are accurate, complete, and current at the time of contracting. The CONTRACTOR further agrees that the original agreement price and any additions thereto shall be adjusted to exclude any significant sums by which the Village determines the agreement price was increased due to inaccurate, incomplete, or noncurrent wage rates and other factual unit costs. All such agreement adjustments shall be made within (1) year following the end of the contract. For purposes of this certificate, the end of the agreement shall be deemed to be the date of the final billing or acceptance of the work by the Village, whichever is later. __________ Respondent Initials Sworn Signature of Proposing Entity Representative and Notarization for all above Affidavits In the presence of: Signed, sealed and delivered by: Witness #1 Print Name: Print Name: Title: Witness #2 Print Name: ACKNOWLEDGMENT State of Florida County of On this day of , 20 , before me the undersigned, personally appeared , whose name(s) is/are subscribed to the within instrument, and he/she/they acknowledge that he/she/they executed it. Witness my hand and official seal: Notary Public (Print, Stamp, or Type as Commissioned) Personally known to me; or Produced identification (Type of Identification: ) Did take an oath; or Did not take an oath. DŝĂŵŝͲĂĚĞ Ϯϳ DĂƌĐŚ Ϯϯ ŚĂƌůĞƐ'ŽŶnjĂůĞnj nce of: tness #1 Print Name: tness #2 Print Name: Print Name:ŚĂƌůĞƐ'ŽŶnjĂůĞnj ^sW :ĞƌĞŵLJƌƵnj ƌĂŝŐKĨĨƵƚƚ DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C Comprehensive Landscape and Parks Maintenance Services – RFP # 2023-07 34 FORM 6B INDEPENDENCE AFFIFAVIT The undersigned individual, being duly sworn, deposes and says that: I am of , the proposer that has submitted the attached proposal; I hereby certify to the best of my knowledge that neither I nor any of those persons residing in my household have or have had during the past five years, any relationships (professional, financial, familial or otherwise) with the VILLAGE (or any of its districts), its elected or appointed officials, its employees or agents, or any member or alternate member of the Selection Committee. A “relationship” for the purpose of this affidavit shall include but not be limited to employer/employee, consultant, contractor, subcontractor, associate, officer, partnership, joint venture, ownership greater than one percent, landlord/tenant, or creditor/debtor, gift donor/recipient (in excess of $100.00), past or on-going personal relationships, or joint involvement with charitable/voluntary activities. Relationship includes having a prior or current contract with the VILLAGE. Except as set forth below, I hereby certify to the best of my knowledge that neither I nor any of those persons residing in my household have received any promise of compensation, remuneration, gift, discount, or other gratuity in exchange for my proposal. I understand and agree that I shall give the VILLAGE written notice of any other relationships (as defined above) that I enter into with the VILLAGE (or any of its districts), its elected or appointed officials, its employees or agents, or any member or alternate member of the Selection Committee during the period of the Agreement. I set forth below any exceptions to the aforementioned (if none, write “None”): _____________________________________________________________________________________ _____________________________________________________________________________________ _____________________________________________________________________________________ _____________________________________________________________________________________ _____________________________________________________________________________________ _____________________________________________________________________________________ ŚĂƌůĞƐ'ŽŶnjĂůĞnj ƌŝŐŚƚsŝĞǁ>ĂŶĚƐĐĂƉĞ^ĞƌǀŝĐĞƐ͕/ŶĐ͘ ΗEŽŶĞΗ DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C Comprehensive Landscape and Parks Maintenance Services – RFP # 2023-07 35 ____________________________________________ Signature (Blue ink only) Print Name Title Date STATE OF ) COUNTY OF ) The foregoing instrument was acknowledged before me this day of , 20 , by as _________________________________ (Name of person acknowledging) (Title) for . (Company name) Personally known to me or has produced Identification , type of identification produced . (NOTARY SEAL HERE) SIGNATURE OF NOTARY PUBLIC __________________________________________ PRINT, TYPE/STAMP NAME OF NOTAR ŚĂƌůĞƐ'ŽŶnjĂůĞnj ^sW ϯͬϮϳͬϮϬϮϯ &ůŽƌŝĚĂ DŝĂŵŝͲĂĚĞ Ϯϳ DĂƌĐŚ Ϯϯ ŚĂƌůĞƐ'ŽŶnjĂůĞnj ^sW ƌŝŐŚƚsŝĞǁ>ĂŶĚƐĐĂƉĞ^ĞƌǀŝĐĞƐ͕/ŶĐ͘ zĂŶũĂŶŝĞĂůůĞƐƚĞƌŽƐ DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C Comprehensive Landscape and Parks Maintenance Services – RFP # 2023-07 36 FORM 6C NON-COLLUSION AFFIDAVIT The undersigned individual, being duly sworn, deposes and says that: 1. He/She is_______________________________ of____________________________________, proposer that has submitted the attached proposal; 2. He/She is fully informed respecting the preparation and contents of the attached proposal and of all pertinent circumstances respecting such proposal; 3. Such proposal is genuine and is not a collusive or sham proposal; 4. Neither said proposer nor any of its officers, partners, owners, agents, representatives, employees, or parties in interest, including this affiant, has in any way colluded, connived, or agreed, directly or indirectly, with any other proposer, firm or person to submit a collusive or sham proposal in connection with the Agreement for which the attached proposal has been submitted or to refrain from proposing in connection with the Agreement, or has in any manner, directly or indirectly, sought by agreement of collusion or communication of conference with any other proper, firm, or person to fix the price or prices in the attached proposal, or of any other proposer, or to fix any overhead, profit or cost element of the proposal or the response of any other proposer, or to secure through any collusion, connivance, or unlawful agreement any advantage against the Village of Key Biscayne, Florida, or any person interested in the Agreement; and 5. The response to the attached RFP is fair and proper and is not tainted by any collusion, conspiracy, connivance, or unlawful agreement on the part of the proposer or any of its agents, representatives, owners, employees, or parties in interest, including this affiant. ____________________________________________ Signature (Blue ink only) Print Name Title Date STATE OF ) COUNTY OF ) The foregoing instrument was acknowledged before me this day of , 20 , by as _________________________________ (Name of person acknowledging) (Title) for . (Company name) Personally known to me or has produced Identification , type of identification produced . (NOTARY SEAL HERE) SIGNATURE OF NOTARY PUBLIC __________________________________________ PRINT, TYPE/STAMP NAME OF NOTARY ŚĂƌůĞƐ'ŽŶnjĂůĞnj ƌŝŐŚƚsŝĞǁ>ĂŶĚƐĐĂƉĞ^ĞƌǀŝĐĞƐ͕/ŶĐ͘ zĂŶũĂŶŝĞĂůůĞƐƚĞƌŽƐ Ϯϳ DĂƌĐŚ Ϯϯ &ůŽƌŝĚĂ DŝĂŵŝͲĂĚĞ ŚĂƌůĞƐ'ŽŶnjĂůĞnj ^sW ƌŝŐŚƚsŝĞǁ>ĂŶĚƐĐĂƉĞ^ĞƌǀŝĐĞƐ͕/ŶĐ͘ ŚĂƌůĞƐ'ŽŶnjĂůĞnj ^sW ϯͬϮϳͬϮϯ DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C Comprehensive Landscape and Parks Maintenance Services – RFP # 2023-07 37 FORM 7 DRUG FREE WORKPLACE The undersigned proposer in accordance with Chapter 287.087, Florida Statutes, hereby certifies that ____________________________ does: (Name of proposer) 1.Publish a statement notifying employees that the unlawful manufacturing, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2.Inform employees about the dangers of drug abuse in the workplace, the business’s policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3.Give each employee engaged in providing the contractual services described in the RFP document a copy of the statement specified in subsection (1). 4.In the statement specified in subsection (1), notify the employee that, as a condition of working on the contractual services described in the RFP or the Agreement, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. 5.Impose a sanction on or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee’s community, by any employee who is so convicted. 6.Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section. 7.As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements. ŚĂƌůĞƐ'ŽŶnjĂůĞnj DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C Comprehensive Landscape and Parks Maintenance Services – RFP # 2023-07 38 ____________________________________________ Signature (Blue ink only) Print Name Title Date STATE OF ) COUNTY OF ) The foregoing instrument was acknowledged before me this day of , 20 , by as _________________________________ (Name of person acknowledging) (Title) for . (Company name) Personally known to me or has produced Identification , type of identification produced . (NOTARY SEAL HERE) SIGNATURE OF NOTARY PUBLIC __________________________________________ PRINT, TYPE/STAMP NAME OF NOTAR ŚĂƌůĞƐ'ŽŶnjĂůĞnj ^sW ϯͬϮϳͬϮϯ &ůŽƌŝĚĂ DŝĂŵŝͲĂĚĞ Ϯϳ DĂƌĐŚ ŚĂƌůĞƐ'ŽŶnjĂůĞnj ^sW ƌŝŐŚƚsŝĞǁ>ĂŶĚƐĐĂƉĞ^ĞƌǀŝĐĞƐ͕/ŶĐ͘ ƌŝǀĞƌ>ŝĐĞŶƐĞ zĂŶũĂŶŝĞĂůůĞƐƚĞƌŽƐ DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C Comprehensive Landscape and Parks Maintenance Services – RFP # 2023-07 39 FORM 8 CERTIFICATION TO ACCURACY OF PROPOSAL The proposer, by executing this form, hereby certifies and attests that all forms, affidavits and documents related thereto that it has enclosed in the proposal in support of its proposal are true and accurate. Failure by the proposer to attest to the truth and accuracy of such forms, affidavits and documents shall result in the proposal being deemed non-responsive and such proposal will not be considered. By submitting a proposal to do the work, the proposer certifies that a careful review of the RFP and the Agreement has taken place and that the proposer is fully informed and understands the requirements of the RFP and the Agreement and the quality and quantity of service to be performed. The undersigned individual, being duly sworn, deposes and says that: 1.He/She is of , the proposer that has submitted the attached proposal; 2.He/She is fully informed respecting the preparation and contents of the attached proposal and of all forms, affidavits and documents submitted in support of such proposal; 3.All forms, affidavits and documents submitted in support of this proposal and included in this proposal are true and accurate; 4.No information that should have been included in such forms, affidavits and documents has been omitted; and 5.No information that is included in such forms, affidavits or documents is false or misleading. STATE OF ) COUNTY OF ) The foregoing instrument was acknowledged before me this day of , 20 , by as _________________________________ (Name of person acknowledging) (Title) for . (Company name) Personally known to me or has produced Identification , type of identification produced . (NOTARY SEAL HERE) SIGNATURE OF NOTARY PUBLIC __________________________________________ PRINT, TYPE/STAMP NAME OF NOTARY ŚĂƌůĞƐ'ŽŶnjĂůĞnj ƌŝŐŚƚsŝĞǁ>ĂŶĚƐĐĂƉĞ^ĞƌǀŝĐĞƐ͕/ŶĐ͘ &ůŽƌŝĚĂ DŝĂŵŝͲĂĚĞ Ϯϳ DĂƌĐŚ Ϯϯ ŚĂƌůĞƐ'ŽŶnjĂůĞnj ^sW ƌŝŐŚƚsŝĞǁ>ĂŶĚƐĐĂƉĞ^ĞƌǀŝĐĞƐ͕/ŶĐ͘ ƌŝǀĞƌ>ŝĐĞŶƐĞ zĂŶũĂŶŝĞĂůůĞƐƚĞƌŽƐ DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C Comprehensive Landscape and Parks Maintenance Services – RFP # 2023-07 40 FORM 9 SCRUTINIZED COMPANIES The undersigned proposer in accordance with Section 287.135, Florida Statutes, hereby certifies that: Proposer is not participating in a boycott of Israel; Proposer is not on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List; Proposer does not have business operations in Cuba or Syria. Signature (Blue ink only) Print Name Title Date STATE OF ) COUNTY OF ) The foregoing instrument was acknowledged before me this day of , 20 , by as _________________________________ (Name of person acknowledging) (Title) for . (Company name) Personally known to me or has produced Identification , type of identification produced . (NOTARY SEAL HERE) SIGNATURE OF NOTARY PUBLIC __________________________________________ PRINT, TYPE/STAMP NAME OF NOTARY ŚĂƌůĞƐ'ŽŶnjĂůĞnj ^sW ϯͬϮϳͬϮϬϮϯ &ůŽƌŝĚĂ DŝĂŵŝͲĂĚĞ Ϯϳ DĂƌĐŚ Ϯϯ ŚĂƌůĞƐ'ŽŶnjĂůĞnj ^sW ƌŝŐŚƚsŝĞǁ>ĂŶĚƐĐĂƉĞ^ĞƌǀŝĐĞƐ͕/ŶĐ͘ ƌŝǀĞƌ>ŝĐĞŶƐĞ zĂŶũĂŶŝĞĂůůĞƐƚĞƌŽƐ DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C Comprehensive Landscape and Parks Maintenance Services – RFP # 2023-07 41 FORM 10 PUBLIC ENTITY CRIMES Sworn Statement Under §287.133(3)(a), Florida Statutes (This form must be signed in the presence of a notary public or other officer authorized to administer oaths.) 1. This sworn statement is submitted with Bid, Proposal or contract No. 2. This sworn statement is submitted by: (name of entity submitting sworn statement) whose business address is: ____________________________________________ ____________________________________________ ____________________________________________ Federal Identification Number (FEIN) is: ___________________________________________ (if applicable) Social Security Number: ___________________________________________ (if the entity has no FEIN, include the Social Security Number of the individual signing this sworn statement) 3.My name is: _________________________________________ (print name of individual signing this document) and my relationship to the entity is:___________________________________ 4.I understand that a "public entity crime" as defined in §287.133(1)(g), Florida Statutes means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or with the United states, including, but not limited to, any bid or contract for goods or services to be provided to any public entity or an agency or political subdivision of any other state or of the United States and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation. 5.I understand that a "convicted" or "conviction" as defined in §287.133(1)(b), Florida Statutes, means a finding of guilt of a conviction of a public entity crime, with or without an adjudication of guilt, in any federal or state trial court of record relating to charges brought by indictment or information after July 1, 1989, as a result of a jury verdict, non-jury trial, or entry of a plea of guilty or nolo contendere. 6.I understand that an "affiliate" as defined in §287.133(1)(a), Florida Statutes means: (a) A predecessor or successor of a person or a corporation convicted of a public entity crime; or (b)An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The ownership by one person of shares constituting a controlling interest in another person, or a pooling of equipment or income among persons when not for fair market Z&WηϮϬϮϯͲϬϳ ƌŝŐŚƚsŝĞǁ>ĂŶĚƐĐĂƉĞ^ĞƌǀŝĐĞƐ͕/ŶĐ͘ ϴϭϵϭEtϴϰƚŚ^ƚƌĞĞƚ DĞĚůĞLJ͕&>ϯϯϭϲϲ ϵϱͲϰϭϵϮϮϯ ŚĂƌůĞƐ'ŽŶnjĂůĞnj ^sW DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C Comprehensive Landscape and Parks Maintenance Services – RFP # 2023-07 42 value under an arm's length agreement, shall be a prima-facie case that one person controls another person. A person who knowingly enters into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding 36 months shall be considered an affiliate. 7.I understand that a "person" as defined in §287.133(1)(e), Florida Statutes, means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding contract and which binds or applies to bids on contracts for the provision of goods or services let by a public entity, or which otherwise transacts or applies to transact business with a public entity. The term "person" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in management of an entity. 8.Based on the information and belief, the statement that I have marked below is true in relation to the entity submitting this sworn statement. (Please indicate which statement applies) a. ____Neither the entity submitting the sworn statement, nor any officers, directors, executives, partners, shareholders, employees, members or agents who are active in management of the entity nor any affiliate of the entity have been charged with and convicted of a public entity crime subsequent to July 1, 1989. b.____The entity submitting this sworn statement, or one or more of the officers, directors, executives, partners, shareholders, employees, members or agents who are active in management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989, and (Please indicate which additional statement applies) 1)____There has been a proceeding concerning the conviction before a hearing officer of the State of Florida, Division of Administrative Hearings. The final order entered by the hearing officer did not place the person or affiliate on the convicted vendor list. (Please attach a copy of the final order) 2)____The person or affiliate was placed on the convicted list. There has been a subsequent proceeding before a hearing officer of the State of Florida, Division of Administrative Hearings. The final order entered by the hearing officer determined that it was in the public interest to remove the person or affiliate from the convicted vendor list. (Please attach a copy of the final order) 3) ____The person or affiliate has not been placed on the convicted vendor list. (Please describe any action taken by or pending with the Department of General Services) ____________________________________ __________________________________ Signature Date ϯͬϮϳͬϮϯ DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C Comprehensive Landscape and Parks Maintenance Services – RFP # 2023-07 43 STATE OF ) COUNTY OF ) The foregoing instrument was acknowledged before me this day of , 20 , by as _________________________________ (Name of person acknowledging) (Title) for . (Company name) Personally known to me or has produced Identification , type of identification produced . (NOTARY SEAL HERE) SIGNATURE OF NOTARY PUBLIC __________________________________________ PRINT, TYPE/STAMP NAME OF NOTARY &ůŽƌŝĚĂ DŝĂŵŝͲĂĚĞ Ϯϳ DĂƌĐŚ Ϯϯ ŚĂƌůĞƐ'ŽŶnjĂůĞnj^sW ƌŝŐŚƚsŝĞǁ>ĂŶĚƐĐĂƉĞ^ĞƌǀŝĐĞƐ͕/ŶĐ͘ ƌŝǀĞƌ>ŝĐĞŶƐĞ zĂŶũĂŶŝĞĂůůĞƐƚĞƌŽƐ DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C Comprehensive Landscape and Parks Maintenance Services – RFP # 2023-07 44 FORM 11 DISPUTE DISCLOSURE Answer the following questions by placing an “X” after “Yes” or “No”. If you answer “Yes”, please explain in the space provided, or on a separate sheet attached to this form. 1.Has your firm or any of its officers, received a reprimand of any nature or been suspended by the Department of Professional Regulations or any other regulatory agency or professional associations within the last five (5) years? YES __________ NO __________ 2.Has your firm, or any member of your firm, been declared in default, terminated or removed from a contract or job related to the services your firm provides in the regular course of business within the last five (5) years? YES __________ NO __________ 3.Has your firm had against it or filed any requests for equitable adjustment, contract claims, Bid protests, or litigation in the past five (5) years that is related to the services your firm provides in the regular course of business? YES __________ NO __________ If yes, state the nature of the request for equitable adjustment, contract claim, litigation, or protest, and state a brief description of the case, the outcome or status of the suit and the monetary amounts of extended contract time involved. I hereby certify that all statements made are true and agree and understand that any misstatement or misrepresentation of falsification of facts shall be cause for forfeiture of rights for further consideration of this Bid for the Village of Key Biscayne. Firm: Authorized Signature: Print or Type Name: Title: Date: _______ dž dž dž ƌŝŐŚƚsŝĞǁ>ĂŶĚƐĐĂƉĞ^ĞƌǀŝĐĞƐ͕/ŶĐ͘ ŚĂƌůĞƐ'ŽŶnjĂůĞnj ^sW ϯͬϮϳͬϮϯ DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C Comprehensive Landscape and Parks Maintenance Services – RFP # 2023-07 45 FORM 12 LIST OF PROPOSED SUBCONTRACTORS The undersigned Proposer hereby designates, as follows, all major subcontractors whom they propose to utilize for the major areas of work for the project. The bidder is further notified that all subcontractors shall be properly licensed, bondable and shall be required to furnish the Village with a Certificate of Insurance in accordance with the contract general conditions. Failure to furnish this information shall be grounds for rejection of the bidder’s proposal. (If no subcontractors are proposed, state “None” on first line below.) No. Subcontractor Name & Address Scope of Work License Number Firm: Authorized Signature: Print or Type Name: Title: Date: ______ EŽƐƵďĐŽŶƚƌĂĐƚŽƌƐǁŝůůďĞƵƐĞĚ ƌŝŐŚƚsŝĞǁ>ĂŶĚƐĐĂƉĞ^ĞƌǀŝĐĞƐ͕/ŶĐ͘ ŚĂƌůĞƐ'ŽŶnjĂůĞnj ^sW ϯͬϮϳͬϮϯ DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C Comprehensive Landscape and Parks Maintenance Services – RFP # 2023-07 46 FORM 13 PERFORMANCE BOND BY THIS BOND, we, , as Principal, (the “Contractor”) and , as Surety, are bound to the Village of Key Biscayne (the “Village”), as Obligee, in the amount of Dollars ($ ) for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. WHEREAS, Contractor has by written agreement entered into Contract RFP # 2023-07 Comprehensive Landscape and Parks Maintenance Services , awarded on , 20____, with the Village, which contract documents are by reference incorporated herein and made a part hereof, and specifically include provision for liquidated and other damages, and for the purpose of this Bond are referred to as the “Contract.” NOW, THEREFORE, THE CONDITION OF THIS PERFORMANCE BOND is that if Contractor: 1. Performs the Contract between Contractor and Village for the services defined in the Contract, the Contract being made a part of this Bond by reference, at the times and in the manner prescribed in the Contract; and 2. Pays the Village all losses, damages, liquidated damages, expenses, costs, and any and all attorney’s fees, including for appellate proceedings, that the Village sustains as a result of default by Contractor under the Contract; and 3. Performs the guarantee of all work and materials furnished under the Contract for the time specified in the Contract, THEN THIS BOND WILL BE VOID. OTHERWISE, IT WILL REMAIN IN FULL FORCE AND EFFECT SUBJECT, HOWEVER, TO THE FOLLOWING CONDITIONS: 4. Whenever Contractor is, and declared by the Village to be, in default under the Contract, the Village having performed the Village’s obligations, the Surety may promptly remedy the default or will promptly: a. Complete the services defined in the Contract in accordance with the terms and conditions of the Contract; or b. Obtain a bid or bids for completing the services defined in the Contract in accordance with the terms and conditions of the Contract, and upon determination by Surety of the lowest responsible bidder, or if the Village elects, upon determination by the Village and Surety jointly of the lowest responsible bidder, arrange for a contract between such bidder and the Village, and make available as work progresses (even though there should be a default or a succession of defaults under the Contract 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, will mean the total amount payable by the Village to Contractor under the Contract and any amendments thereto, less the amount properly paid by the Village to Contractor. IT IS FURTHER AGREED THAT no right of action will accrue on this Bond to or for the use of any person or corporation other than the Village; an IT IS FURTHER AGREED THAT the Surety hereby waives notice of and agrees that any changes in or under the Contract and compliance or noncompliance with any formalities connected with the Contract DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C Comprehensive Landscape and Parks Maintenance Services – RFP # 2023-07 47 or the changes does not affect Surety’s obligations under this Bond. Signed and sealed this day of , 20 . FOR THE CONTRACTOR: WITNESS: Secretary Name of Corporation By: (Affix Corporate Seal) Print Name: Title: FOR THE SURETY: WITNESS: Agent and Attorney-in-Fact Print Name: Title: Address: Telephone: _______ DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C Comprehensive Landscape and Parks Maintenance Services – RFP # 2023-07 48 FORM 14 PAYMENT BOND BY THIS BOND, we, , as Principal, (the “Contractor”) and , as Surety, are bound to the Village of Key Biscayne (the “Village”), as Obligee, in the amount of Dollars ($ ) for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. WHEREAS, Contractor has by written agreement entered into Contract RFP # 2023-07 Comprehensive Landscape and Parks Maintenance Services , awarded on , 20___, with the Village, which contract documents are by reference incorporated herein and made a part hereof, and specifically include provision for liquidated and other damages, and for the purpose of this Bond are referred to as the “Contract.” NOW, THEREFORE, THE CONDITION OF THIS PAYMENT BOND is that if Contractor: 1.Pays the Village all losses, damages, liquidated damages, expenses, costs, and any and all attorney’s fees, including for appellate proceedings, that the Village sustains as a result of default by Contractor under the Contract; and 2.Promptly makes payment to all claimants as defined by Section 255.05(1), Florida Statutes, for all labor, materials, and supplies used directly or indirectly by Contractor in the performance of the Contract. THEN CONTRACTOR’S OBLIGATION WILL BE VOID. OTHERWISE, IT WILL REMAIN IN FULL FORCE AND EFFECT SUBJECT, HOWEVER, TO THE FOLLOWING CONDITIONS: a. A claimant, except a laborer, who is not in privity with Contractor and who has not received payment for its labor, materials, or supplies will within forty-five (45) days after beginning to furnish labor, materials, or supplies for the prosecution of the Work, furnish to Contractor a notice that he/she intends to look to the Bond for protection. b. A claimant who is not in privity with Contractor and who has not received payment for its labor, materials, or supplies will, within ninety (90) days after performance of the labor or after complete delivery of the materials or supplies, deliver to Contractor and to the Surety, written notice of the performance of the labor or delivery of the materials or supplies and of the nonpayment. c. No action for the labor, materials, or supplies may be instituted against Contractor or the Surety unless the notices stated under the preceding conditions 2(a) and 2(b) have been given. d. Any action under this Bond must be instituted in accordance with the longer of the applicable notice and time limitation provisions prescribed in Section 255.05(2) or 95-11, Florida Statutes. IT IS FURTHER AGREED THAT the Surety hereby waives notice of and agrees that any changes in or under the Contract and compliance or noncompliance with any formalities connected with the Contract or the changes does not affect Surety’s obligations under this Bond. DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C Comprehensive Landscape and Parks Maintenance Services – RFP # 2023-07 49 Signed and sealed this day of , 20 . FOR THE CONTRACTOR: WITNESS: Secretary Name of Corporation By: (Affix Corporate Seal) Print Name: Title: FOR THE SURETY: WITNESS: Agent and Attorney-in-Fact Print Name: Title: Address: Telephone: _______ DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C Comprehensive Landscape and Parks Maintenance Services – RFP # 2023-07 50 FORM 15 PROPOSAL SECURITY ATTACH CASHIER’S CHECK OR PROPOSAL BOND DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C Comprehensive Landscape and Parks Maintenance Services – RFP # 2023-07 51 FORM 16 INSURANCE AND LICENSE CERTIFICATES VILLAGE OF KEY BISCAYNE BIDDER’S REPRESENTATION COMPREHENSIVE LANDSCAPE AND PARK MAINTENANCE SERVICES Proposal of (Name) (Address) to furnish all materials, equipment, and labor and to perform all work in accordance with the Contract Documents for: COMPREHENSIVE LANDSCAPE AND PARK MAINTENANCE SERVICES (“THE PROJECT”) TO: Village of Key Biscayne Attn: Village Clerk 88 West McIntyre Street, Suite 220 Key Biscayne, Florida 33149 The undersigned, as Bidder, hereby declares that the only person or persons interested in the Bid, as principal or principals, is or are named herein and that no other person than herein mentioned has any interests in the Bid or the Contract to which the Work pertains; that this Bid is made without connection or arrangement with any other person, company, or parties making Bids or Proposals and that the Bid is in all respects fair and made in good faith without collusion or fraud. The Bidder further declares that he or she has examined the geographic location and sites of the Work; that he has made sufficient investigations to fully satisfy himself that such sites are suitable for this Work; and he assumes full responsibility therefore; that he has examined the specifications for the Work and from his own experience or from professional advice that the specifications are sufficient for the Work to be done and he has examined the other Contract Documents relating thereto, including the Instructions to Bidders, the Contract, Bid, Detailed Scope of Work/Specifications, Qualification Statement, Public Entity Crime Form, and Insurance requirements and he has read all addenda prior to the opening of Bids, and that he has satisfied himself fully, relative to all matters and conditions with respect to the Work to which this Bid pertains. The Bidder proposes and agrees, if this Bid is accepted, to timely execute the Contract with the Village in the form attached and to furnish all necessary materials, all equipment, all necessary machinery, tools, apparatus, means of transportation, and labor necessary to complete the Work specified in the Bid and the Contract, and called for by the drawings and specifications and in the manner specified and to timely submit all required bonds and insurance certificates. NOTE: THIS SCHEDULE OF BID ITEMS IS MERELY ILLUSTRATIVE OF THE MINIMUM AMOUNT/QUANTITY OF WORK TO BE PERFORMED UNDER THE CONTRACT. IN THE CASE OF ANY CONFLICT BETWEEN THIS SCHEDULE OF BID ITEMS AND THE DETAILED SPECIFICATIONS, THE DETAILED SPECIFICATIONS WILL PREVAIL. ƌŝŐŚƚsŝĞǁ>ĂŶĚƐĐĂƉĞ^ĞƌǀŝĐĞƐ͕/ŶĐ͘ ϴϭϵϭEtϴϰƚŚ^ƚƌĞĞƚ͕DĞĚůĞLJ͕&>ϯϯϭϲϲ DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C Comprehensive Landscape and Parks Maintenance Services – RFP # 2023-07 52 The Bidder further proposes and agrees to comply in all respects with the time limits for commencement and completion of the Work as stated in the Contract. The Bidder agrees to execute the Contract and furnish the executed Contract, all required bonds, insurance certificates, and other required information to Village within ten (10) ten calendar days after written notice of the Award of Contract. Failure on the part of the Bidder to timely comply with this provision shall give Village all rights and remedies set forth in the Instructions to Bidders. The undersigned agrees to accept as full compensation therefore the total of the lump sum prices and extended unit prices items named in the following schedule. It is understood that the unit prices quoted or established for a particular item are to be used for computing the amount to be paid to the Contractor, based on the Work actually performed as determined by the Contract and the Village. However, in utilizing the schedule, the Bidder agrees that in no event shall compensation paid to the Bidder under the Contract exceed the dollar amount of the Bidder's Bid amount, as set forth in the attached Bid. It is intended that all Work to be performed under this Bid shall commence approximately thirty (30) days after Contract execution. In no event shall Village be obligated to pay for Work not performed or materials not furnished. Bidder's Certificate of Competency No. Bidder's Occupational License No. WITNESS: By: ____ Signature of Authorized Agent [SEAL] ϲϭϯϳϰϰϮZĞĐĞŝƉƚͬZĞŶĞǁĂůηϵϱϯϰϵ Eͬ : DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C $RQ_7ZR/RJDQ6TXDUH±1RUWKWK6WUHHW_3KLODGHOSKLD3$_ 0DUFK RE: BrightView Landscapes, LLC To Whom It May Concern: BrightView Landscapes, LLC has a self-insured retention (SIR) on the following insurance policy: General Liability in the amount of $3,000,000. The General Liability policy, with ACE American Insurance Company, has the following limits of insurance: $2,000,000 Each Occurrence $5,000,000 Products & Completed Operations Aggregate $5,000,000 General Aggregate BrightView Landscapes, LLC (BrightView) is the largest publicly traded landscape contractor and service provider in the nation with revenues in excess of $2 billion. As a national landscape contractor and service provider, purchasing insurance for its large volume of work, BrightView elects to have large deductibles or self-insured retentions to control premium costs. BrightView and its legacy companies have had large deductibles and/or self-insured retentions for over thirteen years and have always paid all amounts owed. Self-insured costs are projected by an independent actuary, budgeted, and reserved for on the company’s balance sheet. The insurance companies insuring BrightView under deductible programs and/or providing coverage excess of the company’s self-insured retention are financially sound and responsible for payment of losses within their layer of coverage. All General Liability claims are handled by the third-party administrator (“TPA”), *DOODJKHU %DVVHWW. *DOODJKHU%DVVHWW pays the claims using an escrow fund that BrightView provides as part of its administration services. Any General or Product liability claim that would exceed the $3,000,000 SIR, is fully insured by ACE American Insurance Company beyond the SIR amount. Furthermore, for the Workers Compensation coverage afforded by ACE American Insurance Company, there is a $1,000,000 per occurrence deductible. Best Regards, Aon Risk Solutions Sean Dent Account ([HFXWLYH DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C Comprehensive Landscape and Parks Maintenance Services – RFP # 2023-07 53 FORM 17 COMPANY QUALIFICATION QUESTIONNAIRE The undersigned guarantees the truth and accuracy of all statements and answers herein contained. 1. How many years has your organization been in business as a General Contractor? _____________________________________________________________________________________ 2. What is the last project of this nature you have completed? _____________________________________________________________________________________ 3.Name three individuals or corporations for which you have performed work and to which you refer: _____________________________________________________________________________________ _____________________________________________________________________________________ _____________________________________________________________________________________ 4.List the following information concerning all contracts on hand as of the date of submission of this proposal: (In case of co-venture, list the information for all co-ventures). NAME OF PROJECT OWNER TOTAL CONTRACT VALUE CONTRACTED DATE OF COMPLETION % COMPLETION TO DATE 5.Have you personally inspected the proposed work and have you a complete plan for its performance? _____________________________________________________________________________________ 6.Will you sublet any part of this work? If so, please list subcontractors in FORM 12, LIST OF PROPOSED SUBCONTRACTORS. _____________________________________________________________________________________ 7. What equipment do you own that is available for the work? _____________________________________________________________________________________ _____________________________________________________________________________________ _____________________________________________________________________________________ 8. What equipment will you purchase for the proposed work? _____________________________________________________________________________________ _____________________________________________________________________________________ 9. What equipment will you rent for the proposed work? _____________________________________________________________________________________ ^ĐŝŶĐĞϭϵϴϴ;ϯϰzĞĂƌƐͿ ^ĞĞƌĞĨĞƌĞŶĐĞƐ͘tĞĐƵƌƌĞŶƚůLJƉƌŽǀŝĚĞŵĂŝŶƚĞŶĂŶĐĞƐĞƌǀŝĐĞƐƚŽϭϬнĐŝƚLJΖƐŝŶƚŚĞƐƚĂƚĞŽĨ&ůŽƌŝĚĂ Eͬ;ůůǁŽƌŬŝƐĚŽŶĞŝŶŚŽƵƐĞͿ zĞƐ EŽ ŝƚLJŽĨǀĞŶƚƵƌĂŝƐĐĂLJŶĞůǀĚ͘ ůůĞƋƵŝƉŵĞŶƚŝƐŽǁŶĞĚ͘WůĞĂƐĞƌĞĨĞƌƚŽďŝĚĚĞƌƐƵƉƉůĞŵĞŶƚ ůůsƋƵŝƉŵĞŶƚ͘ ůůƋƵŝƉŵĞŶƚŝƐŽǁŶĞĚ DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C Comprehensive Landscape and Parks Maintenance Services – RFP # 2023-07 54 _____________________________________________________________________________________ 11. The following is given as a summary of the Financial Statement of the undersigned: (List Assets and Liabilities, Balance Sheet and use insert sheet if necessary.) _____________________________________________________________________________________ _____________________________________________________________________________________ _____________________________________________________________________________________ 12. Have you made a site visit? __________ Yes, __________ No How soon after award can you begin work? _____________________ Days. 13. Number of years’ experience the Bidder has had in providing similar services: ___________Years 14. List any licenses, permits or certifications, etc., you hold for performing this type of work: ___________________________________________________________________________ ___________________________________________________________________________ ___________________________________________________________________________ How did you hear about the RFP? Indicate if it was via the Village’s website, internet search, DemandStar, newspapers, email, etc. The Village of Key Biscayne is always looking for ways to improve its services. _____________________________________________________________________________________ The Bidder understands that the information contained in these proposal pages is to be relied upon by the Village in awarding the proposed contract, and such information is warranted by the Bidder to be true. The Bidder agrees to furnish such additional information, prior to acceptance of any proposal relating to the qualifications of the Bidder, as may be required by the Village. Please review the Bidder Proposal Page to make sure all questions have been answered. Attach additional sheets if necessary. Failure to answer each question could result in the disqualification of your bid. Authorized Signature: Print or Type Name: ƌŝŐŚƚsŝĞǁ>ĂŶĚƐĐĂƉĞ^ĞƌǀŝĐĞƐ/ŶĐ͘ŝƐĂƉƵďůŝĐůLJƚƌĂĚĞĚĐŽŵƉĂŶLJ͘WůĞĂƐĞƌĞĨĞƌƚŽůŝŶŬďĞůŽǁĨŽƌĂĚĚŝƚŝŽŶĂůŝŶĨŽƌŵĂƚŝŽŶ͘ ŚƚƚƉƐ͗ͬͬŝŶǀĞƐƚŽƌ͘ďƌŝŐŚƚǀŝĞǁ͘ĐŽŵͬĨŝŶĂŶĐŝĂůƐͲĂŶĚͲĨŝůŝŶŐƐͬƐĞĐͲĨŝůŝŶŐƐͬĚĞĨĂƵůƚ͘ĂƐƉdž y ϯϬ ϯϰ WůĞĂƐĞƌĞĨĞƌƚŽƉƌŽƉŽƐĂůƐƵƉƉůĞŵĞŶƚ sŝůůĂŐĞŽĨ<ĞLJŝƐĐĂLJŶĞĂŶĚĞŵĂŶĚ^ƚĂƌ ŚĂƌůĞƐ'ŽŶnjĂůĞnj DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C Comprehensive Landscape and Parks Maintenance Services – RFP # 2023-07 55 AGREEMENT DOCUMENTS The Agreement located in this Section for Comprehensive Landscape and Parks Maintenance Services within the Village is the form of the agreement that shall be utilized with the successful proposer. The Village reserves the right to award or not to award the Agreement in the best interests of the Village. [THIS SPACE INTENTIONALLY LEFT BLANK] DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C Comprehensive Landscape and Parks Maintenance Services – RFP # 2023-07 56 VILLAGE OF KEY BISCAYNE, FLORIDA RFP NO. 2023-07 INDEX AGREEMENT DOCUMENTS: SECTION 1 TERM AND TERMINATION SECTION 2 SCOPE OF WORK SECTION 3 STANDARDS OF WORK SECTION 4 STANDARDS OF CONTRACTOR SECTION 5 STANDARD OF LABOR AND MATERIALS SECTION 6 STANDARDS OF INSURANCE SECTION 7 STANDARDS OF PERFORMANCE & PAYMENT SECURITY SECTION 8 GENERAL CONDITIONS SECTION 9 EXHIBIT FORMS • Cover Sheet • Exhibit A: Certificate of Insurance • Exhibit B: Fee Schedule • Exhibit C: Contractor’s Subcontractors List • Exhibit D: Transition Plan • Exhibit E: Performance & Payment Security • Exhibit F: Performance Evaluation Criteria • Exhibit G: Landscape Maintenance Areas • Exhibit H: Litter and Debris Control Work Cycle • Statement of Financial Stability DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C Comprehensive Landscape and Parks Maintenance Services – RFP # 2023-07 57 AGREEMENT BETWEEN THE VILLAGE OF KEY BISCAYNE AND ___________________________________________________ FOR COMPREHENSIVE LANDSCAPE AND PARKS MAINTENANCE SERVICES THIS AGREEMENT (this “Agreement”) is made effective as of the __ day of ____________, 2023 (the “Effective Date”), by and between the VILLAGE OF KEY BISCAYNE, FLORIDA, a Florida municipal corporation, whose principal address is 88 West McIntyre Street, Key Biscayne, Florida 33149 (hereinafter the “VILLAGE”), and _______________________________________ , whose address is __________________________________ (hereinafter, the “CONTRACTOR”). The following exhibits are incorporated herein and made a part of this Agreement: Exhibit A: Certificate of Insurance Exhibit B: Fee Schedule Exhibit C: Contractor’s Subcontractors List Exhibit D: Transition Plan Exhibit E: Performance & Payment Security Exhibit F: Performance Evaluation Criteria Exhibit G: Landscape Maintenance Areas (Figure 2.2.A and Figure 2.2.B) Exhibit H: Litter and Debris Control Work Cycle (Figure 3.2.A and Figure 3.2.B) WITNESSETH: WHEREAS, VILLAGE solicited proposals from proposers to perform Comprehensive Landscape and Parks Maintenance Services; and WHEREAS, proposals were evaluated and ranked by a Selection Committee and a recommendation was made to the Village Manager; and WHEREAS, on _______________________, VILLAGE adopted Resolution No. _______, which ratified or altered the ranking of proposals for Comprehensive Landscape and Parks Maintenance Services and authorized the appropriate Village officials to execute an Agreement with the number one ranked proposer; and WHEREAS, Village Council has selected CONTRACTOR to perform Comprehensive Landscape and Parks Maintenance Services, on an ongoing, or as needed basis, and at the sole discretion of VILLAGE; and WHEREAS, VILLAGE and CONTRACTOR desire to enter into an Agreement whereby the duties and obligations each to the other are set forth. NOW, THEREFORE, in consideration of the mutual covenants and conditions contained herein, the Contractor and the Village agree as follows: DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C Comprehensive Landscape and Parks Maintenance Services – RFP # 2023-07 58 SECTION 1 TERM AND TERMINATION 1. TERM The term of this Agreement shall begin on the date that it is fully executed and shall extend three (3) years, with two optional one (1) year renewal by mutual consent, in writing, prior to the expiration of the current term. This provision in no way limits either party’s right to terminate this Agreement at any time during the initial term or any extension thereof, pursuant to Section 1.2 of this Agreement. 2. TERMINATION This Agreement may be terminated for cause by action of the Village Council if CONTRACTOR is in breach and has not corrected the breach within 5 days after written notice from VILLAGE identifying the breach, or for convenience by action of the Village Council upon not less than 5 days written notice by the Village Manager. This Agreement may also be terminated by the Village Manager upon such notice as the Village Manager deems appropriate under the circumstances in the event the Village Manager determines that termination is necessary to protect the public health, safety, or welfare. 3.This Agreement may be terminated for cause by CONTRACTOR if VILLAGE is in breach and has not corrected the breach within 90 days after written notice from CONTRACTOR identifying the breach. 4.Termination of this Agreement for cause shall include but not be limited to, failure to suitably perform the services, failure to continuously perform the services in a manner calculated to meet or accomplish the objectives of VILLAGE as set forth in this Agreement or multiple breaches of the provisions of this Agreement notwithstanding whether any such breach was previously waived or cured. 5.Notice of termination shall be provided in accordance with Section 6.14(G.) NOTICES of this Agreement except that notice of termination by the Village Manager which the Village Manager deems necessary to protect the public health, safety or welfare may be verbal notice which shall be promptly confirmed in writing in accordance with Section 6.14(G.) NOTICES of this Agreement. 6.In the event this Agreement is terminated for convenience, upon being notified of VILLAGE’S election to terminate, CONTRACTOR shall refrain from performing further services or incurring additional expenses under the terms of this Agreement. CONTRACTOR acknowledges and agrees that Ten Dollars ($10.00) of the compensation to be paid by VILLAGE, the adequacy of which is hereby acknowledged by CONTRACTOR, is given as specific consideration to CONTRACTOR for VILLAGE’S right to terminate this Agreement for convenience. 7.In the event this Agreement is terminated, any compensation payable by VILLAGE shall be withheld until all documents are provided to VILLAGE pursuant to the Agreement. In no event shall VILLAGE be liable to CONTRACTOR for any additional compensation, other than that provided herein, or for any consequential or incidental damages. 8.This Agreement may be terminated by the VILLAGE if the CONTRACTOR is found to have submitted a false certification, Form 10, Scrutinized Companies, has been placed on the Scrutinized Companies that Boycott Israel List, or is engaged in a boycott of Israel, has been placed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or has been engaged in business operations in Cuba or Syria. DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C Comprehensive Landscape and Parks Maintenance Services – RFP # 2023-07 59 SECTION 2 SCOPE OF WORK 1. INTENT A. The Village is requesting proposals from qualified firms for Comprehensive Landscape and Parks Maintenance Services under a continuing services contract. The Contractor shall provide all labor, supervision, equipment, supplies, tools, materials, and all other necessary incidentals required to perform complete maintenance and operations of the Village’s rights-of-way, landscape buffers, parks, and Village properties, including but not limited to the; maintenance of parks landscaping and irrigation ; litter, trash and recyclables collection; receptacle maintenance throughout the Village; turf mowing, edging, cleanup, shrubs, hedges, small trees and palms under 10 feet in height, fertilization, disease and pest management, application of herbicides, turf renovations, irrigation, and debris cleanup. B. The following activities are not included in the scope of work: pruning or removal of trees and palms 10 feet or more in height, building maintenance, parking lot and asphalt repairs, light pole repairs and maintenance, sidewalk repairs and maintenance. 2. LANDSCAPE MAINTENANCE AREAS A list of the containing Village rights-of-way, parks, landscape buffers, and Village facilities in each Landscape Maintenance Areas listed in Table 2.2(A) and Table 2.2 (B) and shown in Figure 2.2.A – Landscape Maintenance Area East, and Figure 2.2.B – Landscape Maintenance Area West provided in Exhibit G. TABLE 2.2(A) – Landscape Maintenance Area East Area Street From To Approximate Limits/Area Parameters (+ or -) 1 Crandon Blvd Calusa Pk circle south Harbor Dr 95' each side Harbor Dr Bill Baggs entrance 75' each side from center medians, including areas around sidewalk plazas 2 Ocean Lane Dr Crandon Blvd Cul De Sac/Island House entrance 55' each side from center medians, including beach access path 3 Sonesta Dr/Ocean Dr Crandon Blvd Ocean Dr/Oceana entrance 40' each side from center line 4 E.Heather Dr Crandon Blvd End of street/Oceana service entrance 40' each side from center line, including areas around pump station and bus shelter 5 Ocean Dr E.Enid Dr Galen Dr/Galen Brakers 75' each side from center median, including areas around Sunrise sidewalks and FPL vault 6 East Enid Dr Crandon Blvd Ocean Dr Northern limits of southern street parking to northern limits of northern sidewalk 7 Seaview Dr Crandon Blvd Cul de sac/Casa Del Mar entrance 55' each side from centerline, including beach access path 8 Grapetree Dr Crandon Blvd Cul de sac/Casa Del Mar entrance 55' each side from centerline DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C Comprehensive Landscape and Parks Maintenance Services – RFP # 2023-07 60 9 Lake & Linear Parks Including area between northern limits of E Enid southern street parking spaces and northern limits of southern sidewalk 10 Beach Park Including beach access path and area from beach access path entrance to Beach Park entrance between eastern edge of Ocean Dr to Beach Club TABLE 2.2(B) – Landscape Maintenance Area West 11 Harbor Dr Crandon Blvd 200 Harbor Dr 75' each side from center line, including 80' diameter radius around each of two (2) traffic circles and all sidewalks 11a W Mashta Dr End of Harbor Dr (roundabout) 55' each side from center medians 12 Fernwood Rd Harbor Dr Westwood Dr 75' each side from center line, including all parking spaces/sidewalks and 80' diameter radius around Westwood intersection traffic circle (including 13 W Heather Dr Fernwood Dr Glenridge Rd Including all parking spaces, pet stations and sidewalks heading west (right-side) to west edge of intersection 14 Westwood Dr Crandon Blvd Fernwood Dr 55' each side from centerline, including area between sidewalk and face of AT &T Building 15 Fernwood Dr Harbor Dr (traffic circle) 55' each side from center line, including 80' diameter radius around each of two (2) traffic circles and all sidewalks 16 W Mashta Dr Crandon Blvd Fernwood Dr (traffic circle) 65' each side from center line, including 80' diameter radius around traffic circle, back flow hedge/grass and all sidewalks 16a Mashta Fountain N Mashta Dr 40' each side from center line, including 80' diameter radius around fountain and all sidewalks 17 Mariner Dr Island Dr End of small bridge 40' eash side from center line, including area around entire intersection paver 18 Knollwood Dr Crandon Blvd End of Knollwood Dr (traffic circle) 40' eash side from center line, including small bridge and 80' diameter radius around traffic circle 19 Cape Florida Dr Island Dr East end of Cape Florida Dr (traffic 40' eash side from center line, including area around Island Dr intersection and 80' diameter radius around traffic circle 20 Traffic Circles West of Crandon Blvd Sufficient diameter radius around each traffic circle, as such that all back flows and surrounding sidewalks are covered 20a - 20l 21 Alendale Rd DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C Comprehensive Landscape and Parks Maintenance Services – RFP # 2023-07 61 21a Pump Stations W Enid Dr Areas around each pump station 22 Calusa Park 23 Village Green & Dog Parks Area between park boundaries and outside edge of village green track 24 Hampton Park 25 Harbor Park 26 St. Agnes Field 27 Village Green Field Area within, and including, Village Green track 28 K-8 Field 29 Government Center Areas Including Community Center, Village Hall, Fire Rescue, and Paradise Park 30 K-8 School Including 15' buffer extending into surrounding roads and all sidwalks (inclduing sidewalk on southern side of W Enid Dr) 31 - 34 Areas Not Included in Scope 3. IRRIGATION SYSTEM The VILLAGE’s irrigation system is comprised of network of the following: A. A transmission network of underground pipes and valves located within the public rights-of- way and ranging in size from 2” to 6”. B. Localized irrigation systems connected to domestic potable water supply. C. Landscape Irrigation systems which include but not limited to: time clocks, irrigation zones, lateral (zone) lines, risers, sprinkler heads, electrical wires, valves, valve boxes and controllers. 4. SUPPLEMENTAL SERVICES Beyond the regular routine landscape and irrigation maintenance of the LMAs, the CONTRACTOR shall, upon the request and approval by the VILLAGE, provide on an as- needed basis “Supplemental Services,” for the purposes of plants, shrubs, trees palms installation, and fertilization. These Supplemental Services shall be based on the unit prices and markup/discount of wholesale prices provided in Exhibit B of the Agreement, Fee Schedule. No guarantee is made as to the quantity or frequency of the Supplemental Services and the VILLAGE reserves the right to have this provided by others. DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C Comprehensive Landscape and Parks Maintenance Services – RFP # 2023-07 62 SECTION 3 STANDARDS OF WORK 1. INTENT A.Schedule of Work: On the first business day of each week, the VILLAGE shall furnish to the CONTRACTOR a list of both priority and routine maintenance Work Orders to be considered for completion during the following week. The CONTRACTOR shall then provide to the VILLAGE within three days a preliminary schedule of the work for the following week for review by the VILLAGE. Upon approval by the VILLAGE, the schedule of work shall become final. In addition, the VILLAGE reserves the right to direct the CONTRACTOR to rearrange the schedule to meet the needs of the VILLAGE. B.Work Cycle: The CONTRACTOR shall perform the Work Cycle as specified herein and within the defined duration of time. A Work Cycle consists of the completion of all the specified work at ALL the locations defined in a Landscape Maintenance Area. The types of Work Cycles and durations for the LMAs are listed below in Table 3.1(B). Each LMA has the same types of Work Cycles but different areas of coverage/ locations. TABLE 3.1(B) – Work Cycle Name of Cycle Duration Turf Mowing 7/10/14 Calendar days (See Sec 3.3) Turf Disease and Pest Management 30 Calendar days Shrubs and Ground Cover Material 30 Calendar days Hedge Plant Material 90 Calendar days Litter and Debris Daily Irrigation Management 30 Calendar days The CONTRACTOR shall complete the Work Cycle in scope and duration as prescribed in the Agreement. Any deviation from the requirements of this provision must be approved by the Village Manager, or the VILLAGE’s designated representative. C.Chemicals or Fertilizers: The CONTRACTOR shall be prohibited from the use of chemicals or fertilizers on any site without prior written approval from the VILLAGE. In order to obtain written approval for chemical or fertilizer use, the CONTRACTOR shall furnish to the VILLAGE, in writing, the name of the chemical or fertilizer, the manufacturer’s label and the Manufacturer’s Safety Data Sheet (MSDS). Commercial fertilizer applicators must be certified by the Department of Agriculture and Consumer Affairs pursuant to F.S. 482.1562. All commercial fertilizer applicators shall successfully complete the Florida Department of Environmental Protection’s required training program. All commercial fertilizer applicators shall apply fertilizers in accordance with the Florida Department of Environmental Protection through the University of Florida/Institute of Food and Agricultural Sciences Extension’s “Florida- Friendly Best Management Practices for Protection of Water Resources by the Green Industries.” D. Maintenance of Traffic: CONTRACTOR shall be responsible for proper maintenance of traffic (M.O.T.) in accordance with the standards outlined in the Manual on Uniform Traffic Control Devices (M.U.T.C.D.) at all times. Pedestrian traffic may be prohibited when appropriate. DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C Comprehensive Landscape and Parks Maintenance Services – RFP # 2023-07 63 Sufficient and proper safety devices, to include and not be limited to signage, flags, barricades and cones must be used to stage vehicles and equipment and to protect work sites on or near roadways and parking lots. E. Utilities: CONTRACTOR shall be solely responsible for obtaining the locations of underground utilities when performing work below grade, and for identifying overhead utilities when performing work above grade. The CONTRACTOR shall be responsible to repair any damage to overhead and underground utilities caused by their construction activities. 2. LITTER AND DEBRIS CONTROL WORK CYCLE CONTRACTOR shall at all times, and especially prior to mowing, retrieve and dispose of all litter and debris throughout the area, including but not limited to palm fronds, tree limbs, branches, leaves, and berries. This shall include daily monitoring seven days a week of the properties, but not limited to, grounds, sidewalks, curbs, and gutters, garbage/trash cans, dog waste stations, and disposing of all litter and debris. If the CONTRACTOR becomes aware of the existence of hazardous wastes located on the properties, the CONTRACTOR shall immediately notify the VILLAGE. Litter and debris control work cycle areas are shown in Figure 3.2 provided in Exhibit H. CONTRACTOR may dispose of litter only (does not include palm fronds, tree limbs, branches, or other landscaping debris) in Village dumpsters or Village facilities. CONTRACTOR shall be responsible for the disposal costs of all other landscape related debris collected. CONTRACTOR shall only dispose of litter collected though work performed in this Agreement in any Village dumpsters or Village facilities and shall not dispose of any litter or debris collected through any work performed outside of this Agreement in any Village dumpsters or at any Village facilities. If the CONTRACTOR chooses to dispose of litter at an alternative off-site location, CONTRACTOR is responsible for the cost of such disposal. 3. GROUNDS, LANDSCAPE, AND TURF MAINTENANCE A. Turf Mowing Work Cycle: The CONTRACTOR shall provide a mowing schedule for each week of service to the VILLAGE on the first business day of the week prior to service and shall be subject to VILLAGE approval. Mowing wet grass shall be avoided whenever possible. Mower blades must be kept sharp so that the cut grass edge is clean and not ragged. Mowing patterns shall be changed frequently to avoid wear. Any grass clippings or other plant debris remaining on the grass surface shall be removed the same day as the mowing service is performed. Clippings, mulch or other plant debris must be prevented from entering ponds, lakes, water features, or drains. In the event that this occurs, the materials shall be removed immediately. i. St. Augustine Grass: Mow at a minimum of the following frequencies: once every fourteen (14) days in November, December, January and February; once every ten (10) days in March, April, May and October; once every seven (7) days in June, July, August and September. The St. Augustine grass shall be cut to a minimum height of 3 ½” to a maximum height of 4" above soil level. The St. Augustine grass may be cut when the grass height reaches 5 ¼” and the grass height shall not exceed 6”. The St. Augustine grass shall be cut often enough such that no more than 1/3 of the leaf surface is removed during each cutting. ii. Bahia grass: Mow at a minimum of the following frequencies: once every fourteen (14) days in November, December, January and February; once every ten (10) days in March, April, May and October; once every seven (7) days in June, July, August and September. The Bahia grass DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C Comprehensive Landscape and Parks Maintenance Services – RFP # 2023-07 64 shall be cut to a minimum height of 3 ½” to a maximum height of 4" above soil level. The Bahia grass may be cut when the grass height reaches 5 ¼” and the grass height shall not exceed 6”. The Bahia grass shall be cut often enough such that no more than 1/3 of the leaf surface is removed during each cutting. iii. Bermuda grass: Mow, with a preference for a reel type mower, at a minimum of once every two or three days. The Bermuda grass shall be cut to a minimum height of ¾” to a maximum height of 1" above soil level. The Bermuda grass shall be cut when the grass height reaches 1 ¼” and the grass height shall not exceed 1 ½”. The Bermuda grass shall be cut often enough such that no more than 1/3 of the leaf surface is removed during each cutting. iv. Zoysia grass: Mow, with a preference for a rotary type mower, at a minimum of once per week during October thru May and twice per week June thru September. The Zoysia grass shall be cut to a minimum height of 3 ½” to a maximum height of 4" above soil level. The Zoysia grass shall be cut often enough such that no more than 1/3 of the leaf surface is removed during each cutting. v. Edging: The CONTRACTOR shall trim and properly edge all shrubs and flowerbeds as well as tree rings, 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 tree rings (soft edging) shall be executed every mowing with respect to the turf type adjacent to the edging. Damage to property or existing vegetation caused by improper trimming or edging shall be repaired or replaced within 48 hours at the CONTRACTOR'S expense. vi. Cleanup: All sidewalks, walkways, roadways, and other paved areas 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 and debris each time the soft edging is done. All mowing schedules shall be subject to approval by the VILLAGE. No chemical edging allowed. vii. Tire Ruts in Swale Areas: The CONTRACTOR shall tamp and/or replace sod damaged by tire ruts in swale areas within 48 hours of the daily inspection. B. Turf Disease and Pest Management Work Cycle: The CONTRACTOR shall adhere to the following for disease and pest management of all turf grass. i.The CONTRACTOR shall control or eradicate diseases and infestations by chewing or sucking insects, leaf miners, fire ants and other pests by spraying affected plants and shrubs with chemical sprays and combinations of sprays suitable for that particular disease or pest when the infestation or infection becomes evident and as often thereafter as necessary. All applications shall be performed by persons holding a valid pesticide application license as issued by the State of Florida and shall be done in accordance with the pesticide manufacturer's recommended rates and all applicable Federal, State, County and Municipal regulations. The CONTRACTOR shall respond within 72 hours after a request or notice from VILLAGE. The CONTRACTOR shall be fully licensed to spray pesticides and shall use sound cultural practices that aid in preventing the presence or proliferation of insects and diseases. DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C Comprehensive Landscape and Parks Maintenance Services – RFP # 2023-07 65 ii.The CONTRACTOR shall maintain all turf, planting beds and tree rings in a weed free condition. The CONTRACTOR shall 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 shall be used only with prior written approval by the VILLAGE as to type, location and method of application. The CONTRACTOR shall exercise extreme care so as not to overspray and affect areas not intended for treatment. Areas adversely affected by such overspray shall be restored at the CONTRACTOR'S expense. iii.The CONTRACOR shall, after a chemical application, remove all signs shall in accordance with the chemical products’ recommended standards. 4. PLANTS, SHRUBS AND GROUND COVER MAINTENANCE Plants, Shrub and Ground Cover Maintenance Work Cycle: The CONTRACTOR shall adhere to the following: A.All hedge plant material including, but not limited to, green buttonwood, ficus, clusia and arboricola shall be pruned once every three (3) months or ninety (90) days; all other shrubs and ground cover material shall be pruned once (1) per month or thirty (30) days to insure the best shape, health, and character of the individual plant. B.The entire top of ficus hedges shall be trimmed and may require the use of a scissor lift or bucket truck. Hand trimming shall be utilized whenever possible to promote lateral plant growth. Mechanical trimming shall only be utilized when the health or appearance of the plant shall not be damaged by the mechanical trimmers. C.Ground cover plants shall be selectively cut back to encourage lateral growth and kept in bounds and out of other plantings, walkways, lighting, etc. Cuts shall 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 normal conditions. 5. IRRIGATION SYSTEM MAINTENANCE MANAGEMENT A.The CONTRACTOR shall be responsible for the operation, maintenance and repair of the irrigation system which includes but is not limited to the setting and adjusting the time clocks to ensure proper watering of all plants, shrubs, trees, palms, turf, landscaping, and ground cover contained within the Landscape Maintenance Areas to provide for a uniform lush green landscape appearance. Any damage to the irrigation system discovered must be reported to the VILLAGE immediately. B.The CONTRACTOR shall have forty-five (45) days from the start of the Agreement to perform an initial inspection of the irrigation system and provide a report to the VILLAGE of any existing damage and/or incorrect operation and coverage. The CONTRACTOR shall be responsible for the proper working of system, as specified herein, after the initial inspection report and subsequent repairs. C.The CONTRACTOR shall adjust the irrigation during the various seasons to maintain the uniform lush green landscape appearance. The CONTRACTOR shall manage and irrigate areas as needed during periods of little or no rainfall using the irrigation system and/or any supplemental DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C Comprehensive Landscape and Parks Maintenance Services – RFP # 2023-07 66 watering necessary to keep the plant material, turf, and landscaping in optimum health. Supplemental watering may require a large portable watering tank, impact sprinklers or additional hose to be supplied by the CONTRACTOR. D.The CONTRACTOR shall be responsible for controlling the amount of water used for irrigation. Damage that results from over-watering or insufficient watering shall be the responsibility of the CONTRACTOR to repair or replace at the CONTRACTOR’S expense. E.Irrigation watering schedules must comply with all local, county, regional and State watering restrictions. F.The CONTRACTOR shall, within thirty (30) calendar days, fully operate all the irrigation zones from the irrigation clock and replace, repair or clean all irrigation heads, lateral lines, electrical wires, valve boxes and controllers as needed. Any equipment damaged by the CONTRACTOR'S operation shall be replaced at the CONTRACTOR’S expense with the same equipment/part and by the same manufacturer unless otherwise approved by the VILLAGE. G. The CONTRACTOR shall perform all irrigation repairs to the lateral lines, risers and sprinkler heads as required to keep the system operating. For this category of work the VILLAGE shall reimburse the CONTRACTOR for materials ONLY. H. The CONTRACTOR shall perform repairs on main lines; pump in-take piping; electrical wires from zone valves back to the clock; and replace damaged or broken valve boxes. For this category the VILLAGE shall reimburse the CONTRACTOR for labor and materials. I. The CONTRACTOR shall provide written report of the following: 1. Once per week, a list of all the irrigation zones clocks serviced. 2. Once per work day, a list of irrigation parts and materials used for repairs. J. Reimbursable Items: THE CONTRACTOR shall obtain authorization by the VILLAGE prior to commencement. The CONTRACTOR shall be reimbursed be based markup provided in Exhibit B of the Agreement, Fee Schedule. See Section 5.3 for details on the required source for wholesale pricing. 6.SUPPLEMENTAL SERVICES The CONTRACTOR shall, upon the request and approval by the VILLAGE, provide on an as- needed basis “Supplemental Services,” for the purposes of: A) plants, shrubs, trees and palms installation; B) fertilization; and C) application of pest and disease management chemicals to plants, shrubs, hedges. These Additional Services shall be based on the unit prices provided in Exhibit B of the Agreement, Fee Schedule. A. Plants, Shrubs, Trees and Palms Installation 1.All plant material shall be Florida Number One, or better, as provided in the most current edition of Grades and Standards for Florida Nursery Plants, Parts I and II, prepared by the Florida Department of Agriculture. For standards not addressed in the Florida Grades and Standards for Florida Nursery Plants, plant materials shall conform to the American National Standards Institute (ANSI) Standards Z60.1. 2.All plant material and services shall be guaranteed for a period of 90 days from the date of planting or service completion. This guarantee may not apply for plants DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C Comprehensive Landscape and Parks Maintenance Services – RFP # 2023-07 67 damaged by “acts of God,” such as hurricanes, fires, etc., or by vehicular accidents. 3.All planting standards shall comply with the requirements contained in the planting details in Section 5. B. Fertilization A schedule of fertilization dates and fertilizer analysis shall be presented to the VILLAGE prior to application and shall be subject to VILLAGE approval. The fertilizer used shall be a commercial grade product and recommended for use on each plant, tree or grass type. Specific requirements shall be determined by soil test results, soil type and the 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 a minimum of once every four (4) months to determine required additives, and more often if necessary to diagnose problem areas. Any plants, trees or grass damaged by over-fertilization shall be replaced at the CONTRACTOR'S expense. All commercial fertilizer applicators shall apply fertilizers in accordance with the Florida Department of Environmental Protection through the University of Florida/Institute of Food and Agricultural Sciences Extension’s “Florida-Friendly Best Management Practices for Protection of Water Resources by the Green Industries.” 1.St. Augustine Grass: St. Augustine turf shall be fertilized with a complete NPK profile. The CONTRACTOR shall establish a program that shall fertilize all St. Augustine grass and shall vary with the time of year of the application and the results of soil analysis. 2.Bahia Grass: Bahia grass shall be fertilized with a complete NPK profile. The CONTRACTOR shall establish a program that shall fertilize all Bahia grass and shall vary with the time of year of the application and the results of soil analysis. 3.Bermuda Grass: Bermuda grass shall be fertilized with a complete NPK profile. The CONTRACTOR shall establish a program that shall fertilize all Bermuda grass and shall vary with the time of year of the application and the results of soil analysis. The CONTRACTOR shall apply additional fertilizer to treat stressed, worn or high traffic areas as needed. 4.Zoysia Grass: Zoysia grass shall be fertilized with a complete NPK profile. The CONTRACTOR shall establish a program that shall fertilize Zoysia grass and shall vary with the time of year of the application and the results of soil analysis. 5.Plants and Shrubs: The CONTRACTOR shall establish a program that shall fertilize all plants and shrubs, describing the type of fertilizer required for each type of plant and the time of year this work shall be undertaken. 6.Palms: The CONTRACTOR shall establish a program that shall fertilize all palms, describing the type of fertilizer required for each type of palm and the time of year this work shall be undertaken. The fertilization schedule shall be provided to the VILLAGE not less than one month prior to application and shall be subject to VILLAGE approval. DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C Comprehensive Landscape and Parks Maintenance Services – RFP # 2023-07 68 C. Disease and Pest Management - Application of disease and pest management chemicals to plants, shrubs, hedges, trees and palms. 1.The CONTRACTOR shall control or eradicate diseases and infestations by chewing or sucking insects, leaf miners, fire ants and other pests including, but not limited to white fly, by spraying affected plants and shrubs with chemical sprays and combinations of sprays suitable for that particular disease or pest when the infestation or infection becomes evident and as often thereafter as necessary. All applications shall be performed by persons holding a valid pesticide application license as issued by the State of Florida and shall be done in accordance with the pesticide manufacturer's recommended rates and all applicable Federal, State, County and Municipal regulations. The CONTRACTOR shall respond within 72 hours after a request or notice from VILLAGE. The CONTRACTOR shall be fully licensed to spray pesticides and shall use sound cultural practices that aid in preventing the presence or proliferation of insects and diseases. 2.All planting beds and tree rings shall be maintained in a weed free condition. The CONTRACTOR shall 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 shall be used only with prior written approval by the VILLAGE as to type, location and method of application. The CONTRACTOR shall exercise extreme care so as not to overspray and affect areas not intended for treatment. Areas adversely affected by such overspray shall be restored at the CONTRACTOR'S expense. 3.After a chemical application, all signs shall be removed in accordance with the chemical products’ recommended standards. D. Aeration, Verticutting, Topdressing, and Overseeding On occasion, the VILLAGE may request, Aeration, verticutting and topdressing to provide proper air and water exchange for maximum growth potential and health of the Bermuda grass as needed. The topdressing material shall be a mixture similar to the profile of the soil below the turf as determined by soil analysis. The CONTRACTOR shall also be responsible for topdressing worn turf areas, depressed turf areas, etc. as needed on an ongoing basis. Overseeding material shall be with a rye grass blend. The CONTRACTOR shall submit a proposal for these services to the Village for approval. The topdressing and overseeding material shall be reimbursed to the CONTRACTOR. 7. PROJECT WORK Major projects such as turf renovations or drainage replacements shall be done on an as needed basis and shall be quoted to the VILLAGE by the CONTRACTOR. 8. LIQUIDATED DAMAGES If, in the opinion of the Village Manager there has been a breach of Agreement, the Village Manager shall notify the CONTRACTOR, in writing, specifying the basis and reason in which there has been a breach of Agreement. In the event of a breach by CONTRACTOR, CONTRACTOR shall be liable for liquidated damages as provided in this Section. Unless otherwise provided in this Section 3.8, there shall be no cure period of time to avoid the consequences of a breach. DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C Comprehensive Landscape and Parks Maintenance Services – RFP # 2023-07 69 Liquidated damages not a penalty. CONTRACTOR agrees that the amount of liquidated damages assessed pursuant to this Section 3.8 is reasonable and does not constitute a penalty. The parties recognize the difficulty of proving the loss or damage suffered by the VILLAGE due to CONTRACTOR’s breach. CONTRACTOR acknowledges and agrees that the amount of liquidated damages approximate the loss anticipated at the time of execution of this Agreement. A. Turf Mowing Work Cycle Failure to comply with the provisions for the completion of the Work Cycle for turf mowing in a Landscape Maintenance Area within the thirty (30) calendar day period shall result in the liquidated damages as follows: Fifteen Hundred Dollars ($1500) for each day of delay. B. Turf Disease and Pest Management Failure to comply with the provisions for the completion of the Work Cycle for turf management in a Landscape Maintenance Area within the thirty (30) calendar day period shall result in the liquidated damages as follows: Six Hundred Dollars ($600) for each day of delay. C. Shrubs and Ground Cover Material Work Cycle Failure to comply with the provisions for the completion of the Work Cycle for shrubs and ground cover material in a Landscape Maintenance Area within the thirty (30) calendar day period shall result in the liquidated damages as follows: Eight Hundred Dollars ($800) for each day of delay. D. Hedge Plant Material Work Cycle Failure to comply with the provisions for the completion of the Work Cycle for hedge plant material in a Landscape Maintenance Area within the ninety (90) calendar day period shall result in the liquidated damages as follows: Eight Hundred Dollars ($800) for each day of delay E. Irrigation Management Failure to comply with the provisions for the completion of the Work Cycle for irrigation clock (wet) checks in a Landscape Maintenance Area within the thirty (30) calendar day period shall result in the liquidated damages as follows: Six Hundred Dollars ($600) for each day of delay 9. PUBLIC RELATIONS CONTRACTOR’S positive interaction with VILLAGE residents is essential to the success of this Agreement. CONTRACTOR shall extend the utmost courtesy to VILLAGE residents at all times. CONTRACTOR shall make no statements or offer any information concerning VILLAGE activities, policies and procedures. All resident inquiries shall be directed to the VILLAGE. 10.The CONTRACTOR shall provide 24/7 emergency contact telephone number and respond to emergency requests after notification by the Village, twenty-four (24) hours a day, seven (7) days a DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C Comprehensive Landscape and Parks Maintenance Services – RFP # 2023-07 70 week, including all public holidays in accordance with Section 4.14 of this Agreement. 11. DISCOVERY AND NOTIFICATION If the CONTRACTOR discovers damages, vandalism or theft, the CONTRACTOR shall immediately notify the VILLAGE and shall file a police report of the occurrence. 12. PROPERTY DAMAGE Observation of property damage prior to the commencement of work, whether public or private, shall immediately be reported to VILLAGE. Property damage, whether public or private, caused by CONTRACTOR during the course of the work shall be immediately reported to VILLAGE, and repaired by CONTRACTOR at the CONTRACTOR’S expense and at no cost to VILLAGE or Property Owner. 13. WORK ORDER (SERVICE REQUEST) COMPLETION INFORMATION INPUT The CONTRACTOR shall be responsible to enter/input information on completed work orders (service requests) into the VILLAGE’s Work Order and Asset Management Software. The typical information required includes but is not limited to, description of service, date serviced, Village contract number, location, Village asset serviced (e.g., median, tree, irrigation clock, etc.), and hours or cost for service. Work Order Completion data input shall be entered no later than 5 working days after the actual performance of the work order or service request. All work orders entered by the CONTRACTOR shall be reviewed by the VILLAGE and the work order shall be closed by the VILLAGE only after completion of the service is verified. Services or work performed by the CONTRACTOR shall not be considered completed and eligible for payment by the VILLAGE until the Work Order Completion Information is entered into the VILLAGE’s Work Order System by the CONTRACTOR. [THIS SPACE INTENTIONALLY LEFT BLANK] DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C Comprehensive Landscape and Parks Maintenance Services – RFP # 2023-07 71 SECTION 4 STANDARDS OF CONTRACTOR 1. INTENT CONTRACTOR is an independent contractor and the individuals assigned to work for VILLAGE by CONTRACTOR are subject to the approval of VILLAGE and shall not be VILLAGE employees. CONTRACTOR must be fully licensed with all required State and/or local government licenses and permits and shall comply with all Federal, State and local laws, rules, practices and regulations. 2. FACILITIES VILLAGE reserves the right to inspect CONTRACTOR’S facilities at any reasonable time, during normal work hours, without prior notice to determine that CONTRACTOR has a bona fide place of business and is a responsible CONTRACTOR. 3. IDENTIFICATION CONTRACTOR will not use or create any badge containing VILLAGE’S name, seal, logo, or any other reference thereof for identification. CONTRACTOR shall use only a VILLAGE issued identification badge. 4. EXPERIENCE A.CONTRACTOR shall have a minimum of five (5) years experience in providing comprehensive landscape maintenance services of properties and rights-of-way of similar complexity and size as those owned and managed by the Village. Proposers shall have been in continuous operation for a minimum of the past five (5) years from the date that the RFP is issued and shall have a resident branch office in Miami-Dade, MIAMI-DADE or Palm Beach County, Florida. Proposer shall be fully licensed with all applicable local, state Federal licenses. Relevant experience includes but is not limited to maintenance of: turf grass; plants, shrubs; installation of turf, grass, trees and other plant materials; fertilizer and herbicide applications; disease and pest management; and litter control. B.Education and/or Work Experience: CONTRACTOR must have at least one full time employee with a degree in turf management, agronomy, horticulture, a related field or shall demonstrate equivalent experience to manage this project. C.Licenses: CONTRACTOR must be fully licensed with all required State and/or Local government licenses and permits, including, but not limited to, disease and pest control, herbicides, irrigation, horticultural services, etc. D.Turf Grass Types: Company shall demonstrate experience in the care and maintenance of specialty turf grass. E.Pesticide Certification: CONTRACTOR must have a certified pesticide operator through the State of Florida, Department of Health and Rehabilitative Services. This individual shall perform any pesticide applications for this contract. F.Herbicide Certification: CONTRACTOR must have a certified herbicide operator through the State of Florida, Department of Health and Rehabilitative Services. This individual shall perform any herbicide applications for this contract. DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C Comprehensive Landscape and Parks Maintenance Services – RFP # 2023-07 72 G.Florida Green Industries Certification: CONTRACTOR must have at least one full time employee who has completed the Florida Green Industries Best Management Practices workshop dedicated to this contract. H.Know-the-Flow Certification: CONTRACTOR must have at least one full time employee who has completed MIAMI-DADE County's "Know -the- Flow" course, Department of Business and Professional Regulation Course Designation #9624920. 5. RELATIONSHIP CONTACT CONTRACTOR shall maintain at a minimum one relationship contact for this contract who will respond to specific VILLAGE requests, twenty-four hours a day, seven days a week, including all public holidays. The relationship contact shall be available by cellular telephone and shall be expected to visit the work site as requested by VILLAGE. The relationship contact shall be able to manage all facets of the contract. The relationship contact must be fluent in English and have excellent communication skills and be capable of directing all regular maintenance and additional services and coordinating these with VILLAGE. The relationship contacts shall use his/her experience and training to prevent, detect and control adverse conditions by physically inspecting the work area regularly. 6. SUBCONTRACTING WORK A.Award of Subcontracts and Other Contracts for Portions of Work. CONTRACTOR shall furnish in writing to VILLAGE the names of persons or entities proposed for each principal portion of the work. In addition, CONTRACTOR shall not change subcontractors performing any portion of the work required by this Agreement without prior written approval by VILLAGE. CONTRACTOR shall be responsible and liable to VILLAGE for all work performed by the Subcontractors or their employees, agents or contractors, pursuant to this Agreement. B.Sub-contractual Relations. By listing the names of each as set forth in Exhibit “C”, attached hereto and made a part hereof, CONTRACTOR shall require each subcontractor, to the extent the work to be performed by the subcontractor, to be bound to CONTRACTOR by terms of the Agreement, and to assume toward CONTRACTOR all the obligations and responsibilities which CONTRACTOR, by this Agreement, assumes toward VILLAGE. Each sub-contract agreement, between CONTRACTOR and a subcontractor, shall preserve and protect the rights of VILLAGE under the Agreement with respect to the work to be performed by the subcontractor so that subcontracting thereof shall not prejudice the rights, and shall allow the subcontractor, unless specifically provided otherwise in the sub-contract agreement, the benefit of all rights, remedies and redress against CONTRACTOR that CONTRACTOR, by the Agreement, has against VILLAGE. C.Where appropriate, CONTRACTOR shall require each subcontractor to enter into similar agreements with the subcontractors. CONTRACTOR shall make available to each proposed subcontractor, prior to the execution of the sub-contract agreement, copies of the Agreement to which the subcontractor shall be bound, and upon written request of the subcontractor, identify to the subcontractor terms and conditions of the proposed sub-contract agreement which may be at variance with the Agreement. Subcontractors shall similarly make copies of applicable portions of such documents available to their respective proposed subcontractors. 7. DRUG-FREE WORKPLACE CONTRACTOR continues to implement and maintain a drug-free workplace program, in accordance DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C Comprehensive Landscape and Parks Maintenance Services – RFP # 2023-07 73 with Section 287.087, Florida Statutes. 8. TRANSITION PLAN CONTRACTOR shall provide a detailed description of how services will be transitioned under VILLAGE’S current Agreement to CONTRACTOR. CONTRACTOR is responsible for minimizing any negative impacts to VILLAGE by ensuring a smooth and orderly transition of service. Prior to the termination of this Agreement, CONTRACTOR shall use its best efforts to ensure a smooth and orderly transition of service. 9. ADHERENCE TO VILLAGE POLICY CONTRACTOR assigned to handle the services outlined in this RFP for the VILLAGE shall adhere to all VILLAGE policies, procedures and protocols. 10. DISCLOSURE OF RELATIONSHIPS CONTRACTOR agrees to give VILLAGE written notice of any Relationship, as defined herein, that CONTRACTOR enters into with VILLAGE or any of its districts, its elected or appointed officials, its employees or agents, during the period of this Agreement. A “Relationship” for the purpose of this Section shall include but not be limited to employer/employee, consultant, contractor, sub-contractor, associate, officer, partnership, joint venture, ownership greater than one percent, landlord/tenant, or creditor/debtor, gift donor/recipient in excess of $100.00, past or on-going personal relationships, or joint involvement with charitable/voluntary activities. 11. EXCLUSIVITY VILLAGE reserves the right to have comprehensive landscape maintenance services provided by others. This action will not waive or void any of the terms and conditions in this Agreement. 12. REPAIRS CONTRACTOR shall obtain all permits and pay all required fees to any regulatory agency having jurisdiction over any work required to repair or replace damages caused by the CONTRACTOR. Inspections required by local ordinances during the course of nuisance plant control shall be arranged as required. Upon completion of the repair work, evidence satisfactory to VILLAGE shall be furnished to show that all work has been performed in accordance with the applicable ordinances and code requirements. Permit Fees with supporting documentation shall be reimbursed by the VILLAGE. 13. RESPONDING TO EMERGENCY REQUESTS CONTRACTOR shall provide 24/7 emergency contact telephone number and respond to emergency request after notification by the Village, twenty-four (24) hours a day, seven (7) days a week, including all public holidays. Emergency repair will require the following response: A.Contractor acknowledgement of the emergency request within thirty (30) minutes of the phone call made by VILLAGE or designee. Acknowledgement must be by live telephone conversation with a CONTRACTOR employee, not a recording or answering service. B.For Irrigation Emergencies: A technician shall commence work at the affected location within two (2) hours of request for service. CONTRACTOR shall immediately address the problem and immediately inform the VILLAGE of the extent of the problem. DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C Comprehensive Landscape and Parks Maintenance Services – RFP # 2023-07 74 C.For Landscape Emergencies: CONTRACTOR shall commence work at the affected location within four (4) hours of request for service. CONTRACTOR shall immediately address the problem and immediately inform the VILLAGE of the extent of the problem. D.CONTRACTOR shall provide a list of individuals and their contact information to be contacted for emergency repairs to the VILLAGE and update it immediately whenever any change occurs. 14. FAILURE TO RESPOND A.Should the CONTRACTOR fail to meet the thirty (30) minutes acknowledgement time or two (2) hour time requirement to commence irrigation emergency repairs, each failure shall result in liquidated damages due to the VILLAGE in the amount of One Thousand Dollars ($1,000.00). B.Should the CONTRACTOR fail to meet the four (4) hour response time to be on-site for Landscape Emergencies, unless otherwise agreed upon with the VILLAGE, each failure shall result in liquidated damages due to the VILLAGE in the amount of One Thousand Dollars ($1,000.00). C.Consistent failure by the vendor to respond to Emergency Service Repairs Requests and Non- Emergency Service requests within the required response times may, place the CONTRACTOR in breach of the Agreement. Consistent failure to respond is defined as not responding within the required response time on two out of four consecutive occurrences. [THIS SPACE INTENTIONALLY LEFT BLANK] DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C Comprehensive Landscape and Parks Maintenance Services – RFP # 2023-07 75 SECTION 5 STANDARDS OF LABOR AND MATERIALS 1. PERSONNEL CONTRACTOR shall provide a sufficient number of supervised staff to complete the duties stated within the Agreement. CONTRACTOR shall at all times enforce strict discipline and good order among CONTRACTOR’S employees/independent contractors and shall not employ on the work site an unfit person or anyone not skilled in the work assigned to him. Subcontractors, employees or independent contractors of CONTRACTOR whose work is unsatisfactory to VILLAGE or who are considered by VILLAGE’S representatives as careless, incompetent, unskilled or disorderly or who use threatening or abusive language to any person shall be dismissed from work upon notice from VILLAGE and shall not be employed to perform the work under this Agreement thereafter. No liquor, alcoholic beverages, smoking or drugs shall be allowed on the site of the work. A.Supervisor: The CONTRACTOR shall maintain a Lead Technician within the area and within sight of treatment crews at all times. The Lead Technician shall be fluent in English and shall have excellent communication skills and be capable of directing all work requested by the VILLAGE. B.Employee/Independent Contractor or Subcontractor Performance: CONTRACTOR shall employ (or contract with) personnel competent to perform the work specified herein. VILLAGE reserves the right to request the removal of a CONTRACTOR’S employee/independent contractor or subcontractor from performing maintenance on the VILLAGE’S property where such employee’s/independent contractor’s or subcontractor’s performance or actions, are perceived as obviously detrimental to VILLAGE. C.Uniforms: CONTRACTOR shall provide all employees with color coordinated uniforms that shall be maintained by CONTRACTOR so that all personnel are neat, clean and professional in appearance at all times. Non-uniform clothing shall not be permitted. D.Background Checks: Prior to working in the VILLAGE, all managers and employees of the CONTRACTOR, independent contractors, and subcontractors shall be required to undergo background checks. A thorough State and national background check that identifies an individual’s entire criminal history shall be conducted. The analysis of the background check shall focus only on those offenses that most directly impact both children and adults, which include but are not limited to the following: i. Any illegal activity of a sexual nature; ii. Acts of violence; iii. Acts of lewd or lascivious behavior; iv. Drug possession and/or drug distribution; and, v. Repeated public intoxication. A background check shall be conducted on new employees prior to employment and on each employee at annually. All background check related costs shall be the sole responsibility and expense of the CONTRACTOR. Prior to the beginning of the contract term and at the beginning of each Village fiscal year (beginning October 1st) the CONTRACTOR shall submit written certification to the VILLAGE that CONTRACTOR has complied with the Village’s requirement regarding background checks on all employees. The certifying document shall be signed by the DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C Comprehensive Landscape and Parks Maintenance Services – RFP # 2023-07 76 authorized officer of the corporation. Should an employee begin service with the CONTRACTOR after the commencement of the Agreement, during a Village fiscal year, the CONTRACTOR shall, as soon as reasonably possible, submit a supplemental certifying document regarding a background check on the new employee. Maintenance, ownership, and control of all background check records and information generated, received, possessed and stored shall be the sole responsibility of the CONTRACTOR, and shall be retained for a period of not less than three years. Failure to perform a state and national criminal background check in accordance with the rules above shall be cause for termination of the Agreement. 2. EQUIPMENT A.Vehicles: CONTRACTOR shall keep all vehicles in good repair, free from leaking fluids, properly registered, of uniform color and shall bear the company name on each side in not less than 1 ½” letters. B.Equipment Safety: CONTRACTOR shall keep all equipment in an efficient and safe operating condition while performing work under this Agreement. 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 VILLAGE may direct the CONTRACTOR to remove such equipment and/or the operator until the deficiency is corrected to the satisfaction of the VILLAGE. The CONTRACTOR shall be responsible and liable for injury to persons and property caused by the operation of the equipment. C.Test Equipment Calibration: CONTRACTOR shall use only test equipment that are in proper working condition and have been calibrated as required by the manufacturer. D.Storage: The VILLAGE shall not provide facilities at which the CONTRACTOR may store equipment. The CONTRACTOR shall be responsible for mobilization and setup, and demobilization and breakdown, each day. E.Storage during a Disaster Preparedness and Response: The CONTRACTOR shall assist the VILLAGE in responding to disaster events within the VILLAGE. There are no office and storage facilities available; however the CONTRACTOR may stage their equipment inside of Village Green Park, with the VILLAGE’s prior authorization, up to 48 hours prior to a storm event. 3. IRRIGATION PARTS, CHEMICAL AND FERTILIZERS A.The CONTRACTOR shall base all costs for irrigation, chemicals, fertilizers and other supplies on the current supplier wholesale price list as provided to the VILLAGE by SiteOne Landscape Supply Catalog: “Wholesale.” B.The VILLAGE reserves the right to request an updated wholesale price list every three (3) months. C.The VILLAGE also reserves the right to add or delete items from the wholesale price list. D.The CONTRACTOR shall submit the markup or discount percentage in Exhibit B, Fee Schedule. The markup or discount shall be calculated on the wholesale price (See 5.3(A)) of supplies or materials only. Markup shall include the cost of taxes and delivery. E.Labor costs contained within Exhibit B shall provide for excavation and planting costs. DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C Comprehensive Landscape and Parks Maintenance Services – RFP # 2023-07 77 F.The VILLAGE, in its sole discretion, reserves the right to purchase materials for Supplemental Work directly from the CONTRACTOR or another vendor of the VILLAGE’s choice. 4. TREES, PALMS AND PLANTS PRICING A.All trees and plants must be Florida Grade #1 or better. Prices for trees or plants shall be “unplanted” with a markup calculated on the wholesale price of supplies or materials only and shall cover the cost of taxes and delivery. The CONTRACTOR shall submit the markup or discount percentage in Exhibit B, Fee Schedule. The markup or discount shall be calculated on the wholesale price of materials only. B.Cost for trees and plants shall be based on the then current Betrock Information Systems “PlantFinder” - Wholesale Guide to Foliage and Ornamental Plants. C.Labor costs contained within Exhibit B, Fee Schedule, shall provide for excavation and planting costs. All sod must be priced “as installed.” D.The VILLAGE, in its sole discretion, reserves the right to purchase materials for Supplemental Work directly from the CONTRACTOR or another vendor of the VILLAGE’s choice. DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C Comprehensive Landscape and Parks Maintenance Services – RFP # 2023-07 78 5. PLANT SPECIFICATION AND DETAIL Figure 5.5(A) – LARGE TREE & PALM PLANTING DETAIL DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C Comprehensive Landscape and Parks Maintenance Services – RFP # 2023-07 79 Figure 5.5(B) – MULTI-STEM PLANTING DETAIL DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C Comprehensive Landscape and Parks Maintenance Services – RFP # 2023-07 80 Figure 5.5(C) – SHRUB PLANTING DETAIL DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C Comprehensive Landscape and Parks Maintenance Services – RFP # 2023-07 81 Figure 5.5(D) – SMALL TREE PLANTING DETAIL DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C Comprehensive Landscape and Parks Maintenance Services – RFP # 2023-07 82 Figure 5.5(E) –SOD AND GROUND COVER PLANTING DETAIL DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C Comprehensive Landscape and Parks Maintenance Services – RFP # 2023-07 83 Figure 5.5(F) – LARGE TREE & PALM PLANTING DETAIL II DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C Comprehensive Landscape and Parks Maintenance Services – RFP # 2023-07 84 SECTION 6 STANDARDS OF INSURANCE 1. INSURANCE A.The policies of insurance shall be placed with insurance carriers authorized to do business by the Insurance Department of the State of Florida, and meet a minimum financial rating by AM Best Company of no less than “A- Excellent: FSC VII”; and, B.VILLAGE shall be named as additional insured on all policies except worker’s compensation and professional liability; and, C.The additional insured status for VILLAGE for general liability and for completed operations shall be maintained for this Agreement for five years following the completion of all services, pursuant to this Agreement or no more restrictive than the Insurance Services office (ISO) form CG 2037 (07 04). D.Any person, organization, vehicle, equipment, or other person or property fulfilling this Agreement is bound by these insurance requirements. E.Any changes to these specifications shall be at the sole and exclusive discretion of VILLAGE. F.VILLAGE retains the right to review, at any time, policies, coverage, applicable forms/endorsements, and amounts of insurance. G.CONTRACTOR is responsible for repairing or replacing any damage to structures unless otherwise addressed within this Agreement. H.Insurance shall not be suspended, voided or canceled except after 30 calendar days prior written notice by certified mail, return receipt requested, has been given to VILLAGE, except the cancellation notice period for non-payment of premiums shall be 10 days. I.Certificates of Insurance evidencing conditions to this Agreement are to be furnished to Village of Key Biscayne, 88 West McIntyre Street, Key Biscayne, FL 33149 J.Notices of Accidents (occurrences) and Notices of Claims associated with work being performed under this Agreement shall be provided to CONTRACTOR’s insurance company and VILLAGE as soon as practicable after notice to the insured. K.CONTRACTOR agrees by entering into this written Agreement that the insurance policies provided will include a Waiver of Subrogation in favor of VILLAGE. CONTRACTOR’S insurance shall be Primary and non-contributory. L.CONTRACTOR is responsible for any costs or expenses below deductibles, self- insured retentions, coverage exclusions or limitations, or coinsurance penalties. 2. SPECIFIC COVERAGE A.Workers Compensation: CONTRACTOR shall provide statutory workers’ compensation, and employer’s liability insurance with limits of not less than $1,000,000 per employee per accident, $1,000,000 disease aggregate and $1,000,000 per employee per disease for all personnel on DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C Comprehensive Landscape and Parks Maintenance Services – RFP # 2023-07 85 the worksite. If applicable, coverage for the Jones Act and United States Longshoremen and Harbor workers exposures must also be included. Elective exemptions shall NOT satisfy this requirement. Certificates evidencing an employee leasing company as employer shall not be accepted). In the event CONTRACTOR has “leased” employees, CONTRACTOR must provide a workers’ compensation policy for all personnel on the worksite. All documentation must be provided for review and approval by VILLAGE. CONTRACTOR is responsible for the Workers’ Compensation of any and all subcontractors, including leased employees, used by CONTRACTOR. Evidence of workers’ compensation insurance coverage for all subcontractors, including leased employees, must be submitted prior to any work being performed. B.Commercial General Liability: CONTRACTOR shall provide evidence of commercial general liability on an occurrence Form no more restrictive than ISO form CG 2010, and including but not limited to bodily injury, property damage, contractual liability, products and completed operations (without limitation), and personal and advertising injury liability with limits of not less than $1,000,000 each occurrence, and $2,000,000 in aggregate, covering all work performed under this Agreement. C.Business Automobile Liability: CONTRACTOR shall provide evidence of business automobile liability on a standard ISO form and including per occurrence limits of not less than $1,000,000 covering all work performed under this Agreement. Coverage shall include liability for owned, non-owned & hired automobiles. If private passenger automobiles are used in the business, they shall be commercially insured. D.Umbrella or Excess Liability: Umbrella polices are acceptable to provide the total required general liability, automobile liability, and employers’ liability limits. Umbrella policies shall also name VILLAGE as additional insured and coverage shall be provided on a “Follow Form” basis. E.Subcontractors: Insurance requirements itemized in this contract and required of CONTRACTOR shall be provided on behalf of all subcontractors to cover their operations performed under this Agreement. CONTRACTOR shall be held responsible for any modifications, deviations, or omissions in these insurance requirements as they apply to subcontractors. F.Pollution Liability: For sudden and gradual occurrences or claims made and, in an amount, no less than $1,000,000 per claim and $3,000,000 in the aggregate arising out of work performed under this Agreement, including but not limited to, all hazardous materials identified under the Agreement. G.Employee Dishonesty Coverage: CONTRACTOR shall provide Employee Dishonesty coverage to include liability for dishonest acts of the CONTRACTOR’S employees against the VILLAGE including Theft. [THIS SPACE INTENTIONALLY LEFT BLANK] DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C Comprehensive Landscape and Parks Maintenance Services – RFP # 2023-07 86 SECTION 7 STANDARDS OF PERFORMANCE & PAYMENT SECURITY 1. SECURITY REQUIREMENTS A.Within fourteen days of the Notice of Award by Village Council, CONTRACTOR shall furnish to VILLAGE performance & payment security in an amount equal to $100,000 or 100% of the total annual cost (whichever is greater) as security for the faithful performance of Agreement and for the payment of all persons performing labor and/or furnishing materials in connection with the Agreement. Bond shall be submitted on Exhibit E provided in the Agreement. The condition of this obligation is such that, if CONTRACTOR shall promptly and faithfully perform the Agreement, make payments to all claimants for all labor and material used or reasonably required for use in the performance of the Agreement, and shall fully indemnify and save harmless VILLAGE and its agents and/or service provider for all costs and damages that may be suffered by reason of failure to do so, then this obligation shall be null and void; otherwise it shall remain in full force and effect. B.The performance & payment security shall be in the form of a cashier's check payable to “Village of Key Biscayne” and drawn on a bank, authorized to do business in the State of Florida, or a surety bond issued by a surety company meeting the qualifications stated in this Section. A copy of the cashier’s check or surety bond shall be attached as Exhibit E. C.The surety company issuing the surety bond shall fulfill each of the following provisions, and CONTRACTOR shall provide evidence to document such fulfillment: i. The surety company is licensed to do business in the State of Florida. ii. The surety company holds a valid certificate of authority, authorizing it to write surety bonds in the State of Florida. iii. The surety company has twice the minimum surplus and capital required by the Florida Insurance Code at the time the Agreement is executed. iv. The surety company is otherwise in compliance with the provisions of the Florida Insurance Code. v. The surety company holds a valid certificate of authority issued by the United States Department of the Treasury under 31 U.S.C. § 9304-9308. vi. The bond shall contain all provisions required by § 255.05, Florida Statutes, as may be amended from time to time. vii. The bond shall be issued by a Florida resident agent. viii. A surety bond shall be executed by a surety company of recognized standing having been in business with a record of successful continuous operation for at least five years. ix. The surety company shall meet a minimum financial rating by AM Best Company of no less than “A- Excellent: FSC VII” and shall have at least a minimum policyholders rating of A- Class VII or higher. In the event that the SURETY COMPANY’S RATING SHALL DROP, THE SURETY COMPANY SHALL IMMEDIATELY notify VILLAGE. x. All surety companies are subject to review and approval by VILLAGE and may be rejected without cause. All bonds signed by an agency shall be accompanied by a certificate of authority to act. D.Duration of Security: Performance & payment security shall remain in force until expiration. If the Agreement is terminated, they shall remain in force for one year from the date of termination of this Agreement as protection to VILLAGE against losses resulting from improper DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C Comprehensive Landscape and Parks Maintenance Services – RFP # 2023-07 87 performance of work under the Agreement that may appear or be discovered during that period. [THIS SPACE INTENTIONALLY LEFT BLANK] DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C Comprehensive Landscape and Parks Maintenance Services – RFP # 2023-07 88 SECTION 8 GENERAL CONDITIONS 1. NOTICE TO COMMENCE No work shall commence until the Notice of Commencement is issued by VILLAGE. 2. EXEMPTION PROHIBITION CONTRACTOR agrees and acknowledges that CONTRACTOR is prohibited from exempting any provisions of this Agreement. 3. FAILURE TO COMPLY WITH PROVISIONS CONTRACTOR agrees and acknowledges that CONTRACTOR’S failure to comply with any provisions in this Agreement, including but not limited to failing to accurately complete any or all attached forms and exhibits, may constitute a breach of this Agreement, and may result in termination of this Agreement. 4. ADDITIONAL SERVICES If it should become necessary for VILLAGE to request CONTRACTOR to render any additional services to either supplement the services described in the Agreement or to perform additional work, such additional work shall be performed only if set forth in an amendment to this Agreement. Any such additional work shall be by mutual agreement of both parties, negotiated as to price, and approved by action of Village Council. 5. PERFORMANCE-BASED COMPENSATION A.The CONTRACTOR’s performance will be reviewed collaboratively with the VILLAGE on a quarterly basis during each contract year. The VILLAGE will issue a scorecard at the end of each quarter of the contract year based upon the performance metrics outlined herein. B.The Performance-Based Compensation Plan will be used to assess the CONTRACTOR’s performance when determining the amount of the Performance- Based Compensation earned. The base contract segregates the CONTRACTOR’s profit margin from other cost. The profit margin is put into the Performance-Based Compensation tool and can be earned in whole or in part. The Performance- Based Compensation is earned profit and should not in any way be considered a bonus or gift. C.The Performance-Based Compensation plan addresses those performance evaluation areas that are under the control of the CONTRACTOR’s management and area viable for evaluation. If, after final quarterly review of each contract year, CONTRACTOR receives a cumulative scorecard of 90 percent or better, the CONTRACTOR shall be paid the full one-quarter (1/4) of its profit for that quarter. If the CONTRACTOR receives a cumulative scorecard rating of less than 90 percent but greater than 85 percent or better, the CONTRACTOR shall be paid less 10 percent of one-quarter (1/4) profit to be paid that quarter. If the CONTRACTOR receives a cumulative scorecard rating of less than 85 percent but greater than 80 percent or better, the CONTRACTOR shall be paid less 25 percent of one-quarter (1/4) profit to be paid that quarter. If the CONTRACTOR does not receive a scorecard of 80 percent, the VILLAGE shall retain the Profit amount owed for the quarter. Two consecutive quarters of a performance evaluation with a scorecard of 80 percent or below may constitute a breach of this Agreement and may result in termination of this Agreement. DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C Comprehensive Landscape and Parks Maintenance Services – RFP # 2023-07 89 D.The parties shall meet quarterly. Quarterly Business Reviews (CONTRACTOR Performance) meetings are set forth as follows: • July through September – by end of November • October through December – by end of February • January through March – by end of May • April through June – by end of August i. Feedback to the CONTRACTOR for deficiencies will be provided as deficiencies are identified. Deficiencies will be identified verbally or in writing. The CONTRACTOR will have the opportunity to correct the deficiencies in a timely and responsive manner. The deficiencies will be forwarded to the contact identified by the CONTRACTOR. ii. Before an evaluation period is started, the VILLAGE may unilaterally modify the applicable criteria or place emphasis on an evaluation area. The CONTRACTOR will be notified of these changes in writing prior to the start of the applicable period and the Key Performance Indicators (KPIs) will be modified accordingly. Unless the VILLAGE gives the CONTRACTOR specific written notice of any changes to evaluations areas five (5) days prior to the state of a new evaluation period, the same evaluation criteria and wrights listed for preceding period will be used in subsequent periods. The performance evaluation criteria is provided in Exhibit H. iii. Unearned Performance-Based Compensation for prior evaluation period will not be carried over to subsequent evaluation periods and will not be able to be earned later during the contract period regardless of correction. E.The amount of compensation payable by VILLAGE to CONTRACTOR shall be based upon the prices as set forth in Exhibit B, attached hereto and made a part hereof, which amount shall be accepted by CONTRACTOR as full compensation for all such work performed under this Agreement. It is acknowledged and agreed by CONTRACTOR that these amounts are the maximum payable and constitute a limitation upon VILLAGE'S obligation to compensate CONTRACTOR for its services related to this Agreement. This maximum amount, however, does not constitute a limitation of any sort, upon CONTRACTOR'S obligation to perform all items of work required by or which can be reasonably inferred from the Agreement. F.CONTRACTOR may submit an invoice for compensation, developed and agreed upon by Village Manager and CONTRACTOR, no more often than on a monthly basis, but only after the services for which the invoices are submitted have been completed. Invoices shall designate the nature of the services performed and shall also show a summary of fees with accrual of the total and credits for portions paid previously. Each statement shall show the proportion of the guaranteed maximum payment that has been expended through previous billings. G.Notwithstanding any provision of this Agreement to the contrary, the Village Manager may withhold, in whole or in part, payment to the extent necessary to protect VILLAGE from loss on account of inadequate or defective work which has not been remedied or resolved in a manner satisfactory to the Village Manager. The amount withheld shall not be subject to payment of interest by VILLAGE. H.Payment shall be made to CONTRACTOR in accordance with the local government prompt payment act as stipulated in part VII of Chapter 218, Florida Statutes, by check, electronic funds transfer (EFT), e-pay or p-card, or other method as determined by VILLAGE in its sole discretion. DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C Comprehensive Landscape and Parks Maintenance Services – RFP # 2023-07 90 I.Beginning on October 1, 2023, and each October 1st thereafter, CONTRACTOR shall receive an annual adjustment in the rates that are part of the total Collection element of rates established in the Rate Structure provided in Exhibit B. The adjustment to the Collection element of costs in Exhibit B shall be based on the annual change in the April Consumer Price Index - All Urban Consumers, Not Seasonally Adjusted, All Items, Miami-Fort Lauderdale-West Palm Beach Area, (the “CPI”), except that the annual adjustment to the costs shall not exceed 4% (increase or decrease). The CPI is available from the United States Department of Labor, Bureau of Labor Statistics. The parties acknowledge that fuel costs are reflected in the above referenced CPI, and therefore there shall be no additional fuel costs adjustments. 6. TAXES CONTRACTOR shall not be entitled to VILLAGE’S tax-exempt benefits. 7. VERBAL AGREEMENTS A.No verbal agreement or conversation with any officer, agent, or employee of the VILLAGE, either before or after execution of the Agreement, shall affect or modify any of the terms or obligations contained in the Agreement. Any such verbal agreement or conversation shall be considered as unofficial information and in no way binding upon VILLAGE or CONTRACTOR. B.The terms, conditions, and pricing of the Agreement can only be altered with an amendment to the Agreement by action of Village Council. 8. NO CONTINGENCY FEES CONTRACTOR warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for CONTRACTOR, to solicit or secure this Agreement, and that it has not paid or agreed to pay any person, company, corporation, individual or firm, other than a bona fide employee working solely for CONTRACTOR, any fee, Council, percentage, gift or other consideration contingent upon or resulting from the award or making of this Agreement. 9. ASSIGNMENT; NON-TRANSFERABILITY OF AGREEMENT A.The Agreement shall not be assigned or transferred. If CONTRACTOR is, or may be, purchased by or merged with any other corporate entity during the Agreement, the Agreement may be terminated as a result of such transaction. The Village Manager shall determine whether an Agreement is to be terminated in such instances. B.If, at any time during the Agreement, filings, notices or like documents are submitted to any regulatory agency concerning the potential acquisition of CONTRACTOR, or the sale of a controlling interest in CONTRACTOR, or any similar transaction, CONTRACTOR shall immediately disclose such information to VILLAGE. Failure to do so may result in the Agreement being terminated, at VILLAGE’S sole discretion. 10. COMPLIANCE WITH APPLICABLE LAWS CONTRACTORS are required to comply with all provisions of federal, state, county and local laws, ordinances, rules and regulations that are applicable to the services being provided in this Agreement. Lack of knowledge of CONTRACTOR shall in no way be a cause for relief from responsibility or constitute a cognizable defense against the legal effects thereof. 11. FAMILIARITY WITH LAWS AND ORDINANCES CONTRACTOR is familiar with all federal, state and local laws, ordinances, rules and regulations DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C Comprehensive Landscape and Parks Maintenance Services – RFP # 2023-07 91 which affect those engaged or employed in the provision of such services, or equipment used in the provision of such services, or which in any way affects the conduct of the provision of such services; and no plea of misunderstanding will be considered on account of ignorance thereof. If CONTRACTOR discovers any provisions in the Agreement that are contrary to or inconsistent with any law, ordinance, or regulation, it shall report the issue to VILLAGE in writing without delay. 12. ADVERTISING CONTRACTOR agrees not to use this Agreement as a part of any advertising or CONTRACTOR sponsored publicity without the express written approval of Village Manager or designee. 13. INDEMNIFICATION A.CONTRACTOR shall indemnify, hold harmless and, at VILLAGE's option, pay for an attorney selected by VILLAGE, to defend VILLAGE and any of its officers, agents, servants and employees from and against any and all liability, suits, actions, damages, costs, losses and expenses, including attorneys' fees, demands and claims for personal injury, bodily injury, sickness, diseases or death or damage or destruction of tangible property, arising out of any errors, omissions, misconduct or negligent acts, errors or omissions of CONTRACTOR, its officials, agents, employees or subcontractors in the performance of the services of CONTRACTOR under this Agreement, whether direct or indirect and from and against any orders, judgments, or decrees which may be entered thereon and from and against all costs, damages of every kind and nature, attorneys' fees, expenses and liabilities incurred in and about the defense of any such claim and investigation thereof. B.CONTRACTOR shall indemnify, hold harmless and, at VILLAGE's option, pay for an attorney selected by VILLAGE, to defend VILLAGE and any of its officers, agents, servants and employees from and against any and all liability, suits, actions, damages, costs, losses and expenses, including attorneys' fees, demands and claims sought by third parties related to any alleged breach of any non-competition of similar provisions. C.CONTRACTOR shall indemnify VILLAGE and any of its officers, agents, servants and employees, for all loss, damage, expense or liability including, without limitation, court costs and attorneys' fees that may result by reason of any infringement or claim of infringement by CONTRACTOR of any patent, trademark, copyright, trade secret or other proprietary right relating to services furnished pursuant to this Agreement. CONTRACTOR shall defend and/or settle at its own expense any action brought against VILLAGE, any of its officers, agents, servants and employees, to the extent that it is based on a claim that products or services furnished to VILLAGE by CONTRACTOR pursuant to this Agreement, or if any portion of the services or goods related to the performance of the service become unusable as a result of any such infringement or claim. D.CONTRACTOR acknowledges that specific consideration has been paid or shall be paid under this Agreement for this hold harmless and indemnification provision, and further agrees with the foregoing provisions of indemnity and with the collateral obligation of insuring said indemnity. E.The provisions of this section shall survive the expiration or earlier termination of this Agreement. To the extent considered necessary by Village Manager and Village Attorney, any sums due to CONTRACTOR under this Agreement may be retained by VILLAGE until all of VILLAGE's claims for indemnification pursuant to this Agreement have been settled or otherwise resolved; and any amount withheld shall not be subject to payment of interest by VILLAGE. DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C Comprehensive Landscape and Parks Maintenance Services – RFP # 2023-07 92 14. MISCELLANEOUS A. Ownership of Documents: Unless otherwise provided by law, any and all reports, surveys, and other data and documents provided or created in connection with this Agreement are and shall remain the property of VILLAGE. Any compensation due to CONTRACTOR shall be withheld until all documents are received as provided herein. B. Audit and Inspection Rights, Retention of Records: i. VILLAGE shall have the right to audit the books, records and accounts of CONTRACTOR that are related to this Agreement. CONTRACTOR shall keep such books, records, and accounts as may be necessary in order to record complete and correct entries related to this Agreement. ii. CONTRACTOR agrees to keep such records and accounts as may be necessary in order to record complete and correct entries as to personnel hours charged for which CONTRACTOR receives reimbursement. Such records and accounts shall be kept after completion of the work provided for in this Agreement, for at a minimum, the retention period required by the Florida Public Records Act (Chapter 119, Florida Statutes) and by item 340, Disbursement Records: Detail, of the State of Florida General Records Schedule GS1-SL for State and Local Government Agencies, as may be promulgated from time to time. Such books and records shall be available at all reasonable times for examination and audit by VILLAGE. iii. Such retention of such records and documents shall be at CONTRACTOR’S expense. iv. If any audit has been initiated and audit findings have not been resolved at the end of the retention period, the books, records, and accounts shall be retained until resolution of the audit findings. If the Florida Public Records Act is determined by VILLAGE to be applicable to CONTRACTOR’S records, CONTRACTOR shall comply with all requirements thereof; however, no confidentiality or non-disclosure requirement of either federal or state law shall be violated by CONTRACTOR. Any incomplete or incorrect entry in such books, records, and accounts shall be a basis for VILLAGE’S disallowance and recovery of any payment upon such entry. v. CONTRACTOR shall respond to the reasonable inquiries of successor CONTRACTORS and allow successor CONTRACTORS to receive working papers relating to matters of continuing significance. vi. CONTRACTOR shall provide a complete copy of all working papers to VILLAGE, prior to final payment by VILLAGE, in accordance with the Agreement for CONTRACTOR’S services. C. Public Records: CONTRACTOR shall comply with The Florida Public Records Act as follows: i. Keep and maintain public records that ordinarily and necessarily would be required by the VILLAGE in order to perform the service. ii. Upon request by the Village's records custodian, provide the VILLAGE with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in Chapter 119, Florida Statutes, or as otherwise provided by law. iii. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the Agreement term. iv. Upon completion of the Agreement or in the event of termination of the Agreement by either party, any and all public records relating to the Agreement in the possession of CONTRACTOR shall be delivered by CONTRACTOR to VILLAGE, at no cost to VILLAGE, within seven (7) days. All records stored electronically by CONTRACTOR shall be delivered to the VILLAGE in a format that is compatible with the Village's information technology DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C Comprehensive Landscape and Parks Maintenance Services – RFP # 2023-07 93 systems. Once the public records have been delivered to the VILLAGE upon completion or termination of this Agreement, CONTRACTOR shall destroy any and all duplicate public records that are exempt or confidential and exempt from public record disclosure requirements. v. CONTRACTOR’S failure or refusal to comply with the provisions of this Section shall result in the immediate termination of this Agreement by the VILLAGE. IF CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO CONTRACTOR’S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS AGREEMENT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT 305-365-5506, jkoch@keybiscayne.fl.gov OR BY MAIL: Village of Key Biscayne – Office of Village Clerk, 88 West McIntyre Street, Key Biscayne, FL 33149. D. Policy of Non-Discrimination: CONTRACTOR shall not discriminate against any person in its operations, activities or delivery of services under this Agreement. CONTRACTOR shall affirmatively comply with all applicable provisions of federal, state and local equal employment laws and shall not engage in or commit any discriminatory practice against any person based on race, age, religion, color, gender, sexual orientation, national origin, marital status, physical or mental disability, political affiliation or any other factor which cannot be lawfully used as a basis for service delivery. E. Public Entity Crime Act: CONTRACTOR represents that the execution of this Agreement will not violate the Public Entity Crime Act (Section 287.133, Florida Statutes), which essentially provides that a person or affiliate who is a contractor, CONTRACTOR or other provider and who has been placed on the convicted vendor list following a conviction for a Public Entity Crime may not submit a bid on an contract to provide any goods or services to VILLAGE, may not submit a bid on a contract with VILLAGE for the construction or repair of a public building or public work, may not submit bids on leases of real property to VILLAGE, may not be awarded or perform work as a contractor, proposer, subcontractor, or consultant under a contract with VILLAGE, and may not transact any business with VILLAGE in excess of the threshold amount provided in Section 287.017, Florida Statutes, for category two purchases for a period of thirty six (36) months from the date of being placed on the convicted vendor list. Violation of this section shall result in termination of this Agreement and recovery of all monies paid hereto and may result in debarment from VILLAGE’S competitive procurement activities. In addition to the foregoing, CONTRACTOR further represents that there has been no determination, based on an audit, that it committed an act defined by Section 287.133, Florida Statutes, as a “public entity crime” and that it has not been formally charged with committing an act defined as a “public entity crime” regardless of the amount of money involved or whether CONTRACTOR has been placed on the convicted vendor list. F. Third Party Beneficiaries: Neither CONTRACTOR nor VILLAGE intends to directly or substantially benefit a third party by this Agreement. Therefore, the parties agree that there are no third- party beneficiaries to this Agreement and that no third party shall be entitled to assert a claim against either of them. Based upon this Agreement the parties expressly acknowledge that it is not their intent to create any rights or obligations in any third person or entity under this Agreement. DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C Comprehensive Landscape and Parks Maintenance Services – RFP # 2023-07 94 G. Notices: Whenever either party desires to give notice to the other, such notice shall 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: VILLAGE: Steven C. Williamson Village Manager Village of Key Biscayne 88 West McIntyre Street Key Biscayne, FL 33326 With a copy to: Chad S. Friedman, Esq. Village Attorney Weiss Serota Helfman Cole & Bierman, P.L. 2800 Ponce de Leon Blvd., Suite 1200 Coral Gables, FL 33134 CONTRACTOR: ________________________________________________ ________________________________________________ ________________________________________________ H. Conflicts: Neither CONTRACTOR nor its employees shall have or hold any continuing or frequently recurring employment or contractual relationship that is substantially antagonistic or incompatible with CONTRACTOR’S loyal and conscientious exercise of judgment related to its performance under this Agreement. i. CONTRACTOR agrees that none of its officers or employees shall, during the term of this Agreement, serve as an expert witness against VILLAGE in any legal or administrative proceeding in which he or she is not a party, unless compelled by court process. Further, CONTRACTOR agrees that such persons shall not give sworn testimony or issue a report or writing, as an expression of his or her expert opinion, which is adverse or prejudicial to the interests of VILLAGE in connection with any such pending or threatened legal or administrative proceeding. The limitations of this section shall not preclude CONTRACTOR or any other persons from representing themselves in any action or in any administrative or legal proceeding. ii. In the event CONTRACTOR is permitted to utilize subcontractors to perform any services required by this Agreement, CONTRACTOR agrees to prohibit such subcontractors, by written Agreement, from having any conflicts within the meaning of this section. I. Materiality and Waiver of Breach: VILLAGE and CONTRACTOR agree that each requirement, duty, and obligation set forth herein is substantial and important to the formation of this Agreement and, therefore, is a material term hereof. VILLAGE’S failure to enforce any provision DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C Comprehensive Landscape and Parks Maintenance Services – RFP # 2023-07 95 of this Agreement shall not be deemed a waiver of such provision or modification of this Agreement. A waiver of any breach of a provision of this Agreement shall not be deemed a waiver of any subsequent breach and shall not be construed to be a modification of the terms of this Agreement. J. Severance: In the event a portion of this Agreement is found by a court of competent jurisdiction to be invalid, the remaining provisions shall continue to be effective unless VILLAGE or CONTRACTOR elects to terminate this Agreement. An election to terminate this Agreement based upon this provision shall be made within seven days after the finding by the court becomes final. K. Joint Preparation: The parties acknowledge that they have sought and received whatever competent advice and counsel as was necessary for them to form a full and complete understanding of all rights and obligations herein and that the preparation of this Agreement has been their joint effort. The language agreed to express their mutual intent and the resulting document shall not, solely as a matter of judicial construction, be construed more severely against one of the parties than the other. L. Priority of Provisions: If there is a conflict or inconsistency between any term, statement, requirement, or provision of any form and exhibit attached hereto, any document or events referred to herein, or any document incorporated into this Agreement by reference and a term, statement, requirement, or provision of this Agreement, the term, statement, requirement, or provision contained in Sections 1 through 8 of this Agreement shall prevail and be given effect. M. Applicable Law and Venue: Attorney’s Fees and Costs: This Agreement shall be interpreted and construed in accordance with and governed by the laws of the State of Florida. The parties submit to the jurisdiction of any Florida state or federal court in any action or proceeding arising out of, or relating to, this Agreement. Venue of any action to enforce this Agreement shall be in MIAMI-DADE County, Florida. The parties expressly waive all rights to trial by jury for any disputes arising from or in any way connected with this Agreement. The parties understand and agree that this waiver is a material Agreement term. This Agreement is not subject to arbitration. If any party is required to enforce the terms of this Agreement by court proceedings or otherwise, whether or not formal legal action is required, each party shall pay its own attorney's fees and costs. N. 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 formality as this Agreement. O. Prior Agreements: This Agreement and its attachments constitute the entire agreement between CONTRACTOR and VILLAGE, and this document incorporates and includes all prior negotiations, correspondence, conversations, agreements, and understandings applicable to the matters contained herein and the parties agree that there are no commitments, agreements or understandings concerning the subject matter of this Agreement that are not contained in this document. Accordingly, the parties agree that no deviation from the terms hereof shall be predicated upon any prior representations or agreements, whether oral or written. It is further agreed that no modification, amendment or alteration in the terms or conditions contained here shall be effective unless set forth in writing in accordance with Section7.17 (N.) Amendments above. DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C Comprehensive Landscape and Parks Maintenance Services – RFP # 2023-07 96 P. Incorporation by Reference: The truth and accuracy of each “Whereas” clause set forth above is acknowledged by the parties. The attached Forms and Exhibits are incorporated hereto and made a part of this Agreement. Q. Multiple Originals: This Agreement may be fully executed in five (5) copies by all parties each of which, bearing original signatures, shall have the force and effect of an original document. R. Headings: Headings are for convenience of reference only and shall not be considered in any interpretation of this Agreement. S. Binding Authority: Each person signing this Agreement on behalf of either party individually warrants that he or she has full legal power to execute this Agreement on behalf of the party for whom he or she is signing, and to bind and obligate such party with respect to all provisions contained in this Agreement. T. Survival of Provisions: Any terms or conditions of this Agreement that require acts beyond the date of its termination shall survive the termination of this Agreement, shall remain in full force and effect unless and until the terms of conditions are completed, and shall be fully enforceable by either party. U. Truth-in-Negotiation Certificate: Signature of this Agreement by CONTRACTOR shall act as the execution of a truth-in-negotiation certificate stating that wage rates and other factual unit costs supporting the compensation of this Agreement are accurate, complete, and current at the time of contracting. V. Non-Appropriation of Funds: In the event no funds or insufficient funds are appropriated and budgeted or are otherwise unavailable in any fiscal year for payments due under this Agreement, then VILLAGE, upon written notice to CONTRACTOR of such occurrence, shall have the unqualified right to terminate this Agreement without any penalty or expense to VILLAGE. W. Default: In the event of a default by CONTRACTOR, CONTRACTOR shall be liable for all damages resulting from the default. VILLAGE may take advantage of each and every remedy specifically existing at law or in equity. Each and every remedy shall be in addition to every other remedy specifically given or otherwise existing and may be exercised from time to time as often and in such order as may be deemed expedient by VILLAGE. The exercise or the beginning of the exercise of one remedy shall not be deemed to be a waiver of the right to exercise any other remedy. VILLAGE’s rights and remedies as set forth in this Agreement are not exclusive and are in addition to any other rights and remedies available to VILLAGE in law or in equity. [THIS SPACE INTENTIONALLY LEFT BLANK] DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C Comprehensive Landscape and Parks Maintenance Services – RFP # 2023-07 97 SECTION 9 EXHIBITS FORMS [THIS SPACE INTENTIONALLY LEFT BLANK] DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C Comprehensive Landscape and Parks Maintenance Services – RFP # 2023-07 98 EXHIBIT A CERTIFICATE OF INSURANCE [ATTACH CERTIFICATE OF INSURANCE] DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C $RQ_7ZR/RJDQ6TXDUH±1RUWKWK6WUHHW_3KLODGHOSKLD3$_ 2FWREHU RE: BrightView Landscapes, LLC To Whom It May Concern: BrightView Landscapes, LLC has a self-insured retention (SIR) on the following insurance policy: General Liability in the amount of $3,000,000. The General Liability policy, with ACE American Insurance Company, has the following limits of insurance: $2,000,000 Each Occurrence $5,000,000 Products & Completed Operations Aggregate $5,000,000 General Aggregate BrightView Landscapes, LLC (BrightView) is the largest publicly traded landscape contractor and service provider in the nation with revenues in excess of $2 billion. As a national landscape contractor and service provider, purchasing insurance for its large volume of work, BrightView elects to have large deductibles or self-insured retentions to control premium costs. BrightView and its legacy companies have had large deductibles and/or self-insured retentions for over thirteen years and have always paid all amounts owed. Self-insured costs are projected by an independent actuary, budgeted, and reserved for on the company’s balance sheet. The insurance companies insuring BrightView under deductible programs and/or providing coverage excess of the company’s self-insured retention are financially sound and responsible for payment of losses within their layer of coverage. All General Liability claims are handled by the third-party administrator (“TPA”), *DOODJKHU %DVVHWW. *DOODJKHU%DVVHWW pays the claims using an escrow fund that BrightView provides as part of its administration services. Any General or Product liability claim that would exceed the $3,000,000 SIR, is fully insured by ACE American Insurance Company beyond the SIR amount. Furthermore, for the Workers Compensation coverage afforded by ACE American Insurance Company, there is a $1,000,000 per occurrence deductible. Best Regards, Aon Risk Solutions Sean Dent Account ([HFXWLYH DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C Comprehensive Landscape and Parks Maintenance Services – RFP # 2023-07 99 EXHIBIT B FEE SCHEDULE The CONTRACTOR offers the following prices for providing all labor, supervision, equipment, supplies, tools, materials, and all other necessary incidentals to perform Comprehensive Landscape Maintenance Services in accordance with the scope of work. LANDSCAPE MAINTENANCE AREA EAST Item Description of Task Number of Cycles/Year Cost per Cycle Annual Total A1 Turf Mowing (including, but not limited to, edging, clean up and bush hog) 36 A2 Turf Disease and Pest Management 12 A3 Plant and Shrub Maintenance, 30-day cycle (including, but not limited to, shrubs, plants, small trees and palms <10ft) 12 A4 Plant and Shrub Maintenance, 90-day cycle (including, but not limited to, shrubs, plants, hedges, small trees and palms <10ft) 4 A5 Irrigation Management (including, but not limited to, clock tests, settings, adjustments, and minor repairs) 12 A6 Litter and Debris Control 365 A7 SUBTOTAL (Items 1 thru 6) Item Description of Task Annual Estimate % Markup (+) or Discount (-) Total (=Annual Estimatte x (1 (+/-) %) A8 Tree and Plants (based on “Betrock’s PlantFinder – Wholesale Guide to Foliage and Ornamental Plants”) $75,000 A9 Miscellaneous building supplies and materials $5,000 A10 Irrigation Parts & Supplies (based on SiteOne Landscape Supply Catalog: “Wholesale.” $35,000 A11 Chemicals & Fertilizers $75,000 A12 SUBTOTAL (Items A8 thru A11) A13 TOTAL (Item A7 +A12) A14 PROFIT GRAND TOTAL (Item A13+A14) DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C Comprehensive Landscape and Parks Maintenance Services – RFP # 2023-07 100 FEE SCHEDULE The CONTRACTOR offers the following prices for providing all labor, supervision, equipment, supplies, tools, materials, and all other necessary incidentals to perform Comprehensive Landscape Maintenance Services in accordance with the scope of work. LANDSCAPE MAINTENANCE AREA WEST Item Description of Task Number of Cycles/Year Cost per Cycle Annual Total B1 Turf Mowing (including, but not limited to, edging, clean up and bush hog) 36 B2 Turf Disease and Pest Management 12 B3 Plant and Shrub Maintenance, 30-day cycle (including, but not limited to, shrubs, plants, small trees and palms <10ft) 12 B4 Plant and Shrub Maintenance, 90-day cycle (including, but not limited to, shrubs, plants, hedges, small trees and palms <10ft) 4 B5 Irrigation Management (including, but not limited to, clock tests, settings, adjustments, and minor repairs) 12 B6 Litter and Debris Control 365 B7 SUBTOTAL (Items 1 thru 6) Item Description of Task Annual Estimate % Markup (+) or Discount (-) Total (=Annual Estimatte x (1 (+/-) %) B8 Tree and Plants (based on “Betrock’s PlantFinder – Wholesale Guide to Foliage and Ornamental Plants”) $75,000 B9 Miscellaneous building supplies and materials $5,000 B10 Irrigation Parts & Supplies (based on SiteOne Landscape Supply Catalog: “Wholesale.” $35,000 B11 Chemicals & Fertilizers $75,000 B12 SUBTOTAL (Items B8 thru B11) B13 TOTAL (Item B7 +B12) B14 PROFIT GRAND TOTAL (Item B13+B14) Total Landscape Maintenance for East and West Area $_________________________ DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C Comprehensive Landscape and Parks Maintenance Services – RFP # 2023-07 101 FEE SCHEDULE The CONTRACTOR offers the following unit prices for providing all labor, materials to install the items below on a as needed basis as requested by the VILLAGE. UNIT PRICES FOR MATERIALS - SUPPLEMENTAL WORK Item Description of Task Unit Cost ($/Unit) C1 St. Augustine “Palmetto” Sod Square foot C2 Tifway 419 Sod Square foot C3 Celebration Bermuda Sod Square foot C4 Zoysia Sod Square foot C5 Bahia Sod Square Foot C6 Spanish Gold Mulch – 2 cu. Ft bag each C7 Soil – 50/50 mix Cubic Yard C8 Soil – 80/20 mix Cubic Yard C9 Annuals Mix Cubic Yard C10 Sand Cubic Yard C11 Bio-Barrier 12” Root Barrier Linear foot C12 Stump Grinding – 3-person crew plus equipment Hourly DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C Comprehensive Landscape and Parks Maintenance Services – RFP # 2023-07 102 FEE SCHEDULE The CONTRACTOR offers the following unit prices for providing all labor, tools, equipment, and MOT to install the items below on a as needed basis as requested by the VILLAGE. UNIT PRICES FOR LABOR and EQUIPMENT - SUPPLEMENTAL WORK Item Description of Task Unit Cost ($/Unit) D1 Laborer/Groundskeeper Hourly D2 Irrigation Helper Hourly D3 Irrigation Technician - Certified Hourly D4 Large Equipment Operator Hourly D5 Supervisor/Foreman Hourly D6 Graduate Horticulturist Hourly D7 Bobcat w/operator Hourly D8 Front end loader w/operator Hourly D9 18 yard dump truck w/driver Hourly D10 75 ton crane w/operator Hourly D12 Climber/trimmer Hourly D13 Chipper truck w/operator Hourly DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C Comprehensive Landscape and Parks Maintenance Services – RFP # 2023-07 103 EXHIBIT C CONTRACOR’S SUBCONTRACTORS LIST CONTRACTOR shall provide a comprehensive list of all sub-contractors (if any) and the work to be performed. Item#Sub-Contractor Company Name and Employer Identification Number Work to be Performed 1 2 3 4 5 6 7 8 9 1$ DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C Comprehensive Landscape and Parks Maintenance Services – RFP # 2023-07 104 EXHIBIT D TRANSITION PLAN [ATTACH TRANSITION PLAN] DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C Comprehensive Landscape and Parks Maintenance Services – RFP # 2023-07 105 EXHIBIT E PERFORMANCE AND PAYMENT SECURITY Any singular reference to CONTRACTOR, Surety, VILLAGE or other party shall be considered plural where applicable. CONTRACTOR (name and address) SURETY (name & principal address): _____________________________________ ______________________________________ _____________________________________ ______________________________________ _____________________________________ ______________________________________ VILLAGE : Village of Key Biscayne 88 West McIntyre Street Key Biscayne, Florida 33149 AGREEMENT: Date:________________________ Amount: Services as needed. Not for a fixed amount. Description: Landscape and Parks Maintenance Services Location: Village wide Village of Key Biscayne RFP No. 2023-07 BOND: Date (not earlier than Agreement Date: __________________________ Amount: $100,000.00 or 100% of the total annual cost (whichever is greater). Modifications to this Bond: None _____________ See Page(s) _______ CONTRACTOR AS PRINCIPAL SURETY _____________________________________ ______________________________________ Signature Signature _____________________________________ ______________________________________ Name Name _____________________________________ ______________________________________ Title Title (Any additional signatures please include at the end of this form) FLORIDA RESIDENT AGENT ____________________________________ Address ____________________________________ Phone ____________________________________ Fax DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C Comprehensive Landscape and Parks Maintenance Services – RFP # 2023-07 106 EXHIBIT E PERFORMANCE AND PAYMENT SECURITY (CONT’D.) 1. CONTRACTOR and the Surety, jointly and severally bind themselves, their heirs, executors, administrators, successors and assigns to VILLAGE for the performance of the Agreement, which is incorporated herein by reference. 2. If CONTRACTOR performs the Agreement, the Surety and CONTRACTOR shall have no obligation under this Bond, except to participate in conferences. 3. If there is no VILLAGE Default, the Surety's obligation under this Bond shall arise after: A. VILLAGE has notified CONTRACTOR and the Surety at its address described in paragraph 10 below that VILLAGE is considering declaring a CONTRACTOR Default and has requested and attempted to arrange a conference with CONTRACTOR and the Surety to be held not later than 15 days after receipt of such notice to discuss methods of performing the Agreement. If VILLAGE, CONTRACTOR and the Surety agree, CONTRACTOR shall be allowed a reasonable time to perform the Agreement, but such an agreement shall not waive VILLAGE'S right, if any, subsequently to declare a CONTRACTOR Default; and B. VILLAGE has declared a CONTRACTOR Default and formally terminated CONTRACTOR'S right to complete the Agreement. Such CONTRACTOR Default shall not be declared earlier than 20 days after CONTRACTOR and the Surety have received notice of such termination; and C. VILLAGE has agreed to pay the Balance of the Agreement Price to the Surety in accordance with the terms of the Agreement or to a CONTRACTOR selected to perform the Agreement in accordance with the terms of the Agreement with VILLAGE. 4. When VILLAGE has satisfied the conditions of paragraph 3, the Surety shall promptly and at the Surety's expense take one of the following actions: A. Arrange for CONTRACTOR, with consent of VILLAGE, to perform and complete the Agreement; or B. Undertake to perform and complete the Agreement itself, through its agents or through independent CONTRACTORS; or C. Obtain bids or negotiated proposals from qualified CONTRACTORS acceptable to VILLAGE for an Agreement for performance and completion of the Agreement, arrange for an Agreement to be prepared for execution by VILLAGE and CONTRACTOR selected with VILLAGE'S concurrence, to be secured with performance & payment bonds executed by a qualified Surety equivalent to the bonds issued on the Agreement, and the Balance of the Agreement Price incurred by VILLAGE resulting from CONTRACTOR's default; or D. Waive its right to perform and complete, arrange for completion, or obtain a new CONTRACTOR acceptable to VILLAGE and with reasonable promptness under the circumstances: i. After investigation, determine the amount for which it may be liable to VILLAGE and, as soon as practicable after the amount is determined, tender payment DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C Comprehensive Landscape and Parks Maintenance Services – RFP # 2023-07 107 therefore to VILLAGE; or ii. Deny liability in whole or in part and notify VILLAGE citing reasons therefore. 5. If the Surety does not proceed as provided in paragraph 4 with reasonable promptness, the Surety shall be deemed to be in default on this Bond, 15 days after receipt of an additional written notice from VILLAGE to the Surety demanding that the Surety perform its obligations under this Bond, and VILLAGE shall be entitled to enforce any remedy available to VILLAGE. If the Surety proceeds, without proper notice to VILLAGE, VILLAGE shall be entitled to enforce any remedy available to VILLAGE. 6. After VILLAGE has terminated CONTRACTOR's right to complete the Agreement, and if the Surety elects to act, then the responsibilities of the Surety to VILLAGE shall not be greater than those of CONTRACTOR under the Agreement, and the responsibilities of VILLAGE to the Surety shall not be greater than those of VILLAGE under the Agreement. To the limit of the amount of this Bond, but subject to commitment by VILLAGE of the Balance of the Agreement Price to mitigation of costs and damages on the Agreement, the Surety is obligated without duplication for: A. The responsibilities of CONTRACTOR for correction of defective work and completion of the Agreement; B. Additional legal, design professional and delay costs resulting from CONTRACTOR's Default, and resulting from the actions or failure to act of the Surety under paragraph 4; and C. Liquidated damages, or if no liquidated damages are specified in the Agreement, actual damages caused by delayed performance or non-performance of CONTRACTOR. 7. The Surety shall not be liable to VILLAGE or others for obligations of CONTRACTOR that are unrelated to the Agreement, and the Balance of the Agreement Price shall not be reduced or set off on account of any such unrelated obligations. No right of action shall accrue on this Bond to any person or entity other than VILLAGE or its heirs, executors, administrators or successors. 8. The Surety hereby waives notice of any change, including changes of time, to the Agreement or to related subcontracts, purchase orders and other obligations. 9. Any proceeding, legal or equitable, under this Bond may be instituted in any court of competent jurisdiction in the location in which the work or part of the work is located and shall be instituted within two years after CONTRACTOR Default or within two years after CONTRACTOR ceased working or within two years after the Surety refuses or fails to perform its obligations under this Bond, whichever occurs first. If the provisions of this paragraph are void or prohibited by law, the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable. 10. Notice to the Surety, VILLAGE or CONTRACTOR shall be mailed or delivered to the address shown on the signature page. 11. When this Bond has been furnished to comply with a statutory or other legal requirement in the location where the work was to be performed, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted here from and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. The intent is that this Bond shall be construed as a statutory bond and not as a common law bond. DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C Comprehensive Landscape and Parks Maintenance Services – RFP # 2023-07 108 DEFINITIONS A. Balance of the Agreement Price: The total amount payable by VILLAGE to CONTRACTOR under the Agreement after all proper adjustments have been made including allowance to CONTRACTOR of any amounts received or to be received by VILLAGE in settlement of insurance or other claims for damages to which CONTRACTOR is entitled, reduced by all valid and proper payments made to or on behalf of CONTRACTOR under the Agreement. B. Agreement: The agreement between VILLAGE and CONTRACTOR identified on the signature page, including all Contract Documents and changes thereto. C. CONTRACTOR Default: Failure of CONTRACTOR, which has neither been remedied nor waived, to perform or otherwise to comply with the terms of the Agreement. D. VILLAGE Default: Failure of VILLAGE, which has neither been remedied nor waived, to pay CONTRACTOR as required by the Contract or to perform and complete or comply with the other terms thereof. MODIFICATIONS TO THIS BOND ARE AS FOLLOWS: (Space is provided below for additional signatures of added parties, other than those appearing on the cover page.) CONTRACTOR AS PRINCIPAL SURETY _____________________________________ ______________________________________ Signature Signature _____________________________________ ______________________________________ Name Name _____________________________________ ______________________________________ Title Title DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C Comprehensive Landscape and Parks Maintenance Services – RFP # 2023-07 109 EXHIBIT F PERFORMANCE EVALUATION CRITERIA KEY PERFORMANCE INDICATORS Fiscal Year: ____________ Quarter: ____________ Metric Frequency Points Per Metric Points Earned 4 3 2 1 0 Turf Mowing Work Cycle Completed On- Time (%) Monthly Reporting with Quarterly Summary for KPI Score of 95% or Better Score of 90% - 94% Score of 80% - 89% Score of 70% - 79% Score of 69% or Less Turf Disease and Pest Management Work Cycle Completed On- Time (%) Monthly Reporting with Quarterly Summary for KPI Score of 95% or Better Score of 90% - 94% Score of 80% - 89% Score of 70% - 79% Score of 69% or Less Shrubs and Ground Cover Material Work Cycle Completed On- Time (%) Monthly Reporting with Quarterly Summary for KPI Score of 95% or Better Score of 90% - 94% Score of 80% - 89% Score of 70% - 79% Score of 69% or Less Hedge Plant Material Work Cycle Completed On-Time (%) Monthly Reporting with Quarterly Summary for KPI Score of 95% or Better Score of 90% - 94% Score of 80% - 89% Score of 70% - 79% Score of 69% or Less Irrigation Management Completed On-Time (%) Monthly Reporting with Quarterly Summary for KPI Score of 95% or Better Score of 90% - 94% Score of 80% - 89% Score of 70% - 79% Score of 69% or Less Number of Emergency Work Orders Completed On- Time Monthly Reporting with Quarterly Summary for KPI Score of 95% or Better Score of 90% - 94% Score of 80% - 89% Score of 70% - 79% Score of 69% or Less Litter and Debris Work Cycle Completed On- Time (%) Monthly Reporting with Quarterly Summary for KPI Score of 95% or Better Score of 90% - 94% Score of 80% - 89% Score of 70% - 79% Score of 69% or Less Costs are within Budget and Contract Guidelines Monthly Reporting with Quarterly Summary for KPI Expenditures 90% to budget or less (10% savings or more) Expenditur es 91-95% to budget (5-9% savings) Expenditure s 96-97% to budget (3- 4% savings) Expenditure s 98-100% to budget (up to 2% savings) Any % Above the Quarterly Budget Monthly Billing: Invoices are accurate for Labor hours and rates (actual hours worked) Monthly Reporting with Quarterly Summary for KPI 99% or better accuracy to budget 97%-98% or better accuracy to budget 95%-96% or better accuracy to budget 93%-94% or better accuracy to budget Below 93% Monthly Billing: Materials purchases are in accordance with the contract Monthly Reporting with Quarterly Summary for KPI 99% or better accuracy to budget 97%-98% or better accuracy to budget 95%-96% or better accuracy to budget 93%-94% or better accuracy to budget Below 93% Total Points Earned _________ Maximum Points Available: 100 Score (%) DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C Comprehensive Landscape and Parks Maintenance Services – RFP # 2023-07 110 EXHIBIT G LANDSCAPE MAINTENANCE AREAS DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C Comprehensive Landscape and Parks Maintenance Services – RFP # 2023-07 111 E-VERIFY AFFIDAVIT In accordance with Section 448.095, Florida Statutes, the Village requires all contractors doing business with the Village to register with and use the E-Verify system to verify the work authorization status of all newly hired employees. The Village will not enter into a contract unless each party to the contract registers with and uses the E-Verify system. The contracting entity must provide of its proof of enrollment in E-Verify. For instructions on how to provide proof of the contracting entity’s participation/enrollment in E-Verify, please visit: https://www.e-verify.gov/faq/how-do-i-provide-proof-of-my-participationenrollment-in-e-verify By signing below, the contracting entity acknowledges that it has read Section 448.095, Florida Statutes and will comply with the E-Verify requirements imposed by it, including but not limited to obtaining E- Verify affidavits from subcontractors. ☐Check here to confirm proof of enrollment in E-Verify has been attached to this Affidavit. In the presence of: Signed, sealed and delivered by: Witness #1 Print Name: _______ Print Name: Title: Witness #2 Print Name: _______ Entity Name: ACKNOWLEDGMENT State of Florida County of The foregoing instrument was acknowledged before me by means of ☐physical presence or ☐online notarization, this day of , 20 , by (name of person) as (type of authority) for (name of party on behalf of whom instrument is executed). Notary Public (Print, Stamp, or Type as Commissioned)Personally known to me; or Produced identification (Type of Identification: ) Did take an oath; or Did not take an oath ence of: :ĞƌĞŵLJƌƵnj ƌĂŝŐKĨĨƵƚƚ ss #1 Print Name: :Ğƌ ƌ ŚĂƌůĞƐ'ŽŶnjĂůĞnj ^sW ƌŝŐŚƚsŝĞǁ>ĂŶĚƐĐĂƉĞ^ĞƌǀŝĐĞƐ͕/ŶĐ͘ DŝĂŵŝͲĂĚĞ Ϯϳ DĂƌĐŚ Ϯϯ ŚĂƌůĞƐ'ŽŶnjĂůĞnj ^sW ƌŝŐŚƚsŝĞǁ>ĂŶĚƐĐĂƉĞ^ĞƌǀŝĐĞƐ͕/ŶĐ͘ DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C                                       !"#   $   % &                 !"#   $   %           $ & $           '  "    ( )      *  +$,     "     *  +$,& -   )   -.) /      $     "       "        $   %    %   %& 0   -.)    !"#   $   %    "    & *     -.) $ "    "  #      $    1 122$# &  & #2 &3    $    #  $ "  & %    $       +" % + +  0  +  0   "  % 4,,5++0+0%6"&&478$97:447&;77,  :)&&& 4;98 & *%<  0  *%0"99&4:=     "     = / #. 49,:,   #    *    "   *     $   #     "        (   *  &          4& *     -.)     !"#   $   %     "   & 9&      $     "-.)                $                           $ & ;&                "  !"#   $   %    # "   #        "#       1 %& >    $ 6    & >   0  ! ( 8&       #  %        "       #  " "  $ &      (     " #        %#  # '        & ?&      "       #   $ )  -&    "  $ ) - !"#  $   %   "   "!"#   $   % #   $ )  -"  # "& 5&        *  +$,    /  1 %& +    = =          = =        &        :&*&0&9@8&9"4"  +> "14,,?,   +> "195;?@9 6 4 4@A $ -.)    )  !"#    % A0# 7527424; DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C  !"#$!"% &""!'(  !") !( '$*'+  >        *  % 984?4#& "  %,4;79  %%   6   %   +   > " ,?$;:9?954 > %  +        %   #% #  ?54 6  > "    47777 # > "       7  +> "14,,?,   +> "195;?@9 6 4? 4@A $ -.)    )  !"#    % A0# 7527424; DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C /Et/dE^^t,ZK&͕ƚŚĞƉĂƌƚŝĞƐŚĞƌĞƚŽŚĂǀĞĞdžĞĐƵƚĞĚƚŚŝƐŐƌĞĞŵĞŶƚĂƐŽĨƚŚĞĚĂƚĞ ǁƌŝƚƚĞŶďĞůŽǁƚŚĞŝƌƐŝŐŶĂƚƵƌĞƐ͘ s/>>'K&<z/^zEKEdZdKZ LJ: EĂŵĞ͗ dŝƚůĞ͗ LJ͗ ^ƚĞǀĞŶ t͘ ŝůůŝĂŵƐŽŶ sŝůůĂŐĞDĂŶĂŐĞƌ ƚƚĞƐƚ͗ LJ͗ :ŽĐĞůLJŶ͘<ŽĐŚ sŝůůĂŐĞůĞƌŬ ƉƉƌŽǀĞĚĂƐƚŽĨŽƌŵĂŶĚůĞŐĂůƐƵĨĨŝĐŝĞŶĐLJ͗ LJ͗ tĞŝƐƐ^ĞƌŽƚĂ,ĞůĨŵĂŶŽůĞΘŝĞƌŵĂŶ͕W͘>͘ sŝůůĂŐĞƚƚŽƌŶĞLJ ĚĚƌĞƐƐĞƐĨŽƌEŽƚŝĐĞ͗ sŝůůĂŐĞŽĨ<ĞLJŝƐĐĂLJŶĞ ƚƚŶ͗^ƚĞǀĞŶ͘tŝůůŝĂŵƐŽŶ ϴϴtĞƐƚDĐ/ŶƚLJƌĞ^ƚƌĞĞƚ <ĞLJŝƐĐĂLJŶĞ͕&>ϯϯϭϰϵ ϯϬϱͲϯϲϱͲϱϱϭϰ ƐǁŝůůŝĂŵƐŽŶΛŬĞLJďŝƐĐĂLJŶĞ͘Ĩů͘ŐŽǀ tŝƚŚĂĐŽƉLJƚŽ͗ tĞŝƐƐ^ĞƌŽƚĂ,ĞůĨŵĂŶŽůĞΘŝĞƌŵĂŶ͕W͘>͘ ƚƚŶ͗ŚĂĚ&ƌŝĞĚŵĂŶ͕ƐƋ͘ sŝůůĂŐĞŽĨ<ĞLJŝƐĐĂLJŶĞƚƚŽƌŶĞLJ ϮϴϬϬWŽŶĐĞĚĞ>ĞŽŶŽƵůĞǀĂƌĚ͕^ƵŝƚĞϭϮϬϬ ŽƌĂů'ĂďůĞƐ͕&>ϯϯϭϯϰ ϯϬϱͲϴϱϰͲϬϴϬϬ ĐĨƌŝĞĚŵĂŶΛǁƐŚͲůĂǁ͘ĐŽŵ ŶƚŝƚLJ͗ ĚĚƌĞƐƐĞƐĨŽƌEŽƚŝĐĞ͗ ͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺ ͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺ ͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺ ͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺ ͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺ ͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺ tŝƚŚĂĐŽƉLJƚŽ͗ ͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺ ͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺ ͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺ ͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺ ͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺ ͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺ ͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺ_____ 21 DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C Village of Key Biscayne Procurement Department 88 West McIntyre Street Key Biscayne, Florida 33149 Phone (305) 365-7577 procurement@keybiscayne.fl.gov www.keybiscayne.fl.gov Page 1 of 17 Addendum No. 1 RFP for Comprehensive Landscape and Parks Maintenance Services Addendum Release Date March 15, 2023 RFP # 2023-07 RFP Due Date/Time: March 29,2023, 11:30 a.m. Eastern Standard Time Submit To: DemandStar https://www.demandstar.com The purpose of this Addendum is to answer questions received from potential proposers or provide additional information as it relates to this solicitation. IMPORTANT NOTE – the following is added to RFP 2023-07. It is the Proposer’s responsibility to use the revised information when preparing the response. 1. Q: What is the annual budget? A: Please refer to the following link to download FY23 Adopted Budget. https://keybiscayne.fl.gov/village_services/finance/budget/index.php 2. Q: Please confirm the Proposal Security (Bid Bond) is for a fix dollar amount of $20,000.00 and not a percentage of Proposal Total. A: Proposal security in the form of a proposal bond acceptable to the Village or a cashier’s check made payable to the “Village of Key Biscayne” in the amount of $20,000.00 will be required to be submitted with the proposal. 3. Q: Does the Village have a Proposal Security (Bid Bond) Form we should utilize with Bid? A: No. 4. Q: Please provide a copy of the current contract. A: https://portal.laserfiche.com/Portal/DocView.aspx?id=4248&repo=r-73b9c1aa 5. Q: Please provide a copy of the last tabulation sheet for this project. A: See Attachment 6. Q: Is the city’s intent to award 2 contractors? A: Yes. 7. Q: Please confirm Tree and palm trimming will be separate bids. A: Pruning or removal of trees and palms 10 feet or less in height is included. 8. Q: Is contractor required to use Battery powered leaf blowers? A: Yes. DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C Village of Key Biscayne Procurement Department 88 West McIntyre Street Key Biscayne, Florida 33149 Phone (305) 365-7577 procurement@keybiscayne.fl.gov www.keybiscayne.fl.gov Page 2 of 17 9. Q: Litter control - who is responsible for the disposal expense of debris? A: CONTRACTOR may dispose of litter only (does not include palm fronds, tree limbs, branches, or other landscaping debris) in Village dumpsters or Village facilities. CONTRACTOR shall be responsible for the disposal costs of all other landscape related debris collected. 10. Q: Does the litter control service include pick up of palm fronds? If so, will collected palm fronds be disposed of in the same container as the debris collection provided by the city? A: CONTRACTOR shall at all times, and especially prior to mowing, retrieve and dispose of all litter and debris throughout the area, including but not limited to palm fronds, tree limbs, branches, leaves, and berries. This shall include daily monitoring seven days a week of the properties, but not limited to, grounds, sidewalks, curbs, and gutters, garbage/trash cans, dog waste stations, and disposing of all litter and debris. If the CONTRACTOR becomes aware of the existence of hazardous wastes located on the properties, the CONTRACTOR shall immediately notify the VILLAGE. 11. Q: Who is responsible for supplying Trash bags & doggy bags? A: CONTRACTOR 12. Q: Please confirm how many public garbage bins and dog stations are on the East and how many are on the West side. A: West: 27 Garbage Bins, and 20 Dog Stations; East: 50 Garbage Bins and 31 Dog Stations 13. Q: On the price sheet there are 2-line items for “Plant & Shrub Maintenance”. One states “30-day cycle” 12 cycles per year the other states “90-day cycle” 4 cycles per year. Can you please explain what this means? A: All hedge plant material including, but not limited to, green buttonwood, ficus, clusia and arboricola and all other shrubs and ground cover material shall be pruned once (1) per month or thirty (30) days to insure the best shape, health, and character of the individual plant. 14. Q: Price sheet states Litter and Debris Control with a frequency of 365 days. Is the expectation to provide 1 person 8 hours performing litter control on the East area and another 1 person 8 hours performing litter control on the West area? A: Yes. 15. Q: Price sheet does not have a line item for taking down and putting up banners on light poles. Will this be added? A: No. 16. Q: Price sheet does not have a line item for mulch. Will this be added? A: Please refer to the price sheet for unit prices for materials – supplemental work. 17. Q: Do we have to include the costs associated with fertilizer applications, and IPM into the pricing, or is this billed separately? A: Include. 18. Q: Price sheet does not have a line item for assistance with 4th of July event. Will this be added? A: No. DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C Village of Key Biscayne Procurement Department 88 West McIntyre Street Key Biscayne, Florida 33149 Phone (305) 365-7577 procurement@keybiscayne.fl.gov www.keybiscayne.fl.gov Page 3 of 17 19. Q: Is the Cocoplum Hedge on Crandon on other side of sidewalk included in the scope of work? If so, at what height should it be maintained? A: 9’. 20. Q: Is the new Paradise Park included in this RFP? If so, please provide landscape plans. A: No. 21. Q: Please confirm the East side of main entrance to key on Crandon is a new area this RFP and was not included in the previous RFP. A: Refer to Exhibit G. Areas that are part of the scope is shown in this exhibit. 22. Q: K8 school, please confirm the only day to service it is weekends. A: Correct. 23. Q: Hampton Park is not on map, but it is included. Please confirm. A: It is included. Please refer to page 153. 24. Q: Please confirm the golf cart path at Calusa Park is included. A: Correct. 25. Q: Please provide a copy of sign in sheet from pre-bid meeting. A: See Attachment 26. Q: Please provide # of irrigation clocks, controllers on the East area and how many on the West area. A: East: 23 AC, 0 DC; West: 17 AC, 26 DC 27. Q: Please provide list of which parks have irrigation. A: All parks. 28. Q: Currently who is providing the litter control? A: It is provided by the Public Works Department. 29. Q: Can contractor charge additional rate for excess leaves? A: No. 30. Q: Can contractor charge additional rate for excess fallen palm fronds after a heavy wind/rainstorm? A: No. 31. Q: Please confirm there is a new right of way added on East Enid and Ocean Drive. A: Refer to Exhibit G. Areas that are part of the scope is shown in this exhibit. 32. Q: Please confirm the new site walking path on Ocean Drive from street to beach is included. A: Refer to Exhibit G. Areas that are part of the scope is shown in this exhibit. 33. Q: How many butterfly gardens are there in the East and West zones? DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C Village of Key Biscayne Procurement Department 88 West McIntyre Street Key Biscayne, Florida 33149 Phone (305) 365-7577 procurement@keybiscayne.fl.gov www.keybiscayne.fl.gov Page 4 of 17 A: There is 1 on the west. 34. Q: Please confirm that the Village’s expectation is that the butterfly gardens be pruned by hand, and not mechanical trimmers. A: Correct. 35. Q: Village Green Park, areas around artificial turf included in this contract? A: Yes. 36. Q: What hours / days can we perform work at Village Green Park since there is heavy resident usage all day? A: 6:00 am to 6:00 pm 37. Q: Is the Dog Park included in Village Green Park? A: No. 38. Q: Who is responsible for irrigation parts? A: The CONTRACTOR. 39. Q: Is there a bid bond or performance requirement? A: Proposal security in the form of a proposal bond acceptable to the Village or a cashier’s check made payable to the “Village of Key Biscayne” in the amount of $20,000.00 will be required to be submitted with the proposal. Within fourteen days of the Notice of Award by Village Council, CONTRACTOR shall furnish to VILLAGE performance & payment security in an amount equal to $100,000 or 100% of the total annual cost (whichever is greater) as security for the faithful performance of Agreement and for the payment of all persons performing labor and/or furnishing materials in connection with the Agreement. 40. Q: Specifications make mention of Bermuda and Zoysia turf. Please confirm which areas have Bermuda and Zoysia turf? A: Hampton Park. 41. Q: Did the Village provide any monetary relief or rate increase to the current contractor? A: No. 42. Q: Can you please provide additional information on the “know the flow” certification, and its relation to the landscape contract? A: Not relevant. 43. Q: Will the “Tier 1 Illicit Discharge Detection and Elimination Training” certification administered by FDOT suffice? A: Yes. 44. Q: See revised Scope of Work in Section-2, 3. C. - IRRIGATION SYSTEM A: 3. IRRIGATION SYSTEM The VILLAGE’s irrigation system is comprised of network of the following: DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C Village of Key Biscayne Procurement Department 88 West McIntyre Street Key Biscayne, Florida 33149 Phone (305) 365-7577 procurement@keybiscayne.fl.gov www.keybiscayne.fl.gov Page 5 of 17 A. A transmission network of underground pipes and valves located within the public rights-of way and ranging in size from 2” to 6”. B. Localized irrigation systems connected to domestic potable water supply. C. Landscape Irrigation systems which include but not limited to: mainlines, rain sensors, moisture sensors, flow meters, time clocks, irrigation zones, lateral (zone) lines, risers, sprinkler heads, electrical wires, valves, valve boxes and controllers. 45. Q: See revised Standard of Work A: See Attached highlighted areas. 46. Q: See revised Fee Schedule for: A: See Attached highlighted areas: LANDSCAPE MAINTENANCE AREA EAST and LANDSCAPE MAINTENANCE AREA WEST. End of Addendum # 1 DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C Village of Key Biscayne Procurement Department 88 West McIntyre Street Key Biscayne, Florida 33149 Phone (305) 365-7577 procurement@keybiscayne.fl.gov www.keybiscayne.fl.gov Page 6 of 17 SECTION 3 STANDARDS OF WORK 1. INTENT A. Schedule of Work: On the first business day of each week, the VILLAGE shall furnish to the CONTRACTOR a list of both priority and routine maintenance Work Orders to be considered for completion during the following week. The CONTRACTOR shall then provide to the VILLAGE within three days a preliminary schedule of the work for the following week for review by the VILLAGE. Upon approval by the VILLAGE, the schedule of work shall become final. In addition, the VILLAGE reserves the right to direct the CONTRACTOR to rearrange the schedule to meet the needs of the VILLAGE. B. Work Cycle: The CONTRACTOR shall perform the Work Cycle as specified herein and within the defined duration of time. A Work Cycle consists of the completion of all the specified work at ALL the locations defined in a Landscape Maintenance Area. The types of Work Cycles and durations for the LMAs are listed below in Table 3.1(B). Each LMA has the same types of Work Cycles but different areas of coverage/ locations. TABLE 3.1(B) – Work Cycle Name of Cycle Duration Turf Mowing 7/10/14 Calendar days (See Sec 3.3) Turf Disease and Pest Management 30 Calendar days Shrubs and Ground Cover Material 30 Calendar days Hedge Plant Material 14/30 90 Calendar days Litter and Debris Daily Irrigation Management 30 Calendar days with minimum of 1 day per week on-site The CONTRACTOR shall complete the Work Cycle in scope and duration as prescribed in the Agreement. Any deviation from the requirements of this provision must be approved by the Village Manager, or the VILLAGE’s designated representative. C. Chemicals or Fertilizers: The CONTRACTOR shall be prohibited from the use of chemicals or fertilizers on any site without prior written approval from the VILLAGE. In order to obtain written approval for chemical or fertilizer use, the CONTRACTOR shall furnish to the VILLAGE, in writing, the name of the chemical or fertilizer, the manufacturer’s label and the Manufacturer’s Safety Data Sheet (MSDS). Commercial fertilizer applicators must be certified by the Department of Agriculture and Consumer Affairs pursuant to F.S. 482.1562. All commercial fertilizer applicators shall successfully complete the Florida Department of Environmental Protection’s required training program. All commercial fertilizer applicators shall apply fertilizers in accordance with the Florida Department of Environmental Protection through the University of Florida/Institute of Food and Agricultural Sciences Extension’s “Florida- Friendly Best Management Practices for Protection of Water Resources by the Green Industries.” D. Maintenance of Traffic: CONTRACTOR shall be responsible for proper maintenance of traffic (M.O.T.) in accordance with the standards outlined in the Manual on Uniform Traffic Control Devices (M.U.T.C.D.) DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C Village of Key Biscayne Procurement Department 88 West McIntyre Street Key Biscayne, Florida 33149 Phone (305) 365-7577 procurement@keybiscayne.fl.gov www.keybiscayne.fl.gov Page 7 of 17 at all times. Pedestrian traffic may be prohibited when appropriate. Sufficient and proper safety devices, to include and not be limited to signage, flags, barricades and cones must be used to stage vehicles and equipment and to protect work sites on or near roadways and parking lots. No lane closures will be permitted on Crandon Boulevard. E. Utilities: CONTRACTOR shall be solely responsible for obtaining the locations of underground utilities when performing work below grade, and for identifying overhead utilities when performing work above grade. The CONTRACTOR shall be responsible to repair any damage to overhead and underground utilities caused by their construction activities. 2. LITTER AND DEBRIS CONTROL WORK CYCLE CONTRACTOR shall at all times, and especially prior to mowing, retrieve and dispose of all litter and debris throughout the area, including but not limited to palm fronds, tree limbs, branches, leaves, and berries. This shall include daily monitoring seven days a week of the properties, but not limited to, grounds, sidewalks, curbs, and gutters, garbage/trash cans, dog waste stations, and disposing of all litter and debris. If the CONTRACTOR becomes aware of the existence of hazardous wastes located on the properties, the CONTRACTOR shall immediately notify the VILLAGE. Litter and debris control work cycle areas are shown in Figure 3.2 provided in Exhibit H. CONTRACTOR may dispose of litter only (does not include palm fronds, tree limbs, branches, or other landscaping debris) in Village dumpsters or Village facilities. CONTRACTOR shall be responsible for the disposal costs of all other landscape related debris collected. CONTRACTOR shall only dispose of litter collected though work performed in this Agreement in any Village dumpsters or Village facilities and shall not dispose of any litter or debris collected through any work performed outside of this Agreement in any Village dumpsters or at any Village facilities. If the CONTRACTOR chooses to dispose of litter at an alternative off-site location, CONTRACTOR is responsible for the cost of such disposal. 3. GROUNDS, LANDSCAPE, AND TURF MAINTENANCE A. Turf Mowing Work Cycle: The CONTRACTOR shall provide a mowing schedule for each week of service to the VILLAGE on the first business day of the week prior to service and shall be subject to VILLAGE approval. Mowing wet grass shall be avoided whenever possible. Mower blades must be kept sharp so that the cut grass edge is clean and not ragged. Mowing patterns shall be changed frequently to avoid wear. Any grass clippings or other plant debris remaining on the grass surface shall be removed the same day as the mowing service is performed. Clippings, mulch or other plant debris must be prevented from entering ponds, lakes, water features, or drains. In the event that this occurs, the materials shall be removed immediately. i. St. Augustine Grass: Mow at a minimum of the following frequencies: once every fourteen (14) days in November, December, January and February; once every ten (10) days in March, April, and May and October; once every seven (7) days in June, July, August, and September, and October. The St. Augustine grass shall be cut to a minimum height of 3” 3 ½” to a maximum height of 3 ½” 4" above soil level. The St. Augustine grass may be cut when the grass height reaches 5 ¼” and the grass height shall not exceed 6”. The St. Augustine grass shall be cut often enough such that no more than 1/3 of DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C Village of Key Biscayne Procurement Department 88 West McIntyre Street Key Biscayne, Florida 33149 Phone (305) 365-7577 procurement@keybiscayne.fl.gov www.keybiscayne.fl.gov Page 8 of 17 the leaf surface is removed during each cutting. ii. Bahia grass: Mow at a minimum of the following frequencies: once every fourteen (14) days in November, December, January and February; once every ten (10) days in March, April, and May and October; once every seven (7) days in June, July, August, and September and October. The Bahia grass shall be cut to a minimum height of 3 ½” to a maximum height of 4" above soil level. The Bahia grass may be cut when the grass height reaches 5 ¼” and the grass height shall not exceed 6”. The Bahia grass shall be cut often enough such that no more than 1/3 of the leaf surface is removed during each cutting. iii. Bermuda grass: Mow, with a preference for a reel type mower, at a minimum of once every two or three days. The Bermuda grass shall be cut to a minimum height of ¾” to a maximum height of 1" above soil level. The Bermuda grass shall be cut when the grass height reaches 1 ¼” and the grass height shall not exceed 1 ½”. The Bermuda grass shall be cut often enough such that no more than 1/3 of the leaf surface is removed during each cutting. iv. Zoysia grass: Mow, with a preference for a rotary type mower, at a minimum of once per week during October thru May and twice per week June thru September. The Zoysia grass shall be cut to a minimum height of 3 ½” to a maximum height of 4" above soil level. The Zoysia grass shall be cut often enough such that no more than 1/3 of the leaf surface is removed during each cutting. v. Edging: The CONTRACTOR shall trim and properly edge all shrubs and flowerbeds as well as tree rings, 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 tree rings (soft edging) shall be executed every mowing with respect to the turf type adjacent to the edging. Damage to property or existing vegetation caused by improper trimming or edging shall be repaired or replaced within 48 hours at the CONTRACTOR'S expense. vi. Cleanup: All sidewalks, walkways, roadways, and other paved areas 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 and debris each time the soft edging is done. All mowing schedules shall be subject to approval by the VILLAGE. No chemical edging allowed. vii. Tire Ruts in Swale Areas: The CONTRACTOR shall tamp and/or replace sod damaged by tire ruts in swale areas within 48 hours of the daily inspection. B. Turf Disease and Pest Management Work Cycle: The CONTRACTOR shall adhere to the following for disease and pest management of all turf grass. i. The CONTRACTOR shall control or eradicate diseases and infestations by chewing or sucking insects, leaf miners, fire ants and other pests by spraying affected plants and shrubs with chemical sprays and combinations of sprays suitable for that particular disease or pest when the infestation or infection becomes evident and as often thereafter as necessary. All applications shall be performed by persons holding a valid pesticide application license as issued by the State of Florida and shall be done in DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C Village of Key Biscayne Procurement Department 88 West McIntyre Street Key Biscayne, Florida 33149 Phone (305) 365-7577 procurement@keybiscayne.fl.gov www.keybiscayne.fl.gov Page 9 of 17 accordance with the pesticide manufacturer's recommended rates and all applicable Federal, State, County and Municipal regulations. The CONTRACTOR shall respond within 72 hours after a request or notice from VILLAGE. The CONTRACTOR shall be fully licensed to spray pesticides and shall use sound cultural practices that aid in preventing the presence or proliferation of insects and diseases. ii. The CONTRACTOR shall maintain all turf, planting beds and tree rings in a weed free condition at all times. The CONTRACTOR shall hand-pull weeds as necessary, or as directed by the VILAGE. The CONTRACTOR shall 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 shall be used only with prior written approval by the VILLAGE as to type, location and method of application. The CONTRACTOR shall exercise extreme care so as not to overspray and affect areas not intended for treatment. Areas adversely affected by such overspray shall be restored at the CONTRACTOR'S expense. iii. The CONTRACOR shall, after a chemical application, remove all signs shall in accordance with the chemical products’ recommended standards. 4. PLANTS, SHRUBS AND GROUND COVER MAINTENANCE Plants, Shrub and Ground Cover Maintenance Work Cycle: The CONTRACTOR shall adhere to the following: A. All hedge plant material including, but not limited to, green buttonwood, ficus, clusia and arboricola shall be pruned once every three (3) months or ninety (90) days; and all other shrubs and ground cover material shall be pruned once (1) per month or thirty (30) days to insure the best shape, health, and character of the individual plant. Gold mound Duranta shall be pruned once every fourteen (14) days to insure the best shape, health, and character of the individual plant. B. The entire top of ficus all hedges shall be trimmed and may require the use of a scissor lift or bucket truck. Hand trimming shall be utilized whenever possible to promote lateral plant growth. Mechanical trimming shall only be utilized when the health or appearance of the plant shall not be damaged by the mechanical trimmers. C. Ground cover plants shall be selectively cut back to encourage lateral growth and kept in bounds and out of other plantings, walkways, lighting, etc. Cuts shall 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 normal conditions. 5. IRRIGATION SYSTEM MAINTENANCE MANAGEMENT A. The CONTRACTOR shall be responsible for the operation, maintenance and repair of the irrigation system which includes but is not limited to the setting and adjusting the time clocks and all heads to ensure 100% watering coverage proper watering of all plants, shrubs, trees, palms, turf, landscaping, and ground cover contained within the Landscape Maintenance Areas to provide for a uniform lush green landscape appearance. Dry spots and any damage to the irrigation system discovered must be reported to the VILLAGE immediately. DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C Village of Key Biscayne Procurement Department 88 West McIntyre Street Key Biscayne, Florida 33149 Phone (305) 365-7577 procurement@keybiscayne.fl.gov www.keybiscayne.fl.gov Page 10 of 17 B. The CONTRACTOR in conjunction with the VILLAGE representative shall have forty-five (45) days from the start of the Agreement to perform an initial inspection of the irrigation system and provide a report to the VILLAGE of any existing damage and/or incorrect operation and coverage. The CONTRACTOR shall be responsible for the proper working of system, as specified herein, after the initial inspection report and subsequent repairs. C. The CONTRACTOR shall adjust the irrigation during the various seasons to maintain the uniform lush green landscape appearance. The CONTRACTOR shall manage and irrigate areas as needed during periods of little or no rainfall using the irrigation system and/or any supplemental watering necessary to keep the plant material, turf, and landscaping in optimum health. Supplemental watering may require a large portable watering tank, impact sprinklers or additional hose to be supplied by the CONTRACTOR. D. The CONTRACTOR shall be responsible for controlling the amount of water used for irrigation. Damage that results from over-watering or insufficient watering shall be the responsibility of the CONTRACTOR to repair or replace at the CONTRACTOR’S expense. E. Irrigation watering schedules must comply with all local, county, regional and State watering restrictions. F. The CONTRACTOR shall, within thirty (30) calendar days, fully operate all the irrigation zones from the irrigation clock and replace, repair or clean all irrigation heads, lateral lines, electrical wires, valve boxes and controllers as needed. Any equipment damaged by the CONTRACTOR'S operation shall be replaced at the CONTRACTOR’S expense with the same equipment/part and by the same manufacturer unless otherwise approved by the VILLAGE. The CONTRACTOR shall use only Rainbird, Hunter Parts, or any other equal that approved by the VILLAGE. G. The CONTRACTOR shall perform all irrigation repairs to the lateral lines, risers and sprinkler heads as required to keep the system operating. For this category of work the VILLAGE shall reimburse the CONTRACTOR for materials ONLY. H. The CONTRACTOR shall perform repairs on main lines; pump in-take piping; electrical wires from zone valves back to the clock; and replace damaged or broken valve boxes. For this category the VILLAGE shall reimburse the CONTRACTOR for labor and materials. I. The CONTRACTOR shall provide written report of the following: 1. Once per week, a list of all the irrigation zones clocks serviced. 2. Once per work day, a list of irrigation parts and materials used for repairs. J. Reimbursable Items: THE CONTRACTOR shall obtain authorization by the VILLAGE prior to commencement. The CONTRACTOR shall be reimbursed be based markup provided in Exhibit B of the Agreement, Fee Schedule. See Section 5.3 for details on the required source for wholesale pricing. 6. SUPPLEMENTAL SERVICES The CONTRACTOR shall, upon the request and approval by the VILLAGE, provide on an as- needed basis “Supplemental Services,” for the purposes of: A) plants, shrubs, trees and palms installation; B) fertilization; and C) application of pest and disease management chemicals to plants, shrubs, hedges. These Additional DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C Village of Key Biscayne Procurement Department 88 West McIntyre Street Key Biscayne, Florida 33149 Phone (305) 365-7577 procurement@keybiscayne.fl.gov www.keybiscayne.fl.gov Page 11 of 17 Services shall be based on the unit prices provided in Exhibit B of the Agreement, Fee Schedule. A. Plants, Shrubs, Trees and Palms Installation 1. All plant material shall be Florida Number One, or better, as provided in the most current edition of Grades and Standards for Florida Nursery Plants, Parts I and II, prepared by the Florida Department of Agriculture. For standards not addressed in the Florida Grades and Standards for Florida Nursery Plants, plant materials shall conform to the American National Standards Institute (ANSI) Standards Z60.1. 2. All plant material and services shall be guaranteed for a period of 90 days 12 months from the date of planting or service completion. This guarantee may not apply for plants damaged by “acts of God,” such as hurricanes, fires, etc., or by vehicular accidents. 3. All planting standards shall comply with the requirements contained in the planting details in Section 5. B. Fertilization A schedule of fertilization dates and fertilizer analysis shall be presented to the VILLAGE prior to application and shall be subject to VILLAGE approval. The fertilizer used shall be a commercial grade product and recommended for use on each plant, tree or grass type. Specific requirements shall be determined by soil test results, soil type and the 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 a minimum of once every four (4) months to determine required additives, and more often if necessary to diagnose problem areas. Any plants, trees or grass damaged by over-fertilization shall be replaced at the CONTRACTOR'S expense. All commercial fertilizer applicators shall apply fertilizers in accordance with the Florida Department of Environmental Protection through the University of Florida/Institute of Food and Agricultural Sciences Extension’s “Florida-Friendly Best Management Practices for Protection of Water Resources by the Green Industries.” 1. St. Augustine Grass: St. Augustine turf shall be fertilized with a complete NPK profile. The CONTRACTOR shall establish a program that shall fertilize all St. Augustine grass and shall vary with the time of year of the application and the results of soil analysis. 2. Bahia Grass: Bahia grass shall be fertilized with a complete NPK profile. The CONTRACTOR shall establish a program that shall fertilize all Bahia grass and shall vary with the time of year of the application and the results of soil analysis. 3. Bermuda Grass: Bermuda grass shall be fertilized with a complete NPK profile. The CONTRACTOR shall establish a program that shall fertilize all Bermuda grass and shall vary with the time of year of the application and the results of soil analysis. The CONTRACTOR shall apply additional fertilizer to treat stressed, worn or high traffic areas as needed. DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C Village of Key Biscayne Procurement Department 88 West McIntyre Street Key Biscayne, Florida 33149 Phone (305) 365-7577 procurement@keybiscayne.fl.gov www.keybiscayne.fl.gov Page 12 of 17 4. Zoysia Grass: Zoysia grass shall be fertilized with a complete NPK profile. The CONTRACTOR shall establish a program that shall fertilize Zoysia grass and shall vary with the time of year of the application and the results of soil analysis. 5. Plants and Shrubs: The CONTRACTOR shall establish a program that shall fertilize all plants and shrubs, describing the type of fertilizer required for each type of plant and the time of year this work shall be undertaken. 6. Palms: The CONTRACTOR shall establish a program that shall fertilize all palms, describing the type of fertilizer required for each type of palm and the time of year this work shall be undertaken. The fertilization schedule shall be provided to the VILLAGE not less than one month prior to application and shall be subject to VILLAGE approval. C. Disease and Pest Management - Application of disease and pest management chemicals to plants, shrubs, hedges, trees and palms. 1. The CONTRACTOR shall control or eradicate diseases and infestations by chewing or sucking insects, leaf miners, fire ants and other pests including, but not limited to white fly, by spraying affected plants and shrubs with chemical sprays and combinations of sprays suitable for that particular disease or pest when the infestation or infection becomes evident and as often thereafter as necessary. All applications shall be performed by persons holding a valid pesticide application license as issued by the State of Florida and shall be done in accordance with the pesticide manufacturer's recommended rates and all applicable Federal, State, County and Municipal regulations. The CONTRACTOR shall respond within 72 hours after a request or notice from VILLAGE. The CONTRACTOR shall be fully licensed to spray pesticides and shall use sound cultural practices that aid in preventing the presence or proliferation of insects and diseases. 2. All planting beds and tree rings shall be maintained in a weed free condition. The CONTRACTOR shall 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 shall be used only with prior written approval by the VILLAGE as to type, location and method of application. The CONTRACTOR shall exercise extreme care so as not to overspray and affect areas not intended for treatment. Areas adversely affected by such overspray shall be restored at the CONTRACTOR'S expense. 3. After a chemical application, all signs shall be removed in accordance with the chemical products’ recommended standards. D. Aeration, Verticutting, Topdressing, and Overseeding On occasion, the VILLAGE may request, Aeration, verticutting and topdressing to provide proper air and water exchange for maximum growth potential and health of the Bermuda grass as needed. The topdressing material shall be a mixture similar to the profile of the soil below the turf as determined by soil analysis. The CONTRACTOR shall also be responsible for topdressing worn turf areas, depressed turf areas, etc. as needed on an ongoing basis. Overseeding material shall be with a rye grass blend. The DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C Village of Key Biscayne Procurement Department 88 West McIntyre Street Key Biscayne, Florida 33149 Phone (305) 365-7577 procurement@keybiscayne.fl.gov www.keybiscayne.fl.gov Page 13 of 17 CONTRACTOR shall submit a proposal for these services to the Village for approval. The topdressing and overseeding material shall be reimbursed to the CONTRACTOR. 7. PROJECT WORK Major projects such as turf renovations or drainage replacements shall be done on an as needed basis and shall be quoted to the VILLAGE by the CONTRACTOR. 8. LIQUIDATED DAMAGES If, in the opinion of the Village Manager there has been a breach of Agreement, the Village Manager shall notify the CONTRACTOR, in writing, specifying the basis and reason in which there has been a breach of Agreement. In the event of a breach by CONTRACTOR, CONTRACTOR shall be liable for liquidated damages as provided in this Section. Unless otherwise provided in this Section 3.8, there shall be no cure period of time to avoid the consequences of a breach. Liquidated damages not a penalty. CONTRACTOR agrees that the amount of liquidated damages assessed pursuant to this Section 3.8 is reasonable and does not constitute a penalty. The parties recognize the difficulty of proving the loss or damage suffered by the VILLAGE due to CONTRACTOR’s breach. CONTRACTOR acknowledges and agrees that the amount of liquidated damages approximate the loss anticipated at the time of execution of this Agreement. A. Turf Mowing Work Cycle 1. 7 Day Cycle: Failure to comply with the provisions for the completion of the Work Cycle for turf mowing in a Landscape Maintenance Area within the thirty (30) seven (7) calendar day period shall result in the liquidated damages as follows: Fifteen Hundred Dollars ($1500) for each day of delay. 2. 10 Day Cycle: Failure to comply with the provisions for the completion of the Work Cycle for turf mowing in a Landscape Maintenance Area within the ten (10) calendar day period shall result in the liquidated damages as follows: Fifteen Hundred Dollars ($1500) for each day of delay. 3. 14 Day Cycle: Failure to comply with the provisions for the completion of the Work Cycle for turf mowing in a Landscape Maintenance Area within the fourteen (14) calendar day period shall result in the liquidated damages as follows: Fifteen Hundred Dollars ($1500) for each day of delay. B. Turf Disease and Pest Management Failure to comply with the provisions for the completion of the Work Cycle for turf management in a Landscape Maintenance Area within the thirty (30) calendar day period shall result in the liquidated damages as follows: Six Hundred Dollars ($600) for each day of delay. DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C Village of Key Biscayne Procurement Department 88 West McIntyre Street Key Biscayne, Florida 33149 Phone (305) 365-7577 procurement@keybiscayne.fl.gov www.keybiscayne.fl.gov Page 14 of 17 C. Shrubs and Ground Cover Material Work Cycle Failure to comply with the provisions for the completion of the Work Cycle for shrubs and ground cover material in a Landscape Maintenance Area within the thirty (30) calendar day period shall result in the liquidated damages as follows: Eight Hundred Dollars ($800) for each day of delay. D. Hedge Plant Material Work Cycle 1. 14 Day Cycle: Failure to comply with the provisions for the completion of the Work Cycle for hedge plant material in a Landscape Maintenance Area within the fourteen (14) calendar day period shall result in the liquidated damages as follows: Eight Hundred Dollars ($800) for each day of delay 2. 30 Day Cycle: Failure to comply with the provisions for the completion of the Work Cycle for hedge plant material in a Landscape Maintenance Area within the ninety (90) thirty (30) calendar day period shall result in the liquidated damages as follows: Eight Hundred Dollars ($800) for each day of delay E. Irrigation Management Failure to comply with the provisions for the completion of the Work Cycle for irrigation clock (wet) checks in a Landscape Maintenance Area within the thirty (30) calendar day period shall result in the liquidated damages as follows: Six Hundred Dollars ($600) for each day of delay 9. PUBLIC RELATIONS CONTRACTOR’S positive interaction with VILLAGE residents is essential to the success of this Agreement. CONTRACTOR shall extend the utmost courtesy to VILLAGE residents at all times. CONTRACTOR shall make no statements or offer any information concerning VILLAGE activities, policies and procedures. All resident inquiries shall be directed to the VILLAGE. 10. The CONTRACTOR shall provide 24/7 emergency contact telephone number and respond to emergency requests after notification by the Village, twenty-four (24) hours a day, seven (7) days a week, including all public holidays in accordance with Section 4.14 of this Agreement. 11. DISCOVERY AND NOTIFICATION If the CONTRACTOR discovers damages, vandalism or theft, the CONTRACTOR shall immediately notify the VILLAGE and shall file a police report of the occurrence. 12. PROPERTY DAMAGE Observation of property damage prior to the commencement of work, whether public or private, shall immediately be reported to VILLAGE. Property damage, whether public or private, caused by CONTRACTOR during the course of the work shall be immediately reported to VILLAGE, and repaired by CONTRACTOR at the CONTRACTOR’S expense and at no cost to VILLAGE or Property Owner. DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C Village of Key Biscayne Procurement Department 88 West McIntyre Street Key Biscayne, Florida 33149 Phone (305) 365-7577 procurement@keybiscayne.fl.gov www.keybiscayne.fl.gov Page 15 of 17 13. WORK ORDER (SERVICE REQUEST) COMPLETION INFORMATION INPUT The CONTRACTOR shall be responsible to enter/input information on completed work orders (service requests) into the VILLAGE’s Work Order and Asset Management Software. The typical information required includes but is not limited to, description of service, date serviced, Village contract number, location, Village asset serviced (e.g., median, tree, irrigation clock, etc.), and hours or cost for service. Work Order Completion data input shall be entered no later than 5 working days after the actual performance of the work order or service request. All work orders entered by the CONTRACTOR shall be reviewed by the VILLAGE and the work order shall be closed by the VILLAGE only after completion of the service is verified. Services or work performed by the CONTRACTOR shall not be considered completed and eligible for payment by the VILLAGE until the Work Order Completion Information is entered into the VILLAGE’s Work Order System by the CONTRACTOR. [THIS SPACE INTENTIONALLY LEFT BLANK] DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C Village of Key Biscayne Procurement Department 88 West McIntyre Street Key Biscayne, Florida 33149 Phone (305) 365-7577 procurement@keybiscayne.fl.gov www.keybiscayne.fl.gov Page 16 of 17 EXHIBIT B FEE SCHEDULE The CONTRACTOR offers the following prices for providing all labor, supervision, equipment, supplies, tools, materials, and all other necessary incidentals to perform Comprehensive Landscape Maintenance Services in accordance with the scope of work. LANDSCAPE MAINTENANCE AREA EAST Item Description of Task Number of Cycles/Year Cost per Cycle Annual Total A1 Turf Mowing (including, but not limited to, edging, clean up and bush hog) 36 A2 Turf Disease and Pest Management 12 A3 Plant and Shrub Maintenance, 30 14-day cycle (including, but not limited to, shrubs, plants, hedges, small trees and palms <10ft) 12 26 A4 Plant and Shrub Maintenance, 90 30-day cycle (including, but not limited to, shrubs, plants, hedges, small trees and palms <10ft) 4 12 A5 Irrigation Management (including, but not limited to, clock tests, settings, adjustments, and minor repairs) 12 A6 Litter and Debris Control 365 A7 SUBTOTAL (Items 1 thru 6) Item Description of Task Annual Estimate % Markup (+) or Discount (-) Total (=Annual Estimate x (1 (+/-) %) A8 Tree and Plants (based on “Betrock’s PlantFinder – Wholesale Guide to Foliage and Ornamental Plants”) $75,000 A9 Miscellaneous building supplies and materials $5,000 A10 Irrigation Parts & Supplies (based on SiteOne Landscape Supply Catalog: “Wholesale.” $35,000 A11 Chemicals & Fertilizers $75,000 A12 SUBTOTAL (Items A8 thru A11) A13 TOTAL (Item A7 +A12) A14 PROFIT GRAND TOTAL (Item A13+A14) $133,200 $895 $10,740 $84,006$3,231 $3,700 $1,000 $12,000 $815 $9,780 $225.35 $82,254 +35% $331,980 $624,287.70 $0 $624,287.70 +35% +35% +35% $115,384.62 $7,692.31 $53,846.15 $115,384.62 $292,307.70 DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C Village of Key Biscayne Procurement Department 88 West McIntyre Street Key Biscayne, Florida 33149 Phone (305) 365-7577 procurement@keybiscayne.fl.gov www.keybiscayne.fl.gov Page 17 of 17 FEE SCHEDULE The CONTRACTOR offers the following prices for providing all labor, supervision, equipment, supplies, tools, materials, and all other necessary incidentals to perform Comprehensive Landscape Maintenance Services in accordance with the scope of work. LANDSCAPE MAINTENANCE AREA WEST Item Description of Task Number of Cycles/Year Cost per Cycle Annual Total B1 Turf Mowing (including, but not limited to, edging, clean up and bush hog) 36 B2 Turf Disease and Pest Management 12 B3 Plant and Shrub Maintenance, 30 14-day cycle (including, but not limited to, shrubs, plants, hedges, small trees and palms <10ft) 12 26 B4 Plant and Shrub Maintenance, 90 30-day cycle (including, but not limited to, shrubs, plants, hedges, small trees and palms <10ft) 4 12 B5 Irrigation Management (including, but not limited to, clock tests, settings, adjustments, and minor repairs) 12 B6 Litter and Debris Control 365 B7 SUBTOTAL (Items 1 thru 6) Item Description of Task Annual Estimate % Markup (+) or Discount (-) Total (=Annual Estimate x (1 (+/-) %) B8 Tree and Plants (based on “Betrock’s PlantFinder – Wholesale Guide to Foliage and Ornamental Plants”) $75,000 B9 Miscellaneous building supplies and materials $5,000 B10 Irrigation Parts & Supplies (based on SiteOne Landscape Supply Catalog: “Wholesale.” $35,000 B11 Chemicals & Fertilizers $75,000 B12 SUBTOTAL (Items B8 thru B11) B13 TOTAL (Item B7 +B12) B14 PROFIT GRAND TOTAL (Item B13+B14) Total Landscape Maintenance for East and West Area $_________________________ $225.35 $82,254 +35% +35% +35% +35% $115,384.62 $115,384.62 $7,692.31 $53,846.15 $292,307.70 $811.59 $9,739.13 $895.16 $10,742 $2,900 $104,400 $1,900 $22,800 $2,250 $58,500 $288,435.13 $580,742.83 $0 $580,742.83 $1,205,030.53 DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C BID TABULATION Comprehensive Landscape Maintenance Services RFP 2020-04 Respondent Price Brightview Landscape Services $1,019.604.65 Gorgeous Landscapes & Lawns, Inc.$885,502.00 SFM Services, Inc. $698,547.70 Superior Landscaping Lawn Service, Inc.$1,076,093.90 VisualScape, Inc. $662,051.04 DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C A Brighter Future Begins Here Presented by Craig Offutt on 4-5-2023 954 240 3746 Craig.Offutt1@brightview.com VILLAGE OF KEY BISCAYNE RFP # 2023-07 - COMPREHENSIVE LANDSCAPE AND PARKS MAINTENANCE SERVICES DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C I. Tab A - Representations and Certifications How We Can Help You The information in its entirety is proprietary and confidential, used only for the purposes of considering the nature and scope of your business relationshipwith BrightView. The contents of this Response are not to be shared with any present or future service provider. Retention of this Response to Request forInformation signifies your agreement to treat the information as confidential. DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C 3 Proposal Form 1: Proposer’s Statement of Organization BrightView is the nation’s leading commercial landscape company. We take pride in delivering consistently excellent results for clients across the country, throughout the lifecycle of their landscapes. DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C Proposal Form 2: References Project Name: City of Weston Roadways Address: Weston Years of Service: 15+ years Contact: Thaddeus Bielecki Phone: 954-389-4321 Email: tbielecki@westonfl.org Area A: Full Service Landscape Maintenance Project Name: City of Aventura Address: Aventura Years of Service: 22+ years Contact: Alan Levine Phone: 305-466-8931 Email: Levinea@cityofaventura.com Biscayne Blvd, Parks, Government Center & Schools, All Right of Ways Project Name: Village of Bal Harbour Address: Bal Harbour Years of Service: 8+ years Contact: Jason Atkinson Phone: 305-993-7334 Email: jatkinson@balharbourfl.gov Village Wide Landscape & Beach Areas DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C Proposal Form 2: References Project Name: Bay Harbor Islands Landscape Address: Bay Harbor Islands Years of Service: 10 years Contact: Doug Armstrong Phone: 305-866-6241 Email: darmstrong@bayharborislands-fl.gov Townwide Landscape Maintenance Project Name: City of Weston Parks Address: City of Weston Years of Service: 2+ years Contact: Catherine Flenniken Phone: 864-884-0699 Email: cflenniken@westonfl.org Park Maintenance and Sports Fields: specialty turf DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C 6 Proposal Form 3: Non-Collusion Affidavit DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C 7 Proposal Form 4: Drug-Free Workplace DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C 8 Proposal Form 5: Independence Affidavit DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C 9 Proposal Form 6: Acknowledgment of Addenda DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C 10 Proposal Form 7: Certification to Accuracy of Proposal DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C 11 Proposal Form 8: Proposal Security DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C 12 N/A Proposal Form 9: Scrutinized Companies DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C 13 Exhibit B: Fee Schedule DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C 14 Exhibit B: Fee Schedule DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C 15 Exhibit C: Contractor’s Subcontractors List DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C 16 Exhibit D: Transition Plan DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C 17 FINANCIAL STABILITY: In a separate envelope marked “Confidential,” Proposer must provide the following documentation: a. Proposer’s most recent certified financial statement together with a breakdown indicating the Working Capital Ratio, Balance Sheet, and Cash Flow Statement or 2 years of business income tax returns; b. Most recent Dun & Bradstreet report (if available); and c. Warranty: Signed and notarized statement warranting that the Proposer is not insolvent, is not in bankruptcy proceedings or receivership, nor is it engaged in or threatened with any litigation or other legal or administrative proceedings or investigations of any kind that would have an adverse effect on its ability to perform its obligations under the Contract. Brightview is a publicly traded company under BV on the NYSE all financial information can be found on the following link below https://investor.brightview.com/financials-and-filings/sec-filings/default.aspx Dun & Bradstreet #: 06-625-4509 DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C II. Tab B – Executive Summary How We Can Help You The information in its entirety is proprietary and confidential, used only for the purposes of considering the nature and scope of your business relationshipwith BrightView. The contents of this Response are not to be shared with any present or future service provider. Retention of this Response to Request forInformation signifies your agreement to treat the information as confidential. DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C 19 A title page DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C 20 A table of contents Executive Summary: This summary, limited to two typewritten pages, should provide a high-level description of the Proposer’s ability to meet the requirements of the RFP and a statement describing why the proposer believes itself to be best qualified to provide the identified services. DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C 21 Deliverables, tasks, activities, etc. as outlined in the Scope of Services. DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C 22 List any exceptions to this RFP. If awarded, there are certain terms and conditions in the agreement that will be reviewed and agreed upon By both parties prior to signature Termination rights Idemnification DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C III. Tab C – Qualifications and Experience How We Can Help You The information in its entirety is proprietary and confidential, used only for the purposes of considering the nature and scope of your business relationshipwith BrightView. The contents of this Response are not to be shared with any present or future service provider. Retention of this Response to Request forInformation signifies your agreement to treat the information as confidential. DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C Page 24 A Trusted Advisor LEARN OFFICESSERVICES Design •Landscape Architecture & Planning •Design-Build •Program Management Develop •Planting •Hardscapes •Pools & Water Features •Compliance •Tree Growing & Moving Maintain •Landscape •Tree Care •Snow & Ice •Specialty Turf •Exterior Maintenance Enhance •Enhancements •Sustainability •Water Management Miami •8191 NW 84th Street •Medley FL. 33166 Dania Beach •2711 SW 36th Street •Dania Beach, FL. 33312 Pembroke Pines •6941 SW 196th Avenue •Ste 30 •Pembroke Pines FL. 33332 Sunrise •440 Sawgrass Corporate Parkway •Ste 102 •Sunrise, FL. 33325 EMPLOYEES Miami •270 Gardeners •22 Supervisors •20 Certified Technicians Dania Beach •200 Gardeners •17 Supervisors •8 Certified Technicians Pembroke Pines •150 Gardeners •10 Supervisors •4 Certified Technicians Sunrise •180 Gardeners •9 Supervisors •5 Certified Technicians Years in Business •Since 1939 •Over 80 years Florida Corporation •BrightView Landscape Services, Inc. •FEIN #: 95-419223 Insurance •Aon Risk Services •General Commercial •Auto & Workmans Comp Bonding Ability •Aon Risk Services •Excess of $200 Million •$25 million for single project FACTS DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C Page 25 A Trusted Advisor WORK RECOVER LEARN LICENCES QUALFICATIONS CERTIFICATIONS DEGREES Maintenance •FNGLA Certified Maintenance Technicians •BMP Train the Trainer Irrigation •Florida Certified Plumbers •Irrigation Association Member •Smart Water Irrigation Pest & Disease •Florida Certified Operators •Florida Certified Applicators •Florida Certified Ag Products Tree Trimming •ISA Certified Master Arborist •ISA Certified Arborist •TCIA Certified Best Management •Florida Friendly Landscaping •Train the Trainer Emergency Response •Certified First Responder •Competent in Training Storm Water •Emergency Recovery •Certified Assessor Safety •State Rules and Regulations •Fall Protection FDOT •Setup Certified •Competent Trainer CPR •First Aid •Instructor OSHA •Hi Lift Certified •Osha – 10 card Horticulturalist •FNGLA Certified Technicians Agronomy •BA | As •Florida, Penn State Horticulture •BA | As •Florida, Penn State Business •BA | As •FAU | Florida State Plant Science •BA | As •Florida | Rutgers | Penn State DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C Page 26 Approximately 2,600 play environments including recreational and theme parks, sports environments including MLB, NFL and Olympic venues, plus the National Mall PLAY Nearly 4,000 shopping environments nationwide 100% of top ten, third-party hotel management firms, plus nearly 2,000 properties including casinos, golf and destination resorts, and conference centers Serving 2,000 reflection environments nationwide including cemeteries, funeral homes and places of worship SHOP REFRESH REFLECT A Trusted Advisor DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C Page 27 Preserving a Safe Environment SHOP REFRESH REFLECT BRIGHTVIEW YOUR E-VERIFIED EMPLOYER •Ensure 100% compliance with all labor and immigration laws ,we are enrolled in E-Verify in all states in which we operate. •The organization’s participation in E- Verify improves our ability to ensure the individuals we hire and are working on our client’s sites are authorized to work in the United States. • Additionally, E-Verify is only part of our robust employment verification program. The program includes a consistent policy and process enterprise-wide, as well as regular training of our staff and semi-annual auditing to maintain compliance with labor and immigration regulations. DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C LICENSES & CERTIFICATIONS ¾ATSSA Certified - Temporary Traffic Control Supervisor ¾American Red Cross AED/CPR/ First Aid ¾American Red Cross AED/CPR/ First Aid Instructor ¾OSHA 10 Card – Construction Safety and Health ¾FL Pesticide Applicator Certificate – Registered Tech ¾VCLM – Excavation Safety – Competent Person Training ¾VCLM – Forklift Safety – Trainer ¾VCLM Fall Protection Training ¾VCLM Fall Protection – Competent Person /Trainer ¾Pesticide Applicator Certificate for Lawn and Ornamentals ¾ISA Certified Arborist ¾FL Licensed Tree Expert ¾ISA Certified Arborist ¾Certified Tree Risk Assessor ¾Florida Certified Horticulturist ¾Florida Certified Pesticide Applicator ¾Certified Irrigation Contractor and Certified Landscape Irrigation Auditor by the Irrigation Association which is a national certifying body for the irrigation industry. ¾Average of 30 years of experience in the green industry ¾Degreed horticulturalist ¾Masters of Business Administration DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C FNGLA CERTIFICATIONS Name: Luis Perez Organization: BrightView Landscape Services Organization Phone: 1-407-292-9600 Organization Email: www.brightview.com Certification: FNGLA Certified Landscape Technician Certified Since: 1/1/2007 Certification Expiration Date: 9/30/2020 Name: Larry Lentz Organization: BrightView Landscape Services Organization Phone: 1-813-994-2309 Organization Email: www.brightview.com Certification: Florida Water Star Accredited Professional Certified Since: 7/16/2014 Certification Expiration Date: 3/31/2022 Name: Humberto Guevarez Organization: BrightView Landscape Services Organization Phone: 1-407-292-9600 Organization Email: www.brightview.com Certification: FNGLA Certified Landscape Technician Certified Since: 9/15/2018 Certification Expiration Date: 9/30/2021 Name: Tyler Drew Organization: BrightView Landscape Services Organization Phone: 1-813-297-4695 Organization Email: Certification: FNGLA Certified Horticulture Professional Certified Since: 11/21/2018 Certification Expiration Date: 12/31/2021 Expiration Date: 9/30/2021 Name: Luke Facarazzo Organization: Lukes' Landscaping, Inc. Organization Phone: 1-954-431-1111 Organization Email: www.lukeslandscapinginc.com Certification: FNGLA Certified Horticulture Professional Certified Since: 1/5/2019 Certification Expiration Date: 12/31/2022 Name: Corine Ferre Organization: BrightView Landscape Services Organization Phone: Organization Email: Certification: FNGLA Certified Horticulture Professional Certified Since: 1/15/2004 Certification Expiration Date: 3/31/2022 Name: Corine Ferre Organization: BrightView Landscape Services Organization Phone: Organization Email: Certification: FNGLA Certified Landscape Designer Certified Since: 1/15/2004 Certification Expiration Date: 3/31/2022 Name: Carlos R Sanchez Organization: BrightView Landscape Services Organization Phone: 1-813-297-4695 Organization Email: Certification: FNGLA Certified Horticulture Professional Certified Since: 9/28/2018 Certification Expiration Date: 9/30/2021 Name: Carlos R Sanchez Organization: BrightView Landscape Services Organization Phone: 1-954-817-7587 Organization Email: www.brightview.com Certification: FNGLA Certified Horticulture Professional Certified Since: 9/28/2018 Certification Expiration Date: 9/30/20 Name: Anthony Napoleon Organization: Lukes' Landscaping, Inc. Organization Phone: 1-954-431-1111 Organization Email: www.lukeslandscapinginc.com Certification: Florida Water Star Accredited Professional Certified Since: 9/24/2015 Certification Expiration Date: 12/31/2021 Name: Robert Marshall Organization: BrightView Landscape Services Organization Phone: Organization Email: Certification: FNGLA Certified Landscape Maintenance Technician Certified Since: 10/1/2008 Certification Expiration Date: 12/31/2020 Name: Christian Martinez Organization: BrightView Landscape Services Organization Phone: 1-407-292-9600 Organization Email: www.brightview.com Certification: FNGLA Certified Landscape Technician Certified Since: 8/9/2014 Certification Expiration Date: 9/30/2020 Name: Daniel L. Kilmer Organization: Brightview Landscape Services Organization Phone: 1-703-444-1700 Organization Email: Certification: FNGLA Certified Horticulture Professional Certified Since: 9/29/2005 Certification Expiration Date: 12/31/2020 Name: Daniel L. Kilmer Organization: BrightView Landscape Services Organization Phone: 1-813-297-4695 Organization Email: Certification: FNGLA Certified Horticulture Professional Certified Since: 9/29/2005 Certification Expiration Date: 12/31/2020 Name: Tim Harris Organization: BrightView Landscape Services Organization Phone: 1-407-292-9600 Organization Email: www.brightview.com Certification: FNGLA Certified Landscape Contractor Certified Since: 11/5/1994 Certification DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C 30 FIRMS EXPERIENCE & PROJECT TEAM: Your single point of contact: Senior Account Manager Carlos Sanchez. Carlos currently manages key accounts in East Dade County. Carlos has been involved in landscape management services within all of his responsibilities. Mr. Sanchez has been part of the BrightView family for over 10 years and has over 12 years experience in the industry. Key Responsibilities: Carlos will be the main point of contact. He will oversee all the services being requested within our agreement Biography:Carlos has over 12 years experience and is Certified in Green Industry Best Management Practices & Turf Grass which provides him the ability to better manage his teams and ultimately provide a product that exceeds Sports Turf Manager: Branch Manager Peter Olmedo. Peter currently manages our municipal and sports field teams in S Florida. Mr. Olmedo has been part of the BrightView family for over 10 years and has over 15 years experience in the industry. Key Responsibilities: Peter will oversee Carlos and his teams to ensure all the services we provide exceed expectation Biography:Peter has over 15 years experience and is Certified in Green Industry Best Management Practices & Turf Grass which provides him the ability to better manage his teams and ultimately provide a product that exceeds DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C TEAM | COMMUNICATION FLOW CHART CUSTOMER BRANCH MANAGER Detail Teams Monday-Friday Production Manager IRRIGATION MANAGER AGRONOMICS MANAGER Technicians Labor Applicators Technicians Sr. ACCOUNT MANAGER BRANCH ADMINISTRATOR Additional Support Additional Support VP, GENERAL MANAGER SR, VICE PRESIDENT Full-Time Porter Daily Mow Teams Monday-Friday DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C CURRENT AND PRIOR EXPERIENCE BrightView is the nation’s leading commercial landscape company. We take pride in delivering consistently excellent results for clients across the country, throughout the lifecycle of their landscapes. Project Name: Right of ways, Medians, Facilities & Parks landscape Maintenance Owner: City of Mirarmar Contract Amount: $250,000 (+) Percentage complete: 100% Percentage of subcontracted work: 0% Project Name: Landscape Maintenance of Boardwalks, Medians & Bumpouts Owner: City of Miami Beach Contract Amount: $1,000,000 (+) Percentage complete: 100% Percentage of subcontracted work: 0% Project Name: Landscape Maintenance of medians, right of ways, swales, common areas Owner: Ocean Reef Community Association Contract Amount: $1,500,000 (+) Percentage complete: 70% Percentage of subcontracted work: 0% Project Name: Landscape Maintenance of medians, right of ways, swales, common areas of the POA Owner: Harbor Islands POA Contract Amount: $1,400,000 (+) Percentage complete: 50% Percentage of subcontracted work: 0% Project Name: Landscape Maintenance of medians, right of ways, swales, common areas of the Town Owner: Town of Surfside Contract Amount: $400,000 (+) Percentage complete: 90% Percentage of subcontracted work: 0% Project Name: Landscape Maintenance of Parks, Sports Turf Owner: Town of Miami Lakes Contract Amount: $400,000 (+) Percentage complete: 60% Percentage of subcontracted work: 0% Project Name: Landscape Maintenance of Parks, Sports Turf Owner: City of Weston Contract Amount: $800,000 (+) Percentage complete: 40% Percentage of subcontracted work: 0% Project Name: Landscape Maintenance of Parks, Sports Turf Owner: Town of N Miami Beach Contract Amount: $400,000 (+) Percentage complete: 70% Percentage of subcontracted work: 0% Project Name: Landscape Maintenance of ROW’s, Biscayne Blvd, Parks, Sports Turf Owner: City of Aventura Contract Amount: $2,000,000 (+) Percentage complete: 50% Percentage of subcontracted work: 0% DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C CURRENT AND PRIOR EXPERIENCE BrightView is the nation’s leading commercial landscape company. We take pride in delivering consistently excellent results for clients across the country, throughout the lifecycle of their landscapes. DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C 34 COMPANY QUALIFICATIONS: Proposer must complete and submit Form CQQ, Company Qualifications Questionnaire and Form CR, Client References. Proposer must also include a list of all public/private clients for the past two (2) years prior to the issuance of this RFP, and any relevant business licenses, including occupation, and Florida registration (Company certifications, not personal) and a copy of State Corporate or other proof from the State of Florida that Proposer is authorized to do business in this State. DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C 35 INSURANCE: Proposer/Contractor shall secure and maintain throughout the duration of this RFP and agreement, if selected, insurance of such types and in such amounts not less than those specified below as satisfactory to Village, naming the Village as an Additional Insured, underwritten by a firm rated A-X or better by A.M. Best and qualified to do business in the State of Florida. DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C 36 COMPANY AUTHORIZATIONS: Proposer must complete and submit Form CQQ, Company Qualifications Questionnaire and Form CR, Client References. Proposer must also include a list of all public/private clients for the past two (2) years prior to the issuance of this RFP, and any relevant business licenses, including occupation, and Florida registration (Company certifications, not personal) and a copy of State Corporate or other proof from the State of Florida that Proposer is authorized to do business in this State. DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C BrightView Expertise How We Can Help You The information in its entirety is proprietary and confidential, used only for the purposes of considering the nature and scope of your business relationshipwith BrightView. The contents of this Response are not to be shared with any present or future service provider. Retention of this Response to Request forInformation signifies your agreement to treat the information as confidential. DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C 38 KEY ELEMENTS TO A HEALTHY LANDSCAPE Water W a t e r Nutrients Nutrients Aeration A e r a t i o n Traffic Traffic Management DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C MLB CONSULTANT FOR FIELDS Field of Dreams Bowman Field for Little League World Series Marlins Park Petco Park Estadio Latino Americano in Havana, Cuba Edgar Renteria Stadium Barranquilla Colombia DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C QUALITY WORKMANSHIP DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C QUALITY WORKMANSHP DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C BRIGHTVIEW DRIVES QUALITY DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C IRRIGATION LICENSE Licensee Information Name:VICTORIA, CARLOS MIGUEL (Primary Name) BRIGHTVIEW LANDSCAPE SERVICES, INC. (DBA Name) Main Address:8975 SOUTHWEST 198TH TERRACE MIAMI Florida 33157 County:DADE License Mailing: LicenseLocation:4155 EAST MOWRY DRIVE HOMESTEAD FL 33033 County:DADE License Information License Type:Certified Plumbing Contractor Rank:Cert Plumbing License Number:CFC1429383 Status:Current,Active Licensure Date:09/17/2015 Expires:08/31/2022 Special Qualifications Qualification Effective Construction Business09/17/2015 Luis Acosta, Certified Irrigation Technician BrightView Landscape Services Fort Lauderdale, FL David Prado, Certified Irrigation Technician BrightView Landscape Services Miami, FL Miguel Carmona, Certified Irrigation Technician BrightView Landscape Services Miami, FL Joey Malvaes, Certified Irrigation Technician BrightView Landscape Services Miami, FL DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C LICENSES & CERTIFICATIONS ¾ATSSA Certified - Temporary Traffic Control Supervisor ¾American Red Cross AED/CPR/ First Aid ¾American Red Cross AED/CPR/ First Aid Instructor ¾OSHA 10 Card – Construction Safety and Health ¾FL Pesticide Applicator Certificate – Registered Tech ¾VCLM – Excavation Safety – Competent Person Training ¾VCLM – Forklift Safety – Trainer ¾VCLM Fall Protection Training ¾VCLM Fall Protection – Competent Person /Trainer ¾Pesticide Applicator Certificate for Lawn and Ornamentals ¾ISA Certified Arborist ¾FL Licensed Tree Expert ¾ISA Certified Arborist ¾Certified Tree Risk Assessor ¾Florida Certified Horticulturist ¾Florida Certified Pesticide Applicator ¾Certified Irrigation Contractor and Certified Landscape Irrigation Auditor by the Irrigation Association which is a national certifying body for the irrigation industry. ¾Average of 30 years of experience in the green industry ¾Degreed horticulturalist ¾Masters of Business Administration DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C RECRUITING AND STAFF AVAILABILITY With dozens of locations across Florida and more than 3500 employees in the state, we can dispatch labor, equipment and materials faster than other landscape service provider. Recruitment; Currently BrightView has a dedicated recruiting Team involve in 30 Horticulture and Agriculture Colleges throughout the United States and Puerto Rico. Some of these schools include University of Florida, Ohio State, Auburn, Penn State, Mississippi State and the University of Puerto Rico. Our internship and success retaining these individuals is unparallel in the Industry. BrightView also sponsors Scholarships and Industry training through recognized and accredited Landscape Associations. 9 Value Delivery: BrightView takes a practical, customer-focused approach to delivering landscape services. We pride ourselves on: •Delivering on our promises. Satisfying customers is at the core of everything BrightView does. BrightView is fanatic about measuring and improving the way it creates and delivers upon client expectations. •Personal service based upon specific client needs.BrightView trains, empowers, and provides incentives to local managers to make the decisions necessary to service and completely satisfy our customers. We strive to fully understand the needs of our customers and to address those needs with a personal level of service. •Treating our customers’ dollars as if they were our own.BrightView leverages its scale and expertise to drive down labor and material expenses and passes those savings through to its customers. •Anticipating and resolving problems before they arise.With 70+ years in the landscape industry, a highly tenured workforce, and the best training in the business, BrightView prides itself on bringing the right expertise to bear on landscape problems and resolving problems right the first time. BrightView has an unrivalled reputation in the private and public sector working successfully with owners, builders, developers and property managers to reshape the national landscape. 9 Ensure 100% compliance with all labor and immigration laws ,we are enrolled in E-Verify in all states in which we operate. DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C LAWN & ORNAMENTAL LICENSES DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C FNGLA DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C FNGLA CERTIFIED MISC Name: Corine Ferre Organization: BrightView Landscape Services Organization Phone: Call: 1-305-863-00251-305-863-0025 Organization email: corine.ferre@brightview.com Certification: FNGLA Certified Horticulture Professional Certified Since: 1/15/2004 Certification Expiration Date: 3/31/2025 Additional Memberships: Affiliate Firm Name: Corine Ferre Organization: BrightView Landscape Services Organization Phone: Organization Email: Certification: FNGLA Certified Landscape Designer Certified Since: 1/15/2004 Certification Expiration Date: 3/31/2022 Name: Carlos Sanchez Organization: BrightView Landscapes Organization Phone: Call: 1-305-365-75741-305-365-7574 Organization email: Certification: FNGLA Certified Horticulture Professional Certified Since: 9/28/2018 Certification Expiration Date: 9/30/2024 Additional Memberships: Name: Terry Campbell Organization: Lukes' Landscaping, Inc. Organization Phone: Call: 1-954-431-11111-954-431-1111 Organization email: Certification: Florida Water Star Accredited Professional Certified Since: 4/2/2019 Certification Expiration Date: 6/30/2022 Additional Memberships: Name: Luke Facarazzo Organization: Lukes' Landscaping, Inc. Organization Phone: Call: 1-954-431-11111-954-431-1111 Organization email: Certification: FNGLA Certified Horticulture Professional Certified Since: 1/5/2019 Certification Expiration Date: 12/31/2022 Additional Memberships: DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C ISA ARBORIST Name: Corine M. Ferré Address: 4155 E Mowry Dr Homestead, FL 33033 Phone: (786) 999-4483 Email: corine.ferre@brightview.com Name: Robert Vornbrock Address: 121 SW 12th St Pompano Beach, FL 33060 Phone: 561-239-2310 Email: Robert.Vornbrock@brightview.com BrightView Tree Care Services Hollywood Accredited Since 07/14/20 9 Experience includes both instruction and assessment as part of the program 9 Tests specific knowledge, skills, or competencies associated with learning outcomes 9 Awards a Qualification only to those participants who meet the standards for performance, proficiency, or passing score 9 Allows trainers to know and be familiar with the assessment questions 9 Permits trainers to assess their own trainees, depending on the requirements of a given program 9 Requires credential holders to retrain and retest at the end of a set period of validity, unless qualification is determined to be valid for life Certification is available to those who meet predetermined and standardized criteria for knowledge, skills, or competencies. The knowledge needed to pass a Certification assessment is learned through self-study and experience. The assessment is conducted independent of a specific class, course, or other training program. To retain the credential, certificants must meet requirements for renewal. DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C BUSINESS TAX & E-VERIFY 10/23/2009111000///222333///222000000999 DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C 51 EVALUATION CRITERIA FOR SERVICES Workmans Comp E-Verify Employer Legal Citizens OSHA Certified State & County Irrigation License Arborist License Horticultural Degrees CPR Certified Certified Pest Operator Best Management Practices Certified Quality Assurance Plan FNGLA Certified Landscape Designers Provide Landscape Renderings Dedicated Account Manager Provide Reports for Tracking Services Provide Cloud-base Software for Live Look of Services WHAT IS IMPORTANT TO YOU IS IMPORTANT TO US DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C The information in its entirety is proprietary and confidential, used only for the purposes of considering the nature and scope of your business relationship with BrightView. The contents of this Response are not to be shared with any present or future service provider. Retention of this Response to Request for Information signifies your agreement to treat the information as confidential. DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C EXHIBIT “C” RATE SCHEDULE DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C >E^WD/EdEEZ^d EƵŵďĞƌŽĨ LJĐůĞƐͬzĞĂƌ ϭ dƵƌĨDŽǁŝŶŐ;ŝŶĐůƵĚŝŶŐ͕ďƵƚŶŽƚůŝŵŝƚĞĚƚŽ͕ĞĚŐŝŶŐ͕ĐůĞĂŶƵƉĂŶĚďƵƐŚŚŽŐͿ ϯϲ ϯ͕ϭϳϰ͘ϲϬϭϭϰ͕Ϯϴϱ͘ϲϬ Ϯ dƵƌĨŝƐĞĂƐĞĂŶĚWĞƐƚDĂŶĂŐĞŵĞŶƚ ϭϮ ϳϲϳ͘ϵϭ ϵ͕Ϯϭϰ͘ϵϮ ϯ WůĂŶƚĂŶĚ^ŚƌƵďDĂŝŶƚĞŶĂŶĐĞ͕ϭϰͲĚĂLJĐLJĐůĞ;ŝŶĐůƵĚŝŶŐ͕ďƵƚŶŽƚůŝŵŝƚĞĚƚŽ͕ƐŚƌƵďƐ͕ƉůĂŶƚƐ͕ ŚĞĚŐĞƐ͕ƐŵĂůůƚƌĞĞƐĂŶĚƉĂůŵƐфϭϬĨƚͿ Ϯϲ Ϯ͕ϳϳϮ͘ϮϬϳϮ͕Ϭϳϳ͘ϮϬ ϰ WůĂŶƚĂŶĚ^ŚƌƵďDĂŝŶƚĞŶĂŶĐĞ͕ϯϬͲĚĂLJĐLJĐůĞ;ŝŶĐůƵĚŝŶŐ͕ďƵƚŶŽƚůŝŵŝƚĞĚƚŽ͕ƐŚƌƵďƐ͕ƉůĂŶƚƐ͕ ŚĞĚŐĞƐ͕ƐŵĂůůƚƌĞĞƐĂŶĚƉĂůŵƐфϭϬĨƚͿ ϭϮ ϴϱϴ͘ϬϬϭϬ͕Ϯϵϲ͘ϬϬ ϱ /ƌƌŝŐĂƚŝŽŶDĂŶĂŐĞŵĞŶƚ;ŝŶĐůƵĚŝŶŐ͕ďƵƚŶŽƚůŝŵŝƚĞĚƚŽ͕ĐůŽĐŬƚĞƐƚƐ͕ƐĞƚƚŝŶŐƐ͕ĂĚũƵƐƚŵĞŶƚƐ͕ĂŶĚ ŵŝŶŽƌƌĞƉĂŝƌƐͿ ϭϮ ϲϵϵ͘Ϯϳϴ͕ϯϵϭ͘Ϯϰ ϲ >ŝƚƚĞƌĂŶĚĞďƌŝƐŽŶƚƌŽů ϯϲϱ ϭϵϳ͘ϰϭ ϳϮ͕Ϭϱϰ͘ϲϱ ϳ Ϯϴϲ͕ϯϭϵ͘ϲϭ /ƚĞŵ ĞƐĐƌŝƉƚŝŽŶŽĨdĂƐŬ ŶŶƵĂůƐƚŝŵĂƚĞ йDĂƌŬƵƉ;нͿŽƌ ŝƐĐŽƵŶƚ;ͲͿ dŽƚĂů;сŶŶƵĂů ƐƚŝŵĂƚƚĞdž;ϭ;нͬͲͿ йͿ ϴ dƌĞĞĂŶĚWůĂŶƚƐ;ďĂƐĞĚŽŶ͞ĞƚƌŽĐŬ͛ƐWůĂŶƚ&ŝŶĚĞƌʹtŚŽůĞƐĂůĞ'ƵŝĚĞƚŽ&ŽůŝĂŐĞĂŶĚ KƌŶĂŵĞŶƚĂůWůĂŶƚƐ͟Ϳ Ψϳϱ͕ϬϬϬϯϱй ϭϬϭ͕ϮϱϬ͘ϬϬ ϵ DŝƐĐĞůůĂŶĞŽƵƐďƵŝůĚŝŶŐƐƵƉƉůŝĞƐĂŶĚŵĂƚĞƌŝĂůƐ Ψϱ͕ϬϬϬϯϱй ϲ͕ϳϱϬ͘ϬϬ ϭϬ /ƌƌŝŐĂƚŝŽŶWĂƌƚƐΘ^ƵƉƉůŝĞƐ;ďĂƐĞĚŽŶ^ŝƚĞKŶĞ>ĂŶĚƐĐĂƉĞ^ƵƉƉůLJĂƚĂůŽŐ͗͞tŚŽůĞƐĂůĞ͘͟ Ψϯϱ͕ϬϬϬϯϱй ϰϳ͕ϮϱϬ͘ϬϬ ϭϭ ŚĞŵŝĐĂůƐΘ&ĞƌƚŝůŝnjĞƌƐ Ψϳϱ͕ϬϬϬϯϱй ϭϬϭ͕ϮϱϬ͘ϬϬ ϭϮ Ϯϱϲ͕ϱϬϬ͘ϬϬ ϭϯ ϱϰϮ͕ϴϭϵ͘ϲϭ ϭϰ ϰϱ͕ϲϲϬ͘ϱϵ ϱϴϴ͕ϰϴϬ͘ϮϬ >E^WD/EdEEZt^d EƵŵďĞƌŽĨ LJĐůĞƐͬzĞĂƌ ϭ dƵƌĨDŽǁŝŶŐ;ŝŶĐůƵĚŝŶŐ͕ďƵƚŶŽƚůŝŵŝƚĞĚƚŽ͕ĞĚŐŝŶŐ͕ĐůĞĂŶƵƉĂŶĚďƵƐŚŚŽŐͿ ϯϲ Ϯ͕ϱϭϰ͘ϯϬϵϬ͕ϱϭϰ͘ϴϬ Ϯ dƵƌĨŝƐĞĂƐĞĂŶĚWĞƐƚDĂŶĂŐĞŵĞŶƚ ϭϮ ϳϳϲ͘ϭϭϵ͕ϯϭϯ͘ϯϮ ϯ WůĂŶƚĂŶĚ^ŚƌƵďDĂŝŶƚĞŶĂŶĐĞ͕ϭϰͲĚĂLJĐLJĐůĞ;ŝŶĐůƵĚŝŶŐ͕ďƵƚŶŽƚůŝŵŝƚĞĚƚŽ͕ƐŚƌƵďƐ͕ƉůĂŶƚƐ͕ ŚĞĚŐĞƐ͕ƐŵĂůůƚƌĞĞƐĂŶĚƉĂůŵƐфϭϬĨƚͿ Ϯϲ ϭ͕ϵϱϬ͘ϳϱϱϬ͕ϳϭϵ͘ϱϬ ϰ WůĂŶƚĂŶĚ^ŚƌƵďDĂŝŶƚĞŶĂŶĐĞ͕ϯϬͲĚĂLJĐLJĐůĞ;ŝŶĐůƵĚŝŶŐ͕ďƵƚŶŽƚůŝŵŝƚĞĚƚŽ͕ƐŚƌƵďƐ͕ƉůĂŶƚƐ͕ ŚĞĚŐĞƐ͕ƐŵĂůůƚƌĞĞƐĂŶĚƉĂůŵƐфϭϬĨƚͿ ϭϮ ϭ͕ϲϰϳ͘ϯϬϭϵ͕ϳϲϳ͘ϲϬ ϱ /ƌƌŝŐĂƚŝŽŶDĂŶĂŐĞŵĞŶƚ;ŝŶĐůƵĚŝŶŐ͕ďƵƚŶŽƚůŝŵŝƚĞĚƚŽ͕ĐůŽĐŬƚĞƐƚƐ͕ƐĞƚƚŝŶŐƐ͕ĂĚũƵƐƚŵĞŶƚƐ͕ĂŶĚ ŵŝŶŽƌƌĞƉĂŝƌƐͿ ϭϮ ϳϬϯ͘ϲϱϴ͕ϰϰϯ͘ϴϬ ϲ >ŝƚƚĞƌĂŶĚĞďƌŝƐŽŶƚƌŽů ϯϲϱ ϭϵϱ͘ϯϴϳϭ͕ϯϭϯ͘ϳϬ ϳ ϮϱϬ͕ϬϳϮ͘ϳϮ /ƚĞŵ ĞƐĐƌŝƉƚŝŽŶŽĨdĂƐŬ ŶŶƵĂůƐƚŝŵĂƚĞ йDĂƌŬƵƉ;нͿŽƌ ŝƐĐŽƵŶƚ;ͲͿ dŽƚĂů;сŶŶƵĂů ƐƚŝŵĂƚĞdž;ϭ;нͬͲͿ йͿ ϴ dƌĞĞĂŶĚWůĂŶƚƐ;ďĂƐĞĚŽŶ͞ĞƚƌŽĐŬ͛ƐWůĂŶƚ&ŝŶĚĞƌʹtŚŽůĞƐĂůĞ'ƵŝĚĞƚŽ&ŽůŝĂŐĞĂŶĚ KƌŶĂŵĞŶƚĂůWůĂŶƚƐ͟Ϳ Ψϳϱ͕ϬϬϬϯϱй ϭϬϭ͕ϮϱϬ͘ϬϬ ϵ DŝƐĐĞůůĂŶĞŽƵƐďƵŝůĚŝŶŐƐƵƉƉůŝĞƐĂŶĚŵĂƚĞƌŝĂůƐ Ψϱ͕ϬϬϬϯϱй ϲ͕ϳϱϬ͘ϬϬ ϭϬ /ƌƌŝŐĂƚŝŽŶWĂƌƚƐΘ^ƵƉƉůŝĞƐ;ďĂƐĞĚŽŶ^ŝƚĞKŶĞ>ĂŶĚƐĐĂƉĞ^ƵƉƉůLJĂƚĂůŽŐ͗͞tŚŽůĞƐĂůĞ͘͟ Ψϯϱ͕ϬϬϬϯϱй ϰϳ͕ϮϱϬ͘ϬϬ ϭϭ ŚĞŵŝĐĂůƐΘ&ĞƌƚŝůŝnjĞƌƐ Ψϳϱ͕ϬϬϬϯϱй ϭϬϭ͕ϮϱϬ͘ϬϬ ϭϮ Ϯϱϲ͕ϱϬϬ͘ϬϬ ϭϯ ϱϬϲ͕ϱϳϮ͘ϳϮ ϭϰ ϯϴ͕ϯϲϭ͘ϴϳ ϱϰϰ͕ϵϯϰ͘ϱϵ ϱϴϬ͕ϳϰϮ͘ϴϯ >E^WD/EdEEZ^dΘt^ddKd>ϭ͕ϭϯϯ͕ϰϭϰ͘ϳϵ ƌŝŐŚƚsŝĞǁ>ĂŶĚƐĐĂƉĞ ^hdKd>;/ƚĞŵƐϴƚŚƌƵϭϭͿ ƌŝŐŚƚsŝĞǁ>ĂŶĚƐĐĂƉĞ WZK&/d 'ZEdKd>;/ƚĞŵϭϯнϭϰͿ /ƚĞŵ ĞƐĐƌŝƉƚŝŽŶŽĨdĂƐŬ ŽƐƚƉĞƌLJĐůĞŶŶƵĂůdŽƚĂů /ƚĞŵ ĞƐĐƌŝƉƚŝŽŶŽĨdĂƐŬ ŽƐƚƉĞƌLJĐůĞŶŶƵĂůdŽƚĂů ^hdKd>;/ƚĞŵƐϭƚŚƌƵϲͿ dKd>;/ƚĞŵϳнϭϮͿ ^hdKd>;/ƚĞŵƐϭƚŚƌƵϲͿ ^hdKd>;/ƚĞŵƐϴƚŚƌƵϭϭͿ dKd>;/ƚĞŵϳнϭϮͿ WZK&/d 'ZEdKd>;/ƚĞŵϭϯнϭϰͿ DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C /ƚĞŵ ĞƐĐƌŝƉƚŝŽŶŽĨdĂƐŬ hŶŝƚ ŽƐƚ;ΨͬhŶŝƚͿ ϭ ^ƚ͘ƵŐƵƐƚŝŶĞ͞WĂůŵĞƚƚŽ͟^ŽĚ ^ƋƵĂƌĞĨŽŽƚ Ϭ͘ϵϬ Ϯ dŝĨǁĂLJϰϭϵ^ŽĚ ^ƋƵĂƌĞĨŽŽƚ Ϯ͘ϬϬ ϯ ĞůĞďƌĂƚŝŽŶĞƌŵƵĚĂ^ŽĚ ^ƋƵĂƌĞĨŽŽƚ Ϯ͘ϬϬ ϰ ŽLJƐŝĂ^ŽĚ ^ƋƵĂƌĞĨŽŽƚ Ϯ͘ϬϬ ϱ ĂŚŝĂ^ŽĚ ^ƋƵĂƌĞ&ŽŽƚ Ϭ͘ϴϱ ϲ ^ƉĂŶŝƐŚ'ŽůĚDƵůĐŚʹϮĐƵ͘&ƚďĂŐ ĞĂĐŚ ϲ͘ϬϬ ϳ ^ŽŝůʹϱϬͬϱϬŵŝdž ƵďŝĐzĂƌĚ ϳϱ͘ϬϬ ϴ ^ŽŝůʹϴϬͬϮϬŵŝdž ƵďŝĐzĂƌĚ ϭϬϬ͘ϬϬ ϵ ŶŶƵĂůƐDŝdž ƵďŝĐzĂƌĚ ϭϮϬ͘ϬϬ ϭϬ ^ĂŶĚ ƵďŝĐzĂƌĚ ϳϬ͘ϬϬ ϭϭ ŝŽͲĂƌƌŝĞƌϭϮ͟ZŽŽƚĂƌƌŝĞƌ >ŝŶĞĂƌĨŽŽƚ ϯϱ͘ϬϬ ϭϮ ^ƚƵŵƉ'ƌŝŶĚŝŶŐʹϯͲƉĞƌƐŽŶĐƌĞǁƉůƵƐĞƋƵŝƉŵĞŶƚ ,ŽƵƌůLJ ϳϱ͘ϬϬ /ƚĞŵ ĞƐĐƌŝƉƚŝŽŶŽĨdĂƐŬ hŶŝƚ ŽƐƚ;ΨͬhŶŝƚͿ ϭ >ĂďŽƌĞƌͬ'ƌŽƵŶĚƐŬĞĞƉĞƌ ,ŽƵƌůLJ ϯϭ͘ϬϬ Ϯ /ƌƌŝŐĂƚŝŽŶ,ĞůƉĞƌ ,ŽƵƌůLJ ϰϬ͘ϬϬ ϯ /ƌƌŝŐĂƚŝŽŶdĞĐŚŶŝĐŝĂŶͲĞƌƚŝĨŝĞĚ ,ŽƵƌůLJ ϳϱ͘ϬϬ ϰ >ĂƌŐĞƋƵŝƉŵĞŶƚKƉĞƌĂƚŽƌ ,ŽƵƌůLJ ϲϬ͘ϬϬ ϱ ^ƵƉĞƌǀŝƐŽƌͬ&ŽƌĞŵĂŶ ,ŽƵƌůLJ ϲϱ͘ϬϬ ϲ 'ƌĂĚƵĂƚĞ,ŽƌƚŝĐƵůƚƵƌŝƐƚ ,ŽƵƌůLJ ϭϬϬ͘ϬϬ ϳ ŽďĐĂƚǁͬŽƉĞƌĂƚŽƌ ,ŽƵƌůLJ ϭϮϱ͘ϬϬ ϴ &ƌŽŶƚĞŶĚůŽĂĚĞƌǁͬŽƉĞƌĂƚŽƌ ,ŽƵƌůLJ ϮϬϬ͘ϬϬ ϵ ϭϴLJĂƌĚĚƵŵƉƚƌƵĐŬǁͬĚƌŝǀĞƌ ,ŽƵƌůLJ ϭϮϬ͘ϬϬ ϭϬ ϳϱƚŽŶĐƌĂŶĞǁͬŽƉĞƌĂƚŽƌ ,ŽƵƌůLJ ϯϬϬ͘ϬϬ ϭϮ ůŝŵďĞƌͬƚƌŝŵŵĞƌ ,ŽƵƌůLJ ϳϱ͘ϬϬ ϭϯ ŚŝƉƉĞƌƚƌƵĐŬǁͬŽƉĞƌĂƚŽƌ ,ŽƵƌůLJ ϳϱ͘ϬϬ hE/dWZ/^&KZ>KZĂŶĚYh/WDEdͲ^hWW>DEd>tKZ< ƌŝŐŚƚsŝĞǁ>ĂŶĚƐĐĂƉĞhE/dWZ/^&KZDdZ/>^Ͳ^hWW>DEd>tKZ< DocuSign Envelope ID: F2B916F7-EFAC-4B42-9172-1A7FC5B1D01C Base Services Number of Cycles/Year Cost per Cycle Annual Total Number of Cycles/Year Cost per Cycle Annual Total Turf Mowing (including, but not limited to, edging, clean up and bush hog)36 $ 3,000.00 $ 108,000.00 36 $ 2,240.00 $ 80,640.00 Turf Disease and Pest Management 12 $ 700.00 $ 8,400.00 12 $ 699.55 $ 8,394.60 Plant and Shrub Maintenance, 14-day cycle (including, but not limited to, shrubs, plants, small trees and palms <10ft)26 $ 2,500.00 $ 65,000.00 26 $ 1,850.00 $ 48,100.00 Plant and Shrub Maintenance, 30-day cycle (including, but not limited to, shrubs, plants, hedges, small trees and palms <10ft)12 $ 900.00 $ 10,800.00 12 $ 1,500.00 $ 18,000.00 Irrigation Management (including, but not limited to, clock tests, settings, adjustments, and minor repairs)12 $ 680.00 $ 8,160.00 12 $ 648.00 $ 7,776.00 Litter and Debris Control 365 $ 185.00 $ 67,525.00 365 $ 177.25 $ 64,696.25 SUBTOTAL (Items 1 thru 6) $ 267,885.00 $ 227,606.85 PROFIT $ 21,430.80 $ 20,484.62 TOTAL $ 289,315.80 $ 248,091.47 Discretionary Services Annual Estimate % Markup Total Annual Estimate % Markup Total Tree and Plants (based on “Betrock’s PlantFinder –Wholesale Guide to Foliage and Ornamental Plants”)$75,000 30%$97,500 $75,000 30%$97,500 Miscellaneous building supplies and materials $5,000 30%$6,500 $5,000 30%$6,500 Irrigation Parts & Supplies (based on SiteOne Landscape Supply Catalog: “Wholesale.”$35,000 30%$45,500 $35,000 30%$45,500 Chemicals & Fertilizers $75,000 30%$97,500 $75,000 30%$97,500 SUBTOTAL $247,000 $247,000 TOTAL $ 536,315.80 $495,091.47 GRAND TOTAL (AREA EAST + AREA WEST) Landscape Maintenance Area East Landscape Maintenance Area West 8.00%9.00% $ 1,031,407.27