ITB-20-042-02 Superior Landscaping & Lawn Service IncCONTRACT NO. 20-042-02
We are committed to providing excellent public service and safety to all who live, work, and play in our vibrant, tropical, historic community.
City of Miami Beach, 1755 Meridian Avenue, 3rd Floor, Miami Beach, Florida 33139, www.miamibeachfl.gov
PROCUREMENT DEPARTMENT
Tel: 305-673-7490, Fax: 786-394-4235
SENT VIA E-MAIL TO: superiorlandscape@bellsouth.net
July 10, 2020
Jesenia Otero
Superior Landscaping & Lawn
Services, Inc.
2200 NW 23 Avenue
Miami FL, 33142
Phone: 305-634-0717
RE: NOTICE OF AWARD OF CONTRACT PURSUANT TO INVITATION TO BID (ITB) NO.
2020-042-AY GROUNDS MAINTENANCE FOR RIGHT OF WAY, PARKING
FACILITIES, LINCOLN ROAD MALL, LOT CLEARANCE, AND COASTAL AREAS
Dear Ms. Otera:
On April 3, 2020 J. Superior Landscaping & Lawn Services, Inc., (the “Contractor”), submitted to
the City of Miami Beach, Florida (the “City”) a bid in response to the above-referenced ITB. The
ITB stipulates, pursuant to Section 0200, Sub-Section 16, Binding Contract, that the award of
the ITB shall constitute a binding Contract between the City and the awarded bidder.
Accordingly, this letter shall serve as official notice from the City that the Mayor and Commission
at its June 24, 2020 meeting, approved the City Manager’s recommendation pursuant to the ITB
to award a contract to Superior Landscaping & Lawn Services, Inc., for grounds maintenance,
right of way, parking facilities, Lincoln Road Mall, lot clearance and coastal areas for the following
groups:
Group 8 – Primary Contractor
Groups 1-5, 7 and 9 – Secondary Contractor
Group 6 – Tertiary Contractor
For a list of awarded Groups refer to Exhibit A attached hereto. It is important to note that no
services may be performed until such time as insurance has been received pursuant to the ITB
and the City has issued a Purchase Order.
If you have any questions regarding this letter of notification of award, you may contact Valerie
Velez, Contract Analyst, Procurement Department, at ValerieVelez@miamibeachfl.gov or at
305.673.7490. Otherwise, all other questions should be addressed to the Contract Manager for
this contract, Rodney Knowles, Public Works Department at rodneyknowles@miamibeachfl.gov
or (305) 673-7000 ext. 26311.
Sincerely,
Alex Denis
Director Procurement Department
AD/ME/AG
DocuSign Envelope ID: E0C194BA-063A-4961-8F35-85D2AF1ADB07
EXHIBIT A
GROUPS
1 ‐ SOUTH BEACH ROW ①$ 444,760.12 ②$ 643,610.00 ③$ 1,150,194.80 $ 1,182,199.54
2 ‐ MIDDLE BEACH ROW ①$ 208,079.10 ②$ 303,914.00 ③$ 501,106.71 $ 914,310.40
3 ‐ MIAMI BEACH CAUSEWAYS ①$ 247,026.69 ②$ 338,260.00 ③$ 594,393.00 $ 801,714.72
4 ‐ NORTH BEACH ROW ①$ 169,386.26 ②$ 390,190.00 ③$ 1,016,528.60
5 ‐ COASTAL AREAS ①$ 292,571.26 ②$ 426,255.00 ③$ 932,643.24
6 ‐ LINCOLN ROAD MALL ①$ 86,528.74 ③$ 122,490.00 ②$ 104,007.84 $ 215,544.00
7 ‐ SOUTH RDA ROW ①$ 90,184.60 ②$ 225,105.00 ③$ 298,697.64 $ 395,199.96
8 ‐ CITY BUILDINGS AND
MAINTENANCE FACILITIES ②$ 125,447.48 ①$ 116,394.00 ③$ 176,797.20 $ 297,876.20
9 ‐ PARKING LOTS ①$ 304,979.33 ②$ 499,803.84 ③$ 588,106.50 $ 1,014,750.01
10 ‐ LOT CLEARANCE ③$ 6,860.00 $ 25,750.00 ①$ 3,720.00 ②$ 4,020.00
BrightviewTrimac
Legend
① denotes primary
② denotes secondary
③ denotes tertiary
Superior SFM
ATTACHMENT A
COMMISSION AWARD MEMO
Competitive Bid Reports - C2 E
COMMISSION MEMORANDUM
TO:Honorable Mayor and Members of the City Commission
FR O M:J immy L. Morales, City Manager
DAT E:J une 24, 2020
SUB J E C T:R E QUE S T F OR A PP R OVA L TO AWA R D A C ONT R A C T P URS UA NT TO I NV I TAT I ON TO BI D (I T B) 2020-042-
AY F O R G RO UND S MA I NT E NA NC E F OR R I GHT-O F-WAY, PA R K I NG FAC I L I T I ES , L I NC OL N RO A D MA L L ,
L O T C L E A R A NCE A ND CO A STAL A RE A S.
RE C OM M E ND AT ION
The Administration recommends that the Mayor and City Commission of the City of Miami Beach, Florida approve the City Manager’s
recommendation pertaining to bids received, pursuant to I T B 2020-042-AY, Grounds Maintenance for right-of-ways, parking facilities,
Lincoln Road Mall, lot clearance and coastal areas.
BACKGROUND/HI STORY
The purpose of the I T B is to establish a contract, by means of sealed bids, with qualified firm(s) to provide grounds maintenance
services for right-of-ways, parking facilities, Lincoln Road Mall, lot clearance (as may be needed) and coastal areas throughout the
City.
ANALY SIS
T he IT B was issued on October 23, 2019, with bid opening date of April 3, 2020. T he Procurement Department issued bid notices to 6,249
companies utilizing www.bidsync.com website. 161 prospective bidders accessed the advertised solicitation. T he notices resulted in the
receipt of five (5) responses from: Brightview Landscape Services, Inc. (“Brightview”), SFM Services, Inc. (“SF M”), Superior Landscaping &
Lawn Services, Inc. (“Superior”), J.Fletcher Industries DBA Trimac Outdoor (“Trimac”), and YRY Homes LL C/ James Hepburn (“Y RY”).
See Attachment A for a tabulation of bids received.
Upon review of the bid submitted by YRY Homes, L L C, the City finds that the bidder has f ailed to comply with the I T B requirements.
Therefore, the bid submitted by YRY Homes, L L C has been deemed non-responsive and cannot be considered. Staff has verified
that the bids submitted by the remaining four (4) bidders met the requirements of the I T B and can be considered. Brightview, S F M
and Superior have existing or prior contacts with the City and have performed well. Trimac has not been previously awarded work at
the City, but has provided references that have documented their satisfaction with the firm's quality of work.
Below is a brief summary of the four (4) bidders as articulated in their bid submittals and staff 's experience with each bidder, as
applicable.
Brightview Landscape Services, Inc.
Brightview was established over 70 years ago and is one of the largest landscaping companies in Florida, with expertise in the
commercial landscaping services, with over 23,000 employees. I n addition to work experience with the City of Miami Beach,
Brightview has experience with other agencies such as City of Weston, City of Surfside, and City of Aventura. B rightview has
provided the City with landscaping services since 2011 and received satisfactory evaluation performances.
The City of Miami Beach was initially contracted through I T B 2014-275-L R with ValleyCrest Landscape Services, I nc. to provide
routine landscape maintenance services in the North Right-of-Way, L incoln Rd. Mall, and the Parking L ots & Facilities Citywide.
ValleyCrest was eventually acquired by B rightView Landscape Services, I nc., who subsequently provided the routine landscape
maintenance for the remainder of the contract. BrightView has provided dependable landscape maintenance service to the City over
the years, and despite a few instances regarding the consistency of service quality, they have overall been good service providers.
SF M Services, Inc.
SF M, established in 1972 is a service company that provides janitorial, landscape, and security guard service needs. S F M is an
industry leader in South F lorida and across the U.S., and has been for nearly 40 years. W ith more than 650 employees, who work
from Monroe up to P alm Beach County, S F M have also completed projects in Central F lorida, Tampa, Mississippi, and Texas. S F M
has provided the City with landscaping services for more than 10 years and had received satisfactory evaluation performances from
user departments.
SF M Services, I nc. has provided routine landscape maintenance services to the City of Miami B each through I T B 2014-275-L R for
SF M Services, I nc. has provided routine landscape maintenance services to the City of Miami B each through I T B 2014-275-L R for
the South Right-of-Way, which also includes the J ulia Tuttle and MacArthur Causeways, since 2014. S F M has consistently provided
dependable, thorough, professional, and courteous landscape maintenance service, and has always been available to remedy any
observed service def iciencies in a timely manner in order to meet the City’s quality objectives.
Superior Landscaping & Lawn Services, Inc.
Since 1972, S uperior has provided landscaping services throughout the State of F lorida. S uperior’s comprehensive services include
architectural landscape design, turf maintenance, landscape irrigation, landscape installation, fertilization, hardscapes, hurricane/storm
preparation and recovery, pressure washing and graffiti removal, water features & integrated pest management. Superior manages
over 200 employees and has experience with other municipalities such as City of Bonita S prings and City of Hollywood. Superior has
been providing the City with landscaping services since 2005.
Superior Landscaping has provided routine landscape maintenance services to the City through I T B 2014-275-L R for the Coastal
Areas since 2014. Superior has been able to provide quality service through this ecologically sensitive corridor, which extends from
South Point Dr. north to 79th Street, and includes the Beachwalk/Boardwalk, Dunes, and abutting street-ends along Collins Ave. Any
feedback from City staff regarding observed service deficiencies were quickly resolved to staff’s satisfaction.
Trimac Outdoor
Trimac is a landscaping service company that performs a range of landscape tasks, such as irrigation, fertilization and pest
treatments, and tree care with over 15 years of experience. W ith a staff of 120 employees, Trimac has received satisfactory
evaluation performances from multiple properties such as Delray Bay, American L andmark, and Colony Point. Trimac had not
provided landscaping services for the City, however the Administration has reached out to their references and received positive
feedback from some of the municipal references which included City of Pinellas Park, C ity of Mount Dora, and City of Casselberry.
City staff have not had any experience with Trimac Outdoor prior to their bidding for I T B 2020-042-AY. I n order to ascertain the
company’s capacity to provide quality, reliable routine landscape maintenance services to the areas of the City for with they provided a
bid, staff exercised their right as outlined in the bid documents to visit Trimac’s place of business to observe their facility, equipment,
vehicles, and staffing to gauge the functionality of the operation. Staff also spoke with Trimac’s references and requested a list of
their three largest landscape maintenance accounts, and a listing of all equipment and vehicles currently on-hand. S taff was ultimately
satisfied with the information provided and had no immediate concerns over Trimac’s ability to meet the City’s quality objective should
they be awarded any sites to maintain.
FI NANCI AL INFORMATION
The cost associated to provide grounds maintenance services consisting primarily of landscape and irrigation maintenance service for
the City of Miami Beach is subject to the funds availability approved through the City’s budgeting process. The annual costs are
anticipated to be approximately $2.4 million. Award of this I T B will result in approximately $1.2 million savings annually compared to
the current costs experienced by the City.
CONCL USION
I n order to assure that the City has contractors that can provide services as necessary, it is in the City's best interest to award a
primary, secondary, and tertiary vendor for each group. Accordingly, the lowest responsive and responsible bidders, for each
respective group, meeting all terms and conditions of the I T B, are indicated in the table below.
GRO UP PrimaryVendor SecondaryVendor TertiaryVendor
1 Trimac Superior S F M
2 Trimac Superior S F M
3 Trimac Superior S F M
4 Trimac Superior Brightview
5 Trimac Superior Brightview
6 Trimac S F M Superior
7 Trimac Superior S F M
8 Superior Trimac S F M
9 Trimac Superior S F M
10 S F M Brightview Trimac
Therefore, after reviewing the bids received and the evaluation of staff, I recommend that the Mayor and City Commission of the City
of Miami Beach, Florida, approve the award of a contracts, pursuant I T B 2020-042-AY for grounds maintenance for right-of-way,
parking facilities, L incoln Road Mall, lot clearance (as may be needed) and coastal areas, to the lowest responsive, responsible
bidders for each respective group as indicated in the table above; and authorize the City Manager and City Clerk to execute the
contracts.
Applicable Area
Citywide
Is this a "Residents Right
to Know" ite m, pursuant to
Does this ite m utilize G.O.
Bond Funds?
to Know" ite m, pursuant to
City Code Section 2-14?
Bond Funds?
Yes No
Strate gic Connection
Neighborhoods - Evolve parks and green spaces to meet the changing needs of the community.
Legislative Tracking
Public Works/Procurement
ATTACHME NTS:
Description
Attachment A
AT
T
A
C
H
M
E
N
T
A
B
I
D
TA
B
U
L
A
T
I
O
N
I
T
B
2020 ‐042 ‐AY
GR
O
U
P
S
YRY
1 ‐
SO
U
T
H
BE
A
C
H
RO
W
1,
1
8
2
,
1
9
9
.
5
4
$
③
1,
1
5
0
,
1
9
4
.
8
0
$
②
64
3
,
6
1
0
.
0
0
$
①
44
4
,
7
6
0
.
1
2
$
702,489.60 $
2 ‐
MI
D
D
L
E
BE
A
C
H
RO
W
91
4
,
3
1
0
.
4
0
$
③
50
1
,
1
0
6
.
7
1
$
②
30
3
,
9
1
4
.
0
0
$
①
20
8
,
0
7
9
.
1
0
$
343,439.36 $
3 ‐
MI
A
M
I
BE
A
C
H
CA
U
S
E
W
A
Y
S
80
1
,
7
1
4
.
7
2
$
③
59
4
,
3
9
3
.
0
0
$
②
33
8
,
2
6
0
.
0
0
$
①
24
7
,
0
2
6
.
6
9
$
109,276.16 $
4 ‐
NO
R
T
H
BE
A
C
H
RO
W
③
1,
0
1
6
,
5
2
8
.
6
0
$
②
39
0
,
1
9
0
.
0
0
$
①
16
9
,
3
8
6
.
2
6
$
702,489.60 $
5 ‐
CO
A
S
T
A
L
AR
E
A
S
③
93
2
,
6
4
3
.
2
4
$
②
42
6
,
2
5
5
.
0
0
$
①
29
2
,
5
7
1
.
2
6
$
171,719.68 $
6 ‐
LI
N
C
O
L
N
RO
A
D
MA
L
L
21
5
,
5
4
4
.
0
0
$
②
10
4
,
0
0
7
.
8
4
$
③
12
2
,
4
9
0
.
0
0
$
①
86
,
5
2
8
.
7
4
$
31,221.76 $
7 ‐
SO
U
T
H
RD
A
RO
W
39
5
,
1
9
9
.
9
6
$
③
29
8
,
6
9
7
.
6
4
$
②
22
5
,
1
0
5
.
0
0
$
①
90
,
1
8
4
.
6
0
$
187,330.56 $
8 ‐
CI
T
Y
BU
I
L
D
I
N
G
S
AN
D
MA
I
N
T
E
N
A
N
C
E
FA
C
I
L
I
T
I
E
S
29
7
,
8
7
6
.
2
0
$
③
17
6
,
7
9
7
.
2
0
$
①
11
6
,
3
9
4
.
0
0
$
②
12
5
,
4
4
7
.
4
8
$
296,606.72 $
9 ‐
PA
R
K
I
N
G
LO
T
S
1,
0
1
4
,
7
5
0
.
0
1
$
③
58
8
,
1
0
6
.
5
0
$
②
49
9
,
8
0
3
.
8
4
$
①
30
4
,
9
7
9
.
3
3
$
1,123,983.36 $
10
‐
LO
T
CL
E
A
R
A
N
C
E
②
4,
0
2
0
.
0
0
$
①
3,
7
2
0
.
0
0
$
25
,
7
5
0
.
0
0
$
③
6,
8
6
0
.
0
0
$
1,548.00 $
YR
Y
ha
s
be
e
n
de
e
m
e
d
no
n
‐re
s
p
o
n
s
i
b
l
e
an
d
wi
l
l
no
t
be
co
n
s
i
d
e
r
e
d
fo
r
aw
a
r
d
.
①
de
n
o
t
e
s
pr
i
m
a
r
y
bi
d
d
e
r
②
de
n
o
t
e
s
se
c
o
n
d
a
r
y
bi
d
d
e
r
③
de
n
o
t
e
s
te
r
t
i
a
r
y
bi
d
d
e
r
Tr
i
m
a
c
Le
g
e
n
d
Br
i
g
h
t
v
i
e
w
S
F
M
S
u
p
e
r
i
o
r
ATTACHMENT B
ADDENDA AND ITB SOLICITATION
PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139
www.miamibeachfl.gov
1 ADDENDUM NO. 9
INVITATION TO BID NO. 2020-042-AY
FOR GROUNDS MAINTENANCE FOR RIGHT-OF-WAY, PARKING FACILITIES, LINCOLN ROAD MALL, LOT CLEARANCE AND COASTAL AREAS
ADDENDUM NO. 9
INVITATION TO BID NO. 2020-042-AY
FOR GROUNDS MAINTENANCE FOR RIGHT-OF-WAY, PARKING FACILITIES, LINCOLN ROAD MALL, LOT CLEARANCE
AND COASTAL AREAS
April 1, 2020
This Addendum to the above-referenced ITB is issued in response to questions from prospective proposers, or other
clarifications and revisions issued by the City. The ITB is amended in the following particulars only (deletions are shown by
strikethrough and additions are underlined).
I. CLARIFICATIONS:
ITB DUE DATE AND TIME. The deadline for the receipt of bids is on Friday, April 3, 2020 at 3:00 PM.
City of Miami Beach
Procurement Department
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139
Late proposals will not be accepted. Proposers are cautioned to plan sufficient time to allow for traffic
or other delays for which the Proposer is solely responsible.
PUBLIC BID OPENING WILL BE VIA CONFERENCE ONLY
Dial-in Instructions:
• Dial the Telephone Number: 1-877-873-8018
• Enter the Meeting Number: 6312925 and then press the pound (#) key
THE DEADLINE FOR QUESTIONS HAS PASSED AND NO FURTHER QUESTIONS WILL BE CONSIDERED.
Any questions regarding this Addendum should be submitted in writing to the Procurement Management Department to the
attention of the individual named below, with a copy to the City Clerk’s Office at RafaelGranado@miamibeachfl.gov
Contact:
Arju Yudasto
Telephone:
305-673-7490 ext. 26695
Email:
ArjuYudasto@miamibeachfl.gov
Proposers are reminded to acknowledge receipt of this addendum as part of your ITB submission. Potential proposers that have
elected not to submit a response to the ITB are requested to complete and return the “Notice to Prospective Bidders”
questionnaire with the reason(s) for not submitting a proposal.
Sincerely,
Alex Denis
Procurement Director
PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139
www.miamibeachfl.gov
1 ADDENDUM NO. 8
INVITATION TO BID NO. 2020-042-AY
FOR GROUNDS MAINTENANCE FOR RIGHT-OF-WAY, PARKING FACILITIES, LINCOLN ROAD MALL, LOT CLEARANCE AND COASTAL AREAS
ADDENDUM NO. 8
INVITATION TO BID NO. 2020-042-AY
FOR GROUNDS MAINTENANCE FOR RIGHT-OF-WAY, PARKING FACILITIES, LINCOLN ROAD MALL, LOT CLEARANCE
AND COASTAL AREAS
March 19, 2020
This Addendum to the above-referenced ITB is issued in response to questions from prospective proposers, or other clarifications
and revisions issued by the City. The ITB is amended in the following particulars only (deletions are shown by strikethrough and
additions are underlined).
THE DEADLINE FOR QUESTIONS HAS PASSED AND NO FURTHER QUESTIONS WILL BE CONSIDERED.
I. ATTACHMENTS
Exhibit A: REVISED Cost Proposal Form – Miscellaneous Services
II. REVISIONS
1. ADD Appendix C, Section 2.1(d) The hourly rates quoted are for regular full time staffing for each specific category
listed. This staffing will be requested to perform additional work beyond the work specified herein and shall include
full compensation for labor, equipment use, travel time, and any other direct cost associated for providing the
additional work to the proposer. Hourly labor rates are specified as follows:
• Hourly rate for straight time, i.e. from 8:00 a.m. to 5:00 p.m. Monday - Friday (rate is to include labor and travel).
• Hourly rate for overtime, i.e. before 8:00 a.m. or after 5:00 p.m., or on weekends or holidays (rate apply to time
on site only with a two hour minimum).
2. ADD Appendix D, Section 11. E-Verify / Illegal Alien Labor: The Contractor and its subcontractors performing
work and providing services under a resulting agreement will utilize the US Department of Homeland Security's E -
Verify system to verify the employment eligibility of all new employees hired by the Contractor/subcontractor during
the Agreement term.
All cost incurred to initiate and sustain the aforementioned programs shall be the responsibility of the Contractor.
Failure to meet this requirement may result in termination of the Agreement by the City.
3. ADDAppendix D, Section 12. Method of Payment: The vendor shall submit an invoice to the City user
department(s) that requested the service through a purchase order. The date of the invoices shall not exceed thirty
(30) calendar days from the date service was provided. Under no circumstances shall the invoice be submitted to
the City in advance of the services being provided. In addition the invoice shall reference (or include a copy of) the
corresponding documentation (pick-up ticket number) that was signed by an authorized representative of the City
user department at the time the service was provided. Failure to submit invoices in the prescribed manner will delay
payment.
4. REVISE Section 0200, Parapragh 70. Termination for Default (Pg. 14) as follows:
The City may, at its discretion, provide reasonable “cure period” for any contractual violation prior to termination of
the contract; should the successful bidder fail to take the corrective action specified in the City’s notice of default
within the allotted cure period, then the City may proceed to terminate the contract for cause. in accordance with
this subsection 1.57.
PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139
www.miamibeachfl.gov
2 ADDENDUM NO. 8
INVITATION TO BID NO. 2020-042-AY
FOR GROUNDS MAINTENANCE FOR RIGHT-OF-WAY, PARKING FACILITIES, LINCOLN ROAD MALL, LOT CLEARANCE AND COASTAL AREAS
III. RESPONSES TO QUESTIONS RECEIVED:
Q1: Can you provide the historical data price sheet for this contract?
A1: Yes. Please see link attached:
https://miamibeach-
my.sharepoint.com/:f:/g/personal/arjuyudasto_miamibeachfl_gov/EsgZnlbGt5tMvRY62qwNxJoB_GeFLFnJVH
xi65EBtGhfPw?e=Ri4r18
Q2: Will there be a palm and tree count per site or overall contract provided?
A2: No, per Section 0200 INSTRUCTION TO BIDDERS, No. 8, the bidder must “Visit the site or structure,
as applicable, to become familiar with conditions that may affect costs, progress, performance or
furnishing of the Work.”
Q3: Please define Emergency Services in comparison to Overtime?
A3: Please refer to Appendix C, Section 2.1(b) for definition of Emergency Services. See REVISIONS for
hourly rates for regular and overtime.
Q4: Page 8 says the contract can be canceled at any time, however it states that a cure notice would be issued and if
the cure was not rectified, then penalties will follow. What would be the basis of cancelling a contract “at any time”?
A4: Please refer to Section 70 TERMINATION FOR DEFAULT and Section 71 TERMINATION FOR
CONVENIENCE OF THE CITY.
Q5: Pg 16 the city reserves the right to request any documentation omitted, what does this apply for?
A5: As per Section 0300, Paragraph 2, entitled Bid Proposal, “The City reserves the right to request any
documentation omitted, with exception of the Cost Proposal Form (Appendix E), Proposal Certification,
Questionnaire & Requirements Affidavit (Appendix A), and Bid Bond (if applicable). Bid Submittals
received that do not include the Cost Proposal Form, completed as required, or Bid Bond (if applicable)
shall be deemed non-responsive. Bidder must submit any omitted documentation within three (3)
business days upon request from the City, or the bid may be deemed non-responsive. Non-responsive
bid packages will receive no further consideration.
Q6: Pg 26. Standards and frequencies may be modified from time to time. How would we accurately predict how many
electric blowers the city may need if extra sites/frequencies may be added? This can change the scope of service and
need of equipment
A6: Please refer to Appendix C, Section 5.2, entitled Additional Work Requests Based on Contract
Items.
PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139
www.miamibeachfl.gov
3 ADDENDUM NO. 8
INVITATION TO BID NO. 2020-042-AY
FOR GROUNDS MAINTENANCE FOR RIGHT-OF-WAY, PARKING FACILITIES, LINCOLN ROAD MALL, LOT CLEARANCE AND COASTAL AREAS
Q7: a) MOT plan is required but does that mean it must be followed when actual service is performed?
b) Does MOT plan need to be provided in Bid or once winner is decided?
A7: a) Yes.
b) MOT plan shall be provided once the bid is awarded. Bidder is responsible for MOT.
Q8: Does the city have a site map with property borders and city owned property?
A8: Not at this time; however, the awarded contractor shall maintain the city properties along with the sites’
right of way responsibilities as per City of Miami Beach code section 126-16 (d) with the City as the adjacent
property owner.
Q9: a) Pg. 50 states contractor should have all pertinent equipment at time of submitting bid, does this mean that we
need to have all electric blowers and other needed equipment at bid submission?
b) What if the added services the city “may add at any time” require more equipment, pg. 50. 3.2(b) says contractor shall
bear the cost of any new equipment resulting from this requirement with no additional cost to the city”; how can we foretell
what other sites and needs may be required and the extra blowers needed?
A9: a) Please refer to Section 0200 Paragraph 42, entitled Estimated Quantities
b) Please refer to response A6
Q10: a) Pg 52 3.6(f) the contractor shall exhaust all non-chemical methods of pest control. If we cannot use the proper
chemicals in a timely manner and turf/palms/plants die as a result form “non -chemical methods”, will contractor still be
liable to replace affected area at no cost to the city?
b) When will it be deemed that non-chemical methods are not working and chemical applications must be used?
A10: a) Yes.
b) The contractor shall be responsible, when asked, to explain to city staff the justification for chemical
use instead of of non-chemical methods.
Q11: City staff needs to be present for any chemical applications. Does this include treating for invasive species?
A11: City staff does not need to be present for any chemical applications for any plant species, invasive
or noninvasive. However, the Contractor shall notify City staff in writing of any pesticide applications
performed under this Contract within 48 hours of said application
Q12: Can add or remove services at any time? Does the city anticipate adding or removing more services throughout
the year? Or will 36 services be the ultimate goal?
A12: Please refer to response A6.
PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139
www.miamibeachfl.gov
4 ADDENDUM NO. 8
INVITATION TO BID NO. 2020-042-AY
FOR GROUNDS MAINTENANCE FOR RIGHT-OF-WAY, PARKING FACILITIES, LINCOLN ROAD MALL, LOT CLEARANCE AND COASTAL AREAS
Q13: a) Mulch is expected to be maintained at 3’’ year round (will city provide an updated list of all sites previously
mulched and passed on to contractor). Will we be required to replace mulch that is washed away from king tides? Or
foot traffic that is documented in specific areas (such as Lincoln Rd Mall)?
b) Or as blown away by City employees on ROW’s and/or Parking Lots or other private party landscaping companies?
c) Can the City provide a list of “Mulched Sites” that will be maintained after award of the contract?
A13: a) The contractor will not be required to replace mulch lost during king tides but foot traffic areas
will require mulch replacement at no additional cost to the city.
b) Contractor must have documented proof that an outside agent has blown mulch away. Without
documented proof, the contractor is responsible for mulch replenishment.
c) Not available at this time.
Q14: a) Pg 55, services include 5 distinct tasks. If the City deems that one of the 5 has not been properly serviced, how
does the city determine what is the “fair” amount of money that will be deducted from the service? O r will the entire
service fail and no be paid (unless rectified in the provided time by the city)?
b) Since round-up is not allowed, the other products typically take longer to kill off the weeds, how will the inspector grade
a site if the weeds are still present but application has been made. At some times the weeds may take several days to
die off.
A14: a) The entire service cost will be deducted if one component was not properly serviced.
b) The contractor must maintain the quality objective at all times.
Q15: If there are no tree rings and we make them via spraying them (pg. 56 5.1 (a)(3). Are we required to provide the
mulch for these tree rings at no additional cost to the city?
A15: If contractor sprays tree rings to avoid trunk damage, the contractor can provide a proposal to
mulch the new tree rings at a 3” depth. After proposal acceptance and mulching completion, the
contractor is responsible to maintain the 3 inches of mulch in those tree rings until the end of the
contract.
Q16: Pg. 57 5.1(a)(5) “excessive and unsightly debris shall be properly disposed of contractor”. Does this include resident
debris thrown into city property; illegal dumping? Non-vegetative debris such as construction materials? Furniture?
A16: Construction material and household furniture removal are not part of this contract. It is in the
best interest of the contractor to inform the city of this issue upon observation before submitting a
report that the site was fully serviced.
Q17: Pg 58 For the irrigation to be paid, when does the city expect to receive the completed wet-checks and proposals?
Will we be required to submit daily wet-checks on the completion reports?
A17: Please see 10.2 inspections for details on service reporting schedule and daily wet checks may be
required on completion reports per staff discretion.
Q18: Turf Fertilization should not include nitrogen or phosphorous, is there any specific reason for no nitrogen? What if
soil tests deem it necessary, will we be able to apply then?
A18: It is City policy to reduce nitrogen and phoshorous inputs to the environment as much as possible.
Yes, nitrogen may be applied, if confirmed by a soil or tissue test or as determined by both city staff
and the contractor in writing through plant symptom diagnosis that nitrogen and phosporous is
required immediately to keep turfgrass from dying.
PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139
www.miamibeachfl.gov
5 ADDENDUM NO. 8
INVITATION TO BID NO. 2020-042-AY
FOR GROUNDS MAINTENANCE FOR RIGHT-OF-WAY, PARKING FACILITIES, LINCOLN ROAD MALL, LOT CLEARANCE AND COASTAL AREAS
Q19: a) During the palm/tree prunes, does the certified arborist need to be on-site at ALL times? What if we have multiple
crews throughout the city, can one arborist be used to manage the different crews? Or will a certified arborist be required
at every crew spread out throughout the city?
b) Royal palms are not included in the palm counts. Will the city require us to remove the seeds from Royal palms? If so,
will this be an additional cost? Pg. 59 5.1(d) PALM TRIMMING SPECIFICATIONS With self-cleaning palms such as royal
palms, the Contractor shall only remove fronds brown or yellow in color and/or loosely held to the palm. All tightly held
green fronds shall remain with selfcleaning palms.
c) Should the Australian Pines throughout the city be counted for hardwood trimming?
A19: a) An ISA certified arborist must be present within city limits at all times and be the crew(s)’ direct
supervisor when a palm or tree crew is performing work. One ISA Certified Arborist that is serving as
the project manager for that tree trimming effort within the City at that particular time can give trimming
instructions/guidance to one crew (which should consist of experienced tree trimmers that have been
trained in the proper tree trimming techniques anyway,) and leave that crew and go to the other crew(s)
and give them similar instructions. During the course of the effort, the ISA Certified Arborist should be
able to periodically move from site to site to ensure that the work is being performed to industry
standards. The Arborist is not expected to perform the actual work, rather, they are a professional
resource that ensures that the work is being done properly, and they will be ultimately liable for any
violations of the City’s Tree Protection Ordinance.
b) All palms shall be included in the contract cost pursuant to Section 5.1(d), entitled Palm Trimming
Service, all palms shall have their seedpods removed at time of service regardless if they are or are not
self-cleaning. Specific contract language mentioned in this question only relates to proper frond
removal for self cleaning palms and is only one component of a complete palm trimming service for
self cleaning palms.
c) All Australian Pines count towards to hardwood trimming.
Q20: Pg. 64, prices are to be fixed throughout term of contract. If a hurricane hits and vendors increase their pricing for
sod and other goods, can we modify the pricing at that time for the increased demand/lack of goods? I.E. If sod prices
go up because field were completely flooded out and it is not easy to acquire, can we add the additional costs that are
the market value during these times?
A20: Please refer to Section 0200, Paragraph 62 entitled Prices Quoted.
Q21: Pg 64. 2.1 the option to renew states the city MAY consider an increase for the CPI increase. Does this mean that
we are not guaranteed an increase if we follow all specified steps prior to the anniversary? The city may deny any attempt
to increase the line items? If CPI is agreed upon, will the price of the goods (i.e. mulch/turf/etc) be included in the price
increase?
A21: The City Manager at his sole discretion may approve/remove CPI price adjustments. See Appendix
D, Section 2.1.
Q22: a) How will the city determine what value of payment shall be deducted if the site is not completely serviced?
b) Will the city require all trimming of hedges and plants to be done on EVERY service?
A22: a) Please refer to Appendix D, Section 3.5 entitled Payment Reduction.
b) The quality objective for hedge trimming is to be “at all times, the city’s shrubs and hedges
shall be maintained in a neat and even appearance” per Appendix C, Section 5.1(a)(4).
PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139
www.miamibeachfl.gov
6 ADDENDUM NO. 8
INVITATION TO BID NO. 2020-042-AY
FOR GROUNDS MAINTENANCE FOR RIGHT-OF-WAY, PARKING FACILITIES, LINCOLN ROAD MALL, LOT CLEARANCE AND COASTAL AREAS
Q23: Pg. 66 says that the city will charge the contractor the site rate each day after it is deemed “non-conforming”. Does
this mean the value of the site will be charged back to the contractor each day for the full amount of the site until such
deficiency is corrected? Will it be a partial fee for the specific item or the entire cost of the site?
A23: As per the Cost Proposal Form, all deficient work deemed “non-conforming” specific to the
individual line items, will be charged back to the contractor for the full amount of service.
Q24: a) Pg 73 10.3(a) How does the city notify the contractor of said deficiencies?
b) Will locations and specific deficient items be noted?
c) Will there be pictures of the failed items?
d) What is the process and timeframe to request a meeting with Inspectors at a “non-conforming” site to review said
deficiencies for agreement / disagreement or justification prior to charging or non-payment of the site?
A24: a) The contractor will be notified in writing.
b) Yes, the notice will have enough details and locations for the contractor to find and remedy.
c) Written notification is sufficient. Photos may be part of deficiency notication.
d) Please refer to Appendix D, Section 3.6 entitled Disputes and Mediation.
Q25: 3.5.2 PAYMENT ADJUSTMENTS: The Greenspace Management Division Director or designee will inform the
Contractor, in writing, of all Non-Conforming or Unsatisfactory Work Where possible, Contractor shall correct all Non-
Conforming Work within two (2) business days. Can language or provision be added in to take into consideration realistic
services that are deficient and 100% require 48 hour remediation and those that can be “next service”?
A25: Please refer to Appendix D, Section 10.3 entitled Corrective Measures for Deficient Work.
Q26: Completion reports are due 24 hours after service.
a) If we complete a round of services on a Monday, when will the Completion reports be due? If its 24 hours, does that
mean the Completion reports are due by end of business on Tuesday (for this example). Or does this city expect the
Completion report first thing in the morning on the following day as is being strongly requested at this time?
b)Will the city inspect any sites before the completion reports have been turned in for those sites performed the prior 24
hours?
c) Is there a standard completion report that will be used by all contractors? If so, can you issue a copy of this completion
report that is to be used?
d) While City Inspectors are in the field inspecting and come across contractor Crews, what is the policy for adding extra
work at that site on that day that might inhibit Crews from completing their required sites in a timely manner for that day?
A26: a) Completion reports are due within 24 hours of service.
b) The City can inspect sites at any time.
c) Please refer to Appendix D, Section 10.2 entitled Inspections
d) Unable to determine at this time.
Q27: If termination can occur at any time for any reason, does that mean that we can be canceled without any cure
notices? Pg 70 talks about bond for the full amount. How does this work if they choose to cancel contract at any time?
A27: Please refer to response A4 above. See bond clause 4.2
PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139
www.miamibeachfl.gov
7 ADDENDUM NO. 8
INVITATION TO BID NO. 2020-042-AY
FOR GROUNDS MAINTENANCE FOR RIGHT-OF-WAY, PARKING FACILITIES, LINCOLN ROAD MALL, LOT CLEARANCE AND COASTAL AREAS
Q28: Pg. 14 says “The City may, at its discretion, provide reasonable “cure period” for any contractual violation prior to
termination of the contract; should the successful bidder fail to take the corrective action specified in the City’s notice of
default within the allotted cure period, then the City may proceed to terminate the contract for cause in accordance with
this subsection 1.57.”
a) Where is subsection 1.57?
b) Is this for specific contractual obligations only, like Palm Pruning or Fert application or does it include “Deficiencies
Tab” notices?
A28: a) Please refer to Revision 2 above.
b) Any contractual violation may result in terminatin of contract.
Q29: Pg. 14 says “The City may, for its convenience, terminate the work and/or services then remaining to be performed,
at any time, by giving written notice to the successful bidder of such termination, which shall become effective thirty (30)
days following receipt by bidder of such notice.”
a) What is the definition of “convenience” after we have invested $$ in new equipment, hiring personnel, trucks etc?
A29: a) Refer to clause.
Q30: Pg. 25 2.1(b) Emergency Services says “Pre-qualified vendors in the Emergency Services categories may be
contacted on occasion in response to a natural disaster or other disaster at the proposed per service rates (what are we
responsible for at these rates)…Hazardous Stump Extraction and Removal Eligibility and 9580.204 Documenting and
Validating Hazardous Trees Limbs and Stumps...Upon notification by the City of Miami Beach, the contractor will provide
immediate emergency response to remove obstructions. This will generally take place within 72 hours after a severe
weather event. This includes the removal of trees and palms on public property that are in danger of falling over, as well
as, pruning, staking and guying salvageable trees and palms as instructed by City staff.”
a) 72 hours is short time and do we submit proposals for this extra work, if so, what is the turnaround approval and/or
PO process, verbal, who approves, how do we charge for this over and above “the proposed service rates”? The City
may request additional work subject to mutual agreement. The cost and expenses will be submitted to the City for
approval in a cost proposal by the Contractor.
A30: Refer to revision 3.
Q31: Pg. 25 2.1(c) CONTRACTOR RESPONSIBILITY TO NOTIFY CITY OF PRIOR DEFICIENCIES- PRIOR TO
COMMENCEMENT SERVICES, THE CONTRACTOR SHALL HAVE TWENTY-FIVE (25) DAYS FROM START OF
CONTRACT TO THOROUGHLY INSPECT ALL SITES AND REPORT ANY PRESENT DAMAGES OR DEFICIENCIES
IN THE LANDSCAPING AND IRRIGATION SYSTEMS FOR EACH INDIVIDUAL SITE. THE CONTRACTOR WILL BE
RESPONSIBLE FOR THE INTEGRITY OF THE LANDSCAPE AFTER THIS INITIAL INSPECTION REPORT AND
SUBSEQUENT REPAIRS. Is this 25 working days or straight days?
A31: Calendar days.
Q32: Pg 26 2.4 SERVICE SCHEDULE - The Contractor will adhere to a service schedule provided by the City (see
Appendix G) at the start of each fiscal year. The City reserves the right to modify the service schedule frequency with
prior written notification (how many days notice and are we permitted to service and bill until such time)? to the successful
contractor(s) at the unit cost specified by the awarded contractor.
A32: Changes to the service schedule (Appendix G and all annual updates) shall have a minimum two-
week notice to the contractor.
PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139
www.miamibeachfl.gov
8 ADDENDUM NO. 8
INVITATION TO BID NO. 2020-042-AY
FOR GROUNDS MAINTENANCE FOR RIGHT-OF-WAY, PARKING FACILITIES, LINCOLN ROAD MALL, LOT CLEARANCE AND COASTAL AREAS
Q33: a) 2.5 TRAFFIC MAINTENANCE FOR ALL WORK IN CITY RIGHT OF WAYS (ROW) 2.5(a) The Contractor is
required to submit and get approved a Maintenance of Traffic (MOT) plan to the City of Miami Beach’s Right of Way
Department and/or the Florida Department of Transportation (FDOT) prior to the start of any ROW work. (There are 6 -
10 major ROW’s that require closure…..does this mean we need to prepare, pay and have approved 6-10 plans)?
b) Pg 27 2.5(c) The City of Miami Beach Public Works Department or other City authority has the right of regulate lane
closures on city streets. The Contractor shall conform all daily work activities in City right of ways to follow the most
current City policy on lane closures. Current policy does not allow lane closures on major thoroughfares between the
hours 7:00- 10:00am and 4:00pm-6:00pm on normal business days. (With the requirement of MOT Planned Lane
Closures and timeframe to set up this MOT and conform all daily work activities on these R OW’s, causes double the
amount of time to complete. This requirement will cause 2 day lane closures effecting/causing traffic congestion on each
ROW it effects. Can this timeframe be adjusted (Alton Road and Collins Ave in particular from our current contractual
requirements)?
A33: a) The contractor may have to prepare multiple mot plans based on the contractor’s site analysis.
b) See response to A2. Since bid issuance, the major throughfare operational hours have changed to
no lange closures between 7:00am -10:00am and 3:30pm – 6:00pm.
Q34: Pg 27 2.6(a) The City has a noise ordinance through Code regulating work hours wherepower equipment can be
used by all City contractors. What are these hours?
A34: Current City of Miami Beach code section 46-152(k) states the time period where landscape power
equipment can be used is between 8:00 am to 8:00 pm. Contractor must be aware and must adjust to
any changes to the noise ordinance at no additional cost to the city.
Q35: 2.6(b) As needed, the City of Miami Beach, Right of Way Manager issues moratoriums for right of ways work and
other areas whereas the Contractor is ordered not work in that defined area for that time period. The Contractor must
comply with this issued moratorium. Contractor’s work may be temporarily reorganized to complete the scheduled
services. What form of notice is given, how many days prior to moratorium is notice given and what type of compensation
is given for lost revenue during this non work defined area?
A35: The moratorium notice is in written form and distributed throughout the City. The Greenspace
Management Department will provide the contractor with that notification via e-mail. Depending on the
severity of the issue, the right of way manager can order an immediate moratorium and, if that occurs,
greenspace management can facilitate adjustments to schedule to comply with a quick acting
moratorium. Most times, sufficient time is provided for the contractor to make necessary adjustments.
Q36: Can the City update and apply specific ROW #’s to each Site Name and Description of contract locations to match
the required daily Completion Reports so as to not create any ambiguity between contractual parties and reporting. Ex.
18 Allison Island on Site Name and Description does not match ROW N. 25 Alison on Completion Report.
A36: Not available at this time
Q37: Pg 49 3.1(b) WORKER DOCUMENTATION AND CONTRACTOR PERSONNEL- The background check shall be
completed by the City of Miami Beach’s Human Resources Department at the expense of the Contractor. What is the
cost of background check?
A37: To be determined.
PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139
www.miamibeachfl.gov
9 ADDENDUM NO. 8
INVITATION TO BID NO. 2020-042-AY
FOR GROUNDS MAINTENANCE FOR RIGHT-OF-WAY, PARKING FACILITIES, LINCOLN ROAD MALL, LOT CLEARANCE AND COASTAL AREAS
Q38: Pg 50 3.2(b)(1) ELECTRIC BLOWERS- The City of Miami Beach requires through Resolution that the Contractor
only use electric blowers in all landscape maintenance operations. The Contractor shall not use gas powered blowers at
any time. If electric blowers break down and a replacement not available by next day or next service, may the contractor
request in writing to the City for an exception to this rule to use gas powered blowers for a specified number of days? If
no exception is granted, the service may not be rendered and/or not completed that day while equipment is being serviced
or back-up equipment is located.
A38: There are no exceptions to electric blower requirement. Contractor shall have sufficient equipment
to fully complete any service at all times.
Q39: Pg. 54 4.2 SITE LANDSPACE MODIFICATIONS In the event a Site or part of a Site becomes unavailable for
servicing by the Contractor, the Greenspace Management Division Director or designee may temporarily delete the Site
or part of the Site and compensation to the Contractor will be decreased. What form of notice is given, how many days
prior notice is given?
A39: Cancellation notice can be immediate as in a phone call to the contractor representative with a
follow-up written e-mail to confirm phone conversation of the site’s deletion. The City will make an
attempt to advise the Contractor at least 24 hours prior to deletion of a site; however, it is not a
guarantee.
Q40: Pg. 60 In the case of inclement weather/conditions, no mowing shall occur so as to prevent damaged turf. It is the
Bidder’s responsibility to advise Code Compliance of the nonperformance immediately so that Code Compliance may
provide instruction thereafter. In this case, will contractor be given extended time to complete service cycle schedule per
week of service?
A40: The Contractor shall notify the Greenspace Management Division Director or designee and any
further instructions thereafter will provided through Greenspace Management Director or designee.
Q41: 10.4 REPLACEMENT OF PLANT MATERIALS DUE TO CONTRACTOR NEGLIGENCE – There is no language
to cover dead or dying plant material due to pedestrian traffic trampling, vehicle exhaust burn, vehicle accidents and
responsibility of replacement.
A41: Section 10.4 relates to contractor negligence. The examples mentioned in this question are not
examples of contractor negligence and, therefore, the contractor would not be responsible for
replacement in those cases.
Q42: There is no provision or language as to Deficiencies to contractors sites that could be due to other maintenance
contractors or city workers. Ex. Leaf blowing of streets daily in high traffic/pedestrian friendly areas into hedges, corners,
through fences etc. and it becomes that contractors responsibility to remedy or not receive payment.
A42: Contractor must notify greenspace staff of an outside agency impacting their work before
notification of a completed service. It will be greenspace management’s staff discretion on a remedy
and/or a payment decision on a case by case basis. An “after the fact” notification can be an important
factor in staff’s decision on remedy and/or payment for those impacted services.
Q43: Is there any language with respect to “Bulk Waste” (mattresses, Amazon boxes, construction debris) on contractors
sites and what our responsibility is?
A43: Please refer to response A16.
PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139
www.miamibeachfl.gov
10 ADDENDUM NO. 8
INVITATION TO BID NO. 2020-042-AY
FOR GROUNDS MAINTENANCE FOR RIGHT-OF-WAY, PARKING FACILITIES, LINCOLN ROAD MALL, LOT CLEARANCE AND COASTAL AREAS
Q44: Can there be specific guidelines / best practices for hedge trimming? Verbally have said that all hedges need to be
trimmed on 1st service of the month and then it is left up to the discretion of contractor and city inspectors as to what is
acceptable after that with weekly services. Clarification and specific language is needed as to what is “fluffy” acceptable.
A44: Please refer to response A22.
Q45: Which locations have irrigation?
A45: Please refer to Appendix C, Section 2.7 entitled Contract Locations.
Q46: Is there a bid bond requirement? What amount if so?
A46: The only bond required is referred on Appendix D, Section 4.0 entitled Performance Bond.
Q47: How many trees and Palm Are there in each section?
A47: Please refer to response A2
Q48: Will the city pay for irrigation parts?
A48: Please see Section 5.1(b) on irrigation repair specifications
Q49: If a Palm frond falls and damages a car between the scheduled frequencies of palm trimming is the contractor still
liable for the repairs of the vehicle?
A49: Please refer to Appendix D, Section 10.5 entitled Protection of Property and Repair of Damage.
Q50: If the bidder has an exception to a clause in the service agreement will the bid still be found responsive?
A50: Please refer to Section 0200, No. 43 entitled Exceptions to Bid..
Q51: What are the estimated quantitative of mulch used in each section?
A51: Information requested is not available.
Q52: Whenever there is an increase in the Living Wage pay rate and the City adjusted the contractors bill rate, will the
City take into account the payroll burden that driven by the pay rate?
A52: Yes.
Q53: How much is the city currently paying for each site in each zone?
A53: Please refer to response A1.
Q54: Has the current contractors had any rate increases through the term of their contracts?
A54: Yes.
PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139
www.miamibeachfl.gov
11 ADDENDUM NO. 8
INVITATION TO BID NO. 2020-042-AY
FOR GROUNDS MAINTENANCE FOR RIGHT-OF-WAY, PARKING FACILITIES, LINCOLN ROAD MALL, LOT CLEARANCE AND COASTAL AREAS
Q55: What line item can you put in mulch price?
A55: Mulching requirement is a component of 5.1(a) routine landscape maintenance services cost.
Q56: Who is responsible for coordinating the closure of parking spaces in order to accomplish the required palm pruning?
Can you explain the process, and confirm how many spaces are allowed to be closed at one time?
A56: The contractor is responsible for all coordination of parking space closures with the parking
department. Upon contractor request to close spaces, the parking department determines when and
how many spaces will be closed at one time and issues a permit number to the contractor as proof to
parking space closures.
Q57: What areas require an FDOT lane closure permit in order to accomplish the required palm pruning?
A57: The FDOT roads within city limits are the following: Julia Tuttle Causeway, MacArthur Causeway,
5th Street, Alton Road, Collins Avenue, Indian Creek, 41st Street, Harding Avenue, Normandy Drive, and 71st
Street.
Q58: Who is responsible for addressing weeds / vegetation that grow in all sidewalk cracks / crevice’s?
A58: All sites’ right of way responsibilities extends out to the edge of pavement of the travel lane (street,
bike lane, etc.). All weeds/vegetation found in adjacent sidewalk’s cracks and cervices are the
contractor’s responsible to remove.
Q59: Is the contractor liable for accidents that occur as a result of a business / resident who has modified the original
landscape, ie added rocks / gravel to a tree pit on Ocean Drive for example?
A59: Please refer to Appendix D, Section 3.5.6 entitled Unreported Hazards.
Q60: Is the contractor responsible for missing irrigation valve covers? Is the contractor liable for “missing / broken” valve
covers that occur in between services?
A60: Missing or broken vavle box covers shall be considered a non-reimbursable service irrigation part
under 5.1(b) irrigation maintenance services and must be repaired with 24 business hours upon notice
from the city or recognition by contractor staff at no additional cost to the city.
Q61: As a former incumbent, should we prior to performing any annual or other scheduled services provide the city with
pricing for those activities to ensure we are paid for those services? They include trees, palms, fertilizer, etc?
A61: The current contracts are on a month to month extension at the same pricing and terms &
conditions to the current Contractors.
Q62:What is the current operating budget?
A62: Estimated annual budget for this project is $3,900,000.00.
MIAMI BEACH PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 3d Floor
Miami Beach, Florida 33139
www.miamibeachf.gov
ADDENDUM NO. 7
INVITATION TO BID NO. 2020-042-AY
FOR GROUNDS MAINTENANCE FOR RIGHT-OF-WAY, PARKING FACILITIES, LINCOLN ROAD MALL, LOT CLEARANCE
AND COASTAL AREAS
March 13, 2020
This Addendum to the above-referenced 1TB is issued in response to questions from prospective proposers, or other
clarifications and revisions issued by the City. The 1TB is amended in the following particulars only (deletions are shown by
strikethrough and additions are underlined).
I. REVISIONS: 1TB DUE DATE AND TIME. The deadline for the receipt of bids is extended until 3:00 p.m., on
Friday, April 3, 2020.
City of Miami Beach
Procurement Department
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139
Late proposals will not be accepted. Proposers are cautioned to plan sufficient time to allow for traffic or other delays
for which the Proposer is solely responsible.
A FORTHCOMING ADDENDUM WILL CONTAIN RESPONSES TO QUESTIONS RECEIVED.
Any questions regarding this Addendum should be submitted in writing to the Procurement Management Department to the
attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado@miamibeachfl.gov
Contact:
Ariu Yudasto
Telephone:
305-673-7 490 ext. 26695
Email:
Ar'uYudasto miamibeachfl. ov
Proposers are reminded to acknowledge receipt of this addendum as part of your 1TB submission. Potential proposers that have
electe ot to submit a response to the 1TB are requested to complete and return the "Notice to Prospective Bidders"
n e with the reason(s) for not submitting a proposal.
1 ADDENDUM NO. 7
INVITATION TO BID NO. 2020-042-AY
FOR GROUNDS MAINTENANCE FOR RIGHT-OF-WAY, PARKING FACILITIES, LINCOLN ROAD MALL, LOT CLEARANCE AND COASTAL AREAS
M IA M I B E A C H PROCUREM ENT DEPARTM ENT
1755 Meridian Aven ue, 36 Floor
M iam i Beach, Florida 33139
www.mi amibe ach fl.g ov
ADDENDUM NO. 6
INVITATION TO BID NO. 2020-042-AY
FOR GROUNDS MAINTENANCE FOR RIGHT-OF-WAY, PARKING FACILITIES, LINCOLN ROAD MALL, LOT
CLEARANCE AND COASTAL AREAS
February 14, 2020
This Addendum to the above-referenced 1TB is issued in response to questions from prospective proposers, or other
clarifications and revisions issued by the City. The 1TB is amended in the following particulars only (deletions are
shown by strikethrough and additions are underlined).
I. RESPONSES TO QUESTIONS RECEIVED: 1TB DUE DATE AND TIME. The deadline for the receipt
of bids is extended until 3:00 p.m., on Friday, March 20, 2020.
City of Miami Beach
Procurement Department
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139
Late proposals will not be accepted. Proposers are cautioned to plan sufficient time to allow for
traffic or other delays for which the Proposer is solely responsible.
A FORTHCOMING ADDENDUM WILL CONTAIN RESPONSES TO QUESTIONS RECEIVED.
Any questions regarding this Addendum should be submitted in writing to the Procurement Management
Department to the attention of the individual named below, with a copy to the City Clerk's Office at
RafaelGranado@miam i beach fl. gov
Contact:
Ariu Yudasto
Telephone:
305-673-7490 ext. 26695
Email:
AriuY udasto mmiamibeachfl. av
Proposers are reminded to acknowledge receipt of this addendum as part of your 1TB submission. Potential
proposers that have elected not to submit a response to the 1TB are requested to complete and return the "Notice to
Prospective Bidders" questionnaire with the reason(s) for not submitting a proposal.
1 ADDENDUM NO. 6
INVITATION TO BID NO. 2020-042-AY
FOR GROUNDS MAINTENANCE FOR RIGHT-OF-WAY, PARKING FACILITIES, LINCOLN ROAD MALL, LOT CLEARANCE AND COASTAL AREAS
M IA M I BEACH PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 3d Floor
Miami Beach, Florida 33139
www.miamibeachfl.gov
ADDENDUM NO. 5
INVITATION TO BID NO. 2020-042-AY
FOR GROUNDS MAINTENANCE FOR RIGHT-OF-WAY, PARKING FACILITIES, LINCOLN ROAD MALL, LOT
CLEARANCE AND COASTAL AREAS
January 28, 2020
This Addendum to the above-referenced 1TB is issued in response to questions from prospective proposers, or other
clarifications and revisions issued by the City. The 1TB is amended in the following particulars only (deletions are
shown by strikethrough and additions are underlined).
I. RESPONSES TO QUESTIONS RECEIVED: 1TB DUE- DATE AND TIME. The deadline for the receipt
of bids is extended until 3:00 p.m., on Wednesday, February 19, 2020.
City of Miami Beach
Procurement Department
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139
Late proposals will not be accepted. Proposers are cautioned to plan sufficient time to allow for
traffic or other delays for which the Proposer is solely responsible.
A FORTHCOMING ADDENDUM WILL CONTAIN RESPONSES TO QUESTIONS RECEIVED.
Any questions regarding this Addendum should be submitted in writing to the Procurement Management
Department to the attention of the individual named below, with a copy to the City Clerk's Office at
RafaelGranado@miamibeachfl.gov
Contact:
Ariu Yudasto
Telephone:
305-673-7490 ext. 26695
Email:
AriuY udastot mmiamibeachfl. ov
Proposers are reminded to acknowledge receipt of this addendum as part of your 1TB submission. Potential
proposers that have elected not to submit a response to the 1TB are requested to complete and return the "Notice to
Prosp ife Bidders" questionnaire with the reason(s) for not submitting a proposal.
Procurement Director
1 ADDENDUM NO. 5
INVITATION TO BID NO. 2020-042-A4Y
FOR GROUNDS MAINTENANCE FOR RIGHT-OF-WAY, PARKING FACILITIES, LINCOLN ROAD MALL, LOT CLEARANCE AND COASTAL AREAS
M IAM I BE ACH PROCUREM ENT DEPA RTM ENT
1755 Meridian Avenue, 34 Floor
Miami Beach, Florida 33139
www.miamibeachfl.gov
ADDENDUM NO. 4
INVITATION TO BID NO. 2020-042-AY
FOR GROUNDS MAINTENANCE FOR RIGHT-OF-WAY, PARKING FACILITIES, LINCOLN ROAD MALL, LOT
CLEARANCE AND COASTAL AREAS
December 18, 2019
This Addendum to the above-referenced 1TB is issued in response to questions from prospective proposers, or other
clarifications and revisions issued by the City. The 1TB is amended in the following particulars only (deletions are
shown by strikethrough and additions are underlined).
I. RESPONSES TO QUESTIONS RECEIVED: 1TB DUE DATE AND TIME. The deadline for the receipt
of bids is extended until 3:00 p.m., on Wednesday, February 5, 2020.
City of Miami Beach
Procurement Department
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139
Late proposals will not be accepted. Proposers are cautioned to plan sufficient time to allow for
traffic or other delays for which the Proposer is solely responsible.
A FORTHCOMING ADDENDUM WILL CONTAIN RESPONSES TO QUESTIONS RECEIVED.
Any questions regarding this Addendum should be submitted in writing to the Procurement Management
Department to the attention of the individual named below, with a copy to the City Clerk's Office at
RafaelGranado@miamibeachfl.gov
Contact:
Ariu Yudasto
Telephone:
305-673-7490 ext. 26695
Email:
AriuY udastor miamibeachfl. av
Proposers are reminded to acknowledge receipt of this addendum as part of your 1TB submission. Potential
proposers that have elected not to submit a response to the 1TB are requested to complete and return the "Notice to
Pro ct' e Bidders" questionnaire with the reason(s) for not submitting a proposal.
--.
Director
1 ADDENDUM NO. 4
INVITATION TO BID NO. 2020-042-AY
FOR GROUNDS MAINTENANCE FOR RIGHT-OF-WAY, PARKING FACILITIES, LINCOLN ROAD MALL, LOT CLEARANCE AND COASTAL AREAS
M IAM I BEACH PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 38 Floor
Miami Beach, Florida 33139
www.miamibeachfl.gov
ADDENDUM NO. 3
INVITATION TO BID NO. 2020-042-AY
FOR GROUNDS MAINTENANCE FOR RIGHT-OF-WAY, PARKING FACILITIES, LINCOLN ROAD MALL, LOT
CLEARANCE AND COASTAL AREAS
December 3, 2019
This Addendum to the above-referenced 1TB is issued in response to questions from prospective proposers, or other
clarifications and revisions issued by the City. The 1TB is amended in the following particulars only (deletions are
shown by strikethrough and additions are underlined).
I. RESPONSES TO QUESTIONS RECEIVED: 1TB DUE DATE AND TIME. The deadline for the receipt
of bids is extended until 3:00 p.m., on Tuesday, January 7, 2020.
City of Miami Beach
Procurement Department
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139
Late proposals will not be accepted. Proposers are cautioned to plan sufficient time to allow for
traffic or other delays for which the Proposer is solely responsible.
A FORTHCOMING ADDENDUM WILL CONT AIN RESPONSES TO QUESTIONS RECEIVED.
Any questions regarding this Addendum should be submitted in writing to the Procurement Management
Department to the attention of the individual named below, with a copy to the City Clerk's Office at
RafaelGranado@miamibeachfl.gov
Contact:
Ariu Yudasto
Telephone:
305-673-7490 ext. 26695
Email:
AriuY udastor miamibeachfl. av
Proposers are reminded to acknowledge receipt of this addendum as part of your 1TB submission. Potential
proposers that have elected not to submit a response to the 1TB are requested to complete and return the "Notice to
Prospective Bidders" questionnaire with the reason(s) for not submitting a proposal.
1 ADDENDUM NO. 3
INVITATION TO BID NO. 2020-042-A4Y
FOR GROUNDS MAINTENANCE FOR RIGHT-OF-WAY, PARKING FACILITIES, LINCOLN ROAD MALL, LOT CLEARANCE AND COASTAL AREAS
TABLE OF CONTENTS
SOLICITATION SECTIONS: PAGE
0100 NOT UTILIZED ...................................................................................................... N/A
0200 INSTRUCTIONS TO BIDDERS & GENERAL CONDITIONS ..........................................
0300 BID SUBMITTAL INSTRUCTIONS & FORMAT ..............................................................
APPENDICES:
APPENDIX A PROPOSAL CERTIFICATON, QUESTIONNAIRE AND AFFIDAVITS
APPENDIX B “NO BID” FORM
APPENDIX C MINIMUM REQUIREMENTS & SPECIFICATIONS
APPENDIX D SPECIAL CONDITIONS
APPENDIX E COST PROPOSAL FORM
APPENDIX F INSURANCE REQUIREMENTS
APPENDIX G SERVICE SCHEDULE
APPENDIX H CONTRACTOR SERVICE ORDER
APPENDIX I CLEANLINESS INDEX
SECTION 0200 INSTRUCTIONS TO BIDDERS
1. GENERAL.
This Invitation to Bid (ITB) is issued by the City of Miami Beach, Florida (the “City”), as the means for prospective
Proposers to submit their qualifications, proposed scopes of work and cost proposals (the “bid”) to the City for the
City’s consideration as an option in achieving the required scope of services and requirements as noted herein. All
documents released in connection with this solicitation, including all appendixes and addenda, whether included
herein or released under separate cover, comprise the solicitation, and are complementary to one another and
together establish the complete terms, conditions and obligations of the Proposers and, subsequently, the successful
Bidders(s) (the “contractor[s]”) if this ITB results in an award.
The City utilizes BidSync (www.bidsync.com) for automatic notification of solicitation opportunities and document
fulfillment. Any prospective bidder who has received this ITB by any means other than through BidSync is solely
responsible for registering immediately with BidSync to assure it receives any addendum issued to this ITB.
Additionally, prior to submittal of the bid, bidder shall verify that it has received and complied with all addenda issued.
Failure to receive an addendum, or comply with an addendum requirement, may result in disqualification of
bid submitted.
2. PURPOSE.
The City of Miami Beach is seeking bids from qualified firms to provide grounds maintenance services consisting
primarily of landscape and irrigation maintenance service in accordance with the terms, conditions and specifications
contained herein. Bid prices shall include all labor, equipment and materials needed to perform those duties set
forth in this document.
On September 5, 2014 the City issued Invitation to Bid (ITB) 2014-275-LR for Grounds Maintenance – Right-of-Way,
Parking Facilities, Lincoln Road Mall and Coastal Areas. On November 19, 2014, the Mayor and City Commission
awarded contracts to the lowest bidder(s). The existing contract is scheduled to expire December 22, 2019.
The Greenspace Division of the Public Works Department estimates the annual budget for this project to be
$3,900,000.00
3. SOLICITATION TIMETABLE. The tentative schedule for this solicitation is as follows:
ITB Issued October 23, 2019
Pre-Bid Meeting November 1, 2019 at 10:00am
Deadline for Receipt of Questions November 12, 2019 at 5:00pm
Responses Due November 22, 2019 at 3:00pm
Tentative Commission Approval Authorizing Award December 2019
4. PROCUREMENT CONTACT. Any questions or clarifications concerning this solicitation shall be submitted to the
Procurement Contact noted below:
Procurement Contact: Telephone: Email:
Arju Yudasto (305) 673-7490 #26695 ArjuYudasto@miamibeachfl.gov
Additionally, the City Clerk is to be copied on all communications via e-mail at: RafaelGranado@miamibeachfl.gov;
or via facsimile: 786-394-4188.
The Bid title/number shall be referenced on all correspondence. All questions or requests for clarification must be
received no later than ten (10) calendar days prior to the date proposals are due as scheduled in Section 0200-3. All
responses to questions/clarifications will be sent to all prospective Proposers in the form of an addendum.
4. PRE-BID MEETING OR SITE VISIT(S). Only if deemed necessary by the City, a pre-bid meeting or site visit(s)
may be scheduled.
A Pre-Bid conference will be held as scheduled in Solicitation Timeline above at the following address:
City of Miami Beach
Procurement Department
Conference Room
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139
Attendance (in person or via telephone) is encouraged and recommended as a source of information, but is not
mandatory. Proposers interested in pa rticipating in the Pre-Bid Submission Meeting via telephone must follow these
steps:
(1) Dial the TELEPHONE NUMBER: 1- 888-557-8511 (Toll-free North America)
(2) Enter the MEETING NUMBER: 6916771
Proposers who are interested in participating via telephone sh ould send an e-mail to the contact person listed in this
ITB expressing their intent to participate via telephone.
5. PRE-BID INTERPRETATIONS. Oral information or responses to questions received by prospective Bidders are
not binding on the City and will be without legal effect, including any information received at pre-bid meeting or site
visit(s). Only questions answered by written addenda will be binding and may supersede terms noted in this
solicitation. Addendum will be released through PublicPurchase.
6. CONE OF SILENCE. Pursuant to Section 2-486 of the City Code, all procurement solicitations once advertised
and until an award recommendation has been forwarded to the City Commission by the City Manager are under the
“Cone of Silence.” The Cone of Silence ordinance is available at
http://library.municode.com/index.aspx?clientID=13097&stateID=9&statename=Florida. Any communication or
inquiry in reference to this solicitation with any City employee or City official is strictly prohibited with the of exception
communications with the Procurement Director, or his/her administrative staff responsible for administering the
procurement process for this solicitation providing said communication is limited to matters of process or procedure
regarding the solicitation. Communications regarding this solicitation are to be submitted in writing to the
Procurement Contact named herein with a copy to the City Clerk at rafaelgranado@miamibeachfl.gov.
7. SPECIAL NOTICES. You are hereby advised that this solicitation is subject to the following
ordinances/resolutions, which may be found on the City Of Miami Beach website:
http://www.miamibeachfl.gov/city-hall/procurement/procurement-related-ordinance-and-procedures/
• CONE OF SILENCE…………………………………………………………… CITY CODE SECTION 2-486
• PROTEST PROCEDURES…………………………………………………… CITY CODE SECTION 2-371
• DEBARMENT PROCEEDINGS………………………………………………. CITY CODE SECTIONS 2-397 THROUGH 2-485.3
• LOBBYIST REGISTRATION AND DISCLOSURE OF FEES……………... CITY CODE SECTIONS 2-481 THROUGH 2-406
• CAMPAIGN CONTRIBUTIONS BY VENDORS…………………………….. CITY CODE SECTION 2-487
• CAMPAIGN CONTRIBUTIONS BY LOBBYISTS ON PROCUREMENT
ISSUES…………………………………………………………………………..
CITY CODE SECTION 2-488
• REQUIREMENT FOR CITY CONTRACTORS TO PROVIDE EQUAL
BENEFITS FOR DOMESTIC PARTNERS……………………………………
CITY CODE SECTION 2-373
• LIVING WAGE REQUIREMENT……………………………………………… CITY CODE SECTIONS 2-407 THROUGH 2-410
• PREFERENCE FOR FLORIDA SMALL BUSINESSES OWNED AND
CONTROLLED BY VETERANS AND TO STATE-CERTIFIED SERVICE-
DISABLED VETERAN BUSINESS ENTERPRISES……………………….. CITY CODE SECTION 2-374
• FALSE CLAIMS ORDINANCE………………………………………………... CITY CODE SECTION 70-300
• ACCEPTANCE OF GIFTS, FAVORS & SERVICES………………………... CITY CODE SECTION 2-449
8. EXAMINATION OF SOLICITATION DOCUMENTS AND SITE: It is the responsibility of each Bidder, before
submitting a Bid, to:
• Examine the solicitation thoroughly.
• Visit the site or structure, as applicable, to become familiar with conditions that may affect costs, progress,
performance or furnishing of the Work.
• Take into account federal, state and local (City and Miami-Dade County) laws, regulations, permits, and
ordinances that may affect costs, progress, performance, furnishing of the Work, or award.
• Study and carefully correlate Bidder's observations with the solicitation.
• Notify the Procurement Director of all conflicts, errors or discrepancies in the solicitation of which Bidder
knows or reasonably should have known.
• The submission of a Bid shall constitute an incontrovertible representation by Bidder that Bidde r has
complied with the above requirements and that without exception, the Bid is premised upon performing and
furnishing the Work required by the solicitation and that the solicitation documents are sufficient in scope
and detail to indicate and convey understanding of all terms and conditions for performance and furnishing
of the Work.
9. POSTPONEMENT OF DUE DATE FOR RECEIPT OF BIDS. The City reserves the right to postpone the deadline
for submittal of bids and will make a reasonable effort to give at least three (3) calendar days written notice of any
such postponement to all prospective Bidders through PublicPurchase.
10. PROTESTS. Protests concerning the specifications, requirements, and/or terms; or protests after the bid due
date in accordance with City Code Section 2-371, which establishes procedures for protested proposals and
proposed awards. Protests not submitted in a timely manner pursuant to the requirements of City Code
Section 2-371 shall be barred.
11. JOINT VENTURES. Joint Ventures are not allowed. The City will only contract with the prime contractor.
Proposals may, however, identify other sub-contractors or sub-consultants to the prime contractor.
12. VETERAN BUSINESS ENTERPRISES PREFERENCE. Pursuant to City of Miami Beach Ordinance No. 2011-
3748, the City shall give a preference to a responsive and responsible bidder which is a small business concern
owned and controlled by a veteran(s) or which is a service-disabled veteran business enterprise, and which is within
five percent (5%) of the lowest and best bidder, by providing such bidder an opportunity of providing said goods or
contractual services for the lowest responsive b id amount. Whenever, as a result of the foregoing preference, the
adjusted prices of two (2) or more bidders which are a small business concern owned and controlled by a veteran(s)
or a service-disabled veteran business enterprise constitute the lowest bid pursuant to an ITB or oral or written
request for quotation, and such bids are responsive, responsible and ot herwise equal with respect to quality and
service, then the award shall be made to the s ervice-disabled veteran business enterprise.
13. CONTRACT PRICE. Bid Price is to include the furnishing of all labor, materials, equipment including tools,
services, permit fees, applicable taxes, overhead and profit for the completion of the Work except as may be
otherwise expressly provided in the solicitation.
14. METHOD OF AWARD. Following the review of bids and application of vendor preferences, the lowest
responsive, responsible bidder(s) meeting all terms, conditions, and specifications of the ITB will be recommended
for award by bid item, bid group, or for the entirety of all bid items, as deemed in the best interest of the City, to the
City Manager for his consideration. After considering the staff recommendation for award, the City Manager shall
exercise his due diligence and recommend to the Mayor and City Commission the bid that the City Manager deems
to be in the best interest of the City. The City Commission shall consider the City Manager’s recommendation(s) and,
may approve or reject the City Manager’s recommendation(s). The City Commission may also reject all bids
received. In determining the lowest and best bidder, and in addition to price, Section 2 -369 of the City Code provides
that the City may consider the following:
• The ability, capacity and skill of the bidder to perform the Contract.
• Whether the bidder can perform the Contract within the time specified, without delay or interference.
• The character, integrity, reputation, judgment, experience and efficiency of the bidder.
• The quality of performance of previous contracts.
• The previous and existing compliance by the bidder with laws and ordinances relating to the
Contract.
15. MULTIPLE AWARD. The City may award two or more vendors (primary, secondary, tertiary, or higher), as
available, by line item, by group or in its entirety, beginning with lowest, responsive, responsible bidder (primary),
followed by the second lowest, responsive, responsible bi dder (secondary), and continuing with other responsive,
responsible bidders in order of next best cost. The City will endeavor to utilize vendors in order of award. However,
the City may utilize other vendors in the event that: 1) a contract vendor is not or is unable to be in compliance with
any contract or delivery requirement; 2) it is in the best interest of the City to do so regardless of reason.
Bidder acknowledges and agrees that this Contract and the award of any work hereunder, is non -exclusive, and the
City may, at its sole and absolute discretion, award similar services or work to other firms under contract with the
City (either as a co-primary contractor, or as secondary or tertiary contractors). No Purchase Order shall be issued
to Contractor, and no work or Services shall be authorized under this Agreement, except at City’s sole discretion.
Contractor shall have no entitlement to pe rform any services hereunder, or to be compensated for any Services,
unless set forth in a written Purchase Order.
16. BINDING CONTRACT. The signed bid shall be considered an offer on the part of the bidder, which offer shall be
deemed accepted upon award of the bid by the City Commission, or as delegated by the City Commission. Said
award shall constitute a binding Contract between the City and the awarded bidder(s). In case of default on the part
of the successful bidder, after said award, the City may take such action as it deems appropriate, including legal
action, for damages or specific performance. The Contract shall include the solicitation, any and all addenda issued
by the City and the Bid Proposal submitted the by bidder. In any discrepancy between the documents, the order of
preference shall be as follows: 1) Addendum in reverse order of release; 2) Soli citation; 3) Bid Proposal. In case of
default on the part of the successful bidder, the City may procure the items or services from other sources and hold
the bidder responsible for any excess cost occasioned or incurred thereby.
17. VOLUME OF WORK TO BE RECEIVED BY CONTRACTOR. It is the intent of the City to purchase the goods
and services specifically listed in this solicitation from the contractor. However, the City reserves the right to
purchase any goods or services awarded from state or other governmental contract, or on an as-needed basis
through the City’s spot market purchase provisions.
18. GENERAL TERMS AND CONDITIONS. It is the responsibility of the Bidder to become thoroughly familiar with
the Bid requirements, terms and conditions of this solicitation. Ignorance by the Bidder of conditions that exist or that
may exist will not be accepted as a basis for varying the requirements of t he City, or the compensation to be paid to
the Bidder.
19. ACCEPTANCE OR REJECTION OF BIDS. The City reserves the right to reject any or all bids prior to award.
Reasonable efforts will be made to either award the Contract or reject all bids within one -hundred twenty (120)
calendar days after bid opening date. A Bidder may not withdraw its bid unilaterally nor c hange the Contract Price
before the expiration of one hundred and twenty (120) calendar days from the date of bid opening. A Bidder may
withdraw its bid after the expiration of one hundred twenty (120) calendar days from the date of bid opening by
delivering written notice of withdrawal to the Procurement Department prior to award of the Bid by the Mayor and
City Commission.
20. ALTERNATE RESPONSES MAY BE CONSIDERED. The City may consider one (1) alternate response from
the same Bidder for the same formal solicitation; provided, that the alternate response offers a different product that
meets or exceeds the formal solicitation requirements. In order for the City to consider an alternate response, the
Bidder shall complete a separate Price Sheet form and shall mark “Alternate Response”. Alternate response shall
be placed in the same respon se. This provision only applies to formal solicitations for the procurement of goods,
services, items, equipment, materials, and/or supplies.
21. AMERICAN WITH DISABILITIES ACT. To request this material in accessible format, sign language interpreters,
information on access for persons with disabilities, and/or any accommodation to review any document or participate
in any city-sponsored proceeding, please contact 305-604-2489 (voice), 305-673-7524 (fax) or 305-673-7218 (TTY)
five days in advance to initiate your request. TTY users may also call 711 (Florida Relay Service).
22. NON-DISCRIMINATION. The Proposer certifies that it is in compliance with the non -discrimination clause
contained in Section 202, Executive Order 11246, as amended by Executive Orde r 11375, relative to equal
employment opportunity for all persons without regard to race, color, religion, sex or national origin. In accordance
with the City’s Human Rights Ordinance, codified in Chapter 62 of the City Code, Proposer shall prohibit
discrimination by reason of race, color, national origin, religi on, sex, intersexuality, gender identity, sexual
orientation, marital and familial status, and age or disabilit y.
23. ASSIGNMENT. The successful bidder shall not assign, transfer, convey, sublet or otherwise dispose of the
contract, including any or all of its right, title or interest therein, or his/her or its power to execute such contract, to
any person, company or corporation, without the prior written consent of the City.
24. AUDIT RIGHTS AND RECORDS RETENTION. The Successful Bidder agrees to provide access at all
reasonable times to the City, or to any of its duly authorized representatives, to any books, do cuments, papers and
records of Contractor which are directly pertinent to this formal solicitation, for the purpose of audit, examination,
excerpts, and transcriptions. The Successful Bidder shall maintain and retain any and all of the books, documents,
papers and records pertinent to the Contract for three (3) years after the City makes fi nal payment and all other
pending matters are closed. Contractor’s failure to or refusal to comply with this condition shall result in the
immediate cancellation of this contract by the City.
25. BID BONDS, PERFORMANCE BONDS, CERTIFICATES OF INSURANCE. Bid Bonds, when required, shall be
submitted with the bid in the amount specified in the Special Conditions. After acceptance of the bid, the City will
notify the successful bidder to submit a performance bond and certificate of insurance in the amount spe cified in the
Special Conditions.
26. BILLING INSTRUCTIONS. Invoices, unless otherwise indicated, must show purchase order numbers and shall
be submitted to the ordering City department.
27. CANCELLATION. In the event any of the provisions of this Bid ar e violated by the bidder, the City shall give
written notice to the bidder stating such deficiencies and, unless such deficiencies are corrected within ten (10)
calendar days from the date of the City’s notice, the City, through its City Manager, may declare the contract in
default and terminate same, without further notice required to the bidder. Notwithstanding the preceding, the City,
through its City Manager, also reserves the right to terminate the contract at any time and for any reason, without
cause and for convenience, and without any monetary liability to the City, upon the giving of thirty (30) days prior
written notice to the bidder.
28. CITY’S RIGHT TO WAIVE OR REJECT BIDS. The City Commission reserves the right to waive any
informalities or irregularities in this Bid; or to reject all bids, or any part of any bid, as it deems necessary and in the
best interest of the City of Miami Beach.
29. CLARIFICATION AND ADDENDA TO BID SPECIFICATIONS. If a bidder is in doubt as to the true meaning of
the Bid specifications, or other Bid documents, or any part thereof, the bidder must submit to the City, at least seven
(7) calendar days prior to the scheduled Bid opening date, a request for clarification.
Any interpretation of the Bid, including, without limitation, responses to questions and request for clarification(s) from
bidders, will be made only by Addendum duly issued by the City. In the event of conflict with the original
specifications, the Addendum shall supersede such specifications, to the extent specified. Subsequent Addendum
shall govern over prior Addendum only to the extent specified. The bidder shall be required to acknowledge receipt
of any and all Addendum, and filling in and signing in the spaces provided in Appendix A, No. 14 Acknowledgement
of Addendum. Failure to acknowledge Addendum may deem a bid non-responsive.
The City will not be responsible for explanations, interpretations, or answers to questions made verbally or in writing
by any City representative, unless issued by the City via formal written Addendum to this Bid.
Any questions or clarifications concerning the Bid shall be submitted in writing to the Procurement Department, 1755
Meridian Avenue, 3rd Floor, Miami Beach, FL 33139 with a copy to the City Clerk.
30. COLLUSION. Where two (2) or more related parties each submit a bid or bids for any contract, such bids or bids
shall be presumed to be collusive. The foregoing presumption may be rebutted by presentation of evidence as to
the extent of ownership, control and management of such related parties in the preparation and submittal of such bid
or bids. “Related parties” means bidders or the principals thereof which have a direct or indirect ownership interest in
another bidder for the same contract, or in which a p arent company or the principals thereof of one (1) bidder have a
direct or indirect ownership interest in another bidder for the same contract. Bid or bids found to be c ollusive shall be
rejected.
Bidders who have been found to have engaged in collusion may also be suspended or debarred, and any contract
resulting from collusive bidding may be terminated for cause.
31. CONDITION AND PACKAGING. Bidder guarantees items offered and delivered to be the current standard
production model at time of bid and shall offer expiration dating of at least one year or later. Bidder also guarantees
items offered and delivered to be new, unused, and free from any and all defects in ma terial, packaging and
workmanship and agrees to replace defective items promptly at no charge to the City of Miami Beach, for the
manufacturer’s standard warranty but in no case for a period of less than 12 months from date of acceptance. All
containers shall be suitable for storage or shipment, and all prices shall include standard commercial packaging.
32. CONTRACT EXTENSION. The City reserves the right to require the Contractor to extend contract past the
stated termination date for a period of up to 120 days in the event that a subsequent contract has not yet been
awarded. Additional extensions past the 120 days may occur as needed by the City and as mutually agreed upon by
the City and the contractor.
33. DELIVERY. Unless actual date of delivery is specified (or if specified delivery cannot be met), show number of
days (in calendar days) required to make delivery after receipt of purchase order, in space provided. Delivery time
may become a basis for making an award. Delivery shall be within the nor mal working hours of the City using
Department, Monday through Friday, excluding holidays. Receiving hours are Monday through Friday, excluding
holidays, from 8:30 A.M. to 4:00 P.M.
34. DELIVERY TIME. Bidders shall specify in the attached Bid Form, the g uaranteed delivery time (in calendar days)
for each item. It must be a firm delivery time; no ranges (For example, 12-14 days) will be accepted.
35. DEMONSTRATION OF COMPETENCY.
A. Pre-award inspection of the bidder's facility may be made prior to the award of contract.
B. Bids will only be considered from firms which are regularly engaged in t he business of providing the goods
and/or services as described in this Bid.
C. Bidders must be able to demonstrate a good record of performance for a reasonable period o f time, and
have sufficient financial capacity, equipment, and organization to ensure t hat they can satisfactorily perform
the services if awarded a contract under the terms and conditions of this Bid.
D. the terms "equipment and organization", as used herein shall, be construed to mean a fully equipped and
well established company in line with the best business practices in the industry, and as determined by the
City of Miami Beach.
E. The City may consider any evidence available regarding the financial, techn ical, and other qualifications and
abilities of a bidder, including past performance (experience), in making an award that is in the best interest
of the City.
F. The City may require bidders to show proof that they have been designated as authorized represen tatives of
a manufacturer or supplier, which is the actual source of supply. In these instances, the City may also
require material information from the source of supply regarding the quality, packaging, and characteristics
of the products to be supply to the City. Any material conflicts between information provided by the source
of supply and the information contained in the bidder's bid may render the bid non-responsive.
G. The City may, during the period that the contract between the City and the successf ul bidder is in force,
review the successful bidder's record of performance to ensure that the bidder is continuing to provide
sufficient financial support, equipment, and organization as prescribed in this bid. Irrespective of the
bidder's performance on contracts awarded to it by the City, the City may place said contracts on
probationary status and implement termination procedures if the City determines that the successful bidder
no longer possesses the financial support, equipment, and organization whi ch would have been necessary
during the bid evaluation period in order to comply with the demonstration of competency required under this
subsection.
36. DISPUTES. In the event of a conflict between the Bid documents, the order of priority of the document s shall be
as follows:
A. Any contract or agreement resulting from the award of this Bid; then
B. Addendum issued for this Bid, with the latest Addend um taking precedence; then
C. The Bid; then
D. The bidder’s bid in response to the Bid.
In case of any doubt or difference of opinion as to the items and/or services (as the case may be) to be furnished
hereunder, the decision of the City shall be final and bind ing on all parties.
37. NOT USED.
38. DEFAULT. Failure or refusal of a bidder to execute a contract upon awar d, or withdrawal of a bid before such
award is made, may result in forfeiture of that portion of any bid surety required as liquidated damages incurred by
the City thereby; or, where surety is not required, failure to execute a contract as described above may be grounds
for removing the bidder from the City’s bidders list.
39. EQUIVALENTS. If a bidder offers makes of equipment or brands of supplies other than those specified in the Bid
specifications, he must so indicate in his bid. Specific article(s) of equipment/supplies shall conform in quality,
design and construction with all published claims of the manufacturer.
The bidder shall indicate in the Bid Form the manufacturer's name and number if bidding other than the specified
brands, and shall indicate ANY deviation from the specifications as listed in the Bid. Other than specified items
offered requires complete descriptive technical literature marked to indicate detailed conformance with
specifications, and MUST BE INCLUDED WITH THE BID. NO BIDS WIL L BE CONSIDERED WITHOUT THIS
INFORMATION. THE CITY SHALL BE THE SOLE JUDGE OF EQUALITY AND ITS DECISION SHALL BE FINAL.
Note as to Brand Names: Catalog numbers, manufacturers' and brand names, when listed, are informational guides
as to a standard of acceptable product quality level only and should not be construed as an endorsement or a
product limitation of recognized and legitimate manufacturers. Bidders shall formally substantiate and verify that
product(s) offered conform with or exceed quality as listed in the specifications.
40. ELIMINATION FROM CONSIDERATION. This bid shall not be awarded to any person or firm who is in arrears
to the City upon any debt, taxes, or contracts which are defaulted as surety or otherwise upon any obligation to the
City.
41. EMERGENCY RESPONSE PRIORITY. It is hereby made a part of this solicitation that before, during, and after a
public emergency, disaster, hurricane, tornado, flood, or other acts of force majeure that the City of Miami Beach,
Florida shall receive a "First Priority" for any goods and services covered under any award resulting from this
solicitation, including balance of line items as applicab le. It is vital and imperative that the majority of citizens are
protected from any emergency situation that threatens public health and safety, as determined by the City. By virtue
of submitting a response to this solicitation, vendor agrees to provide all award-related goods and services to the
City on a "first priority" under the emergency conditions noted above.
42. ESTIMATED QUANTITIES. Estimated quantities or estimated dollars, if provided, are for City guidance only. No
guarantee is expressed or implied as to quantities or dollars that will be used during the contract period. The City is
not obligated to place any order for a given amount subsequent to the award of this Bid. Estimates are ba sed upon
the City’s actual needs and/or usage during a pre vious contract period. The City may use said estimates for
purposes of determining whether the low bidder meets specifications.
43. EXCEPTIONS TO BID. Bidders are strongly encouraged to thoroughly review the specifications and all
conditions set forth in this Bid. Bidders who fail to satisfy the requirements in this Bid, may be deemed non -
responsive and receive no further consideration. Should your proposed bid not be able to meet one (1) or more of
the requirements set forth in this Bid and you are proposing alternatives and/or exceptions to said requirements, you
must notify the Procurement Office, in writing, at least five (5) days prior to the deadline for submission of bids. The
City reserves the right to revise the scope of services via Addendum prior to the deadline for receipt of bids.
44. FACILITIES. The City, through its City Manager or his/her authorized designee, reserves the right to inspect the
bidder's facilities at any time, upon reasonable prior written or verbal notice.
45. FLORIDA PUBLIC RECORDS LAW. Bidders are hereby notified that all Bid including, without limitation, any
and all information and documentation submitted therewith, are exempt from public records requirements under
Section 119.07(1), Florida Statutes, and s. 24(a), A rt. 1 of the State Constitution until such time as the City provides
notice of an intended decision or until th irty (30) days after opening of the bids, whichever is earlier. Additionally,
Contractor agrees to be in full compliance with Florida Statute 119.0701 including, but not limited to, agreement to
(a) Keep and maintain public records that ordinarily and necessar ily would be required by the public agency in
order to perform the services; (b) provide the public with access to public records on the same terms and conditions
that the public agency would provide the records and at a cost that does not exceed the cost provided in this chapter
or as otherwise provided by law; (c) Ensure that public records that are exempt or confidential and exempt from
public records disclosure requirements are not disclosed except as authorized by law; (d) Meet all requirements for
retaining public records and transfer, at no cost, to the public agency all public rec ords in possession of the
contractor upon termination of the contract and destroy any duplicate public records that are exempt or confidential
and exempt from public records disclosure requirements. All records stored electronically must be provided to the
public agency in a format that is compatible with the information technology systems of the public agency.
46. F.O.B. DESTINATION. Unless otherwise specified in the Formal Solicitation, all prices quoted/proposed by the
bidder must be F.O.B. DESTINATION, inside delivery, with all delivery costs and charges included in the bid price,
unless otherwise specified in this Formal Solicitation. Failure to do so may be cause for rejection of bid.
47. GRATUITIES. Bidders shall not offer any gratuities, favors, or anything of monetary value to any official,
employee, contractor, or agent of the City, for the purpose of influencing consideration of this Bid.
48. INDEMNIFICATION. The successful Bidder shall indemnify and hold harmless the City and its officers,
employees, agents and instrumentalities from any and all liability, losses or damages, including attorney’s fee s and
costs of defense, which the City or its officers, employees, agents or instrumentalities may incur as a result of
claims, demands, suits, causes of actions or proceedings of any kind or nature arising out of, relating to or resulting
from the performance of the agreement by the successful Bidder or its employee s, agents, servants, partners,
principals or subcontractors. The successful Bidder shall pay all claims and losses in connection therewith, and
shall investigate and defend all claims, suits or actions of any kind or nature in the name of the City, where
applicable, including appellate proceedings, and shall pay all costs, judgments, an d attorney’s fees which may be
incurred thereon. The successful Bidder expressly understands and agrees that a ny insurance protection required
by this Agreement or otherwise provided by the successful Bidder shall in no way limit the responsibility to ind emnify,
keep and save harmless and defend the City or its officers, employees, agents and instrumentalities as herein
provided. The above indemnification provisions shall survive the expiration or termination of this Agreement.
49. INSPECTION, ACCEPTANCE & TITLE. Inspection and acceptance will be at destination, unless otherwise
provided. Title to (or risk of loss or damage to) all items shall be the responsibility of the s uccessful bidder until
acceptance by the City, unless loss or damage results from the gross negligence or willful misconduct of the City.
If any equipment or supplies supplied to the City are f ound to be defective, or do not conform to the specifications,
the City reserves the right to cancel the order upon written notice to the seller, and return the product, at the bidder's
expense.
50. LAWS, PERMITS AND REGULATIONS. The bidder shall obtain and pay for all licenses, permits, and inspection
fees required under the contract; and shall comply with all Applicable Laws.
51. LEGAL REQUIREMENTS. The bidder shall be required to comply with all federal, State of Florida, Miami -Dade
County, and City of Miami Beach codes, laws, ordinances, and/or rules and regulat ions that in any manner affect the
items covered herein (collectively, Applicable Laws). Lack of knowledge or ignorance by the bidder with/of
Applicable Laws will in no way be a cause for relie f from responsibility.
52. LIABILITY, INSURANCE, LICENSES AND PERMITS. Where bidders are required to enter or go on to City of
Miami Beach property to deliver materials or perform work or services as a result of the Bid, the bidder will assume
the full duty, obligation and expense of obtaining all necessary licenses, permits, and insurance, and assure all work
complies with all Applicable Laws. The bidder shall be liable for any damages or loss to the City occasioned by
negligence of the bidder, or his/her officers, employees, contractors, and/or agents, for failure to comply with
Applicable Laws.
53. MANNER OF PERFORMANCE. Bidder agrees to perform its duties and obligations in a professional manner
and in accordance with all applicable Local, State, Count y, and Federal laws, rules, regulations and codes. Bidder
agrees that the services provided shall be provided by employees that are educated, tra ined, experienced, certified,
and licensed in all areas encompassed within their designated duties. Bidder agr ees to furnish to the City any and
all documentation, certification, authorization, license, permit, or registration currently required by applic able laws,
rules, and regulations. Bidder further certifies that it and its employees will keep all licenses, permits, registrations,
authorizations, or certifications required by applicable laws or regulations in full force and effect during the term of
this contract. Failure of bidder to comply with this paragraph shall constitute a material breach of this co ntract.
54. MISTAKES. Bidders are expected to examine the spe cifications, delivery schedules, bid prices, and extensions,
and all instructions pertaining to supplies and services. Failure to do so will be at the bidder's risk and may result in
the bid being non-responsive.
55. MODIFICATION/WITHDRAWALS OF BIDS. A bidder may submit a modified bid to replace all or any portion of
a previously submitted bid up until the bid due date and time. Modifications received after the bid due date and time
will NOT be considered.
Bids shall be irrevocable until contract award unless withdrawn in writing prior to the bid due date or after expiration
of 120 calendar days from the opening of bids without a contract award. Letters of withdrawal received after the bid
due date and before said expiration date and letters of withdrawa l received after contract award will NOT be
considered.
56. NON-CONFORMANCE TO CONTRACT CONDITIONS. Items may be tested for compliance with specifications.
Items delivered, not conforming to specifications, may be rejected and returned at the bidder's ex pense. These
items, as well as items not delivered as per delivery date in bid and /or purchase order, may be purchased by the
City, at its discretion, on the open market. Any increase in cost may be charged against the bidder. Any violation of
these stipulations may also result in the bidder’s name being removed from the City’s vendor list.
57. OPTIONAL CONTRACT USAGE. When the successful bidder(s) is in agreement, other units of government o r
non-profit agencies may participate in purchases pursuant to the award of this contract at the option of the unit of
government or non-profit agency.
58. OSHA. The bidder warrants to the City that any work, services, supplies, materials or equipment sup plied
pursuant to this Bid shall conform in all respects to th e standards set forth in the Occupational Safety and Health Act
of 1970, as amended, and the failure to comply with this condition will be deemed breach of contract. Any fines
levied because of inadequacies to comply with this condition shall be borne solely by the bidder.
59. PATENTS & ROYALTIES. The bidder shall indemnify and save harmless the City of Miami Beach, Florida, and
its officers, employees, contractors, and/or agents, from liability of any nature or kind, including cost and expenses
for, or on account of, any copyrighted, patented, or unpatented invention, process, or article manufactured or used in
the performance of the contract, including its use by the City of Miami Beach, Florida. If the bidder uses any design,
device or materials covered by letters, patent, or copyright, it is mutually understood and agreed, without ex ception,
that the bid prices shall include all royalties or cost arising from the use of such design, device, o r materials in any
way involved in the work.
60. PAYMENT. Payment will be made by the City after the items have been received, inspected, and fou nd to
comply with Bid specifications, free of damage or defect, and properly invoiced.
61. PRICES QUOTED. Prices quoted shall remain firm and fixed during the duration of the contract. In completing
the bid form, state both unit price and extended total , when requested. Prices must be stated in units of quantity
specified in the bidding specifications. In case of discrepancy in computing the amount of the bid, the UNIT PRICE
quoted will govern. All prices must be F.O.B. destination, freight prepaid (u nless otherwise stated in Special
Conditions). The Bidder may offer cash discounts for prompt payments; however, such discounts will not be
considered in determining the lowest price during bid evaluation. Bidders are requested to provide prompt payment
terms in the space provided on the Bid submittal signature page of the solicitation. Award, if made, will be in
accordance with terms and conditions stated herein. Each item must be bid separately, and no attempt is to be
made to tie any item or items in with any other item or items. Cash or quantity discounts offered will not be a
consideration in determination of award of bid(s).
62. PRODUCT INFORMATION. Product literature, specifications, and technical information, including
Manufacturer’s Safety Data Sheets (MSDS) should be provided with this bid as an attachment to the “BID FORM”.
However, in all cases must be provided within five (5) calendar days upon request from P urchasing Agent.
63. REASONABLE ACCOMMODATION. In accordance with Title II of the Americans with Disabilities Act, any
person requiring an accommodation at the Bid opening because of a disabili ty must contact the Procurement
Division.
64. SAMPLES. Bids submitted as an “equal” product must be accompanied with detailed specifications. Sa mples of
items, when required, must be furnished free of expense and, if not destroyed, will, upon request, be returned at the
bidder's expense. Bidders will be responsible for the removal of all samples furnished within (30) days after bid
opening. All samples will be disposed of after thirty (30) days. Each individual sample must be labeled with the
bidder's name. Failure of the bidder to either deliver required samples , or to clearly identify samples may be reason
for rejection of the bid. Unless otherwise indicated, samples should be delivered to the Procurement Department,
1755 Meridian Avenue, 3rd Floor, Miami Beach, FL 33139.
65. SPECIAL CONDITIONS. Any and all Special Conditions that may vary from these General Terms and
Conditions shall have precedence.
66. SPOT MARKET PURCHASES. It is the intent of the City to purchase the items specifically listed in this Bid from
the successful bidder. However, the City reserves the right to purchase the items from state or other governmental
contract, or on an as-needed basis through the City’s spot market purchase provisions.
67. SUBSTITUTIONS. After award of contract, the City WILL NOT accept substitute shipments of any kind, without
previous written approval. The bidder is expected to furnish the brand quoted in its bid. Any substitute shipments
will be returned at the bidder's expense.
68. TAXES. The City of Miami Beach is exempt from all Federal Excise and State taxe s.
69. TIE BIDS. In accordance with Florida Statues Section 287.087, regarding identical tie bids, preference will be
given to bidders certifying that they have implemented a drug free work pl ace program. A certification form will be
required. In the event of a continued tie between two or more bidders after consideration of the drug free workplace
program, the City’s Local Preference and Veteran Preference ordinances will dictate the manner b y which a tie is to
be resolved. In the event of a continued t ie after the Local and Veteran Preference ordinances have been applied or
the tie exists between bidders that are not Local or Veteran, the breaking of the tie shall be at the City Manager’s
discretion, which will make a recommendation for award to the Cit y Commission.
70. TERMINATION FOR DEFAULT. If the successful bidder shall fail to fulfill in a timely manner, or otherwise
violate, any of the covenants, agreements, or stipulations material to the Bid and/or the contract entered into with the
City pursuant thereto, the City shall thereupon have the right to terminate the work and/or se rvices then remaining to
be performed by giving written notice to the bidder of such termination, which shall b ecome effective upon receipt by
the bidder of the written termination notice.
In that event, the City shall compensate the successful bidder in a ccordance with the term of the contract for all work
and/or services satisfactorily performed by the bidder pri or to termination, net of any costs incurred by the City as a
consequence of the default.
Notwithstanding the above, the successful bidder shall not be relieved of liability to the City for damages sustained
by the City by virtue of any breach of the contract by the bidder, and the City may reasonably withhold paymen ts to
the successful bidder for the purposes of set off until such time as the exac t amount of damages due the City from
the successful bidder is determined.
The City may, at its discretion, provide reasonable “cure period” for any contractual violation prior to termination of
the contract; should the successful bidder fail to take the corrective action specified in the City’s notice of default
within the allotted cure period, then the City may p roceed to terminate the contract for cause in accordance with this
subsection 1.57.
71. TERMINATION FOR CONVENIENCE OF CITY. The City may, for its convenience, terminate the work and/or
services then remaining to be performed, at any time, by giving writt en notice to the successful bidder of such
termination, which shall become effective thirty (30) days following receipt by bidder of such notice. In that event, all
finished or unfinished documents and other materials shall be properly delivered to the Ci ty. If the contract is
terminated by the City as provided in this subsection, the City shall compensate the successful bidder in accordance
with the terms of the contract for all and without cause and/or any resulting liability to the City, work and/or se rvices
actually performed by the successful bidder, and shall also compensate the bidder for its reasonable direct costs in
assembling and delivering to City all documents. No compensation shall be due to the successful bidder for any
profits that the successful bidder expected to earn on the balanced of the contrac t. Such payments shall be the total
extent of the City's liability to the successful bidder upon a termination as provided for in this subsection.
72. ADDITIONAL ITEMS / SERVICES. Although this solicitation and resultant contract identifies specific goods,
services or facilities (“items”), it is hereby agreed and understood that the City may require additional items to be
added to the Contract which are ancillary or supplemental to the items specified herein and required to complete the
work. When additional items are required to be added to the Contract, awarded vendor(s), as applicable to the item
being requested, under this contract may be invited to submit price quote(s) for the additional items. If these
quote(s) are determined to be fair and reasonable, then the additional items will be awarded to the current contract
vendor(s) through either a Purchase Order (or Change Order if Purchase Order already exists) or an amendment to
the Contract. Additional items with a cumulative value of $50,000 or less may be approved by the City Manager. City
Commission approval is required for additional items with a cumulative value greater than $50,000.
The City may determine to obtain price quotes for the additional items from other vendors in the event that
fair and reasonable pricing is not obtained from the current contract vendors, or for other reasons at the
City’s discretion.
SECTION 0300 PROPOSAL SUBMITTAL INSTRUCTIONS AND FORMAT
1. SEALED BIDS. One original Bid Proposal (preferably in 3-ring binder) must be submitted in an opaque, sealed
envelope or container on or before the due date established for the receipt of bids. Additionally, three (3) bound
copies and one (1) electronic format (CD or USB format) are to be submitted, with the original submission or within
three (3) calendar days upon request from the City . The following information should be clearly marked on the face
of the envelope or container in which the bid is submitted: Bid Number, Bid Title, Bidders Name, Bidder Return
Address. Bids received electronically, either through email or facsimile, are not acceptable and will be rejected.
2. BID PROPOSAL. The Bid Proposal is to include the following:
• TAB 1 – Cost Proposal Form (Appendix E). The Cost Proposal Form (Appendix E) shall be completed
mechanically or, if manually, in ink and submitted in both hard copy and electronic PDF format. Cost
Proposal Forms submitted in pencil shall be deemed non-responsive. All corrections on the Cost Proposal
Form shall be initialed.
FAILURE TO SUBMIT THE MOST RECENT COST PROPOSAL FORM (EITHER INCLUDED IN THE
ORIGINAL ITB OR RELEASED VIA AN ADDENDUM) MAY RESULT IN BID BEING DEEMED NOT
RESPONSIVE AND NOT BEING FURTHER CONSIDERED.
• TAB 2 - Bid Certification, Questionnaire and Affidavits (Appendix A).
The City reserves the right to request any documentation omitted, with exception of the Cost Proposal Form
(Appendix E), Proposal Certification, Questionnaire & Requirements Affidavit (Appendix A), and Bid Bond (if
applicable). Bid Submittals received that do not include the Cost Proposal Form, completed as required, or Bid
Bond (if applicable) shall be deemed non-responsive. Bidder must submit any omitted documentation within three (3)
business days upon request from the City, or the bid may be deemed non-responsive. Non-responsive bid packages
will receive no further consideration.
2. LATE BIDS. Bid Proposals are to be received on or before the due date established herein for the receipt of Bids.
Any Bid received after the deadline established for receipt of proposals will be considered late and not be
accepted or will be returned to Proposer unopened. The City does not accept responsibility for any delays,
natural or otherwise.
APPENDIX “A”
________________________________________________________________________
Proposal Certification,
Questionnaire &
Requirements Affidavit
________________________________________________________________________
ITB 2020-042-AY
GROUNDS MAINTENANCE FOR
RIGHT-OF-WAY, PARKING FACILITIES,
LINCOLN ROAD MALL, LOT
CLEARANCE AND COASTAL AREAS
PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139
Solicitation No:
2020-042-AY
Solicitation Title:
GROUNDS MAINTENANCE FOR RIGHT-OF-WAY, PARKING FACILITIES,
LINCOLN ROAD MALL, LOT CLEARANCE, AND COASTAL AREAS
Procurement Contact:
Arju Yudasto
Tel:
(305) 673-7490 #26695
Email:
ArjuYudasto@miamibeachfl.gov
PROPOSER’S NAME:
NO. OF YEARS IN BUSINESS:
NO. OF YEARS IN BUSINESS LOCALLY: NO. OF EMPLOYEES:
OTHER NAME(S) PROPOSER HAS OPERATED UNDER IN THE LAST 10 YEARS:
FIRM PRIMARY ADDRESS (HEADQUARTERS):
CITY:
STATE:
ZIP CODE:
TELEPHONE NO.:
TOLL FREE NO.:
FAX NO.:
FIRM LOCAL ADDRESS:
CITY:
STATE:
ZIP CODE:
PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT:
ACCOUNT REP TELEPHONE NO.:
ACCOUNT REP TOLL FREE NO.:
ACCOUNT REP EMAIL:
FEDERAL TAX IDENTIFICATION NO.:
Except as stipulated in General Condition 36, Proposer agrees: to complete and unconditional acceptance of the terms and
conditions of this document, inclusive of this solicitation, all specifications, attachments, exhibits and appendices and the contents
of any Addenda released hereto; to be bound, at a minimum, to any and all specifications, terms and conditions contained herein
or Addenda; that the Proposer has not divulged, discussed, or compared the proposal with other Proposals and has not colluded
with any other proposer or party to any other proposal; that proposer acknowledges that all information contained herein is part of
the public domain as defined by the State of Florida Sunshine and Public Records Laws; that all responses, data and information
contained in the proposal are true and accurate.
Name of Proposer ’s Authorized Representative:
Title of Proposer ’s Authorized Representative:
Signature of Proposer ’s Authorized Representative:
Date:
APPENDIX A2 - QUESTIONNAIRE AND REQUIREMENTS AFFIDAVIT FORM
The purpose of this Proposal Certification, Questionnaire and Requireme nts Affidavit Form is to inform prospective Proposers of certain
solicitation and contractual requirements, and to collect necessary information from Proposers in order that certain portions of responsiveness,
responsibility and other determining factors and compliance with requirements may be evaluated. Attach any requested information.
Name of Proposer ’s Authorized Representative:
Title of Proposer ’s Authorized Representative:
Signature of Proposer ’s Authorized Representative:
Date:
1. Conflict Of Interest. All Proposers must disclose, in their Proposal, the name(s) of any officer, director, agent, or immediate family
member (spouse, parent, sibling, and child) who is also an employee of the City of Miami Beach. Further, all Proposers must
disclose the name of any City employee who owns, either directly or indirectly, an interest of ten (10%) percent or more in the
Proposer entity or any of its affiliates.
SUBMITTAL REQUIREMENT: Proposers must disclose the name(s) of any officer, director, agent, or immediate family member
(spouse, parent, sibling, and child) who is also an employee of the City of Miami Beach. Proposers must also disclose the name of
any City employee who owns, either directly or indirectly, an interest of ten (10%) percent or more in the Proposer entity or any of its
affiliates
2. References & Past Performance. Proposer shall attach at least three (3) references for whom the Proposer has completed work
similar in size and nature as the work referenced in solicitation.
SUBMITTAL REQUIREMENT: For each reference submitted, the following information is required: 1) Firm Name, 2) Contact
Individual Name & Title, 3) Address, 4) Telephone, 5) Contact’s Email and 6) Narrative on Scope of Services Provided.
3. Suspension, Debarment or Contract Cancellation. Has Proposer ever been debarred, suspended or other legal violation, or had
a contract cancelled due to non-performance by any public sector agency?
YES NO
SUBMITTAL REQUIREMENT: If answer to above is “YES,” Proposer shall submit a statement detailing the reasons that led to
action(s).
4. Vendor Campaign Contributions. Proposers are expected to be or become familiar with, the City’s Campaign Finance Reform
laws, as codified in Sections 2-487 through 2-490 of the City Code. Proposers shall be solely responsible for ensuring that all
applicable provisions of the City’s Campaign Finance Reform laws are complied with, and shall be subject to any and all sanctions,
as prescribed therein, including disqualification of their Proposals, in the event of such non-compliance.
SUBMITTAL REQUIREMENT: Submit the names of all individuals or entities (including your sub-consultants) with a controlling
financial interest as defined in solicitation. For each individual or entity with a controlling financial interest indicate whether or not
each individual or entity has contributed to the campaign either directly or indirectly, of a candidate who has been elected to the
office of Mayor or City Commissioner for the City of Miami Beach.
5. Living Wage. Pursuant to Section 2-408 of the City of Miami Beach Code, as same may be amended from time to time, covered
employees shall be paid the required living wage rates listed below:
1. Effective January 1, 2018, covered employees must be paid a living wage rate of no less than $11.62 per hour with health
care benefits of at least $2.26 per hour, or a living wage rate of no less than $13.88 per hour without health care benefits.
2. Effective January 1, 2019, covered employees must be paid a living wage rate of n o less than $11.70 per hour with health
care benefits of at least $2.74 per hour, or a living wage rate of no less than $14.44 per hour without health care benefits.
3. Effective January 1, 2020, covered employees must be paid a living wage rate of no less th an $11.78 per hour with health
care benefits of at least $3.22 per hour, or a living wage rate of no less than$15.00 per hour without health care benefits.
The living wage rate and health care benefits rate may, by Resolution of the City Commission be inde xed annually for inflation using
the Consumer Price Index for all Urban Consumers (CPI-U) Miami/Ft. Lauderdale, issued by the U.S. Department of Labor’s Bureau
of Labor Statistics. Notwithstanding the preceding, no annual index shall exceed three percent (3%). The City may also, by
resolution, elect not to index the living wage rate in any particular year, if it determines it would not be fiscally sound to implement
same (in a particular year).
Proposers’ failure to comply with this provision shall be deemed a material breach under this proposal, under which the City may, at
its sole option, immediately deem said Proposer as non-responsive, and may further subject Proposer to additional penalties and
fines, as provided in the City’s Living Wage Ordinance, as amended. Further information on the Living Wage requirement is
available at http://www.miamibeachfl.gov/city-hall/procurement/procurement-related-ordinance-and-procedures/
Any payroll request made by the City during the contract term shall be completed electronically via the City’s electronic compliance
portal, LCP Tracker (LCPTracker.net).
SUBMITTAL REQUIREMENT: Indicate below that Proposer agrees to the living wage requirement. Failure to agree shall result in
proposal disqualification.
YES NO
6. Equal Benefits for Employees with Spouses and Employees with Domestic Partners. When awarding competitively solicited
contracts valued at over $100,000 whose contractors maintain 51 or more full time employees on their payrolls during 20 or more
calendar work weeks, the Equal Benefits for Domestic Partners Ordinance 2005-3494 requires certain contractors doing business
with the City of Miami Beach, who are awarded a contract pursuant to competitive proposals, to provide “Equal Benefits” to their
employees with domestic partners, as they provide to employees with spouses. The Ordinance applies to all employees of a
Contractor who work within the City limits of the City of Miami Beach, Florida; and the Contractor’s employees located in the United
States, but outside of the City of Miami Beach limits, who are directly performing work on the contract within the City of Miami
Beach.
A. Does your company provide or offer access to any benefits to employees with spouses or to spouses of employees?
YES NO
B. Does your company provide or offer access to any benefits to employees with (same or opposite sex) domestic partners* or to
domestic partners of employees?
YES NO
C. Please check all benefits that apply to your answers above and list in the “other” section any additional benefits not already specified.
Note: some benefits are provided to employees because they have a spouse or domestic partner, such as berea vement leave; other
benefits are provided directly to the spouse or domestic partner, such as medical insurance.
BENEFIT Firm Provides for
Employees with
Spouses
Firm Provides for
Employees with
Domestic Partners
Firm does not
Provide Benefit
Health
Sick Leave
Family Medical Leave
Bereavement Leave
If Proposer cannot offer a benefit to domestic partners because of reasons outside your control, (e.g., there are no insurance
providers in your area willing to offer domestic partner coverage) you may be eligible for Reasonable Measures compliance. To
comply on this basis, you must agree to pay a cash equivalent and submit a completed Reasonable Measures Application
(attached) with all necessary documentation. Your Reasonable Measures Application will be reviewed for consideration by the City
Manager, or his designee. Approval is not guaranteed and the City Manager’s decision is final. Further information on the Equal
Benefits requirement is available at http://www.miamibeachfl.gov/city-hall/procurement/procurement-related-ordinance-and-
procedures/
7. Moratorium on Travel to and the Purchase of Goods or Services from North Carolina and Mississippi. Pursuant to Resolution
2016-29375, the City of Miami Beach, Florida, prohibits official City travel to the states of North Carolina and Mississippi, as well as
the purchase of goods or services sourced in North Carolina and Mississippi. Proposer shall agree that no travel shall occur on
behalf of the City to North Carolina or Mississippi, nor shall any product or services it provides to the City be sourced from these
states.
SUBMITTAL REQUIREMENT: Proposer agrees it is and shall remain in full compliance with Resolution 2016-29375. Failure to
agree shall result in proposal disqualification.
YES NO
8. Acknowledgement of Addendum. After issuance of solicitation, the City may release one or more addendum to the solicitation
which may provide additional information to Proposers or alter solicitation requirements. The City will strive to reach every Proposer
having received solicitation through the City’s e-procurement system, PublicPurchase.com. However, Proposers are solely
responsible for assuring they have received any and all addendum issued pursuant to solicitation. This Acknowledgement of
Addendum section certifies that the Proposer has received all addendum released by the City pursuant to this solicitation. Failure to
obtain and acknowledge receipt of all addenda may result in proposal disqualification.
Initial to Confirm
Receipt
Initial to Confirm
Receipt
Initial to Confirm
Receipt
Addendum 1 Addendum 6 Addendum 11
Addendum 2 Addendum 7 Addendum 12
Addendum 3 Addendum 8 Addendum 13
Addendum 4 Addendum 9 Addendum 14
Addendum 5 Addendum 10 Addendum 15
[REMAINDER OF THIS PAGE LEFT INTENTIONALLY BLANK]
APPENDIX B
________________________________________________________________________
“No Bid” Form
________________________________________________________________________
ITB 2020-042-AY
GROUNDS MAINTENANCE FOR
RIGHT-OF-WAY, PARKING FACILITIES,
LINCOLN ROAD MALL, LOT
CLEARANCE AND COASTAL AREAS
PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139
Note: It is important for those vendors who have received notification of
this solicitation but have decided not to respond, to complete and submit
the attached “Statement of No Bid.” The “Statement of No Bid” provides
the City with information on how to improve the solicitation process.
Failure to submit a “Statement of No Bid” may result in not being notified
of future solicitations by the City.
Statement of No Bid
WE HAVE ELECTED NOT TO SUBMIT A PROPOSAL AT THIS TIME FOR
REASON(S) CHECKED AND/OR INDICATED BELOW:
Workload does not allow us to proposal
Insufficient time to respond
Specifications unclear or too restrictive
Unable to meet specifications
Unable to meet service requirements
___Unable to meet insurance requirements
Do not offer this product/service
OTHER. (Please specify)
________________________________________________________________
________________________________________________________________
________________________________________________________________
We do do not want to be retained on your mailing list for future proposals
of this type product and/or service.
Signature:___________________________________________________
Title:_____________________________________________________
Legal Company Name:____________________________________________
Note: Failure to respond, either by submitting a proposal or this completed form,
may result in your company being removed from our vendors list.
PLEASE RETURN TO:
CITY OF MIAMI BEACH
PROCUREMENT DEPARTMENT
ATTN: Arju Yudasto
PROPOSAL # 2020-042-AY
1755 MERIDIAN AVENUE, 3rd FLOOR
MIAMI BEACH, FL 33139
APPENDIX C
________________________________________________________________________
Minimum Requirements
& Specifications
________________________________________________________________________
ITB 2020-042-AY
GROUNDS MAINTENANCE FOR
RIGHT-OF-WAY, PARKING FACILITIES,
LINCOLN ROAD MALL, LOT
CLEARANCE AND COASTAL AREAS
PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139
1.0 MINIMUM REQUIREMENT
Intentionally Omitted.
2.0 SCOPE OF WORK
2.1 SCOPE OF WORK
2.1(a) General Services. The Contractor will perform landscape services at various City of Miami
Beach streetscapes, municipal facilities and coastal areas as per the specifications described
herein, which include but are not be limited to: mowing, edging, line trimming, irrigation system
operation maintenance/repair, litter retrieval and waste disposal, pruning, mulching, weeding,
landscape maintenance, pesticide and fertilizer applications, turf management, and replacement of
plants as required.
The Contractor shall perform services in accordance with Florida maintenance operations and
procedures including familiarity with general irrigation systems at the time of bid submittal and the
capability of programming all controllers and making irrigation repairs.
2.1(b) Emergency Services. Emergency Services are defined as work that is required in response
to a natural or other disaster and shall be based on an as needed basis (per service rate).
Pre-qualified vendors in the Emergency Services categories may be contacted on occasion in
response to a natural disaster or other disaster at the proposed per se rvice rates. The City
reserves the right to exercise its discretion in making the determination as to what time the contract
will be activated. ALL WORK SHALL BE COMPLETED IN ACCORDANCE WITH FEMA
REGULATIONS AND APPLICABLE ENVIRONMENTAL REQUIREMENTS. All emergency work
shall be in compliance with FEMA Policy(s) 9523.11 – Hazardous Stump Extraction and Removal
Eligibility and 9580.204 Documenting and Validating Hazardous Trees Limbs and Stumps.
Upon notification by the City of Miami Beach, the contractor will provide immediate emergency
response to remove obstructions. This will generally take pla ce within 72 hours after a severe
weather event. This includes the removal of trees and palms on public property that are in danger
of falling over, as well as, pruning, staking and guying salvageable trees and palms as instructed
by City staff.
The City may request additional work subject to mutual agreement. The cost and expen ses will be
submitted to the City for approval in a cost proposal by the Contractor.
2.1(c) CONTRACTOR RESPONSIBILITY TO NOTIFY CITY OF PRIOR DEFICIENCIES- PRIOR
TO COMMENCEMENT SERVICES, THE CONTRACTOR SHALL HAVE TWENTY-FIVE (25)
DAYS FROM START OF CONTRACT TO THOROUGHLY INSPECT ALL SITES AND REPORT
ANY PRESENT DAMAGES OR DEFICIENCIES IN THE LANDSCAPING AND IRRIGATION
SYSTEMS FOR EACH INDIVIDUAL SITE. THE CONTRACTOR WILL BE RESPONSIBLE FOR
THE INTEGRITY OF THE LANDSCAPE AFTER THIS INITIAL INSPECTION REPORT AND
SUBSEQUENT REPAIRS.
2.2 QUALITY OBJECTIVE
The City of Miami Beach’s QUALITY OBJECTIVE is to maintain the landscaping on the listed sites
in a vigorous, healthy, growing, safe, clean, and attractive condition throughout the year. The
quality objective of all services and materials provided by Contractors in accordance with
conditions and specifications herein is to maintain and service various listed sites, and to keep
them in a healthy, growing, clean and attractive condition throughout the year. A lso, the Contractor
shall have at all times sufficient staffing and equipment along with the knowledge and experience
to perform all required landscape services found within this contract to meet the Quality Objective.
All work shall be performed in accordance with the highest professional maintenance standards
and horticultural techniques.
Standards and frequencies may be modified from time to time by the Greenspace Management
Division Director or designee as necessary to assure proper maintenance to achieve the Quality
Objective.
2.3 BID PRICES
Bid prices shall include furnishing all labor, machinery, equipment, tools, and means of
transportation, disposal (litter and organic waste) supplies, equipment, materials, services and
incidentals necessary to provide complete landscape maintenance services as specified herein.
The City will not allow the storage of any landscape materials, equipment, or landscape debris on
City property or right of ways without prior written authorization by Greenspace Management
Division Director or designee. All bid prices shall include providing off -site storage locations for all
items used during the execution of this Contract and the Contract or shall bear the cost of all off-site
disposal and storage charges.
2.4 SERVICE SCHEDULE
The Contractor will adhere to a service schedule provided by the City (see Appendix G) at the start
of each fiscal year. The City reserves the right to modify the service schedule frequency with prior
written notification to the successful contractor(s) at the unit cost specified by the awarded
contractor.
2.5 TRAFFIC MAINTENANCE FOR ALL WORK IN CITY RIGHT OF WAYS (ROW)
2.5(a) The Contractor is required to submit and get approved a Maintenance of Traffic (MOT) plan
to the City of Miami Beach’s Right of Way Department and/or the Florida Department of
Transportation (FDOT) prior to the start of any ROW work. Contractor MOT plans must be
prepared by a Certified Work Zone Traffic Control Safety Specialist and shall be in accordance with
the most current FDOT “Manual of Traffic Controls and Safe Practices for Street and Highway
Construction, Maintenance, and Utility Operations”. Any modification to the original MOT plan
must be subsequently approved by all parties before its implementation.
2.5(b) The Contractor shall at their cost observe all safety regulations per the abov e approved
MOT plan at all times during the Contract period including placing and displaying of safety devices,
provisions of police to control traffic, etc. as may be nece ssary to conduct the public safely through
the project area.
2.5(c) The City of Miami Beach Public Works Department or other City authority has the right of
regulate lane closures on city streets. The Contractor shall conform all daily work activities in City
right of ways to follow the most current City policy on lane closures. Current policy does not allow
lane closures on major thoroughfares between the hours 7:00- 10:00am and 4:00pm-6:00pm on
normal business days.
2.6 OTHER CITY RULES AND REGULATIONS AFFECTING CONTRACTOR WORK
2.6(a) The City has a noise ordinance through Code regula ting work hours where power equipment
can be used by all City contractors. The Contractor shal l be familiar with the current City noise
ordinance and adjust their operations accordingly to maintain the Quality Objective.
2.6(b) As needed, the City of Miami Beach, Right of Way Manager issues moratoriums for right of
ways work and other areas whereas the Contractor is ordered not work in that defined area for that
time period. The Contractor must comply with this issued moratorium. Contractor’s work may be
temporarily reorganized to complete the scheduled services.
2.6(c) No work is to be performed on Federal holidays or weekend days without prior written
authorization from the Greenspace Management Division Director or designee.
2.7 CONTRACT LOCATIONS
The contract locations of the work referenced herein are:
GROUP I – South Beach ROW- Biscayne Bay to the west, Government Cut to the south, Atlantic
Ocean to the east, and 34th Street and Alton and 41st Street and Pine Tree Drive as the general
northern limits
GROUP II – Middle Beach ROW- Alton Road and 63rd Street to the west and north, Collins
Avenue from 27th Street to 63rd Street to the east, all of 41st Street and 27th Street and Indian Creek
as the general southern limits
GROUP III- Miami Beach Causeways- Both causeway entrances to the city (MacArthur and Julia
Tuttle) with their adjacent islands and on- and off-ramp swales
GROUP IV – North Beach ROW- 63rd Street intersections with Indian Creek and Collins Avenue
both northward and westward to the City limits respectively
GROUP V – Coastal Areas – Beachwalk and Boardwalk landscaping along with all adjacent street
ends and dune maintenance
GROUP VI- Lincoln Road Mall- Lincoln Road Mall landscaping from Washington Avenue to West
Avenue
GROUP VII- South RDA- Commercial and residential areas encompassing Lincoln Road Mall to
the south, Alton Road to the west, Collins Canal to the north, and 23rd Street with the Atlantic
Ocean to the east
GROUP VIII- City Buildings and Maintenance Facilities- City owned buildings and pump
stations located at various areas throughout the city.
GROUP IX- Parking Lots- City owned parking lots throughout the city.
GROUP X- Lot Clearance- City owned lots throughout the city.
[REMAINDER OF THIS PAGE LEFT INTENTIONALLY BLANK]
2.8 SITE NAME AND DESCRIPTIONS
SOUTH BEACH ROW (GROUP I)
SITE # SITE NAME SITE DESCRIPTIONS
1 Southpointe
Drive
All Southpointe Drive medians from Alton Road curve to circular
turnaround next to beachwalk entrance (east of Ocean Drive); all
Souhtpointe Drive swales, bump-outs and tree pits on north side of road
from Washington Avenue to Collins Avenue and on south side of road
from Collins Avenue to circular turnaround next to beachwalk entrance
(east of Ocean Drive)
2 Commerce
Street ROW
and Triangle
Commerce Street- all bump-outs and swales from Washington Avenue to
Jefferson Avenue; includes the large greenspace triangle forming along
the following borders: 1st Street on the north, Alton Road on the west,
and Jefferson/Commerce Street on the east and continuing to follow the
eastern border down the sidewalk to Southpointe Drive
3 1st Street 1st Street - All right of way bump-outs, medians, swales, and tree pits
from Alton Road east to Ocean Drive
4 2nd Street 2nd Street- All right of way swales, bump-outs and tree pits on the north
side of street only from Alton Road eastward to the two (2) bump-out
swales just west of Washington Avenue and then maintain both sides of
the street from the two (2) bump-outs just west of the Washington
Avenue intersection eastward to Ocean Drive
5 3rd Street 3rd Street - Michigan Avenue eastward to Ocean Drive, all right of way
bump-outs, swales, and tree pits on both sides of street
6 4th Street 4th Street - Alton Road eastward to the coral wall located at the street-
end east of Ocean Drive, all right of way bump-outs, swales, and tree pits
on both sides of street
7 5th Street 5th Street- MacArthur Causeway underpass area found just west of Alton
Road eastward to Ocean Drive including all medians and swales: also
includes (3) greenspace areas found on south side of 5th Street- one
triangular greenspace east of Washington Avenue intersection and two
greenspaces between Collins Avenue and Ocean Drive
8 South Beach
Side Streets
All bump-outs between Ocean Drive to Washington Avenue from 6th to
15th including all tree pits and bump-outs on Española Way
9 Ocean Drive Ocean Drive - All right of way swales, planters, bump-outs and medians
on both sides of the street from South Pointe Drive to 5th Street and on
west side of Ocean Drive only from 5th Street to 15th Street
10 Collins
Avenue South
Collins Avenue -South Pointe Drive to 14th Street, all right of way
swales, bump-outs, planters, and tree pits.
SOUTH BEACH ROW (GROUP I)
SITE # SITE NAME SITE DESCRIPTIONS
11 Washington
Avenue
Washington Avenue- all medians, bump-outs, and swales on both
sides of street from the two (2) medians leading from Southpointe Park
(south of Southpointe Drive) northward to 14th Street South including
the 3rd Street Plaza (circular and triangular greenspaces on the West
side of Washington Ave); also includes entire property of police sub-
station located at 225 Washington Avenue
12 Euclid
Avenue
Euclid Avenue - 3rd to 5th Streets, all right of way swales, bump-outs
and tree pits on both sides of the street
13 Meridian
Avenue
Meridian Avenue - 2nd to 5th Streets, all right of way swales and
bump-outs on both sides of the street; large calophyllums trees are
excluded from tree maintenance and all other trees are included in tree
maintenance
14 Jefferson
Avenue
Jefferson Avenue- all right of way swales on east side only from
Commerce Street to 1st Street and all right of way swales, bump-outs,
and tree pits on both sides of avenue from 2nd to 5th Street
15 Michigan
Avenue South
Michigan Avenue - 2nd to 5th Streets, all right of way swales and
bump-outs on both sides of the street; includes small strip of
greenspace near school gate entrance inside sidewalk
16 Lenox Avenue Lenox Avenue - 4th to 5th Streets, all ROW swales, bump-outs and
tree pits on both sides of the street
17 Alton Road
South
Alton Road- All medians along Alton Road from South Pointe Drive
northward to Michigan Avenue; only the east right of way swales from
South Pointe Drive to 5th Street; all swales, bump-outs, tree pits on
both sides of the street and all bump-outs, medians, and greenspace
areas adjacent to all Alton Road sides streets from 5th Street
northward to Michigan Avenue (excluding Baptist Hospital
landscaping) that are attached to the main Alton Road irrigation
system; also includes (2) large triangular greenspaces on the west
side of Alton Road: one encompassed by Alton Road, Sunset Drive,
and 20th Streets and other encompassed by Sunset Drive, 20th
Street, and North Bay Road
18 5th Street
Retail Center
Northeast corner of Alton Road and 5th St include all landscaping,
planters, trees and palms for the following areas: frontage along the
north side of 5th Street - west of Lennox Ave; east and west sides of
Lenox Avenue and the median on Lenox Avenue from 5th Street to 6th
Street, including the bump-outs on the northeast and northwest
corners of 6th Street and Lenox Avenue, both sides of 6th Street from
Lenox Avenue to Alton Road
19 Espanola Way
District
All streetscaping along Espanola Way from Washington Avenue to
Euclid Avenue and on Pennsylvania Ave from 15th Street south to and
including the cul-de-sac median at the dead end circle at Drexel
Avenue near school
SOUTH BEACH ROW (GROUP I)
SITE # SITE NAME SITE DESCRIPTIONS
20 Flamingo
Neighborhood
All irrigated swales and bump-outs from 7th Street north to 9th Street
and from Pennsylvania Avenue west to Meridian Avenue and the
landscaping at Pennsylvania Plaza at Washington Ave; includes all
bump-outs immediately west of Meridian Avenue intersections that are
part of the intersection landscape design
21 11th Street 11th Street- all bump-outs, swales, and planters from Alton Road
eastward to Washington Avenue; includes all bump-outs immediately
to the south of 11th Street at Lenox, Michigan, Jefferson, Meridian,
Euclid, and Pennsylvania Avenues and all bump-outs immediately to
the north of 11th Street at Meridian, Euclid, and Pennsylvania
Avenues
22 Michigan
Avenue North
12 bump-outs on the east side of Michigan Avenue between 12th and
14th Street (west side of Flamingo Park)
23 West Avenue
South
West Avenue- all bump-outs and swales on the east side of West
Avenue from 5th to 8th Street
24 10th Street 10th Street- All swales and bump-outs from Alton Road westward to
bayside street end west of West Avenue (pump-station area)
25 14th Street 14th Street- All swales and bump-outs from Alton Road westward to
bayside street end west of West Avenue (pump station area)
26 Bay Road
South
All irrigated swales and bump-outs on Bay Road from 14th Street
north to Lincoln Road
27 Lincoln Road
Street Ends
Includes (3) three greenspace areas from greenspace to seawall at
the following bayside street ends: Bay Road, Lincoln Road, and
Lincoln Lane- all street ends are in within the immediate vicinity of
each other
28 West Avenue
North
West Avenue- All swales and bump-outs from Lincoln Road to 17th
Street; includes all swales on both sides of the road from the 17th
Street and West Ave intersection west to the Bay Road and Dade
Boulevard intersection including bridge itself; triangular greenspace at
northwest corner of 17th Street and West Avenue
29 Venetian
Causeway
Four medians located within the Rivo Alto Island (2 on south side of
Venetian Causeway and 2 on north side of Venetian Causeway);
includes hurricane evacuation easement greenspace between 444 &
445 Rivo Alto Drive on bay front; includes the entire parking lot swales
and bump-outs on north side of the Venetian Causeway across the
street from Belle Island Park
30 West Dade
Boulevard-
South
All right of way greenspace areas on the south side of Dade Boulevard
from the Venetian Causeway bridge to Alton Road with the inclusion of
both sides of the bridge between Belle Island and Purdy Avenue and
bridge south along West Avenue
SOUTH BEACH ROW (GROUP I)
SITE # SITE NAME SITE DESCRIPTIONS
31 West Dade
Boulevard-
North
All right of way greenspace areas on north side of Dade Boulevard
from Bay Road to Alton Road including triangular greenspace at
intersection of Bay Road and Dade Boulevard and greenspace on
northwestern corner of Dade Boulevard and Alton Road
32 Purdy Avenue All medians and bump-outs on Purdy Avenue from Dade Boulevard
north to 20th Street
33 17th Street
ROWs
All ROW medians and bump-outs from Lincoln Road North to 17th
Street from Meridian Avenue to Lenox Avenue
34 19th Street
and Jefferson
Avenue
Northwest corner street end at 19th Street and Jefferson Avenue
35 East Dade
Boulevard
North side of Dade Boulevard from Prairie Avenue to 23rd Street
intersection to include Miami Beach High School swale from back of
curb to wide sidewalk near building and/or to bus lanes along with the
lift station area at corner of Prairie Avenue; south side of Dade
Boulevard from Alton Road to Meridian Avenue including th e entire
Meridian Avenue bridge to other side of Collins Canal and all concrete
medians located within the Meridian Avenue intersection
36 Prairie
Avenue
Prairie Ave east ROW from Dade Boulevard north to end of Miami
Beach High School property fence line at 2400 Prairie Avenue plus the
one triangular median and one circular median at Prairie Avenue and
28th Street
37 Pine Tree
Drive South
All medians on Pine Tree Drive only from 23rd Street to 27th Street
and to also include four (4) triangular medians found on east side of
road at the following intersections: 33rd Street, 35th Street, 40th
Street, and Flamingo Drive with statue and one (1) greenspace
median at southwest corner of 41st Street with fountain
38 28th Street
Pump Station
All landscaping on the triangular median located at the intersection of
Sheridan Avenue Pine Tree Drive and 28th Street, directly across the
street (Sheridan Ave) from the Scott Rakow Youth Center; includes
center greenspace area bordered by 28th Street, Pine Tree Drive and
Flamingo Drive
39 Lake
Pancoast
Streetscape
Greenspace medians, swales and bump-outs on West 24th Street
from Pine Tree Drive to Flamingo Drive West 24th Street circular
greenspace median at 24th Street and Flamingo Drive and all bump-
outs, greenspace ROW swales along the east and west sides of 24th
Terrace and Lake Pancoast Drive from West 24th Street ending at
West 25th Street; also includes swale up against residential wall along
Flamingo Drive and Lake Pancoast Drive (long half circle area)
SOUTH BEACH ROW (GROUP I)
SITE # SITE NAME SITE DESCRIPTIONS
40 Pancoast
Pedestrian
Bridges
Two (2) entire pedestrian bridge areas: one, south side of the
pedestrian bridge at Lake Pancoast Drive north of 2395 Lake
Pancoast Drive and south side of the pedestrian bridge on Collins
Avenue and, two, Flamingo Drive and 28th Street pedestrian bridge
which includes greenspace swales on both sides of footbridge on
Flamingo Drive across from 2850 Flamingo Drive
41 Sunset
Islands #3 &
#4
Entrance to Sunset Islands #3 & #4: all medians, swales and 4
greenspaces north of entrance plus two bridges found in area
42 23rd St. Street
End
23rd Street end pump station, west of Bay Road, greenspace to
seawall
43 Sunset
Islands #1 &
#2
Entrance to Sunset Islands #1 & #2: all swales along both sides of
29th Street from Bay Road and triangular median west of bridge at the
intersection of West 29th Street, North View Drive and Lake Avenue
plus two bridges found on the island
44 Alton Road
Middle
Alton Road medians from bottom of curb to top of curb from Michigan
Avenue northward through the north side of the bridge found just north
of Chase Avenue intersection along with its abutments; inclu des two
greenspaces on the west side of Alton Road on both the north and
south sides of 29th Street
45 34th Street
and Chase
Avenue
Large triangular median at 34th Street & Chase Avenue
MIDDLE BEACH ROW (GROUP II)
SITE # SITE NAME SITE DESCRIPTIONS
1 Garden
Avenue Street
End
Garden Avenue street end south of 34th Street
2 39th Street
West
39th Street west right of way from Garden Avenue to Meridian Avenue
3 Barry St. and
Meridian Ave.
Barry Street and Meridian Avenue street end greenspace on the south
side of the intersection
4 41st Street
Pump Station
Entire greenspace City property surrounding pump station at southwest
corner of 41st Street and Alton Road; to road's edge on north and east
side, driveway on south side, and back of station on west side
5 41st Street
/Arthur
Godfrey Road
All streetscape plantings, bump-outs, trees and palms along the rights of
way and intersections on 41st Street from east side of Indian Creek
bridge west to Alton Road parking lot islands at 41st Street and Alton
Road; the northern and southern limits include all side streets'
landscaping up to the respective alleys behind all buildings along 41st
Street
6 Alton Road
North
Alton Road medians from bottom of curb to bottom of curb from North of
43d Street to 63rd Street including entire two bridges at 51st Street and
63rd Streets; also includes triangular greenspace on northeast side of
43rd Street, the northeast swales from resident's driveway to street at
47th Street, the center triangle and northeast corner gree nspaces at 51st
Street, and three (3) areas at the Lakeview Drive intersection: the
northwest corner swale, northeast corner right of way strip, and both
bridge approaches and swales on the southern side
7 48th St. Street
End
Greenspace street end at North Bay Road street end north of 48th Street
from street to seawall
8 North Alton
Greenspaces
Includes all (5) five greenspaces all near where Alton Road turns into
63rd Street: northeast triangle swale corner of Alton Road and 62nd
Street, southwest corner of Alton Road and 63rd Street, northwest corner
of North Bay Road and Alton Road, southwest corner triangle at North
Bay Road and La Gorce Drive, and northeast triangular area at North
Bay Road and 63rd Street
9 42nd Street All bump-outs and swales on the north and south sides of 42nd Street
from Prairie Avenue east to Pinetree Drive
10 Nautilus Drive All landscaping in the bump-outs and medians along 42nd Street from
the southeast corner of Michigan Avenue east to Meridian Ave nue,
including the planters on Jefferson Avenue at the intersection of 42nd
Street; also includes two (2) pump station triangle greenspaces at
Nautilus Drive: one at Nautilus Court intersection and one at 44th Street
intersection
11 Muss Park Triangular greenspace median at Chase Avenue and Prairie Avenue at
44th Street across from Muss Park
MIDDLE BEACH ROW (GROUP II)
SITE # SITE NAME SITE DESCRIPTIONS
12 47th Street
Bridge
Bridge approach greenspace area; three sides including greenspace
areas on north side of bridge; includes triangular concrete median
west of bridge located at intersection of 47th Court and 48th Street
13 Lakeview
Neighborhood
Includes three (3) greenspace areas: Cherokee Avenue street end
(south of Lakeview Drive) from street to seawall, southwest corner
triangular swale of 51st Street & Lakeview Drive, and the entire right
of way on the north side of 51st Terrace from Cherokee Avenue to
Lakeview Drive (south of golf course fence line)
14 Pine Tree
Drive North
All medians along Pine Tree Drive from 45th Street north to 63rd
Street from bottom of curbing to bottom of curbing on all sides
including two triangle greenspace medians at 46th Street; includes
entire bridge on Pine Tree Drive from 49th Street to 51st Street and
60th St. street end from road to seawall
15 Pine Tree
Pump Station
Greenspaces surrounding pump station located on the triangular
median on the east side of West 51st Street & Pine Tree Drive;
greenspace on corner swale area with pump station and the concrete
triangular median across pump station #15, north of 51st Street where
Pine Tree Drive and La Gorce Drive meet
16 La Gorce Drive All medians along La Gorce Drive from 51st Street north to West 63rd
Street from bottom of curbing to bottom of curbing on all sides
17 63rd Street
Bridge Areas
Swale on north side of 63rd Street from Pine Tree Drive to bridge and
greenspace on southeast corner of 63rd Street and Pine Tree Drive
from road to seawall; includes both bridges in their entirety on 63rd
Street from Pine Tree Drive to Indian Creek Drive
18 Allison Island Island North of 63rd Street and west of Indian Creek Drive; entrance
plantings on right of way, guardhouse, and all median plantings, trees
and palms from the south end to the north end of the island.
19 Middle Beach
Bump-outs
All bump-outs along and between Collins Avenue and Indian Creek
Drive between 26th Street to the north side of 42st Street; including
greenspace by bus bench area along canal at 40th Street.
20 Indian Creek
Drive South
Indian Creek Drive 41st to 44th Street: one triangular median and
two center medians along Indian Creek Drive from 41st Street north
to 44th Street.
21 Collins Avenue
Middle
All center medians along Collins Avenue from bottom to the top of
curbing, including all concrete medians between Collins Avenue and
the service lanes medians and chops from 41th Street north to 6 0th
Street including the following four (4) sites on the west side of Collins
Avenue adjacent to the bay from street to water's edge: 41th Street
to 44th Street, directly across the 46th Street parking lot, directly
across Fire Station 3 and its municipal parking lot, and the
greenspace area next to lift station starting at 5330 Collins Avenue to
55th Street across the street from the Carriage House Condominium
MIDDLE BEACH ROW (GROUP II)
SITE # SITE NAME SITE DESCRIPTIONS
22 63rd Street
ROW
63rd Street from Collins Avenue to Indian Creek Drive including both
rights of way swales plus landscaping at all intersections and medians
MIAMI BEACH CAUSEWAYS (GROUP III)
SITE # SITE NAME SITE DESCRIPTIONS
1 MacArthur
Causeway
From Alton Road west to the City of Miami city limits and from high tide
water line on the north side to the high tide water line on the south side
and including: all medians, rights of way and the bridge abutments and
medians at Alton Road interchange, including large planting under the
fly-over on to Alton Road northbound and northwest corner of West Ave
& 5th Street up to and including north side bridge approach to MacArthur
Causeway
2 Hibiscus
Island
Greenspace median encompassing the Hibiscus Island welcome sign;
includes both the bridge and adjacent eastern swale from South Hibiscus
Drive south to Palm Island Park along Fountain Street and hurricane
evacuation easement which is the greenspace at the west point of the
island adjacent to house #441
3 Palm Island Entrance median and swales; circular fountain median; median on
Fountain Drive north of the fountain and all medians to the east and west
of the fountain including the cul-de-sac medians at the east and west end
of the island Include hurricane evacuation point which is a greenspace at
the west point of the island; also includes the bridge north of MacArthur
Causeway on Fountain Street
4 Star Island Star Island entrance median and rights of way north and south of the
entrance/guard house areas including bridge north of MacArthur
Causeway on Bridge Road
5 Terminal
Island
Located on Terminal Island northwest of the gate to the Coast Guard
Station/Fleet Maintenance, includes the hedge and queen palms east of
the entrance and along the east side of the roadway in to Ci ty of Miami
Beach Fleet Management
6 Julia Tuttle
Causeway
From Alton Road west to the City of Miami city limits and from high tide
water line on the north side to high tide water line on the south side,
including: the “Welcome to Miami Beach” sign, all medians, both right of
ways, all bridge abutments, highway exit and entry ramps and
interchange greenspaces; north to the entrance of Mount Sinai Hospital
and South to 34th Street
7 Julia Tuttle-
Alton
Exchange
Alton Road medians from bottom of curb to top of curb; from north end of
Chase Avenue bridge on Alton Road northward to south side of 43rd
Street including the “Business Loop” from just north of the Chase Avenue
bridge and continuing northward to south of 43rd Street until it re -merges
with Alton Road just south of Mount Sinai Hospital the Alton Rd bypass,
including all interchanges with the Julia Tuttle Causeway.
NORTH BEACH ROW (GROUP IV)
SITE # SITE NAME SITE DESCRIPTIONS
1 Collins
Avenue North
Collins Avenue from 6300 block north to the 7500 block, including all
streetscape plantings, palms and bump-outs on east and west rights of
way plus (3) three vacant lots on the west side of Collins Avenue from
the top of curbing on Collins Avenue west to the east side of the alley at
82nd Street, 85th Street, and 86th Street
2 North Beach
Public Access
Beach access areas of Ocean Terrace, east side of Collins Avenue to
the beach from 69th Street north to 75th Street
3 Ocean Terrace
District
73rd Street to 75th Street from Collins Avenue east to Ocean Terrace
parking area. All planters, palms, rights of ways, swales, and medians
along the east and west sides of the parking area from 73rd Street to
75th Street and east to the coral rock wall and including sidewalk
planters on the west side and the beach shower area on the spoil
immediately south of 73rd Street
4 75th Street
Library
Northeast corner of Collins Ave and 75th Street, entire property
5 76th Street All swales on 76th Street east of Collins Avenue including street end
6 Harding
Avenue
All swales and bump-outs on both sides of street along Harding Avenue
from 87th Terrace southward to 73rd Street (bump-outs are not irrigated
and feature ornamental peanut groundcover and crape myrtle trees);
includes all landscaping surrounding "Miami Beach Welcome Sign" on
the southeast corner of 87th Street and Collins Avenue
7 Indian Creek
Drive North
All medians and swale plantings from 63rd Street north up to and
including the first median north of Abbott Avenue on Indian Creek Drive;
includes two (2) triangular greenspace swales at Indian Creek Drive at
67th Street and Abbott Avenue respectfully and all swales. streetscape
plantings, and planters in store fronts
8 Shane Rowing
Center
6500 Indian Creek Drive, all greenspace surrounding building.
9 71st Street 71st Street- all swales on both sides of the street and medians from the
coral rock wall east of Collins Avenue westward to Bay Drive including
the northeast and southwest bridge embankment around pump station;
includes the entire bridge on 71st Street between Bay Drive and Bonita
Drive and small triangular greenspace at southeast corner of Bay Drive
and Normandy Drive
10 Byron Carlyle
Theater
500 71st Street; all swales and planting surrounding the building.
11 Indian Creek
Street Ends
Includes three (3) street ends from street to seawall: Indian Creek Drive
north of 71st Street, Bonita Drive south of 71st Street, and Bonita Drive
north of 71st Street- all street ends are within immediate vicinity of each
other
NORTH BEACH ROW (GROUP IV)
SITE # SITE NAME SITE DESCRIPTIONS
12 North Beach
ROW
All ROW, bump-outs, and medians along Dickens Avenue from 72
Street north to Tatum Waterway and then Tatum Waterway from 77th
Street north to 81th Street
13 73rd Street
Medians
All center medians on 73rd Street from Harding Avenue west to
Dickens Avenue (across from North Shore Park Youth Center)
14 Wayne
Avenue and
Michael Street
Greenspace at the corner of Wayne Avenue and Michaels Street by
foot-bridge including the entire foot bridge itself
15 75th Street
Water Tanks
Facility
Greenspace within 75th Street and Dickens Avenue corner by Water
Tanks Facility
16 77th Street
Landscaping
77th Street- all swales and bump-outs from Collins Avenue westward
to Hawthorne Avenue including bump-out north of 77th Street at
Tatum Waterway Drive, the entire bridge between Tatum Waterway
Drive and Bayside Lane, the entire walkway behind Biscayne
Elementary School along the waterway and reverting back to 75th St.
street end, and Bayside Lane's eastern right of way area from 77th
Street southward to end of road
17 Crespi
Boulevard
Crespi Boulevard- all swales from Hawthorne Avenue northward to
86th Street excluding all residential swales and including triangular
median at Hawthorne Avenue intersection
18 81st Street
Pedestrian
Bridge
Small greenspace at pedestrian bridge on the east side of Crespi
Boulevard at 81st Street and both sides of sidewalk behind residential
building and bridge approach to include greenspace on other side of
canal on west side of Tatum Waterway; also includes concrete median
at the intersection of Tatum Waterway Drive and Byron Avenue
19 85th Street
and Crespi
Boulevard
Bridge
85th Street at Crespi Blvd northwest, southwest, northeast, and
southeast sides of bridge approach.
20 81st Street
and
Hawthorne
Avenue
Street end at 81st Street and Hawthorne Avenue including lift station
and vacant greenspace to the north
21 Biscayne
Pointe Island
All ROW bump-outs, medians, and swales at guardhouse entrance
from Hawthorne Avenue to South Biscayne Pointe Road and Noremac
Avenue intersection including western small triangular median and
adjacent landscaped swale area; two triangular medians at Daytona
Road at South Biscayne Pointe Road and Cleveland Road at North
Biscayne Point Road
NORTH BEACH ROW (GROUP IV)
SITE # SITE NAME SITE DESCRIPTIONS
22 Biscayne
Pointe
Bridges
Weed removal at all bridges from the bottom of one side to the bottom
of the opposite at Henedon Avenue, Noremac Avenue, Cleveland
Road, and Daytonia Road
23 Stillwater
Guardhouse
All landscaping immediately surrounding the Stillwater Community
guardhouse including two (2) medians at the north gate entry and one
(1) median at the south gate entry; also includes long triangular
greenspace leading to Stillwater at Hawthorne Avenue between 83rd
Street and 84th Street
24 Bay Drive
North
All medians and swales on Bay Drive from South Shore Drive south to
Normandy Waterway Bridge including bridge embankment, also
includes northwest corner greenspace at Bay Drive at 71st Street
25 Marseille
Drive
All swales and bump-outs on both sides of Marseilles Drive from Bay
Drive west to Rue Notre Dame and then also all swales and bump-
outs on both sides of Marseille Drive from Trouville Esplanade west to
Verdun Drive (from Rue Notre Dame west to Trouville Esplanade is
not to be done)
26 Calais Drive All right of way swales and bump-outs on Calais Drive from Rue
Bordeaux Drive west to Biarritz Drive
27 Normandy
Isle
Monument
Fountain
Two triangular center medians located on 71st Street and Normandy
Drive just west of Bay Drive
28 Normandy
Business
District
Normandy Business District - all ROW swales and bump-outs
including streetscape and palms located along 71st Street and
Normandy Drive from Bay Drive west to Rue Notre Dame; on Rue
Vendome between 71st Street and Normandy Drive; the bump-outs on
Mai Monides Street from Rue Notre Dame to Versailles Court
29 Y & U ROWs All bump-outs, medians, swales and greenspaces, South of 71st
Street along Bay Drive, Biarritz, Rue Versailles, Brest Esplanade, Rue
Vendome, approximately 85 bump-outs and medians (one greenspace
is a designated dog park)
30 Rue Versailles Rue Versailles- all swales and bump-outs along Rue Versailles from
Normandy Drive south to the street end by water including stree t ends
at Bay Drive on west side Rue Versailles and Biarritz Drive on west
side of Rue Versailles; also includes streetscapes from Normandy
Drive to Marseille Drive
31 Rue Notre
Dame
Rue Notre Dame- all swales and bump-outs from the north street end
(one block north of Marseille Drive) seawall southward to south street
end (south of Bay Drive) seawall on both sides of road
32 Rue Bordeaux
Street End
Street end at Rue Bordeaux south of Bay Drive from street to seawall
NORTH BEACH ROW (GROUP IV)
SITE # SITE NAME SITE DESCRIPTIONS
33 Trouville
Esplanade
All medians and street ends, on Trouville Esplanade from the north
street end (north of Calais Drive) seawall southward to the south street
end (south of Bay Drive) seawall
34 Rue Granville All swales and bump-outs along Rue Granville from the north street
end (north of Calais Drive) seawall southward to the south street end
(south of Bay Drive) seawall
35 Verdun Drive All swales and bump-outs along Verdun Drive from Calais Drive to
Normandy Drive
36 Biarritz Drive All swales and bump-outs from Rue Granville north to 71st Street.
37 Bay Drive
West
All swales and bump-outs on Bay Drive from Calais Drive south to
Rue Granville including the street end, north of Calais Drive
38 71st Street
Entrance
Areas
At west City limit, center median at 71st Street/Normandy Drive west
of Bay Drive; triangle median with "City Welcome Sign" east of Bay
Drive; includes two (2) greenspaces at southeast corner of 71st Street
and Biarritz Drive, bus stop area and its eastern swale, and one
triangular area at the northwest corner of 71st Street and Biarritz Drive
behind gas station
39 Biarritz Drive
Bridge
All ROW swales both sides of Biarritz Drive, north and south bridge
approaches from Calais Drive north to South Shore Drive
40 South Shore
Drive
South Shore Drive- street end west of Biarritz Drive from street to
seawall and all landscaped right of ways, swales, and bump-outs from
Bay Drive/North Shore west to gate on Ray Street including bump-
outs on the northwest, southwest corners (by gate) and southeast
corner of Ray Street and South Shore Drive
41 Normandy
Shores Street
Ends- South
All streets end south of South Shore Drive to water including turf and
palms at Jones Street, Hagen Street, and Ray Street
42 North Shore
Drive
All ROW and bump-outs on North Shore Drive from South Shore Drive
north to Fairway Drive on the east and west swales including the
narrow strip (ornamental peanut) between the on-street parking and
the soccer field
43 Fairway Drive All greenspace swales on the southwest and northeast corners of
Fairway Drive and North Shore Drive; including street end on Fairway
Drive, east of North Shore Drive
44 North Shore
Triangle
Triangular median at the intersection of Biarritz Drive, North Shore
Drive, and Fairway Drive
45 Normandy
Shores Street
Ends- North
All street ends north of North Shore Drive to water including turf and
palms at Sarazen Street, Mitchell Street, and Vardon Street
COASTAL AREAS (GROUP V)
SITE # SITE NAME SITE DESCRIPTIONS
1 Sunrise Plaza
Pedestrian
Connection
Greenspace area east of South Pointe Drive East street end at cul-de-
sac; north and south sides of the paved pedestrian walkway including all
coastal plantings and palm trees; also includes greenspace on 1st Street
east of Ocean Drive from street end eastward to the Beachwalk
2 Beachwalk -
South Beach
The Beachwalk is located along the west edge of the Dunes westward to
the adjacent private buildings' property lines. Beachwalk- South Beach
begins at South Pointe Drive northward to the 5th Street and resumes at
the north boundary of Lummus Park at 14th Street and further continues
northward to the south edge of the raised Boardwalk at 23rd Street and
Collins Avenue; includes all dune crossovers adjacent to t he walking
surface in all locations and all street ends (Collins Avenue to the
Beachwalk) only from 14th Street to 23rd Street
3 Il Villaggio and
Beachwalk
Easement
South easement of Il Villaggio Condominium 1455 Ocean Drive, north
side of Beachwalk to the Il Villaggio wall including all shrubs, trees and
turf from Ocean Drive east
4 Spoils- South
Beach
The spoil areas are all located between the coral rock wall and the ro ped
dunes (protected areas). The South Beach spoils are located adjacent to
Lummus Park (Ocean Drive- 5th Street to 15th Street) and adjacent to
the Boardwalk are located at 20th Street parking lot (2000 Collins
Avenue)
5 Dunes- South
Beach
Dunes are from the eastern edge of the Beachwalk to the ocean from
Government Cut to 5th Street and 14th Street to 23rd Street (5th Street
to 14th Street is maintained by Miami Dade County)
6 Boardwalk
Street Ends
Located along the east edge of the dune from the nort h edge of the at
grade Beachwalk at 24th Street and Collins Avenue; North to 46 th Street,
end of the raised boardwalk; includes all street-ends (Collins Ave. to the
Boardwalk) from 23rd Street to 43rd Street landscaping, ramps/entrances
and dune crossovers.
7 Middle Beach
Recreation
Corridor
(MBRC)
The beachwalk is located along the west edge of the Dunes westward to
the adjacent private buildings' property lines from 45th Street north to
63th Street
8 Spoils- Middle
Beach
The spoil areas are located between the coral rock wall and the roped
dunes (protected areas). The Middle Beach spoils are adjacent to the
Boardwalk are located at 35th St Parking Lot (3500 Collins Ave) including
restroom facility and 46 Street Parking Lot (4600 Collins Avenue)
9 Dunes- Middle
Beach
Dunes are from the eastern edge of the beachwalk to the ocean from
23rd Street northward to 63rd Street including all dune crossovers
COASTAL AREAS (GROUP V)
SITE # SITE NAME SITE DESCRIPTIONS
10 North Beach
Recreational
Corridor
(NBRC)
The at-grade walk along the West edge of the dune beginning on
the spoil at the 64th Street parking lot and extending north to the
termination at 79th Street. Excludes the parking lot and adjacent
greenspace known as Ocean Terrace between 73 rd and 75th Street.
although the NBRC irrigation system located east of the coral rock
wall between 73rd and 75th is included. Contract area landscape
maintenance includes all green space on public lands west of the
walk (excluding spoil at Band Shell Park) and to the sand fence
east of the walk. Irrigation system maintenance extends east of the
sand fence to the toe (bottom west side) of the dunes. There are no
street-ends included.
11 Dunes- North
Beach
Dunes are from the eastern edge of the beachwalk to the ocean
from 64th Street to 87th Streets including all dune crossovers
LINCOLN ROAD MALL (GROUP VI)
SITE # SITE NAME SITE DESCRIPTIONS
1 Lincoln Road
Mall
Lincoln Road from Washington Avenue west to West Avenue; all
medians, planters, and trees- also including all medians, planters, bump-
outs, swales, and trees from Lincoln Lane South to Lincoln Lane North
on Drexel, Pennsylvania, Euclid, Jefferson, Michigan, and Lenox
Avenues-
SOUTH RDA ROW (GROUP VII)
SITE # SITE NAME SITE DESCRIPTIONS
1 Dade
Boulevard
Canal East
North of Dade Boulevard Canal along Dade Boulevard from the Meridian
Avenue intersection to the 23rd Street intersection as Dade Boulevard
transitions to Pine Tree Drive.
2 Washington
Avenue RDA
All Washington Avenue medians, ROW swales, and tree pits from 14th
Street north to Dade Boulevard
3 Lincoln Road
East
Swales and medians along Lincoln Road from Collins Avenue to
Washington Avenue; includes beachwalk entrance from street end to
beachwalk
4 17th Street to
22st Street
ROWs
17th, 18th, 19th and 21st Streets - Washington Avenue east to Collins
Avenue, all right of way swales, bump-outs and tree pits; 20th Street only
from Washington Avenue to Collins Avenue north ROW bump-outs only
from sidewalk to bottom of the curb and 22rd Street from Park Avenue
east to Collins Avenue only the north right of way and its tree pits
5 James Avenue James Avenue from Lincoln Road north to 19th Street; swales, all ROW
bump-outs, and tree pits
6 Liberty
Avenue ROW
Liberty Avenue - 19th -20th Street bump-outs; 22nd St north to 23rd
Street east and west side ROW tree pits; including tree pits on the west
side of Liberty Ave north of 23rd Street to the street's end; includes entire
Liberty Avenue pedestrian bridge and the greenspaces on both the
Liberty Avenue and Flamingo Drive sides of the bridge
7 Washington
Court
Washington Court and 22nd Street from Washington Ave to Park Ave; all
ROW swales, bump-outs and canal bank on North side.
8 The Fillmore
Theater
Northwest corner of Washington Avenue and 17th Street; includes the
parking lot island outside of the rear of the property where automatic gate
is located
9 555 17th Street 555 17th Street- All greenspace surrounding building.
10 City Hall 1700 Convention Center Drive; entire property and ROW
11 Miami Beach
Botanical
Garden
2000 Convention Center Drive west side of Convention Center Drive just
south of Dade Boulevard swale only from curb to fence across street
from Miami Beach Convention Center
12 Lincoln Lane
North
Lincoln Lane North -Pennsylvania Ave east to Washington Avenue
CITY BUILDINGS AND MAINTENANCE FACILITIES (GROUP VIII)
CITY BUILDINGS- LINE 1
SITE # SITE NAME SITE DESCRIPTIONS
1 6th Street
Community
Center
833 6th Street, entire property and right of way
2 Police Station
and Old City
Hall
1100 Block of Washington Ave- all Landscape and planters surrounding
the Miami Beach Police Station and Old City Hall building excluding the
parking garage.
3 Fire Station I 1051 Jefferson Avenue, entire property and right of way
4 Property
Management
1833 Bay Road, entire property and right of way
5 Fire Station II 2300 Pinetree Drive; entire property and right of way
6 Fire Station III 5303 Collins Avenue; entire property and right of way
7 Fire Station IV
and Police
Sub Station
6860 Indian Creek Drive, all greenspace surrounding building plus 69th
Street and Indian Creek Drive, all greenspace surrounding building
8 Log Cabin 8128 Collins Avenue; entire block including all areas inside fenced in
area
CITY BUILDINGS- PUBLIC HOUSING- LINE 2
SITE # SITE NAME SITE DESCRIPTIONS
1 London House
Apartments
1965 and 1975 Washington Avenue, entire property and right of way
2 Neptune
Apartments
1632 Meridian Avenue, entire property and right of way
3 Lottie
Apartments
530 75th Street, entire property and right of way
4 Madeleine
Village
7861 and 7871 Crespi Boulevard, entire property and right of way
5 Barclay Plaza 1940 Park Avenue
CITY BUILDINGS AND MAINTENANCE FACILITIES (GROUP VIII)
PUMP STATION FACILITIES- LINE 3
SITE # SITE NAME SITE DESCRIPTIONS
1 Pump Station
36
840 East Dilido Drive, entire easement and right of way
2 Pump Station
37
61 East Dilido Drive, entire easement and right of way
3 Pump Station
38
435 East San Marino Drive, entire easement and right of way
4 Pump Station
39
8 West San Marino Drive, entire easement and right of way
5 Pump Station
43
2299 Sunset Drive, entire easement and right of way
6 Pump Station
44
1400 West 21st Street, entire easement and right of way
PARKING LOTS* (GROUP IX)
* All site descriptions for Parking Lots are entire property and right of way a reas. Only lot numbering
and addresses are given below.
SITE # PARKING LOT SITE ADDRESSES
P1 Southpointe Park- Public Parking Area
P2 Southpointe Drive and Ocean Drive
P3 Washington Avenue and Commerce Street W-S
P4 100 Block of Washington Avenue
P5 4th Street and Alton Road
P9 11th Street and Jefferson Avenue
P10 15th Street and Michigan Avenue (Softball Lot)
P11 6th Street and Meridian Avenue
P12 9th Street and Washington Avenue
P13 10th Street and Washington Avenue
P14 6th Street and Collins Avenue (Council Towers South)
P15 1000 Block of Collins Avenue (Council Towers North)
P16 13th Street and Collins Avenue W-S
P17 13th Street and Collins Avenue (North Surface Lot)
P18 Lincoln Lane South and Meridian Avenue
P19 Lincoln Lane South and Jefferson Avenue E-S
P20 Lincoln Lane South and Jefferson Avenue W-S
P21 Lincoln Lane South and Michigan Avenue
P22 Lincoln Lane South and Lenox Avenue
P23 16th Street and West Avenue
P24 17th Street and West Avenue
P25 Lincoln Lane North and Lenox Avenue W-S
P26 Lincoln Lane North and Lenox Avenue E-S
P27 Lincoln Lane North and Meridian Avenue
P29 17th Street and Convention Center Drive
P33 19th Street and Meridian Avenue (Holocaust Memorial)
P45 18th Street and Purdy Avenue
P46 Purdy Boat Ramp
P49 21st Street and Collins Avenue
P51 23rd Street and Liberty Avenue E-S
P55 27th Street and Collins Avenue
P56 34th Street and Collins Avenue
P57 35th Street and Collins Avenue
P58 40th Street and Royal Palm Avenue
P59 40th Street and Prairie Avenue
P60 40th Street and Chase Avenue
PARKING LOTS* (GROUP IX)
* All site descriptions for Parking Lots are entire property and right of way areas. Only lot numbering
and addresses are given below.
SITE # PARKING LOT SITE ADDRESSES
P61 41st Street and Alton Road
P62 42nd Street and Jefferson Avenue
P63 42nd Street and Royal Palm Avenue
P64 47th Street and Pine Tree Drive
P71 46th Street and Collins Avenue
P72 53rd Street and Collins Avenue
P80 71st Street and Byron Avenue
P81 64th Street and Collins Avenue
P82 65th Street and Indian Creek (Marina)
P83 69th Street and Harding Avenue E-S
P84 71st Street and Harding Avenue W-S
P85 71st Street and Carlyle Avenue S-S
P86 71st Street and Bonita Drive- S-S
P87 71st Street and Bay Drive- S-S
P88 Normandy Drive and Rue Versailles
P89 Normandy Drive and Bay Drive- N-S
P90 71st Street and Bonita Drive- N-S
P91 72nd Street and Carlyle Avenue
P92 72nd Street and Collins Avenue
P93 73rd Street and Dickens Avenue
P106 75th Street and Collins Avenue
P107 79th Street and Collins Avenue
P108 80th Street and Collins Avenue
P109 83rd Street and Collins Avenue
P110 85th Street and Abbott Avenue
P111 84th Street and Collins Avenue
P112 87th Street and Collins Avenue
G1 7th Street and Collins Avenue Garage
G2 12th Street and Drexel Avenue Garage
G3 13th Street and Collins Avenue Garage
G4 16th Street and Collins Avenue (Anchor Garage)
G5 17th Street and Meridian Court Garage
G6 42nd Street and Sheridan Avenue Garage
G7 1755 Meridian Avenue Garage (City Hall Garage)
G9 17th Street and Pennsylvania Garage (Penn Garage)
G10 1900 Bay Road Garage
2.9 CONTRACTOR REPORTING REQUIREMENTS, FINAL MONTHLY MAINTENANCE
SERVICE REPORTS AND PESTICIDE APPLICATIONS
2.9(a) MONTHLY MAINTENANCE SERVICE REPORTS FOR INVOICING-The Contractor shall
submit to the Greenspace Management Division Director or Designee a final monthly maintenance
report of their performance for the preceding month, under terms of the Con tract, for invoicing
purposes. These reports shall be no later than the fifth (5th) day of each month following the month
in which services were performed. Failure to do so shall result in delay of payment until this
requirement is fulfilled. All service records will be completed in a format which is to be approved by
the City.
2.9(b) PESTICIDE APPLICATIONS- The Contractor shall notify City staff in writing of any pesticide
applications performed under this Contract within 48 hours of said application . The written report
shall at a minimum include the following: name of pest which is expected to be controlled, common
name of chemical, scientific name of chemical, date, time, name of applicator, amount of chemical
used, and the application method used.
3.0 STANDARDS AND OTHER REFERENCES
3.1 EMPLOYEE STANDARDS
3.1(a) CONTRACTOR EMPLOYEES- The Contractor shall employ sufficient personnel trained and
competent to perform the work specified herein to maintain the Quality Objective.
3.1(b) WORKER DOCUMENTATION AND CONTRACTOR PERSONNEL- The Contractor shall be
United States citizens or in possession of appropriate documentation permitting the employees to
work in Dade County. The Contractor may upon request submit all employees to a background
check assigned to this contract at no cost to the City, in compliance with local, state, and federal
laws. The background check shall be completed by the City of Miami Beach’s Human Resources
Department at the expense of the Contractor.
3.1(c) UNIFORMS- The Contractor will provide, at the Contractor’s expense, color coordinated
uniforms for all personnel. Such uniforms shall meet the Owner’s public image requirements and
maintained by Contractor so that all personnel are neat, clean, and professional in appearance at
all times. Non-uniform clothing will not be permitted, including for new employees.
3.1(d) CONDUCT- Conduct standards for Contractor’s employees should meet or exceed those
standards for City employees. The following are some guidelines: drug and alcoho l, their use, or
being under their influence is not permitted on City propert y, firearms or other weapons are strictly
forbidden, and fighting or loud, disruptive behavior is not permitted.
3.1(e) RIGHT OF REMOVAL- The City reserves the right to request the removal of the Contractor’s
employees, an entire subcontractor, and an individual subcontractor employee from performing
maintenance on the City’s grounds where the employee’s performance/actions are obviously
detrimental to the Contractor meeting the landscape maintenance Quality Objective and/or fails to
follow proper conduct guidelines.
3.2 EQUIPMENT AND VEHICLE STANDARDS
3.2(a) The Bidder shall have reviewed all proposed contracted services and understand all
equipment requirements to properly perform the work as specified. Upon bid submission and
throughout the entire Contract period, the Bidder shall have all the necessary equipment and
vehicles to execute contractual requirements.
3.2(b) Equipment and vehicles supplied by Contractor shall be d esigned for or suited to the
grounds maintenance task in which it is to be used. Equipment will not be used in areas or to
perform tasks where damage will result to the landscapes or sites.
3.2(b)(1) ELECTRIC BLOWERS- The City of Miami Beach requires through Resolution
that the Contractor only use electric blowers in all landscape maintenance operations. The
Contractor shall not use gas powered blowers at any time. The Bidder must account for any cost
differences and/or operational changes that might occur resulting from this requirement. No price
changes after contract acceptance will be accepted on the basis of not accounting for this contract
section during the bid process. Additionally, the Contractor shall bear the cost of any new
equipment purchase resulting from this requirement with no additional cost to the City.
3.2(c) Contractor shall maintain supplied equipment in a good appearance and all equipmen t and
vehicles shall be maintained in a safe, operational and clean condition. Equipment shall have
proper safety devices maintained at all times while in use.
3.2(c)(1) If equipment does not contain proper safety devices and/or is being operated in
an unsafe manner, the City may direct the Contractor to remove such equipment and/or
the operator until the deficiency is corrected to the satisfaction of the City. The Cont ractor
shall be responsible and liable for injury to persons caused by the operation of the
equipment.
3.2(d) Contractor’s vehicles and trailers shall be properly registered and bear the company name
on each side in not less than 1 ½” lettering. All veh icles shall also be free from leaking fluids at all
times.
3.2(e) All equipment must be properly cleaned to industry standards before entering and exiting the
next site to avoid movement of pathogens, weed seeds, and any other materials that negatively
affect plant materials. Contractor shall be held responsible for total removal and replacement costs
for dead plant materials if found negligent for proper equipment cleaning.
3.2(f) Upon specific request by the City, the Contractor will supply a current list of supplied
equipment and vehicles used by the Contractor, including item, model, manufacturer, year
manufactured, and serial numbers. The Greenspace Management Division Director or his
designee shall have the right to reject the use of any specific piece of supplied equipment on the
site, by notification to Contractor.
3.3 SAFETY STANDARDS
3.3(a) The Contractor shall be solely responsible for all safety on or off the job in performing the
scope of work. The City shall not be responsible for safety on or off the job site. The Contractor
agrees to perform all work outlined in the Contract in such a manner to meet all accepted
standards for safety during the maintenance ope rations and remedy hazards consequential or
related to the work.
3.3(b) The City reserves the right to issue immediate restraint or cease and desist order to
Contractors when unsafe or harmful acts are observed or reported relative to the performance of
the work under the Contract.
3.3(c) The City’s on-site observations or inspections shall be only for the purpose of verifying that
the maintenance specifications are being implemented properly and are not for safety on or off the
job site.
3.3(d) During normal working hours, Contractor shall obtain emergency medical care for any
member of the public who is in need thereof, because of illness of injury occurring o n the site,
including a prompt report thereof to the Greenspace Management Division Director or designee.
3.4 PLANT MATERIAL QUALITY AND INSTALLATION STANDARDS
3.4 (a) All ornamental plants, trees, and palms installed under this contract authority shall be at
least a Florida #1 Grade or better unless otherwise under prior written authorization from the
Greenspace Management Division Director or designee. Florida #1 Grade is defined as the most
current standards found in the Florida Grades and Standards for Nursery Plants as amended from
time to time. All ornamental plants, trees, and palms shall be made available for inspection by City
staff prior to installation.
3.4 (b) All sod installed under this contract authority shall be healthy, green, and cut a t a depth
relative to the industry standards for that particular grass species and made available for inspection
by City staff prior to installation.
3.4 (c) City standards for the installation of plant materials shall be found in the City of Miami
Beach’s Public Works construction documents as amended from time to time. If no standards are
found within the City’s construction documents for a particular plant installation, the installation
standard shall be converted to current Green Industry standards within the State of Florida along
with a written agreement from City staff on proper procedures.
3.4 (d) The City reserves the right to reject any installed plant materials for failing to meet
standards set in sections 3.4(a) through 3.4 (c) and require repl acement by the Contractor at no
additional cost to the City.
3.5 MULCH STANDARDS
Mulch shall be shredded, “round-wood” recycled mulch dark brown in color.
3.6 PESTICIDE APPLICATION STANDARDS AND REGULATIONS
3.6(a) The Contractor shall maintain a Commercial Pest Control License with a Lawn and
Ornamental category throughout the entire contract period. If the Contractor loses or changes the
Certified Pest Control Operator under this license, the City must be notified within 24 hours.
3.6(b) The City shall monitor the Contractor to ensure that all Federal and State license rules and
regulations are followed. There will be special emphasis on Contractor’s employees having th eir
proper personal protective equipment on when applying chemicals.
3.6(c) Current City policy bans the use of Roundup or any other glyphosate formulation.
3.6(d) The Contractor shall submit a list of all chemical herbicides and pesticides including la bel
and SDS sheets specified under the specific EPA registration number proposed for use under this
Contract for approval by the Greenspace Management Division Director or designee. No chemical
herbicide or pesticide shall be applied until use is approved , in writing, by the appropriate City
authority as appropriate for the purpose and area proposed.
3.6(e) No materials or chemicals are to be stored by the vendor on any City site. No empty
pesticide containers and excess pesticides are to be discarded by the vendor on City sites or
facilities.
3.6(f) The Contractor shall apply all components of Integrated Pest Management (IPM) as the
methodology for all pest and disease control measures. The City requires the Contractor to
exhaust all non-chemical methods of pest control before chemical applications are considered and
the least hazardous chemical for an effective job will be used when required.
IPM shall be defined by the following:
INTEGRATED PEST MANAGEMENT: An Integrated Pest Management (IPM) approach shall be
used when administering pesticides. An IPM approach seeks to use the lea st intensive option for
pest control and requires proper application to reduce impact s to the environment and human
health, including reducing the use of Restricted Use Pes ticides. IPM promotes sustainable pest
management methods that minimize health, environmental and economic risks.
Proper design techniques shall be used that promote healthy plants and thereby reducing need for
remedial actions. The aim of the IPM Program is to suppress pests and undesirable vegetation
with minimum impact on human health, the environment, and non-target organisms. The success
of the Program depends on not a single chemical approach or strategy; but a decision-making
process that involves a combination of practices to control problems including cultural, biological,
mechanical, and chemical tactics. Economic feasibility of a potential control method can factor into
the decision-making protocol.
The City’s sites will be periodically inspecte d for the presence of pests and preventive measures
will be taken to avoid pests. If any pests are detected, integrated (nonchemical) methods will be
implemented as the first control step, including mechanical means.
The vendor shall follow the IPM protocol guidelines as follows:
IDENTIFICATION and SCOUTING - Identify the type of pest or undesirable vegetation
problem by scouting and inspection.
MONITORING - Determine the extent of injury or problem levels (set thresholds); Use visual
inspection or monitoring devices.
ANALYSIS - Based on findings in a. or b., determine best response from the following options: 1)
take no action, 2) continue monitoring or collect more data, or 3) act to address pest.
REVIEW CONTROL OPTIONS - Review available cultural, mechanical, biological, as well as
chemical control options. It is understood that biological control methods are very limited to City
employees and contractors and are generally established by state and federal agencies due to
potential undesirable consequences in neighboring areas. Biological control methods may include
maintaining beneficial insect populations.
SELECT CONTRO L TACTICS - Select the most environmentally sound a nd economically
viable treatment strategies to suppress the pest problem. Least toxic m ethods must be used
before more toxic ones. Any Restricted Use Pesticides with the s ignal word "Warning" or
"Danger" requires approval from City staff with proven knowle dge of pest control through the
State of Florida licensing. All components of the IPM p rotocol must be presented to the
appropriate City official at the time of the reques t to use a pesticide with a "Warning" or
"Danger" signal word on the pesticide label.
EVALUATE RESULTS - After implementation of control measures, evaluate to determine if action
taken has been effective in pest reduction and is cost effective.
RECORD KEEP ING - Record all pesticides used, rates used, application dates, amounts
applied, sites of application, and results. Labels and Material Safety Data Sheets (MSDS)
sheets mu st be available and mainta ined at all times with the applicator and in all facilitie s
where materials are sto red.
Chemical pest control shall be applied when other IPM strategies have been found ineffective, not
economically feasible, and pests are at undesirable populations.
3.6(g) Any City contractor improperly handling pesticides or handling pesticides without the proper
licensing witnessed by City staff shall be reported to the Procurement Department for potential
contract suspension or revocation and such improper handling shall also be reported to the
appropriate State agencies assigned to monitor pesticide usage. This requirement protects the
environment and people from improper pesticide usage.
3.7 STANDARDS FOR MAINTENANCE PRACTICES
3.7(a) FLORIDA FRIENDLY LANDSCAPING
The City of Miami Beach adopted landscape maintenance guidelines through Resolution and
states that all landscape contractors shall follow industry practices and standards found in the
Florida Friendly Best Management Practices for Protection of Water Resources by the Green
Industries as amended from time to time. Contractor deviations from the industry standards held in
this manual must have prior approval from City staff before enacting changes to maintenance
practices.
3.7(b) TREE AND PALM TRIMMING STAND ARDS
All tree and palm trimming activities shall not at any time violate the City of Miami Beach’s Code of
Ordinances found in Code Section Chapter 46, Article II Care and Maintenance of Trees and
Plants and all ANSI standards for tree care and maintenance as amended from time to time.
Contractor shall understand and train all tree service staff conducting tree and palm trimming
standards regarding City Code and ANSI standards before starting any pruning work.
Failure to follow the City’s Code of Ordinances regarding tree and palm pruning can result in an
immediate Notice to Cure for the Contractor in violation. Additionally, the Contractor is subject to
fines and penalties found within Code Section Chapter 46, Article II.
3.7(c) OTHER REFERENCES
The following organizations provide other standards and publications beyond those already listed
which may be used as a guide for conducting grounds maintenance and services, under the
Contract:
• Florida Cooperative Extension Services, 18710 SW 288th Street, Homestead, Florida,
33030.
• Florida Turf-Grass Association, Inc., 302 Graham Avenue, Orlando, Florida, 32803-6399.
• National Recreation and Park Association, 1601 N. Kent Street, Arlington, Virginia, 22209.
• Florida Recreation and Park Association, 1406 Hays Street, Suite 1, Tallahassee, Florida,
32301.
• Florida Department of Transportation, "Manual on Traffic Controls and Safe Practices for
Street & Highway Construction, Maintenance and Utility Operations."
• Institute for Regional Conservation.
• Florida Department of Environmental Protection.
• Florida Nursery, Growers and Landscape Association
3.7(c)(1) The above list is not all-inclusive to all industry standards. The City reserves the
right to use green industry standards not listed above.
4.0 ANNUAL SERVICE FREQUENCY
4.1 ANNUAL SERVICE FREQUENCY- All annual frequencies listed below in 5.0 Landscape
Maintenance Services are estimated annual service frequencies based on the current
requirements to meet the Quality Objective. Annua l service frequencies may be modified from time
to time by the Greenspace Management Division Director or designee without any change to the
service’s unit price as necessary to assure proper maintenance to achieve the Quality Objective
4.2 SITE LANDSPACE MODIFICATIONS- Contractor shall recognize that during the course of the
Contract, other activities and operations may be conducted by City work forces and other
Contractors. These activities may include but not be limited to landscape refurbishment, i rrigation
system modification or repair, construction, and storm related operations. The Contractor may be
required to modify or curtail certain operations without decreased compensation and shall promptly
comply with any request by the Greenspace Management Division Director or designee. Any
permanent increase or decrease in site’s compensation due to a modification of the site’s
landscape design must be mutually agreed between both the Contractor and the Greenspace
Management Division Director or designee prior to the start of any work.
In the event a Site or part of a Site becomes u navailable for servicing by the Contractor, the City’s
the Greenspace Management Division Director or designee may temporarily delete the Site or part
of the Site and compensation to the Contractor will be decreased.
5.0 SERVICES
5.1 LIST OF SERVICES
The Contractor shall provide the City the following individual ground maintenance services:
Routine Landscape Maintenance Services, Irrigation Maintenance Services, Fertili zation
Services, Palm Trimming, Tree Trimming, and Additional Litter Services (for groups I – IX).
Lot Clearance (for group X only). Individual service specifications are found in Contract Section
5.1(a) through 5.1(g).
Contractor shall be responsible for damages caused to the irrigation system caused by the
Contractor during any service. Contractor shall have one (1) business day upon notification to
repair damaged irrigation parts.
5.1(a) ROUTINE LANDSCAPE MAINTENANCE SERVICES
The routine landscape maintenance services’ estimated annual service frequency will be 36
services and may be increased or reduced as determined by City staff to maintain the Quality
Objective. The awarded Contractor shall receive an annual calendar prior to the start of fiscal year
or at initial contract award. Any additional services or reduction of service frequency beyond the
initial authorized annual amount must be approved by the Greenspace Management Division
Director or his designee and, upon acceptance, will be performed a t the same contracted routine
landscape maintenance services’ rate.
As part of the routine landscape maintenance services, the Contractor shall maintain three (3”)
inches of mulch to cover all bare soil, especially at the edge of the shrub and hedge beds and in
places where the shrub canopy has not grown toget her to shade the soil, and all tree rings within
sod areas at all times at no additional cost to the City. The Contractor shall replenish mulch
whenever necessary to maintain a constant three (3) inches thickness at all times. Do not pile
mulch against tree trunks and shrub stems.
Routine landscape maintenance services shall be divided into five (5) distinct individual tasks that
all must be successfully completed for a single service payment approv al. These individual
maintenance tasks are the following: turf mowing, edging, weed-eating, non-turf vegetation
maintenance and bed detail, and resultant debris removal.
All routine landscape maintenance services for the Dunes sections only (South, Middle, and North)
found only in the Coastal Areas contract shall exclusively follow current guidelines set in the City of
Miami Beach Dune Management Plan as amended from time to time. Those Dunes guidelines do
not apply anywhere else in this ITB. The Dune Management Plan can be found on the City’s
website in pdf form at http://www.mbrisingabove.com/wp-content/uploads/2017/08/Final-
Dune-Management-Plan-2016. It is the Contractor’s responsible to be aware of and understand
the most current Dunes guidelines at all times.
5.1(a)(1) TURF MOWING- Contractor shall mow the specified covered grass areas as outlined in
the site descriptions at every service. Mowing heights shall be at the proper industry standards for
the grass type and shall not exceed 4 inches at any time or lower than 2.5 inches.
Upon arrival at a job site, the Contractor shall immediately survey the lawn area to remove all litter,
glass, rocks, dead foliage, fallen limbs, and other debris that potentially become projectiles if
engaged by a mower. In addition, the irrigation valve boxes shall be located by the Contractor prior
to mowing.
5.1(a)(2) EDGING- Edging shall be completed along all sidewalks, curbs, asphalt, road and street
edges, tree rings, and landscape beds during every lawn maintenance service. Proper edging can
only be performed by hard edgers. String trimmers shall not substitute for a hard edger.
Chemical edging with the use of a non-selective herbicide shall not be acceptable. If the Contractor
performs chemical edging, the Contractor is responsible for the cost of the removal and
replacement of the dead plant material.
5.1(a)(3) WEED-EATING- Weed-eating shall be performed around all fixed objects exposed in the
turf areas to include but not limited to all irrigation heads, poles, posts, fence lines, curbs,
sidewalks, expansion joints, and building exteriors during every routine lawn maintenance service.
Weed eating shall only be performed with a string trimmer.
Herbicides shall be used to establish reasonably sized tree rings to prevent tree trunk damage from
string trimmer use and landscape beds shall be weeded by appropriate manual and/or chemical
control. If a Contractor uses string trimmers inside tree rings and/or landsc ape beds and
permanently damages the plant material, the Contractor is responsible for full replacement value of
that plant material.
5.1(a)(4) NON-TURF VEGETATION MAITNENANCE AND BED DETAIL- At all times, the City’s
shrubs and hedges shall be maintained in a neat and even appearance with total weed and vine
removal found within all landscape beds and non-turfgrass areas like tree rings. Care should be
made by the Contractor to remove all resultant trimming debris found at the top of the shrub or
hedge.
Additionally, the Contractor must all times prevent hedges, shrubs or trees from encroachment
onto the streets, sidewalks, signs, and any other objects that might impact public safety. A
minimum clearance for trees and palms of 8 feet height under pedestrian traffic and 14 feet for
vehicular traffic shall be observed for this specification.
Contractor shall use all weed control techniques found under integrated pest management (IPM)
before the use of chemical control for weed control is considered up to and including manual
hoeing of landscape beds or tree rings if large weed populations less than 2” in height are present.
Any requested height reduction more than 50% of the current plant’s height may be considered a
chargeable item in a proposal form.
7th Street and Collins Avenue Garage Hedge Trimming Specifications- The enclosed pruning
specifications are exclusive to the 7th Street and Collins Avenue Garage site (Parking Lots Contract
-Site # G1) and are not found for any other site.
The shrub masses in the planters facing the garage exterior shall be pruned from the outside of the
garage to keep the leaf masses from growing more than three (3) feet beyond the outside edge of
the garage’s decorative screen. The individual groupings of the specie s in the planters shall be
pruned vertically to conform as much as possible to the flowing lines of the decorative screen
pattern. The specification’s intent is to create a dense continuous plant mass covering the entire
face of the garage while keeping a neat appearance. The shrub mass trimming shall be completed
quarterly during the months of December, March, June, and August. Also, during all other routine
landscape maintenance services, the Contractor shall remove all dead or weak branches on all
floors and keep any branches from growing into the garage at all times.
The cost for exterior shrub mass trimming is to be incorporated into the overall bid price for routine
landscape maintenance service for the 7th Street and Collins Avenue garage and no additional
charge can be invoiced.
5.1(a)(5) RESULTANT DEBRIS REMOVAL- The Contractor shall remove all resultant plant
material debris from every routine maintenance service action and litter fou nd prior to the start of
the service from the entire site including such areas as hard surfaces, around tree rings, inside
landscape beds, and against buildings for example.
Debris shall not be blown into the streets and into drainage structures. Excessive and unsightly
debris shall be properly disposed at the Contractor’s expense. Contractors shall make themselves
aware of immanent rain events to make sure that all debris is removed from all hard surfaces
before the rain begins to reduce the slip and fall risk.
5.1(b) IRRIGATION MAINTENANCE SERVICES SPECIFICATIONS
The Contractor will be responsible under this agreement for the labor, materials, and supervision to
make irrigation repairs on all lateral or main lines up to and including a 2” diameter line, all risers,
all sprinkler heads, bubblers, and all batteries for battery powered timers within 24 business hours
of notification or observance at no additional cost to the City and shall be considered non-
reimbursable services.
The two reimbursable irrigation services under Irrigation Maintenance Services are the monthly
irrigation reports and conducting major irrigation repairs. For the monthly irrigation report
reimbursable service, the Bidder shall provide a unit cost for this service in the Bid Packa ge found
in Appendix E under the title “Monthly Irrigation Reports”. The unit cost for the monthly irrigation
report shall not change unless the current irrigation system has its design subsequently altered.
Specific details on the monthly irrigation report requirements are found in section 5.1(b)(1) seen
below. For the major irrigation repair reimbursable service, the Contractor shall submit a written
proposal to staff for review and, upon written acceptance through a purchase order issuance, the
Contractor can begin to work for subsequent payment. Major irrigation repairs include the following
components: all necessary repairs to lateral and main lines above 2” diameter, valves, pumps,
water meters, backflow valves, timers, and in-take piping.
All Contractor irrigation work (excluding wet check investigations and timer/clock adjustments) shall
be performed by a State licensed individual for the particular task required to properly maintain
irrigation systems. Expected irrigation work may require pers onnel with irrigation, plumbing, and/or
electrical licenses. Any non-licensed person working on an irrigation system must be directly
supervised on site by a licensed individual for that task.
Also, the Contractor shall be expected at all times to ensure that sufficient water is supplied for all
plant materials at sites with an irrigation system. Irrigation technicians, landscape crew
supervisors, and all other supervisors servicing the City shall have been trained to observe plant
symptoms of both insufficient watering and overwatering and make the proper irrigation timer
adjustments in a timely manner. All timer settings must comply with Miami Dade County
regulations on irrigation timing and any adjustments are considered non-reimbursable services to
the City.
Irrigation systems shall be constantly adjusted to ensure that no water from the system hits
impervious surfaces. This action is also considered a non-reimbursable service to the City.
5.1(b)(1) MONTHLY IRRIGATION REPORTS- The City shall reimburse the Contractor for a
required monthly irrigation report for each maintenance site that has an existing irrigation system.
The report shall be sent to the City via e-mail or other approved method.
Monthly irrigation reports shall include a full wet test on all irrigation systems within that site. A full
wet test shall be considered physically turning on every irrigation zone for evaluation to observe all
irrigation related issues. The report shall include all notes on irrigation system deficiencies
including totally inoperable components.
The Contractor in order to get payment approval for the monthly irrigation report shall also (a) have
already repaired any non-reimbursable irrigation issues prior to report submission and (b) have
attached a written proposal(s) for those reimbursable major irrigatio n repair item(s) with the
monthly irrigation report.
Upon monthly irrigation report submission, the City has 72 business hours to verify the report’s
notations and that the appropriate repairs were completed by the Contractor. A monthly irrigation
report may be rejected with a subsequent payment denial if the following is found: either (a) there
are substantial reporting errors, (b) the Contractor has not repaired all non-reimbursable irrigation
items, and/or (c) the Contractor has not provided proposal(s) for reimbursable irrigation services.
Failure to provide a monthly irrigation report by the end of the month or a rejection of a previously
submitted monthly irrigation report for an individual si te shall incur a chargeback to the Contractor
for the City to conduct that report immediately with City staff. The chargeback rate shall be $75.00
per manhour with a projected crew of (2) employees conducting the evaluation potentially incurred
an hourly rate of $150.00 per manhour. The City’s conducted repo rt will only consist of notes sent
to the Contractor for repair of non-reimbursable items within 2 business days and provide
proposals to the City for reimbursement items within 4 business days.
5.1(c) FERTILIZATION SERVICES SPECIFICATIONS
Contractor shall provide an estimated 3 fertilizations (material and labor cost) of all turf areas,
shrubs/hedges, and palms found within contracted sites in the months of February, April, and
October. The Contractor Shall not fertilize anywhere in the City between June 1 and September 30
without prior written authorization from the City for a specific plant health reason.
All fertilization applications shall conform to standards set in the Florida Friendly Best Management
Practices for Protection of Water Resources by the Green Industries. Contractor and their
applicator(s) must have their FDACS Limited Certification for Urban Landscape Commercial
Fertilization card with them at all times during the application of any fertilizer in the City of Miami
Beach.
All fertilization formulations shall be approved in writing by the City prior to service. Any product
substitution must be approved by the City prior to application at an acceptable recommended
application rate and must be at least a 50% slow release product.
All turf fertilizers shall not have any nitrogen or phosphorous, have at least 20% potassium, and
have numerous micronutrients within their formulations. The application rate shall be 1 pounds of
K (potassium) per 1000 square feet. The fertilizer developed by Timothy Broschat for palm
fertilization (8-2-12 + 4 Mg) shall be used for all shrub, hedge, and palm fertilization at a rate of
1.5# of product per 100 square feet.
5.1(d) PALM TRIMMING SPECIFICATIONS
Contractor shall provide an estimated (3) three pa lm trimming services in the months of October,
March, and June for all palms found in the contracted sites. This contracted service excludes
areca palms. This service includes all palm trimming activities and the prompt disposal of the
resultant debris from the trimming.
The Contractor’s palm trimming crew shall be supervised by an International Society of
Arboriculture (ISA) Arborist at all times during the palm trimming service.
General palm trimmings include but are not exclusive to activities such as: removal of all seed and
seedpod removal (coconuts included), removal of fronds below the industry standard of 9-o’clock to
3-o’clock (sabals excluded- dead fronds only), frond removal from buildings and other objects, and
removal of palm parts obstructing signs. With self-cleaning palms such as royal palms, the
Contractor shall only remove fronds brown or yellow in color and/or loosely held to the palm. All
tightly held green fronds shall remain with self-cleaning palms.
5.1(d)(1) PARKING ISSUES- The City of Miami Beach is a very urbanized City. The Contractor is
solely responsible for coordinating any vehicle parking issues directly with the Parking Department
in order to complete the palm trimming contracted service, if necessary. Greenspace Management
will only intervene as an arbitrator with a dispute between the Contractor and the Parking
Department.
5.1(e) TREE TRIMMING SPECIFICATIONS
Contractor shall provide an estimated (1) one tree trimming services in the month of June for all
trees found in the contracted sites. This service includes all tree trimming activities and the prompt
disposal of the resultant debris from the trimming.
The Contractor’s tree trimming crew shall be supervised by an International Society of Arboriculture
(ISA) Arborist at all times during the tree trimming service.
General tree trimming includes but are not exclusive to activities such as: cleaning of dead/dying
branches, removal of weakly attached branches, trimming vegetation away from buildings and
other objects, thinning canopy to reduce wind resistance, canopy raising, and promote proper tree
structure. At no time shall the Contractor remove more than 25% of the individual tree canopy at
one time without prior authorization from the City.
5.1(e)(1) PARKING ISSUES- The City of Miami Beach is very urbanized city. The Contractor is
solely responsible for coordinating any vehicle parking issues directly with the Parking Department
in order to complete the tree trimming contracted service, if necessary. Greenspace Management
will only intervene as an arbitrator with a dispute between the Contractor and the Parking
Department.
5.1(f) ADDITIONAL LITTER SERVICE SPECIFICATIONS
Periodically, and solely at the City’s discretion, the Contractor may be asked to perform an
Additional Litter Service that does not correspond to the annual Routine Landscape Maintenance
Service calendar’s schedule in order to keep a site’s clean appearance on a date(s) when the
Contractor is not providing a routine service.
Therefore, an Additional Litter Service is defined as the total removal of all organic and non-organic
debris (litter) from the service site in-between the Contractor’s Routine Landscape Maintenance
Services and cannot be performed on the same date as a Routine Landscape Maintenance
Service.
The litter service areas for all parking lots and buildings will be the entire property and right of way
(both hard surfaces and landscaped areas) and, for all other sites besides parking lots and
buildings, the service areas will be the entire right of way and/or easement greenspaces excluding
adjacent streets and sidewalk surfaces.
5.2(g) LOT CLEARANCE SPECIFICATIONS (for GROUP X only)
Lot Clearance services can include any of the following underlined:
MOWING GENERAL
- Turf shall be mowed at 3 1/2’’ to 4’’ above soil level with a mower designed for use in the
specific circumstance. The mowing shall not scalp nor leave any “missed” uncut grass.
- Rotary mowers must be used on St. Augustine grass.
- All mowers are to be adjustable and adjusted to the proper cutting height and level.
- Mower blade height adjustment is to be measured from a level floor surface to the parallel and
level plane of the mower blade.
- All mower blades are to be sharp enough to cut rather than tear grass blades.
- All litter and debris is to be removed from turf before mowing to avoid shredding that will
damage turf appearance, or items that may be propelled by mower blades.
- Mowing shall not “bark” trees or shrubs, or introduce grass clippings and/or weeds into plant
beds, or damage sprinkler heads, curbs, or other facilities.
- In the case of inclement weather/conditions, no mowing shall occur so as to prevent damaged
turf. It is the Bidder’s responsibility to advise Code Compliance of the nonperformance
immediately so that Code Compliance may provide instruction thereafter.
- Work required may involve mowing grass above 18 inch es.
TRIM AND EDGING
- Bidder shall trim and properly edge all shrub and flower beds as well as trees, curbs, walks,
lighting and all other obstacles in the landscape and remove excess clippings.
- Line trimmers must not be used for vertical edging.
- Herbicides must not be used for vertical edging.
- Bidder shall not damage sprinkler head s and/or other irrigation system components to assure
their proper water delivery function.
- Mechanical line trimmers must not be used within twelve (12) inches of tree or palm trunks.
- From time to time, the Bidder may be called upon to trim disruptive or h azardous tree foliage.
The Bidder is to receive clear direction from Code Compliance as to the extent of the desired
appearance of the overgrown tree foliage.
CLEANUP
- Upon completion, the Bidder shall thoroughly clean up all areas where work has been involved
as mutually agreed with the user department’s project manager. The Bidder shall clean
driveways and paved areas immediately after working in them. All cuttings are to be removed
the same day as cut.
- All unusable materials and debris shall be removed from the premises at the end of each
workday.
- Debris must be disposed of at a county authorized site for commercial use.
- Neighborhood trash transfer stations or road side piles are not considered authorized sites.
- Clippings or other resulting mowing or edging debris shall not be blown or swept into the street
or storm drains.
5.2 ADDITIONAL WORK REQUESTS BASED ON CONTRACT ITEMS
The City may, at its sole discretion and through its contract manager, request the awarded
contractor(s) to perform additional services related to the scope of this ITB. In doing so, they may:
compensate contractor(s) at the rates contained in the contract; or seek quotes from contractor(s),
which may include prequalified contractors pursuant to Appendix D, Section 8. At no time is there
any guarantee of the additional work being awarded to any con tractor. No work shall commence
without the prior written authorization from the contract manager.
5.3 NON-PRE-PRICED ITEMS OR TASKS (ANCILLARY WORK)
From time to time, some projects may require items or tasks that are not included in the Cost
Proposal Form. These items shall be known as non-pre-priced items or tasks, as applicable. In
those instances where non-pre-priced items or tasks are required, the following procedure shall be
followed in determining pricing. Approval of non-pre-priced items shall be in compliance with
Administrative Procedure PO.03.02.
5.3.1 Non Pre-Priced Materials and Equipment: If the Contractor will perform the work with its
own forces, it shall obtain and submit three independent quotes for all material or
equipment required to complete the task and shall, to the extent possible, use Pre-priced
Tasks for labor from the miscellaneous services rates established in the cost proposal
form.
5.3.2 Non Pre-Priced Labor: If the work is to be subcontracted, the Contractor must obtain and
submit three independent quotes from subcontractors. The Contractor shall not submit a
quote or bid from any subcontractor that the Contractor is not prepared to use. The City
may require additional quotes and bids if the subcontractors are not acceptable or if the
prices are not reasonable. Otherwise, labor rates shall be in accordance with the contract.
5.3.3 If three quotes or bids cannot be obtained, the Contractor will provide the reason in writing
for the City’s approval. If approved, less than three quotes will be allowed.
5.3.4 The City’s determination as to whether a task is a Pre-priced item or task or a Non Pre-
priced item or task shall be final, binding and conclusive as to the Contractor.
5.3.5 In the event that the total Non Pre-Priced items that exceed the thresholds established in
Section 2-366 of the City Code, the Price Proposal will require City Commission approval.
[REMAINDER OF THIS PAGE IS LEFT INTENTIONALLY BLANK]
APPENDIX D
________________________________________________________________________
Special Conditions
________________________________________________________________________
ITB 2020-042-AY
GROUNDS MAINTENANCE FOR
RIGHT-OF-WAY, PARKING FACILITIES,
LINCOLN ROAD MALL, LOT
CLEARANCE AND COASTAL AREAS
PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139
1.0 TERM OF CONTRACT: This contract shall remain in effect for three (3) years from date of contract
execution by the Mayor and City Clerk. The City of Miami Beach has the option to renew the contract at
the sole discretion of the City Manager for an additional two (2), one (1) year periods, on a year-to-year
basis. Renewal of the contract is a City of Miami Beach prerogative, not a right of the Contractor. Such
option will be exercised, if at all, only when it is in the best interest of the City of Miami Beach.
In the event that the contract is held over beyond the term herein provided it shall only be from a month-
to-month basis only and shall not constitute an implied renewal of the contract. Said month to month
extension shall be upon the same terms of the contract and at the compensation and payment provided
herein.
2.0 PRICES SHALL BE FIXED AND FIRM FOR TERM OF CONTRACT. If the bidder is awarded a
contract under this bid solicitation, the prices quoted by the bidder on the Bid Form shall remain fixed
and firm during the three (3) year term of this contract; provided, however, that the bidder may offer
incentive discounts from this fixed price to the City at any time during the contractual term.
2.1 OPTION TO RENEW WITH PRICE ADJUSTMENT: The contract could be extended for an
additional two (2), one (1) year terms, on a year to year basis, at the sole discretion of the City
Manager. Prior to completion of each exercised contract term, the City may consider an
adjustment to price based on Consumer Price Index increase. Change shall not be more than
the percentage increase or decrease in the Consumer Price Index CPI-U (all urban areas)
computed 60 days prior to the anniversary date of the contract.
It is the vendor’s responsibility to request any pricing adjustment under this provision. For any
adjustment to commence on the first day of any exercised option period, the vendor’s request
for adjustment should be submitted 60 days prior to expiration of the then current contract
term.
The vendor adjustment request must clearly substantiate the requested increase. If no
adjustment request is received from the vendor, the City will assume that the vendor has
agreed that the optional term may be exercised without pricing adjustment. Any adjustment
request received after the commencement of a new option period may not be considered.
3.0 CERTIFICATION, INVOICES AND PAYMENT:
3.1 CERTIFICATION: Contractors shall complete a "Monthly Service Report " describing all work
completed during the month and submit one signed copy with the monthly invoice to the
Greenspace Management Division Director or designee.
3.2 INVOICES: Contractors shall submit two (2) copies of all invoices. Invoices should be
addressed to the Public Works Department, 1700 Convention Center Drive, 4th Floor, Miami
Beach, Florida, 33139. Department reserves the right to request for invoicing to be billed by
individual site locations.
3.3 PAYMENT: The City agrees to pay to Contractor for the services described herein the
following compensation during the term of the Contract:
3.3.1 PAYMENT
• The bid price is stated as a "per service" cost. Each complete service
cycle must be invoiced separately on a monthly basis for services
rendered during said month and City will pay to Contractor each month
the "per service" payment amount.
• Payment shall be made within thirty (30) days upon receiving invoices,
in duplicate, providing that all work performed during the preceding
month has been inspected and accepted by the Greenspace
Management Division Director or designee and that all applicable
certifications and reports have been submitted in accordance with the
provisions of the Contract. The Contractor shall look for payment
exclusively from the funds of the City for which these services have
been provided.
• If the Greenspace Management Division Director or designee
determines that the labor for work resulting from vandalism, acts of
God, or third party negligence can be performed by Contractor's present
work force, the Greenspace Management Division Director or designee
may modify the Landscape Maintenance Schedule and substitute the
emergency work for regularly scheduled work.
3.3.2 PAYMENTS WITHELD: If, in the sole judgment of the Greenspace Management
Division Director or designee, the level of maintenance is less than that specified
herein, at his option, in addition to or in lieu of other remedies provided herein,
may withhold payment from the Contractor for work not performed, until services
are rendered in accordance with specifications and providing no other
arrangements have been made between the Contractor and the Greenspace
Management Division Director or designee. Notice of withholding must be in
writing to the attention of the Procurement Director.
3.3.3 ADDITIONAL OR DECREASED COMPENSATION:
• Additional or decreased compensation may be authorized at the
discretion of the Greenspace Management Division Director or
designee, subject to City budgetary conditions, for Deletion of Sites,
Addition of Sites, or Additional Work performed by the Contractor.
• PRICE ADJUSTMENT FOR THE DELETION OF SITE(S): The City
reserves the right to temporary or permanently delete existing sites
and/or services at existing sites. The payment adjustment of the sites
and/or services removed shall be based on the per service rate
submitted on the Cost Proposals. If proration is required, this will be
evaluated by both the City and the contractor for the mutual
determination of a fair unit cost. The City’s Greenspace Management
Division Director or designee shall initiate the above request/action in
writing to the contractor no later than 10 days before effectiveness, copy
of the letter and any/all subsequent written correspondence to the
Procurement Director.
• PRICE ADJUSTMENTS FOR THE ADDITION OF SITE(S): The City
reserves the right to add new sites to the respective contract(s), and to
add services to the existing sites. New sites and/or service to be added
shall be invoiced at the unit prices in the contract. Sites and/or services
deleted and later re-added shall be re-added at the original contract unit
cost, plus any index adjustment. The shall initiate the above
request/action in writing to the contractor, with a copy of the letter and
any/all subsequent written correspondence to the Procurement Director.
3.3.4 DEVELOPMENT AND/OR IMPROVEMENT TO EXISTING SITES: The City
reserves the right to develop and/or improve existing sites specified herein.
Additional services required shall be evaluated by both the City and the
contractor for the mutual determination of a fair unit cost, to be based upon
similar service rendered at a similar site.
3.5 PAYMENT REDUCTION
3.5.1 REDUCTIONS FOR NON-CONFORMING OR UNSATISFACTORY WORK: All
Work is subject to inspection by the Greenspace Management Division Director
or designee, Inspector, or other authorized City representative. As a result of
these inspections, resident input, the City’s Cleanliness Index, or any other
notification of quality concerns that the City may receive, Work is found to be
non-compliant with the Quality Objective; Standard, Industry accepted
maintenance practices; and/or Contract Specifications: The City may reduce
payments to the Contractor by an amount equal to the value of the
Unsatisfactory Or Incomplete Work. The Greenspace Management Division
Director or designee will determine the appropriate reduction using the Unit
Prices for Services as quoted in this contract or in quotes for Additional Work and
in accordance with procedures described herein. Reductions may be deducted
from any payment due the Contractor or the value of the reduction and/or total
costs of re-inspection fees will be invoiced by the City for payment by the
Contractor. In the event the Contractor disagrees with the Greenspace
Management Division Director or designee as to any fee or reduction, such
disagreement shall be subject to Section 2.6.
The objective of the Public Area Cleanliness Index is to define a set of standards
that can be used to measure the cleanliness of the City of Miami Beach’s public
areas. Using this index assessments of the public area are conducted to score
the cleanliness of the area based on contributing factors (See Appendix I).
3.5.2 PAYMENT ADJUSTMENTS: The Greenspace Management Division Director or
designee will inform the Contractor, in writing, of all Non-Conforming or
Unsatisfactory Work that has not been corrected within the two (2) day
requirement by delivering a Notification of Adjustment that provides details,
including the type(s) and dollar amount(s) of proposed reductions. If Non-
Conforming Work is identified the Contractor will be notified in writing within two
(2) business days. Where possible, Contractor shall correct all Non-Conforming
Work within two (2) business days, during which time the Contractor shall not be
assessed any payment reduction other than the $250.00 reduction to cover the
City’s administrative costs. Failure by the Contractor to correct the Non-
Conforming Work within the two (2) business days shall result in the City
assessing a payment reduction for each day the Non-Conforming Work remains
out of compliance with the Performance Standards. The payment reduction will
be invoiced or assessed against the Contractor’s monthly invoice, accruing from
the date of notification of the Non-Conforming Work through issuance of a
notification of compliance, not to exceed the value of Cost per Service for the
maintenance site or the value of the Additional Work. The Contractor may, within
ten (10) working days of receipt of the Notification of Adjustment, present to the
Greenspace Management Division Director or designee specific reasons why
any or all of the proposed reductions are not justified. Reasons must be solidly
based and must provide specific facts that justify reconsideration and/or
adjustment of the invoiced amount or the reduction. Failure to respond within the
ten (10) day period will be interpreted to mean that the Contractor accepts the
deduction as proposed. All or a portion of the final payment may be delayed or
withheld until the Greenspace Management Division Director or designee makes
a final decision on any pending proposed reduction(s).
3.5.3 REDUCTIONS: City Inspectors shall identify Work inspected and indicate if the
Work meets the Performance Standards. Any work identified that is not
performed in accordance with the Performance Standards is subject to the
application of payment reductions. The reduction rate for the Work will be
calculated using the fixed Unit Costs established in the Contract for the type(s) of
Work performed or by the Unity Costs quoted in proposals for Additional Work.
3.5.4 APPLICATION OF REDUCTIONS: The City may assess payment reductions
against any outstanding payment due the Contractor for any Non-Conforming or
Unsatisfactory Work whether the Work is routine maintenance or additional work
as follows.
3.5.5 RE-INSPECTION FEE: The City may assess a fee of $250.00 for each re-
inspection where Work is identified as Non-Conforming or Unsatisfactory Work
and a re-inspection is required. Such fee is assessed as Liquidated Damages to
offset the administrative costs to the City to conduct the inspection and any
necessary re-inspection.
3.5.6 UNREPORTED HAZARDS: The City may deduct $2,000.00 for unreported
hazardous condition resulting from improper maintenance or lack of
maintenance. This would include but not be limited to:
• Excessive wash-outs resulting from a prolonged, undetected or
unaddressed irrigation break as evidenced by; alga growth, excessive weed
or vegetative growth ruts left by mowing equipment driving through muddied
areas of turf grass. The presence of such hazards left unaddressed 48 hours
following notification by City of presence of hazard.
• Prolonged, undetected or unaddressed Open Holes caused by any means
and as evidenced by; excessive weed or vegetative growth, aged litter in
hole. The presence of such hazard left unaddressed 48 hours following
notification by City of presence of hazard.
• Undetected or unaddressed dead trees or palms or dead branches or fronds
that may pose a hazard to pedestrians or vehicular traffic. The presence of
tree hazards unaddressed 48 hours following notification by City of presence
of hazard.
• Roadway or sidewalk encroachments of a size or in a location that could
result in significant damage to vehicles or that would pose an immediate
hazard to pedestrians, cyclists, skaters or riders of segway type vehicles.
The presence of such hazard left unaddressed 48 hours following
notification by City of presence of hazard.
• Excessive number of Fire Ant mounds or mounds in high traffic areas or in
areas frequented by children (such as playgrounds) and as determined by
the Greenspace Management Division Director or designee. Fire Ants left
untreated for extended periods of time as evidenced by large size of mound
or 48 hours following notification of presence of mounds by City.
3.5.7 CONTRACT DELIVERABLES The City may invoice or retain any or all
outstanding invoices for Work performed due to the Contractor’s failure to
provide any required Deliverable or Report as specified in Contract Documents.
The City shall release the funds upon compliance with the requirements of the
Contract Documents. Should any retainage remain at the end of the Contract,
the City shall retain the funds based on the Work not being performed in
accordance with the Contract Documents. The Greenspace Management
Division Director or designee shall notify the Contractor of all monies withheld
under this Article.
3.6 DISPUTES AND MEDIATION: Contractor understands and agrees that all disputes
between it and the City upon an alleged violation of the terms of this Contract by the City
shall be submitted for resolution in the following manner. Initial effort(s) should be made
by the Contractor to resolve any issues with the City representative(s) it works with within
in the coordination and performance of the Work. Should the initial efforts at resolution not
end in a mutual resolution then the Contractor shall notify the Greenspace Management
Division Director or designee in writing of the claim or dispute. The Contractor shall
submit its dispute in writing, with all supporting documentation, to Greenspace
Management Division Director or designee. Upon receipt of said notification the
Greenspace Management Division Director or designee shall review the issues relative to
the claim or dispute and issue a written finding. Should the Contractor and the
Greenspace Management Division Director or designee fail to resolve the claim or dispute
the Contractor shall submit their dispute in writing within five (5) calendar days of the
written finding being issued by the Greenspace Management Division Director or
designee to the Director of Procurement. Failure to submit such appeal in the stated
timeframe of the written finding shall constitute acceptance of the finding by the
Contractor. Upon receipt of said notification the Director of Procurement shall review the
issues relative to the claim or dispute and issue a written finding. Appeal to the Director of
Procurement for his/her resolution, is required prior to Contractor being entitled to seek
judicial relief in connection therewith. Should the Contractor be entitled to compensation
hereunder, the Director of Procurement’s decision may be subject to approval by the City
Manager. Contractor shall not be entitled to seek judicial relief unless:
• It has first received Director of Procurement’s written decision, approved by
the City Manager if applicable
• A period of sixty (60) days has expired after submitting to the Director of
Procurement a detailed statement of the dispute, accompanied by all
supporting documentation.
• City has waived compliance with the procedure set forth in this Article by
written instrument(s) signed by the Director of Procurement.
In the event the determination of a dispute under this Article is unacceptable to either
party hereto, the party objecting to the determination must notify the other party in writing
within fourteen (14) calendar days of receipt of the written determination. The notice must
state the basis of the objection and must be accompanied by a statement that any
Contract price or Contract time adjustment claimed is the entire adjustment to which the
objecting party has reason to believe it is entitled to as a result of the determination.
Within sixty (60) calendar days after completion of the Work or expiration of the Contract
Term, the parties shall participate in mediation to address all objections to any
determinations hereunder and to attempt to prevent litigation. A certified Mediator, who
the parties find mutually acceptable, will conduct any mediation proceedings in Miami-
Dade County, State of Florida. The costs of a certified Mediator shall be shared on a
50/50 basis. Should claim or dispute not be resolved in mediation, the parties retain all
their legal rights and remedies provided under State law. A party objecting to a
determination specifically waives all of its rights provided hereunder, including its rights
and remedies under State law, if said party fails to comply in strict accordance with the
requirements of this Article.
3.7 RESPONSE TIME:
3.7.1 The Contractor Representative must be on 24 hour call, at all times for
emergency purposes and available via telephone communication on a 24 hour, 7
day per week basis 365 day per year.
3.7.2 The Contractor on an immediate and first priority basis, shall be able to provide
the City a minimum of 12 and up to 25 personnel and appropriate equipment on
a sustained basis to clear roads, right of ways, parks and other City properties in
the event of an emergency or Act of God (i.e. storm, tornado or hurricane) at all
times or as deemed by the City Manager or his designee.
3.7.3 Contractor to provide sufficient manpower and equipment to provide any
emergency landscaping services with one hour notice from the City. Work to
include but not limited to; roadway clearing, irrigation repairs, tree hazards,
extensive clean-up and disposal activities.
3.8 MISCELLANEOUS SERVICES: Materials required for additional work or special events
not included in the scope of services herein shall be submitted at vendor cost. Evidence
of said costs shall be submitted upon request, and attached to the invoice. Proof of costs
shall be printed, properly identified, and dated as to issuance of effectiveness. Pricing
must be submitted on Miscellaneous Services Cost Proposal form. Any additional material
shall be approved in advance by the City.
3.9 COMPLETE PROJECT REQUIRED: These specifications describe the various items or
classes of work required, enumerating or defining the extent of same necessary, but
failure to list any items or classes under scope of the several sections shall not relieve the
contractor from performing such work where required by any part of these specifications,
or necessary to the satisfactory completion of the work.
4.0 PERFORMANCE BOND
The successful proposer will be required to provide a Performance Bond in the amount of the
annual awarded bid price.
Within three (3) calendar days of contract award, Contractor shall furnish a Performance Bond
and a Payment Bond from an A-rated Financial Class V Surety Company.
4.1. Bond shall be in the amount of one hundred percent (100%) of the Contract Price
guaranteeing to City the completion and performance of the work covered in such Contract as
well as full payment of all suppliers, laborers, or subcontractors employed pursuant to this
Project.
4.2. Bond shall continue in effect for one year after Final Completion and acceptance of the
work with liability equal to one hundred percent (100%) of the Contract sum, or an additional
bond shall be conditioned that Contractor will, upon notification by City, correct any defective
or faulty work or materials which appear within one year after Final Completion of the Contract.
4.3. Bond shall be recorded in the public records of Miami-Dade County and provide City with
evidence of such recording
5.0 INDEPENDENT CONTRACTOR: Contractor shall act under the Contract as an independent
Contractor vis-a-vis City of Miami Beach and will not be an agent or employee of the City.
Contractor shall not represent or otherwise hold out itself or any of its subcontractors, directors,
officers, partners, employees, or agents to be an agent or employee of the City.
6.0 SUBCONTRACTORS Contractor shall not employ any subcontractor against whom City may have
a reasonable objection. Contractor shall not be required to employ any subcontractor against
whom Contractor has a reasonable objection.
Contractor shall be fully responsible for all acts and omissions of its subcontractors and of persons
directly or indirectly employed by its subcontractors and of persons for whose acts any of them
may be liable to the same extent that Contractor is responsible for the acts and omissions of
persons directly employed by it. Nothing in the Contract Documents shall create any contractual
relationship between any subcontractor and City or any obligation on the part of City to pay or to
see the payment of any monies due any subcontractor. City may furnish to any subcontractor
evidence of amounts paid to Contractor on account of specific work performed.
Contractor agrees to bind specifically every subcontractor to the applicable terms and conditions of
the Contract Documents for the benefit of City.
7.0 PERMITS, LICENSES, and CERTIFICATES: Contractors shall obtain, at their expense, valid
permits, licenses and certificates (City, County, State, Federal) as required for work under the
Contract.
Contractors shall give all notices and pay fees and taxes required by law in performance of the
Contract.
7.1 COMPLIANCE WITH THE CITY OF MIAMI BEACH AND STATE OF FLORIDA
DEPARTMENT OF TRANSPORTATION RULES AND REGULATIONS: Contractors
shall comply and abide by all rules and regulations of the above-referenced departments
as they may be applicable to performance of the Contract.
7.2 ADVERTISING AND SIGNS: Contractors shall not advertise or place signs on the site,
facilities or equipment of the City of Miami Beach.
7.3 NON-INTERFERENCE: Contractor shall not interfere with the public use of sites and shall
conduct his operation so as to offer the least possible obstruction and inconvenience to
the public or disruption to the peace and quiet of the area within which the services are
performed.
8.0 PREQUALIFICATION POOL
An authorized City representative may request quotes from Contractors authorized to
participate in the Pre-Qualified Bidder Pool for additional work requests related to grounds
maintenance services. Responsive, responsible bidders (awarded or not) will be added
into the Prequalified Bidder Pool.
When such work assignments are identified, the Contractors may be invited to review the
written specifications regarding the work to be accomplished, inspect the work area at the
expense of the Contractor, and offer a Unit Price quote (unless notified otherwise), that
shall include any and all costs, charges, and/or fees required to furnish all labor, materials,
equipment, supervision, mobilization, demobilization, transportation, and any incidental(s)
necessary for the work. The Contractor offering the lowest fixed price for the specific effort
shall be awarded that specific work assignment. The award of a specific work assignment
to one Contractor does not preclude other pre-qualified Contractors from submitting offers
for other work assignments.
The cost of any ancillary third-party services that are provided by the Contractor, with prior
approval from an authorized City representative, may be determined in the manner
prescribed above.
Contractors shall ensure that proper and sufficient staff, equipment, organization, etc. will
be provided for this contract to meet the specifications denoted herein at a paramount
level. Bidders past performance with the City, if applicable, may be used in the evaluation
process in determining recommendation for award.
8.1 For projects awarded pursuant to the pool of prequalified contractors up to the amount
specified in City Procedure PO 16.02 (currently $100,000 or as amended), an issuance of
a Purchase Order is required.
8.2 For projects awarded pursuant to the pool of prequalified contractors from $100,000 up
to $300,000, an executed Contractor Service Order (“CSO”) prior to issuance of a
Purchase Order is required. Contractor’s Services and any deliverables incident thereto,
shall be completed in accordance with the timeline and/or schedule in the applicable CSO
and signed by the City Manager. The CSO must include a detailed list of tasks, sub-tasks,
and deliverables that are consistent with the work and services described in the
Agreement. Please refer to Contractor Service Order form attached in Appendix H.
8.3 For projects awarded greater than $300,000, Commission Approval will be required.
9.0 COMPLETION OF WORK
All work is to be completed in a continuous manner throughout an entire site or project before
moving to next contracted site or additional project. Payment for work shall occur when
the City verifies that the service has been completed for the entire site or project.
10.0 PERFORMANCE, INSPECTIONS, AND CORRECTIVE MEASURES
10.1 PERFORMANCE
All work shall be done in a thorough and workmanlike manner under Contractor
supervision to the satisfaction of the Greenspace Management Division Director or
designee. The Contractor shall have the exclusive duty, right, and privilege to perform
Grounds Maintenance Services specified in the contract.
Contractors shall accomplish landscape maintenance required under the Contract during
daylight hours. The City’s Greenspace Management Division Director or designee may
permit night scheduling on an individual function or task basis. Contractor shall schedule
and conduct the work at times and in a manner which shall not interfere with normal
pedestrian traffic on adjacent sidewalks or vehicular traffic on adjacent streets, and shall
not cause annoyance to residents near the site or users of the site.
Contractor shall not work or perform any operations during inclement weather which may
destroy or damage landscaped areas.
Contractor shall, during the hours and days of operation, respond to all emergencies by
taking the appropriate/required action within two (2) hours.
10.2 INSPECTIONS
The Contractor shall appoint a Contractor Representative as a full-time supervisor whose
responsibility is the coordination of all grounds maintenance services including having the
authority to submit of all reports and proposals to City representative(s) responsible for the
Contract. City of Miami Beach shall also staff and continually conduct site inspections
additionally to ensure adequacy of maintenance and that methods of performing the work
are in compliance with contract specifications.
City staff and the Contractor’s Representatives shall meet on the sites once a month, or
more frequently at the discretion of the Greenspace Management Division Director, for a
walk-through inspection. The meeting shall be at the convenience of the City of Miami
Beach. All on-going maintenance functions shall be completed prior to this meeting.
10.2(a) DAILY INSPECTION REPORTING- CONTRACTOR REPSONSIBILITY- Within 24
business hours of completing any work, the Contractor Representative shall notify the
corresponding City’s designee(s) in writing of all completed work. All service records will
be completed in a format approved by the City.
10.2(a)(1) It shall be the Contractor’s obligation to regular inspect each site and provide a
written report to the City on any site condition which may be detrimental to the health and
vitality of all plant material. Further, the Contractor is responsible to report the development
of disease or other problems along with recommended solutions. These reports are to be
written and should be received by the City no later than 2 days after each inspection. It is
required that the City be notified in advance of planned restorative activities in order to
allow them to witness and record the applications.
10.2(b) DAILY INSPECTION REPORTING- CITY RESPONSIBILITY- Upon receiving
service completion notification from the Contractor, the City shall inspect the serviced
location within 48 business hours.
10.3 CORRECTIVE MEASURES FOR DEFICIENT WORK
10.3(a) TIME TABLE FOR CORRECTIVE MEASURES- If, upon inspection by authorized
City representatives, the work specified has not been completed, the City shall contact the
Contractor in writing to indicate the necessary corrective measures. Then, the Contractor
will be given 48 hours from notification by the City to make appropriate corrections and
notify the City in writing of said completion. All extensions beyond the contractual 48 hour
period for corrective work shall be approved in writing by the City.
The City will conduct a re-inspection either 48 hours after the initial corrective notification
from the City to the Contractor or after the agreed upon written extension period for the
purpose to confirm whether or not that corrective work has been brought in to compliance
with Quality Objective.
10.3(b) CONTRACTOR CORRECTING DEFICIENCIES UPON REINSPECTION- If the
corrective work has been completed successfully upon any site re-inspection by the City,
then the City will pay for services billed.
10.3(c) CONTRACTOR FAILURE TO CORRECT WORK DEFICENCIES UPON
REINSPECTION- If the prescribed corrective work is still deficient after the re-inspection,
at the sole discretion of the City, a Payment Reduction may be assessed in accordance
with Appendix D Section 3.5.1 of contract specifications and/or a re-inspection fee of
$250.00 will be accessed in accordance with Appendix D Section 3.5.4.
10.3(c)(1) The City reserves the right to re-inspect all deficient work every 48 business
hours after the first failure of corrective work by the Contractor and assess an additional
$250.00 per re-inspection fee to the Contractor until brought in to compliance with Quality
Objective.
10.4 REPLACEMENT OF PLANT MATERIALS DUE TO CONTRACTOR NEGLIGENCE
10.4(a) REPLACEMENT REQUIREMENT- Any plants which are damaged or die as a
result of improper maintenance, inadequate or lack of irrigation or lack sufficient
maintenance shall be replaced by the Contractor, at no cost to the City, within ten (10)
calendar days upon discovery by the Contractor or notification by the City.
10.4(b) PLANT REPLACEMENT CRITERIA- The following criteria shall be used to
determine if replacement is necessary:
10.4(b)(1) Plants are not in a healthy growing condition and this renders them below a
Florida Grade #1 as defined.
10.4(b)(2) There is a question of any plants ability to thrive after the end of the
maintenance period which would render it below the minimum quality standards (Florida
Grade #1 as defined by the Florida Grades and Standards Manual for Nursery Plants).
10.4(b)(3) The plant material is dead.
10.4(c) REPLACEMENT MATERIALS- Replacement material shall be of the same brand,
species, quality and conform to the Florida Grades & Standards for nursery plants as
Florida #1 Quality. The replacement plant shall be of equal size to the plant to be replaced
at the time it has been determined that it must be replaced. However, if for some reason,
the plant to be replaced is smaller than the size to be replaced. Contractor must have
written permission from the City prior to installation and permission correspondence must
state reason for smaller replacement materials.
10.4(d) CONTRACTOR TIMEFRAME TO REPLACE DEFICIENT PLANT MATERIALS-
After the ten (10) day replacement period, work will be deemed to be Non-Conforming and
Subject to Payment Adjustments in accordance to Appendix D Section 3.3.2 and 3.3.3.
Additionally and not withstanding; the City may perform the work and withhold monies due
to the Contractor for materials and labor costs.
10.5 PROTECTION OF PROPERTY AND REPAIR OF DAMAGE
All portions of landscape structures, facilities, services, utilities, and roads shall be
protected against damage or interrupted service at all times by the Contractor during the
term of the Contract. Any damage to the property as a result of the performance of work
by the Contractor during the terms of the Contract shall be replaced or replaced in kind
and in a manner approved by the Greenspace Management Division Director or designee.
All work of this kind shall be made immediately after damage or alteration occurs, unless
otherwise directed.
10.6 DAMAGE NOTIFICATION
The Contractor shall notify the Greenspace Management Division Director or designee
within twenty-four (24) hours after the discovery of any damage caused by accident,
vandalism, theft, acts of god, or undetermined causes.
10.7 NOTICES TO CURE
If the City’s Greenspace Management Division Director or Designee determines that there
is/are continuous deficiency(s) or overall failure to provide the listed services in a timely
manner by the contractor in the performance of the contract, the City’s Greenspace
Management Division Director or designee will send a Cure Notice to the Contractor
notifying them in writing of the deficiencies/failures in question with a copy to the Director
of the Procurement Management Department requesting that they provide in writing within
seven (7) calendar days of notification, any/all actions proposed to be taken in order to
correct/cure the identified deficiency(s).
If all parties (City’s Greenspace Management Division Director or Designee and
Contractor) agree that actual damages/deficiencies would require more than seven (7)
calendar days to correct/cure, a reasonable time frame, in writing, will be determined
based on a meeting between the City’s Greenspace Management Division Director or
Designee and the Contractor for the identified deficiency(s).
Should the City issue two (2) Cure Notices for the same deficiency(s), or a total of three (3)
Cure Notices within a twelve (12) month period, the City may exercise its right to proceed
with the Termination of this contract.
10.8 CITY OF MIAMI BEACH RIGHT TO CORRECT DEFICIENCIES
Additionally, and notwithstanding the above provision, the City has the right to move on
site with City personnel or private Contractors to correct deficiencies seven (7) calendar
days after notification in writing, by either the City of Miami Beach Greenspace
Management Division Director or his/her designee.
If, in the sole discretion or judgment of the City’s Greenspace Management Division
Director or Designee, the Contractor and/or his employee(s) are not properly performing
the services required under the Contract, then the Contractor and/or all employees may be
temporarily replaced by City or contracted personnel and payment to be made by the City
suspended while the matter is being investigated. Total costs incurred by completion of
the work by the City will be deducted and forfeited from the payments to the Contractor
from the City.
This section shall not be construed as a penalty, but as an adjustment of payment to
Contractor for only the work actually performed, and accepted by the City, and the
recovering of City costs from the failure of the Contractor to complete or comply with the
provisions of the Contract.
APPENDIX E
________________________________________________________________________
Cost Proposal Form
________________________________________________________________________
ITB 2020-042-AY
GROUNDS MAINTENANCE FOR
RIGHT-OF-WAY, PARKING FACILITIES,
LINCOLN ROAD MALL, LOT
CLEARANCE AND COASTAL AREAS
(found on page 87 of the packet)
PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139
APPENDIX E
COST PROPOSAL FORM
Failure to submit Appendix E, Cost Proposal Form, in its entirety by the deadline established for the
receipt of proposals will result in proposal being deemed non-responsive and being rejected.
Bidder affirms that the prices stated on the proposal price form below represents the entire cost of
the items in full accordance with the requirements of this ITB, inclusive of its terms, conditions,
specifications and other requirements stated herein, and that no claim will be made on account of
any increase in wage scales, material prices, delivery delays, taxes, insurance, cost indexes or any
other unless a cost escalation provision is allowed herein and has been exercised by the City
Manager in advance. The Cost Proposal Form (Appendix E) shall be completed mechanically or, if
manually, in ink and submitted in both hard copy and electronic PDF format. Cost Proposal
Forms (Appendix E) completed in pencil shall be deemed non-responsive. All corrections on
the Cost Proposal Form (Appendix E) shall be initialed.
(found on page 87)
APPENDIX F
________________________________________________________________________
Insurance Requirements
________________________________________________________________________
ITB 2020-042-AY
GROUNDS MAINTENANCE FOR
RIGHT-OF-WAY, PARKING FACILITIES,
LINCOLN ROAD MALL, LOT
CLEARANCE AND COASTAL AREAS
PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139
INSURANCE REQUIREMENTS
This document sets forth the minimum levels of insurance that the contractor is required to
maintain throughout the term of the contract and any renewal periods.
XXX 1. Workers' Compensation and Employer's Liability per the Statutory limits of the state of Florida.
XXX 2. Comprehensive General Liability (occurrence form), limits of liability $ 1,000,000.00 per occurrence for
bodily injury property damage to include Premises/ Operations; Products, Completed Operations and
Contractual Liability. Contractual Liability and Contractual Indemnity (Hold harmless endorsement
exactly as written in "insurance requirements" of specifications).
XXX 3. Automobile Liability - $1,000,000 each occurrence - owned/non-owned/hired automobiles included.
____ 4. Excess Liability - $_________.00 per occurrence to follow the primary coverages.
XXX 5. The City must be named as and additional insured on the liability policies; and it must be stated on the
certificate.
____ 6. Other Insurance as indicated:
___ Builders Risk completed value $________.00
___ Liquor Liability $________.00
___ Fire Legal Liability $________.00
___ Protection and Indemnity $________.00
___ Employee Dishonesty Bond $________.00
___ Other $________.00
XXX 7. Thirty (30) days written cancellation notice required.
XXX 8. Best's guide rating B+:VI or better, latest edition.
XXX 9. The certificate must state the proposal number and title
The City of Miami Beach is self-insured. Any and all claim payments made from self-insurance are subject
to the limits and provisions of Florida Statute 768.28, the Florida Constitution, and any other applicable
Statutes.
APPENDIX G
________________________________________________________________________
Service Schedule
________________________________________________________________________
ITB 2020-042-AY
GROUNDS MAINTENANCE FOR RIGHT-OF-
WAY, PARKING FACILITIES, LINCOLN ROAD
MALL, LOT CLEARANCE AND COASTAL
AREAS
(found on page 106 of the packet)
PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139
APPENDIX H
________________________________________________________________________
Consultant Service Order (for
Pre-Qualification Pool)
________________________________________________________________________
ITB 2020-042-AY
GROUNDS MAINTENANCE FOR RIGHT-OF-
WAY, PARKING FACILITIES, LINCOLN ROAD
MALL, LOT CLEARANCE AND COASTAL
AREAS
APPENDIX I
________________________________________________________________________
CLEANLINESS INDEX
________________________________________________________________________
ITB 2020-042-AY
GROUNDS MAINTENANCE FOR RIGHT-OF-
WAY, PARKING FACILITIES, LINCOLN ROAD
MALL, LOT CLEARANCE AND COASTAL
AREAS
(found on page 103 of the packet)
City of Miami Beach
Public Area Cleanliness Index
1
Cleanliness Index
The challenge when defining a set of ratings is that the definition of cleanliness may mean
something different from one person to the next. What one person considers an acceptably clean
sidewalk may be a dirty sidewalk to the next person. To avoid this issue, the Public Area
Cleanliness Index must be a defined set of ratings that can effectively provide an objective
measurement on the cleanliness of the city.
When defining the index, interviews were conducted with all departments responsible for
cleaning their public areas. In addition, other municipalities were contacted or researched, in
order to obtain best practices on measuring cleanliness. A summary of the information from
other municipalities is contained in the Appendix B – References and Best Practices.
The proposed cleanliness index is based on a 6 point scale that rates four factors that directly
affect the cleanliness of the public area. The four factors are Trash/Litter, Litter/Garbage Cans,
Organic Materials, and Fecal Matter. The tables beginning on the next page contains the
proposed cleanliness index.
Cl
e
a
n
l
i
n
e
s
s
I
n
d
e
x
f
o
r
S
t
r
e
e
t
s
,
S
i
d
e
w
a
l
k
s
,
R
i
gh
t
-
o
f
-
W
a
y
s
,
P
a
r
k
s
,
P
a
r
k
i
n
g
,
a
n
d
A
l
l
e
y
s
2
In
d
e
x
Li
t
t
e
r
/
T
r
a
s
h
Li
t
t
e
r
/
G
a
r
b
a
g
e
C
a
n
s
Or
g
a
n
i
c
M
a
t
e
r
i
a
l
s
Fecal Matter
1
Ex
t
r
e
m
e
l
y
Cl
e
a
n
•
No
l
i
t
t
e
r
a
n
d
/
o
r
d
e
b
r
i
s
o
n
e
n
t
i
r
e
bl
o
c
k
f
a
c
e
.
•
Ca
n
i
s
i
n
g
o
o
d
w
o
r
k
i
n
g
o
r
d
e
r
a
n
d
no
n
e
a
r
e
n
o
m
o
r
e
t
h
a
n
3
/
4
f
u
l
l
.
•
Ca
n
i
s
i
n
a
c
l
e
a
n
c
o
n
d
i
t
i
o
n
f
r
e
e
o
f
it
e
m
s
,
s
u
c
h
a
s
s
t
i
c
k
e
r
s
,
g
r
a
f
f
i
t
i
.
•
Is
o
l
a
t
e
d
i
n
s
t
a
n
c
e
s
o
f
s
m
a
l
l
f
r
e
s
h
or
g
a
n
i
c
m
a
t
e
r
i
a
l
,
s
u
c
h
a
s
l
e
a
v
e
s
,
br
a
n
c
h
e
s
,
e
t
c
.
,
c
o
v
e
r
t
h
e
p
a
v
e
d
ar
e
a
.
•
No
l
a
r
g
e
o
r
g
a
n
i
c
m
a
t
e
r
i
a
l
,
s
u
c
h
a
s
tr
e
e
l
i
m
b
s
o
r
p
a
l
m
f
r
o
n
d
s
o
n
t
h
e
gr
o
u
n
d
.
•
Fe
c
a
l
m
a
t
t
e
r
i
s
n
o
t
v
i
s
i
b
l
e
.
2
Cl
e
a
n
•
Is
o
l
a
t
e
d
p
i
e
c
e
s
o
f
l
i
t
t
e
r
o
n
t
h
e
e
n
t
i
r
e
as
s
e
s
s
e
d
a
r
e
a
.
T
h
e
a
r
e
a
i
s
n
o
t
v
o
i
d
of
l
i
t
t
e
r
,
b
u
t
m
a
y
c
o
n
t
a
i
n
a
n
i
s
o
l
a
t
e
d
in
c
i
d
e
n
c
e
o
f
l
i
t
t
e
r
.
•
Ca
n
i
s
i
n
g
o
o
d
w
o
r
k
i
n
g
o
r
d
e
r
a
n
d
no
n
e
a
r
e
n
o
m
o
r
e
t
h
a
n
3
/
4
f
u
l
l
.
Th
e
r
e
i
s
i
s
o
l
a
t
e
d
p
i
e
c
e
o
f
t
r
a
s
h
ou
t
s
i
d
e
o
f
t
h
e
c
a
n
.
•
Ca
n
i
s
i
n
a
c
l
e
a
n
c
o
n
d
i
t
i
o
n
f
r
e
e
o
f
it
e
m
s
,
s
u
c
h
a
s
s
t
i
c
k
e
r
s
,
g
r
a
f
f
i
t
i
.
•
Le
s
s
t
h
a
n
1
0
%
o
f
a
1
0
s
t
e
p
d
i
s
t
a
n
c
e
pa
v
e
d
ar
e
a
i
s
c
o
v
e
r
e
d
b
y
s
m
a
l
l
or
g
a
n
i
c
m
a
t
e
r
i
a
l
s
,
b
u
t
o
c
c
u
r
r
i
n
g
n
o
mo
r
e
t
h
a
n
1
0
%
o
f
t
h
e
e
n
t
i
r
e
as
s
e
s
s
e
d
a
r
e
a
.
I
f
o
c
c
u
r
r
i
n
g
i
n
m
o
r
e
th
a
n
1
0
%
o
f
t
h
e
e
n
t
i
r
e
a
s
s
e
s
s
e
d
ar
e
a
,
t
h
e
n
a
d
d
1
p
o
i
n
t
.
•
No
l
a
r
g
e
o
r
g
a
n
i
c
m
a
t
e
r
i
a
l
o
n
t
h
e
gr
o
u
n
d
.
•
Pa
s
t
r
e
s
i
d
u
e
o
f
f
e
c
a
l
m
a
t
t
e
r
.
I
t
se
e
m
s
t
h
a
t
a
n
a
t
t
e
m
p
t
w
a
s
m
a
d
e
t
o
cl
e
a
n
t
h
e
f
e
c
a
l
m
a
t
t
e
r
,
b
u
t
r
e
s
i
d
u
e
was left behind.
3
So
m
e
w
h
a
t
Cl
e
a
n
•
Sm
a
l
l
t
o
m
o
d
e
r
a
t
e
a
m
o
u
n
t
s
o
f
l
i
t
t
e
r
.
In
a
1
0
s
t
e
p
d
i
s
t
a
n
c
e
t
h
e
l
i
t
t
e
r
ac
c
u
m
u
l
a
t
i
o
n
s
h
o
u
l
d
a
c
c
o
u
n
t
t
o
l
e
s
s
th
a
n
1
0
s
m
a
l
l
p
i
e
c
e
s
o
r
2
-
4
p
i
e
c
e
s
of
l
a
r
g
e
l
i
t
t
e
r
,
b
u
t
o
c
c
u
r
r
i
n
g
i
n
n
o
mo
r
e
t
h
a
n
1
0
%
o
f
t
h
e
e
n
t
i
r
e
as
s
e
s
s
e
d
a
r
e
a
.
•
If
t
h
e
l
i
t
t
e
r
d
e
n
s
i
t
y
i
s
o
c
c
u
r
r
i
n
g
be
t
w
e
e
n
1
0
-
2
5
%
o
f
t
h
e
a
s
s
e
s
s
e
d
ar
e
a
,
t
h
e
n
a
d
d
1
p
o
i
n
t
f
r
o
m
t
h
e
ra
t
i
n
g
s
c
a
l
e
.
•
If
t
h
e
l
i
t
t
e
r
d
e
n
s
i
t
y
i
s
o
c
c
u
r
r
i
n
g
mo
r
e
t
h
a
n
2
5
%
o
f
t
h
e
a
s
s
e
s
s
e
d
a
r
e
a
,
th
e
n
a
d
d
2
p
o
i
n
t
s
f
r
o
m
t
h
e
r
a
t
i
n
g
sc
a
l
e
.
Gu
i
d
e
l
i
n
e
:
Is
t
h
e
l
i
t
t
e
r
s
o
m
e
t
h
i
n
g
y
o
u
no
t
i
c
e
,
b
u
t
y
o
u
r
e
y
e
i
s
n
o
t
c
o
n
s
t
a
n
t
l
y
dr
a
w
n
t
o
i
t
?
T
h
e
a
r
e
a
h
a
s
a
c
l
e
a
n
ap
p
e
a
r
a
n
c
e
,
b
u
t
d
o
e
s
n
e
e
d
s
o
m
e
at
t
e
n
t
i
o
n
.
•
Ca
n
i
s
f
u
n
c
t
i
o
n
i
n
g
,
b
u
t
i
s
f
u
l
l
w
i
t
h
tr
a
s
h
,
w
h
i
c
h
c
a
n
b
e
s
e
e
n
f
r
o
m
t
h
e
ey
e
l
e
v
e
l
.
T
h
e
r
e
i
s
n
o
l
i
t
t
e
r
a
b
o
v
e
th
e
r
a
i
n
g
u
a
r
d
.
T
h
e
r
e
i
s
s
o
m
e
re
s
i
d
u
e
f
r
o
m
p
a
s
t
g
a
r
b
a
g
e
.
•
Ca
n
i
s
i
n
a
c
l
e
a
n
c
o
n
d
i
t
i
o
n
,
b
u
t
m
a
y
ha
v
e
o
n
e
s
m
a
l
l
i
s
o
l
a
t
e
d
i
n
s
t
a
n
c
e
o
f
a
s
t
i
c
k
e
r
o
r
g
r
a
f
f
i
t
i
,
w
h
i
c
h
t
h
e
e
y
e
i
s
no
t
d
r
a
w
n
t
o
i
t
.
•
Be
t
w
e
e
n
1
0
%
-
3
0
%
o
f
a
1
0
s
t
e
p
pa
v
e
d
ar
e
a
i
s
c
o
v
e
r
e
d
b
y
o
r
g
a
n
i
c
ma
t
e
r
i
a
l
s
,
b
u
t
o
c
c
u
r
r
i
n
g
i
n
n
o
m
o
r
e
th
a
n
1
0
%
o
f
t
h
e
e
n
t
i
r
e
a
s
s
e
s
s
e
d
ar
e
a
.
I
f
o
c
c
u
r
r
i
n
g
i
n
m
o
r
e
t
h
a
n
10
%
o
f
t
h
e
e
n
t
i
r
e
a
s
s
e
s
s
e
d
a
r
e
a
,
th
e
n
a
d
d
1
p
o
i
n
t
.
•
Be
t
w
e
e
n
1
a
n
d
3
p
i
e
c
e
s
o
f
l
a
r
g
e
or
g
a
n
i
c
m
a
t
e
r
i
a
l
s
i
s
o
n
t
h
e
g
r
o
u
n
d
.
•
Is
o
l
a
t
e
d
c
a
s
e
o
f
o
r
g
a
n
i
c
m
a
t
e
r
i
a
l
ac
c
u
m
u
l
a
t
i
o
n
c
a
u
s
e
d
b
y
s
t
a
n
d
i
n
g
wa
t
e
r
a
n
d
p
o
o
r
d
r
a
i
n
a
g
e
.
•
One instance of fecal matter is
pr
e
s
e
n
t
o
n
t
h
e
p
u
b
l
i
c
a
r
e
a
.
Cl
e
a
n
l
i
n
e
s
s
I
n
d
e
x
f
o
r
S
t
r
e
e
t
s
,
S
i
d
e
w
a
l
k
s
,
R
i
gh
t
-
o
f
-
W
a
y
s
,
P
a
r
k
s
,
P
a
r
k
i
n
g
,
a
n
d
A
l
l
e
y
s
3
In
d
e
x
Li
t
t
e
r
/
T
r
a
s
h
Li
t
t
e
r
/
G
a
r
b
a
g
e
C
a
n
s
Or
g
a
n
i
c
M
a
t
e
r
i
a
l
s
Fecal Matter
4
So
m
e
w
h
a
t
Di
r
t
y
•
Co
n
s
i
s
t
e
n
t
l
y
s
c
a
t
t
e
r
e
d
t
r
a
s
h
.
I
n
a
1
0
st
e
p
d
i
s
t
a
n
c
e
t
h
e
t
r
a
s
h
a
c
c
u
m
u
l
a
t
i
o
n
sh
o
u
l
d
a
c
c
o
u
n
t
t
o
m
o
r
e
t
h
a
n
1
0
pi
e
c
e
s
o
f
s
m
a
l
l
l
i
t
t
e
r
o
r
o
v
e
r
4
pi
e
c
e
s
o
f
l
a
r
g
e
l
i
t
t
e
r
o
c
c
u
r
r
i
n
g
i
n
n
o
mo
r
e
t
h
a
n
1
0
%
o
f
t
h
e
e
n
t
i
r
e
as
s
e
s
s
e
d
a
r
e
a
.
•
If
t
h
e
l
i
t
t
e
r
d
e
n
s
i
t
y
i
s
o
c
c
u
r
r
i
n
g
be
t
w
e
e
n
1
0
-
2
5
%
o
f
t
h
e
a
s
s
e
s
s
e
d
ar
e
a
,
t
h
e
n
a
d
d
1
p
o
i
n
t
f
r
o
m
t
h
e
ra
t
i
n
g
s
c
a
l
e
.
•
If
t
h
e
l
i
t
t
e
r
d
e
n
s
i
t
y
i
s
o
c
c
u
r
r
i
n
g
mo
r
e
t
h
a
n
2
5
%
o
f
t
h
e
a
s
s
e
s
s
e
d
a
r
e
a
,
th
e
n
a
d
d
2
p
o
i
n
t
s
f
r
o
m
t
h
e
r
a
t
i
n
g
sc
a
l
e
.
Gu
i
d
e
l
i
n
e
:
Tr
a
s
h
o
r
l
i
t
t
e
r
i
s
o
b
v
i
o
u
s
an
d
y
o
u
r
e
y
e
i
s
c
o
n
s
t
a
n
t
l
y
d
r
a
w
n
t
o
i
t
.
•
Ca
n
i
s
f
u
l
l
a
n
d
t
h
e
r
e
i
s
t
r
a
s
h
a
b
o
v
e
th
e
r
a
i
n
g
u
a
r
d
.
I
n
s
o
m
e
c
a
s
e
s
,
t
h
e
r
e
is
e
v
i
d
e
n
c
e
t
h
a
t
t
h
e
r
e
i
s
i
m
p
r
o
p
e
r
us
e
b
y
t
h
e
r
e
s
i
d
e
n
t
s
.
•
Ca
n
i
s
i
n
a
w
o
r
k
i
n
g
c
o
n
d
i
t
i
o
n
,
b
u
t
co
n
t
a
i
n
s
i
t
e
m
s
s
u
c
h
a
s
s
t
i
c
k
e
r
s
o
r
gr
a
f
f
i
t
i
o
n
t
h
e
m
.
•
Ca
n
h
a
s
s
o
m
e
d
a
m
a
g
e
,
s
u
c
h
a
s
de
n
t
s
,
b
u
t
i
s
u
s
a
b
l
e
.
•
Be
t
w
e
e
n
3
0
%
-
5
0
%
o
f
a
1
0
s
t
e
p
pa
v
e
d
a
r
e
a
i
s
c
o
v
e
r
e
d
b
y
o
r
g
a
n
i
c
ma
t
e
r
i
a
l
s
,
b
u
t
o
c
c
u
r
r
i
n
g
i
n
n
o
m
o
r
e
th
a
n
1
0
%
o
f
t
h
e
e
n
t
i
r
e
a
s
s
e
s
s
e
d
ar
e
a
.
I
f
o
c
c
u
r
r
i
n
g
i
n
m
o
r
e
t
h
a
n
10
%
o
f
t
h
e
e
n
t
i
r
e
a
s
s
e
s
s
e
d
a
r
e
a
,
th
e
n
a
d
d
1
p
o
i
n
t
.
•
Be
t
w
e
e
n
4
a
n
d
1
0
p
i
e
c
e
s
o
f
l
a
r
g
e
or
g
a
n
i
c
m
a
t
e
r
i
a
l
s
i
s
o
n
t
h
e
g
r
o
u
n
d
.
•
2
t
o
3
i
n
s
t
a
n
c
e
s
o
f
o
r
g
a
n
i
c
m
a
t
e
r
i
a
l
ac
c
u
m
u
l
a
t
i
o
n
c
a
u
s
e
d
b
y
s
t
a
n
d
i
n
g
wa
t
e
r
a
n
d
p
o
o
r
d
r
a
i
n
a
g
e
.
•
Th
e
o
r
g
a
n
i
c
m
a
t
e
r
i
a
l
i
s
b
e
g
i
n
n
i
n
g
t
o
tu
r
n
b
r
o
w
n
.
•
Tw
o
i
n
s
t
a
n
c
e
s
o
f
f
e
c
a
l
m
a
t
t
e
r
a
r
e
pr
e
s
e
n
t
o
n
t
h
e
p
u
b
l
i
c
a
r
e
a
.
5
Di
r
t
y
•
Co
n
s
i
s
t
e
n
t
a
c
c
u
m
u
l
a
t
i
o
n
o
f
t
r
a
s
h
.
In
a
1
0
s
t
e
p
d
i
s
t
a
n
c
e
t
h
e
r
e
a
r
e
mu
l
t
i
p
l
e
p
i
l
e
s
o
f
t
r
a
s
h
c
o
n
s
i
s
t
i
n
g
o
f
mo
r
e
t
h
a
n
1
0
p
i
e
c
e
s
o
f
s
m
a
l
l
l
i
t
t
e
r
or
o
v
e
r
4
p
i
e
c
e
s
o
f
l
a
r
g
e
l
i
t
t
e
r
.
•
If
t
h
e
l
i
t
t
e
r
d
e
n
s
i
t
y
i
s
o
c
c
u
r
r
i
n
g
be
t
w
e
e
n
1
0
-
2
5
%
o
f
t
h
e
a
s
s
e
s
s
e
d
ar
e
a
,
t
h
e
n
a
d
d
1
p
o
i
n
t
f
r
o
m
t
h
e
ra
t
i
n
g
s
c
a
l
e
.
•
Ca
n
i
s
f
u
l
l
a
n
d
t
h
e
r
e
i
s
t
r
a
s
h
a
b
o
v
e
th
e
r
a
i
n
g
u
a
r
d
a
n
d
b
e
g
i
n
n
i
n
g
t
o
ov
e
r
f
l
o
w
s
i
n
c
e
t
h
e
r
e
i
s
n
o
r
o
o
m
t
o
pu
t
a
d
d
i
t
i
o
n
a
l
t
r
a
s
h
.
T
h
e
r
e
m
a
y
b
e
ev
i
d
e
n
c
e
o
f
i
m
p
r
o
p
e
r
u
s
e
b
y
t
h
e
re
s
i
d
e
n
t
s
.
•
Ca
n
h
a
s
c
o
n
s
i
d
e
r
a
b
l
e
d
a
m
a
g
e
,
b
u
t
is
u
s
a
b
l
e
.
•
A
l
a
r
g
e
a
r
e
a
o
f
t
h
e
c
a
n
c
o
n
t
a
i
n
s
it
e
m
s
s
u
c
h
a
s
s
t
i
c
k
e
r
s
o
r
g
r
a
f
f
i
t
i
o
n
th
e
m
.
•
Ov
e
r
5
0
%
o
f
a
1
0
s
t
e
p
p
a
v
e
d
a
r
e
a
i
s
co
v
e
r
e
d
b
y
o
r
g
a
n
i
c
m
a
t
e
r
i
a
l
s
,
b
u
t
oc
c
u
r
r
i
n
g
i
n
n
o
m
o
r
e
t
h
a
n
1
0
%
o
f
th
e
e
n
t
i
r
e
a
s
s
e
s
s
e
d
a
r
e
a
.
I
f
oc
c
u
r
r
i
n
g
i
n
m
o
r
e
t
h
a
n
1
0
%
o
f
t
h
e
en
t
i
r
e
a
s
s
e
s
s
e
d
a
r
e
a
,
t
h
e
n
a
d
d
1
po
i
n
t
.
•
Ov
e
r
1
0
p
i
e
c
e
s
o
f
l
a
r
g
e
o
r
g
a
n
i
c
ma
t
e
r
i
a
l
s
i
s
o
n
t
h
e
g
r
o
u
n
d
.
•
3-
4
i
n
s
t
a
n
c
e
s
o
f
o
r
g
a
n
i
c
m
a
t
e
r
i
a
l
ac
c
u
m
u
l
a
t
i
o
n
c
a
u
s
e
d
b
y
s
t
a
n
d
i
n
g
wa
t
e
r
a
n
d
p
o
o
r
d
r
a
i
n
a
g
e
.
•
Fa
i
n
t
f
o
u
l
o
d
o
r
i
s
p
r
e
s
e
n
t
d
u
e
t
o
st
a
n
d
i
n
g
w
a
t
e
r
.
•
Th
e
o
r
g
a
n
i
c
m
a
t
e
r
i
a
l
h
a
s
b
e
e
n
o
n
th
e
g
r
o
u
n
d
f
o
r
s
o
m
e
t
i
m
e
a
n
d
h
a
s
tu
r
n
e
d
b
r
o
w
n
.
•
Th
r
e
e
i
n
s
t
a
n
c
e
s
o
f
f
e
c
a
l
m
a
t
t
e
r
a
r
e
pr
e
s
e
n
t
o
n
t
h
e
p
u
b
l
i
c
a
r
e
a
.
FY 18 - 19 Calendar
LOS -12 Maintenance Services
TOTAL SERVICES (October 1st, 2018 through September 30th, 2019): 30 SERVICES
S e r v
#
S v c s L e f t
S e r v
#
S v c s L e f t
S e r v
#
S v c s L e f t
S M T W T F S S M T W T F S S M T W T F S
1 2 3 4 5 1 2
1 29 6 7 8 9 10 11 12 4 26 3 4 5 6 7 8 9 1 2 3 4 5 6 7
2 28 13 14 15 16 17 18 19 10 11 12 13 14 15 16 6 24 8 9 10 11 12 13 14
3 27 20 21 22 23 24 25 26 5 25 17 18 19 20 21 22 23 7 23 15 16 17 18 19 20 21
27 28 29 30 31 24 25 26 27 28 29 30 22 23 24 25 26 27 28
29 30 31
S M T W T F S S M T W T F S S M T W T F S
1 2 3 4 1
8 22 5 6 7 8 9 10 11 2 3 4 5 6 7 8 12 18 1 2 3 4 5 6 7
12 13 14 15 16 17 18 10 20 9 10 11 12 13 14 15 8 9 10 11 12 13 14
19 20 21 22 23 24 25 16 17 18 19 20 21 22 13 17 15 16 17 18 19 20 21
9 21 26 27 28 29 30 31 11 19 23 24 25 26 27 28 29 22 23 24 25 26 27 28
29 30 31
S M T W T F S S M T W T F S S M T W T F S
1 2 3 4 1 2
14 16 5 6 7 8 9 10 11 16 14 3 4 5 6 7 8 9 18 12 1 2 3 4 5 6
12 13 14 15 16 17 18 10 11 12 13 14 15 16 7 8 9 10 11 12 13
15 15 19 20 21 22 23 24 25 17 13 17 18 19 20 21 22 23 19 11 14 15 16 17 18 19 20
26 27 28 29 30 24 25 26 27 28 29 30 20 10 21 22 23 24 25 26 27
31 28 29 30
S M T W T F S S M T W T F S S M T W T F S
1 2 3 4 1 28 2 31 1 2 3 4 5
21 9 5 6 7 8 9 10 11 24 6 2 3 4 5 6 7 8 6 7 8 9 10 11 12
22 8 12 13 14 15 16 17 18 25 5 9 10 11 12 13 14 15 29 1 13 14 15 16 17 18 19
23 7 19 20 21 22 23 24 25 26 4 16 17 18 19 20 21 22 30 0 20 21 22 23 24 25 26
26 27 28 29 30 31 27 3 23 24 25 26 27 28 29 27 28 29 30
30 31
PLEASE NOTE:CALENDAR IS BASED ON A FISCAL YEAR (OCTOBER 1ST THROUGH SEPTEMBER 30TH)
July August September
= Service Week
January February March
April May June
October November December
FY 19 - 20 Calendar
LOS - 18 Maintenance Services
TOTAL SERVICES (October 1st, 2019 through September 30th, 2020): 18 SERVICES
S e r v
#
S v c s L e f t
S e r v
#
S v c s L e f t
S e r v
#
S v c s L e f t
S M T W T F S S M T W T F S S M T W T F S
1 2 3 4 5 OCTOBER NOVEMBER DECEMBER
1 17 6 7 8 9 10 11 12 2 Services 1 2 3 1 Service 1 2 3 4 5 6 7 1 Service
13 14 15 16 17 18 19 4 5 6 7 8 9 10 8 9 10 11 12 13 14
2 16 20 21 22 23 24 25 26 10 11 12 13 14 15 16 4 14 15 16 17 18 19 20 21
27 28 29 31 3 15 17 18 19 20 21 22 23 22 23 24 25 26 27 28
24 25 26 27 28 29 30 29 30 31
S M T W T F S S M T W T F S S M T W T F S
1 2 3 4 JANUARY 1 FEBRUARY MARCH
5 13 5 6 7 8 9 10 11 1 Service 2 3 4 5 6 7 8 1 Service 1 2 3 4 5 6 7 1 Service
12 13 14 15 16 17 18 6 12 9 10 11 12 13 14 15 8 9 10 11 12 13 14
19 20 21 22 23 24 25 16 17 18 19 20 21 22 7 11 15 16 17 18 19 20 21
26 27 28 29 30 31 23 24 25 26 27 28 29 22 23 24 25 26 27 28
29 30 31
S M T W T F S S M T W T F S S M T W T F S
1 2 3 4 APRIL 1 2 MAY JUNE
5 6 7 8 9 10 11 1 Service 9 9 3 4 5 6 7 8 9 2 Services 1 2 3 4 5 6 2 Services
8 10 12 13 14 15 16 17 18 10 11 12 13 14 15 16 11 7 7 8 9 10 11 12 13
19 20 21 22 23 24 25 10 8 17 18 19 20 21 22 23 14 15 16 17 18 19 20
26 27 28 29 30 24 25 26 27 28 29 30 12 6 21 22 23 24 25 26 27
31 28 29 30
S M T W T F S S M T W T F S S M T W T F S
1 2 3 4 JULY 1 AUGUST 17 1 31 1 2 3 4 5 SEPTEMBER
13 5 5 6 7 8 9 10 11 2 Services 15 3 2 3 4 5 6 7 8 2 Services 6 7 8 9 10 11 12 2 Services
12 13 14 15 16 17 18 9 10 11 12 13 14 15 13 14 15 16 17 18 19
14 4 19 20 21 22 23 24 25 16 2 16 17 18 19 20 21 22 18 0 20 21 22 23 24 25 26
26 27 28 29 30 31 23 24 25 26 27 28 29 27 28 29 30
30 31
PLEASE NOTE:CALENDAR IS BASED ON A FISCAL YEAR (OCTOBER 1ST THROUGH SEPTEMBER 30TH)
October November December
May June
= Service Week
July August September
January February March
April
FY 19-20 Calendar
LOS -36 Maintenance Services
TOTAL SERVICES (October 1st, 2019 through September 30th, 2020): 36 SERVICES
S e r v
#
S v c s L e f t
S e r v
#
S v c s L e f t
S e r v
#
S v c s L e f t
S M T W T F S S M T W T F S S M T W T F S DECEMBER
1 2 3 4 5 OCTOBER 1 2 NOVEMBER 2 Services
1 35 6 7 8 9 10 11 12 3 Services 4 32 3 4 5 6 7 8 9 2 Services 1 2 3 4 5 6 7 Art Basel
2 34 13 14 15 16 17 18 19 10 11 12 13 14 15 16 Veteran's Day 6 30 8 9 10 11 12 13 14
3 33 20 21 22 23 24 25 26 5 31 17 18 19 20 21 22 23 7 29 15 16 17 18 19 20 21
27 28 29 30 31 24 25 26 27 28 29 30 Thanksgiving 22 23 24 25 26 27 28 X-mas Day/ NYE
29 30 31
S M T W T F S S M T W T F S S M T W T F S
1 2 3 4 NY Day 1 FEBRUARY MARCH
8 28 5 6 7 8 9 10 11 JANUARY 2 3 4 5 6 7 8 2 Services 12 24 1 2 3 4 5 6 7 4 Services
12 13 14 15 16 17 18 2 Services 10 26 9 10 11 12 13 14 15 13 23 8 9 10 11 12 13 14 Spring Break
19 20 21 22 23 24 25 MLK Day 16 17 18 19 20 21 22 Pres. Day 14 22 15 16 17 18 19 20 21 Spring Break
9 27 26 27 28 29 30 31 11 25 23 24 25 26 27 28 29 15 21 22 23 24 25 26 27 28 Spring Break
29 30 31
S M T W T F S S M T W T F S S M T W T F S
1 2 3 4 APRIL 1 2 MAY JUNE
16 20 5 6 7 8 9 10 11 3 Services 19 17 3 4 5 6 7 8 9 3 Services 22 14 1 2 3 4 5 6 4 Services
17 19 12 13 14 15 16 17 18 20 16 10 11 12 13 14 15 16 23 13 7 8 9 10 11 12 13
18 18 19 20 21 22 23 24 25 21 15 17 18 19 20 21 22 23 24 12 14 15 16 17 18 19 20
26 27 28 29 30 24 25 26 27 28 29 30 Memorial Day 25 11 21 22 23 24 25 26 27
31 28 29 30
S M T W T F S S M T W T F S S M T W T F S
1 2 3 4 4th of July 1 AUGUST 34 2 31 1 2 3 4 5 Labor Day
26 10 5 6 7 8 9 10 11 JULY 30 6 2 3 4 5 6 7 8 4 Services 6 7 8 9 10 11 12 SEPTEMBER
27 9 12 13 14 15 16 17 18 4 Service 31 5 9 10 11 12 13 14 15 35 1 13 14 15 16 17 18 19 3 Services
28 8 19 20 21 22 23 24 25 32 4 16 17 18 19 20 21 22 36 0 20 21 22 23 24 25 26
29 7 26 27 28 29 30 31 33 3 23 24 25 26 27 28 29 27 28 29 30
30 31
PLEASE NOTE:CALENDAR IS BASED ON A FISCAL YEAR (OCTOBER 1ST THROUGH SEPTEMBER 30TH)
DATES HIGHLIGHTED IN GREEN ARE THE WEEKS AND DAYS TO PROVIDE SERVICES
July August September
January February March
April May June
October November December
FY 19 -20 Calendar
LOS -104 Services
TOTAL SERVICES (October 1st, 2019 through September 30th, 2020): 104 SERVICES
S e r v
#
S v c s L e f t
S e r v
#
S v c s L e f t
S e r v
#
S v c s L e f t
S M T W T F S S M T W T F S S M T W T F S
1 103 1 2 3 4 5 OCTOBER 9 95 1 2 NOVEMBER DECEMBER
3 101 6 7 8 9 10 11 12 8 Services 11 93 3 4 5 6 7 8 9 9 Services 19 85 1 2 3 4 5 6 7 9 Services
5 99 13 14 15 16 17 18 19 13 91 10 11 12 13 14 15 16 21 83 8 9 10 11 12 13 14
7 97 20 21 22 23 24 25 26 15 89 17 18 19 20 21 22 23 23 81 15 16 17 18 19 20 21
8 96 27 28 29 30 31 17 87 24 25 26 27 28 29 30 25 79 22 23 24 25 26 27 28
26 78 29 30 31
S M T W T F S S M T W T F S S M T W T F S
27 77 1 2 3 4 JANUARY 1 FEBRUARY MARCH
29 75 5 6 7 8 9 10 11 9 Services 37 67 2 3 4 5 6 7 8 8 Services 45 59 1 2 3 4 5 6 7 9 Services
31 73 12 13 14 15 16 17 18 39 65 9 10 11 12 13 14 15 47 57 8 9 10 11 12 13 14
33 71 19 20 21 22 23 24 25 41 63 16 17 18 19 20 21 22 49 55 15 16 17 18 19 20 21
35 69 26 27 28 29 30 31 43 61 23 24 25 26 27 28 29 51 53 22 23 24 25 26 27 28
52 52 29 30 31
S M T W T F S S M T W T F S S M T W T F S
53 51 1 2 3 4 APRIL 61 43 1 2 MAY JUNE
55 49 5 6 7 8 9 10 11 8 Services 63 41 3 4 5 6 7 8 9 9 Services 71 33 1 2 3 4 5 6 9 Services
57 47 12 13 14 15 16 17 18 65 39 10 11 12 13 14 15 16 73 31 7 8 9 10 11 12 13
59 45 19 20 21 22 23 24 25 67 37 17 18 19 20 21 22 23 75 29 14 15 16 17 18 19 20
60 44 26 27 28 29 30 69 35 24 25 26 27 28 29 30 77 27 21 22 23 24 25 26 27
31 78 26 28 29 30
S M T W T F S S M T W T F S S M T W T F S
79 25 1 2 3 4 JULY 1 AUGUST 97 7 1 2 3 4 5 SEPTEMBER
81 23 5 6 7 8 9 10 11 9 Services 89 15 2 3 4 5 6 7 8 9 Services 99 5 6 7 8 9 10 11 12 8 Services
83 21 12 13 14 15 16 17 18 91 16 9 10 11 12 13 14 15 101 3 13 14 15 16 17 18 19
85 19 19 20 21 22 23 24 25 93 11 16 17 18 19 20 21 22 103 1 20 21 22 23 24 25 26
87 17 26 27 28 29 30 31 95 9 23 24 25 26 27 28 29 104 0 27 28 29 30
96 8 30 31
PLEASE NOTE:CALENDAR IS BASED ON A FISCAL YEAR (OCTOBER 1ST THROUGH SEPTEMBER 30TH)
= No Service Day
October November December
July August September
= Service Day
January February March
April May June
ATTACHMENT C
SUNBIZ & PROPOSAL RESPONSE TO ITB
4/9/2020 Detail by FEI/EIN Number
search.sunbiz.org/Inquiry/corporationsearch/SearchResultDetail?inquirytype=FeiNumber&directionType=Initial&searchNameOrder=650838100P9800…1/3
Department of State / Division of Corporations / Search Records / Detail By Document Number /
Document Number
FEI/EIN Number
Date Filed
State
Status
Last Event
Event Date Filed
Event Effective Date
Detail by FEI/EIN Number
Florida Profit Corporation
SUPERIOR LANDSCAPING & LAWN SERVICE INC.
Filing Information
P98000044604
65-0838100
05/18/1998
FL
ACTIVE
AMENDMENT
12/11/2019
NONE
Principal Address
2200 NW 23RD AVE
MIAMI, FL 33142
Changed: 01/12/2005
Mailing Address
PO BOX 35-0095
MIAMI, FL 33135
Changed: 03/22/2012
Registered Agent Name & Address
OTERO, ORLANDO
2200 N.W. 23 AVENUE
MIAMI, FL 33142-6551
Address Changed: 01/04/2005
Officer/Director Detail
Name & Address
Title PD
OTERO, ORLANDO
2200 N.W. 23 AVENUE
MIAMI, FL 33142
Title TD
D
4/9/2020 Detail by FEI/EIN Number
search.sunbiz.org/Inquiry/corporationsearch/SearchResultDetail?inquirytype=FeiNumber&directionType=Initial&searchNameOrder=650838100P9800…2/3
VALDES, MARIA
2200 N.W. 23 AVENUE
MIAMI, FL 33142
Title QCO
MOREL, MICHAEL
P.O. BOX 35-0095
MIAMI, FL 33135
Title QCO
CANTOR, LAURENCE
PO BOX 35-0095
MIAMI, FL 33135
Annual Reports
Report Year Filed Date
2018 03/07/2018
2019 02/27/2019
2020 03/10/2020
Document Images
03/10/2020 -- ANNUAL REPORT View image in PDF format
12/11/2019 -- Amendment View image in PDF format
02/27/2019 -- ANNUAL REPORT View image in PDF format
03/07/2018 -- ANNUAL REPORT View image in PDF format
02/16/2017 -- Amendment View image in PDF format
01/31/2017 -- Amendment View image in PDF format
01/17/2017 -- ANNUAL REPORT View image in PDF format
01/22/2016 -- ANNUAL REPORT View image in PDF format
01/11/2015 -- ANNUAL REPORT View image in PDF format
09/09/2014 -- AMENDED ANNUAL REPORT View image in PDF format
07/09/2014 -- Amendment View image in PDF format
02/10/2014 -- ANNUAL REPORT View image in PDF format
11/13/2013 -- AMENDED ANNUAL REPORT View image in PDF format
03/04/2013 -- ANNUAL REPORT View image in PDF format
03/22/2012 -- ANNUAL REPORT View image in PDF format
02/22/2011 -- ANNUAL REPORT View image in PDF format
04/01/2010 -- ANNUAL REPORT View image in PDF format
03/12/2009 -- ANNUAL REPORT View image in PDF format
04/25/2008 -- ANNUAL REPORT View image in PDF format
01/15/2007 -- ANNUAL REPORT View image in PDF format
01/17/2006 -- ANNUAL REPORT View image in PDF format
01/11/2006 -- ANNUAL REPORT View image in PDF format
04/19/2005 -- ANNUAL REPORT View image in PDF format
01/04/2005 -- ANNUAL REPORT View image in PDF format
01/30/2004 -- ANNUAL REPORT View image in PDF format
4/9/2020 Detail by FEI/EIN Number
search.sunbiz.org/Inquiry/corporationsearch/SearchResultDetail?inquirytype=FeiNumber&directionType=Initial&searchNameOrder=650838100P9800…3/3
03/24/2003 -- ANNUAL REPORT View image in PDF format
04/01/2002 -- ANNUAL REPORT View image in PDF format
02/12/2001 -- ANNUAL REPORT View image in PDF format
01/24/2000 -- ANNUAL REPORT View image in PDF format
02/19/1999 -- ANNUAL REPORT View image in PDF format
05/18/1998 -- Domestic Profit View image in PDF format
Florida Department of State, Division of Corporations