request for proposals - Village Community Development Districts

128
REQUEST FOR PROPOSALS FOR LANDSCAPE AND IRRIGATION MAINTENANCE FOR DISTRICT 10, BROWNWOOD AND SUMTER LANDING AREAS RFP #19P-015 Issued By: Village Community Development Districts Purchasing Department Kathy Godfrey, Purchasing 940 Lakeshore Drive, Suite 200 The Villages, Florida 32162 Phone (352) 751-6700 * Fax (352) 751-6715 www.districtgov.org [email protected] Date of Issue: May 13, 2019 Due Date / Time: June 19, 2019 at 3:00PM

Transcript of request for proposals - Village Community Development Districts

REQUEST FOR PROPOSALS

FOR

LANDSCAPE AND IRRIGATION MAINTENANCE FOR DISTRICT 10, BROWNWOOD AND SUMTER LANDING AREAS

RFP #19P-015

Issued By:

Village Community Development Districts Purchasing Department

Kathy Godfrey, Purchasing 940 Lakeshore Drive, Suite 200

The Villages, Florida 32162

Phone (352) 751-6700 * Fax (352) 751-6715 www.districtgov.org

[email protected]

Date of Issue: May 13, 2019 Due Date / Time: June 19, 2019 at 3:00PM

Landscape and Irrigation Maintenance for District 10, Brownwood and Sumter Landing Areas

RFP #19P-015

Village Community Development Districts Purchasing Department

Page 2 of 128

CALENDAR OF EVENTS / RFP TIMELINE

Listed below are the important dates and times by which the actions noted must be completed. All dates are subject to change by the Purchasing Department. If the Purchasing Department finds it necessary to change any of these dates or times prior to the proposal due date, the change will be accomplished by addendum.

ACTION COMPLETION DATE

Issue RFP May 13, 2019

MANDATORY Pre-Proposal Conference

May 23, 2019 at 10:00AM

Large Conference Room located at

984 Old Mill Run, The Villages, FL 32162

Last Day for Questions

May 31, 2019 by 4:00PM

Proposals Due June 19, 2019 at 3:00PM

Public Proposal Opening

June 19, 2019 at 3:15pm

Coggins Conference Room located at 940 Lakeshore Drive,

Suite 200, The Villages, FL 32162

Selection Committee Meeting

July 17, 2019 at 3:00PM Large Conference Room

located at 984 Old Mill Run,

The Villages, FL 32162

District Board Approvals

*Next Regularly Scheduled Meeting after all Pertinent Forms

and Documents are Complete and ready for Board Review/Approval

Landscape and Irrigation Maintenance for District 10, Brownwood and Sumter Landing Areas

RFP #19P-015

Village Community Development Districts Purchasing Department

Page 3 of 128

TABLE OF CONTENTS

PART 1 .............................................................................................................................................................. 5

INTENT AND GENERAL INFORMATION ......................................................................................................................................... 5 REQUEST FOR PROPOSALS ................................................................................................................................................... 5 MANDATORY PRE-PROPOSAL CONFERENCE ...................................................................................................................... 5 FORMS & SPECIFICATIONS ..................................................................................................................................................... 5 HOW TO SUBMIT A PROPOSAL ............................................................................................................................................... 5 VENDOR RESPONSIBILITY ....................................................................................................................................................... 5 PROPOSAL DOCUMENTS REQUIRED ..................................................................................................................................... 6 INSURANCE REQUIREMENTS .................................................................................................................................................. 7 EXAMINATION OF PROPOSAL DOCUMENTS ......................................................................................................................... 8 INTERPRETATIONS, CLARIFICATIONS AND ADDENDA ........................................................................................................ 8 ALTERNATES ............................................................................................................................................................................ 8 CHANGES / MODIFICATIONS ................................................................................................................................................... 8 GOVERNING LAWS AND REGULATIONS ................................................................................................................................ 8 BLACK OUT PERIOD ................................................................................................................................................................. 9 AGREEMENT NEGOTIATION .................................................................................................................................................... 9 PROVIDING PERFORMANCE BOND (NOT APPLICABLE) ...................................................................................................... 9 FISCAL YEAR FUNDING APPROPRIATION ............................................................................................................................. 9 incurred up to the date of termination. .................................................................................................................................... 9 TAX EXEMPT STATUS .............................................................................................................................................................. 9 PAYMENTS ................................................................................................................................................................................ 9 PERMITS / LICENSES / FEES .................................................................................................................................................... 9 INDEMNIFICATION .................................................................................................................................................................... 9 PROTECTION OF RESIDENT WORKERS ............................................................................................................................... 10 VILLAGE COMMUNITY DEVELOPMENT DISTRICTS ............................................................................................................. 10 REFERENCE TERMS ............................................................................................................................................................... 10 RIGHT TO AUDIT RECORDS ................................................................................................................................................... 10 ADDITIONAL TERMS AND CONDITIONS ............................................................................................................................... 10 ADDITIONAL SERVICES/PURCHASES BY OTHER PUBLIC AGENCIES .............................................................................. 11

PART 2 ............................................................................................................................................................ 12

EVALUATION PROCESS ............................................................................................................................................................... 12 PROPOSAL EVALUATION ...................................................................................................................................................... 12

PART 3 ............................................................................................................................................................ 14

PROPOSAL SUBMITTAL ............................................................................................................................................................... 14

PART 4 ............................................................................................................................................................ 15

SCOPE OF SERVICES ................................................................................................................................................................... 15 CDD INFORMATION................................................................................................................................................................. 15 SCOPE OF WORK .................................................................................................................................................................... 16

PART 5 ............................................................................................................................................................ 50

PROPOSAL DOCUMENTS ............................................................................................................................................................. 50 PROPOSAL COVER PAGE ...................................................................................................................................................... 50 PROPOSAL FORMS................................................................................................................................................................. 51 PROPOSAL FOR SUPPLEMENTAL SERVICES ..................................................................................................................... 63 WILDLIFE HABITAT MANAGEMENT ACKNOWLEDGEMENT FORM .................................................................................... 75 EXCEPTIONS OR DEVIATIONS TO SPECIFICATIONS .......................................................................................................... 77 DISCLOSURE OF SUBCONTRACTORS, SUBCONSULTANTS AND SUPPLIERS ................................................................ 78 STATEMENT OF TERMS AND CONDITIONS .......................................................................................................................... 80 DRUG FREE WORKPLACE CERTIFICATE ............................................................................................................................. 81 STATEMENT OF CONTRACTOR’S EXPERIENCE, EQUIPMENT & PERSONNEL ................................................................. 82 Contractor Hierarchy ............................................................................................................................................................... 90 Proposed Service Schedule Template ................................................................................................................................... 91 NO-PROPOSAL RESPONSE ................................................................................................................................................... 92

PART 6 ............................................................................................................................................................ 93

SAMPLE FORMS ............................................................................................................................................................................ 93 GROUPS 1-6 ................................................................................................................................................................................... 93

PART 7 .......................................................................................................................................................... 115

EXHIBITS AND MAPS .................................................................................................................................................................. 115

Landscape and Irrigation Maintenance for District 10, Brownwood and Sumter Landing Areas

RFP #19P-015

Village Community Development Districts Purchasing Department

Page 4 of 128

COMPLETENESS OF PROPOSAL CHECKLIST

Proposers remain responsible for reading the entire Proposal document to insure that they are in compliance. Proposals may be considered subject to rejection if, in the sole opinion of the District, there is a serious omission, unauthorized alteration of form, an unauthorized alternate Proposal, incomplete or unbalanced unit price, or irregularities of any kind. The District reserves the right to request corrections of minor errors or irregularities. The District may reject as non-responsive, any or all Proposals where Proposers fail to acknowledge receipt of Addenda as prescribed.

Proposal Cover Page – all information completed and signed

Proposal Forms (Groups A-E) – (Separate Forms, each must be signed and dated)

submitted in correct format, accurate calculations, and signed (ONLY EXCEL PROPOSALS SHALL BE ACCEPTED. These files can be found on DemandStar and the District Webpage)

Separate Additional Pricing Form for Aerification, Bed Lines and Pine Straw Removal.

Supplemental Proposal Forms and/or Pricing – items not included in the annual agreement

amount but for which the District requests pricing (i.e. Irrigation, Labor, Pine Straw, etc.)

Florida Friendly and Drought Tolerant Plant Material Pricing (Installed) [Sign and date]

Irrigation Equipment Pricing (Installed) [Sign and date]

Wildlife Habitat Management Plan - signed

Fertilizer Program - signed

Exceptions or Deviations to Specifications – signed and/or information completed

Disclosure of Subcontractors, Sub consultants and Suppliers – signed and/or information completed

Proposer’s Certification – Addenda acknowledged and form signed

Statement of Terms and Conditions – signed

Drug Free Workplace Certificate – signed and notarized

Statement of Contractor’s Experience, Equipment and Personnel – all information completed,

five (5) references including all contact information, signed and notarized

W-9 – completed and signed

Anti-Collusion Statement – completed and signed

Copy of Required /Applicable Licenses or Certifications per specifications

Exhibit “A-1” Contractor Hierarchy

Exhibit “A-2” Proposed Service Schedule Template

Required Number of Copies (1 Original and 5 copies = 6 Total) & 1 electronic copy on a new CD or USB flash

Landscape and Irrigation Maintenance for District 10, Brownwood and Sumter Landing Areas

RFP #19P-015

Village Community Development Districts Purchasing Department

Page 5 of 128

PART 1 INTENT AND GENERAL INFORMATION

REQUEST FOR PROPOSALS The Village Community Development Districts is requesting proposals for Landscape and Irrigation Maintenance for District 10, Brownwood and Sumter Landing Areas. Sealed proposals will be received by the Village Community Development DistrictsPurchasing Department located at 940 Lakeshore Drive, Suite 200, The Villages, Florida 32162, until 3:00 PM on June 19, 2019 for: RFP #19P-015 for Landscape and Irrigation Maintenance for District 10, Brownwood and Sumter Landing Areas. All timely received Proposals shall be opened on June 19, 2019 at 3:15pm in the Coggins Conference Room located at 940 Lakeshore Drive, Suite 200, The Villages, FL 32162 Proposers shall take careful notice of the following conditions of this Request for Proposal:

Submissions by FAX or other electronic media will not be accepted under any circumstances. Late submissions will not be accepted under any circumstances.

Submitters may withdraw and/or replace proposals at any time until the deadline for submission of proposals.

All questions received by 4:00PM on May 31, 2019 will be considered. Questions will not be answered over the phone. Questions must be in writing and faxed to (352) 751-6715, attention: Kathy Godfrey or sent via e-mail to [email protected].

MINIMUM REQUIREMENTS

Must have minimum of 5 years commercial landscape and irrigation experience. MANDATORY PRE-PROPOSAL CONFERENCE A MANDATORY pre-proposal conference will be held on May 23, 2019 at 10:00 a.m. in the Large Conference Room located at 984 Old Mill Run, The Villages, FL 32162. Contractors are required to attend the MANDATORY pre-proposal conference for a clear understanding of the project. Only those contractors who are present at the MANDATORY pre-proposal conference will be permitted to submit a proposal in response to this solicitation. A Contractor’s failure to attend the MANDATORY Pre-Proposal Conference shall result in the non-acceptance/rejection of a proposal submittal from Contractor. Furthermore, it is recommended that all Contractors visit and inspect the work sites prior to the MANDATORY pre-proposal conference so that questions can be answered during the meeting. FORMS & SPECIFICATIONS Submitters are required to use the official “PROPOSAL FORMS”, and all attachments itemized herein are to be submitted as a single document. Any variation from the minimum specifications must be clearly stated on the PROPOSAL FORMS and explained in detail on the EXCEPTIONS OR DEVIATIONS TO SPECIFICATIONS form. HOW TO SUBMIT A PROPOSAL One complete proposal form set (1 original plus 5 copies) and 1 electronic copy on a new CD with all required documents as itemized and included herein is to be submitted in a sealed envelope, on the outside of which shall be prominently marked with the following identification: ““RFP #19P-015 for Landscape and Irrigation Maintenance for District 10, Brownwood and Sumter Landing Areas” together with the name and address of the submitter. The RFP should be neat, professional in appearance and bound appropriately for the document’s thickness however, Please DO NOT use 3-Ring Binders. The original document shall have original signatures and clearly noted with ORIGINAL on the cover. All proposals shall be mailed or hand delivered to the Purchasing Department at the address given, by the date and time set forth herein. VENDOR RESPONSIBILITY Submitters are fully and completely responsible for the labeling, identification and delivery of their proposals. The Purchasing Department will not be responsible for any mislabeled or misdirected submissions, nor those handled by delivery persons, couriers, or the U. S. Postal Service.

Submissions shipped by express delivery, or in overnight or courier envelopes, boxes, or packages

Landscape and Irrigation Maintenance for District 10, Brownwood and Sumter Landing Areas

RFP #19P-015

Village Community Development Districts Purchasing Department

Page 6 of 128

must be prominently marked on the outside of such envelopes, boxes or packages with the sealed proposal identification.

Any envelopes, boxes, or packages which are not properly labeled, identified, and prominently marked with the sealed proposal identification, may be inadvertently opened upon receipt, thereby invalidating such proposals and excluded from the official proposal opening process.

Invitation by the Village Community Development Districts to vendors is based on the recipient’s specific request and application to www.demandstar.com, www.districtgov.org, or as the result of response by the public to the legal advertisements required by State and District law. Firms or individuals submit their responses on a voluntary basis, and therefore are not entitled to compensation of any kind.

A person or affiliate who has been placed on the Convicted Vendor list following a conviction for a public entity crime may not submit a proposal on a contract to provide any goods or services to a public entity, may not submit a proposal on a contract with a public entity for the construction or repair of a public building or public work, may not submit proposals on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of $35,000 (the threshold amount provided in Section 287.017, for CATEGORY TWO) for a period of thirty-six (36) months from the date of being placed on the Convicted Vendor list.

Proposals that are incomplete, unbalanced, conditional, obscure, or which contain additions not called for, alterations, or irregularities of any kind, or which do not comply with these documents may be rejected at the option of the District.

Any vendor who submits a no-proposal response shall submit the no-proposal response in an envelope marked on the outside of the mailing envelope, together with the required proposal identification number.

PROPOSAL DOCUMENTS REQUIRED The following documents and forms in the following arrangement must accompany each proposal:

Proposal Cover Page

Proposal Forms Groups A-E (5 Separate Forms, each must be signed and dated

Additional Services Form for Aerification, Bed Lines and Pine Straw Removal.

Florida Friendly and Drought Tolerant Plant Material Pricing (Installed) [Sign and date]

Irrigation Equipment Pricing (Installed) [Sign and date]

Wildlife Habitat Management Plan

Fertilizer Program

Exceptions or Deviations to Specifications

Disclosure of Subcontractors, Sub consultants and Suppliers

Proposer’s Certification / Addenda Acknowledgement Form.

Statement of Terms and Conditions must be signed and returned with the proposal form.

A sworn, notarized Drug Free Work Place Certificate must accompany each proposal.

A sworn, notarized Statement of Contractor’s Experience, Equipment and Personnel.

W-9

Anti-Collusion Statement

Any and all applicable licenses or certifications must be included. This can also include any additional certifications or education of the organization or of staff who will be performing the actual work.

Landscape and Irrigation Maintenance for District 10, Brownwood and Sumter Landing Areas

RFP #19P-015

Village Community Development Districts Purchasing Department

Page 7 of 128

Exhibit “A-1” Form Contractor Hierarchy

Exhibit “A-2” Form Proposed Service Schedule Template

Required Number of Copies (1 Original and 5 copies = 6 Total) & 1 electronic copy on a new CD or USB flash

INSURANCE REQUIREMENTS

A Certificate of Insurance will be furnished by the successful Contractor upon Notice of Award. The certificate(s) shall be completed by the Contractor’s authorized agent and submitted to the District’s Purchasing Department. The successful Contractor shall not commence any work in connection with the Agreement until it has obtained all of the following types of insurance and shall maintain such insurance as will protect him/her from claims which may arise out of or result from the vendor’s operations under the terms and conditions of the RFP. The District shall be exempt from, and in no way liable for, any sums of money which may represent a deductible in any insurance policy. The payment of such deductible shall be the sole responsibility of the Contractor and/or sub consultant providing such insurance.

General Liability. Contractor shall obtain, and maintain throughout the life of the Agreement, General Liability Insurance in an amount no less than $1,000,000 per occurrence and $2,000,000 general aggregate for Bodily Injury and Property Damage. Insurance shall protect the Contractor, sub consultants and subcontractors from claims for damage for personal injury, including accidental death, as well as claims for property damages which may arise from operations under the Agreement. District(s) shall be named as Additional Insured.

Automobile Liability Insurance covering all automobiles and trucks the Contractor may use in connection with this RFP. The limit of liability for this coverage shall be a minimum combined single limit of $1,000,000 per occurrence for bodily injury and property damage. This is to include owned, hired, and non-owned vehicles. District(s) shall be named as Additional Insured.

Excess Liability Insurance (Umbrella Policy) may compensate for a deficiency in general liability or automobile insurance coverage limits.

Waiver of Subrogation: By entering into any agreement as a result of this RFP, Contractor agrees to a Waiver of Subrogation for each policy required above.

General Aggregate Limit. The general aggregate limit shall apply per project.

Workers’ Compensation Insurance, as required by the State of Florida. Contractor and any sub consultants or subcontractors shall comply fully with the Florida Worker’s Compensation Law. Contractor must provide certificate of insurance showing Worker’s Compensation coverage.

Certificate(s) shall be dated and show:

o The name of the insured Contractor, the specified job by name and/or RFP number, the name of the insurer, the number of the policy, its effective date and its termination date.

o Statement that the insurer will mail notice to the District at least thirty (30) days prior to any material changes in provisions or cancellation of the policy.

o Subrogation of Waiver clause.

o The Village Community Development Districts and any other governmental agencies using this Agreement in cooperation with the District shall be a named additional insured on Public Liability Insurance and Automobile Liability Insurance.

o The Contractor shall require of each its sub consultants and/or subcontractors to procure and maintain during the life of its subcontract, insurance of the type specified above or insure the activities of its sub consultants and/or subcontractors in its policy as described above.

o All insurance policies shall be written on companies authorized to do business in the State of Florida.

The District reserves the right to modify the insurance requirements set forth at any time during the process

Landscape and Irrigation Maintenance for District 10, Brownwood and Sumter Landing Areas

RFP #19P-015

Village Community Development Districts Purchasing Department

Page 8 of 128

of solicitation or subsequent thereto. EXAMINATION OF PROPOSAL DOCUMENTS

Each vendor shall carefully examine the Drawings and/or Specifications and other applicable documents, and inform himself/herself thoroughly regarding any and all conditions and requirements that may in any manner affect cost, progress or performance of the work to be performed under the Agreement. Ignorance on the part of the Contractor will in no way relieve him/her of the obligations and responsibilities assumed under the Agreement.

Should a vendor find discrepancies or ambiguities in, or omissions from the Drawings and/or Specifications, or should he/she be in doubt as to their meaning, he/she shall at once notify the Purchasing Department, in writing.

INTERPRETATIONS, CLARIFICATIONS AND ADDENDA

No oral interpretations will be made to any vendor as to the meaning of the Proposal/Agreement Documents. Any inquiry or request for interpretation received by the Purchasing Department before 4:00pm on May 31, 2019, will be given consideration. All such changes or interpretations will be made in writing in the form of an addendum and, if issued, will be distributed at or after the Pre-Proposal Conference (if applicable) and uploaded to www.demandstar.com and www.districtgov.org. Each Proposer shall acknowledge receipt of such addenda in the space provided on the Proposer’s Certification Form.

In case any Proposer fails to acknowledge receipt of such addenda or addendum, his/her proposal will nevertheless be construed as though it had been received and acknowledged and the submission of his/her Proposal will constitute acknowledgment of the receipt of same. All addenda are a part of the Proposal Documents and each Proposer will be bound by such addenda, whether or not received by him/her. It is the responsibility of each Proposer to verify that he/she has received all addenda issued before Proposals are opened.

In the case of unit price items, the quantities of work to be done and materials to be furnished under this Proposal/Agreement are to be considered as approximate only and are to be used solely for the comparison of Proposals received. The District and its Consultants do not expressly or by implication represent that the actual quantities involved will correspond exactly therewith; nor shall the Proposer plead misunderstanding or deception because of such estimate or quantities of work performed or material furnished in accordance with the Specifications and/or Drawings and other proposal documents, and it is understood that the quantities may be increased or diminished as provided herein without in any way invalidating any of the unit or lump sum prices proposal.

ALTERNATES When certain items of equipment and/or materials are specified and/or described as the product of a particular manufacturer together with any required additional information such as model number, size or catalog number, only such specific items may be used in preparing the Proposal, except as hereinafter provided.

CHANGES / MODIFICATIONS The Village Community Development Districts reserves the right to order changes in the scope of work and the resulting Agreement. The successful Proposer has the right to request an equitable price adjustment in cases where modifications to the Agreement under the authority of this clause result in increased costs to the Contractor. Price adjustments will be based on the unit prices proposed by the Contractor in response to this solicitation. Any agreement resulting from this solicitation may be modified upon written and mutual consent of both parties.

GOVERNING LAWS AND REGULATIONS The Proposer is required to be familiar with and shall be responsible for complying with the District’s Purchasing Policies and Procedures, District resolutions, District rules, all federal, state and local laws, ordinances, rules and professional standards or regulations that in any manner affect this solicitation, the selection process, protests, award of Agreement, Agreement management or any other activity associated with this solicitation and the subsequent work required of the successful Proposer. Any proposer receiving an award from this solicitation must comply with all Governing Laws and Regulations and be responsible for the compliance of such by any and all subcontractors. Any and all work performed under the resultant contract requiring any State licensing or certification must be performed by workers meeting those

Landscape and Irrigation Maintenance for District 10, Brownwood and Sumter Landing Areas

RFP #19P-015

Village Community Development Districts Purchasing Department

Page 9 of 128

requirements. BLACK OUT PERIOD The black out period is defined as between the time the submittals for an Invitation to Bid, Request for Proposal, Request for Qualifications or the Invitation to Negotiate, as applicable, are received at the District Purchasing Department, and the time the Board awards the Agreement. During this black out period, any attempt to influence the thinking of District staff or officials for or against a specific cause related to a solicitation for goods or services, in person, by mail, by facsimile, by telephone, by electronic mail, or by any other means of communication, may result in disqualification of their award and/or agreement. This does not apply to pre-solicitation conferences, oral presentations before the Selection Committee, agreement negotiations, or communications with staff not concerning this solicitation.

AGREEMENT NEGOTIATION The Selection Committee shall rank all received proposals and provide the Purchasing Director with the rankings and a recommended primary ranked firm. If deemed prudent or necessary, the Purchasing Director is authorized to negotiate with the top ranked firm. The proposal signed by the successful Proposer along with documentation included in the proposal as required by this solicitation and other additional materials submitted by the Proposer and accepted by the District shall be the basis for negotiation of an agreement addressing the requirements of the solicitation. The resulting Agreement will be approved by the District Board of Supervisors.

PROVIDING PERFORMANCE BOND (NOT APPLICABLE) The Village Community Development Districts is requiring all Bidders to provide proof of the ability to obtain a performance bond in an amount equal to 100% of the total amount bid for this RFP. Upon award the successful bidder shall provide a Performance Bond, in the form of a Certified Bond, from an established Bonding Agency licensed to do business in the State of Florida. “Performance Bond” means a bond of a Contractor in which a surety guarantees to the District that the work/services will be performed in accordance with the Contract documents. “Surety” means an organization which, for a consideration, promises in writing to make good the debt or default of another. The surety must hold a certificate of authority as an acceptable surety on federal bonds as published in the current Circular 570, U.S. Department of the Treasury, and the Federal Register effective July 1, annually, as amended.

FISCAL YEAR FUNDING APPROPRIATION Unless otherwise provided by law, an agreement for supplies or services may be entered into for any period of time deemed to be in the best interests of the District, provided the term of the and conditions of renewal or extension, if any, are included in the solicitation and funds are available for the fiscal period at the time of the Agreement. Payment and performance obligations for succeeding fiscal periods shall be subject to appropriation by the District of funds thereafter.

When funds are not appropriated or otherwise made available to support continuation of performance in a subsequent fiscal period, the contract shall be cancelled and the contractor shall be entitled to reimbursement of any cost incurred up to the date of termination.

TAX EXEMPT STATUS The Village Community Development Districts are special purpose governmental agencies under Florida law and exempt from Florida sales tax. The tax exempt number will be provided upon request. This exemption does not apply to goods and services purchased separately by a Contractor in connection with its contractual obligations. The Contractor shall be responsible for paying any taxes, fees, or similar payments that are required to be paid in connection with the contract work. The District maintains the right to direct purchase goods and services whenever possible to utilize the District’s tax exempt status and the contract will be reduced by change order. PAYMENTS Payments shall be made pursuant to Florida Statute Chapter 218, Part VII, the Prompt Payment Act, and all District policies promulgated thereby. Payments will be made monthly for work successfully completed in the previous month and based upon District approved invoice.

PERMITS / LICENSES / FEES Any permits, licenses or fees required will be the responsibility of the Contractor.

INDEMNIFICATION The successful Proposer must fully indemnify the District(s). Such indemnification will be documented in the Agreement Documents.

Landscape and Irrigation Maintenance for District 10, Brownwood and Sumter Landing Areas

RFP #19P-015

Village Community Development Districts Purchasing Department

Page 10 of 128

PROTECTION OF RESIDENT WORKERS The Village Community Development Districts actively support the Immigration and Nationality Act of 1952 (INA) and the Immigration Reform and Control Act of 1986 (IRCA), which includes provisions addressing employment eligibility, employment verification, and nondiscrimination and the State of Florida Executive Order Number 11-116 stating contractors shall utilize the U.S. Department of Homeland Security’s E-Verify system to verify the employment eligibility of: all persons employed during the Agreement term by the Contractor to perform employment duties pursuant to the Agreement, within Florida; and all persons, including subcontractors, assigned by the Contractor to perform work pursuant to the Agreement with the District. (http://www.uscis.gov/e-verify) Additionally, the Contractor shall include a provision in all subcontracts that requires all subcontractors to utilize the U.S. Department of Homeland Security’s E-Verify system to verify employment eligibility of: all persons employed during the Agreement term by the Contractor to perform work or provide services pursuant to this Agreement with the District.

All Service contractors and /or vendors who wish to contract with the District to provide services must first certify they have registered with, will participate in, and continue to utilize, once registered, the E-Verify Program (or any successor program implemented by the federal government of its departments or agencies) to verify the work authorization status of all newly hired employees employed by the contractors and/or vendors. Breach of this term or conditions is considered a material breach of the Agreement.

Participation in the E-Verify program will only be required of the awarded Contractor. To certify participation in the program, awarded Contractor, and any subcontractors to the Contractor, will be required to sign an E-Verify Contractor/Subcontractor Affidavit (see Part 6: Exhibits for sample affidavits).

For more information and to register visit https://e-verify.uscis.gov/enroll/.

VILLAGE COMMUNITY DEVELOPMENT DISTRICTS The Village Center Community Development District, Sumter Landing Community Development District, North Sumter County Utility Dependent District, Brownwood Community Development District and Village Community Development Districts 1-13 are local units of special-purpose government and reserve the right to reject any and/or all proposals, reserve the right to waive any informalities or irregularities in the proposal or examination process, reserve the right to select low proposal per item, and reserve the right to award proposals and/or agreements in the best interest of the Districts.

REFERENCE TERMS Any headings in this document are for the purposes of reference only and shall not limit or otherwise affect the meaning thereof. Any reference to gender shall be construed to include all genders, firms, partnerships and corporations. References in the singular shall be construed to include the plural and references in the plural shall be construed to include the singular. Any reference to the “District” or the “Village Community Development Districts” shall be construed to refer to the specific District or Districts for which the solicitation was issued and those District(s) shall be the legislative authority for all matters concerning this solicitation or the resulting agreement(s).

RIGHT TO AUDIT RECORDS The Districts shall be entitled to audit the books and records of the Contractor or any sub-contractor to the extent that such books and records relate to the performance of the Agreement or any sub-contract to the Agreement. Such books and records shall be maintained by the Contractor for a period of three (3) years from the date of final payment under the Agreement and by the sub-contractor for a period of three (3) years from the date of final payment under the sub-contract unless a shorter period is otherwise authorized in writing. ADDITIONAL TERMS AND CONDITIONS No additional terms and conditions included with the proposal response shall be evaluated or considered and any and all such additional terms and conditions shall have no force and effect and are inapplicable to this proposal. If submitted either purposefully through intent or design or inadvertently appearing separately in transmitting letters, specifications, literature, price lists or warranties, it is understood and agreed the general and special conditions in this solicitation are the only conditions applicable to this proposal and the Proposer’s authorized signature affixed to the proposal attests to this. PROPRIETARY INFORMATION Responses to this Request for Proposals, upon receipt by the District, become public records subject to the

Landscape and Irrigation Maintenance for District 10, Brownwood and Sumter Landing Areas

RFP #19P-015

Village Community Development Districts Purchasing Department

Page 11 of 128

provisions of Chapter 119 F.S., Florida’s Public Record Law. If any proposer believes that any portion of all of the response is confidential and proprietary, proposer shall clearly assert such exception and the specific legal authority of the asserted exemption. All materials that qualify for exemption from Chapter 119 must be submitted in a separate envelope, clearly identified as “TRADE SECRETS EXCEPTION”, with the firm’s name and the proposal number marked on the outside. Such designation of an item as a trade secret may be challenged in court by any person. By the proposer’s designation of material submitted to the District as a “trade secret”, the proposer agrees to hold harmless the District for any award to a plaintiff for damages, costs or attorney’s fees and for costs and attorney’s fees incurred by the District by reason of any legal action challenging the proposer’s “trade secret” claim. ADDITIONAL SERVICES/PURCHASES BY OTHER PUBLIC AGENCIES The Proposer by submitting a proposal acknowledges that other public agencies may seek to “Piggy-Back” under the same terms and conditions during the effective period of any resulting agreement services and/or purchases being offered in this proposal/bid for the same prices and/or terms being proposed. The successful Proposer has the option to agree or disagree to allow Piggy-Backs on a case-by-case basis. Before a public agency is allowed to Piggy-Back any agreement, the agency must first obtain the Proposer’s approval. Without the Proposer’s approval, the seeking agency cannot Piggy-Back.

Landscape and Irrigation Maintenance for District 10, Brownwood and Sumter Landing Areas

RFP #19P-015

Village Community Development Districts Purchasing Department

Page 12 of 128

PART 2 EVALUATION PROCESS

PROPOSAL EVALUATION This Request for Proposals includes following all the procedures in this document and sending the sealed proposal information to the Purchasing Department by the due date and time. Performance related paperwork will be available to selection committee members. (See ExhibitsA-1, A-2, B, C and D)

Proposals will be evaluated on the following criteria in the Evaluation Worksheet:

Comments:

1

2

3

4

5

6

Selection Committee Member's Signature Date

Proponent Name:

Please provide comments supporting the rationale used in scoring this Proponent.

Department:

Date:

(M ax 20 pts)

2. Qualifications of Proponents Manpower (M ax 20 pts)

(M ax 25 pts)

(M ax 10 pts)

(M ax 15 pts)

(M ax 10 pts)

PROPONENT'S TOTAL SCORE: 0.0(Maximum 100 pts)

Reviewer:

Proponent:

RFP Name:

How detailed are the various elements of the proposal?

6. Thoroughness of Proposal

5. Price with respect to average proposal

1. Machinery, Equipment and Manpower

Title:

3. Experience of the Organization

4. Quality of References

SELECTION COMMITTEE

Request for Proposals (RFP)#:

EVALUATION

WORKSHEET

19P-XXX

How reasonable is the Proponent's price with regard to the average proposal pricing?

Are references for work of similar type, size and scope? Does the assessment of

Proponent's work by client references demonstrate success in providing similar services?

Does the Proponent possess the adequate machinery, equipment, and manpower to

perform the work specified in this contract in a high quality manner?

Does the Proponent possess the technical experience in performing work of similar size

and scope? Is the experience with CDD, commercial properties, and/or public agencies?

Does the Proponent show strength and stability?

What qualifications & experience do key personnel possess? (training, licenses and/or

certifications)

Landscape and Irrigation Maintenance for District 10, Brownwood and Sumter Landing Areas

RFP #19P-015

Village Community Development Districts Purchasing Department

Page 13 of 128

Once proposals are received and reviewed by Purchasing, the Selection Committee members will be given proposals and begin to review each submittal and score each proposal based on the evaluation criteria. The award will be based on the top ranked proposal based on the Selection Committee scores. Once proposals are received, the Selection Committee members will independently review each submittal and score each proposal based on the evaluation criteria. One (1) contractor will be selected by their rankings for each of the four (4) groupings of areas. The awards will be based on the proposals that are most advantageous to the District. The #1 ranked to receive the first group A, the #2 ranked to receive the second group B, the #3 ranked to receive the third group C and the #4 ranked to receive the fourth group D. The District reserves the right to apply the evaluation criteria in any manner it deems necessary and to evaluate each firm separately or comparatively, using these criteria in any weight or importance as it sees fit. The District also reserves the right to seek clarification from prospective firms on any issue in a response, invite specific firms for site visits or oral presentations, or take any action it feels necessary to properly evaluate the submissions and construct a solution in the District’s best interest. Failure to submit the requested information or required documentation may result in the lessoning of the proposal score or the disqualification of the proposal response. Selection Committee members, for landscape projects, maintain the right to visit a minimum of two (2) referenced properties to facilitate the completion of the Contractor Performance Section of the Evaluation Worksheet. THE OVERALL PROPONENT’S TOTAL SCORE WILL BE A MAXIMUM OF 100. Do not attempt to contact any Selection Committee Member, staff member or person other than the Purchasing Department for questions relating to this project. Anyone attempting to lobby District representatives may be disqualified. The Selection Committee will meet to evaluate, score and rank proposals on July 17, 2019 at 3:00 pm in the Large Conference Room located at 984 Old Mill Run, The Villages, FL 32162. Responsive proposals shall be reviewed and scored by the selection committee members. Once the evaluation process is completed the recommendation of award will be uploaded to www.demandstar.com and www.districtgov.org. Proposal awards are subject to Board approval.

Landscape and Irrigation Maintenance for District 10, Brownwood and Sumter Landing Areas

RFP #19P-015

Village Community Development Districts Purchasing Department

Page 14 of 128

PART 3

PROPOSAL SUBMITTAL

An original and five (5) copies (for a total of 6) and one electronic copy on a new CD or USB, of each proposal shall be submitted in a sealed envelope, prominently marked on the outside with the words, “RFP #19P-015 for Landscape and Irrigation Maintenance for District 10, Brownwood and Various SLCDD Recreation Centers.” Proposals submitted in express, overnight or courier envelopes, boxes or packages must be prominently marked on the outside with the words “RFP #19P-015 for Landscape and Irrigation Maintenance for District 10, Brownwood and Sumter Landing Areas” and the contents sealed as required.

Deadline for Submissions in response to this Request for Proposals: Proposals must be received no later than 3:00pm on June 19, 2019. Proposals submitted by FAX or other electronic media will not be accepted under any circumstances. Late proposals will not be accepted, and will be returned, unopened, to the proposer, at the proposer’s expense.

A person or affiliate who has been placed on the Convicted Vendor list following a conviction for a public entity crime may not submit a proposal on a contract to provide any goods or services to a public entity, may not submit a proposal on a contract with a public entity for the construction or repair of a public building or public work, may not submit proposals on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of $35,000 (the threshold amount provided in Section 287.017, for CATEGORY TWO) for a period of thirty-six (36) months from the date of being placed on the Convicted Vendor list.

The Village Community Development Districts reserve the right to reject any and/or all proposals, reserve the right to waive any informalities or irregularities in the proposal or evaluation process, and reserve the right to award agreement(s) in the best interest of the District.

Landscape and Irrigation Maintenance for District 10, Brownwood and Sumter Landing Areas

RFP #19P-015

Village Community Development Districts Purchasing Department

Page 15 of 128

PART 4 SCOPE OF SERVICES

INTRODUCTION CDD INFORMATION

The Village Community Development Districts (CDD’s) within The Villages are units of special purpose local government created under Chapter 190 of the Florida Statutes. North Sumter County Utility Dependent District is a special District under Chapter 189. There are currently fifteen (16) CDD’s in The Villages, which include: Village Center Community Development District, Sumter Landing Community Development District, Brownwood Community Development District and Village Community Development Districts 1-13. CDD‘s are widely used throughout the United States to provide for certain service delivery infrastructure such as water management and control (drainage), fire control, road and bridge construction and maintenance, park and recreational facilities, water and sewer systems, sidewalks, multi-modal paths, streetlights, and similar infrastructure that is required to provide urban services to areas that may not have access to such services through a general purpose government such as a municipality. A Community Development District is a unit of local government with the special purpose of providing the services described above. As a unit of local government, the District is subject to many of the same State Statutes that regulate cities and counties; of particular interest are those statutes related to ethics in government for the elected Board of Supervisors, Government in the Sunshine, a cornerstone of local government in the State of Florida which requires that decisions made by any governmental agency be done at a public meeting; the public records law, which means the records of the District are open for review by any citizen; the auditing requirements in which annually the accounting records of the District are audited by an independent certified accountant and the results of such audit are provided to the State Controller and Auditor General; competitive bidding requirements for construction and maintenance contracts; and various other statutory provisions that protect the interest of the public. The Villages is the largest single-site residential real estate development in the United States spanning over 45,500 acres (71 square miles) in three adjoining counties in Central Florida (Lake, Marion and Sumter). The Villages earned the No.1 ranking as the fastest growing micropolitan area in the United States according to a 2008 Census Bureau report. The current population is approximately 130,000 residents and growing.

Landscape and Irrigation Maintenance for District 10, Brownwood and Sumter Landing Areas

RFP #19P-015

Village Community Development Districts Purchasing Department

Page 16 of 128

SCOPE OF WORK

The Village Community Development Districts is requesting proposals for landscape and irrigation maintenance. Qualified firms wishing to respond to “RFP #19P-015 for Landscape and Irrigation Maintenance for District 10, Brownwood and Sumter Landing Areas” must provide all equipment, labor and materials described in this document, whether directly or through sub-contractors/sub-consultants. This does not, however, limit the use of sub-contractors or sub-consultants. The initial term of this Agreement shall be October 1, 2019 through September 30, 2022, with the option to renew for one additional three (3) year period. Following completion of the initial term the renewal period shall automatically occur on October 1, 2022 of each renewal period unless either party provides a minimum ninety (90) day written notice of non-renewal. The prices proposed by the Contractor shall remain fixed and firm for the initial 3 years of the contract. After initial 3 year period the contractor will meet with Purchasing and District Property Management staff 60 days prior to the end of the initial term to negotiate an increase or decrease to the current awarded pricing. No increase will exceed 3%. Prior to the renewal period, Contractor performance will be evaluated, by August 1

st, by the DPM staff

responsible for the particular geographical area applicable for that contract/contractor. For evaluation criteria please refer to the Contractor Performance Review Form in Part 6: Group 4

SPECIFICATIONS

DISTRICT LANDSCAPE MAINTENANCE SPECIFICATIONS & GENERAL SCOPE

The landscape maintenance Contractor shall be responsible for all labor, materials and equipment necessary for the proper care and maintenance of the landscaping, irrigation and related landscaping structures and systems.

The following specifications are identified, as the minimum, to achieve the desired healthy and

attractive landscaping within the community.

MAINTENANCE FOR VISIBILITY AND SAFETY

All personnel must wear ANSI Class III approved reflective safety vests anytime work is being performed on District property within road right-of-way. Appropriate Maintenance of Traffic (MOT) shall be per FDOT specification and used when personnel and equipment will be conducting work in or around traffic or pedestrians. Any employees working within 3 feet of any traffic shall have a personal flag stake. https://www.amazon.com/AGORA-Portable-Line-Corner-Flags/dp/B01BX5LNHY/ref=redir_mobile_desktop?ie=UTF8&dpID=41sucXijsCL&dpPl=1&keywords=soccer%20corner%20flags&pi=AC_SX236_SY340_QL65&qid=1474290747&ref=plSrch&ref_=mp_s_a_1_5&sr=8-5

Contractor shall have basic and intermediate level FDOT MOT Certified staff on each crew.

All landscaping shall be maintained in a manner that allows clear passage of vehicles and pedestrians, provides open visibility where necessary for safety, and does not obstruct lighting.

Clear visibility in both daytime and nighttime is of the utmost importance for parking areas, driveways, and at intersections of all types.

Trees and shrubs shall not be allowed to grow into or over sidewalks, cart paths, public or private streets, driveways, or parking areas in any way that conflicts with the safe passage of pedestrians and vehicles.

All plantings will be kept 4-6 inches away from all curbs, multi modal paths and sidewalks. Ground covers (Jasmine and Peanut) shall be kept neatly edged to the curb.

Landscape and Irrigation Maintenance for District 10, Brownwood and Sumter Landing Areas

RFP #19P-015

Village Community Development Districts Purchasing Department

Page 17 of 128

TREE CLEARANCE

Part 6: Group 3- Tree Clearance Forms

A minimum of eight (8) feet vertical clearance shall be maintained. This shall be increased up to 15’

where necessary for the passage of taller vehicles—such as vans, buses, or trucks—in areas which

must be used by such vehicles, smaller trees shall be kept inside curb until tall enough. Clearances

shall vary per area and must be approved by DPM

In general, hedges and shrub masses shall be maintained at a maximum height of three (3) feet in all areas, including cul-de-sacs, where views must be maintained for safety of vehicular and pedestrian traffic. However, contractor shall visually inspect the site (doing so on a routine basis) to determine whether safe visibility requires maintenance at a lower height, in any given situation.

Individual plants or specimens which do not specifically impede safe visibility may conform to the other applicable standards of these specifications.

All material will be kept trimmed off walls, fences and any objects in landscape areas at all times.

Trees near light poles shall be maintained as they grow to avoid impeding safe light levels, to the greatest extent possible.

Pruning of all landscaping shall comply with the proper techniques outlined in these specifications, based on the type of plant material. But in all cases, insuring safe visibility shall be the prevailing objective.

OFF ROAD VEHICLES

1. These vehicles should never exceed 19 MPH.

2. These vehicles are prohibited from using ANY tunnel.

3. These vehicles will never pass golf cart traffic.

4. These vehicles will never operate with a trailer wider than the vehicle on any Multi Modal Path or cart path.

5. These vehicles (including trailers) shall ALL have an Agricultural triangle visibly attached to the rear of the vehicle.

6. All vehicles (and trailers) will be marked to easily identify the company’s name.

7. These vehicles are prohibited to use the turf to travel and may only pull off in the turf to park in a safe area.

8. These vehicles will never impede resident traffic at any time

Landscape and Irrigation Maintenance for District 10, Brownwood and Sumter Landing Areas

RFP #19P-015

Village Community Development Districts Purchasing Department

Page 18 of 128

TURF MAINTENANCE

MOWING

Mowing of all turf areas shall be performed on a weekly basis during the normal growing season typically (April through October). During dormant months it is expected that mowing will be required twice a month unless abnormal conditions arise. In any event, the turf shall be mowed at a frequency to promote healthy and continued growth as well as proper appearance at all times. DPM reserves the right to adjust this schedule at any time. Mulching kits shall be installed on all mowing equipment to avoid damage to property and/or residents.

When line trimmers are used, cutting height shall be in conjunction with mowing height. Scalping by either trimmers or mowers will not be acceptable. Damage to trees, shrubs and signposts are not acceptable. Mowing patterns shall be varied to minimize wear areas from tires and slippage.

Mowing height shall be based on season and what is horticulturally correct for turf variety and location.

The mowing specifications for Zoysia turf shall be as follows: a rotary mower shall be used on flat or wide open areas, and the cut-height shall be set at 2”. For smaller areas, berms or swale-type areas, a smaller mower shall be used to avoid scalping or an uneven cut. (If a change in mower width or height of cut is considered, the District area Supervisor or the Landscape Manager must approve such change, in writing, before any work is performed.) Zoysia turf is to be mowed every 7 days during growing seasons and 12 to 14 days during the dormant seasons, or as needed. Zoysia turf shall be edged all year at a frequency and depth suitable to keep turf runners from growing into the planting beds.

Any unsightly clippings, which remain on the turf and in the beds, shall be removed after Mowing.

Walkways, streets and parking areas are to be blown or vacuumed free of clippings after each mowing.

LEAVES

At certain times of the year leaves in turf may need to be removed with a vacuum to avoid having them accumulate in areas of the turf, or get blown into beds, parking lot islands or residential yards by the mowers. In areas with parking lots associated with the landscape maintenance, leaves and debris are to be either raked or removed with a vacuum. Leaves are not to be blown into landscape beds or down storm drains. If the condition of turf declines due to failure to remove accumulated leaves in a timely manner, the Contractor is responsible for replacing the turf. Any areas requiring above normal leaf or moss removal will be noted in specs on per job basis.

EDGING

All necessary edging operations shall be performed routinely to trim the turf and maintain a well-groomed appearance for all sidewalks, curbs, plant beds, drainage structures, irrigation valve boxes, splice boxes, gate valve boxes, water meter boxes, and other such interfaces between turf and different surfaces. Bed lines shall be edged to conform to their original design intent, with adjustments being made periodically for the plant growth.

Edging shall occur in conjunction with mowing operations when required. Grass runners and ground covers shall not exceed one inch in length along sidewalks, curbs, pavements, planting beds, and other such edges.

Upon completion of edging operations, the turf edge shall be neat, clean and approximately ½ inch from the edge of any pavement, including roads without curbs, with a minimum depth of 2 inches.

All paved areas and mulched beds shall be free of dirt, clippings, palm fronds, and debris after work is completed.

Landscape and Irrigation Maintenance for District 10, Brownwood and Sumter Landing Areas

RFP #19P-015

Village Community Development Districts Purchasing Department

Page 19 of 128

DISEASE AND PEST CONTROL

All turf varieties shall be 95% free of pest infestations, fungus, and disease at all times. Regular inspections during normal maintenance operations shall be undertaken by qualified individuals to identify and respond to such conditions.

Proper fertilization, proper watering, and proper drainage shall be practiced to promote plant vigor and resistance to pests and disease.

Chemical application shall be used as appropriate to prevent damage, promote healthy and continued growth, and to treat and cure identified problems. All use of chemicals shall comply with all applicable regulatory and safety standards, and shall be applied by appropriately trained and licensed pest control specialists.

Chemical damage to desirable turf is unacceptable and will be corrected at contractor’s expense.

All chemical applications shall be performed by trained, licensed operators in accordance with applicable local, state, and federal regulations, safety standards, and the manufacturer’s instructions.

WEED CONTROL

Application of herbicides shall be done on a curative "as needed" basis. A pre-emerge herbicide may be used. Broadleaf weeds, sedges, and undesirable grasses shall be kept to a minimum. Ninety five percent (95%) weed free turf shall be expected.

Sidewalks and roadways must be kept free of weeds throughout the contracted area. Spray with a non- selective weed killer without a spray tracker dye as needed. The weed pressure will dictate the frequency the sidewalks will need to be sprayed to maintain the cracks weed free. Caution shall be taken when spraying weeds or grass runners on the homeowners’ side of the sidewalk.

Chemical damage to desirable turf is unacceptable and will be replaced at contractors’ expense.

All chemical applications shall be performed by trained, licensed operators in accordance with applicable local, state, and federal regulations, safety standards, and the manufacturer’s instructions.

FERTILIZATION OF TURF

FERTILIZATION PROGRAM SEE Part 7: Exhibit A

All chemical applications shall be performed by trained, licensed operators in accordance with applicable local, state, and federal regulations, safety standards, and the manufacturer’s instructions. A fertilizer request form will be submitted and approved by DPM staff prior to the start of any contractual fertilization. See Part 7 Exhibit A

GROUND COVER AND SHRUB MAINTENANCE

SHRUBS

(Indian Hawthorn, Holly, Viburnum, Boxwood, and similar woody ornamentals)

These shrubs shall be pruned only as necessary to maintain their natural habit and growth at specified heights, to remove excessive growth, and to maintain a natural, informal appearance. Individual plants shall be allowed to grow together into one mass, never shaped as individual plants.

As the shrubs mature, individual plants should not be apparent; plants shall be allowed to grow together in a "soft", informal, and unsheared mass.

At no time shall any shrubs be allowed to impede safe visibility for pedestrians and vehicles.

Maintain most shrubs in pedestrian and parking areas for safety and visibility, usually about 30” +/-, but always as dictated by the circumstances in any specific location. Where larger shrubs are used for screening of specific features, their ultimate heights shall be dictated by the purpose for which they have been used in the plan, and they shall be allowed to reach the effective height and density necessary to serve that purpose. In no instance, however, shall any shrub be allowed to obstruct visibility for traffic and pedestrian safety.

Landscape and Irrigation Maintenance for District 10, Brownwood and Sumter Landing Areas

RFP #19P-015

Village Community Development Districts Purchasing Department

Page 20 of 128

Use hand clippers to remove odd, long, or undesirable branches, keeping the shape natural and uniform. Do not prune masses into geometric forms by hard shearing.

Plants adjacent to curbs, or where shrub edges are visible, shall be pruned back to exposed edge of mass back in a natural, informal shape; do not shear vertically.

In a massed planting, exceptionally long branches shall be cut back well inside the mass. Selective pruning and thinning old wood rather than overall shortening shall be done to keep the mass vigorous and healthy.

Shearing shall be minimized to avoid stunted tip growth, excessive density, and unnatural outline.

HERBACAEOUS “GRASSY” SPECIES

(Society Garlic, Lily-of-the-Nile, Liriope, and similar species)

These groundcovers shall be allowed to grow to their natural height and width; pruning is not necessary. Cultivate

to achieve dense mass; maintain separation between groundcover and adjacent plant materials.

Spent flower heads shall be removed regularly, as required for best appearance.

If more than 50% of a plant is frost damaged, cut back to remove all dead or damaged foliage after last frost.

WOODY GROUNDCOVERS

(Parson’s Juniper, Blue Pacific Juniper, Lantana, and similar species)

These groundcovers shall be allowed to grow together to form full, natural, informal masses, maintaining

separation between adjacent plant materials.

Prune to maintain height at 18” to 24” or as otherwise appropriate for the species, and to prevent masses from overgrowing curbs, sidewalks, and bed edges. Do not allow masses to become overgrown, requiring extensive pruning.

Depending on degree of possible cold damage, cut back as required after last frost to achieve intended growth.

Do not prune masses into geometric forms by hard shearing.

Where plants are adjacent to curbs, sidewalks and bed edges, prune edge of mass back in a natural, informal shape; do not shear vertically.

VINING GROUNDCOVERS

(Dwarf Confederate Jasmine, English Ivy, and similar species)

Cultivate vining groundcovers to achieve dense, entwined masses; maintain separation between groundcover

and adjacent plant materials, by edging and pruning.

Some species, such as Dwarf Confederate Jasmine, once grown in to full and dense coverage (which may take 2 or 3 years for some species), may be trimmed at a height of 6” periodically to maintain a dense and consistent level of coverage.

Do not shear masses vertically where adjacent to curbs, bed edges, drainage structures, valve boxes, meter boxes, and other such interfaces. Prune exposed edge of mass back at a maximum 45 degree angle from horizontal, in a natural, informal shape.

PERENNIAL PEANUT

Perennial peanut beds should be regularly mowed with a lightweight push type mower set at 5 to 10 inches in height or trimmed with gas shears and excess clippings removed as needed. No riding mowers or heavy mowers are to be used to mow Perennial Peanut.

Landscape and Irrigation Maintenance for District 10, Brownwood and Sumter Landing Areas

RFP #19P-015

Village Community Development Districts Purchasing Department

Page 21 of 128

ACCENT PLANTS

(Heavenly Bamboo, African Iris, and similar species used as accents)

Accent plants should only be trimmed as necessary to remove excessive growth, and shoots, while maintaining a natural, informal appearance.

As the plant matures, the plants shall be maintained at the intended height of the accent feature, not allowed to become overgrown or invasive. Iris will need occasional rhizome removal to maintain separation. Use hand clippers to remove odd, long, or undesirable shoots, and to remove outer pups or shoots from overgrown clumps, keeping the shape natural, loose, and uniform. Do not shear. Accent plants that are damaged by the frost shall have all the damaged foliage removed and in such cases the damage affects the entire plant, it shall be cut back to the ground after the last frost.

ORNAMENTAL GRASSES

(Cordgrass, Muhly Grass, Fakahatchee Grass, Flax Lily and similar species)

Ornamental grasses shall be maintained at their natural height and width. I.e. Clearance around fixtures

To achieve best form and appearance, individual clumps shall be cut back after last frost as appropriate for the species; if frost damage is severe, cone it up leaving the center taller than the sides. This should be completed March to April or August to September depending on variety.

PRUNING OF GROUND COVER AND SHRUBS

Plant materials and tree limbs must be kept trimmed away from multi-modal transportation paths and sidewalks and at no time should be allowed to encroach on these areas. A minimum of eight (8) feet vertical clearance shall be maintained.

Special attention to areas around landscape lighting fixtures shall be given not only to promote lighting effect, but the protection of fixtures themselves from damage.

Ficus shall be pruned and some runners removed so the small leaf and partial covering of walls results in the desired effect. Ficus shall be kept out of adjacent shrub beds.

DISEASE AND PEST CONTROL

All plant material shall be reasonably free of pest infestations, fungus, and disease. Regular inspections during normal maintenance operations shall be undertaken by qualified individuals to identify and respond to such conditions. When five (5%) of any type of plant material shows signs of disease, curative action shall be taken.

Proper fertilization, proper watering, and proper drainage shall be practiced to promote plant vigor and resistance to pests and disease.

Chemical application shall be used as appropriate to prevent damage, promote healthy and continued growth, and to treat and cure identified problems. All use of chemicals shall comply with all applicable regulatory and safety standards, and shall be applied by appropriately trained and licensed pest control specialists.

Chemical damage to desirable plant material is unacceptable and will be replaced at contractor’s expense.

All chemical applications shall be performed by trained, licensed operators in accordance with applicable local, state, and federal regulations, safety standards, and the manufacturer’s instructions.

FERTILIZATION OF GROUNDCOVER AND SHRUBS

FERTILIZER PROGRAM SEE Part 7 EXHIBIT A

All chemical applications shall be performed by trained, licensed operators in accordance with applicable local, state, and federal regulations, safety standards, and the manufacturer’s instructions.

Landscape and Irrigation Maintenance for District 10, Brownwood and Sumter Landing Areas

RFP #19P-015

Village Community Development Districts Purchasing Department

Page 22 of 128

TREE MAINTENANCE

FERTILIZER PROGRAM SEE Part 7 EXHIBIT A

CRAPE MYRTLES

Crape Myrtles shall be maintained with an open, natural crown. The natural branching structure shall be maintained, light pruning only to promote healthy, natural development form, size, and width.

As trees mature, a clear trunk height of 8.5’ minimum shall be maintained.

Canopies shall in no case be allowed to deter safety and visibility in traffic situations.

Topping, heading cuts or trimming back to knobs is not permitted. Proper reduction cuts may be made in some instances with the approval of the landscape manager.

PALMS

Palms shall be maintained to have full, rounded heads.

Ferns may remain but shall not be allowed to spread into planting beds. Seed pods shall be removed after fruiting, as possible.

Damaged or dead palm fronds, seed heads and dates will be removed within 15’ of the ground on some varieties of palms at District’s request.

LIGUSTRUM TREES

Ligustrum Trees shall be maintained to have full natural heads, trimming the long runners, but keeping a loose rather than a sheared form.

The tree should be limbed up proportionally with the size of the tree and to allow visibility, where required for safety.

NELLIE STEVENS HOLLY AND RELATED SPECIES

These trees shall be maintained to have thick and dense foliage. They should only be pruned to promote health, and natural development form, tapering to the top.

The lower limbs and foliage should never be removed. These trees are intended to obtain their natural shape with the foliage full to the ground. Shearing may be required only on occasion to maintain form.

LIVE OAK AND RELATED SPECIES

Live Oaks and related species are to be maintained to have thick dense foliage. They should only be pruned to promote healthy and natural development form. Pruning shall be kept at a minimum.

As trees mature, only remove necessary lower branches in order to maintain the natural normal form of the tree, and to allow for necessary maintenance.

Roadway trees shall be kept within the curb limits until tall enough to lift to 15’ As a general rule the trees shall have 2/3 canopy and 1/3 clear trunk.

All limbs that are pruned back to the main trunk or central leader shall be cut at the collar, but not damaging the collar.

MAGNOLIAS

Magnolias shall be maintained to have thick and dense foliage. They should only be pruned to promote health and natural form, with the exception of trees in the line of sight.

The lower limbs and foliage should never be removed. These trees are intended to obtain their natural shape with the foliage full to the ground.

Landscape and Irrigation Maintenance for District 10, Brownwood and Sumter Landing Areas

RFP #19P-015

Village Community Development Districts Purchasing Department

Page 23 of 128

Pruning shall not be done routinely, but mainly to remove diseased, damaged or dead wood. To encourage full and dense foliage, prune lightly in the fall or early spring (before the spring flush), by removing 6” to 10” of foliage in appropriate areas and trimming leggy branches, to promote natural shape and form. The central leader shall not be removed.

ALL TREE SPECIES

Pruning shall not be done routinely, but mainly to remove diseased, damaged or dead wood, or to provide visibility. Contractor shall be responsible for pruning up to the first fifteen (15) feet of trees and palms as needed to maintain a natural and healthy appearance.

All broken limbs or debris resulting from winds, storms, or other causes shall be removed promptly, or immediately if impeding safety.

Pruning cuts shall be clean and smooth with no rough or torn bark or wood remaining. All suckers and water

sprouts shall be removed on a routine basis, as they occur.

Infestations of mistletoe, ball moss, Spanish moss and other epiphytes in the first fifteen (15) feet of trees, shrubs, and palms shall be removed on a routine basis.

Maintenance and removal of stakes, guys, tree bracing materials, etc. for trees, palms and large shrubs is considered routine maintenance. Girdling of trees due to lack of maintenance is not acceptable.

Trees planted beside structures and walks/paths shall be maintained at size suitable for location.

DISEASE AND PEST CONTROL

All plant material shall be 95% free of pest infestations, fungus, and disease. Regular inspections during normal maintenance operations shall be undertaken by qualified individuals to identify and respond to such conditions. When five (5%) of any type of plant material shows signs of disease, curative action shall be taken.

Proper fertilization, proper watering, and proper drainage shall be practiced to promote plant vigor and resistance to pests and disease.

Chemical application shall be used as appropriate to prevent damage, promote healthy and continued growth, and to treat and cure identified problems. All use of chemicals shall comply with all applicable regulatory and safety standards, and shall be applied by appropriately trained and licensed pest control specialists.

Chemical damage to desirable plant material is unacceptable and will be replaced at the contractor’s expense.

All chemical applications shall be performed by trained, licensed operators in accordance with applicable local, state, and federal regulations, safety standards, and the manufacturer’s instructions.

ANNUAL MAINTENANCE AND REPLACEMENTS

ANNUAL BED MAINTENANCE

Annual beds shall be maintained in a fashion to allow for a full, colorful appearance at all times throughout the year. Beds shall be kept free of spent flowers, weeds and debris.

Shrubs and turf surrounding color beds must be trimmed to keep them from encroaching on the color beds and reducing the bed size. The original size of the beds and the annuals count on the as-built landscape plan shall remain the same.

Additional soil , soil amendments such as composted manure, organic peat, or a similar mix shall be incorporated and tilled in as part of the annual bed preparation as needed to maintain a rich growing environment for healthy growth, proper height, and a pleasing convex appearance. This soil must be approved by DPM staff.

Annual Flowerbed Fertilization:

Landscape and Irrigation Maintenance for District 10, Brownwood and Sumter Landing Areas

RFP #19P-015

Village Community Development Districts Purchasing Department

Page 24 of 128

A standard, balanced slow-release fertilizer such as Osmocote, Nutricote, Sierra, or similar shall be incorporated into the bed as a soil amendment prior to planting each rotation of annuals. Supplemental fertilizations of a complete liquid fertilizer such as 20-20-20 or 10-60-10 at the labeled rate shall be applied to all color beds at least monthly to promote vigorous growth, flowering and color.

REPLACEMENT

It is anticipated that it will require a minimum of four (4) complete change outs per year in beds that are labeled as just annuals on the landscape plan or as otherwise designated by the owner. The annuals shall be four (4) inch or four and a half (4 ½) inch pot size. Material types should be selected for their longevity as well as color. A coordinated effect is to be continued at any change out. DPM staff reserves the right to select varieties if necessary.

Replacement should be completed within 72 hours of removal and before the weekend as open beds are not desired during this time.

GENERAL REQUIREMENTS

WEED CONTROL

Beds are to be kept 95% free of weeds and landscape debris and trash. Hand weeding shall be done as necessary.

Application of herbicides shall be done on a curative "as needed" basis. A pre-emergent herbicide may be used. Broadleaf weeds, sedges, and undesirable grasses shall be kept to a minimum.

Chemical damage to desirable turf is unacceptable and will be corrected at contractor’s expense.

All chemical applications shall be performed by trained, licensed operators in accordance with applicable local, state, and federal regulations, safety standards, and the manufacturer’s instructions.

DISEASE AND PEST CONTROL

All plant material shall be reasonably free of pest infestations, fungus, and disease. Regular inspections during normal maintenance operations shall be undertaken by qualified individuals to identify and respond to such conditions. When five (5%) of any type of plant material shows signs of disease, curative action shall be taken.

Proper fertilization, proper watering, and proper drainage shall be practiced to promote plant vigor and resistance to pests and disease.

Chemical application shall be used as appropriate to prevent damage, promote healthy and continued growth, and to treat and cure identified problems. All use of chemicals shall comply with all applicable regulatory and safety standards, and shall be applied by appropriately trained and licensed pest control specialists.

Chemical damage to desirable plant material is unacceptable and will be corrected at contractors’ expense.

All chemical applications shall be performed by trained, licensed operators in accordance with applicable local, state, and federal regulations, safety standards, and the manufacturer’s instructions.

REFUSE CONTROL

Areas within the project limits shall be kept free of litter and refuse (trash, cans, paper, bottles, cigarette butts, etc. and accumulations of leaves, dirt, branches and palm fronds) at all times.

Policing and litter pickup shall occur as often as necessary to ensure a clean, litter-free appearance.

Landscape and Irrigation Maintenance for District 10, Brownwood and Sumter Landing Areas

RFP #19P-015

Village Community Development Districts Purchasing Department

Page 25 of 128

REPLACEMENT OF PLANTS TO MAINTAIN DESIGN INTENT

No changes or additions of plant materials, and no changes or additions to the design or layout of the landscaping shall be made without review and approval of the District.

Any tree, palm, shrub, or groundcover plantings which die, or which are damaged or decline to the extent of affecting the overall appearance of the project, shall be replaced promptly with the same species in a size which reasonably matches the plant it is replacing, in order to preserve the design intent and appearance of the landscaping.

Any tree or plant which is abusively pruned in noncompliance with these specifications shall be replaced by the same species in a size which reasonably matches the plant it’s replacing.

The Contractor shall be responsible for the full cost of such replacements where required due to incorrect maintenance (abusive pruning, fertilizer burn, etc.) or to inadequate maintenance (disease, pests, fungus, irrigation negligence, etc.). The owner shall be responsible for the full cost of such replacements only due to damaging acts by others, acts of God, and/or other circumstances not attributable to actions or inactions of the Contractor.

PINE STRAW MULCHING

Total landscape bed area pine straw replacement is not in this Agreement but will be performed under a separate agreement twice a year.

All plant beds and tree rings shall be maintained with an adequate and neat layer of pine straw, at all times.

The landscape maintenance Contractor will be expected to replenish missing pine straw in all areas in between regularly scheduled mulching, or areas where pine straw disappears due to mowing/blowing operations such as in tree rings on the roadway medians. This shall be performed at no additional cost to the District.

Care should be taken during mulching so as to not cover landscape lighting, valves, junction boxes or other structures and components.

Care shall be taken to avoid piling pine straw around the plant crowns or trunks. Any areas found neglected or bare (weeds, blowing or irrigation repair) shall be replaced at the contractors expense.

Landscape and Irrigation Maintenance for District 10, Brownwood and Sumter Landing Areas

RFP #19P-015

Village Community Development Districts Purchasing Department

Page 26 of 128

IRRIGATION SYSTEMS MAINTENANCE

SECTION 1: GENERAL

A. The scope of work covered under this section includes all design, material, and labor to provide a complete and properly operating automatic irrigation system for the landscape plan accompanying these specifications, and other specific work as called for or implied in the bid documents.

B. The Contractor shall be responsible for the work under this section until the job is complete as determined by the DPM Supervisor and also be responsible for provisions requested for final acceptance (see SECTION 3, Items Q and R).

C. The water source(s) shall be as designated on the plan. The Contractor shall be responsible for determining and documenting actual gpm and psi prior to commencing design and installation of the system in order to achieve a properly operating system.

D. The Contractor shall provide a backflow prevention device as required by all applicable codes, regardless of whether specifically indicated on the plan or not.

E. The contractor shall be responsible for determining and installing the proper irrigation components to complete the job, determining if the water source is or is known to possibly be reclaimed (effluent). All irrigation installation must be in compliance with the latest local, county, and/or state mandated requirements.

F. The Contractor shall be responsible for determining the head layout and for sizing, zoning, and routing the mainline and lateral lines in order to achieve the proper performance of the system, as per Section J., below.

G. The work shall include all required coordination with the DPM Supervisor and others during installation, as well as checking and adjusting the system after installation to ensure satisfactory operation.

I. All work shall be installed in accordance with the regulations of the local, county, or other governing authorities. Fees for all permits and inspections shall be included as work required. Any applicable impact fees shall be paid by the Owner.

J. All irrigation components shall be installed in accordance with the manufacturer's specifications.

K. For any Maxicom System, all components, materials, and methods of installation, the contractor must refer to the “Maxicom Pedestals and Central Control Manual.”

L. Performance Standards

1. All materials, brands, and installation methods shall be per these requirements. Read and follow the specifications.

2. 100% overlapping head-to-head coverage shall be required in all areas requiring spray and rotor coverage, as reasonably possible, except as noted on the landscape plan.

3. Separation of zones covering turf areas and bed areas shall be required to the maximum extent possible, even where such areas are spray zones. Where applicable, separate zones shall be provided for annual beds. Zones shall be properly balanced.

4. All trees and specimen material 30 gallon size and larger shall have coverage provided by low volume popups on a separate zone, or where necessary, bubblers on rotor zones. Heads shall be set specifically to cover the trees’ root zones.

5. Where sprays are in turf, they shall be 6” popups; all popups in groundcover and dwarf shrub masses shall be 12” popups (such plants include Evergreen Giant, Blue Pacific and Parsoni Juniper, Indian Hawthorn, Dwarf or Fashion Azaleas, and other plants generally maintained at

Landscape and Irrigation Maintenance for District 10, Brownwood and Sumter Landing Areas

RFP #19P-015

Village Community Development Districts Purchasing Department

Page 27 of 128

24” ht.). In locations where taller shrub masses or hedges (such as Ligustrum, Podocarpus, Nandina, Pittosporum, or Viburnum) are spaced back 2’ or more from the curb in parking areas or where parking does not about certain curbs, 6” popup sprays shall be used at the back of curb to under spray the plants. Only in unique situations where necessary may risers be used, and then only if approved by the District Property Management Supervisor.

6. Where drip irrigation is required, a combination of hard pipe and polypipe may be used to insure that sufficient gallonage and pressure is provided.

7. There shall be no or minimal overspray onto walkways, and there shall be no overspray onto buildings, walls, or structures. Adjustable heads shall be used where possible for this purpose.

8. “Approved equals” for specified items may only be bid if approved by the Landscape Manager, prior to submittal of the bid. Due to “Blackout Restrictions”, all requests for approved equals may only be submitted through the Purchasing Department ([email protected]) which will acquire approvals from DPM and post in an Addendum to the RFP. All requests for approved equals must be received 10 days prior to the RFP due date.

M. During the course of the installation, the Contractor shall record dimensioned locations of mainlines, wiring, control tubing, valves, and specific areas watered by each zone along with the zone/valve number and gallonage of each zone. Upon completion of the installation, this as-built data shall be transferred to copies of the landscape plans in a clear, clean, neat, and professional manner. These plans shall be submitted to the DPM Supervisor prior to final acceptance for review and approval, and as an absolute condition of job completion and final payment. Used plans, poorly drawn or illegible plans, or plans otherwise not representative of professional quality and thorough information in the opinion of the District Property Management Supervisor., shall not be acceptable.

N. A written guarantee as described in SECTION 3 shall be provided to the DPM Supervisor. This guarantee shall cover all adjustments and balancing of the system for a 90-day period necessary for proper performance of the system.

SECTION 2: MATERIALS

A. Piping

1. All PVC mainline 2 ½” O.D. and greater except as specifically noted on the plans shall be Class 200 IPS Polyvinyl Chloride (PVC 1120) gasketed pipe conforming to the ASTM-D2241, Type 1 requirements, NSF approved.

2. All PVC pipe installed downstream of the zone valve, except risers, shall be Class 160 IPS Polyvinyl Chloride (PVC 1120) solvent weld pipe conforming to the ASTM-D2241, Type 1 requirements, NSF approved. Risers shall be ½” Schedule 40 PVC.

3. Where a part of this work, all crossings under paved areas for water lines and conduit lines shall be Class 160 PVC pipe conforming to the ASTM- D2241, Type 1 requirements.

4. Flexible pipe connections to gear-driven and spray heads shall be approved flexible pipe (funny pipe), threaded into a barb x thread PVC fitting. Length of funny pipe shall be at least 6" longer than the depth of the zone lateral and a minimum of 22". Kaf-flex and glued connections may be acceptable with approval by the District Property Management Supervisor.

5. All above-ground piping upstream of zone valves shall be ductile iron or galvanized steel through the first underground elbow. Transition couplers and mechanical joint fittings shall be used as necessary to convert to PVC.

B. Fittings

1. Ductile iron mechanical joint fittings shall be used on all mainline bends and tees 3” and greater except for the tees that feed directly to individual valves. Tees that feed directly to an individual valve shall be ductile iron gasket by FPT service tees with a 2” nipple, 2” threaded gate valve with 2” operating nut (American Darling or approved equal), another 2” nipple and control valve. If a reduction in the mainline pipe size is specified, a ductile iron reducer shall be used and restrained

Landscape and Irrigation Maintenance for District 10, Brownwood and Sumter Landing Areas

RFP #19P-015

Village Community Development Districts Purchasing Department

Page 28 of 128

to the tee mechanical restraints as recommended by the fitting manufacturer; each individual valve shall also be restrained with all-thread steel.

2. All solvent weld and gasketed PVC fittings up to 2 ½” shall be Schedule 40 (or better) Type 1; NSF approved conforming to the ASTM-D2466 requirements. Funny pipe fittings shall be barbed PVC specifically designed for use with funny pipe.

3. Pipe fittings 3” and larger shall be gasketed ductile iron or ductile iron mechanical joint. The gaskets shall be by the same manufacturer as the gasketed fittings.

4. The use of barbed insertion type fittings (couplings, tees, ells, etc.) between the sprinkler and the PVC service is prohibited.

C. Sprinklers

1. Gear-driven rotors shall be Rain Bird 5006 PRS series. Where slopes cause heads to drain, use

Rain Bird 5006 SAM PRS series.

2. Spray heads in groundcover or shrub areas shall be Rain Bird 1800 PRS spray series 6" or 12"

popup heads, or approved equal, as indicated in the plans. Where slopes cause heads to drain,

use Rain Bird 1800 SAM PRS spray series. Nozzles shall be Rain Bird as indicated and/or as

required per conditions.

3. Spray heads for sodded areas shall be Rain Bird 1800 PRS Spray Series 6” popups, or approved

equal. Where slopes cause heads to drain, use Rain Bird 1800 SAM PRS series.

4. Bubblers shall be Rain Bird 1806 PRS body with Rain Bird 1404 pressure compensating full circle

bubblers, or approved equal, mounted on funny pipe, staked down on uphill side of root ball,

minimally visible above mulch and adjusted to 1 GPM or less. Soil saucers must contain flow from

bubblers with no washouts during the set operation time of zones having bubblers.

5. Dedicated tree zones shall use Rain Bird 1806 PRS body with low volume Rain Bird SQ QTR nozzle set to 2’ throw. Rain Bird 1806 PRS body with Rain Bird 1404 pressure compensating full circle bubblers shall be used on shared rotor/bubbler zones.

D. Drip/Special Irrigation (where applicable): Drip/special irrigation shall be Rain Bird, specifically designed by the DPM Supervisor for each specific site conditions (see plans for details).

E. Valves

1. Remote Control Valves

a. Remote control valves, unless otherwise specified on the plan(s), shall be Rain Bird PESB-PRS-D plastic electric valves, or approved equal. Valves shall have purple flow control handles, where applicable.

b. Remote control valves for cul-de-sac systems shall be Rain Bird 1” PESB-PRS-D valves with Rain Bird 9V latching solenoid.

c. Where applicable, plastic remote control valves for drip or temporary systems operated by SV or WVS Hunter controllers shall be Hunter ICV or ICV Filter Sentry Series plastic electric valves (where applicable) with Hunter Accu-Set actuators.

2. Gate Valves/Ball Valves

a. Ball valves 2 inches and smaller shall meet Federal Specification WW-V-54 Type 1, Class A.

Valves shall be threaded, bronze, rough bodied, and have finished trimmings. Ball valves

shall be Southern Valve & Fitting USA, Inc. Series #600 or approved equal.

b. Gate valves 2 inches and over in size shall be resilient-seat with cast iron bodies meeting

Landscape and Irrigation Maintenance for District 10, Brownwood and Sumter Landing Areas

RFP #19P-015

Village Community Development Districts Purchasing Department

Page 29 of 128

AWWA C509 - latest. Valves shall have either threaded or mechanical joint connections,

non-rising stems, and 2" square operating nuts. Resilient-seated gate valves shall be

American-Darling CRS 80, Kennedy 1500 Series, Clow F6103, or approved equal.

3. Master Valves

a. Where applicable, valves 2” and smaller shall be Rain Bird PESB series. Valve shall have purple flow control handles, where applicable.

4. Where applicable, 3” valves shall be Rain Bird BPES brass valves. Valves shall have purple flow control handles, where applicable. Mainline isolation valves shall be threaded brass gate valves, sized according to the mainline size. Zone pipe ball valves shall be brass and sized according to the pipe sizes.

5. Valves shall be installed in durable, rectangular, plastic access boxes of proper size as required for easy access to the valve. Valve boxes installed in pavement shall be polymer concrete.

6. Quick-coupling valves shall be Rain Bird 33-DNP ¾”. All quick couplers must be provided with a 2049 quick coupler key.

F. Flow sensors, where applicable, shall be Rain Bird FS with TEE series sensors.

G. Rain cans, where applicable, shall be Texas Electronics, Inc. Model TR-525I.

H. Rain sensors for cul-de-sac and villa walls shall be Hunter Mini-Clik.

I. For any Maxicom controlled system, all components, materials, and methods of installation, the contractor shall refer to “Maxicom Pedestals and Central Control Manual.”

J. For any cul-de-sac controlled system, the controller shall be Hunter WVC wireless programmable controller with WVP remote programmer.

K. For any villa wall controlled system, the controller shall be Hunter XC Hybrid (XCH-400) (XCH600).

L. For all other systems, the controller shall be as shown on the plans.

M. Control Wires:

1. Control wires shall be U.F. U.L. direct burial wires, or approved equal, or as otherwise indicated on the plans. All wire colors shall remain consistent throughout the course of the work. All wire splices shall be installed in 8” diameter round valve boxes with 1 cf gravel sump, with a minimum of 24” of coiled wire. The splice box locations shall then be recorded on the as-built plans.

2. Waterproof wire connectors shall be Spears DS-400, or approved equal.

3. Where applicable, wiring from the flow sensors to the pulse transmitter shall be 6 pair, #19 twisted, shielded wire or as indicated on the plans. Connections at the flow sensor shall be Super Serviseal or Ranger Serviseal containing Poly-Bee sealant, or approved equal.

N. For cul-de-sacs or villa walls a rain sensor, Hunter Mini-Clik, (Mini-Clik-C if pole mounted), or approved equal, shall be provided. On Maxicom systems, coordinate with the DPM Supervisor for added components or as plan indicates.

SECTION 3: EXECUTION

A. The irrigation work shall not be started prior to approval of the rough grading by the DPM Supervisor—to be requested by the Contractor. Changes or corrections to the irrigation system necessitated by rough grade adjustments shall be the Contractor’s responsibility, should he fail to obtain the DPM Supervisors approval of the rough grade as described.

Landscape and Irrigation Maintenance for District 10, Brownwood and Sumter Landing Areas

RFP #19P-015

Village Community Development Districts Purchasing Department

Page 30 of 128

B. Trenching shall be done with utmost care to avoid damage to any existing above or below ground improvements. The Contractor shall be entirely responsible for locating all utilities to avoid conflict with his operations, and to record the locations of piping crossing over said utilities. Trenching shall not be done within 10’ of any existing tree unless otherwise impossible to route the line, and in any event, only upon prior notification to the DPM Supervisor.

C. Where piping must pass under existing concrete or pavement, it shall be jacked or jetted where possible. Only if impossible to get in place without cutting pavement, permission will be given by the Owner to cut paving. If this is necessary, all cutting and replacing of the paving to match the existing shall be included under this section of the specifications.

D. Where a part of this work, sleeves shall be buried at a minimum depth of two feet. Ends of the piping shall extend a minimum of 24" beyond the edges of pavement.

E. Valve Locations: Valve locations as represented on the plans are schematic, as required for graphic clarity. Actual locations for valves shall be determined based on the following criteria:

1. Remote control valves shall be placed in logical groupings of two or three, maximum. One isolation ball valve shall be provided for each remote control valve group in an adjacent, separate valve box within 2’ of the remote control valves. Without specific permission from the Landscape Architect, groupings of more than three remote control valves shall be prohibited regardless of schematic representation on the plans.

2. Valves shall be located in unobtrusive turf areas rather than bed areas where plant growth may impede access, where possible and unless otherwise indicated in the plans or directed by the District Property Management Supervisor.

3. Valve boxes shall not be situated on sloped surfaces where they are visibly obtrusive, particularly where seen from public rights-of-way or primary user areas.

4. The Contractor shall relocate valves and valve boxes at his cost where these parameters are not followed, if so directed by the District Property Management Supervisor.

F. Pipe Laying

1. All PVC piping shall be installed in the trenches with a minimum depth of 12” and a maximum depth of 24”, with the following exceptions, where applicable.

a. Where piping is to run along residential lot lines, between individual lots and along golf course boundaries, the minimum depth shall be 18”.

b. Where required due to the depths of existing sleeves, piping shall be as deep as required.

c. Where specific permission is obtained from the DPM Supervisor, less cover may be allowed due to existing conditions.

d. Where necessary because of landscaping, cover shall be as deep as required.

2. Before the pipe is laid in the trench, the earth forming the bed shall be carefully freed of all stones, roots, etc. The bottom of the trench will be excavated by hand and a firm full length support formed for all pipe, valves and fittings.

3. Preparatory to making pipe joints, all surfaces of the portions of the pipe and jointing material to be joined shall be clean and dry. For the installation of pipe with the "compression ring" fitting, a bell ring lubricant shall be applied to the beveled portion of the spigot end. Such lubricant shall be of the type and quality as recommended by the pipe manufacturer. Care shall be exercised to insure that the compression ring is properly seated and the pipe is completely inserted so that the reference marks on the spigot end can just be seen.

4. For glued pipe joints and fittings, purple primer shall be used to clean pipe prior to gluing.

5. Thrust blocks shall be provided for all mainlines 2 ½" O.D. and larger at all points where the line bends greater than 10 degrees and at all wyes, tees, caps, valves, and reducers. Thrust blocks

Landscape and Irrigation Maintenance for District 10, Brownwood and Sumter Landing Areas

RFP #19P-015

Village Community Development Districts Purchasing Department

Page 31 of 128

shall be provided for all zone laterals 3” OD and larger at all points where the line bends greater than 10 degrees and at all wyes, tees, caps, valves, and reducers. The thrust blocks will be sized and placed according to the details or according to the pipe manufacturer's recommendations when details are not shown on the plans. Clear plastic sheeting (3 mil or heavier) shall be wrapped around fittings prior to thrust blocking. Concrete encasement of the fittings, such that the piping and fittings are completely covered with concrete and cannot be visually identified, shall be unacceptable. All mainline bends, tees, and other major connections shall be inspected by the DPM Supervisor representative prior to thrust blocking, and adequate notice shall be given by the Contractor that such inspections are needed.

6. At the end of each work day and/or when the pipe is left open for long periods, all open ends of the pipe will be sufficiently covered to prevent entrance of trash or vermin.

7. All drip irrigation tubing shall be 5/8” O.D. polyethylene tubing; all tubing ends and tees shall be securely clamped with stainless steel metal clamps to prevent leakage. Each emitter shall be connected directly to the dripline although several emitters may be connected with tubing and then tied to “main” tubing as distances may determine. Use of spaghetti tubing shall not be acceptable.

8. The polytubing providing supplemental water to the plants indicated shall be buried at least 4" deep except where it crosses the rootball and surfaces for the emitter. The emitter shall be located between the tree trunk and the rootball or container limit and be minimally visible above the mulch; no more than 4" of tubing shall remain beyond the emitter. The tubing and emitters for shrubs shall be installed on finish grade and placed at the plant crown and shall have 3" minimum of mulch cover. Where tubing crosses a bed line, it shall be buried at least 4” deep to avoid severing by an edger.

9. Connections will be made to the existing and/or constructed facilities in accordance with standard plumbing practice. Any connections made between any water pipe and any other tube pipe shall be made using connectors and adaptors designed for the purpose of connecting the two types of pipe.

10. Any pipe installed and subsequently removed shall not be reinstalled and shall immediately be removed from the job site.

G. A #14/1 U.F. locator wire (color coded) shall be installed with all mainline, and with zone lines in the instances where zone lines are located between lots or along golf course boundaries, or where directed. This wire shall be taped to the piping at no more than 10' intervals using fiber-reinforced strapping tape. On the mainline, this wire shall be installed between the gate valves and zone valves and connected to each valve by generously looping the wire within the valve box. On applicable zone lines, the wire shall be installed anywhere lines run between lots or along golf course boundaries.

H. Wiring

1. Any wiring or control tubing which cannot be installed with the mainline or zone line shall be run in conduit installed with proper fittings and connectors, at the depth specified by the electric code, or as otherwise directed.

2. Spare control wires shall be run from the controller to each end of the mainline, or the furthest point away from the controller. Two (2) spare wires shall be installed to the last control valve in each direction away from the controller.

I. Metallic blue identifying tape indicating that the piping is "non-potable" (in the case of such a source being used) shall be laid 12" above all pipe 2" O.D. and larger. Where sleeving is a part of this work, Mylar warning tape 2" wide labeled "Sleeve Buried Below" shall be installed directly on top of sleeving.

J. Valve Installation

1. All gate valves and zone valves shall be installed at a depth of 12" to 15" from finish grade to the top of the valve. The valve box and extension (as necessary) shall fully encompass the valve with

Landscape and Irrigation Maintenance for District 10, Brownwood and Sumter Landing Areas

RFP #19P-015

Village Community Development Districts Purchasing Department

Page 32 of 128

all unused side openings well taped and/or blocked to minimize sedimentation. Gravel, per Part 3, Item J.2, shall be installed below the valve allowing for accessibility to the valve.

2. All valve access boxes shall be installed with support bricks on a suitable base of gravel for proper foundation of box and easy leveling of box to proper grade. The gravel base shall also have a sump consisting of 1 cf of 3/4" drain gravel to provide drainage of the access box. All valve box covers shall be branded with a heat branding kit with two inch stenciled letters/numbers to identify their respective components and zone designations (as applicable). All valves shall be labeled with plastic tags with the zone numbers and types either preprinted or labeled with indelible ink.

3. All remote control valves shall be installed with Schedule 80 nipples entering and leaving the valve. Nipples will be of sufficient length so that no fittings are present inside of valve box.

4. Where applicable, install quick-coupling valves on a separate swing joint and upstream of the remote control valve in such cases as annual plantings, median islands, and other roadway plantings. All quick- coupling valve locations shall be flagged and approved by the DPM Supervisor prior to installation.

5. Install a quick-coupling valve a maximum of 100’ from the end of each median island, and a maximum of 200’ O.C. A quick-coupling valve shall be installed no more than 50' from any annual planting area where such planting is specified.

6. Quick coupling valves shall be located in separate valve boxes and secured with a minimum 24” angle iron and a stainless steel hose clamp.

K. Pressure Testing

1. After the pipe has been connected and laid in the trenches, enough backfill between joints shall be installed to insure the anchorage of the pipe in the trench and all mainlines 4" or larger in diameter shall be pressure tested. The Contractor shall notify the DPM Supervisor representative a minimum of 24 hours in advance of the pressure testing in order that they may be present to observe the results.

2. All lines being tested shall be subjected to 150 psi pressure and maintained for at least 2 hours with no loss of pressure. Any defects or leaks revealed will be located and repaired and another pressure test run before backfilling.

L. Backfilling

1. All thrust blocking shall be inspected by the District Property Management Supervisor representative prior to backfilling. The Contractor shall notify the District Property Management Supervisor directly at least two days in advance of the need for such inspections. Should the Contractor fail to notify the DPM Supervisor and obtain such inspections, the Contractor shall expose any areas for which thrust blocking is required, if so directed by the DPM Supervisor.

2. All lines, whether subject to pressure testing or not, shall be visually inspected for leaks by conducting an operation test prior to backfilling of trenches.

3. Backfill shall be the original soil excavated, except that any rocks, debris, and other foreign matter encountered shall not be put back, but shall be disposed of by removal from the site. Any new fill required shall be suitable for the service intended, and shall be approved by the DPM Supervisor. The trenches shall be backfilled with the excavated materials approved for backfilling, deposited in 6" layers and compacted until the installation has a cover equal to but not greater than 2" above existing ground. Backfilling shall occur simultaneously on both sides of the trench to avoid injurious pressures. The compaction of the filled trench shall be at least equal to that of the surrounding undisturbed material. Settling with water shall not be permitted. Sleeving locations shall be marked with painted 2 x 4's and maintained until unnecessary for irrigation.

4. Whenever the trenches have not been properly filled, or if settlement occurs, they shall be refilled, compacted, smoothed off, and finally made to conform to the surface of the ground, and the Contractor shall be responsible for the restoration of sod and other landscaping.

Landscape and Irrigation Maintenance for District 10, Brownwood and Sumter Landing Areas

RFP #19P-015

Village Community Development Districts Purchasing Department

Page 33 of 128

M. Layout and Installation of Heads

1. The irrigation system shall be installed with careful consideration to the location of plant material in order to avoid blockage of spray to ensure that all plants receive sufficient water.

2. All irrigation heads installed in the vicinity of any structure shall be a minimum of 12” from walls, and shall be adjusted to prevent excess water from hitting the buildings, walls, walks, etc. All sprinklers shall also be adjusted to minimize overspray onto paved surfaces. Low angle and adjustable nozzles shall be used where needed to avoid overspray.

3. All heads shall be installed no more than 3” away from curbed pavement and no more than 10” away from uncurbed edges of pavement. In sodded areas, heads shall be located abutting the gravel wall base and far enough from the edge of pavement to allow for edging without damage to the head, yet be within the parameters stated.

4. Adjusting of the heads in regard to height, pattern, and radius shall be done in all areas to obtain the best coverage with regard to the areas and the landscaping.

5. Risers are prohibited unless specified by the plans or approved by the DPM Supervisor. All irrigation heads on risers shall be rigidly secured in a plumb position using 30-inch angle iron stakes and stainless steel clamps. Risers located in beds shall be no closer than 18” to the edge of the bed.

6. Where specified, all risers and exposed distribution piping shall be painted with flat dark brown or black enamel. Risers and stake heights may require increases in certain areas for optimum performance.

N. When heads or nozzles are set, risers where specified shall be finally adjusted to be even with or no more than 4" above installed plants. Wiring or tubing to the valves shall be installed in the same trench as the mainline where possible, and shall otherwise be installed in conduit with proper fittings and connectors. All electrical work shall be in accordance with the applicable portions of the National Electric Code and all local codes. All zone wire and common wires shall be coiled within the valve box. Wiring entering each controller shall be installed in a neat and orderly fashion.

O. After installation, the system shall be operated by the Contractor long enough for the flows, coverage, and water patterns to be observed. During this period, any adjustment of nozzle pattern or relocation of heads required to produce uniform, satisfactory coverage shall be performed. Any objectionable splash shall be corrected by baffles, shields, or other methods approved by the DPM Supervisor.

P. Programming of the controller(s) shall be performed by the Contractor under the direction of the DPM Supervisor. Operating instructions and laminated zone schedules shall be mounted inside the controller covers, or as otherwise directed by the DPM Supervisor; all labeling of zones and schedules shall be done in permanent ink. An additional set of instructions and zone schedule copies shall be submitted to the DPM Supervisor as a condition of final payment certification.

Q. Completion and Acceptance:

1. Completion of work shall mean the full and exact compliance and conformity with provisions expressed or implied in the drawings and specifications, and as otherwise directed by the DPM Supervisor, as well as submittal of the required as-built plans, warranties, operational information, and other required documents comprising the Owner's Manual.

2. The Contractor shall demonstrate the entire system to the DPM Supervisor, proving that all remote control valves are properly balanced, that all heads are properly adjusted for radius and arc of coverage, and that the system is workable, clean and efficient. This shall be a requirement for acceptance of the work.

R. The Contractor shall also furnish two copies of an Owner's Manual containing all operational information, directions, manufacturer's manuals, warranties and cut sheets or catalog pages for the major system components; the Owner's Manual shall be well-organized and neatly bound in a three-ring binder, and

Landscape and Irrigation Maintenance for District 10, Brownwood and Sumter Landing Areas

RFP #19P-015

Village Community Development Districts Purchasing Department

Page 34 of 128

submitted along with other necessary items, such as keys for the controllers, as necessary. Final Inspection and Job Closeout Procedures

1. A final inspection will not be scheduled until the work meets the definition of being “substantially complete,” meaning that all work is complete per the plan, specs, and field direction provided by the DPM Supervisor. The Contractor is responsible for determining that the job is substantially complete and has been properly maintained, before requesting a final inspection.

2. The following documents shall be submitted to DPM Supervisor and determined to be in complete and acceptable condition before the final inspection will be scheduled:

a. Checklist (form provided with Specifications).

b. As-Built Landscape Plan.

c. As-Built Irrigation Plan.

d. Zone Schedule and Operating Times (on the plan).

e. Confirmation that zones are properly identified on the chart mounted inside the controller, with standardized designations and clear area locations.

f. Irrigation Operations manuals (2 copies).

g. Warranty Statement (with blanks for dates to be filled in by DPM Staff).

h. Grounding Certification for controller(s), if applicable.

i. Contractor’s Affidavits and Lien Releases

3. If the DPM Supervisor finds that the job for which an inspection has been scheduled has numerous, obvious, or significant deficiencies, which the Contractor should know to be unacceptable, the DPM Supervisor reserves the right to cancel the inspection and reschedule it when the job is actually ready for inspection.

4. When a final inspection is scheduled, the job shall be in a maintained condition, as described in these specifications. The inspection will be canceled for any job found not to meet this requirement. At no time before turnover shall the job be allowed to have an unkempt or poorly maintained appearance.

5. Upon the DPM Supervisor's determination that all submittals are complete and professionally acceptable, and the Contractor’s affirmation that the job is substantially complete and will be in the properly maintained condition, an inspection will be scheduled. It may take up to one week for this to occur, due to scheduling and notification requirements.

6. The Contractor is required to visit the job within 24 hours of the scheduled inspection to make sure that the job is ready, with the irrigation system properly operating, and with all required maintenance having been performed. The DPM Supervisor shall be notified immediately if the inspection cannot occur for any reason.

7. The Contractor shall provide a minimum of two personnel for the final inspection. The owner or other senior person shall accompany the DPM Supervisor’s representative during the inspection, and another qualified employee shall be stationed at the irrigation controller, fully capable of operating it per instructions given via radio during the inspection. The final inspection will be cancelled if this requirement is not met.

8. During the inspection, the Contractor shall be responsible for taking thorough notes on all deficiencies identified, to insure that they are properly addressed and corrected. Minor deficiencies that are immediately corrected by the Contractor’s personnel may not be necessarily included on the punch list. The Contractor shall be responsible for providing copies of the punch list to the DPM Supervisor representative within 5 working days. The Contractor shall begin making the required corrections as soon as possible, and in no instance shall these corrections take longer than the 14 calendar days allowed to complete all punch list requirements.

9. A maximum of 14 days is allowed for punch list completion. Liquidated damages may be assessed if this is neglected. A re-inspection shall be requested by the Contractor when the

Landscape and Irrigation Maintenance for District 10, Brownwood and Sumter Landing Areas

RFP #19P-015

Village Community Development Districts Purchasing Department

Page 35 of 128

punch list is complete. The re-inspection may be handled informally by the DPM Supervisor, or with the Contractor’s attendance required, at the sole discretion of the DPM Supervisor.

10. When the punch list is complete as determined by the re-inspection, the turnover will be confirmed via memo to the DPM Supervisor, and the Contractor’s Affidavit shall be faxed to the DPM Supervisor and the original copy mailed to the DPM Supervisor within three days of the turnover memo date.

11. The DPM Supervisor will establish specific, additional requirements for turnover of any Maxicom jobs, including requiring third party certification of Maxicom systems to insure strict compliance with installation and performance standards. Such requirements shall be coordinated with the Contractor prior to job turnover.

S. Guaranty and Replacement:

1. The Contractor shall guarantee all materials and work for a period of no less than one year from the date of release of retainage for the job, or any defined phase of the job. The Contractor shall furnish warranties in writing, certifying that the quality and workmanship of all materials and installation furnished are in accordance with these specifications and in accordance with original manufacturers' warranties. The Contractor shall further see to the fulfillment of all manufacturers' warranties.

2. Should the Contractor be notified that work or replacements are warranted under these conditions, the required service and/or replacements shall be provided promptly within 3 calendar days.

Landscape and Irrigation Maintenance for District 10, Brownwood and Sumter Landing Areas

RFP #19P-015

Village Community Development Districts Purchasing Department

Page 36 of 128

LANDSCAPING

SECTION 1: GENERAL

A. The Landscape Contractor (hereinafter, the Contractor) shall be responsible for: site preparation; finish grading, including 4”+/- to final grade; grassing; supplying and planting of trees, shrubs, and other plant material in accordance with sound nursery practices; and maintaining and watering them until final completion and acceptance by the Owner; and other specific work as called for or implied in the plans and specifications.

B. Rejection of deficient work: The DPM Supervisor or his representative will monitor the progress of the job on a random basis, as well as at various times for key inspections as called for in these specifications, and shall have the right, at any stage of the operations, to reject any and all work and materials which, in his judgment, is deficient in meeting the requirements set forth in the plans and specifications. The Contractor shall cease work immediately upon notification by the DPM Supervisor of such deficient work, until the deficient work is corrected per the DPM Supervisor’s direction. Any rejected material shall be immediately removed from the site and acceptable material substituted in its place.

C. The Contractor shall be responsible for the careful and thorough removal of weeds, grass, and other vegetation in the areas to be planted and sodded, unless otherwise directed by the DPM Supervisor. Repeated applications of appropriate herbicides before and after plant installation to kill and to prevent regeneration of weeds and grass in such areas shall be performed by the Contractor.

D. The Contractor shall ensure that the DPM Supervisor is notified of any excess lime rock or other unsuitable materials found in the planting areas. Planting in lime rock contaminated soil shall be absolutely unacceptable, and failure to notify the DPM Supervisor of such conditions will make the Contractor entirely responsible for corrective measures—including removals and replacements of plant materials and soil—if such conditions are discovered after the fact during installation through the warranty period, regardless whether such conditions previously escaped detection. Should any objectionable materials such as old concrete, bricks, or other debris be encountered during planting operations, they shall be removed from the site by the Contractor and properly disposed of.

E. The Contractor is entirely responsible for the work until the job is substantially complete as determined by the DPM Supervisor (see SECTION 3, Item Q.1.), and shall also be responsible for provisions required for final acceptance (see SECTION 3, Items Q and R).

SECTION 2: MATERIALS

A. Fertilizer:

1. All fertilizer for shrubs, specimens, trees, and palms shall be Agriform tablets, or approved equal, applied according to the manufacturer’s instructions. Plants shall be fertilized with Agriform tablets applied according to the manufacturer’s instructions. Fertilizer for sod areas shall be pelletized organic 6-6-6 with minor elements, applied prior to sodding at the rate of 16 lbs. per 1000 sq. ft. Proof of purchase, delivery, and/or use on the job of all fertilizers shall be provided to the DPM Supervisor via invoices, delivery slips, bills of lading, or any other such documents satisfactory to the DPM Supervisor.

2. Fertilizer for annuals shall be “Flower Saver Plus” by Plant Health Care, Inc. (800/421-9051), applied per the manufacturer’s directions as outlined in the data sheet attached to these Specifications.

3. Sod areas shall be fertilized prior to sodding at the rate of 16 lbs. per 1000 sq. ft. using pelletized organic 6-6-6 with minor elements.

Landscape and Irrigation Maintenance for District 10, Brownwood and Sumter Landing Areas

RFP #19P-015

Village Community Development Districts Purchasing Department

Page 37 of 128

B. Backfill:

1. Backfill used for all plantings except annual beds shall consist of two parts of the existing soil amended with one part of domestic peat or planting mix, or with one part of sandy fill in heavy soils; (excessively heavy soils, if encountered by the Contractor, shall be reported promptly to the DPM Supervisor).

2. Backfill for annuals shall be amended with “Flower Saver Plus” by Plant Health Care, Inc. (800/421-9051), applied per the manufacturer’s directions as outlined in the data sheet attached to these Specifications.

C. Sod areas shall be fertilized prior to sodding at the rate of 16 lbs. per 1000 sq. ft. using pelletized organic 6-6-6 with minor elements.

D. Herbicides: Liquid herbicide shall be of a formulation capable of acting systemically to kill the root systems of existing grasses and weeds in bed areas to be planted, and shall have no residual effect on new plantings. Pre-emergent herbicide shall be of a formulation capable of controlling most broadleaf weed germination.

Specific brands and formulations shall be submitted for approval by the DPM Supervisor, prior to application. Plant Material:

1. Nomenclature: Names used are intended to conform to those given in Standardized Plant Names (most current edition) prepared by the American Joint committee on Horticultural Nomenclature. Names not included therein are to conform generally with names accepted in the nursery trade of the Central Florida region. The DPM Supervisor shall be consulted in reference to any issues of nomenclature.

2. Quality:

a. New plant material shall be graded Florida No. 1 or better as outlined in the current edition of Grades and Standards for Nursery Plants, State Plant Board of Florida, and current edition.

b. All plants not listed in Grades and Standards for Nursery Plants shall conform to a Florida No. 1 as to: (1) health and vitality, (2) condition of foliage, (3) root system, (4) freedom from pest or mechanical damage,(5) heavily branched and densely foliated according to the accepted normal shape of the species.

c. All plant material must have fully developed root systems; be heavily branched and foliated; have appropriate growth habit for the species; be healthy and pest and disease-free; and be selected for size based on balanced height, spread and form, rather than on extreme dimensions.

d. Verification of specified grades is to be determined at the time of delivery by the Contractor. Grades determined at the time of inspection by the DPM Supervisor shall be based on the growth characteristics and condition of the plant at the time of inspection. The grade shall not be based on any future or predicted growth potential of the plant.

e. All plant material shall be subject to inspection at any time by the DPM Supervisor to determine adherence to quality and size.

3. Root Systems: Plant material specified by container size shall have fully developed root systems consistent with the size of the container specified. Evidence that any plant material has recently been transplanted from smaller containers or from "grow bags" into the size of container specified for the job without sufficient development of the root systems shall be cause for rejection. Likewise, any plant material having encircling roots, or an insufficiently developed root system or undersized rootball for the specified size shall not be acceptable. State Certification: The Contractor shall be responsible for all Certificates of Inspection of plant material shipments required by local and federal authorities.

E. Sod shall be of the species and variety noted in the plans, as indicated in the areas shown. If requested,

Landscape and Irrigation Maintenance for District 10, Brownwood and Sumter Landing Areas

RFP #19P-015

Village Community Development Districts Purchasing Department

Page 38 of 128

the Contractor shall submit certifications substantiating that sod supplied are the variety specified. The sod shall be of firm, tough texture having a compact growth of grass with good root development. It shall contain no visible broadleaf weeds and shall be visibly consistent with no obvious patches of foreign grasses. The sod shall have a good layer of earth and be free from fungus, vermin, and disease. It shall be neatly mowed and be mature enough that when grasped at one end, it can be picked up and handled without damage. Sod shall not be accepted if it has not been (or does not appear to have been) freshly cut.

F. Seeding: If applicable, areas to be seeded shall be fertilized with pelletized organic 6-6-6 with minor elements at the rate of 16 lbs./1000 sf. Argentine Bahia seed and brown top millet seed, or annual rye, as applicable, shall be distributed or broadcast evenly at the rate of 8 lbs./1000 sf and 2 lbs./1000 sf, respectively.

G. Mulch shall be clean; fresh baled Pine Straw, unless otherwise noted in the plans. Source shall be approved via sample submittal to the DPM Supervisor.

H. B&B Plants: B&B plants shall have been dug and hardened off at the nursery for a minimum of 30 days. All rootballs shall be burlapped or otherwise bound in biodegradable material and tied securely, in accordance with standard nursery practice. No plant shall be accepted when the ball of earth surrounding the roots has been damaged or broken. The diameter of the ball must be sufficient to encompass the fibrous and feeding root systems necessary for the best development of the plant.

I. All palms on the job shall have reasonably matched straight trunks and shall be planted perpendicular to normal ground plane, unless otherwise specified. Palms having misshapen, inconsistently narrow, excessively scarred or scraped, curved, or burned trunks will not be accepted. Sabal palmetto and Washingtonia Robusta clear trunk heights shall be measured after all dead leaf-bases (boots) have been removed and shall be taken from the lowest living leaf-base to the finished grade of the immediate area. Sabal Palm fronds shall be "hurricane-cut", unless otherwise directed. Phoenix spp. and Butia capitata clear trunk heights shall be measured from the base of the bud to the finished grade of the immediate area. All Palms shall be delivered to the job site with clear trunk heights as specified. Planting any palms (including Sabals) deeper than the depth at which they were grown to adjust the clear trunk heights or to avoid bracing shall not be acceptable.

J. Transplanted plant material shall be dug to minimize root damage and shock. The plants shall be set perpendicular to normal ground plane so that the final level of ground around the plant conforms generally to the surrounding grades and shall be settled by at least one thorough watering-in of the plant. Soil berms or "saucers" shall be formed around the plants to hold and retain water.

SECTION 3: EXECUTION

A. The Contractor is responsible for ensuring that surface drainage is not affected or hindered in any manner due to any reason. The Contractor shall notify the DPM Supervisor of any situation where the existing subsoil is substandard and may affect natural drainage, and where the proposed grading conflicts with drainage conditions in order to determine appropriate field changes. The Contractor shall familiarize himself with the site, notify the DPM Supervisor of any conflicting elements or required adjustments in grading, and plan to gain an understanding of these requirements. Any questions as to the intent or form of the site grading shall be directed to the DPM Supervisor.

B. The Contractor shall be responsible for providing the source of water during the entire landscape installation period (i.e., watering truck) if a source of water does not exist on site. Whether or not the irrigation system becomes operational during the landscape installation, the Contractor shall remain solely responsible for providing sufficient water until job completion.

C. The Contractor shall be responsible for ensuring that all plant material delivered to the site is maintained and protected from damage, both prior to and after planting. All plants shall be maintained and watered as necessary at the site. No plants shall remain stockpiled on the site for an undue period of time, as determined by the DPM Supervisor. B&B plants which cannot be planted immediately shall have their

Landscape and Irrigation Maintenance for District 10, Brownwood and Sumter Landing Areas

RFP #19P-015

Village Community Development Districts Purchasing Department

Page 39 of 128

earth balls covered with moist soil or mulch for protection from drying out.

D. Prior to commencing work, the Contractor shall apply post-emergent herbicide to any existing weeds, grass, and other vegetation, allowing sufficient time for the chemical to work and the results to be noticeable. Repeated applications shall occur in order to achieve a thorough kill. Vegetation shall then be mechanically removed during finish grading operations. Pre-emergent herbicide shall be applied in conjunction with the landscape installation. The objective of these measures is to provide the Owner with a reasonably weed-free installation. The presence or regeneration of significant weeds and grasses in the turf and beds, at the time of completion and within a period of one month afterwards, shall be unacceptable and the Contractor shall be required to initiate additional efforts to successfully meet the performance requirements of this section, as a condition for final payment (retainage) release.

E. The Contractor shall make no changes or substitutions without approval by the DPM Supervisor. The Contractor shall advise the DPM Supervisor of any conditions that differ from the plan, and that may require a change in the landscape design. The DPM Supervisor maintains the responsibility and right to inspect the locations of trees, shrub and groundcover masses, and bed lines before the plant material is installed. The Contractor shall request the Landscape Architect's approval of field locations prior to planting. The Contractor shall be responsible for relocating any plantings for which the DPM Supervisor’s approval was not specifically requested and given, if in the DPM Supervisor’s opinion there is reason to do so.

F. Circular holes with vertical sides shall be excavated for all plants. The diameter of pits for trees 10 feet or less in height or grown in a 15-gallon container (or equivalent) or smaller shall be twice the diameter of the rootball. The diameter of pits for all palms and for trees greater than 10 feet in height or grown in a container larger than 15-gallon (or equivalent) shall be 2 feet greater than the diameter of the rootball. Diameter of holes for shrubs shall be at least 1 foot greater than the rootball. Earth below where the rootball will rest shall be loosened and shall be amended with coarse sand where heavy soil or clay conditions are encountered.

G. New plantings shall be set so that the final level of ground around the plant, after settling, shall conform to the surrounding grades, or as otherwise specified; this requires the plants to be set between 1” to 4” above new grade to allow for settling.

H. Special Bed Preparation

1. Beds for annuals shall be excavated to a depth of 12". Should poor soils be found below the excavated fill, the Contractor shall notify the DPM Supervisor prior to backfilling. Backfill shall consist of equal parts of clean sandy fill and potting soil mix, well mixed. “Flower Saver Plus” shall be incorporated into the entire bed area at the rate recommended by the manufacturer, broadcast by shaker, spreader, or hand, then rototilled in. The finished surface, compacted and settled, shall conform generally to the required grade.

2. Beds for plant material 3 gallon or smaller shall be amended first by rototilling the planted areas to a depth of 6-8”. 3” of organic planting soil mix shall then be thoroughly amended into the previously rototilled area to a depth of 6-8”. If necessary, existing soil shall be removed so that the finished bed area is at the appropriate elevation in respect to adjacent landscape, lawn, and hardscape areas, and to adjacent structures.

I. Setting Plants: All plants shall be centered in the planting holes and set upon at least 4 inches of compacted planting soil to such a depth that the top of the rootball is 1 to 2 inches above finished grade so that finished grade level at which the plant rests after settlement and mulching will be the same at which the plant was grown. Container-grown plants shall be carefully removed from the container so as to avoid damage to the root system. No burlapped plants shall be completely unwrapped; rather the burlap loosened and pulled down from the top 1/3 or so of the rootball. Wire mesh shall also be bent down from the top 1/3 of the rootball and tucked under or snipped off. Nylon straps and any other non- biodegradable material shall be completely removed prior to installation. All root control bags and synthetic burlap shall not be entirely removed, but the sides and bottom thoroughly sliced to allow

Landscape and Irrigation Maintenance for District 10, Brownwood and Sumter Landing Areas

RFP #19P-015

Village Community Development Districts Purchasing Department

Page 40 of 128

unrestricted root growth. The top edge of the bag shall be pulled down so as to not become a "wick" for water absorption. Roots shall be spread in their normal position, and all frayed or broken roots shall be cut off cleanly. Planting holes shall be thoroughly backfilled with the specified soil mixture to 3-4” from the top of the root ball. Specified fertilizer and fertilizer tabs shall be installed pursuant to the manufacturer’s instructions. Soil "saucers" shall be formed around the trees and shrubs to hold and retain water. No filling around the trunks will be permitted. Care must be taken by the Contractor to set the plants to achieve the intended compositional character of the landscape, with consideration for the best exposure of each plant's "good side" to adjacent structure, walks, etc.

J. The Contractor shall ensure that all plant beds abutting a curb or pavement edges are graded so that washing of soil and/or mulch is prevented. This shall be done by cutting a "lip" along such edges, and grading a flat strip or back-sloped area that will intercept rainfall and drainage wash under normal conditions. In no case shall a sloped bed abut a curb or pavement edge in a way that soil and/or mulch would frequently wash out, creating maintenance problems.

K. All trees 10’ or more in height shall be securely anchored using either the Terra Toggle Root Ball Tree Anchor System, manufactured by Accuplastics, or the Root Ball Anchoring System, manufactured by Arborguy. When using the Arborguy Systems, HD anchors will be required. Anchors must be installed at a minimum depth of 48”. All trees 10’ or less in ht. shall be guyed using two lodge poles or 2”x 2” stakes with secure ties or straps that allow adjustment to maintain tightness. Palms shall be braced with 2" x 4" wood braces. If site specific conditions require, alternate guying and staking methods and materials may be used if approved in advance by the DPM Supervisor. The Contractor may request a waiver of the requirement to brace palms and guy certain other trees, subject to approval by the DPM Supervisor. Under any circumstances, the Contractor shall be responsible for any and all consequences of any material which leans or falls during the one year warranty period, including resetting and re-staking/re-guying or replacing the material and repairing any damages, except under circumstances where documented wind conditions exceed 35 mph. All planting areas shall be raked smooth, and all rocks and debris shall be removed. The finished planting areas shall be top-dressed with 3" of the mulch material specified in SECTION 2 and/or on the plan.

L. Pruning shall be done as necessary, but shall be limited to removing dead or injured twigs and branches to compensate for the loss of roots as a result of the transplanting process or as directed by the DPM Supervisor for visibility. Pruning shall be done in such a manner as not to change the natural habit or shape of a plant, unless specifically requested.

M. Sodding: All areas to be sodded must be fine-graded, eliminating all bumps, depressions, stones, and other debris. Fertilizer shall be applied prior to sodding; using pelletized organic 6-6-6 with minor elements at 16 lbs. per 1000 sf. The solid sod shall be neatly laid, in the areas indicated in the plans, with closely abutting joints. All gaps must be plugged with pieces of sod and the finished lawn must be machine rolled within 24 hours to achieve a uniform surface. The Contractor shall be responsible for bringing the sod edge in a neat, clean manner to the edge of all pavements and planting beds. Where the area to be sodded abuts existing sod, curbs, edgings, and/or pavements, the new sod shall be laid in a clean, level manner without noticeable grade differences, rough edges, or gaps.

N. Where seeding is a part of the work, grass seed shall be distributed or broadcast evenly at the rates specified in SECTION 2, Item H. Seed and fertilizer shall be incorporated into the soil at a depth of ½ to 1 inch and rolled two directions with a 200 lb. roller immediately after seeding. Clean shredded straw, free from insects, sticks and other debris, shall be blown or distributed evenly to provide a solid uniform cover. The entire area shall be disked to a depth of 1 to 2 inches to ensure that the straw makes contact with the soil.

O. Maintenance:

1. The Contractor shall be responsible for maintenance of the project during construction and shall bear all risk of loss, theft, or damage to the project by any cause whatsoever during the term of construction, and until all punch list items are satisfactorily resolved and the job is officially turned over by the DPM Supervisor for maintenance.

Landscape and Irrigation Maintenance for District 10, Brownwood and Sumter Landing Areas

RFP #19P-015

Village Community Development Districts Purchasing Department

Page 41 of 128

2. Maintenance by the Contractor shall commence after each plant is planted and shall continue until all plants are installed and the job is completed and all punch list items are satisfactorily resolved, as determined by inspection by the DPM Supervisor.

3. Plantings shall be maintained by watering, removing dead branches, resetting plants to proper grades and upright positions, staking to ensure vertical growth, weeding, mowing, and any other operations necessary to complete maintenance, including the replacement of any material that exhibits visible and unsightly evidence of "shocking" without full recovery prior to job completion and final inspection. Areas without irrigation and transplanted material shall be watered until all punch list items are satisfactorily resolved.

4. The job shall be in a well-maintained condition at the time of final inspection, as well as at the time of punch list completion, whereby as a condition for acceptance and maintenance turnover, the job shall have been mowed and groomed within a period of three (3) days.

5. If any job requires on-going or excessive maintenance because the final inspection or turnover is delayed due to reasons beyond the Contractor’s control, it is the Contractor’s prerogative to raise the issue of fair compensation. For any jobs that may be maintained by the Contractor over an extended period with compensation for maintenance, an application of fertilizer shall occur prior to turnover.

P. Completion and Acceptance:

1. Completion of work shall mean the full and exact compliance and conformity with provisions expressed or implied in the plans and Specifications, and as otherwise directed and determined by the DPM Supervisor.

2. The job shall not be accepted as complete unless maintenance has been performed as specified in Item P1, above.

Q. Final Inspection and Job Closeout Procedures

1. A final inspection will not be scheduled until the work meets the definition of being “substantially complete,” meaning that all work is complete per the plan, specs, and field direction provided by the DPM Supervisor. The Contractor is responsible for determining that the job is substantially complete and has been properly maintained, before requesting a final inspection.

2. The following documents shall be submitted to MPA and determined to be in complete and acceptable condition before the final inspection will be scheduled:

a. Checklist (form provided with Specifications).

b. As-Built Landscape Plan.

c. As-Built Irrigation Plan.

d. Zone Schedule and Operating Times.

e. Confirmation that zones are properly identified on the chart mounted inside the controller, with standardized designations and clear area locations.

f. Irrigation Operations manuals (2 copies).

g. Warranty Statement (with blanks for dates to be filled in by DPM staff).

h. Grounding Certification for controller(s), if applicable.

i. Contractor’s Affidavits and Lien Releases

3. If the DPM Supervisor finds that the job for which an inspection has been scheduled has numerous, obvious, or significant deficiencies, which the Contractor should know to be unacceptable, the DPM Supervisor reserves the right to cancel the inspection and reschedule it when the job is actually ready for inspection.

4. When a final inspection is scheduled, the job shall be in a maintained condition, as described in these specifications. The inspection will be cancelled for any job found not to meet this requirement. At no time before turnover shall the job be allowed to have an unkempt or poorly

Landscape and Irrigation Maintenance for District 10, Brownwood and Sumter Landing Areas

RFP #19P-015

Village Community Development Districts Purchasing Department

Page 42 of 128

maintained appearance.

5. Upon the DPM Supervisor’s determination that all submittals are complete and professionally acceptable, and the Contractor’s affirmation that the job is substantially complete and will be in the properly maintained condition, an inspection will be scheduled. It may take up to one week for this to occur, due to scheduling and notification requirements.

6. The Contractor is required to visit the job within 24 hours of the scheduled inspection to make sure that the job is ready, with the irrigation system properly operating, and with all required maintenance having been performed. The DPM Supervisor shall be notified immediately if the inspection cannot occur for any reason.

7. The Contractor shall provide a minimum of two personnel for the final inspection. The owner or other senior person shall accompany the DPM Supervisor’s representative during the inspection, and another qualified employee shall be stationed at the irrigation controller, fully capable of operating it per instructions given via radio during the inspection. The final inspection will be cancelled if this requirement is not met.

8. During the inspection, the Contractor shall be responsible for taking thorough notes on all deficiencies identified, to insure that they are properly addressed and corrected. Minor deficiencies that are immediately corrected by the Contractor’s personnel may not be necessarily included on the punch list. The Contractor shall be responsible for providing copies of the punch list to the DPM Supervisor and owner’s representative within 5 working days. The Contractor shall begin making the required corrections as soon as possible, and in no instance shall these corrections take longer than the 14 calendar days allowed to complete all punch list requirements.

9. A maximum of 14 days is allowed for punch list completion. Liquidated damages may be assessed if this is neglected. A re-inspection shall be requested by the Contractor when the punch list is complete. The re-inspection may be handled informally by the DPM Supervisor, or with the Contractor’s attendance required, at the sole discretion of the DPM Supervisor.

10. When the punch list is complete as determined by the re-inspection, the turnover will be confirmed via memo to the DPM Supervisor, and the Contractor’s Affidavit shall be faxed to the DPM Supervisor and the original copy mailed to the DPM Supervisor within three days of the turnover memo date.

11. The DPM Supervisor will establish specific, additional requirements for turnover of any Maxicom jobs, including requiring third party certification of Maxicom systems to insure strict compliance with installation and performance standards. Such requirements shall be coordinated with the Contractor prior to job turnover.

R. Warranty:

1. Warranty: All new plant material, except sod and trees, shall be guaranteed for 90 days, and shall be alive and in satisfactory growth for each specific plant at the end of the warranty period. Trees, Palms, and specimen plants shall be guaranteed for a period of 1 year, and sod for a period of 60 days. The warranty period shall commence upon the date of release of the retainage for the job, or for any defined phase of the job.

2. At the end of the warranty period, and at any time during that period, any plant material that has died or is not in satisfactory condition as determined by the DPM Supervisor, shall be removed and replaced with new healthy material of the original specified size and type within 10 calendar days. Excluded are replacements of plants due to acts of God, theft, vandalism, or acts of negligence on the part of others, and due to deleterious soil and/or drainage conditions which the Contractor documented to the attention of the DPM Supervisor at the time of installation. The new material shall be guaranteed as outlined above, commencing the date accepted. The Contractor shall be responsible for the cost of all material and labor.

3. The time limit may be extended by agreement for any plant material in questionable condition at the time of the warranty period.

Landscape and Irrigation Maintenance for District 10, Brownwood and Sumter Landing Areas

RFP #19P-015

Village Community Development Districts Purchasing Department

Page 43 of 128

-SAMPLE-

Job Closeout Checklist

Date:

Project:

Contractor:

The following documents shall be submitted to DPM and determined to be in complete and acceptable condition

before the Final Inspection will be scheduled.

Landscape Plan for Markup (2 copies)

Irrigation As-Built Plan for Markup (2 copies)

Zone Schedule and Operating Times enclosed with Manual (1 copy)

Zone Schedule/Location that is properly identified on a chart, laminated and mounted inside the controller, with standardized designations and clear area locations.

Owner’s Manuals (2 copies)

Contractor’s Affidavit and Lien Release (1 copy)

Warranty Statement

Grounding Certification for Controllers (1 copy)

* Only submit zone schedule and operating time with the manual if this information has not been

provided on the plan.

Please submit this form with the required documents.

Landscape and Irrigation Maintenance for District 10, Brownwood and Sumter Landing Areas

RFP #19P-015

Village Community Development Districts Purchasing Department

Page 44 of 128

IRRIGATION

Irrigation systems and components shall be monitored to insure that proper coverage is achieved at all times. Contractor shall provide one dedicated Irrigation Technician for every 250 zones. This number can be evaluated and adjusted upon agreement of both parties. A minimum of 1 monthly irrigation check of all areas are to be scheduled and performed by a qualified irrigation tech and each zone, head by head shall be seen and adjusted as needed.

In areas where irrigation is controlled by Rainbird Maxicom Central Control, the landscape maintenance Contractor will be responsible for repair and maintenance of all components downstream from the master- valve and flow-sensor such as valves, piping, irrigation heads and components, etc. The District will be responsible for all controllers, master-valves, flow-sensors and programming, controller troubleshooting and diagnostics. Irrigation systems in stand-alone mode or not connected to Central Control will remain the responsibility of the landscape maintenance Contractor.

Watering frequencies and durations should be adjusted to ensure healthy growth and prevention of disease and pest damage. Contractor shall be responsible for staying abreast of and complying with any and all governmental water restrictions which are currently in place and which may be imposed during the duration of this contract. Any and all fines imposed upon the District by any governmental agency for water restriction violations shall be the responsibility of the Contractor and may be deducted from any monies due the Contractor. Contractor shall pay to the District the amount of governmental fine(s) incurred by the District within five (5) business days upon receipt of written notice thereof from the District which may be sent electronically.

Additional irrigation utility costs incurred by the District due to excess water use above 0.57 inches (“excess water usage”) shall be the responsibility of the Contractor and may be deducted from any monies due to Contractor unless determined by DPM that said excess use was due to no fault of Contractor. Upon the first occurrence of excess water usage, the Contractor shall, within five (5) business days of receipt of written notice from the District, provide a written explanation as to what caused the excess water usage. Upon the second occurrence of excess water usage, the Contractor shall, within 72 hours of receipt of written notice from the District, pay the additional irrigation utility costs, provide a detailed written inspection report identifying all deficiencies in the irrigation system and list all steps taken to correct said deficiencies. Upon the third occurrence of excess water use, the Contractor, within 72 hours upon receipt of written notice from the District, shall pay the additional irrigation utility costs and the district may hire an independent contractor to perform an irrigation audit, at Contractor’s expense, which may be deducted from moneys due to Contractor. The costs of the independent audit shall be paid for by the Contractor within 72 hours upon receipt of written notice from the District. All deficiencies identified in the independent audit shall be corrected by the Contractor within 72 hours upon receipt of the independent audit. Upon the fourth occurrence of excess water usage, the Contractor, within 72 hours of receipt of written notice from the District, shall pay the additional irrigation utility costs and the Contract may be terminated at the discretion of the District. All notices may be sent electronically.

Cleaning of heads, lines, and other components to be accomplished as needed. Changing of spray types or heights, and moving heads as plants grow is to be done to ensure proper coverage.

All isolation valves, gate valves, and ball valves are to be located and exercised four (4) times per year. If an emergency arises, and the valve has not been located, a $25.00 fine will be levied against the Contractor whose responsibility it was to locate the valve. Any valve not functioning that has not been reported the previous 3 months is the Contractor’s responsibility. We will assume that the valve has not been exercised. Valve boxes are to be kept clear for easy access for manual operations and repairs. Valve boxes and satellites shall be kept free of ants, dirt and debris.

Damage to irrigation heads, valve boxes and other system components due to the Contractor's operations shall be repaired entirely at the Contractor's expense. This includes irrigation heads that are stuck up after a watering cycle which the Contractor fails to address and hits while mowing.

Batteries (9-volt or otherwise) for TBOS, UNIK and Hunter Smart Clock irrigation controllers and other similar stand-alone controllers are to be replaced and dated with a permanent marker twice per year at Daylight Saving Time at the Contractor’s expense and shall be included in the “per zone unit price”.

Landscape and Irrigation Maintenance for District 10, Brownwood and Sumter Landing Areas

RFP #19P-015

Village Community Development Districts Purchasing Department

Page 45 of 128

IRRIGATION REPAIRS

Repairs or replacement of irrigation components shall be accomplished as soon as possible to minimize any adverse effect to turf and or plant material.

Repairs to systems or components shall be accomplished as soon as possible to minimize any adverse effect to turf and or plant material.

Repair or replacement of heads, sprays, misters, and emitters, as well as the rebuilding of valves is considered normal routine maintenance. Cost of materials shall be billed separately.

Repair of pipe 1 ½" or smaller and hydraulic tubing shall be considered routine maintenance. Cost of material only shall be billed separately. Broken lines 1 3/4" and larger, valve and or controller replacement, as well as major system repairs or changes shall be approved by the District Management Representative before proceeding. In the event of emergencies, isolation of areas to prevent further damage to the system or associated plant material or structures is to be accomplished until repairs can be made. Cost on these types of repairs or replacements may include material and labor charges of $30.00 per hour. Two- (2) inch pipe or larger must be gasketed with proper thrust blocking as needed. District Representative, prior to back filling, must inspect repairs. Repairs shall be completed within forty- eight (48) hours. The Contractor will be responsible for providing the necessary equipment for any and all irrigation repairs including mainline repairs. The District will not reimburse the Contractor for additional equipment rental charges. If the repairs are sub-contracted out, the Contractor will be responsible for all charges over $30.00 per hour.

Troubleshooting of irrigation controllers includes solenoids, fuses, transformers, power supplies, zone wiring, etc. and is considered normal routine maintenance. Normal routine irrigation maintenance includes all components except pump stations for those systems not controlled through Arnett Environmental.

Any plant material or turf lost due to improper coverage or operation will be replaced at the contractor’s expense.

DRAINAGE

STORM WATER COLLECTION

Sediment that washes into drainage swales shall be routinely removed from swales and storm pipes at road entrances, or as requested by district property management.

CART TUNNELS

TUNNEL CLEANLINESS

Tunnels are to be blown out once per week and debris from in and around all tunnel drains is to be removed monthly.

SIDEWALKS AND ROADWAYS

All hard surfaces within contract area will be kept 95% weed free at all times

Landscape and Irrigation Maintenance for District 10, Brownwood and Sumter Landing Areas

RFP #19P-015

Village Community Development Districts Purchasing Department

Page 46 of 128

PLANT MAINTENANCE HEIGHTS

African Iris, white Dietes vegeta 3' ht x 30" spr

African Iris, Yellow 30" ht

Agapanthus 24" ht

Annuals seasonal 8 - 24" ht

Azalea Formosa, lavender or pink 4'-6' x 4'-6'

Azalea 'Southern Charm' 4'-6' x 4'-6'

Azaleas Fashion 2'-3' x 2'-3'

Azaleas Gerbing or Tabor 4'-6' x 4'-6'

Azaleas Red Formosa 4'-6' x 4'-6'

Azaleas Red Ruffle 2'-3' x 2'-3'

Bamboo Bambusa multiplex 'Alphonse Karr' 15' x 10' spr

Bamboo 'Golden Goddess' 6'-10' x 6'-10'

Blueberry Flax Lily Dianella tasmanica 24" ht x 24"

Boxwood Buxus microphylla 24" ht x 24"

Bulbine Frutescens Desert Candle 18" ht x 24"

Bulbine 'Hallmark or Tangerine' 18" ht

Camillia japonica 8' x 6'

Confederate Jasmine dwarf 'Minima' 10-15" vining

Coontie (Zamia floridana) 36" x 36"

Cordgrass Spartina bakeri 4' ht x 5'

Crape Myrtle lavender 'Muskogee' 25' ht x 20' spr

Crape Myrtle white 'Natchez' 25' ht x 20' spr

Dwarf Burfordii Holly 36" x 30"

Dwarf Chinese Fringe Bush 'Ruby' 30"

Dwarf Chinese Fringe Bush 'Plum' 36"

Dwarf Walters Viburnum 'Mrs Shillers' 30" x 30"

Dwarf Yaupon Holly 'Stokes, or Schellings' 30" x 30"

European Fan Palm 15' ht x 8' spr

Fakahatchee Grass, reg 4' x 4'

Feijoa - Pineapple Guava 3' - 4'

Hawthorn 30" x 3'

Indian Hawthorn white 'Alba' 30" ht x 3' spr

Jasmine , Dwarf (Asiatic, minima) 10' - 15' vining

Juniper, Blue Pacific 8" x 6'

Juniper Parsons 'Parsonii' 30" ht x 3' spr

Ligustrum japonica - tree type 20' ht x

Ligustrum recurvifolium 6' x 6'

Liriope Emerald Godess 18" x 24" spr

Live Oak Quercus virginana 50' ht x 60' spr

Landscape and Irrigation Maintenance for District 10, Brownwood and Sumter Landing Areas

RFP #19P-015

Village Community Development Districts Purchasing Department

Page 47 of 128

Magnolia Southern grandiflora 50' ht x 60' spr

Mixed annuals & perennials Size varies per plant. Mature height/width shall not obstruct visibility, crowd sidewalks or block signs

Muhly grass 42" ht x 3' spr

Nandina domestica Heavenly Bamboo 6' ht x

Nandina domestica, regular 6'

Nandina 'Firepower Dwarf' 24" x 24"

Pampas Grass 8' ht x 8' spr

Perennial peanut 'Ecoturf' 6" spreading

Pittosporum 'Compacta' 5' ht x 4' spr

Pittosporum green 'Compacta' 5' ht x 4' spr

Pittosporum, variegated compact 36" x full

Plumbago 3' x 4'

Plumbago capensis 3' ht x 4' spr

Prodocarpus 6' x 6'

Podocarpus 'Pringell' dwarf 30" ht x 30" spr

Podocarpus 'Pringles' 30" x 30"

Sabal minor 5' x 6'

Sabal Palm Serenoa repens 50' ht x 15' spr

Saw Palmetto 5' ht x 6' spr

Serenoa repens 50' x 15'

Society Garlic 24" x full mass

Society Garlic tulbaghia violacea 18" ht x 18" spr

Sweet Viburnum odoratissimum 8' ht x 6' spr

Thryallis (Galphimia glauca) 5' x full

Variegated Dianella-Flas Lily 24" x full

Viburnum odoratissimum 8' x 6'

Walters Viburnum dwarf 'Mrs Shillers Delight' 30" ht x 30" spr

Washington Palm wasingtonia robusta 40' ht x 15' spr

Yaupon Holly dwarf 'Stokes Dwarf' or 'Schellings Dwarf'

30" ht x 30" spr

Yellow Anise 6' x 6'

Landscape and Irrigation Maintenance for District 10, Brownwood and Sumter Landing Areas

RFP #19P-015

Village Community Development Districts Purchasing Department

Page 48 of 128

OPERATIONS AND COMMUNICATIONS

SITE CLEANLINESS AND CONDITION As much as possible, all areas shall be kept free of litter, landscape and or construction debris. It is expected that during the routine performance of the different maintenance operations that the Contractor and workers are to be aware of site conditions and keep a neat and clean appearance. It should be understood that “THE VILLAGES” is a continuously growing and changing area. Development and construction will from time to time cause damage, or will interrupt the routine maintenance program. It is important that problems, or potential problems, should be brought to the attention of the District Representative as soon as possible for action. SAFETY All Contractor and Sub-Contractor personnel shall wear any necessary personal protective equipment in the performance of their duties to include reflective, high visibility safety vests, protective eye wear or face shields, respiratory protection as necessary, gloves and protective clothing.

Contractor shall be responsible for adhering to all local, state and federal safety guidelines and observe all safety precautions when performing services on District property, roadways and right-of-ways to include safe location of parked vehicles, use of safety cones, signage, flag personnel as necessary, use of reflective, high visibility safety vests on all personnel and vehicles which are clearly identifiable as belonging to the Contractor. Personnel not adhering to these safety guidelines will be asked to leave the property. REGULAR LANDSCAPE MEETINGS Contractor will be required to participate in regular landscape and irrigation meetings with District Property Management staff and Landscape Manager, held monthly or as requested by DPM Staff. The Contractor shall respond to any issues that are presented on the agenda or arise during the course of the meetings in writing within three (3) working days. SUB CONTRACTING The Contractor may subcontract certain procedures or operations with the written approval of the District Management. Proof of proper licensing and insurance to be provided upon request. The Contractor is held responsible for any work performed by any subcontractor engaged. WORKFORCE It is desired that the Contractor employees be dressed in a uniform fashion with the company identification. Vehicles as well should be easily identified. A neat and clean appearance should be maintained as much as possible. Contractor employees should be instructed to be helpful and courteous to residents, other employees, and visitors at all times. Contractor will provide The District with a current list of all employees. As per Federal laws and guidelines, all Contractors must only employ individuals who are legally authorized to work in the United States of America. Any Contractor who enters into a contract/agreement with the District hereby acknowledges that the Contractor only employs individuals who are legally authorized to work in the United States and to the extent that the Contractor is employing individuals who are not legally authorized to work in the United States, it is understood that District will not be responsible for any violations of Federal law and the Contractor, solely, will be responsible and liable for any violations and or penalties associated with such violation. Successful contractor(s) shall execute and submit the required E-verification forms. PARKING Contractors' vehicles and trailers shall be parked where they do not impede traffic or visibility at an intersection, round-about or on a roadway. All necessary safety precautions are to be observed when Contractor’s personnel are working in or around roadways.

Landscape and Irrigation Maintenance for District 10, Brownwood and Sumter Landing Areas

RFP #19P-015

Village Community Development Districts Purchasing Department

Page 49 of 128

SUPERVISION The Contractor shall provide supervision of all maintenance and or repair work being performed. Supervisors shall be able to communicate problems to the District Representative at any time, and shall be easily accessible to the Representative by cell phone at all times. The District shall be notified of any change in supervisory personnel. Supervisor must remain at designated work site at all times. (See Exhibit A-1) The Contractor shall dedicate a knowledgeable, experienced and well-rounded dedicated maintenance manager to oversee each major District contract area or collection of areas exceeding $250,000 in yearly maintenance contract work. A monthly walk through with the District Representative shall be performed to cover work being accomplished, special needs or concerns, and other related information. If needed, additional supervision or a change of supervisory personnel will be requested should contract performance fall below the acceptable standard. A good working relationship with other maintenance contractors is to be established and maintained. ADDITIONAL WORK From time to time additional work may be requested of the Contractor by the District Representative. A cost estimate based on unit pricing submitted under this RFP, a schedule, or other determining information may be required before approval of work is to be granted. Each situation will be considered on a case by case basis. All additional work shall be completed in a timely manner and not take from the normal/routine maintenance duties in the contract. CHANGES It is expected that development growth will necessitate additional areas to be routinely maintained under the same specifications, or as amended by the management or its representative. It is the intent to be able to add or delete areas as necessary with the related cost increases or decreases to be handled through the implementation of a change order approved by the management. The management does reserve the right to disapprove any changes. In such case other contractors may be engaged for the change. Any changes shall be in writing to be legally binding on both parties. No payment shall be made for invoices that do not have written authorization so documented. The District reserves the right to assign new areas being developed to the Contractor who, in the determination by the District, would best be able to perform said services. SATISFACTORY PERFORMANCE It is estimated that the frequency and guidelines set forth in this Exhibit will provide the quality desired. However, in the event it does not, Contractor agrees to provide such reasonable additional services without further compensation. Satisfactory performance of work under this Agreement shall be based on these maintenance specifications, as measured by the Owner in its discretion. The determination of satisfactory performance will be based upon the satisfactory appearance of the grounds, not whether anticipated projections of cycle frequencies have been performed. The appearance and quality of the grounds will be reviewed on a periodic basis by the Owner. Contractor performance will be evaluated and adjustments to the technical maintenance specifications, if required, will be made. It is recognized that at times, the development of new areas will damage or deter the maintaining of existing areas. Seasonal weather differences may cause some variation in vegetation growth characteristics and that different stages during the care cycle may vary from the desired appearance. Any plant, tree, grass or shrub that dies due to Contractors negligence shall be replaced by the Contractor, except in instances involving acts of God, theft, vandalism or the negligence of others, in which case the plants may be replaced at the Owners direction at no additional cost to the Contractor. Any damage to walls, landscape, lighting or hardscape features by the Contractor shall be repaired by the respective tradesmen initiated though the District Representative so all warranties remain effective. All billing for said repairs will be directed to the Contractor responsible for said area and cost of repairs.

Landscape and Irrigation Maintenance for District 10, Brownwood and Sumter Landing Areas

RFP #19P-015

Village Community Development Districts Purchasing Department

Page 50 of 128

PART 5

PROPOSAL DOCUMENTS

PROPOSAL COVER PAGE

Name of Firm, Entity or Organization:

Federal Employer Identification Number (EIN): State of Florida License Number (If Applicable): Name of Contact Person: Title: E-Mail Address:

Mailing Address: Street Address (if different): City, State, Zip: Telephone: Fax:

Organizational Structure – Please Check One: Corporation Partnership Proprietorship Joint Venture Other If Corporation: Date of Incorporation: State of Incorporation: States Registered in as Foreign Corporation:

Does your firm accept Visa® for payment? Yes No

Authorized Signature: Print Name: ______________________________________________________ Signature: _______________________________________________________ Title: ____________________________________________________________ Phone: __________________________________________________________

This document must be completed and returned with your Submittal.

Landscape and Irrigation Maintenance for District 10, Brownwood and Sumter Landing Areas

RFP #19P-015

Village Community Development Districts Purchasing Department

Page 51 of 128

PROPOSAL FORMS

Landscape and Irrigation Maintenance for Multiple Areas in the Villages

RFP #19P-015

(ALL PROPOSAL FORMS ARE AVAILABLE IN EXCEL FORMATS ON

DEMANDSTAR & THE DISTRICT WEBSITE)

Proposal Forms for Group A

SLCDD(PWAC) including basins

Brownwood including basins

Proposal Forms for Group B

SLCDD (SLAD) Recreation Centers North of 466A

Proposal Forms for Group C

SLCDD (SLAD) Recreation Centers South of 466A

Proposal Forms for Group D

D10 Villas and Cul-de-Sacs

SLCDD (PWAC) Basins

Proposal Forms for Group E

Buena Vista Blvd Phase V

Landscape and Irrigation Maintenance for District 10, Brownwood and Sumter Landing Areas

RFP #19P-015

Village Community Development Districts Purchasing Department

Page 52 of 128

Proposals for Group A (2 Forms)

(ALL PROPOSAL FORMS ARE AVAILABLE IN EXCEL FORMATS ON DEMANDSTAR & THE DISTRICT WEBSITE)

SLCDD with Basins (PWAC)

Brownwood with Basins (PWAC)

SAMPLE GROUP A, FORM 1

Map

Location

(Area)

Area Description

Annuals (x4

change outs

per year)

Zoysia

(Sq Yd)

Bahia

(Sq Yd)

Shrub Beds

(Sq Yd)

Basin Beds

(Sq Yd)Trees Palms Irrigation Zones

Pine

Straw

Bales

1 CR44A / Powell Rd 404 4,703 4,224 56 44 28 380

5 Powell Rd / Kiessel Rd Entry ROW 468 5 0

6Powell Rd / Brownwood Blvd Entry

ROW2,402 1,013 333 3 30

8 & 13 SR44 ROW 7,614 5,004 631 36 15 57

9SR 44 / Powell Rd Entry

Powell Rd North4,580 7,406 632 6,704 58 60 35 603

9Added ROW on SR44 (front of

Grand Traverse Plaza)340

11 Paddock Square 777 700 12 29 5 63

12 SR44 / Meggison Rd Entry ROW 2,309 689 1 0

15Buena Vista Blvd / West Torch Lake

Dr Entry991 266 215 5 4 19

19 CR44A / Buena Vista Blvd 2,646 18,729 470 11,909 92 125 67 1,072

20SR44 / Buena Vista Blvd Entry

Buena Vista Blvd to CR44A6,006 9,491 2,221 9,033 71 97 39 813

NA Antrim Dells CR44A and SR44 743 21,785 12,230 10,685 191 162 52 962

NA Powell West/BVB Tunnel 1,312 19,530 7,699 44 124 37 693

19,861 93,314 21,586 52,133 0 560 661 276 4,692

-$ -$ -$ -$ -$ -$ -$ n/a

Map

Location

(Area)

Area Description

Annuals (x4

change outs

per year)

Zoysia

(Sq Yd)

Bahia

(Sq Yd)

Shrub Beds

(Sq Yd)

Basin Beds

(Sq Yd)Trees Palms Irrigation Zones

Pine

Straw

Bales

8 Basin BR-8 0 2,293 7,255 6,383 180 71 21 574

13 Basin BR-3 & BR-4 0 399 16,418 11,952 345 154 20 1,076

18 Basin BR-5 & BR-6 0 127 13,787 3,854 150 27 13 347

18Added 13 Zones from Area 16

BCDD0 13 0

NA Antrim Dells Basin BR-2 0 3,353 4,883 71 33 6 439

NA Alden Basins 10-71 & 10-72 0 15,202 3,485 94 17 9 314

0 2,819 56,015 3,485 27,072 840 302 82 2,750

-$ -$ -$ -$ -$ -$ -$ -$ n/a

-$

TOTAL ANNUAL AMOUNT FOR ALL AREAS -$

TOTAL ANNUAL AMOUNT FOR ALL AREAS -$

SLCDD PROPOSAL FORM

TOTAL QUANTITIES

UNIT COST

ANNUAL COST

TOTAL MONTHLY AMOUNT FOR ALL AREAS -$

TOTAL QUANTITIES

UNIT COST

ANNUAL COST

TOTAL MONTHLY AMOUNT FOR ALL AREAS

Landscape and Irrigation Maintenance for District 10, Brownwood and Sumter Landing Areas

RFP #19P-015

Village Community Development Districts Purchasing Department

Page 53 of 128

SAMPLE GROUP A, FORM 2

END OF GROUP A *************************************************************************************

********************************************************************************

Map

Location

(Area)

Area Description

Annuals (x4

change outs

per year)

Zoysia

(Sq Yd)

Bahia

(Sq Yd)

Shrub Beds

(Sq Yd)Trees Palms

Irrigation

Zones

Pine

Straw

Bales

2 CR44A / Brownwood Blvd Entry 797 309 1,294 30 13 116

4Berning Keller Building /

Estabrook Building165 5,422 89 59 21 488

5 Powell Rd / Kiessel Rd Entry 1,248 224 2,846 34 19 8 256

6Powell Rd /Brownwood Blvd

Entry663 1,922 3,545 27 41 16 319

7

Ruby Building

Haroldson Building

Thompson Building

Ryes Buildings

Lester's Bait & Tackle

1,117 158 5,883 76 134 30 529

8Brownwood Blvd / Shady Nook

Run2,225 2,152 33 38 6 194

8 Basin BR - 9 322 14,631 9,354 376 94 25 842

10 Brownwood Building 761 5,086 95 21 21 458

12

SR44 / Meggison Rd Entry

Public Works Building

Sumter Building

500 2,497 6,334 143 57 29 570

14

Barnstorm Theater

Bunk House Building

Parr Building

451 4,319 97 63 23 389

15

Rose Building

Weichens Building

Citizens First Bank

2,455 2,058 7,890 113 100 32 710

16

Multi-modal Path

Palace Hotel

Manly Building

3,436 7,809 10,490 120 111 24 944

9,099 19,860 14,789 64,615 1,233 737 248 5,815

-$ -$ -$ -$ -$ -$ -$ n/aANNUAL COST

TOTAL MONTHLY AMOUNT FOR ALL AREAS

TOTAL ANNUAL AMOUNT FOR ALL AREAS

BCDD PROPOSAL FORM

-$

-$

TOTAL FOR ALL AREAS

TOTAL QUANTITIES

UNIT COST

Landscape and Irrigation Maintenance for District 10, Brownwood and Sumter Landing Areas

RFP #19P-015

Village Community Development Districts Purchasing Department

Page 54 of 128

Proposal for Group B (1 Form)

(ALL PROPOSAL FORMS ARE AVAILABLE IN EXCEL FORMATS ON DEMANDSTAR & THE DISTRICT WEBSITE)

SLCDD Recreation Centers North of 466A (SLAD)

SAMPLE

GROUP B FORM

END OF GROUP B ********************************************************************************* ********************************************************************************

Area Description

Annuals

(x4 change

outs per

year)

Zoysia

Turf

(Sq Yd)

Augustine BermudaBahia Turf

(Sq Yd)

Shrub

Beds (Sq

Yd)

Trees PalmsIrrigation

Zones

Pine

Straw

Bales

Brinson Perry House 857 380 204 2 5 6 18

Buttonwood Postal & NRC 375 1,789 2,455 26 43 16 221

Canal Street Village Rec Center 700 4,613 4,060 20 133 33 365

Caroline Postal Park & Neighborhood Rec Center 4,410 1,979 29 15 18 178

Coconut Cove Village Rec Center 450 8,313 4,779 28 88 30 430

Creekside Landing Neighborhood Rec Ctr 1,007 1,074 9 32 10 97

Duval Postal & NRC 5,161 2,189 34 30 24 197

Fish Hawk Village Rec Ctr 700 4,911 243 4,916 27 91 22 442

Haciendas of Mission Hills Postal & NRC 2,483 2,433 24 28 15 219

Hadley Postal & NRC 2,160 990 3,596 49 26 21 324

Hemingway Postal & NRC 1,738 3,291 30 32 16 296

Key Largo District Office 204 1,331 1,224 15 19 8 110

Lake Miona Regional Rec Ctr 2,000 8,944 2,667 1,444 7,359 30 219 40 662

Lake Shore Cottages Postal & Neighborhood Rec Ctr 100 1,053 415 21 9 37

Largo Postal and NRC 5,527 2,296 36 23 18 207

Laurel Valley Postal & Security Facility 514 713 1,469 13 6 11 132

Liberty Park Postal Park & Neighborhood Rec Ctr 3,532 2,032 32 32 23 183

Mallory Square Postal Park & Neighborhood Rec 2,688 2,109 27 17 23 190

Odell Village Rec Center 600 4,765 1,194 5,525 31 94 31 497

Pennecamp Postal & NRC 288 2,730 2,126 19 24 14 191

Sabal Chase Postal Park & Neighborhood Rec Ctr 2,327 2,316 26 39 24 208

Sea Breeze Regional Rec Ctr 1,200 8,056 11,911 59 222 47 1,072

St. Charles Postal Park & Neighborhood Rec Ctr 1,695 529 1,702 27 23 15 153

St. James Postal Park & Neighborhood Rec Ctr 1,800 2,484 19 28 13 224

Sterling Heights Villages Rec Ctr 1,008 8,963 561 7,729 32 142 34 696

Tall Trees Postal Park & Neighborhood Rec Ctr 6,559 1,785 46 26 19 161

Truman Village Rec Center 630 2,513 3,305 354 6,024 22 57 31 542

Tamarind Grove Postal Park & Neighborhood Rec Ctr 303 3,772 4,458 32 27 24 401

Virginia Trace Postal Park & Neighborhood Rec Ctr 4,474 1,762 24 33 18 159

TOTAL QUANTITIES 7,343 86,723 6,646 82,225 663 1,291 510 8,613

UNIT COST

ANNUAL COST $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 n/a

Various SLAD Rec Centers North 466A- PROPOSAL FORM

TOTAL MONTHLY AMOUNT FOR ALL AREAS $0.00

TOTAL ANNUAL AMOUNT FOR ALL AREAS $0.00

Landscape and Irrigation Maintenance for District 10, Brownwood and Sumter Landing Areas

RFP #19P-015

Village Community Development Districts Purchasing Department

Page 55 of 128

Proposal for Group C (1 Form)

(PROPOSAL FORMS ARE AVAILABLE IN EXCEL FORMATS ON DEMANDSTAR & THE DISTRICT WEBSITE)

SLCDD Recreation Centers South of 466A (SLAD)

SAMPLE GROUP C

END OF GROUP C *************************************************************************************

********************************************************************************

Area Description

Annuals (x4

change outs

per year)

Zoysia

Turf

(Sq Yd)

Augustine BermudaBahia Turf

(Sq Yd)

Shrub Beds

(Sq Yd)Trees Palms

Irrigation

Zones

Pine

Straw

Bales

Alden Bungalows Neighborhood Recreation Center 1,743 1,447 9 46 12 130

Antrim Dells Neighborhood Recreation Center 2,255 1,485 16 28 15 134

Atlas Canine Recreation Park 271 6,744 1,085 86 12 5 98

Big Cypress Village Recreation Center 350 5,833 616 6,467 39 75 26 582

Burnsed Village Recreation Center 935 4,178 5,354 21 89 21 482

Captiva Village Rec Center 600 4,481 5,354 35 83 29 482

Charlotte Postal & NRC 1,768 1,972 15 28 13 177

Collier Neighborhood Recreation Center 3,918 2,590 16 32 19 233

Dunedin Neighborhood Recreation Center 345 1,680 2,079 18 19 12 187

Eisenhower Regional Rec Center 1,710 15,395 16,896 117 148 62 1,521

Fernandina Postal Park and Neighborhood Recreation Ctr 350 2,420 1,344 20 27 11 121

La Belle Neighborhood Recreation Center 2,527 1,771 15 40 14 159

Lake Deaton Postal & NRC 147 2,472 2,987 15 20 20 269

Manatee Village Recreation Center 569 5,827 5,258 41 88 32 473

Moyer Village Recreation 1,425 10,112 623 7,689 115 132 39 692

Osceola Hills at Soaring Eagle Preserve Postal Facility 763 888 11 9 9 80

Pennecamp Postal & NRC 288 2,730 2,126 19 24 14 191

Osceola Hills Postal & Neighborhood Recreation Center 2,891 1,927 16 30 16 173

Pine Hills Neighborhood Recreation Center 2,285 3,001 15 49 15 270

Pine Ridge Neighborhood Recreation Center 1,664 1,593 15 29 15 143

Rohan Regional Recreation Center 2,236 22,293 3,696 11,693 141 224 32 1,052

Sanibel Postal & NRC 1,904 1,763 16 35 12 159

TOTAL QUANTITIES 8,955 99,411 11,679 86,769 811 1,267 443 7,651

UNIT COST

ANNUAL COST $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 n/a

Various SLAD Recreation Centers South 466A- PROPOSAL FORM

TOTAL MONTHLY AMOUNT FOR ALL AREAS $0.00

TOTAL ANNUAL AMOUNT FOR ALL AREAS $0.00

Landscape and Irrigation Maintenance for District 10, Brownwood and Sumter Landing Areas

RFP #19P-015

Village Community Development Districts Purchasing Department

Page 56 of 128

Proposals for Group D (2 Forms)

(PROPOSAL FORMS ARE AVAILABLE IN EXCEL FORMATS ON DEMANDSTAR & THE DISTRICT WEBSITE)

D10 Villas and Cul-de-Sacs

D10 Basins PWAC SAMPLE

GROUP D, Form 1

Area Description

Annuals (x4

change outs per

year)

Zoysia Turf

(Sq Yd)

Bahia Turf

(Sq Yd)

Shrub Beds

(Sq Yd)Trees Palms

Irrigation

Zones

Pine

Straw

Bales

Villas

Alden Bungalows 395 455 2,090 13 25 4 188

Alden Bungalows

(West Buffer)5,063 0

Atwood (Entry) 137 378 2,314 40 18 9 208

Atwood (Interior Wall) 109 4 2 10

Atwood (Roundabout) 69 2 3 5 6

Beauclair 210 276 302 6 6 8 27

Belle Glade 183 565 709 10 17 10 64

Callahan 204 874 372 10 12 10 33

Carrabelle 208 438 308 2 10 9 28

Harlow 226 295 312 4 8 7 28

Kelsea 355 816 1,314 18 22 9 118

Leyton 195 432 272 2 6 8 24

Marianna 200 689 1,968 6 30 14 177

Melbourne 172 153 287 2 10 7 26

New Haven 347 384 389 8 9 35

Pensacola 256 1,213 1,802 32 27 10 162

Perry 216 188 342 6 7 31

Pineland 200 267 307 2 8 6 28

Ventura 150 453 542 13 5 10 49

Whitney 190 895 1,382 16 38 10 124

Cul-de-Sacs

Unit 183

Pineapple Place 133 1 0 2 12

Alteza Lane 133 0 3 2 12

Unit 184

Boardroom Trail 290 0 5 2 26

Unit 185

Oglethorpe Ave 133 0 3 2 12

Nutmeg Court 133 3 0 2 12

Dragon Place 133 1 0 2 12

Ithaca Terrace 133 0 3 2 12

Unit 186

Independence Path

Mistletoe Court

Oyster Place

Grapeland Street

Pinfish Court

Ink Spot Way

798 11 3 12 72

Unit 187

Pepperidge Circle Central 133 3 0 2 12

Pepperidge Circle South 110 1 0 2 10

Pepperidge Circle West 133 0 3 2 12

Carrol Court 133 1 0 2 12

Turkey Lane 133 0 3 2 12

Perpperidge Circle East 133 3 0 2 12

Unit 188

Underpar Lane W

Underpar Lane E

Inlet Court

Enterprise Dr. North

Enterprise Dr. South

694 2 11 10 62

District 10 Villas and CDS PROPOSAL FORM

Landscape and Irrigation Maintenance for District 10, Brownwood and Sumter Landing Areas

RFP #19P-015

Village Community Development Districts Purchasing Department

Page 57 of 128

SAMPLE GROUP D, Form 1 continued

Unit 189

O'Day Street 133 0 3 2 12

View Path South 133 3 0 2 12

View Path North 133 0 3 2 12

Jeffcoat Street 133 1 0 2 12

Bibrant Lane 133 0 0 2 12

Nottingham Loop 392 0 7 2 35

Tropical Terrace 133 0 3 2 12

Unit 190

Iron Oak Way 230 0 5 2 21

Thistle Court 133 1 0 2 12

Unit 191

Island House 133 0 3 2 12

Narangansett 133 1 0 2 12

Wolf Lane 250 0 7 2 23

McDowell Dr North 95 2 0 2 9

Wabash Court 133 3 0 2 12

Unit 192

Unicorn Lane 250 0 7 3 23

Viking Place 133 1 0 2 12

Umbrella Loop W 178 1 0 3 16

Umbrella Loop E 106 0 3 2 10

Coward Court 258 2 0 4 23

Vapor Court 133 3 0 2 12

Unit 193

Vertigo Lane 133 1 5 4 12

Valentine Ave 133 1 0 2 12

Velvet Place 250 0 7 2 23

Vantage Court 133 3 0 2 12

Desking Lane 176 0 3 2 16

Tuscaloosa Path 133 0 3 2 12

Yardham Terrace 133 0 3 2 12

Unit 194

Watch Hill Street 133 0 3 2 12

Socastee Place 133 0 3 2 12

Andrus Lane 133 1 0 2 12

McDowell Drive South 133 0 3 2 12

DeVito Court 133 1 0 2 12

Woodbridge Way 86 0 3 2 8

Unit 195

Bryant Court 133 1 0 2 12

Abel Place 133 0 3 2 12

Tuscaloosa Path West 211 1 0 3 19

Tuscaloosa Path East 36 0 3 2 3

Unit 200

Pickering Path East 133 0 3 2 12

Pickering Path West 133 0 3 2 12

Otter Lane 133 1 0 2 12

Oracle Court 133 3 0 2 12

Kelt Terrace 133 0 3 2 12

Landscape and Irrigation Maintenance for District 10, Brownwood and Sumter Landing Areas

RFP #19P-015

Village Community Development Districts Purchasing Department

Page 58 of 128

SAMPLE GROUP D, Form 1 continued

Unit 201

Nation Court 133 0 3 2 12

Yates Ave 133 1 0 2 12

O'Brien Place 133 3 0 2 12

Ivawood Way 250 0 5 2 23

Unit 202

Piney Woods Path

Valleybrook Way East

Valleybrook Way West 862 4 13 10 78

Raspberry Court

Tulip Terrace

Unit 203

Fir Street 277 1 3 4 25

Gravel Court

Unit 204

N. Reading Rd

S. Reading Rd

Image Court

Loyal Way 931 6 9 14 84

Gentile Terrace

Ewing Ave

Cluster Court

Unit 216

Bosie Run Corner

Bosie Run End

Jolly Terrace

Long Loop East

Long Loop Middle 1,716 15 14 20 154

Long Loop West

Jewel Court

Nursery Place

Ichabod Way Corner

Ichabod Way End

Unit 217

Ultra Court

Arnett Ave

Behring Terrace 722 4 11 10 65

Shale Trail Loop

Kimble Court

Unit 218

Quietwoods North

Quietwoods South

Treeline Pl

Vineland Ave S Central

Vineland Ave SE Central

Vineland Ave Central

Vineland Ave N Central

Vineland Ave NE

Vineland Ave SW Central

Vineland Ave South

Wicker Terrace

2,028 24 20 183

Landscape and Irrigation Maintenance for District 10, Brownwood and Sumter Landing Areas

RFP #19P-015

Village Community Development Districts Purchasing Department

Page 59 of 128

SAMPLE GROUP D, Form 1 continued

Unit 219

Glenarden Path West

Nance Run

Quailey Ct

Tisbury Ave

Valiant Ct

1,025 12 3 12 92

Unit 220

Alzarine Terr

Infinity Run

Vertex Ct

499 4 5 6 45

Unit 221

Cosmos Way

Illehaw Pl

Utopia Pl

499 2 5 6 45

Unit 222

Brandywine Ct

Evans Prairie Trail N

Evans Prairie Trail N

Fountainhead Ave N

Fountainhead Ave S

Kananwood

798 7 9 12 72

Unit 223

Hollyoak Way

Kennedy Ave

Narcoose Rd

Parlor Pl

Queensway Terr

Triton Ct

Vintage Pl

Wentworth Ln

Yorktown Ct

1,297 13 6 18 117

Unit 230

Eisenhower Way S

Eisenhower Way N

Napa Way

Orista Ct

732 4 8 9 66

Unit 231

Ragsdale Loop S

Ragsdale Loop N

Viceroy Ct

499 1 10 6 45

Unit 232

Jupiter Way

Kasper Ct

McLin Ln

McLin Ln N

Neaptide Path

Underhill Ct

Wentrop Ave

Zinnia Pl

1,164 6 14 16 105

Unit 233

Cross Hill Drive

Usher Place

Tudor Terrace 650 3 6 10 59

Kaley Court

Fellowship Ave

Landscape and Irrigation Maintenance for District 10, Brownwood and Sumter Landing Areas

RFP #19P-015

Village Community Development Districts Purchasing Department

Page 60 of 128

SAMPLE GROUP D, Form 1 continued

END OF GROUP D, Form 2 *************************************************************************************

********************************************************************************

Unit 234

Neighborly way

Zircon Place

Unique Street

Ola Terrace

Underwood Street

Picnic Place 1,642 11 18 24 148

Gatehouse Terrace

Little Lane

Ironwood Lane

Kettering court

Umatilla Way

Nortwood Place

Unit 235

Justice Lane 266 1 3 4 24

King Place

Unit 236

Underbrush Trail

Florahome Way East

Florahome Way West

Innfields Court 1,020 4 9 10 92

Hardwood Lane

Wine Palm Way

Unit 237

Pacific Lane

Barrel Loop

Plank Street

Quarter Terrace 1,132 9 10 12 102

Pigeon Court

Walnut Way

Other

CR 139 Easement 5,576 0

Tract F Easement 1,462 0

Antrim Dell-East Buffer 6,085 0

Antrim Dells-44/CIAC 522 2 47

Pine Hills Entry Island West 332 1 5 3 30

Labelle Entry N&S 162 8 3 15

Moyer Loop Phase 5 Median

Islands 242 2 122

Lift Stations

Unit 185 #27 40 152 1 0 4 14

Unit 191 #19 135 0 0 2 12

Unit 192 #18 132 0 0 2 12

Unit 193 #20 60 113 1 0 3 10

Unit 194 #21 190 0 0 1 17

Unit 200 #3 82 314 5 5 28

Unit 202 #16 58 99 3 9

Unit 204 #15 163 2 15

Unit 223 #12 47 70 3 6

Unit 232 #11 7 74 1 3 7

Unit 235 #25 53 130 4 12

Unit 236 #14 62 133 1 3 12

Lift Station #24 242 2 1 22

TOTAL QUANTITIES 3,844 9,173 18,193 46,533 387 560 569 4,188

UNIT COST

ANNUAL COST $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 n/a

$0.00

$0.00

TOTAL MONTHLY AMOUNT FOR ALL AREAS

TOTAL ANNUAL AMOUNT FOR ALL AREAS

Landscape and Irrigation Maintenance for District 10, Brownwood and Sumter Landing Areas

RFP #19P-015

Village Community Development Districts Purchasing Department

Page 61 of 128

SAMPLE GROUP D, Form 2

END OF GROUP D *************************************************************************************

********************************************************************************

Annuals (x4

change

outs per

year)

ZoysiaTurf

(Sq Yd)

Bahia Turf

(Sq Yd)

Shrub Beds

(Sq Yd)

Basin Beds

(Sq Yd)Trees Palms

Irrigation

Zones

Pine

Straw

Bales

22,912 3,153 217 33 10 284

9,519 2,977 18 15 3 268

210 6,237 780 39 4 70

13,430 1,766 43 3 159

12,652 2,611 69 5 235

7,321 1,639 35 18 2 148

8,053 1,719 69 18 3 155

12,623 2,009 81 11 4 181

183 4,775 713 34 3 64

171 7,258 789 40 3 71

5,013 390 37 3 35

195 2,957 495 26 3 45

211 6,132 1,080 47 3 97

3,532 572 31 4 51

136 3,550 558 28 3 50

155 4,978 732 36 3 66

8,225 1,083 32 3 97

200 8,156 2,488 41 3 224

175 5,567 1,506 30 2 136

157 4,926 632 54 2 57

2,232 352 21 1 32

150 7,043 989 41 3 89

148 15,027 2,026 64 3 182

139 4,180 162 1 15

15,200 1,551 61 5 2 140

9,573 4,746 56 29 5 427

931 1,559 1478 18 18 9 133

1,084 1,686 1,057 1,064 8 15 12 96

4,159 0

765 1,290 676 13 16 11 61

33,950 0

3,460 53,924 4,041 33 96 23 364

9,481 1,863 111 5 2 168

554 1,996 73 10 7 5 7

1,084 9,626 295,575 9,195 34,365 1,226 253 136 3,920

$0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 n/a

Unit 234 Buffer ( Tract D)

Sharon Weichens Parking Lot

Sharon Weichens Parking Lot

(additional)

Access Tracts: Unit 191, Unit

193, Unity 195, and D10-49

Outfall Ditch

Basin 110-2

Other

D10-9

D10-10

D10-42

D10-43

D20-44

D10-54

D10-55

D10-57

D10-58

TOTAL MONTHLY AMOUNT FOR ALL AREAS

TOTAL ANNUAL AMOUNT FOR ALL AREAS

D10-5

D10-63

D10-65

D10-73

Tract K Unit 194 (D10-49

Kristine Way add to Basin

D10-65

Basins

D10-1

D10-2

D10-3

D10-4

$0.00

$0.00

D10-24

D10-34

D10-37

D10-39

D10-40

ANNUAL COST

District 10 Basins - PROPOSAL FORM

Unit 235 Rec Trail

SR 44 Welcome Sign

TOTAL QUANTITIES

UNIT COST

D10-6

D10-7

D10-8

Area Description

Landscape and Irrigation Maintenance for District 10, Brownwood and Sumter Landing Areas

RFP #19P-015

Village Community Development Districts Purchasing Department

Page 62 of 128

Proposal for Group E (1 Form)

(PROPOSAL FORMS ARE AVAILABLE IN EXCEL FORMATS ON DEMANDSTAR & THE DISTRICT WEBSITE)

SLCDD Buena Vista Blvd Phase V

SAMPLE GROUP D

END OF GROUP E *************************************************************************************

********************************************************************************

Description*

Annuals (x4

change outs

per year)

Zoysia Turf

(Sq Yd)

Bahia Turf

(Sq Yd)

Shrub Beds

(Sq Yd)Trees Palms

Irrigation

Zones

Pine Straw

Bales

Phase V 17,312 80,370 1,523 77,099 741 694 348 6,939

TOTAL QUANTITIES 17,312 80,370 1,523 77,099 741 694 348 6,939

UNIT COST

ANNUAL COST -$ -$ -$ -$ -$ -$ -$ n/a

BVB Phase V PROPOSAL FORM

Buena Vista Blvd

-$ TOTAL ANNUAL AMOUNT FOR ALL AREAS

-$ TOTAL MONTHLY AMOUNT FOR ALL AREAS

Landscape and Irrigation Maintenance for District 10, Brownwood and Sumter Landing Areas

RFP #19P-015

Village Community Development Districts Purchasing Department

Page 63 of 128

PROPOSAL FOR SUPPLEMENTAL SERVICES

(Additional Services if Needed):

ITEM DESCRIPTION UNIT PRICE

1

Aerification: Aerification on all Zoysia and St. Augustine turf in contracted area (NO BAHIA). This service will be completed in the months of March and November. An approved core aerification system shall be used to remove plugs that will remain and infill naturally. These services must be complete with the specified months. (Please provide a per Acre price to include entire contract area).

$/ACRE $__________/ACRE

2

Bed Lines: Bed lines shall be re-defined per original specifications and design intent once per year in all contracted areas. This process will begin with a proposed painted bed line by contractor to be approved by Landscape Supervisor prior to start of work. A task specific machine such as a BlueBird BB55A bed bug or similar approved equipment shall be used in completing this work to provide a consistent edge and depth. (Please provide a yearly cost contract wide).

$/YEAR $__________/YEAR

3

Pine Straw Removal: Please provide a per Square Yard cost for the complete removal of all existing Pine Straw in all beds in contracted area with the soil removed to 4 inches along any hard surface. This cost should be a total to encompass all beds in contract area.

$/Sq Yd $__________/Sq Yd

*PLEASE BE SURE TO PRICE PER SPECIFIC UNIT (Acre, Year or Sq Yd) NOTE(S):

When completing your proposal, do not attach any forms which may contain terms and conditions that conflict with those listed in the District’s proposal documents. Inclusion of additional terms and conditions such as those which may be on your company’s standard forms may result in your proposal being declared non-responsive.

All price information to be used in the RFP evaluation must be on this proposal form.

District reserves the right to adjust any quantity upward or downward as may be warranted or necessary.

The District maintains the right to utilize other vendors/contractors to address any unforeseen conditions as they may arise.

"The undersigned, as Proposer, hereby declares that he/she has informed himself/herself fully in regard to all conditions to the work to be done, and that he/she has examined the RFP and Specifications for the work and comments hereto attached. The Proposer agrees, if this proposal is accepted, to contract with the Village Community Development Districts in the form of an Agreement, to furnish all necessary materials, equipment, machinery, tools, apparatus, means of transportation, labor and service necessary to complete the work covered by the RFP and Agreement Documents for this Project. The Proposer agrees to accept in full compensation for each item the prices named in the schedules incorporated herein.

Proposer agrees to supply the products or services at the prices proposed above in accordance with the terms, conditions and specifications contained in this RFP.”

___________________________________ ______________________ _____________ Authorized Agent Name, Title (Print) Authorized Signature Date

Name of Proposer’s Firm:

This document must be completed and returned with your Submittal

Landscape and Irrigation Maintenance for District 10, Brownwood and Sumter Landing Areas

RFP #19P-015

Village Community Development Districts Purchasing Department

Page 64 of 128

FLORIDA FRIENDLY & DROUGHT TOLERANT PLANT MATERIAL REPLACEMENT PROGRAM

The awarded Contractor shall participate in the Florida Friendly and Drought Tolerant Plant Material Replacement Program. The following specifications and pricing are applicable to the replacement program only.

**PRICING IS BASED ON AN AVERAGE OF CONTRACTORS PRICING FOR PLANT MATERIAL REPLACEMENTS AS AGREED UPON AND ACCEPTED BY ALL EXISTING DISTRICT LANDSCAPE CONTRACTORS. [PRINT, SIGN and DATE]

FLORIDA FRIENDLY PLANT LIST:

Shrubs Size Installed Unit

Price

African Iris white 1 gallon $ 4.80

African Iris yellow 1 gallon $ 4.94

Agapanthus 1 gallon $ 5.24

Algerian Ivy 1 gallon $ 6.74

Azalea Formosa, lavender or pink 3 gallon $ 10.87

Azalea 'Southern Charm' 3 gallon $ 11.22

Azalea standard, pink or lavender 7 gallon $ 44.28

Azaleas Fashion 3 gallon $ 10.98

Azaleas Gerbing or Tabor 3 gallon $ 10.95

Azaleas Red Formosa 3 gallon $ 10.84

Azaleas Red Ruffle 3 gallon $ 11.10

Bamboo, 'Alphonse Karr' 7 gallon $ 97.53

Bamboo, ' Alphonse Karr' 15 gallon $ 177.73

Bamboo, ' Alphonse Karr' 30 gallon $ 297.67

Bamboo, 'Golden Goddess' 7 gallon $ 89.21

Bamboo, 'Golden Goddess' 15 gallon $ 165.83

Bamboo, 'Golden Goddess' 30 gallon $ 311.00

Blue Daze 1 gallon $ 4.68

Blue Salvia 1 gallon $ 5.01

Blue My Mind 1 gallon $ 6.62

Blue Pacific Juniper 1 gallon $ 4.83

BottleBrush, Dwarf 3 gallon $ 17.60

Boxwood 3 gallon $ 10.67

Boxwood 7 gallon $ 37.45

Boxwood 15 gallon; 30"+ ht. x 24"

spread $ 131.97

Bulbine 'Hallmark or Tangerine' 1 gallon $ 5.31

Camellia Japonica 7g $ 76.60

Camellia Japonica 15 gallon; 4-5' ht x 2-3'

spread $ 170.11

Landscape and Irrigation Maintenance for District 10, Brownwood and Sumter Landing Areas

RFP #19P-015

Village Community Development Districts Purchasing Department

Page 65 of 128

Camellia Japonica 30g $ 451.14

Camellia Sasanqua 7g $ 74.27

Camellia Sasanqua 15 gallon; 4-5' ht x 2-3'

spread $ 170.11

Camellia Sasanqua 30g $ 426.37

Cast Iron Plant 1 gallon $ 6.43

Cast Iron Plant 3 gallon $ 14.48

Coontie (Zamia floridana) 3 gallon full $ 22.62

Cordgrass 1 gallon $ 4.69

Crinum Lily - Red 15 gallon $ 94.78

Crinum Lily - Green 15 gallon $ 94.05

Day Lily 1 gallon $ 4.93

Dwarf Blue Ruellia 'Katie Blue' 1 gallon $ 4.92

Dwarf Burfordii Holly 3 gallon $ 10.70

Dwarf Burfordii Holly 7 gallon $ 36.26

Dwarf Chinese Fringe Bush 'Ruby' 3 gallon $ 11.42

Dwarf Chinese Fringe Bush 'Plum' 3 gallon $ 11.54

Dwarf Ice Plant (Delasperma cooperi) 1 gallon $ 8.64

Dwarf Walters Viburnum 'Mrs Shillers' 3 gallon $ 11.00

Dwarf Yaupon Holly 'Stokes, or Schellings' 3 gallon $ 10.94

Elaeagnus 3 gallon $ 11.66

Fakahatchee Grass, Dwarf 3 gallon $ 10.63

Fakahatchee Grass, reg 3 gallon $ 10.57

Feijoa - Pineapple Guava 3 gallon $ 11.53

Feijoa - Pineapple Guava 7 gallon $ 39.63

Feijoa - Pineapple Guava 15 gallon $ 92.87

Ginger, Shell 3 gallon $ 18.66

Hawthorn 3 gallon $ 10.66

Hawthorn 7 gallon $ 34.83

Hawthorn Standard 15 gallon $ 186.45

Helianthus, 'Beach Sunflower' 1 gallon $ 5.42

Hibiscus 3 gallon $ 12.98

Holly Fern 1 gallon $ 5.74

Jasmine, Confederate 1 gallon $ 5.10

Jasmine, Dwarf (Asiatic, minima) 1 gallon $ 4.75

Jasmine, Dwarf Variegated (Asiatic, minima) 1 gallon $ 4.97

Jasmine, Dwarf Tri-colored (Asiatic, minima) 1 gallon $ 5.05

Juniper, Blue Pacific 3 gallon $ 10.70

Juniper Parsonii 3 gallon $ 10.67

Lantana trailing pink 1 gallon $ 4.87

Lantana trailing 'Gold Mound' 1 gallon $ 4.85

Landscape and Irrigation Maintenance for District 10, Brownwood and Sumter Landing Areas

RFP #19P-015

Village Community Development Districts Purchasing Department

Page 66 of 128

Lantana trailing 'Chapel Hill' 1 gallon $ 5.09

Ligustrum 'Howardii' 7 gallon $ 36.41

Ligustrum japonicum 7 gallon $ 36.17

Ligustrum recurvifolium 7 gallon $ 36.66

Ligustrum sinensis 'Variegated' 3 gallon $ 16.49

Liriope 'Emerald Goddess' 1 gallon $ 5.31

Liriope 'Super Blue' 1 gallon $ 5.10

Liriope, Variegated 'Aztec Grass' 1 gallon $ 4.89

Mondo Grass (Ophiopogon spp.) 1 gallon $ 4.93

Mondo Grass, Dwarf (Ophiopogon spp.) 1 gallon $ 4.97

Muhly Grass 3 gallon $ 10.43

Nandina domestica 'Harbor Dwarf' 1 gallon $ 7.82

Nandina domestica 'Harbor Dwarf' 3 gallon $ 14.54

Nandina domestica, regular 3 gallon $ 11.98

Nandina domestica, regular 7 gallon; 28"+ ht. x 2' spread;

3 canes min $ 35.98

Nandina 'Firepower Dwarf' 3 gallon $ 13.09

Nandina 'Gulf Stream Dwarf' 3 gallon $ 14.84

Needle Palm 7 gallon $ 93.23

Osmanthus fragrans 3 gallon $ 14.08

Pampas Grass 3 gallon $ 11.11

Paspalum quadrifarium 3 gallon $ 10.97

Pennesetum Fountain Grass, Green or Red 3 gallon $ 11.30

Perennial peanut 'Ecoturf' 1 gallon $ 5.38

Philodendron, Split-leaf (Selloum spp.) 3 gallon $ 11.54

Philodendron, Split-leaf (Selloum spp.) 7 gallon $ 36.34

Philodendron, Xanadu 3 gallon $ 15.29

Pittosporum, green compact 3 gallon $ 11.01

Pittosporum, variegated compact 3 gallon $ 10.87

Plumbago 3 gallon $ 10.72

Podocarpus 3 gallon $ 11.17

Podocarpus macrophyllus 7 gallon $ 37.15

Podocarpus macrophyllus B&B/cont 5' minimum ht x 24-36" spread $ 170.82

Podocarpus 'Pringles' 3 gallon $ 13.32

Podocarpus 'Pringles' 7 gallon $ 49.18

Roses, Drift 3 gallon $ 19.41

Roses, Knockout 3 gallon $ 19.34

Rosemary 1 gallon $ 6.71

Sabal minor 3 gallon $ 26.48

Sabal minor 7 gallon $ 71.43

Landscape and Irrigation Maintenance for District 10, Brownwood and Sumter Landing Areas

RFP #19P-015

Village Community Development Districts Purchasing Department

Page 67 of 128

Sabal minor 15 gallon $ 160.33

Serenoa repens 7 gallon $ 72.97

Serenoa repens 15 gallon $ 153.33

Society Garlic 1 gallon $ 4.68

Stromanthe 3 gallon $ 44.45

Thryallis (Galphimia glauca) 3 gallon $ 11.91

Variegated Dianella-Flax Lily 1 gallon $ 5.82

Variegated Dianella-Flax Lily 3 gallon $ 13.45

Viburnum odoratissimum 3 gallon $ 10.68

Viburnum odoratissimum 7 gallon $ 35.92

Viburnum odoratissimum 15 gallon $ 88.77

Viburnum odoratissimum 30 gallon/B&B $ 187.45

Viburnum suspensum 3 gallon $ 10.93

Viburnum suspensum 7 gallon $ 38.47

Wax Myrtle 15 gallon; 4-5' $ 98.15

Wax Myrtle 25 gallon; 5-6' $ 192.16

Dwarf Wax Myrtle - var. pumila 3 gallon $ 12.51

Dwarf Wax Myrtle - var. pumila 7 gallon $ 43.47

Yellow Anise 7 gallon, 30"+ ht 18-24"

spread $ 36.25

Trees

Bald Cypress 30g $ 210.00

Bald Cypress B&B 12ft $ 410.00

Crape Myrtle - multi trunk, various colors multi trunk #30

B&B 9' + ht x 5' spread $ 259.66

Crape Myrtle Standard 65 gal 10-12'; 5' spread $ 464.87

Date Palm Canary 10-12' up to nut $ 7,216.77

Date Palm Medjool 12' to first frond $ 6,353.47

Date Palm Medjool 16' to first frond $ 7,847.41

Date Palm Sylvester 12' to first frond $ 5,024.25

Date Palm Sylvester 16' to first frond $ 7,029.49

East Palatka Holly

30 gallon 8' ht x 4' spread 2" cal

min, straight trunk $ 233.41

European Fan Palm, multitrunk 15 gallon $ 145.29

European Fan Palm, multitrunk 30 gallon $ 255.39

Japanese Blueberry (Elaeocarpus decipiens) 15 gallon $ 136.56

Ligustrum Tree-type

B&B 8 ½' + ht x 7' spr, multi

trunk 4' min open below $ 584.19

Live Oak B&B 3 ½" - 4" caliper $ 777.50

Live Oak B&B 4" caliper $ 825.00

Landscape and Irrigation Maintenance for District 10, Brownwood and Sumter Landing Areas

RFP #19P-015

Village Community Development Districts Purchasing Department

Page 68 of 128

Live Oak B&B 6" caliper $ 1,537.50

Live Oak B&B 8" caliper $ 2,880.93

Magnolia 'Little Gem' 30 gallon $ 228.97

Magnolia 'Little Gem' 3" caliper 45 gallon or B&B $ 474.46

Magnolia 'Southern' 30 gallon $ 287.00

Magnolia 'Southern' 45 GALLON $ 550.00

Magnolia 'Southern' 65 gallon or B&B $ 617.40

Mule Palm (Butia x Queen hybrid) 10' to first live frond $ 1,533.33

Nellie Stevens Holly 30 gallon 6-8'

ht x 4-6' spread $ 231.59

Pindo Palm (Butia capitata) 6-8' CT full head $ 2,050.16

Red Maple 30g $ 233.57

Red Maple (Acer Rubrum) 2 ½" - 3" caliper $ 456.50

Ribbon Palm (Livistona decipiens) 6-8' to first live frond $ 838.00

Ribbon Palm (Livistona decipiens) 12-14' to first live frond $ 1,515.67

River Birch Cont/B&B 12-14' x6' spr, multi trunk (BNMTF) 'Dura-heat'

12-14' ht. x 6' spr. multi trunk $ 349.42

Sabal Palm 10' to 16' ct $ 273.33

Sabal Palm - Root enhanced 4-8' CT $ 383.50

Sabal Palm - Root enhanced 10-22' CT $ 471.30

Sabal Palm - Root enhanced 24-30' CT $ 621.50

Sabal Palm - Root enhanced 32-40' CT $ 732.80

Sand Pine 15 gallon $ 150.00

Sand Pine 30 gallon $ 1,225.00

Shumard Oak 3" caliper $ 481.78

Shadows Female Yaupon Holly (4-5' spread) 30 gallon $ 260.21

Slash Pine 15 gallon $ 150.00

Slash Pine 30 gallon $ 1,225.00

Sweetgum 30 gallon $ 221.43

Sweetgum (Liquidambar styraciflua) 2 ½" - 3" caliper $ 435.67

Walters Viburnum 6' ht. x 4' spread $ 221.00

Washingtonia Palm 12' clear trunk $ 596.84

Weeping Willow 30g $ 220.83

Weeping Willow 2 ½" - 3" caliper $ 458.50

Weeping Yaupon var. pendula 15 gallon $ 143.67

Weeping Yaupon var. pendula 30 gallon; 9'+ ht x 4 ½' spr.

Multiple trunks $ 265.50

Winged Elm (Ulmus alata) 2 ½" - 3" caliper $ 450.05

Winged Elm (Ulmus alata) 3 ½" - 4" caliper $ 699.17

Turf

Empire' Zoysia R&R installed square foot $ 0.81

Landscape and Irrigation Maintenance for District 10, Brownwood and Sumter Landing Areas

RFP #19P-015

Village Community Development Districts Purchasing Department

Page 69 of 128

Floratam' St Augustine R&R installed square foot $ 0.77

Seville'/ 'Bitter Blue' St. Augustine R&R installed square foot $ 0.81

Bahia sod R&R installed square foot $ 0.64

Celebration Bermuda R&R installed square foot $ 0.80

419 Bermuda R&R installed square foot $ 0.76

Other

Pine Straw per bale installed per bale installed $ 6.09

Soil Amendment (Annuals Mix) Per Cubic Yard per yard $ 38.94

Fill Dirt (Clean/Not Enriched) per Cubic Yard per yard $ 28.92

Transplant 1 gallon plant charge (Nearby) per plant $ 3.33

Transplant 3 gallon plant charge (Nearby) per plant $ 5.56

Per hour labor charge for excess site prep, etc. per man hour $ 33.75

HOURLY RATE: Equipment

Equipment Size Hourly Rate

Loader w/ Operator SMALL $75.00/hr

WARRANTY The Contractor shall offer the following warranties on installed plant materials:

Trees/Palms/Specimen Plants – One (1) Year Warranty New Plant Material/Shrubs – Ninety (90) Day Warranty Turf/Sod – Sixty (60) Day Warranty

Contractor warrants that any failure of materials or service within the above referenced time frames after acceptance by the District, which can be traced to materials or labor, supplied during the performance of the work, shall be repaired and/or replaced without any additional charge to the District. Warranty shall cover all materials and labor associated with warranty repairs performed on site.

________________________ ________________ ___________ Authorized Agent Name, Title (Print) Authorized Signature Date

Name of Proposer’s Firm:

This document must be completed and returned with your Submittal

Landscape and Irrigation Maintenance for District 10, Brownwood and Sumter Landing Areas

RFP #19P-015

Village Community Development Districts Purchasing Department

Page 70 of 128

IRRIGATION REPLACEMENT PROGRAM

The awarded Contractor shall participate in the Irrigation Replacement Program. The following specifications and pricing are applicable to the replacement program only.

**PRICING IS BASED ON AN AVERAGE OF CONTRACTORS PRICING FOR IRRIGATION REPLACEMENTS AS AGREED UPON AND ACCEPTED BY ALL EXISTING DISTRICT LANDSCAPE CONTRACTORS. [PRINT, SIGN and DATE]

IRRIGATION EQUIPMENT LIST

Valves Part No. Installed Unit

Price

Rain Bird PESB - PRS - D Series

Rain Bird PRS Dial pressure module B33135 $ 76.50

Rain Bird 1” Valve 100-PESB-PRS-D $ 149.20

Rain Bird 1 1/2” Valve 150-PESB-PRS-D $ 178.30

Rain Bird 2” Valve 200-PESB-PRS-D $ 224.00

Electric, brass 300-BPES - 3" B38113 $ 548.90

Diaphragm Assembly PGA 100 208143 $ 39.10

Diaphragm Assembly PGA 150 234882 $ 69.90

Diaphragm Assembly PGA 200 209005 $ 77.70

Diaphragm Assembly BPES 300 231542 $ 273.50

Electric Solenoid 24 VAC PGA 209532-02 $ 43.60

Electric Solenoid 24 VAC 300 BPES B31800 $ 47.90

9-Volt Potted Latching Solenoid TBOS-PSOL $ 42.00

Rain Bird 1800 PRS Series Pop Up Sprinkler

1804 PRS (Pressure Regulated) 4” pop-up spray sprinkler body 1804-PRS $ 6.50

1804 SAM PRS (Seal-A-Matic Check Valve) 1804-SAM-PRS $ 8.40

1806 PRS 6” pop-up 1806-PRS $ 12.30

1806 SAM PRS 6” pop-up 1806-SAM-PRS $ 19.30

1812 PRS 12” Pop-up body 1812-PRS $ 18.50

1812 SAM PRS 12” pop-up 1812-SAM-PRS $ 23.80

Tree Spray Heads and Nozzles

Rain Bird SQ Series Square Quarter Nozzle SQ QTR $ 2.50

Rain Bird maxi jet pop up adaptor with Top Hat 180 Spray Jet Nozzle

$ 3.20

Rain Bird 1400 Series Pressure Compensating Full-Circle Bubbler 1404 $ 5.10

Landscape and Irrigation Maintenance for District 10, Brownwood and Sumter Landing Areas

RFP #19P-015

Village Community Development Districts Purchasing Department

Page 71 of 128

Rain Bird VAN Series Nozzles (Variable Arc Nozzles)

6’ VAN Nozzle 6-VAN $ 1.40

8’ VAN Nozzle 8-VAN $ 1.40

10’ VAN Nozzle 10-VAN $ 1.40

12’ VAN Nozzle 12-VAN $ 1.40

15’ VAN Nozzle 15-VAN $ 1.40

18’ VAN Nozzle 18-VAN $ 1.40

Villa Clocks-Hunter XC Hybrid, Stainless Locking Cabinet

4-Zone Clock XCH-400-SS $ 198.50

6-Zone Clock XCH-600-SS $ 379.60

8-Zone Clock XCH-800-SS $ 292.20

10-Zone Clock XCH-1000-SS $ 300.40

12-Zone Clock XCH-1200-SS $ 469.70

Hunter ICV Valves

ICV Valve-1" For potable water $ 89.40

ICV Valve-1 1/2" For potable water $ 120.20

ICV Valve-2" For potable Water $ 164.30

ICV Valve-1" Filter Sentry Valve for non-potable water $ 137.70

ICV Valve-1 1/2" Filter Sentry Valve for non-potable water $ 175.90

ICV Valve-2" Filter Sentry Valve for non-potable water $ 216.10

Hunter 9-V latching Solenoid #458200 $ 30.60

Rain Bird 5000 Series Rotors-w/nozzle

5004-RRS 4” Rotor (Pressure Regulated) 5004-RRS $ 15.90

5004-SAM-PRS (Seal-A-Matic) 5004-SAM-PRS $ 18.50

Rain Bird 9-Volt Timers

TBOS 9-Volt Controller single zone TBOS-1CMUS $ 175.70

TBOS 9-Volt Controller two zone TBOS-2CMUS $ 222.70

TBOS 9-Volt Controller four zone TBOS-4CMUS $ 267.90

TBOS 9-Volt Controller six zone TBOS-6CMUS $ 330.80

9-Volt Alkaline Battery $ 3.60

Hunter PGP ADJ Series rotor-w/nozzle

4" pop-up Rotor PGP-ADJ $ 14.90

Landscape and Irrigation Maintenance for District 10, Brownwood and Sumter Landing Areas

RFP #19P-015

Village Community Development Districts Purchasing Department

Page 72 of 128

Hunter Institutional Series Pop-up Sprinkler

6" Institutional pop-up with check valve, pressure regulated INST-06-CV-R $ 15.50

12" Institutional pop-up with check valve, pressure regulated INST-12-CV-R $ 21.10

Hunter Adjustable Nozzle $ 1.30

Hunter Fixed Arc Nozzle $ 1.30

Hunter Smart Valve Controllers, Wireless Valve System 9-Volt

Single Station Controller WVC-100 $ 179.80

Two Station Controller WVC-200 $ 213.20

Four Station Controller WVC-400 $ 240.50

Hunter Rain Sensors

Hunter Mini-Clik Rain Sensor BPSW $ 39.00

Hunter Solar Sync Rain Sensor $ 100.20

MP Rotator

1000 series $ 8.40

2000 series $ 8.60

3000 series $ 8.60

Contractor warrants that any failure of materials or service within the above referenced time frames after acceptance by the District, which can be traced to materials or labor, supplied during the performance of the work, shall be repaired and/or replaced without any additional charge to the District. Warranty shall cover all materials and labor associated with warranty repairs performed on site.

________________________ ________________ ___________ Authorized Agent Name, Title (Print) Authorized Signature Date

Name of Proposer’s Firm:

This document must be completed and returned with your Submittal

Landscape and Irrigation Maintenance for District 10, Brownwood and Sumter Landing Areas

RFP #19P-015

Village Community Development Districts Purchasing Department

Page 73 of 128

WILDLIFE HABITAT MANAGEMENT PLAN

Landscape and Irrigation Maintenance for District 10, Brownwood and Sumter Landing Areas

RFP #19P-015

Village Community Development Districts Purchasing Department

Page 74 of 128

Landscape and Irrigation Maintenance for District 10, Brownwood and Sumter Landing Areas

RFP #19P-015

Village Community Development Districts Purchasing Department

Page 75 of 128

WILDLIFE HABITAT MANAGEMENT ACKNOWLEDGEMENT FORM

“I DO HEREBY ACKNOWLEDGE RECEIPT OF THE TRI-COUNTY VILLAGES PROTECTED SPECIES AND ENVIRONMENTAL COMPLIANCE INFORMATION BROCHURE AND WILL DISTRIBUTE COPIES OF SAID BROCHURE TO ALL EMPLOYEES AND SUBCONTRACTOR EMPLOYEES. I UNDERSTAND THAT THE WILDLIFE MANAGEMENT PLAN IS AVAILABLE FOR REVIEW AT MY REQUEST AND THAT I AGREE TO ADHERE TO THE REGULATIONS AND GUIDELINES SET FORTH IN THE WILDLIFE MANAGEMENT PLAN.”

CONTRACTOR

Company

Authorized Signature Title

Printed Name Date

This document must be completed and returned with your Submittal

Landscape and Irrigation Maintenance for District 10, Brownwood and Sumter Landing Areas

RFP #19P-015

Village Community Development Districts Purchasing Department

Page 76 of 128

FERTILIZER PROGRAM

“I DO HEREBY ACKNOWLEDGE RECEIPT OF THE FERTILIZER PROGRAM INFORMATION AND WILL DISTRIBUTE COPIES OF SAID INFORMATION TO ALL EMPLOYEES AND SUBCONTRACTOR EMPLOYEES. I UNDERSTAND THAT THE FERILIZER PROGRAM IS AVAILABLE FOR REVIEW AT MY REQUEST AND THAT I AGREE TO ADHERE TO THE REGULATIONS AND GUIDELINES SET FORTH IN THE FERTILIZER PROGRAM.”

CONTRACTOR

Company

Authorized Signature Title

Printed Name Date

This document must be completed and returned with your Submittal

Landscape and Irrigation Maintenance for District 10, Brownwood and Sumter Landing Areas

RFP #19P-015

Village Community Development Districts Purchasing Department

Page 77 of 128

EXCEPTIONS OR DEVIATIONS TO SPECIFICATIONS

Note: Proposer must sign the appropriate statement below as applicable.

( ) Proposer understands and agrees to all terms, conditions, requirements and specifications

stated herein. Firm:

Signature/Date:

-OR-

( ) Proposer takes exceptions to terms, conditions, requirements or specifications stated herein.

(Proposer must itemize each exception below and return with the Proposal Form.) Firm:

Signature/Date:

Proposer should note that any exceptions taken from the stated terms and/or specifications may, but not necessarily will be cause for their submittal to be deemed “non-responsive”, risking rejecting of the submittal. Attached are _________ additional pages.

Name of Proposer’s Firm:

This document must be completed and returned with your Submittal

Landscape and Irrigation Maintenance for District 10, Brownwood and Sumter Landing Areas

RFP #19P-015

Village Community Development Districts Purchasing Department

Page 78 of 128

DISCLOSURE OF SUBCONTRACTORS, SUBCONSULTANTS AND SUPPLIERS

Note: Proposer must sign the appropriate statement below as applicable.

( ) No Subcontractors, Sub consultants or Suppliers will be used in connection with performance of

this Agreement. Firm:

Signature:

-OR-

( ) All Subcontractors, Sub consultants or Suppliers to be used in connection with performance of this Agreement are listed below. (Attach additional sheets as necessary.)

Firm:

Signature:

SUBCONTRACTORS, SUBCONSULTANTS AND SUPPLIERS

Name of Firm or Agency:

Type of Business:

Address:

Telephone:

Contact Name / Title:

License:

Name of Firm or Agency:

Type of Business:

Address:

Telephone:

Contact Name / Title:

License:

Name of Firm or Agency:

Type of Business:

Address:

Telephone:

Contact Name / Title:

License:

Name of Firm or Agency:

Address:

Telephone:

Contact Name / Title:

License:

Name of Proposer’s Firm:

This document must be completed and returned with your Submittal

Landscape and Irrigation Maintenance for District 10, Brownwood and Sumter Landing Areas

RFP #19P-015

Village Community Development Districts Purchasing Department

Page 79 of 128

PROPOSER’S CERTIFICATION

Submit To: Village Community Development Districts Purchasing Department

940 Lakeshore Drive, Suite 200 The Villages, FL 32162 Phone 352-751-6700

Fax 352-751-6715

VILLAGE CENTER COMMUNITY DEVELOPMENT DISTRICT

REQUEST FOR PROPOSAL (RFP) CERTIFICATION

AND ADDENDA ACKNOWLEDGMENT

DUE DATE: June19, 2019 DUE TIME: 3:00pm RFP #19P-015

TITLE: Landscape and Irrigation Maintenance for District 10, Brownwood & Sumter Landing Areas

PROPOSER NAME:

PHONE NUMBER:

PROPOSER MAILING ADDRESS:

FAX NUMBER:

CITY/STATE/ZIP:

E-MAIL ADDRESS:

“I, the undersigned, certify that I have reviewed the addenda listed below (list all addenda received to date).”

___________ ____________ ____________ ____________ ____________ Addendum # Addendum # Addendum # Addendum # Addendum #

“I, the undersigned, declare that I have carefully examined the RFP, specifications, terms and conditions as applicable for this Request, and that I am thoroughly familiar with all provisions and the quality and type of coverage and services specified. I agree to abide by all conditions of this RFP and certify that I am authorized to sign this response and that the offer is in compliance with all requirements of the RFP, including but not limited to certification requirements, insurance requirements and E-Verify participation. I certify that there are no pending or overtly threatened actions, claims, orders, decrees, investigations, suits or proceedings by or before any governmental authority, arbitrator, court or administrative agency which would have a material adverse effect, or which question the validity of this Agreement or any action taken or to be taken by the Offeror in connection herewith, or which might result in any impairment of the right or ability of the Offeror to enter into or perform its obligations under this Agreement. I understand that timely commencement will be considered in award of this RFP and that cancellation of award will be considered if commencement time is not met, and that untimely commencement may be cause for assessment of liquidated damages claims. I further certify that the services will meet or exceed the RFP requirements.

I certify that this quote is made without prior understanding, agreement, or connection with any corporation, firm, or person submitting an RFP for the same material, supplies, equipment or services and is in all respects fair and without collusion or fraud. I further declare that I have not divulged, discussed, or compared this RFP with any other Offeror and have not colluded with any Offerors or parties to an RFP whatsoever for any fraudulent purpose. In conducting offers with an agency for Village Center Community Development District, Sumter Landing Community Development District, Brownwood Community Development District, North Sumter County Utility Dependent District, or any Village Community Development Districts 1-13, proposer agrees that if this proposal is accepted, the proposer will convey, sell, assign, or transfer to the Districts all rights, title and interest in and to all causes of action it may now or hereafter acquire under the anti-trust laws of the United States for price fixing relating to the particular commodities or services purchased or acquired by the Districts. At the Districts’ discretion, such assignment shall be made and become effective at the time the purchasing agency renders final payment to the proposer.” ___________________________________________________ _____________________________ _________________

Authorized Agent Name, Title (Print) Authorized Signature Date

Name of Proposer’s Firm:

This form must be completed and returned with your Submittal

Landscape and Irrigation Maintenance for District 10, Brownwood and Sumter Landing Areas

RFP #19P-015

Village Community Development Districts Purchasing Department

Page 80 of 128

STATEMENT OF TERMS AND CONDITIONS PUBLIC ENTITY CRIME: A person or affiliate who has been placed on the convicted vendor list following a

conviction for a public entity crime may not submit a Proposal/Bid on a contract to provide any goods or services to a public entity, for the construction or repair of a public building or public work, may not submit Proposals/Bids on leases of real property to a public entity, may not be awarded or perform work as a vendor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. INDEMNIFICATION : The Vendor agrees to indemnify and hold harmless Village Center Community Development District, Sumter Landing Community Development District, North Sumter County Utility Dependent District, Brownwood Community Development District, Village Community Development Districts 1-13 and their elected officials, employees and volunteers and defend and indemnify the Districts and the agents, servants, employees, officers, and officials thereof from and against any and all liability or responsibility for damage to property or person that may arise in connection with the services to be provided hereunder, including reasonable attorney fees and expenses. PROHIBITION OF LOBBYING: During the black out period which is, the period between the time the submittals for Invitation to Bid or the Request for Proposal, or Qualifications, or information, as applicable, are received at Contracts / Purchasing and the time the Board awards the contract, no proposer, no lobbyist, principal, or other person may lobby, on behalf of a competing party in a particular procurement matter, any member of the Board, or any District employee other than the Purchasing Director. Violation of this provision may result in disqualification of violating party. All questions regarding this Request for Proposal (RFP) or Invitation to Bid (BID) must be submitted in writing to the District’s Purchasing Director. ANTI TRUST LAWS: By submission of a signed RFP or BID, the successful Vendor acknowledges compliance with all antitrust laws of the United States and the State of Florida, in order to protect the public from restraint of trade, which illegally increases prices. CONFLICT OF INTEREST: The award of the contract hereunder is subject to the provisions of Chapter 112 of the Florida Statutes. Vendors shall disclose the name of any Officer, Director, Partner, Associate, or Agent who is also an Officer, Appointee, or Employee of any of the Districts at the time of the RFP or BID, or at the time of occurrence of the Conflict of Interest thereafter. INTERPRETATION, CLARIFICATIONS AND ADDENDA: No oral interpretations will be made to any vendor as to the meaning of the RFP/BID Contract Documents. Any inquiry or request for interpretation received by the Purchasing Director before the date listed herein will be given consideration. All such changes or interpretations will be made in writing in the form of an addendum and, if issued, will be distributed at or after the Pre-Proposal/Pre-Bid Conference, mailed or sent by available or electronic means to all attending prospective Submitters prior to the established RFP/BID opening date. Each Vendor shall acknowledge receipt of such addenda in the space provided. In case any Proposer/Bidder fails to acknowledge receipt of such addenda or addendum, his offer will nevertheless be construed as though it had been received and acknowledged and the submission of his bid will constitute acknowledgment of the receipt of same. All addenda are a part of the RFP/BID FORMS and each Proposer/Bidder will be bound by such addenda, whether or not received by him. It is the responsibility of each proposer/bidder to verify that he has received all addenda issued before RFP’s/BID’s are opened. In the case of unit price items, the quantities of work to be done and materials to be furnished under this RFP/BID Contract are to be considered as approximate only and are to be used solely for the comparison of RFP’s/BID’s received. The District and/or his CONSULTANT do not expressly or by implication represent that the actual quantities involved will correspond exactly therewith; nor shall the Vendor plead misunderstanding or deception because of such estimate or quantities of work performed or material furnished in accordance with the Specifications and/or Drawings and other Proposal/Bid Documents, and it is understood that the quantities may be increased or diminished as provided herein without in any way invalidating any of the unit or lump sum prices bid. GOVERNING LAWS AND REGULATIONS: The vendor is required to be familiar with and shall be responsible

for complying with all federal, state and local laws, ordinances, rules and regulations that in any manner affect the work. PROPRIETARY/CONFIDENTIAL INFORMATION: Vendors are herby notified that all information submitted

as part of, or in support of RFP’s/BID’s, will be available for public inspection ten days after opening of the RFP’s/BID’s or until a short list is recommended whichever comes first, in compliance with Chapter 119, and 287 of the Florida Statutes. Any person wishing to view the RFP’s/BID’s must make an appointment by calling the Purchasing Director at (352) 751-6700. All RFP’s/BID’s submitted in response to this solicitation become the property of the District. Unless information submitted is proprietary, copy written, trademarked, or patented, the District reserves the right to utilize any or all information, ideas, conceptions, or portions of any RFP/BID, in its best interest. TAXES: Village Center Community Development District, Sumter Landing Community Development District, North Sumter County Utility Dependent District, Brownwood Community Development District and Village Community Development Districts 1-12 are exempt from any taxes imposed by the State and/or Federal Government. Exemption certificates will be provided upon request. NON-COLLUSION DECLARATION: By signing this RFP/BID, all Vendors shall affirm that they shall not

collude, conspire, connive or agree, directly or indirectly, with any other Proposer, firm, or person to submit a collusive or sham Proposal in connection with the work for which their RFP/BID has been submitted; or to refrain from Bidding in connection with such work; or have in any manner, directly or indirectly, sought by person to fix the price or prices in the RFP/BID or of any other Bidder, or to fix any overhead, profit, or cost elements of the RFP/BID price or the RFP/BID price of any other Bidder, or to secure through any collusion, conspiracy, connivance, or unlawful Contract any advantage against any other Bidder, or any person interested in the proposed work. PROPOSER RESPONSIBILITY: Invitation by the Districts to vendors is based on the recipient’s specific

request and application to DemandStar by Onvia at www.DemandStar.com, to the District website at www.Districtgov.org or as the result of response by the public to the legal advertisements required by State law. Firms or individuals submit their responses on a voluntary basis, and therefore are not entitled to compensation of any kind. OWNERSHIP OF SUBMITTALS: All responses, inquiries or correspondence relating to or in reference to this RFP/BID, and all other reports, charts, displays, schedules, exhibits and other documentation submitted by the vendors will become the property of the District. Reference to literature submitted with a previous RFP/BID will not relieve the Bidder from including any required documents with this RFP/BID. EXAMINATION OF BID DOCUMENTS: Each Bidder shall carefully examine the RFP/BID Document to ensure

all pages have been received, all drawings and/or Specifications and other applicable documents are included, and shall inform himself thoroughly regarding any and all conditions and requirements that may in any manner affect cost, progress or performance of the work to be performed under the Contract. Ignorance on the part of the VENDOR will in no way relieve him of the obligations and responsibilities assumed under the Contract. VENDOR RESPONSIBILITY: Vendors are fully and completely responsible for the labeling, identification and

delivery of their submittals. The Purchasing Director will not be responsible for any mislabeled or misdirected submissions, nor those handled by delivery persons, couriers, or the US Postal Service. DRUG FREE WORKPLACE: All Proposers/Bidders shall submit the enclosed, duly signed and notarized form entitled “Drug Free Workplace Certificate”. The Drug Free Workplace Vendor shall have the burden of demonstrating that his program complies with Section 287.087 of the Florida Statutes, and any other applicable state law.

VILLAGE CENTER COMMUNITY DEVELOPMENT DISTRICT, SUMTER LANDING COMMUNITY DEVELOPMENT DISTRICT, NORTH SUMTER COUNTY UTILITY DEPENDENT DISTRICT, BROWNWOOD COMMUNITY DEVELOPMENT DISTRICT AND VILLAGE COMMUNITY DEVELOPMENT DISTRICTS 1-13, are

political subdivisions of the State of Florida, and reserve the right to reject any and/or all submittals, reserve the right to waive any informalities or irregularities in the examination process, and reserve the right to award contracts and/or in the best interest of the Districts. Submittals not meeting stated minimum terms and qualifications may be rejected by the Districts as non-responsive. The Districts reserve the right to reject any or all submittals without cause. The Districts reserves the right to reject the submission of any Vendor in arrears or in default upon any debt or contract to the Districts, or who has failed to perform faithfully any previous contract with the Districts or with other governmental agencies. PUBLIC RECORDS LAW: Correspondence, materials and documents received pursuant to this RFP/BID become

public records subject to the provisions of Chapter 119, Florida Statutes. PREPARATION OF PROPOSALS/BIDS: Signature of the Bidder: The Bidder must sign the RFP/BID FORMS in the space provided for the signature. If the

Proposer/Bidder is an individual, the words “doing business as ,” must appear beneath such signature. In the case of a partnership, the signature of at least one of the partners must follow the firm name and the words, “Member of the Firm” should be written beneath such signature. If the Proposer/Bidder is a corporation, the title of the officer signing the RFP/BID on behalf of the corporation must be stated and evidence of his authority to sign the RFP/BID must be submitted. The Proposer/Bidder shall state in the RFP/BID FORMS the name and address of each person interested therein. Basis for Bidding: The price proposed for each item shall be on a lump sum or unit price basis according to

specifications on the RFP/BID FORM. The proposed prices shall remain unchanged for the duration of the Contract and no claims for cost escalation during the progress of the work will be considered, unless otherwise provided herein. Total Proposed Price/Total Contract Sum Proposed: If applicable, the total price bid for the work shall be the

aggregate of the lump sum prices proposed and/or unit prices multiplied by the appropriate estimated quantities for the individual items and shall be stated in figures in the appropriate place on the RFP/BID FORM. In the event that there is a discrepancy on the RFP/BID FORM due to unit price extensions or additions, the corrected extensions and additions shall be used to determine the project bid amount. TABULATION: Those wishing to receive an official tabulation of the results of the opening of this RFP/BID are to submit a self-addressed, stamped business size (No. 10) envelope, prominently marked on the front lower left side, with the RFP identification. Tabulation requested by telephone, fax or electronic media will not be accepted. OBLIGATION OF WINNING BIDDER: The contents of the RFP/BID of the successful proposer/bidder will become contractual obligations if acquisition action ensues. Failure of the successful Proposer/Bidder to accept these obligations in a contract may result in cancellation of the award and such vendor may be removed from future participation. AWARD OF BID: It is the Districts’ intent to select a vendor within sixty (60) calendar days of the deadline for receipt of Proposals/Bids. However, Proposals/Bids must be firm and valid for award for at least ninety (90) calendar days

after the deadline for receipt of the RFP/BID. ADDITIONAL REQUIREMENTS: The firms shall furnish such additional information as the Districts may reasonably require. This includes information which indicates financial resources as well as ability to provide the services. The Districts reserve the right to make investigations of the qualifications of the firm as it deems appropriate. PREPARATION COSTS: The Districts shall not be obligated or be liable for any costs incurred by Proposers/Bidders prior to issuance of a contract. All costs to prepare and submit a response to this RFP/BID shall be borne by the Proposer/Bidder. TIMELINESS: All work will commence upon authorization from the Districts’ representative (Purchasing Director). All

work will proceed in a timely manner without delays. The Vendor shall commence the work UPON RECEIPT OF NOTICE TO PROCEED and/or ORDER PLACED (PURCHASE ORDER PRESENTED), and shall deliver in accordance to the terms and conditions outlined and agreed upon herein. DELIVERY: All prices shall be FOB Destination, The Villages, Florida, inside delivery unless otherwise specified. ADDITIONAL SERVICES/PURCHASES BY OTHER PUBLIC AGENCIES (“PIGGY-BACK”):

The Vendor by submitting a Bid acknowledges that other Public Agencies may seek to “Piggy-Back” under the same terms and conditions, during the effective period of any resulting contract – services and/or purchases being offered in this Bid, for the same prices and/or terms proposed. Vendor has the option to agree or disagree to allow contract Piggy-Backs on a case-by-case basis. Before a Public Agency is allowed to Piggy-Back any contract, the Agency must first obtain the vendor’s approval – without the vendor’s approval, the seeking Agency cannot Piggy-Back. PLANS, FORMS & SPECIFICATIONS: Bid Packages are available from the Purchasing Director. These packages are available for pickup or by mail. If requested to mail, the Proposer/Bidder must supply a courier account number (UPS, FedEx, etc). Proposers/Bidders are required to use the official RFP/BID FORMS, and all attachments itemized herein, are to be submitted as a single document. Any variation from the minimum specifications must be clearly stated on the RFP/BID FORM and/or Exceptions/Deviations Sheet(s). Only one set of plans, forms, and specifications will be furnished each company or corporation interested in submitting a proposal/bid. RFP/BID FORM documents for this project are free of charge and are available on-line and are downloadable (vendor must pay any DemandStar fees or any shipping). MANUFACTURER’S NAME AND APPROVED EQUIVALENTS: Any manufacturer’s names, trade names, brand

names, information and/or catalog numbers listed in a specification are for information and not intended to limit competition unless otherwise indicated. The Proposer/Bidder may offer any brand for which he is an authorized representative, which meets or exceeds the RFP/BID specification for any item(s). If RFP’s/BID’s are based on equivalent products, indicate on the RFP/BID FORM the manufacturer’s product name and literature, and/or complete specifications. Reference to literature submitted with a previous RFP/BID will not satisfy this provision. The Proposer/Bidder shall explain in detail the reason(s) why the proposed equivalent will meet the specifications and not be considered an exception thereto. RFP’s/BID’s which do not comply with these requirements are subject to rejection. RFP’s/BID’s lacking any written indication of intent to quote an alternate brand will be received and considered in complete compliance with the specifications as listed on the RFP/BID FORM. The Purchasing Director is to be notified, in writing, of any proposed changes in materials used, manufacturing process, or construction. However, changes shall not be binding upon the Districts unless evidenced by a Change Notice issued and signed by the Purchasing Director, or designated representative. QUANTITIES: The quantities as specified in this RFP/BID are estimates only and are not to be construed as

guaranteed minimums. SAMPLES: Samples of items, when called for, shall be furnished free of expense, and if not destroyed may, upon request, be returned at the Proposer’s/Bidder’s expense. Each sample shall be labeled with the Proposer’s/Bidder’s name, manufacturer brand name and number, RFP/BID number and item reference. Samples of successful Proposer’s/Bidder’s items may remain on file for the term of the contract. Request for return of samples shall be accompanied by instructions which include shipping authorization and must be received at time of opening. Samples not returned may be disposed of by the Districts within a reasonable time as deemed appropriate. DOCUMENT RE-CREATION: Vendor may choose to re-create any document(s) required for this solicitation, but must

do so at his own risk. All required information in the original District format must be included in any re-created document. Submittals may be deemed non-responsive if required information is not included in any re-created document. ACKNOWLEDGED:

________________________________________ _________________________

Signature Date

This document must be completed and returned with your Submittal

Landscape and Irrigation Maintenance for District 10, Brownwood and Sumter Landing Areas

RFP #19P-015

Village Community Development Districts Purchasing Department

Page 81 of 128

DRUG FREE WORKPLACE CERTIFICATE

I, the undersigned, in accordance with Florida Statute 287.087, hereby certify that, _______________________________________________ (print or type name of firm)

Publishes a written statement notifying that the unlawful manufacture, distribution, dispensing, possession or use of a controlled substance is prohibited in the workplace named above, and specifying actions that will be taken against violations of such prohibition.

Informs employees about the dangers of drug abuse in the work place, the firm’s policy of maintaining a drug free working environment, and available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug use violations.

Gives each employee engaged in providing commodities or contractual services that are under proposal or bid, a copy of the statement specified above.

Notifies the employees that as a condition of working on the commodities or contractual services that are under proposal or bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, please or guilty or nolo contendere to, any violation of Chapter 1893, or of any controlled substance law of the State of Florida or the United States, for a violation occurring in the work place, no later than five (5) days after such conviction, and requires employees to sign copies of such written (*) statement to acknowledge their receipt.

Imposes a sanction on, or requires 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.

Makes a good faith effort to continue to maintain a drug free work place through the implementation of the drug free workplace program.

“As a person authorized to sign this statement, I certify that the above named business, firm or corporation complies fully with the requirements set forth herein”.

_________________________________

Authorized Signature

_________________________________ Date Signed

State of: _____________________ County of: ___________________ Sworn to and subscribed before me this ________day of _____________, 2019 Personally known _______ or Produced Identification ___________________________ (Specify Type of Identification) ___________________________________ Signature of Notary My Commission Expires _______________ (seal)

This document must be completed and returned with your Submittal

Landscape and Irrigation Maintenance for District 10, Brownwood and Sumter Landing Areas

RFP #19P-015

Village Community Development Districts Purchasing Department

Page 82 of 128

STATEMENT OF CONTRACTOR’S EXPERIENCE, EQUIPMENT & PERSONNEL (Contractor is encouraged to also provide any supplemental company or personnel information that will assist the Selection Committee in evaluating the proposal such as a corporate organizational chart showing area of responsibility for personnel listed on this form). CONTRACTOR:______________________________________________________________________ DATE:_____________________________ How many years has your organization been in business as a landscape & irrigation maintenance contractor under your present business name? _________________________________________________________ 1. List all previous business names of your organization:

_____________________________________________________________________________

_____________________________________________________________________________

2. How many years’ experience in landscape & irrigation maintenance? ____________________

Prime Contractor _______________________Subcontractor ____________________________

3. List all officers and directors of your organization:

NAME POSITION/TITLE

4. Have you ever failed to complete any work awarded to you in the last 3 years?

Yes _____ No _____. If yes, where and why?

5. Have you previously worked for The Villages or The District? Reason for leaving. _____________________________________________________________________________ _____________________________________________________________________________

This document must be completed and returned with your Submittal

Landscape and Irrigation Maintenance for District 10, Brownwood and Sumter Landing Areas

RFP #19P-015

Village Community Development Districts Purchasing Department

Page 83 of 128

Current and Future Workload:

Please provide information for us indicating your present workload. The Workload should be reflective of and include the location that will be assigned to the Villages on a daily basis under this proposed contract. CURRENT: Contracting party / Location:______________________________________ Contract Start Date:_____________________ Contract end date:_________________ Can this contract be renewed?____________________________________ Contract Amount:$_____________________________________________ # of Acres________________________ Full Landscape/Maintenance of plants and Shrubs/Mowing?____________ # of Equipment and Vehicles assigned_________________________ # of Personnel Assigned_____________________________________ FUTURE: Contracts that have end dates beyond October 2019. Contracting party / Location:______________________________________ Contract Start Date:_____________________ Contract end date:_________________ Can this contract be renewed?____________________________________ Contract Amount:$_____________________________________________ # of Acres________________________ Full Landscape/Maintenance of plants and Shrubs/Mowing?______________ # of Equipment and Vehicles assigned_________________________ # of Personnel Assigned_____________________________________

Please provide the format above for all work under contract by your firm from the location you are proposing to work from for this contract. Copy and Paste the information for Current and Future if necessary and submit on additional sheets.

This document must be completed and returned with your Submittal

Landscape and Irrigation Maintenance for District 10, Brownwood and Sumter Landing Areas

RFP #19P-015

Village Community Development Districts Purchasing Department

Page 84 of 128

EXPERIENCE OF SUPERVISORY PERSONEL:

1. Describe any experience of the principal individuals (Foremen, Superintendents, etc.) who are responsible for the actual landscape & irrigation maintenance work of your organization?

Name Position

Type of Work Yrs. Experience Yrs. With Firm

Name Position

Type of Work Yrs. Experience Yrs. With Firm

Name Position

Type of Work Yrs. Experience Yrs. With Firm

Name Position

Type of Work Yrs. Experience Yrs. With Firm

Name Position

Type of Work Yrs. Experience Yrs. With Firm

This document must be completed and returned with your Submittal

Landscape and Irrigation Maintenance for District 10, Brownwood and Sumter Landing Areas

RFP #19P-015

Village Community Development Districts Purchasing Department

Page 85 of 128

2. REFERENCES: List/describe five (5) landscape & irrigation maintenance contracts/projects of similar size and

scope that you currently have or have recently completed in or near The Villages? (These will be used for Reference Checks so please be certain all information supplied is complete and accurate).

Owner / Business Name:

Project Location / Address:

City: State: Zip Code:

Point of Contact: Dates of Work:

Phone Number: Fax Number:

E-mail Address:

Project Name: Contract Amount:

Brief Description of Project and Installation:

Owner / Business Name:

Project Location / Address:

City: State: Zip Code:

Point of Contact: Dates of Work:

Phone Number: Fax Number:

E-mail Address:

Project Name: Contract Amount:

Brief Description of Project and Installation:

Owner / Business Name:

Project Location / Address:

City: State: Zip Code:

Point of Contact: Dates of Work:

Phone Number: Fax Number:

E-mail Address:

Project Name: Contract Amount:

Brief Description of Project and Installation:

Landscape and Irrigation Maintenance for District 10, Brownwood and Sumter Landing Areas

RFP #19P-015

Village Community Development Districts Purchasing Department

Page 86 of 128

Owner / Business Name:

Project Location / Address:

City: State: Zip Code:

Point of Contact: Dates of Work:

Phone Number: Fax Number:

E-mail Address:

Project Name: Contract Amount:

Brief Description of Project and Installation:

Owner / Business Name:

Project Location / Address:

City: State: Zip Code:

Point of Contact: Dates of Work:

Phone Number: Fax Number:

E-mail Address:

Project Name: Contract Amount:

Brief Description of Project and Installation:

This document must be completed and returned with your Submittal

Landscape and Irrigation Maintenance for District 10, Brownwood and Sumter Landing Areas

RFP #19P-015

Village Community Development Districts Purchasing Department

Page 87 of 128

EQUIPMENT & MATERIAL RESOURCES which will be used on job site. (This information must be specific to each of the 5 Group areas) 1. List equipment owned (types, number of, make, model, and year). (Separate list is acceptable)

1. __________________________________________________________________

2. __________________________________________________________________

3. __________________________________________________________________

4. __________________________________________________________________

5. __________________________________________________________________

6. __________________________________________________________________

7. __________________________________________________________________

8. __________________________________________________________________

9. __________________________________________________________________

10. __________________________________________________________________

2. List equipment expected to be purchased in the near future. (Separate list is acceptable).

1. __________________________________________________________________

2. __________________________________________________________________

3. __________________________________________________________________

4. __________________________________________________________________

5. __________________________________________________________________

CONTRACTOR’S AFFIDAVIT State of Florida County of _______________________ Before me personally appeared ______________________ who is (title) ____________________ of (the company described herein) _________________________ being duly sworn, deposes and say that the foregoing statements are a true and accurate statement of the position of said organization as of the date thereof, and, that the statements and answers to the foregoing experience questionnaire are correct and true as of the date of this affidavit; and, that he/she understands that intentional inclusion of false, deceptive, or fraudulent statements of this application constitutes fraud; and, agrees to furnish any pertinent information requested by The District deemed necessary to verify the statements made in this application or regarding the ability, standing and general reputation of the applicant. Personally Known ________ or Produced Identification _______________________________ Sworn to and subscribed before me this _________ day of ______________________, 2019 __________________________________ _________________________________ NOTARY PUBLIC - STATE OF FLORIDA (Print Name of Notary Public) (Signature of Notary Public)

This document must be completed and returned with your Submittal

Landscape and Irrigation Maintenance for District 10, Brownwood and Sumter Landing Areas

RFP #19P-015

Village Community Development Districts Purchasing Department

Page 88 of 128

W-9 (Download this form at http://www.irs.gov/pub/irs-pdf/fw9.pdf )

This document must be completed and returned with your Submittal

Landscape and Irrigation Maintenance for District 10, Brownwood and Sumter Landing Areas

RFP #19P-015

Village Community Development Districts Purchasing Department

Page 89 of 128

ANTI-COLLUSION STATEMENT

By signing, this form, the vendor agrees that this offering is made without any other understanding,

agreement, or connection with any person, corporation, or firm submitting a response for the same purpose

and that the submittal is in all respects fair and without collusion or fraud,

IT IS AGREED BY THE UNDERSIGNED VENDOR. THAT THE SIGNING AND DELIVERY OF THE

SUBMITTAL REPRESENTS THE VENDOR'S ACCEPTANCE OF THE TERMS AND CONDITIONS OF THE

FORGOING SPECIFICATIONS AND PROVISIONS, AND IF AWARDED, THIS CONTRACT WILL

REPRESENT THE AGREEMENT BETWEEN THE VENDOR AND THE VILLAGE COMMUNITY

DEVELOPMENT DISTRICTS.

NAME OF FIRM: _

[Sign in ink in the space provided below]

SIGNED BY: _

TITLE: _

ADDRESS:

CITY & STATE:

TELEPHONE:

No submittals will be withdrawn for a period of sixty (60) days subsequent to the opening of

submittal, without the consent of the Purchasing Director.

NO SUBMITTAL (Reason):

This document must be completed and returned with your Submittal

Landscape and Irrigation Maintenance for District 10, Brownwood and Sumter Landing Areas

RFP #19P-015

Village Community Development Districts Purchasing Department

Page 90 of 128

Contractor Hierarchy

This document must be completed and returned with your Submittal

EXHIBIT A-1

Landscape and Irrigation Maintenance for District 10, Brownwood and Sumter Landing Areas

RFP #19P-015

Village Community Development Districts Purchasing Department

Page 91 of 128

Proposed Service Schedule Template

A similar version of the above Exhibit “A-2” Form may be used (Please Complete a Separate Exhibit “A-2” Form for each Proposal Group

Area)

This document must be completed and returned with your Submittal

Proposed Service Schedule Template 2015-2016

OCTOBER NOVEMBER DECEMBER JANUARY FEBRUARY MARCH APRIL MAY JUNE JULY AUGUST SEPTEMBER

WEEK 1

MON A,T,S A,T,S A,T,S A,T,S

TUE I I I I I I I I I I I I

WED F F F F F F F F F F F F

THUR 50MH 50MH 50MH 50MH 50MH 50MH 50MH 50MH 50MH 50MH 50MH 50MH

FRI 50MH,P 50MH,P 50MH,P 50MH,P 50MH,P 50MH,P 50MH,P 50MH,P 50MH,P 50MH,P 50MH,P 50MH,P

SAT

SUN

WEEK 2

MON

TUE

WED

THUR 50MH 50MH 50MH 50MH 50MH 50MH 50MH 50MH 50MH 50MH 50MH 50MH

FRI 50MH,P 50MH,P 50MH,P 50MH,P 50MH,P 50MH,P 50MH,P 50MH,P 50MH,P 50MH,P 50MH,P 50MH,P

SAT

SUN

WEEK 3

MON

TUE

WED

THUR 50MH 50MH 50MH 50MH 50MH 50MH 50MH 50MH 50MH 50MH 50MH 50MH

FRI 50MH,P 50MH,P 50MH,P 50MH,P 50MH,P 50MH,P 50MH,P 50MH,P 50MH,P 50MH,P 50MH,P 50MH,P

SAT

SUN

WEEK 4

MON

TUE

WED

THUR 50MH 50MH 50MH 50MH 50MH 50MH 50MH 50MH 50MH 50MH 50MH 50MH

FRI 50MH,P 50MH,P 50MH,P 50MH,P 50MH,P 50MH,P 50MH,P 50MH,P 50MH,P 50MH,P 50MH,P 50MH,P

SAT

SUN

WEEK 5

MON

TUE

WED

THUR 50MH 50MH 50MH 50MH 50MH 50MH 50MH 50MH 50MH 50MH 50MH 50MH

FRI 50MH,P 50MH,P 50MH,P 50MH,P 50MH,P 50MH,P 50MH,P 50MH,P 50MH,P 50MH,P 50MH,P 50MH,P

SAT

SUN

CREW MAN HOURS (?MH) IRRIGATION INSPECTION (I) FERT AND PEST INSPECTION (F) PROPERTY INSPECTION BY MANAGER (P)

ANNUAL REPLACEMENT (A) TURF FERILIZATION (T) SHRUB FERTILIZATION (S)

EXHIBIT A-2

Landscape and Irrigation Maintenance for District 10, Brownwood and Sumter Landing Areas

RFP #19P-015

Village Community Development Districts Purchasing Department

Page 92 of 128

NO-PROPOSAL RESPONSE

Village Community Development Districts

Statement of “No Proposal”

If you do not intend to submit a proposal for this project, please complete and return this form prior to date shown for receipt of proposals to: Village Community Development Districts Purchasing Department, 940 Lakeshore Drive, Suite 200, The Villages, FL 32162, Attn: Kathy Godfrey, Purchasing. We, the undersigned, have declined to submit a proposal on your “RFP #19P-015 for Landscape and Irrigation Maintenance for District 10, Brownwood and Sumter Landing Areas” for the following reasons:

Specifications are too “tight”, i.e. geared toward one brand or manufacturer only _________ (please explain reason below) _________ Insufficient time to respond to Request for Proposals. _________ We do not offer this product(s) or equivalent. _________ Remove us from your bidders’ list for this commodity or service. _________ Our product schedule would not permit us to perform to specifications. _________ Unable to meet specifications. _________ Unable to meet insurance requirements. _________ Specifications unclear (please explain below). _________ Competition restricted by pre-approved District standards. _________ Other (please specify below). Remarks:

Company Name: _______________________________________________________

Address: ______________________________________________________________

Signature and Title: Telephone Number ____________________ Date _____________________________

Landscape and Irrigation Maintenance for District 10, Brownwood and Sumter Landing Areas

RFP #19P-015

Village Community Development Districts Purchasing Department

Page 93 of 128

PART 6

SAMPLE FORMS GROUPS 1-6

For Information Only

GROUP 1 Samples of Required Forms of Awarded Contractors

Sample Agreement

Sample E-verifys GROUP 2 Samples of Contractor NonCompliance Notice Forms

72 Hour Notice

72 Hour Notice Release

72 Hour Notice Action GROUP 3 Inspection and Maintenance Forms

Tree and Vegetation Clearance Inspection

Area Inspection

Landscape Maintenance Record

GROUP 4 Contractor Review Sample Forms

Contractor Performance Review

Monthly Contract Review by Contractor

Landscape and Irrigation Maintenance for District 10, Brownwood and Sumter Landing Areas

RFP #19P-015

Village Community Development Districts Purchasing Department

Page 94 of 128

GROUP 1 Samples of Required Forms of Awarded Contractors

SAMPLE AGREEMENT FOR SERVICES

(Sample agreement only. District reserves the right to alter this agreement based on final RFP results and/or any negotiations with proposed Contractor)

THIS AGREEMENT is made this __ day of ____, 2019, and made effective on the __day of _______, 2019, by and between VILLAGE COMMUNITY DEVELOPMENT DISTRICT #10 (hereafter referred to as "DISTRICT"), whose address is 984 Old Mill Run, The Villages, Florida 32162, The Villages, Florida 32162, and XXXXXXXXXXX (hereafter referred to as "CONTRACTOR"), whose address is XXXXXXXXXXXX.

RECITALS

WHEREAS, the DISTRICT owns or operates certain real property requiring scheduled landscape and

irrigation maintenance , and wishes to enter into an agreement with a party capable of providing such suitable services; and

WHEREAS, CONTRACTOR provides scheduled landscape and irrigation maintenance for properties such as those owned or operated by the DISTRICT, and wishes to enter into an agreement whereby the CONTRACTOR performs services for the DISTRICT in consideration of payments from the DISTRICT to the CONTRACTOR;

NOW, THEREFORE, in consideration of the mutual covenants and agreements contained herein, it is agreed as follows: 1. SERVICES BY CONTRACTOR

1.1 CONTRACTOR, for and in consideration of the payments hereinafter specified and agreed to be made by DISTRICT, hereby covenants and agrees to furnish and deliver all materials, to do and perform all the work and labor required to be furnished and delivered for RFP #19P-015-Landscape And Irrigation Maintenance For District 10, Request for Proposals (RFP) #19P-015, hereinafter referred to as RFP. Specifications and other Agreement Documents, as defined in saidRFP, and all other related documents cited in the above stated RFP are hereby made part of this Agreement as fully and with the same effect as if the same has been set forth at length in the body of this Agreement.

1.2 All maintenance and repair of equipment shall be the responsibility of the CONTRACTOR, and such

maintenance and repairs shall not interfere with completion of required services to be provided pursuant to this Agreement.

1.3 The CONTRACTOR shall promptly notify the DISTRICT of any conditions beyond which negatively affect

the nature or character of the Property, growth conditions, or that in any way prevent or hinder the maintenance obligations of the CONTRACTOR required by this Agreement. CONTRACTOR agrees to provide 24 hour a day emergency service, including contacts, phone numbers, e-mail address or other available contact information.

1.4 The CONTRACTOR shall collect and dispose of all trash, litter, debris, refuse and discarded materials

resulting from CONTRACTOR's operations, including site clean-up and policing on a daily basis. The CONTRACTOR shall remove or contract for the removal of debris and refuse in such a manner that no unsightly, unsanitary, or hazardous accumulations occur. The CONTRACTOR shall ensure that all handling and disposal of refuse materials performed pursuant to this Agreement is performed in compliance with all local, state and federal regulations. The CONTRACTOR shall provide CONTRACTOR's own dumpster(s) for the storage of such material, which shall be located in approved

Landscape and Irrigation Maintenance for District 10, Brownwood and Sumter Landing Areas

RFP #19P-015

Village Community Development Districts Purchasing Department

Page 95 of 128

areas designated by the DISTRICT. The use of DISTRICT's dumpster(s) for any refuse disposal by the CONTRACTOR is strictly prohibited.

1.5 All CONTRACTOR and Sub-Contractor personnel shall wear personal protective equipment in the

performance of their duties to include safety vests, protective eye wear or face shields, respiratory protection as necessary, gloves and protective clothing.

1.6 Contractor shall be responsible for and follow all MOT (Maintenance of Traffic) guidelines based on

current FDOT (Florida Department of Transportation standards. 1.7 CONTRACTOR shall be responsible for adhering to all local, state and federal safety guidelines and

observe all safety precautions when performing services on DISTRICT property, roadways and right-of-ways to include safe location of parked vehicles, signage, use of safety cones, flag personnel as necessary, use of safety vests on all personnel and vehicles which are clearly identifiable as belonging to the CONTRACTOR. When on District property a failure to fully comply with this section will result in penalties up to and including contract termination.

1.8 CONTRACTOR acknowledges that the public may associate the CONTRACTOR as an employee of the

DISTRICT while the CONTRACTOR performs services on the DISTRICT's property. CONTRACTOR agrees to conduct its services and supervise its employees in a way not detrimental to the DISTRICT’s business operation. DISTRICT reserves the right to approve dress codes for the CONTRACTOR's employees.

1.9 CONTRACTOR shall comply with all applicable governmental statutes, rules, regulations and orders and

any amendments and modifications thereto.

1.10 As per State of Florida Executive Order Number 11-116, the CONTRACTOR identified in this Agreement shall utilize the U.S. Department of Homeland Security’s E-Verify system to verify employment eligibility of: all persons employed during the Agreement term by the CONTRACTOR to perform employment duties pursuant to the Agreement, within Florida; and all persons, including subcontractors, assigned by the CONTRACTOR to perform work pursuant to the Agreement with the DISTRICT. (http://www.uscis.gov/e-verify) Additionally, the CONTRACTOR shall include a provision in all subcontracts that requires all subcontractors to utilize the U.S. Department of Homeland Security’s E-Verify system to verify employment eligibility of: all persons employed during the Agreement term by the CONTRACTOR to perform work or provide services pursuant to this Agreement with the DISTRICT.

2. PAYMENT

2.1 In consideration of the services provided by the CONTRACTOR pursuant to this Agreement, DISTRICT agrees to pay to CONTRACTOR the unit prices submitted by CONTRACTOR as a result of CONTRACTOR’s response to RFP # 18P-014 as provided for in Exhibit “A” to this Agreement.

2.2 Invoices shall be submitted no later than the first of the month for the services performed the preceding

month. Per Chapter 218.74(1), an invoice from the CONTRACTOR shall be considered as received when it has been stamped as such at the District Property Management Department, 1071Canal Street., The Villages, Florida 32162. Payment by the DISTRICT will made no later than forty-five (45) days after the e has been received by the DISTRICT per the “Local Government Prompt Payment Act”, Florida Statutes, Chapter 218, Part VII.

2.3 If payment is not made by the DISTRICT to the CONTRACTOR within forty-five (45) days, CONTRACTOR

may assess a late charge for the lesser of 1% per month, or the maximum rate permitted by law.

2.4 The DISTRICT agrees to pay the CONTRACTOR for additional work performed by the CONTRACTOR pursuant to written orders placed by the DISTRICT, at a rate equal to component unit costs of labor and equipment charged by the CONTRACTOR under the terms of this Agreement.

3. AGREEMENT DOCUMENTS

Landscape and Irrigation Maintenance for District 10, Brownwood and Sumter Landing Areas

RFP #19P-015

Village Community Development Districts Purchasing Department

Page 96 of 128

The Agreement Documents, which comprise the entire Agreement between DISTRICT and CONTRACTOR and which are made part hereof by this reference, consist of the following: 3.1 Request for Proposals 3.2 Instructions, Terms, and Conditions 3.3 Proposal Forms 3.4 Proposer's Certification 3.5 Statement of Terms and Conditions 3.6 Drug Free Workplace Certificate 3.7 Statement of Contractor’s Experience, Equipment & Personnel 3.8 E-Verify Contractor/Subcontractor Affidavit 3.9 Chapter 119 Requirements 3.10 Scope of Work / Specifications 3.11 Plans / Drawings 3.12 Agreement 3.13 Permits / Licenses 3.14 All Addenda Issued Prior to Proposal Opening 3.15 All Modifications and Change Orders Issued 3.16 Notice of Intent to Award / Notice to Proceed

4. TERM

The initial term of this Agreement shall be October 1, 2019 through September 30, 2022, with the option to renew for one additional three (3) year period. Following completion of the initial term the renewal period shall automatically occur on October 1, 2022 of each renewal period unless either party provides a minimum ninety (90) day written notice of non-renewal. The prices proposed by the Contractor shall remain fixed and firm for the initial 3 years of the contract. After initial 3 year period the contractor will meet with Purchasing and District Property Management staff 60 days prior to the end of the initial term to negotiate an increase or decrease to the current awarded pricing. No increase will exceed 3%.

5. INSURANCE

5.1 General Liability. CONTRACTOR shall obtain, and maintain throughout the life of the Agreement, General Liability Insurance in an amount no less than $1,000,000 per occurrence and $2,000,000 general aggregate for Bodily Injury and Property Damage. Insurance shall protect the CONTRACTOR, sub consultants and subcontractors from claims for damage for personal injury, including accidental death, as well as claims for property damages which may arise from operations under the Agreement. DISTRICT(s) shall be named as Additional Insured.

5.2 Automobile Liability Insurance covering all automobiles and trucks the CONTRACTOR may use in

connection with this Agreement. The limit of liability for this coverage shall be a minimum combined single limit of $500,000 per occurrence for bodily injury and property damage. This is to include owned, hired, and non-owned vehicles. DISTRICT(s) shall be named as Additional Insured.

5.3 Excess Liability Insurance (Umbrella Policy) may compensate for a deficiency in general liability or

automobile insurance coverage limits.

5.4 Waiver of Subrogation: By entering into any agreement as a result of this RFP , CONTRACTOR agrees to a Waiver of Subrogation for each policy required above.

5.5 Workers’ Compensation Insurance, as required by the State of Florida. As required by the State of

Florida. CONTRACTOR and any sub consultants or subcontractors shall comply fully with the Florida Worker’s Compensation Law. CONTRACTOR must provide certificate of insurance showing Worker’s Compensation coverage.

5.6 Certificate(s) shall be dated and show:

5.6.1 The name of the insured CONTRACTOR, the specified job by name and/or RFP number, the

name of the insurer, the number of the policy, its effective date and its termination date.

Landscape and Irrigation Maintenance for District 10, Brownwood and Sumter Landing Areas

RFP #19P-015

Village Community Development Districts Purchasing Department

Page 97 of 128

5.6.2 Statement that the insurer will mail notice to the DISTRICT at least thirty (30) days prior to any

material changes in provisions or cancellation of the policy.

5.6.3 Subrogation of Waiver clause.

5.6.4 The Village Center Community Development District and any other governmental agencies using this Agreement in cooperation with the DISTRICT shall be a named additional insured on Public Liability Insurance and Automobile Liability Insurance.

5.6.5 The CONTRACTOR shall require of each its sub consultants and/or subcontractors to procure and

maintain during the life of its subcontract, insurance of the type specified above or insure the activities of its sub consultants and/or subcontractors in its policy as described above.

5.6.6 All insurance policies shall be written on companies authorized to do business in the State of

Florida. 6. SELF HELP BY DISTRICT

6.1 Within three (3) calendar days (72 hours) after being notified by DISTRICT in writing of defective or unacceptable work, if the CONTRACTOR fails to correct such work, DISTRICT may cause the unacceptable or defective work to be corrected. If the DISTRICT corrects the work, the DISTRICT shall be entitled to deduct from any monies due, or which may become due to CONTRACTOR, the reasonable cost of remedying the defective or unacceptable work. Provided, however, if the corrective work cannot reasonably be completed within such three (3) day period, and the CONTRACTOR immediately begins corrective work, and DISTRICT reasonably determines that the CONTRACTOR is diligently pursuing the completion of such corrective work, DISTRICT agrees to allow CONTRACTOR to complete correction of the defective or unacceptable work. In addition, if the CONTRACTOR, for any reason, fails to perform any portion of the services required by the CONTRACTOR pursuant to this Agreement, the DISTRICT shall be entitled to deduct from any monies due or which may become due to CONTRACTOR the actual expenditures that are necessary to complete the services not performed.

6.2 All costs and expenses incurred by DISTRICT pursuant to this section shall be deducted from monies due,

or which may become due to CONTRACTOR for its obligations herein.

6.3 The provisions of this paragraph are cumulative to all other provisions of the Agreement and it is not intended that any deductions in payment taken pursuant to this paragraph shall diminish or waive DISTRICT’s right to declare the CONTRACTOR in default in accordance with applicable provisions of the Agreement.

6.4 The accumulation of three (3) 72 hour notices within a 6 month period will result in termination of the

agreement as determined by District Property Management. 7. TERMINATION BY THE DISTRICT FOR CAUSE

7.1 The performance of work under this Agreement may be terminated by DISTRICT in accordance with this clause in whole or from time to time in part, whenever DISTRICT determines that CONTRACTOR is in default of the terms of this Agreement. Any such termination shall be effected by delivery to CONTRACTOR a Notice of Termination specifying the extent to which performance or work under the Agreement is terminated, and the date the termination becomes effective.

7.2 After receipt of a Notice of Termination, and except as otherwise directed, CONTRACTOR shall:

7.2.1 Stop work under this Agreement on the date and to the extent specified in the Notice of

Termination. 7.2.2 Place no further orders or subcontract for materials, services, or facilities except as may be

necessary for completion of such portions of work under this Agreement.

Landscape and Irrigation Maintenance for District 10, Brownwood and Sumter Landing Areas

RFP #19P-015

Village Community Development Districts Purchasing Department

Page 98 of 128

7.2.3 Terminate all orders and subcontracts to the extent that they relate to the performance of work

terminated by the Notice of Termination.

7.2.4 Settle all outstanding liabilities and all claims arising out of such termination or orders and subcontracts, and request the approval or ratification by the DISTRICT to the extent CONTRACTOR may require, which approval or ratification shall be final for all purposes of this clause.

7.2.5 Continue to perform under the terms of the Agreement as to that portion of the work not terminated

by the Notice of Termination.

7.3 After receipt of a Notice of Termination, CONTRACTOR shall submit to DISTRICT, the CONTRACTOR’s termination claim in satisfactory form. Such claim shall be submitted promptly, but in no event later than one month from the effective date of termination unless one or more extensions in writing are granted by DISTRICT. No claim will be allowed for any expense incurred by CONTRACTOR to after the receipt of the Notice of Termination and CONTRACTOR shall be deemed to waive any right to any further compensation.

7.4 CONTRACTOR and DISTRICT may agree upon the whole or any part of the amount or amounts to be

paid to CONTRACTOR by reason of the total or partial termination of work pursuant to this clause, provided that such agreed amount or amounts, exclusive of settlement costs shall not exceed the total Agreement price as reduced by the expenditures necessary to complete the job covered by this Agreement.

7.5 DISTRICT may, for any reason, terminate performance under this Agreement by the CONTRACTOR for

convenience upon thirty (30) days written notice. DISTRICT will not be held responsible for any loss incurred by CONTRACTOR as a result of DISTRICT’s election to terminate this Agreement pursuant to this paragraph.

8. OTHER MATTERS

8.1 CONTRACTOR shall not utilize, nor store, any drums of material exceeding 5-gallon containers on any of the DISTRICT’s property.

8.2 CONTRACTOR shall maintain complete and current printed Material Safety Data Sheets (MSDS) readily

accessible to employees when they are in their work areas, during their work shifts. The CONTRACTOR acknowledges that the DISTRICT shall have no responsibility for making any disclosures to CONTRACTOR’s employees or agents.

8.3 The obligations of the CONTRACTOR under this Agreement may not be delegated without the prior written

consent of the DISTRICT. The DISTRICT may freely assign this Agreement to any entity acquiring the real estate which is subject to this Agreement.

8.4 In the event of default by any party to this Agreement, the prevailing party shall be entitled to recover from

the defaulting party, all costs and expenses, including a reasonable attorney's fee, whether suit be instituted or not, and at the trial court and appellate court level incurred by the prevailing party enforcing its right hereunder.

8.5 The venue for the enforcement, construction or interpretation of this Agreement, shall be the County or

Circuit Court for Sumter County, Florida, and CONTRACTOR does hereby specifically waive any "venue privilege" and/or "diversity of citizenship privilege" which it has now, or may have in the future, in connection with the Agreement, or its duties, obligations, or responsibilities or rights hereunder.

8.6 CONTRACTOR does hereby specifically promise and agree to "hold harmless", defend and indemnify the

DISTRICT and the agents, servants, employees, officers, and officials thereof from and against any and all liability or responsibility for damage to property or person that may arise in connection with the services to be provided hereunder, including reasonable attorney fees and expenses.

Landscape and Irrigation Maintenance for District 10, Brownwood and Sumter Landing Areas

RFP #19P-015

Village Community Development Districts Purchasing Department

Page 99 of 128

8.7 CONTRACTOR shall not be construed to be the agent, servant or employee of the DISTRICT or of any

elected or appointed official thereof, for any purpose whatsoever, and further CONTRACTOR shall have no express or implied authority of any kind or nature whatsoever, to incur any liability, either in contract or on a tort, as the agent, servant or employee of the DISTRICT.

8.8 These Agreement Documents constitute the entire understanding and Agreement between the Parties and

supersedes any and all written and oral representations, statements, negotiations, or contracts/agreements previously existing between the Parties with respect to the subject matters of this Agreement. The CONTRACTOR recognizes that any representations, statements, or negotiations made by DISTRICT staff do not suffice to legally bind the DISTRICT in a contractual relationship unless they have been reduced to writing and signed by an authorized DISTRICT representative. This Agreement shall inure to the benefit of and be binding upon the Parties, their respective assigns, and successors in interest.

8.9 It may become necessary that additional areas are to be routinely maintained under the same

specifications, or as amended by the management or its representative. It is the intent to be able to add or delete areas as necessary with the related cost increases or decreases to be handled through the execution of an amendment to this Agreement. Cost increases or decreases will be based on the unit prices proposed by the CONTRACTOR as provide for in Exhibit “A” to this Agreement.

8.10 No amendment to this Agreement shall be effective except those agreed to in writing and signed by both

of the parties to this Agreement.

8.11 Time is of the essence in the performance of this Agreement. The CONTRACTOR specifically agrees that it will commence operations on the date specified in the Notice to Proceed and that all work to be performed under the provisions of this Agreement shall be done according to specifications, subject only to delays caused through no fault of the CONTRACTOR.

8.12 In the event of a declared emergency or disaster, CONTRACTOR shall assist the District if requested

and approved by the District’s Emergency Disaster Debris Contractor.

8.12.1 Debris removal services shall be available on a timely basis and at a reasonable price. Prior to

mobilization for debris removal activities, Contractor shall provide District, in writing, hourly rates for personnel and equipment. Unreasonable rates will be rejected. All overhead costs are inclusive in the hourly rates. The DISTRICT must approve the scope of work and rates prior to work commencement.

8.12.2 Hourly rates for equipment applies only when equipment is operating per the DISTRICT

approved scope of work and includes all associated costs such as operator, fuel, maintenance and repair.

8.12.3 Personnel and equipment hourly rates include only those hours that Contractor’s personnel

are performing the debris removal activities. Stand-by time and mobilization time is not an eligible expense. CONTRACTOR personnel shall report to a DISTRICT designated contact person prior to beginning the work shift and again at the end of the work shift. CONTRACTOR personnel shall sign a report form documenting and certifying the hours worked and the location and type of work performed.

8.12.4 Contractor shall maintain and whenever requested supply District all the necessary and

adequate documentation on all emergency/disaster-related services to support reimbursement by other local, state, or federal agencies.

Landscape and Irrigation Maintenance for District 10, Brownwood and Sumter Landing Areas

RFP #19P-015

Village Community Development Districts Purchasing Department

Page 100 of 128

8.12.5 District reserves the right to immediately terminate all Disaster Recovery Assistance activities under this Agreement for any reason. District will not be held responsible for any loss incurred by Contractor as a result of District’s election to terminate these activities pursuant to this paragraph.

9. CONTRACTOR’S REPRESENTATIONS

9.1 CONTRACTOR makes the following representations: 9.2 CONTRACTOR has familiarized himself with the nature and extent of the Agreement Documents, work,

locality, and all local conditions, and federal, state, and local laws, ordinances, rules, and regulations that in any manner may affect cost, progress, or performance of work.

9.3 CONTRACTOR declares that he has visited and examined the site of the work and informed himself fully

in regard to all conditions pertaining to the place where the work is to be done, that he has examined the plans for the work and other Agreement Documents relative thereto and has read all the addenda furnished prior to the bid opening, and that CONTRACTOR has satisfied itself relative to the work to be performed.

9.4 CONTRACTOR has investigated and is fully informed of the construction and labor conditions, of

obstructions to be encountered, of the character, quality and quantities of work to be performed, materials to be furnished, and requirements of the plans and other Agreement Documents.

9.5 CONTRACTOR has given the DISTRICT written notice of all conflicts, errors, or discrepancies that he has

discovered in the Agreement Documents.

9.6 CONTRACTOR declares that submission of a proposal/bid for the work constitutes an incontrovertible representation that the CONTRACTOR has complied with every requirement of this Section, and that the Agreement Documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions for performance of work.

9.7 Equal Opportunity: CONTRACTOR assures that no person shall be discriminated against on the grounds

of race, color, creed, national origin, handicap, age or sex, in any activity under this Agreement.

9.8 Public Entity Crimes: In accordance with Section 287.133, Florida Statutes, a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a proposal/bid on a contract/agreement with a public entity for the construction or repair of a public building or public work, may not submit proposals/bids on leases or real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, Florida Statutes, for Category Two for a period of 36 months from the date of being placed on the convicted vendor list. CONTRACTOR affirmatively represents that neither it or its owners, subcontractor or sub-subcontractor are nor will be on the convicted vendor list during the term of this Agreement.

9.9 Public Records Act/Chapter 119 Requirements: The District is a public agency subject to Chapter 119,

Florida Statutes. The Contractor shall comply with Florida’s Public Records law. Specifically, the Contractor shall:

1. Keep and maintain public records that ordinarily and necessarily would be required by the public agency in order to perform this service;

2. Provide the agency access to public records at a cost that does not exceed the cost provided in Chapter 119, Florida Statues or as otherwise provided by law;

3. Ensure that public records that are exempt or that are confidential and exempt from public record requirements are not disclosed except as authorized by law; and

4. Meet all requirements for retaining public records and transfers to the District, at no cost, all public records in possession of the contractor upon termination of the contract and destroy

Landscape and Irrigation Maintenance for District 10, Brownwood and Sumter Landing Areas

RFP #19P-015

Village Community Development Districts Purchasing Department

Page 101 of 128

any duplicate public records that are exempt or confidential and exempt. All records stored electronically must be provided to the District in a format that is compatible with the current information technology systems of the District.

IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR’S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT:

JENNIFER MCQUEARY, DISTRICT CLERK 984 OLD MILL RUN, THE VILLAGES FL 32162 PHONE: 352-751-3939 EMAIL: [email protected]

IN WITNESS WHEREOF, said DISTRICT has caused this Agreement to be executed in its name by the Chairman / Vice Chairman of the VILLAGE COMMUNITY DEVELOPMENT DISTRICTS, attested by the clerk of said DISTRICT, and XXXXXXXXXXXXXX has caused this Agreement to be executed in its name by its authorized representative, attested to and has caused the seal of said corporation to be hereto attached (if applicable), all on the day and year written above.

VILLAGE COMMUNITY XXXXXXXXXXXXXXXXXX

DEVELOPMENT DISTRICT

By:__________________________________ By: __________________________________ __________________________________ __________________________________ Print Name Print Name __________________________________ __________________________________ Print Title Print Title __________________________________ __________________________________ Date Date __________________________________ __________________________________ Attest Attest

Landscape and Irrigation Maintenance for District 10, Brownwood and Sumter Landing Areas

RFP #19P-015

Village Community Development Districts Purchasing Department

Page 102 of 128

SAMPLE

E-VERIFY CONTRACTOR AFFIDAVIT

Solicitation RFP #19P-015

CONTRACTOR AFFIDAVIT AND AGREEMENT

By executing this affidavit, the undersigned contractor verifies its compliance with State of Florida Executive Order No. 11-116, stating affirmatively that the individual, firm, or corporation which is contracting with the Village Community Development Districts Board of Supervisors has registered with and is participating in a federal work authorization program * (any of the electronic verification of work authorization programs operated by the United States Department of Homeland Security or any equivalent federal work authorization program operated by the United States Department of Homeland Security) to verify information of all persons assigned by the Contractor to perform work pursuant to the Agreement with the District. The undersigned further agrees that, should it employ or contract with any subcontractor(s) in connection with the physical performance of services pursuant to this Agreement with the Village Community Development Districts Board of Supervisors, Contractor will secure from such subcontractor(s) similar verification of compliance with State of Florida Executive Order No. 11-116 on the Subcontractor Affidavit provided or a substantially similar form. Contractor further agrees to maintain records of such compliance and provide a copy of each such verification to the Village Community Development District Board of Supervisors, Purchasing Department at the time the subcontractor (s) is retained to perform such service. __________________________________ E-Verify * User Identification Number __________________________________ Company Name ______________________________________ _________________ By: Authorized Officer or Agent of Contractor Date _________________________________________ Title of Authorized Officer or Agent of Contractor _________________________________________ Printed Name of Authorized Officer or Agent Subscribed and Sworn before me on this the ______________day of _____________2019 ___________________________________ Notary Public My Commission Expires: ______________ *The applicable federal work authorization program is “E-Verify” operated by the U.S. Citizenship and Immigration Services Bureau of the U.S.

department of Homeland Security, in conjunction with the Social Security Administration (SSA).

Landscape and Irrigation Maintenance for District 10, Brownwood and Sumter Landing Areas

RFP #19P-015

Village Community Development Districts Purchasing Department

Page 103 of 128

SAMPLE

E-VERIFY SUBCONTRACTOR AFFIDAVIT

Solicitation RFP #19P-015

SUBCONTRACTOR AFFIDAVIT

By executing this affidavit, the undersigned subcontractor verifies its compliance with State of Florida Executive Order No. 11-116 stating affirmatively that the individual, firm, or corporation which is engaged in the performance of services under a contract between _____________________________________________________(name of Contractor) and the Village Community Development Districts Board of Supervisors has registered with and is participating in a federal work authorization program * (any of the electronic verification of work authorization programs operated by the United States Department of Homeland Security or any equivalent federal work authorization program operated by the United States Department of Homeland Security) to verify information of all persons assigned by the subcontractor to perform work pursuant to the Agreement with the District. __________________________________ E-Verify * User Identification Number __________________________________ Company Name _________________________________________ _________________ By: Authorized Officer or Agent of Subcontractor Date ___________________________________________ Title of Authorized Officer or Agent of Subcontractor _________________________________________ Printed Name of Authorized Officer or Agent Subscribed and Sworn before me on this the ______________day of _____________2019 ___________________________________ Notary Public My Commission Expires: ______________ *The applicable federal work authorization program is “E-Verify” operated by the U.S. Citizenship and Immigration Services Bureau of the U.S. department of Homeland Security, in conjunction with the Social Security Administration (SSA).

Landscape and Irrigation Maintenance for District 10, Brownwood and Sumter Landing Areas

RFP #19P-015

Village Community Development Districts Purchasing Department

Page 104 of 128

GROUP 2

Contractor NonCompliance Notice Forms

1. 72 Hour Notice 2. 72 Hour Notice Release 3. 72 Hour Notice Action

Landscape and Irrigation Maintenance for District 10, Brownwood and Sumter Landing Areas

RFP #19P-015

Village Community Development Districts Purchasing Department

Page 105 of 128

SAMPLE

72 HOUR NOTICE

From: DISTRICT PROPERTY MANAGEMENT To: Date: Contract # Time: This notice is to inform you of deficiencies in your contracted area with the District. You have 72 hours (3 calendar days) from the time you receive this notice to become compliant under your contracted terms. This includes ALL aspects of the contract (Annuals, Irrigation, Trimming, Edging, Weed Control, Disease, Pest Control, Fertilization, Refuse Control and Required Clearance.) Any and all correspondence to this notice will only be accepted in email form. DPM Staff: DPM Staff

Landscape and Irrigation Maintenance for District 10, Brownwood and Sumter Landing Areas

RFP #19P-015

Village Community Development Districts Purchasing Department

Page 106 of 128

SAMPLE

72 HOUR NOTICE RELEASE

From: DISTRICT PROPERTY MANAGEMENT To: Date: Contract # Time: This notice is to inform you that the deficiencies in your contract area have been inspected by DPM staff and found to be in compliance. No further action will be taken at this time. Any and all correspondence to this notice will only be accepted in email form. DPM Staff: DPM Staff

Landscape and Irrigation Maintenance for District 10, Brownwood and Sumter Landing Areas

RFP #19P-015

Village Community Development Districts Purchasing Department

Page 107 of 128

SAMPLE

72 HOUR NOTICE ACTION FORM

From: DISTRICT PROPERTY MANAGEMENT To: Date: Contract #: Time: This notice is to inform you that the deficiencies in your contract area have been inspected by DPM staff and continue to be out of compliance with the contract. At this time we will enforce the “SELF HELP” clause of your contract and have these issues corrected at your expense. Any and all correspondence to this notice will only be accepted in email form. DPM Staff: DPM Staff

Landscape and Irrigation Maintenance for District 10, Brownwood and Sumter Landing Areas

RFP #19P-015

Village Community Development Districts Purchasing Department

Page 108 of 128

GROUP 3

Inspection and Maintenance Forms

1. Tree and Vegetation Clearance Inspection 2. Area Inspection 3. Landscape Maintenance Record

Landscape and Irrigation Maintenance for District 10, Brownwood and Sumter Landing Areas

RFP #19P-015

Village Community Development Districts Purchasing Department

Page 109 of 128

SAMPLE

Landscape and Irrigation Maintenance for District 10, Brownwood and Sumter Landing Areas

RFP #19P-015

Village Community Development Districts Purchasing Department

Page 110 of 128

SAMPLE

Location: Date:

Contractor:

Supervisor:

1. Turf Dry, dying, dead spots. Fire ants.

Infested with: Chinch bugs, mole crickets, dollarweeds, crabgrass, other weeds.

2. Irrigation Heads stuck up, coverage bad, broken heads, not turning, heads out of adjustment

wrong location or head blocked. Needs upgrade. Other. Water use tracking; OK, Over, Under.

3. Shrubs Dead or weak ones, infested with insects, overgrown, trimmed improperly. Separation needed.

Plants missing, Plants wilting. Needs trimming or cleaned up. Trim formally.

4. Fertilization Turf needs fertilizer, shrubs need fertilizer, fertilizer was left on/in plants,

too close to stem or trunk. Not blown off sidewalks or pavement.

5. Trees/Palms Dead ones need replacing, palms need fertilizer, limbs need trimming,

dead branches need attention. Tree bracing needs attention. Wilting, turning brown.

6. Shrub Beds Lots of weeds, dead spots need trimming, fire ants, dry.

7. Mowing Missed spots, clippings left, not mowed, scalped areas, not edged, not string trimmed,

divots from turning too fast, mower tracks in turf, grass runners not pulled.

8. Mulch Touch up is needed, not enough, needs removed, not properly tucked in at the edges,

left on top of plants. Time to re-mulch. Strings left in beds from bales.

9. Annual Beds Weeds, dry, plants dead, ready for change-out, need dead-heading, need soil amendments,

too sandy. Needs perennials/annuals added to mixed annual/perennial color beds.

10. Overall Appearance, curb appeal. Use of safety equipment when required. Vests Signage, etc.

AREA INSPECTION FORM

Percentage:

Final Score:

Grade Scale:

0=Poor / 10=Excellent

Landscape and Irrigation Maintenance for District 10, Brownwood and Sumter Landing Areas

RFP #19P-015

Village Community Development Districts Purchasing Department

Page 111 of 128

SAMPLE

Contractor: Contract/Location:

Contract Month: Date:

FERTILIZER (Year to date)

Turf 1st APP Type: Comments:

2nd APP Type: Comments:

3rd APP Type: Comments:

4th APP Type: Comments:

Ground Cover/ Shrubs 1st APP Type: Comments:

2nd APP Type: Comments:

3rd APP Type: Comments:

4th APP Type: Comments:

Trees/ Palms 1st APP Type: Comments:

2nd APP Type: Comments:

3rd APP Type: Comments:

4th APP Type: Comments:

IRRIGATION (Current Month)

Date Checked:

Landscape issues that require supervisor attention. (Current Month)

Resource Schedule (Current Month)

Manager Name Cell Email:

Irrigation Tech Name Cell Email:

Spray Tech Name Cell Email:

After Hours Contact Cell Email:

M W Th Fr S

Labor Check days of week on property

Fert and Pest Tech Check days of week on property

Irrigation Technicians Check days of week on property

Date Batteries Replaced

T

Excess Water Use? Y/N/ Reports submitted to Arnett?

LANDSCAPE MAINTENANCE RECORD

Completed By:

Landscape and Irrigation Maintenance for District 10, Brownwood and Sumter Landing Areas

RFP #19P-015

Village Community Development Districts Purchasing Department

Page 112 of 128

GROUP 4

Contractor Review Sample Forms

1. Contractor Performance Review

2. Monthly Contract Review by Contractor

Landscape and Irrigation Maintenance for District 10, Brownwood and Sumter Landing Areas

RFP #19P-015

Village Community Development Districts Purchasing Department

Page 113 of 128

SAMPLE

Landscape and Irrigation Maintenance for District 10, Brownwood and Sumter Landing Areas

RFP #19P-015

Village Community Development Districts Purchasing Department

Page 114 of 128

SAMPLE

Landscape and Irrigation Maintenance for District 10, Brownwood and Sumter Landing Areas

RFP #19P-015

Village Community Development Districts Purchasing Department

Page 115 of 128

PART 7 EXHIBITS AND MAPS

EXHIBIT A Fertilization of Specialty Areas EXHIBIT B Landscape Diagrams

Landscape and Irrigation Maintenance for District 10, Brownwood and Sumter Landing Areas

RFP #19P-015

Village Community Development Districts Purchasing Department

Page 116 of 128

EXHIBIT A

Fertilization of Specialty Areas

EXHIBIT E: Specialty palm

Specialty Palm Tree Care Program (such as Phoenix Canariensis, Medjool, Reclinata)

March/April application- 8-2-12 Palm special fertilizer at 1.5# per 100square feet of canopy(15# per 1,000 square feet of beds). Should be applied in hand spreader or through vortex to ensure even distribution of fertilizer. May- Evaluate palms for nutrient deficiency issues such as potassium, boron and manganese. Treat palms for all nutrient problems. Drench palms with Systemic insecticide making sure to follow label instructions. June/July application- 8-2-12 Palm special fertilizer at 1.5# per 100square feet of canopy(15# per 1,000 square feet of beds). Should be applied in hand spreader or through vortex to ensure even distribution of fertilizer. August- Evaluate palms for nutrient deficiency issues such as potassium, boron and manganese. Treat palms for all nutrient problems. Drench palms with Systemic insecticide making sure to follow label instructions. September/October application- 8-2-12 Palm special fertilizer at 1.5# per 100square feet of canopy(15# per 1,000 square feet of beds). Should be applied in hand spreader or through vortex to ensure even distribution of fertilizer. November- Evaluate palms for nutrient deficiency issues such as potassium, boron, and manganese. Treat palms for all nutrient problems. Insecticide drenches are applied to help prevent issues, but cannot always stop diseases or insects(weevils).

EXHIBIT E: Shrub care

Shrub Care Program

January application- Inspect and spray if needed. March application- 10-0-10 shrub fertilizer at 10# per 1,000 square feet (or appropriate 1 to 1 shrub fertilizer) with at least 50% ammonium sulfate and 50% slow release and contain 2% magnesium. Inspect shrubs for insects and disease then spray if necessary. Apply at 1# of nitrogen and potassium. April- - Inspect and spray if needed. June application- Spray water soluble fertilizer and minor nutrients, broad spectrum fungicide, and appropriate insecticide/miticide for plant material. Spray till the point of drip off foliage. Drench roots on palms and crepe myrtles. August application- Spray water soluble fertilizer and minor nutrients, broad spectrum fungicide, and appropriate insecticide/miticide for plant material. Spray till the point of drip off foliage. September application- Inspect and spray if needed. October application-10-0-10 shrub fertilizer at 10# per 1,000 square feet (or appropriate 1 to 1 shrub fertilizer) with at least 50% ammonium sulfate and 50% slow release and contain 2% magnesium. Inspect shrubs for insects and disease then spray if necessary. Apply at 1# of nitrogen and potassium.

Landscape and Irrigation Maintenance for District 10, Brownwood and Sumter Landing Areas

RFP #19P-015

Village Community Development Districts Purchasing Department

Page 117 of 128

November application- Inspect and spray if needed. If scale insects are present add Ultra fine oil, but remove any surfactant from mix. Established trees and shrubs larger than 6 foot should only be fertilized when showing signs of nutrient deficiency. These plants will get enough fertilizer from surrounding plant fertilizer applications due to extensive root systems. Shrub fertilizer should have at least 90day slow release due to length of time between applications. Any nutritional deficiencies identified between scheduled fertilizer applications should be addressed and corrected.

EXHIBIT E: St. Augustine

Villages St. Augustine turf program (Fertilizer requirements are 4# of Nitrogen and 3# of potassium per year) Soil or tissue samples of areas will be used for all recommendations of supplemental applications and performed at the beginning of each year. Jan /Feb Water soluble fertilizer, chelated minors sprayable, pre-emergent herbicide, post emergent herbicide, and penetrant. (1/2# of Potassium) March/April Granular fertilizer 20-0-10 must contain 50% ammonium sulfate, 50% slow release, 4 units of Sul po mag, at least 2 units of Magnesium. (Minors will be sprayed with summer apps of liquid insect control) Also spot treat all weeds. Recommended rate 1.25 to 1.5# of nitrogen per 1,000 square feet during application. May /June Water soluble fertilizer, chelated minors sprayable, Pre-emergent herbicide, contact insecticide, long term insect control for chinch bugs in St Augustine (Arena, aloft, Meridian, or Triple crown) penetrant(1/2# nitrogen and ¼# potassium) July /August Water soluble fertilizer, chelated minors, Pre-emergent herbicide, contact insecticide, long term insect control for chinch bugs in St. Augustine (Arena, aloft, Meridian, or Triple crown) penetrant(1/2# nitrogen and ¼# potassium) Sept/October- Granular fertilizer 20-0-10 must contain 50% ammonium sulfate, 50% slow release, 4 units of Sul po mag, at least 2 units of Magnesium. (Minors will be sprayed with summer apps of liquid insect control) Also spot treat all weeds. Also spot treat all weeds. Recommended rate 1.25 to 1.5# of nitrogen per 1,000 square feet during application. Nov/Dec-Water soluble potassium, chelated minors sprayable, pre-emergent herbicide, post emergent herbicide, and penetrant. (1/2# of Potassium) Monthly -All areas to have appropriate IPM of Weeds, Insects, and Disease if necessary.

EXHIBIT E: Zoysia

Villages Zoysia turf program (Fertilizer requirements are 3# of Nitrogen and 3# of potassium per year) Soil or tissue samples of areas will be used for all recommendations of supplemental applications and performed at the beginning of each year. Jan/Feb Water soluble potassium, chelated minors sprayable, pre-emergent herbicide, post emergent herbicide, and penetrant. (1/2# of Potassium) March/April Granular fertilizer 16-0-8 must contain 50% ammonium sulfate, 50% slow release, 4 units of Sul po mag, at least 2 units of Magnesium. (Minors will be sprayed with summer apps of liquid insect control. Recommended rate 1# of nitrogen per 1,000 square feet during application.

Landscape and Irrigation Maintenance for District 10, Brownwood and Sumter Landing Areas

RFP #19P-015

Village Community Development Districts Purchasing Department

Page 118 of 128

May/June Spray chelated minors, Pre-emergent herbicide, Post herbicide if needed, contact insecticide, long term mole cricket control (triple crown or equivalent), and penetrant. July /August Granular fertilizer 15-0-15 must contain 50% ammonium sulfate, 50% slow release, 4 units of Sul po mag, at least 2 units of Magnesium. (Minors will be sprayed with summer apps of liquid insect control). Recommended rate 1# of nitrogen per 1,000 square feet during application. September/October- Granular fertilizer 15-0-15 must contain 50% ammonium sulfate, 50% slow release, 4 units of Sul po mag, at least 2 units of Magnesium. (Minors will be sprayed with summer apps of liquid insect control). Recommended rate 1# of nitrogen per 1,000 square feet during application. Nov/Dec-Water soluble potassium, chelated minors sprayable, pre-emergent herbicide, post emergent herbicide, and penetrant. (1/2# of Potassium)

Monthly -All areas to have appropriate IPM of Weeds, Insects, and Disease if necessary

EXHIBIT E: Bahia

Villages Bahia turf basin program (Fertilizer requirements are 1# of Nitrogen and 2# of potassium per year) Soil or tissue samples of areas should be used for all recommendations of supplemental applications Ability to spread or spray the program fertilizer, weeds and insect control. (Vendor to make decision with DPM staff based on rainfall) Jan /Feb Spot treat weeds and insect issues(fire ants) March/April Granular fertilizer 5-0-20 (or any 1 to 4 ratio) must contain 100% slow release and blanket preemergent. Also spot treat all weeds and insect issues. Recommended maximum rate 1/2# of nitrogen per 1,000 square feet during application. May /June Spot treat weeds and insect issues(fire ants) July /August Spot treat weeds and insect issues(fire ants) Sept/October- 5-0-20 (or any ratio) must contain 100% slow release and blanket preemergent. Also spot treat all weeds and insect issues. Recommended maximum rate 1/2# of nitrogen per 1,000 square feet during application. Nov/Dec- Spot treat weeds and insect issues(fire ants) Monthly -All areas to have appropriate IPM of Weeds, Insects if necessary.

Landscape and Irrigation Maintenance for District 10, Brownwood and Sumter Landing Areas

RFP #19P-015

Village Community Development Districts Purchasing Department

Page 119 of 128

EXHIBIT B

LANDSCAPE DIAGRAMS

Landscape and Irrigation Maintenance for District 10, Brownwood and Sumter Landing Areas

RFP #19P-015

Village Community Development Districts Purchasing Department

Page 120 of 128

Landscape and Irrigation Maintenance for District 10, Brownwood and Sumter Landing Areas

RFP #19P-015

Village Community Development Districts Purchasing Department

Page 121 of 128

Landscape and Irrigation Maintenance for District 10, Brownwood and Sumter Landing Areas

RFP #19P-015

Village Community Development Districts Purchasing Department

Page 122 of 128

AREA MAPS MAP 1 Proposal Group A

Brownwood Area Map MAP 2 Proposal Group B

Recreation Centers North of 466A MAP 3 Proposal Group C

Recreation Centers South of 466A MAP 4 Proposal Group D

District 10 Cul-De-Sac

District 10 Basins MAP 5 Proposal Group E

Buena Vista Blvd Phase V

Landscape and Irrigation Maintenance for District 10, Brownwood and Sumter Landing Areas

RFP #19P-015

Village Community Development Districts Purchasing Department

Page 123 of 128

MAP 1 Proposal Group A

Brownwood Area Map

Landscape and Irrigation Maintenance for District 10, Brownwood and Sumter Landing Areas

RFP #19P-015

Village Community Development Districts Purchasing Department

Page 124 of 128

MAP 2

Proposal Group B Recreation Centers North of 466A

Landscape and Irrigation Maintenance for District 10, Brownwood and Sumter Landing Areas

RFP #19P-015

Village Community Development Districts Purchasing Department

Page 125 of 128

MAP 3

Proposal Group C Recreation Centers South of 466A

Landscape and Irrigation Maintenance for District 10, Brownwood and Sumter Landing Areas

RFP #19P-015

Village Community Development Districts Purchasing Department

Page 126 of 128

MAP 4

Proposal Group D District 10 Cul-De-Sac

Landscape and Irrigation Maintenance for District 10, Brownwood and Sumter Landing Areas

RFP #19P-015

Village Community Development Districts Purchasing Department

Page 127 of 128

MAP4

Proposal Group D District 10 Basins

Landscape and Irrigation Maintenance for District 10, Brownwood and Sumter Landing Areas

RFP #19P-015

Village Community Development Districts Purchasing Department

Page 128 of 128

MAP 5 Proposal Group E

Buena Vista Blvd Phase V