Florida Lawn Servicei TO: Mayor Nm O. KaMin and DATE: S~pt~mber 23, 1998
Members of the City Coqmbsion
I FROM: City Manager~
t SUBo'ECT: Request fq~rA~proval to Award a Contract to Florida Lawn Services in the
Estimted Annual Amount of $351,125.04, Pursuant to Bid No. 98-97/01 for a
Three-Year Contract for Grounds Maintenance Service (Causeways and
Islands) for the City of Miami Beach, with an Option to Renew for Three Years
on a Year-to-Year Basis.
1
I
1
t
RECOM'M]~NDATIO~
Approve the award.
$351,125.04
(Estim,o-d annual amount)
Funds are available within Recreation, Culture & Parks, Landscape Maintenance
Division, Account Number 011.0945.000312
BACKGROUND
This Invitation to Bid was issued on August 2, 1998, with at~ opet~ng date of August 28, 1998.
Eighty-eight notices and twenty-two specifications were mailed. A Mandatory Pre-Bid Conference
was conducted on August 13, 1998, and three bids were received by the August 28, 1998 deadline.
The contractor is to furnish all expertise, supervision, labor, equipment, material, tmnspot~ou,
facilities, and support services necessary to perform complete grounds maintenance and
miscellaneous services for the MacArthur Causeway/Fii~,h Stz~et, Julia Turtle Causeway, Palm
Island, Hibiscus Island and Sta~ Island.
The work shall include, mowing, edging, litter pickup, weeding, mulching, pruning and fertilizing,
pest and disease control, watering and irrigation system repair and maintenance, and r~placement
of plants as required.
Additionally, the bid contains a provision for the contractor to provide .disaster response to assist
the City with clean-up efforts prior to and following a disaster. The contractor will be compensated
based on the labor rates by classification submitted with the ~
bid. F'dNDIN~ APPROVED ~ / / AGENDA ITZM
Ma~a{zement and 8u~ge~
BM No. 98-97/01 I
Page Two ~
BACKGROUND(Continued)
All work shall be done in a thorough and workmanlike manner under competent Contractor
supervision to the satisfaction ofthe City of Miami Beach Parks, Recreation and Culture Department
Director, and Landscape Maintenance Division.
The City currently contracts under two (2) separate contracts for grounds maintenance services for
MacArthur Causeway and Julia Tuttlc Causeway at a yearly cost of $234,714.90.
The yearly cost for these areas under this bid increased to $251,004.90 (approximate 7% increase).
This escalation of cost is due to the revised requirements of this bid which have increased the
frequency of service and level of supervision required. This will help to insure tha! these gateway
areas are maintained to the level expected by the citizens and visitors.
Grounds maintenance at Palm/Hibiscus Islands and Star Island has been performed by City
personnel. A comparison of the costs as included in the low bidder's response indicates the expense
to be comparable to current City-provided services. While a cost savings is not anticipated during
the first year of the contract, it is anticipated that a savings will be realized in years two and three
of the agreement due to reduced equipment replacement, use of fewer parts and use of less fuel.
Florida Lawn Service is the overall lowest bidder and has performed in a very satisfactory manner
under the expiring conlzact for the Julia Tut'de Causeway.
TABULATION ,
Attached.
CONCLUSION
This contract should be awarded to the lowest responsive bidder, Horida Lawn Service, Inc..
SR:JG:KS:JF:mr ·
211 ~
I
I
1
I
!
t
I
I
I
I
ITY OF MIAMI BEACH,
COMMIS~ON IVI~.MORANDUM NO.'~.~
TO:
FROM:
Mayor Neisen O. ~ ~md DATE: October 21, 1998
Member~ of tl~ City Co.mmi~ion
Sergio Rodriguez ~ ~
City M~n~ger ~
Request f~pprov~l to ~wa~ a Con~act to ~o~da La~ ~~ ~ ~e
Es~mat~ ~nn~ ~nnt of ~08~2S.~, ~unu~t to Bid No. ~-9~/01 for a
Three-Year Contract for Grounds Maintenance Services (Various Parks) for
the City of Miami Beach, with an Option to Renew for Three-Years on a Year-
to-Year Basis.
~CO~NDA~0N
Approve the award.
$308,225.04
(Estimated annual amount)
Funding is available from Recreation, Culture & Parks, Parks Maintenance Division,
Account Number 011.0940.000312
BACKGROUND
On Ck;-tober 7, 1998 (Commission Memorandum No. 676-98), the City Corr,mission approved the
award to the second lowest bidder conditioned upon further review of the bid by the Legal
Department regarding the legality of same. Based ulxm the review of the Bid Documents by the City
Attorney, said office has determined that since Florida Lawn Service is responsive to the Bid, and
additionally submitted the lowest responsive Bid, an award to the second lowest responsive bidder,
Envilonmentsl Care, Inc., absence any other cir~Rll~,mmces, could subject the City to a legal
challenge (See Attachment).
The Bid Specifications provide for cancellation of this contract for cause or convenience. In the
event any provisions of the bid are violated by the contractor, the Procurement Director shall give
written notice to the contractor stating the deficiencies, and unless they are corrected within ten (10)
days, a recommendation will be made to the City Commi~ion for immediate cancellation.
Additionally, the City Cornmi~ion has the right to termhm:ate the contract any time, for any reason,
upon giving thirty (30) days prior written notice to the contractor.
83
AGENDA ITEM
DATE
Bid No. 97-97/01
Page Two
October 21,1998
CONCLUSION
This contract should be awarded to the lowest r~on,~e, respon.~ible bidder, Florida Lawn Service,
Inc.
SR:$G:KS:JF:jph
Attachment
-ITY OF MIAMI BEACH
TO: Mayor Nc, ism O. K, mlin ~nd DATE: June 9, 1999
Members of the City Commission
SUKIECT: Request for Auiq/orization to Reject all Bids Received, Pursuant to Bid No.
5~-98/99 for a Three Year Contract to Provide Grounds Maintenance Service
!
I
with an Option to Renew for Three Years on a Year to Year Basis.
RECOMlb~NDATIO~N
Reject all Bids.
I
I
I
I
BACKGROUND
This Invitation to Bid was issue_ed on April 1, 1999 with an opening date of April 30, 1999. A
mandatory pre-bid conference was held on April 20, 1999. Fifty-two (52) notices were mailed,
resulting in the receipt of three (3) non-responsive bids. Bids were received from Everglades
Environmental Care, Inc., Florida Lawn Service, Inc., and Kemp Services, Inc.
The Scope of Work specified the furnishin.o of all labor, machinery, tools, means of transportation,
supplies, equipment, materials, services and incidentals necessary to provide complete landscape
maintenance services. The work included, but was not limited to, litter retrieval and waste disposal,
mowing, edgi~'n~, landscape maintenance, herbicide/insecticide application, turf managengnt,
I irrigation sy.ste~n, operation maintenance/zzt~r and replacement of plants as required. The location
ofthe work includes Normandy Drive, Seventy First (71) Street, Collins Avenue, and Ocean Drive.
In accordance with Paragraph 3~2 of the bid documents, firms submitting a bid must have a
minimum of one (1) full time graduate horticulturist on staff to manage all facets of the landscape
and turf management for the contractor. All three (3) firms failed to submit evidence that they met
this minimum requirement, therefore, were considered non-responsive.
The City will review the minimum requirements and re-bid this project with revised specifications.
I
AGENDA rrEM ~
Bid No. S0-98~99
Page Two
June 9, 1999
CONCLUSION
The City Commission should reject all non-respomive bids received.
I
1
I
I
I
!
!
J
-
II
It