HomeMy WebLinkAboutLandscape Maintenance Services
+.:
01
qt
d
40
Q
d
o
H
=.
:I
...~
;-.
c
,-
at,
JtA IV (;!'.. 8/ oJ oar
':24.
~
~ U.S. CENTURY BANK
IRREVOCABLE STANDBY LETTER OF CREDIT
No.2005-24-S
Date: July 20, 2005
Beneficiary
City of Miami Beach
Procurement Division
1700 Convention Center Drive
Miami Beach, Florida 33139
Attn: Gus Lopez, Procurement Director
Applicant
Neighborhood Maintenance, Inc.
15897 SW 1415t Street
Miami, Florida 33196
Attn: Guimell Doreste, President
Gentlemen:
We hereby authorize you to draw on us by and for the account Neighborhood
Maintenance, Inc., 15897 SW 1415t Street, Miami, Florida, 33196, up to an aggregate
amount of One Hundred Thousand and 00/100 U.S. Dollars ($100,000.00).
These funds are available by your draft at sight accompanied by a certificate from City of
Miami Beach that Neighborhood Maintenance, Inc. has failed to complete the services as
specified in contract No. 08-04/05 dated June 9, 2005, between the City of Miami Beach
and Neighborhood Maintenance, Inc. for Beachwalk: 1400-2100 Collins Avenue and
Boardwalk: 2100-4600 Collins Avenue.
Draft must be drawn and negotiated no later than July 19, 2006 and must state that it is
"Drawn under the Letter of Credit No. 2005-24-S of U.S. Century Bank, dated July 20,
2005" and the amount thereof endorsed on this Letter of Credit and also our
rrespondent's advise of this credit.
by agree with the drawers, endorsers and bona fide holders of all drafts under and
ce with the terms of this Letter of Credit, that such drafts will be duly
esentation to the drawee.
"lbis Letter 0
,rtial draws are not
7575 West Flagler Miami, FL 33144 T 305.260.9400 F 305.260.9577
<<
O.
01
d
()
e
d
o
H
I'
II
ei,.
='
C~'
':.J u.s. CENTURY BANK
This irrevocable Letter of Credit is subject to the Uniform Customs and Practice for
Documentary Credits (1993 Revision ICC No. 500) and, to the extent not inconsistent
therewith, the Uniform Commercial Code of the State of Florida.
7575 West Flagler Miami, FL 33144 T 305.260.9400 F 305.260.9577
ACORD"
CERTIFICATE OF LIABILITY INSURANCE
7 19 2005
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
PRODUCER
PTL INSURANCE ASSOC.,INC.
7201 CORAL WAY
MIAMI, FL. 33155
305-262-7094
INSURED NEIGHBORHOOD MAINTENANCE CORP.
15897 SW 141 ST.
MIAMI, FL 33196
INSURERS AFFORDING COVERAGE
: INSURER A AMERICAN VEHICLE INS. CO.
! INSURER B MAPFRE INS. CO .
! INSURER C FIRST COMMERCIAL INS. CO.
I INSURER D
i INSURER E
COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDiCATED. N01WITHSTANDING
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTiFICATE MAY BE ISSUED OR
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREiN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR OOOL; I ~~Y~;M~b~W~YE P&k+~;~~\'6~m?N
LTR INsRD i TYPE OF INSURANCE POLICY NUMBER L1M ITS
B3'~"nY I EACH OCCURRENCE $ 1 000 000
I X COMMERCIAL GENERAL LIABILITY ~~~ffiH '1E~"~c:,~;:'nce) $ 100.000
I CLAIMS MADE IXI OCCUR MED EXP (Anyone person) $ 5 000
A -I GL0510007048-00 03/04/05 03/04/06 PERSONAL & ADV INJURY $ 1.000.000
GENERAL AGGREGATE $ 2.000 000
-'
-i-r AGGRE~i LIMIT APlS PER: PRODUCTS - COMP/OP AGG $ INCLUDED
X POLICY jr8,: LOC ./7 ~
AUTOMOBILE LIABILITY ft'/fPA / COMBINED SINGLE LIMIT
i=1 ANY AUTO (Ea accident) $ 1,000,000 i
I
f----.I ALL OWNED AUTOS I~.y BODILY INJURY $ !
1111 SCHEDULED AUTOS (Per person)
B ~i HIRED AUTOS CA017124-1 10-28-04 10-28-05 I
BODILY INJURY I
L.XJ NON-OWNED AUTOS (Peraccident) $
I L_' i
I I PROPERTY DAMAGE $
i I , , (Per accident) I
! GARAGE LIABILITY ! I AUTO ONLY - EA ACCIDENT $ I
I i .---, I I i
I i-I ANY AUTO i OTHER THAN EAACC $
AUTO ONLY: AGG $ I
I
I EXCESS/UMBRELLA LIABILITY EACH OCCURRENCE $ ,
=i OCCUR CI CLAIMS MADE I
I
AGGREGATE $
I $
=1 DEDUCTIBLE $
RETENTION $ $ !
WORKERS COMPENSATION AND I I/VCSTATU-, I 10I.H- I
X TORY LIMITS ER
EMPLOYERS' LIABILITY 0279856 07-19-05 07-19-06 100 000
ANY PROPRIETOR/PARTNER/EXECUTIVE E.L. EACH ACCIDENT $
C OFFICER/MEMBER EXCLUDEO? E.L. DISEASE - EA EMPLOYE $ 500 000
If yes, describe under 100 000 ;
SPECIAL PROVISIONS below E.L. DISEASE - POLICY LIMIT $
OTHER I
I
!
DESCRIPTION OF OPERATIONS / LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS
THE CITY OF MIAMI BEACH APPEARS AS ADDITIONAL INSURED AS RESPECT TO THE
LIABILITY PORTION OF THE POLICY.
BID#08-04/05
BID TITLE: LANDSCAPE MAINTENANCE SERVICES
LAWN CARE
CERTIFICATE HOLDER
I
CANCELLATION
CITY OF MIAMI BEACH
PROCUREMENT DIVISION
1700 CONVENTION CENTER DRIVE
MIAMI BEACH, FL. 33139
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED B~8RE THE EXPIRATION
DATE THEREOF. THE ISSUING INSURER WILL ENDEAVOR TO MAIL_ DAYS WRITTEN
I
ACORD25(2001/08)
@ACORDCORPORATION1988
Miami Beach
*****
;~ii.;
INVITATION FOR BIDS
BID # 08-04/05
LANDSCAPE MAINTENANCE SERVICES
BEACHW ALK: 1400-2100 COLLINS AVENUE
BOARDWALK: 2100-4600 COLLINS AVENUE
SPOIL AREAS: CITYWIDE
BID OPENING: APRIL 15, 2005 AT 3:00 P.M.
OA4
Outstanding Agency
Accreditation Achievement Award
Gus Lopez, CPPO, Procurement Director
City of Miami Beach - Procurement Division
1700 Convention Center Drive
Miami Beach, FL 33139
http:\\www.miamibeachfl.gov
CITY CLERK
BID NO: 08-04/05
DATE: 03/11/05
CITY OF MIAMI BEACH
1
CITY OF MIAMI BEACH
CITY HALL 1700 CONVENTION CENTER DRIVE MIAMI BEACH, FLORIDA 33139
www.miamibeachfl.gov
Procurement Division
Telephone 305.673.7495
Facsimile 305.673.7851
June 17, 2005
Mr. Guimell Doreste
Neighborhood Maintenance, Inc
15897 S.W. 141st
Miami, Florida 33196
Re: NOTIFICATION OF CONTRACT AWARD - INVITATION TO BID (ITB) NO. 08-
04/05, LANDSCAPE MAINTENANCE SERVICES
BEACHW ALK: 1400-2100 COLLINS AVENUE
BOARDWALK: 2100-4600 COLLINS AVENUE
Dear Mr. Doreste:
The Mayor and City Commission at its June 8, 2005 meeting awarded a contract to
Neighborhood Maintenance, Inc. in the estimated amount of $275,651.00 pursuant to the above
referenced ITB.
Attached are four contract books forwarded to you for completion and submission of the
following:
1. Sign where indicated on page 5 of the Agreement and have all four copies sealed;
2. Attach original Performance and Payment Bonds or letter of credit to ALL contract
copies; and
3. Attach an original Insurance Certificate to the contract book marked "Procurement" in
accordance with pages 16-19 of the Bid Documents.
Please return all four copies to this office within 10 calendar days.
Should you have any questions, please contact John Ellis at 305.673.7490.
Received by:
/ /. /
//;1 .~
&/ s~ture
// oS'
;Date
F: \ PURC\ $ALL \ MART A \ Contract Books Letters \ 31-03-04ContrBk.doc
m
CITY OF MIAMI BEACH
CERTIFICATION OF CONTRACT
TITLE:
LANDSCAPE MAINTENANCE SERVICES for
Beachwalk: 1400-2100 Collins Avenue
Boardwalk: 2100-4600 Collins Avenue
CONTRACT NO.:
08-04/05
EFFECTIVE DATE(S): June 9, 2005 through June 8, 2008, with two (2) Additional one (1)
year renewal options
SUPERSEDES:
None
CONTRACTOR(S):
Neighborhood Maintenance, Inc
A. AUTHORITY - Upon affirmative action taken by the City Commission and City Clerk of
the City of Miami Beach, Florida, on June 8, 2005, a contract has been approved for
award and subsequent execution between the City of Miami Beach Florida and
Neighborhood Maintenance, Inc.
B. EFFECT - This contract was entered into to provide Landscape Maintenance Services for
the Beachwalk located from 1400 - 2100 Collins Avenue and the Boardwalk located
from 2100 - 4600 Collins Avenue, Miami Beach, Florida. Therefore, all required services
shall be made under the terms, prices and conditions of this contract, Bid No. 08-04/05,
all addenda thereto, and Neighborhood Maintenance, Inc.' s bid response.
C. ORDERING INSTRUCTIONS - All standing orders shall be issued in accordance with
the City of Miami Beach Procurement Division policies and procedures, at the prices
indicated, exclusive of all Federal, State and local taxes.
All Standing Orders shall show the City of Miami Beach contract number (08-04/05),
with the current expiration date of June 9, 2008, 2009 or 2010, as applicable.
D. CONTRACTOR PERFORMANCE - City of Miami Beach Departments shall report any
vendor failure to perform according to the requirements of this Contract to Park and
Recreation Contract Administrator 305-673-7730.
E. PERFORMANCE AND PAYMENT BONDS - The Contractor shall file with the
Procurement Director of the City of Miami Beach a Performance Bond in the amount
of $50,000 per awarded location per year, and a Payment Bond in the amount of
$25,000 per awarded location per year. The maximums bond requirement shall be a
Performance Bond in the amount of $300,000 per year, and a Payment Bond in the
amount of $150,000 per year for the duration of the contract(s). Each payment and
performance bond must be valid for the first year of the contract, and any subsequent contract
1
Page 2
Certification of Contract
years(s) must be contingent upon the bidder providing the City with properly executed
payment and performance bonds.
F. INSURANCE CERTIFICATE(S) - The Contractor shall file Insurance Certificates, as
required, and they must be signed by a Registered Insurance Agent licensed in the State
of Florida and approved by the City of Miami Beach Risk Manager.
G. LIVING WAGE ORDINANCE - You are herby advised that this bid contract is subject
to the Living Wage Ordinance No. 2001-3301. All employees who provide services
covered by the bid, shall be paid a Living wage of no less than $8.56 an hour with health
benefits, or a living wage of no less than $9.81 and hour without health benefits.
H. ASSIGNMENT AND PERFORMANCE - Neither this Contract nor any interest herein
shall be assigned, transferred, or encumbered by either party. In addition,
CONTRACTOR shall not subcontract any portion of the work required by this Contract.
CONTRACTOR represents that all persons delivering the services required by this
Contract have the knowledge and skills, either by training, experience, education, or a
combination thereof, to adequately and competently perform the duties, obligations, and
services set forth in the Scope of Work and to provide and perform such services to
CITY's satisfaction for the agreed compensation.
CONTRACTOR shall perform its duties, obligations, and services under this Contract in
a skillful and respectable manner. The quality of CONTRACTOR's performance and all
interim and final product(s) provided to or on behalf of CITY shall be comparable to the
best local and national standards.
I. SERVICE EXCELLENCE STANDARDS - Excellent Customer Service is the standard
of the City of Miami Beach. As contract employees of the City, your employees will be
required to conduct themselves in a professional, courteous and ethical manner at all
times and adhere to the City's Service Excellence standards. Training will be provided by
the City's Organizational Development and Training Specialist.
J. PUBLIC ENTITY CRIMES - In accordance with the Public Crimes Act, Section
287.133, Florida Statutes, a person or affiliate who is a contractor, consultant or other
provider, who has been placed on the convicted vendor list following a conviction for a
public entity crime may not submit a bid on a contract to provide any goods or services to
the CITY, may not submit a bid on a contract with the CITY for the construction or repair
of a public building or public work, may not submit bids on leases of real property to the
CITY, may not be awarded or perform work as a contractor, supplier, subcontractor, or
consultant under a contract with the CITY, and may not transact any business with the
CITY in excess of the threshold amount provided in Section 287.017, Florida Statutes,
for category two purchases for a period of36 months from the date of being placed on the
convicted vendor list. Violation of this section by Contractor shall result in cancellation
of the CITY purchase and may result in Contractor debarment.
2
K. INDEPENDENT CONTRACTOR - CONTRACTOR is an independent contractor under
this Contract. Services provided by CONTRACTOR pursuant to this Contract shall be
subject to the supervision of CONTRACTOR. In providing such services, neither
CONTRACTOR nor its agents shall act as officers, employees, or agents of the CITY.
This Contract shall not constitute or make the parties a partnership or joint venture.
L. THIRD PARTY BENEFICIARIES
Neither CONTRACTOR nor CITY intends to directly or substantially benefit a third
party by this Contract. Therefore, the parties agree that there are no third party
beneficiaries to this Contract and that no third party shall be entitled to assert a claim
against either of them based upon this Contract.
The parties expressly acknowledge that it is not their intent to create any rights or
obligations in any third person or entity under this Contract.
M. NOTICES - Whenever either party desires to give notice to the other, such notice must be
in writing, sent by certified United States Mail, postage prepaid, return receipt requested,
or by hand-delivery with a request for a written receipt of acknowledgment of delivery,
addressed to the party for whom it is intended at the place last specified. The place for
giving notice shall remain the same as set forth herein until changed in writing in the
manner provided in this section. For the present, the parties designate the following:
For CITY:
Procurement Division
1700 Convention Center Drive
Miami Beach. Florida 33139
Attn: Gus Lopez. Procurement Director
With copies to:
City Attorney
City of Miami Beach
1700 Convention Center Drive
Miami Beach, Florida 33139
For Contractor:
Neie:hborhood Maintenance Inc.
Attn: Guimell Doreste
15897 S.W. 141st
Miami. Florida 33196
N. MATERIALITY AND WAIVER OF BREACH - CITY and CONTRACTOR agree that
each requirement, duty, and obligation set forth in these Contract Documents is
. substantial and important to the formation of this Contract and, therefore, is a material
term hereof.
3
Page 4
Certification of Contract
CITY's failure to enforce any provision of this Contract shall not be deemed a waiver of
such provision or modification of this Contract. A waiver of any breach of a provision of
this Contract shall not be deemed a waiver of any subsequent breach and shall not be
construed to be a modification of the tenns of this Contract.
O. SEVERANCE - In the event a portion of this Contract is found by a court of competent
jurisdiction to be invalid, the remaining provisions shall continue to be effective unless
CITY or CONTRACTOR elects to tenninate this Contract. An election to tenninate this
Contract based upon this provision shall be made within seven (7) days after the finding
by the court becomes final.
P. APPLICABLE LAW AND VENUE - This Contract shall be enforceable in Miami-Dade
County, Florida, and if legal action is necessary by either party with respect to the
enforcement of any or all of the tenns or conditions herein exclusive venue for the
enforcement of same shall lie in Miami-Dade County, Florida. By entering into this
Contract, CONTRACTOR and CITY hereby expressly waive any rights either
party may have to a trial by jury of any civil litigation related to, or arising out of
the Project. CONTRACTOR, shall specifically bind all subcontractors to the
provisions of this Contract.
Q. AMENDMENTS - No modification, amendment, or alteration in the tenns or conditions
contained herein shall be effective unless contained in a written document prepared with
the same or similar fonnality as this Contract and executed by the Board and
CONTRACTOR.
R. All documents shall be executed satisfactorily to said City and until Bonds and Insurance
Certificates have been filed and approved, this Contract Agreement shall not be effective.
S. The Contract Documents which comprise the entire Agreement between City and
Contractor are attached to this Agreement and made a part hereof.
The Contract Documents may only be amended, modified or supplemented as provided.
4
Page 5
Certification of Contract
AGREEMENT
THIS AGREEMENT made this~ day of JU\ ~ 20 oS, A.D. between the
CITY OF MIAMI BEACH, a Florida municipal corporation, heremafter called the CIty, which
term shall include its successors and assigns, party of the one part, and
Neie:hborhood Maintenance Inc.
15897 S.W. 141st
Miami. Florida 33196
Estimated Annual Contract Amount $275.804.00.
IN WITNESS WHEREOF the said City has caused this Certification Agreement to be signed
by the Mayor of the City of Miami Beach, Florida and its corporate seal to be affixed, attested by
the City Clerk of the City of Miami Beach and the said Contractor has caused this Agreement to
be signed it its name.
(SEAL)
?(es\d.e (\ t
Title
ATTEST:
01wJ. Pcullu
City Clerk
F:\PURC\$ALL\JOHN\Contracts\FIorida lawns servies I.doc
APPROVED AS TO
FORM & LANGUAGE
& FOR EXECUTION
p~1-r,..o)-
Date
5
Performance Bond
Payment Bond
BID # 08-04/05
LANDSCAPE MAINTENANCE SERVICES
BEACHW ALK: 1400-2100 COLLINS AVENUE
BOARDWALK: 2100-4600 COLLINS AVENUE
SPOIL AREAS: CITYWIDE
RECEIVED FROM:
NEIGHBORHOOD MAINTENANCE INC.
GUIMELL DORESTE
PO BOX 772044
MIAMI, FL 33177
(305) 235-2092 office
(305) 251-6632 fax
ITB # 08-04/05
ADDENDUM NO.4
LANDSCAPE MAINTENANCE SERVICES
Bid Proposal Page 1 of7 (AMENDED)
COMPANYNAME:_Nt;~hbofhCQ:\ Md\ntef'O.ftCe \r1C.
We propose to furnish all labor, tools, equipment, transportation, permits, licenses, services and
incidentals necessary in order to provide Grounds Maintenance for the City of Miami Beach, in
accordance with Bid Specifications, as follows:
Item # Project Descaiption Cost per # Full Cost Per Year
Service Services
Beach-walk S~ S~
1 1400-2100 Collins Avenue 34
Boardwalk S ~'o4. \L s 11,5'tD.OO
2 2100-4600 Collins Avenue 34
3 Spoil Areas City Wide s2851.,ltL 34 $ qte,qfc,O.DO
~
'1~ ann.oo
ANNUAL GRAND TOTAL: $ ~~
Each location specified in this bid could be awarded on an individual basis, so each price quoted on
the bid form must be capable of standing alone and not be dependant on award of entire contract.
Please state on the space provided below a percentage discount to be allowed per location should
you be awarded the entire contract:
1. Beachwalk:
2. Boardwalk:
3. Spoil Areas:
Landscaoe Maintenance Services
o Discount
~ Discount
---iZi.- Discount
ITB # 08-04/05
ADDENDUM NO.4
LANDSCAPE MAINTENANCE SERVICES
Bid Proposal Page 2 of 7 (AMENDED)
COMPANYNAME:~bo(h()()d MA.,,,ttna.nct Inc.
We propose to furnish all labor, tools, equipment, transportation, permits, licenses, services and
incidentals necessary in order to provide Grounds Maintenance for the City of Miami Beach, in
d .thB'dS'fi' D II
accor ance WI 1 >pecI catIons, as 0 ows:
Hem #1 Bead)-walk 1400-2100 Collins A n~l1ue
SERVICE ANNUAL PRICE PER PRICE PER YEAR
SERVICES SERVICE
Turf Mowing 34 $ ~~5.00 $ l(P~.oO
Grass Trimming and Edging 34 $ ?J 15. CO $ Id,150.fJ)
Shrub Pruning 12 $ \ 085. DO $ '~,OW. ~
Groundcover Pruning 12 $ l' 0 .00 $ 8 6;}D. r:P
,
Tree and Palm Pruning 1 $ \&1 000.00 $ \ l-J 000. cO
, I
Weed Control 34 $ 100.00 $ d~ ed). ro
,
Litter Control 260 $ 115.00 $ .q'5~.OO
,
Turf Fertilization 4 $ :i)O.<<> $ I ~OO.OO
,
Shrub and Groundcover 3 $ ~~OO.OO $ (0, Cc>OO.1>O
Fertilization
Tree and Palm Fertilization 2 $ 3 ~O. CO $ (0 000 .''''
, ,
ANNUAL GRAND TOTAL: \?f\ 0&.\0. c::JJ
(ITEM #1 - BEACH-WALK 140(1- 2100 COdANS /\VENtiE:)
NOTE: THE PRICE PER SERVICE FOR THE SERVICES LISTED ABOVE MAY BE UTH..IZED
BY THE CITY DURING NEGOTIATIONS, SHOULD ADDITIONAIJDELETED SERVICES BE
REQUIRED.
ITB # 08-04/05
ADDENDUM NO.4
LANDSCAPE MAINTENANCE SERVICES
Bid Proposal Page 3 of 7 (AMENDED)
COMPANY NAME: Nt,~'nbO(N)Od tJ\aMt~ no~t I~c:.
We propose to furnish all labor, tools, equipment, transportation, permits, licenses, services and
incidentals necessary in order to provide Grounds Maintenance for the City of Miami Beach, in
d .thB'dS.ft. fi II
accor ance WI I specI catIons, as 0 ows:
lken # 1 Boanh, all.' :!1 00..1(,00 Collins A H'1l0C
SERVICE ANNUAL PRICE PER PRICE PER YEAR
SERVICES SERVICE
Turf Mowing 34 $ ~.OO $ l3~.tO
,
Grall Trimming and Edging 34 $ "l~l). 00 $ \'5,bI.\O. to
Shrub Pruning 12 $ qOO. ex> $ d)
\OI~OO.
Groundcovcr Pruning 12 $ 11O~ $ \ ~PtO. ()O
,
Tree and Palm Pruning 1 $ 2Bd).00 $ ')., ty:J).OO
,
Weed Control 34 $ 2 Jt:fj.00 $ 8'500.00
,
Litter Control 260 $ \ M. CO $ 33~.oO
,
Turf Fertilization 4 $ ~.~ $ 2 400.00
I
Shrub and Groundcover 3 $ , '500. ~ $ J.\ fro. 00
Fertilization
t ,
Tree and Palm Fertilization 2 $ 2,;00.00 $ 4,~.D"
(ITE\l ~~)~~~~~~ ~~~~~;'oo!~:\:~NCE.
NOTE: THE PRICE PER SERVICE FOR THE SERVICES LISTED ABOVE MAYBE
UTll..IZED BY THE CITY DURING NEGOTIATIONS. SHOULD ADDITIONALIDELETED
SERVICES BE REQUIRED.
ITB # 08-04/05
ADDENDUM NO.4
LANDSCAPE MAINTENANCE SERVICES
Bid Proposal Page 4 of 7 (AMENDED)
COMPANY NAME: ~~bOf\1ood tJla1r1+ttldr1CQ ("C.
We propose to furnish all labor, tools, equipment, transportation, permits, licenses, services and
incidentals necessary in order to provide Grounds Maintenance for the City of Miami Beach, in
d 'thB'dS'fi' fi II
accor ance WI I >pecI Icatlons, as o ows:
Item # 3 SI)oil Areas Citywide
SERVICE ANNUAL PRICE PER PRICE PER YEAR
SERVICES SERVICE
Turf Mowing 34 $ ~15. CO $ \ Q ,1\0. ()()
Grass Trimming and Edging 34 $ l.f 2'5. 00 $ \ L.\ I *~ .W
Shrub Pruning 12 S 'l25.00 $ ll,lO{).DO
Groundcover Prunin~ 12 $ 80.<1> $ q~.06
Tree and Palm Pruning 1 $ 1'-l,W).d) s lY.OOO.OO
Weed Control 34 $ ')JJ:). DO $ (,BeX).OV
,
Litter Control 260 S 2'YJ. cD s ~.'5 rrJ). dJ
.
Turf Fertilization 4 $ 400 .00 $ 11100. tP
f
Shrub and Groundcover 3 S L\~.OO $ 1550.00
Fertilization
I
Tree and Palm Fertilization 2 $ D.t:jd). t>O $ 1.000. OU
ANNUAL GRAND TOTAL: J ?,2.\Q10. DO
(ITEM #3 - SPOIL AREAS CITYWIDE)
NOTE: THE PRICE PER SERVICE FOR THE SERVICES LISTED ABOVE MAYBE UTILIZED
BY THE CITY DURING NEGOTIA nONS, SHOULD ADDITIONAIlDELETED SERVICES BE
REQUIRED.
ITB # 08-04/05
ADDENDUM NO.4
LANDSCAPE MAINTENANCE SERVICES
Bid Proposal Page 5 of 7 (AMENDED)
COMPANY NAME: ~\-\bothood tJ\ainttt\4l\ct 1 nC.
Not to Exceed (NTE) Hourly Labor Rates (for Work other than specified herein, at the direction of the City)
SEE SE(''TION 4.9- ADDITIONAL \"OJ~K
Item 1# Job Classification NTE Hourly Rate
4 Hourly rate per Contractor Regular time: S
Representative S
Overtime:
5 Hourly rate per Regular time: S
Laborer/Groundskeeper S
Overtime:
6 Hourly rate per Irrigation Regular time: S CO
Technician
Overtime: S
7 Hourly nte per Large Equipment Regular time: S
Operator U)
Overtime: S
8 Hourly rate per Regular time: S eo
SupervisorlForeman ClO
Overtime: S
9 Hourly rate per Climber Regular time: S ao
Overtime: S
10 Hourly rate per Certified A morist ReWJlar time: $
Overtime: S
11 Hourly rate pcr Pest Control Regular time: S
Technician
Overtime: S
NOTE: THE CITY RESERVES THE RIGHT TO NEGOTIATE THESE NOT TO EXCEED (NTE) HOURLY
LABOR RATES FROM THE SUCCESSFUL BIDDER(S). SHOULD NEGOTIA nONS BE UNSUCCESSFUL,
THE CITY RESERVES THE RIGHT TO REQUEST AND NEGOTIATE HOURLY LABOR RATES FOR
ANY/ALL ADDITIONAL WORK FROM OTHER CONTRACTORS.
ITB # 08-04/05
ADDENDUM NO.4
LANDSCAPE MAINTENANCE SERVICES
Bid Proposal Page 6 of 7 (AMENDED)
COMPANYNAME:~bo(hOOd Mait'ftn4tYt In(.
MATERIALS: ( for Materials not specified herein, to be installed at the direction of the City)
Item # Description Unit Price Installed
12 St. Augustine Sod $ 2.10.00 Ipallet
13 Bahia Sod $ l (.,'5. eO Ipallet
14 Cypress Mulch $ 50. eo Icubic yard
15 Seasonal Color ~4"pot
16 For all other materials not specified, Contractor shaD furnish at ~ 0/.
the specified percentaW! ahove vendor cost. ABOVE VENDOR COST
17 A Not to Exceed costs to install plant materials and trees up to 45 $ 200.00 each
gallon containen.
NOTE:AS IT RELATES TO ITEM #17 ABOVE, THE CITY RESERVES THE RIGHT TO
NEGOTIATE THESE NOT TO EXCEED (NTE) COSTS TO INSTALL PLANT MATERIAL AND
TREES UP TO 4..C; GALLON CONTAINERS FROM THE SUCCESSFUL BIDDER(S). SHOULD
NEGOTIA nONS BE UNSUCCESSFUL, THE CITY RESERVES THE RIGHT TO REQUEST AND
NEGOTIA TE THIS COSTS/FEE FROM ornER CONTRACTORS.
ITB # 08-04/05
ADDENDUM NO.4
LANDSCAPE MAINTENANCE SERVICES
Bid Proposal Page 7 of 7 (AMENDED)
PAYMENT TERMS: NET 30. If other, specify here
ANY LETTERS, ATTACHMENTS, OR ADDITIONAL INFORMATION TO BE
CONSIDERED PART OF THE BID MUST BE SUBMITTED IN DUPLICATE.
COMPANY NAME:
C1U\i\"\l \ 1 t)O(e~te
. it'nan te. )l1C.
SUBMITTED BY:
SIGNED:
Bidders !!!!W acknowledge receipt of addendu if applicable).
ADDENDUM NO. 1: - - 54 ADDENDUM NO. 2: tf-II.~#
Insert Date./ Insert Date .A'
ADDENDUM NO. 3:~2.. 2ro5 P ADDENDUM NO. 4:.1.. 2.1- 2.l:J>5~
Insert Date Insert Date .
NAME/TITLE(Print): Guimt\ I DoVfSt~ - P(fsiaofll""
ADDRESS: Y. O. Bo~ 112.0Lf-&.f
CITY/STATE: .Mia",;, Ft- ZIP: 331'1
TELEPHONE NO: (~) ~o~ dQ9d
FACSIMILE NO: (~) ~~1-lJt,3d.
FEDERAL 1.0.#: ~.; ~~16q
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 ofliability $ 1.000.000.00 per
occurrence for bodily injury propelty 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-ownedlhired
automobiles included.
4. Excess Liability - $2,(0),000 .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
_ Liquor Liability
_ Fire Legal Liability
_ Protection and Indemnity
_ Employee Dishonesty Bond
Other
$
$
$
$
$
$
.00
.00
.00
.00
.00
.00
xxx 7. Thirty (30) days written cancellation notice required.
xxx 8. Best's guide rating B+: VI or better, latest edition.
xxx 9. The certificate must state the bid number and title
BIDDER AND INSURANCE AGENT STATEMENT:
We understand the Insurance Requirements of these specificatio
may be required within five (5) days after bid opening.
c;.ui ~ , 1 !)or t ste
Bidder
. ence of this insurance
BID NO: 08-04/05
DATE: 03/11/05
CITY OF MIAMI BEACH
20
ACORD,. CERTIFICATE OF LIABILITY INSURANCE I DATE (MMIOD/YYYY)
4/8/2005
PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
PTL INSURANCE ASSOC.,INC. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CI;RTIFICATE DOES NOT AMEND, EXTEND OR
7201 CORAL WAY , ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
MIAMI, FL. 33155 1 I
I
305-262-7094 INSURERS AFFORDING COVERAGE NAle#
INSURED NEIGHBORHOOD MAINTENANCE CORP. INSURER A: NEIGHBORHOOD MAINTENACE CORP.
INSURER B:
15897 SW 141 ST. INSURER C:
MIAMI, FL 33196 INSURER 0:
! INSURER E .,
COVERAGES
I THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. N01WITHSTANDING
'I ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN. THE iNSURANCE AFFORDED BY THE POLICiES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITiONS OF SUCH
i POLICIES AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS
II~~: ~:.;~ TYPE OF INSURANCE I POLICY NUMBER ~'ly~rM~b8W-:YE P8k+~~~~iJ~m?N
GENERAL LIABILITY
1-1
X J COMMERCIAL GENERAL LIABILITY
I I CLAIMS MADE [iJ OCCUR
~I
~N'L AGGREGATE LIMIT APPLIES PER:
I X -I POLICY II ~Gt?;: n LOC
~OMOBILE LIABILITY
LII ANY AUTO
I ALL OWNED AUTOS
Ii SCHEDULED AUTOS
_I HIRED AUTOS
R 'O'-OWN"'",O'
I
I
I
I
DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS
I
1
I
A
GL0510007048-00
03/04/05
03/04/06
LIMiTS
EACH OCCURRENCE $ 1 000 000
PREMISES rEa occurencel $ 100,000
MED EXP (Anyone person) $ 5 000
PERSONAL & ADV INJURY $ 1 000 000
GENERAl AGGREGATE $ 2.000 000
PRODUCTS - COMP/OP AGG $ INCLUDED
COMBINED SINGLE LIMIT $
(Ea accident)
BODILY INJURY $
(Per person)
BODILY INJURY $
(Peraccidenl)
PROPERTY DAMAGE S
(Per accident)
AUTO ONLY - EA ACCIDENT $
OTHER THAN EA ACC S
AUTO ONLY: AGG $
EACH OCCURRENCE S
AGGREGATE $
$
$
$
. ] iZ~~IftJl~s T IOJ~-
E.L. EACH ACCIDENT $
E.L. DISEASE - EA EMPLOYE S
E.L. DISEASE - POLICY LIMIT $
I
I
I
i
i
I
I
!
i
~~AGE LIABILITY
! I ANY AUTO
~I
i i
I EXCESS/UMBRELLA LIABILITY
!loCCUR [] CLAIMS MADE
i
I-
~I DEDUCTIBLE
i I RETENTION $
i WORKERS COMPENSATION AND
, EMPLOYERS' LIABILITY
ANY PROPRIETORlPARTNERlEXECUTIVE
OFFICERlMEMBER EXCLUDE07
If yes, describe under
SPECIAL PROVISIONS below
OTHER
LAWN CARE
BID#08-04/05
BID TITLE: LANDSCAPE MAINTENANCE SERVICES
CERTIFICATE HOLDER
I
I
I
I I
ACORD2512001/08)
CANCELLATION
ALSO AS ADDITIONAL INSURED
CITY OF MIAMI BEACH
SHOULD AIolY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL DAYS WRITTEN
\ -
NOTICE TO THE CERTIFICATE HOL E NAME TO THE LEFT, BUT FAILURE TO DO SO SHALL
Y KIND UPON THE INSURER, ITS AGENTS OR
REPRESENTATIVES
AUTHORIZED REPRESENTATIVE
@ACORDCORPORATION 1988
CUSTOMER REFERENCE LISTING
Bidder's shall furnish the names, addresses, and telephone numbers ofa minimum of six (6) fimls or
government organizations for which the Contractor is currently furnishing or has furnished, similar
services. (See "2.18 References", page 24, and "Minimum Requirements, page 2)
1) Company Name ~p~G A DY~m flot')o\e., In(.
Address JB2J 1Yadt C~nttr~ lis, Fi. 3LJIDq_
\ . S eo
Contact Person/Contract Amount '-IlJtltl fOdr'3"tZ- - LJ8.900.
Telephone No.~~q) 2~~.OILf I Fax NO.~ ~ -Q&l'S3
2) Company Name ~o &>l\StrVc.tiOtl Grouf'
Address ~?, SW I~tr(' C!1io.f'W\; fi, ~'S",
J ,
Contact Person/Contract Amount C-tsaf ANa l,a - S 89,./D2~ t:C
Telephone No.
Fax No.
3) Company Name _RcxJwJns Ptl"J'n~
Address J92.1o :5uJ I i6 ~t "" iaW\ i , fi
Contact Person/Contract Amount fYa.ol<ll. NitblaS - ~ .31 ~
,
Telephone No(rsl.) 2.~" ~ Fax No.l~~t>) ~'5~.69S'3
BID NO: 08-04/05 CITY OF MIAMI BEACH
I. a I II. II.'. . ,..~ n "
CUSTOMER REFERENCE LISTING (CONTD.)
4) Company Name --.Aon.da fire Saftty 1 (le.
Address 13..1000 SuJ 1'l9 aye. tmit 10 Mfami fL 33J'H,
I
Contact Person/Contract Amount]v1ry..JQ /J1ora Its _ d>1~.cO
Telephone No.@oS)218 -t:tOL/2. Fax NO.~ 278-QOL/l,
5) Company Name M "a.rYI; 0 f( 'Set'
Address J3~1 NIAI 5& ~t M laM; Ii 33D'51/
I
Contact Person/Contract Amount '( Z - ~ I ~ 11.
Telephone No. FaxNo.@o~ 202-4158
6) Company Name P,'ery,- LC\ndrlf>
Address ~ C~rr'lld st. iJDLly..",J I fi.. .38ll2.L
Contact Person/Contract Amount---.BU(l land tin
Telephone NO.~ ~LJ(,-D5'51 Fax No.
BID NO: 08-04105 CITY OF MIAMI BEACH
..... II. 11." .".... ft4
CUSTOMER REFERENCE (CONTD.)
7) Company Name .pC()~~S\~n5 Inc.
Address )231q SuJ 2.4'15+ .MI'Qf'Y'\i I R.- ~BD32..
Contact Person/Contract Amount Oma.(" Be ce rra - ~ 22' 3~BO
l
Telephone NO.\1ilo) 23'1-0118 FaxNO@Y5) 25f>-~348
8) Company Name Gac&ion c3. S'\'uQ \05
Address 3D Nt \ st suH.(. B!>\ M\().M; ft.. O~\~1-
. I
Contact Person/Contract Amount Q,.a~mn R\Vts, - '" 2'1 01 ~
I
TelephoneNo~) ~4'2..-~1o FaxNo~5
CONTRACTOR'S OUESTIONNAIRE
NOTE:
Information supplied in response to this questionnaire is subject to verification.
Inaccurate or incomplete answers may be grounds for disqualification from
award of this bid.
Submitted to The Mayor and City Commission of the City of Miami Beach, Florida:
By ~rothOOd Ma,'t\+tntWt.. l~.
Principal Office )~t.tJ SW ~ I ~+ M\041. f1.. ~~'G\lo
How many years has your organization been in business under your present business
name?~
Does your organization have current occupational licenses entitling it to do the work contemplated in
this Contract? ~ t.5
State of Florida occupational license - state type and number: loJld~ - 5'-1 1~3'-1.... 2. Q I{a.chtJ
Dade County certificate of competency - state type and number: '5L.e. affac.hed
Expiration Date:
Include copies of above licenses and certificates with proposal.
Have you ever had a contract terminated due to failure to comply with contractual
specifications? f\O
If so, where and why?
In what other lines of business are you financially interested or engaged?
t)l)n~
Give references as to experience, ability, and financial standing
~~Y~nl~S A-~
Bm NO: 08-04/05
CITY OF MIAMI BEA(.'H
.. a I IN . II.'. . "I"
h"
CONTRACTOR'S QUESTIONNAIRE (CONTD.)
What equipment do you own that is available for the proposed work and where located?
Eq.y!p~^t Invtnto.y AtfMl,.td
Please list the names and addresses of subcontractors to be used, if any.
r()nt.,
Vendor Campaign Contribution(s):
a. You must provide the names of all individuals or entities (including your sub-consultants)
with a controlling financial interest. The tenn "controlling financial interest" shall mean the
ownership, directly or indirectly, of 10% or more of the outstanding capital stock in any
corporation or a direct or indirect interest of 10% or more in a finn. The tenn "finn" shall
mean any corporation, partnership, business trust or any legal entity other than a natural
person.
n\~
b. Individuals or entities (including our sub-consultants) with a controlling financial interest:
have have not contributed to the campaign either directly or indirectly, of a
candidate who has been elected to the office of Mayor or City Commissioner for the City of
Miami Beach. Please provide the name( s) and date( s) of said contributions and to whom said
contribution was made.
""~
Bm NO: 08-04/05
CITY OF MIAMI BEACH
I'. . "'. II .,. "11"
hh
CONTRACTOR'S QUESTIONNAIRE (CONTD.)
ove answers are true and correct.
(SEAL)
BID NO: 08-04/05
CITY OF MIAMI BEACH
...-....'. II "'1"""
hi
. . ..,..... . THIS IS :NOTA.8U-DONOTPAY .
. .51820.$:--5.. "*'IfOME'.!f.F:I~2.iE' . :~EWAL"
" T.a=..f~NANtE:t8b.'UCENSE NO.
. OPERAT~NG:' 1M, DADE ':CDlJarv
5U63~...,Z
OWNER
.HEI$HjORHOODMAIHTEHAHCE. '.IIK:
s.c.:'TJi:Mt:arB ~.1aW ..... ..' '<.
. .... ...213 .tIMH/lAtlBSCAP1YTR-EE .St:t\'ICE
=:=~-==::i'.- '. .'.
~~~\...~.: .
-IAW.1IC~
&~.....=-:..
_.......~u~~:r
1AII;.it!! ~ .""'. A
~ __ ....Of' ntE
.n~:</..CIlMUFtCA-
. PAYIIIIiitr IlileiiM!D
.~~TAx
'~.,,:,:":../Z9j2.04
'. .....~t.08001~
'o0001A~8 '.
.EMPLOVE-E/S
1
DO NOT FORWARD
NEIGHBORHOOD MAINTENANCE INC
GUIMELL DORESTE PRESIDENT
15897 SW 141 ST
MIAMI FL 33196
III i i III j 1'111 i Iii I j III i i II , i j II i ! Iii J I i ,1111, j i ,I ! I i 1/11, i I j ; I
SEE OTHER SIDE
FIRST-cLASS
U;s. POSTAGE
PAID
MIAIIl; FL
PERMIT NO. 231
15897 SW. 141 St. Miami, FI. 33196
305. 235.2092 Ofc.
305. 251.6632 Fax
_ Mailtenance Inc.
Description
Eauipment Inventory
Quantity
12
8
10
8
7
5
2
2
1
5
7
3
2
8
1
4
12
Weedeater
Edger
Blower
Hedge Trimmer
Riding Mowers
Walkbehind Mowers
Dixie Chopper Tractor
All Terrain Vehide
Billygoat Vacuum
Chainsaws
Pole Saw
Pole Chainsaw
Pole Trimmer
Backpack Sprayers
100 gal. Pesticide Sprayer
Fertilizer Spreader Carts
Fertilizer Shrubs Spreader
CITY OF MIAMI BEACH
CITY HALL 1700 CONVENTION CENTER DRIVE MIAMI BEACH, FLORIDA 33139
www.miamlbeachfl.gov
m
COMMISSION MEMORANDUM
Mayor David Dermer and Date: June 8, 2005
Members of the City co~miSSion
Jorge M. Gonzalez }-
City Manager U
REQUEST FOR APPROVAL TO AWARD A CONTRACT TO
NEIGHBORHOOD MAINTENANCE, INC. AND FLORIDA LAWN SERVICE,
INC., PURSUANT TO INVITATION TO BID NO. 08-04105 FOR
LANDSCAPE MAINTENANCE SERVICES FOR THE BEACHWALK,
BOARDWALK AND SPOIL AREAS, IN THE ESTIMATED ANNUAL
AMOUNT OF $275,804
ADMINISTRATION RECOMMENDATION:
To:
From:
Subject:
Approve the Award.
BID AMOUNT AND FUNDING:
$ 275,804
Funds are available from General Fund 011.0940.000312 in the amount
of $170,153; and from City Center RDA in the amount of 105,651.
ANALYSIS:
The purpose of Invitation to Bid No. 08-04/05 (the "Bid") is to establish a contract, with a
qualified vendor for the provision of landscape maintenance services for the Beachwalk,
(1400 - 2100 Collins Avenue) Boardwalk (2100 - 4600 Collins Avenue) and Spoil Areas
(Citywide) in accordance with the bid specifications. In general the spoil area is the area
west of the western edge of the dunes to the eastern edge of the coral rock wall. In areas
where there is not a coral rock wall it is from the western edge of the dune to the next point
of city owned property contiguous to the spoil area. Specifically locations were listed in the
bid documents.
The Bid was issued on March 11, 2005 with an opening date of May 5,2005. Bidnet issued.
bid notices to twenty (20) prospective bidders. Additionally, the Procurement Division sent
the bid announcement to the Blue Book online bidding system to further increase vendor
outreach. The notices resulted in the receipt offour (4) bids.
The maintenance period shall begin 10 days after receipt of a notice to proceed, and
continue for a period of three (3) years, pending available funding. The City of Miami
Beach has the option to renew the contract at its sole discretion for an additional two (2)
year period on a year to year basis.
247
ITB No. 08-04/05
Commission Memo
June 8, 2005
Page 2
In the event the City of Miami Beach exercises its option to renew beyond the initial three
(3) year contract, the contract prices and any other terms the city may choose to negotiate,
will be reconsidered for adjustment 90 days prior to the renewal date due to increases or
decreases in labor costs; but in no event will the prices be increased or decreased by a
percentage greater than the percentage change reflected in the C.P.I as published by the
U.S. Department of Labor.
Based on the analysis of the four (4) bids received, Everglades Environmental submitted
the lowest bid for Item #2 - Boardwalk and Item #3 - Spoil Areas Citywide, however when
asked if they would accept an award of a contract for those two areas only, they stated
that their bid was an "All or Nothing" bid and would not accept under those conditions.
Everglades' bid was lower than other bidders since they did not include a price for the
following items in their schedule of values: 1) Turf Mowing; 2) Grass Trimming and
Edging; and 3) Turf Fertilization.
It is therefore recommended that the City Commission approve the award of a contract to
Neighborhood Maintenance, Inc. for the Beachwalk and the Boardwalk and to Florida
Lawn Service, Inc. for the Spoil Areas.
The Bid total for the two locations ($161,840 from Neighborhood) and the total for the one
location ($73,890 from Florida Lawn) include 34 full service visits annually for each
location. The project manager may, at his discretion authorize the Contractor to perform
additional work, including, but not limited to, mowing, trimming, weeding, edging, litter
pickup, repairs and replacements ("landscape maintenance service type work under
normal circumstances") when the need for such work arises. The Project Manager will
request quote(s) from the contractor which may be negotiated as required to obtain a fair
and reasonable price. Should negotiations be unsuccessful, the Project Manager may
request quotes from other contractors for the additional work. Contingency funds in the
amount of $40,074 (17% of contract amount) are available for additional work.
Neighborhood Maintenance Inc. was established in November 2003 as a
Lawn/LandscapelTree Service maintenance provider. Contractor will procure Performance
Bond in the amount of $100,000, ($50,000 per location) and a Payment Bond in the
amount of $50,000 ($25,000 per location) per year for the duration of the contract. The
Procurement Division obtained favorable references from the following agencies:
. Spec A Dream Home, Inc.: "Work is performed on schedule and in a neat/professional
manner. I would recommend this company."
. Poolscape Design, Inc.: "They consistently provide us great landscaping service. We
recommend them highly."
. Rodwlns Paving: "The quality of work is excellent and very professional. Very detailed
oriented. Excellent Company to work with".
. Metro Construction Group: "Their performance is excellent and very professional.
248
ITB No. 08-04/05
Commission Memo
June 8, 2005
Page 3
Florida Lawn has provided landscape maintenance services for the City of Miami Beach for
several years. They will procure Performance Bond in the amount of $50,000, ($50,000 per
location) and a Payment Bond in the amount of $25,000 ($25,000 per location) per year for
the duration of the contract.
SERVICE EXCELLENCE STANDARDS: Excellent Customer Service is the standard of the
City of Miami Beach. As contract employees of the City, these workers will be required to
conduct themselves in a professional, courteous and ethical manner at all times and
adhere to the City's Service Excellence standards.
CONCLUSION
Based on the analysis of the bids received, it is recommended that the City award the
contract to NEIGHBORHOOD MAINTENANCE, INC. for the Beachwalk and Boardwalk
locations and to Florida Lawn Services, Inc. for the Spoil Areas based on the lowest and
best bid received for each location.
BID TABULATION:
See attached Bid Tabulation.
249
EVERGLADES NEIGHBORHOOD FLORIDA LAWN SUPEROR
ENVIRONMENTAL MAINTENANCE, INC. SERVICES,INC. LANDSCAPING
Qty
1- DcscrintiOll Unit Price Total $ Unit Price Total $ Unit Price Total $ Unit Price Total' $
BEACHWAIK
I (1400 - 2100 Collins Ave.) 34 53 638.58 $123 7\2.00 $2,655.88 S90.300.oo 5\,585.00 $11\,000.00 $4.787.4\ $\62.772.00
BOARDWAlK
2 (2]00 - 4600 Collins Ave.) 34 5\ 384.24 $47064.00 $2.\04.12 571.540.00 $\ \90.00 $\26,2\0.00 $5261.35 $\78.886.00
3 SPOIL AREAS ~ crrYWIDE 34 $1,262.82 $42.936.00 52.851.76 596.960.00 $790.00 $73.890.00 5\1.905.67 $404,793.00
Due bid: 5213,7\2.00 5258 800.00 $3\1.100.00 5746 451.00
Pereentap DiIeount allowed If awarded
eatlre contract :
BEACHW AIK
(1400 - 2\00 CollilUl Ave.) 0% 5\23,712.00 0% 590 300.00 \% $\09,890.00 2% $159.516.56
BOARDWALK
(2\00-4600 Collins Ave.) 0010 $47 064.00 0% 57\ 540.00 1% $124947.90 2% $\75.308.28
SPOIL AREAS . CITYWIDE 0% $42.936.00 0% 596,960.00 1% $73,151.10 2% $396 697.14
Bue Bid w/diJcount: $213 712.00 5161840.00 573 890.00 $731.522.00
17% Continlll:llcv Funds: 527512.00 $12 561.00
Tota\ Award: 5189.352.00 $86451.00
NOTE: Everglades qualified their bid with an "all or none" offer, which was contrary to the Bid
specifications. Additionally, Everglades omitted pricing from several schedule of value items that
all bidders were required to submit pricing on.
.
250
CITY OF MIAMI BEACH
~it~~.,::~=~::~~~::R nRI\I~ MIA~AI R~Ar.~ ~I nRlnA ~~1~Q
~
PROCUREMENT DIVISION
Telephone (305) 673.7490
Facsimile (305) 673.7851
INVITATION TO BID NO. 08-04/05
ADDBNDUM NO.4
April 27, 2005
LANDSCAPE MAINTENANCE SERVICES is amended as follows:
REVISE: The Bid Proposal Pages (AMENDED) as indicated on the following pages:
ADD: Bidders shall complete and submit ALL AMENDED Bid Proposal Pages (1 - 7)
below with their bid.
Should the Annual Grand Total bid price(s) on Bid Proposal Pages 2 - 4 vary from
the Annual Grand Total bid price(s) on Bid Proposal Page 1, Bid Proposal Page 1
will be the bid price(s) considered and evaluated.
ITB # 08-04/05
ADDENDUM NO.4
LANDSCAPE MAINTENANCE SERVICES
Bid Proposal Page 1 of7 (AMENDED)
COMPANY NAME:
We propose to furnish all labor, tools, equipment, transportation, permits, licenses, services and
incidentals necessary in order to provide Grounds Maintenance for the City of Miami Beach, in
accordance with Bid Specifications, as follows:
Item # Project Description Cost per # Full Cost Per Year
Service Services
1 Beach-walk
1400-2100 Collins Avenue $ 34 $
2 Boardwalk
2100-4600 Collins Avenue $ 34 $
3 Spoil Areas City Wide $ 34 $
ANNUAL GRAND TOTAL: $
Each location specified in this bid could be awarded on an individual basis, so each price quoted on
the bid form must be capable of standing alone and not be dependant on award of entire contract.
Please state on the space provided below a percentage discount to be allowed per location should
you be awarded the entire contract:
Landscaoe Maintenance Services
1. Beachwalk:
2. Boardwalk:
3. Spoil Areas:
Discount
Discount
Discount
ITB # 08-04/05
ADDENDUM NO.4
LANDSCAPE MAINTENANCE SERVICES
Bid Proposal Page 2 of 7 (AMENDED)
COMPANY NAME:
We propose to furnish all labor, tools, equipment, transportation, permits, licenses, services and
incidentals necessary in order to provide Grounds Maintenance for the City of Miami Beach, in
d 'hB"dS'fi f fill
accor ance WIt 1 )peCI Ica Ions, as 0 ows:
Item # 1 Beach-walk 1400-2100 Collins Avenue
SERVICE ANNUAL PRICE PER PRICE PER YEAR
SERVICES SERVICE
Turf Mowing 34 $ $
Grass Trimming and Edging 34 $ $
Shrub Pruning 12 $ $
Groundcover Pruning 12 $ $
Tree and Palm Pruning 1 $ $
Weed Control 34 $ $
Litter Control 260 $ $
Turf Fertilization 4 $ $
Shrub and Groundcover 3 $ $
Fertilization
Tree and Palm Fertilization 2 $ $
ANNUAL GRAND TOTAL:
(ITEM #1- BEACH-WALK 1400-2100 COLLINS AVENUE)
NOTE: THE PRICE PER SERVICE FOR THE SERVICES LISTED ABOVE MAY BE UTILIZED
BY THE CITY DURING NEGOTIATIONS, SHOULD ADDITIONAL/DELETED SERVICES BE
REQUIRED.
ITB # 08-04/05
ADDENDUM NO.4
LANDSCAPE MAINTENANCE SERVICES
Bid Proposal Page 3 of 7 (AMENDED)
COMPANY NAME:
We propose to furnish all labor, tools, equipment, transportation, permits, licenses, services and
incidentals necessary in order to provide Grounds Maintenance for the City of Miami Beach, in
d 'thB'dS'fi f fill
accor ance WI I )pecI lca Ions, as 0 ows:
Hem # 2 Boardwalk 2100-4600 Collins Avenue
SERVICE ANNUAL PRICE PER PRICE PER YEAR
SERVICES SERVICE
Turf Mowing 34 $ $
Grass Trimming and Edging 34 $ $
Shrub Pruning 12 $ $
Groundcover Pruning 12 $ $
Tree and Palm Pruning 1 $ $
Weed Control 34 $ $
Litter Control 260 $ $
Turf Fertilization 4 $ $
Shrub and Groundcover 3 $ $
Fertilization
Tree and Palm Fertilization 2 $ $
ANNUAL GRAND TOTAL:
(ITEM #2 - BOARD-WALK 2100 - 4600 COLLINS AVENUE)
NOTE: THE PRICE PER SERVICE FOR THE SERVICES LISTED ABOVE MAY BE
UTILIZED BY THE CITY DURING NEGOTIATIONS, SHOULD ADDITIONAL/DELETED
SERVICES BE REQUIRED.
ITB # 08-04/05
ADDENDUM NO.4
LANDSCAPE MAINTENANCE SERVICES
Bid Proposal Page 4 of 7 (AMENDED)
COMPANY NAME:
We propose to furnish all labor, tools, equipment, transportation, permits, licenses, services and
incidentals necessary in order to provide Grounds Maintenance for the City of Miami Beach, in
d . h B'd S 'fi' fi 11
accor ance WIt I :ipeCI IcatIons, as o ows:
Item # 3 Spoil Areas Citywide
SERVICE ANNUAL PRICE PER PRICE PER YEAR
SERVICES SERVICE
Turf Mowing 34 $ $
Grass Trimming and Edging 34 $ $
Shrub Pruning 12 $ $
Groundcover Pruning 12 $ $
Tree and Palm Pruning 1 $ $
Weed Control 34 $ $
Litter Control 260 $ $
Turf Fertilization 4 $ $
Shrub and Groundcover 3 $ $
Fertilization
Tree and Palm Fertilization 2 $ $
ANNUAL GRAND TOTAL:
(ITEM #3 - SPOIL AREAS CITYWIDE)
NOTE: THE PRICE PER SERVICE FOR THE SERVICES LISTED ABOVE MAY BE UTILIZED
BY THE CITY DURING NEGOTIATIONS, SHOULD ADDITIONAL/DELETED SERVICES BE
REQUIRED.
ITB # 08-04/05
ADDENDUM NO.4
LANDSCAPE MAINTENANCE SERVICES
Bid Proposal Page 5 of 7 (AMENDED)
COMPANY NAME:
Not to Exceed (NTE) Hourly Labor Rates ( for Work other than specified herein, at the direction of the City)
SEE SECTION 4.9 - ADDITIONAL WORK
Item # Job Classification NTE Hourly Rate
4 Hourly rate per Contractor Regular time: $
Representative
Overtime: $
5 Hourly rate per Regular time: $
Laborer/Groundskeeper
Overtime: $
6 Hourly rate per Irrigation Regular time: $
Technician
Overtime: $
7 Hourly rate per Large Equipment Regular time: $
Operator
Overtime: $
8 Hourly rate per Regular time: $
Supervisor/Foreman
Overtime: $
9 Hourly rate per Climber Regular time: $
Overtime: $
10 Hourly rate per Certified Arborist Regular time: $
Overtime: $
11 Hourly rate per Pest Control Regular time: $
Technician
Overtime: $
NOTE: THE CITY RESERVES THE RIGHT TO NEGOTIATE THESE NOT TO EXCEED (NTE) HOURLY
LABOR RATES FROM THE SUCCESSFUL BIDDER(S). SHOULD NEGOTIATIONS BE UNSUCCESSFUL,
THE CITY RESERVES THE RIGHT TO REQUEST AND NEGOTIATE HOURLY LABOR RATES FOR
ANY/ALL ADDITIONAL WORK FROM OTHER CONTRACTORS.
ITB # 08-04/05
ADDENDUM NO.4
LANDSCAPE MAINTENANCE SERVICES
Bid Proposal Page 6 of 7 (AMENDED)
COMPANY NAME:
MA TERIALS: ( for Materials not specified herein, to be installed at the direction of the City)
Item # Description Unit Price Installed
12 St. Augustine Sod $ /pallet
13 Bahia Sod $ Ipallet
14 Cypress Mulch $ Icubic yard
15 Seasonal Color 4" pot
16 For all other materials not specified, Contractor shall furnish at %
the specified percentage above vendor cost. ABOVE VENDOR COST
17
A Not to Exceed costs to install plant materials and trees up to 45
gallon containers.
$
each
NOTE: AS IT RELATES TO ITEM #17 ABOVE, THE CITY RESERVES THE RIGHT TO
NEGOTIATE THESE NOT TO EXCEED (NTE) COSTS TO INSTALL PLANT MATERIAL AND
TREES UP TO 45 GALLON CONTAINERS FROM THE SUCCESSFUL BIDDER(S). SHOULD
NEGOTIA TIONS BE UNSUCCESSFUL, THE CITY RESERVES THE RIGHT TO REQUEST AND
NEGOTIATE THIS COSTS/FEE FROM OTHER CONTRACTORS.
ITB # 08-04/05
ADDENDUM NO.4
LANDSCAPE MAINTENANCE SERVICES
Bid Proposal Page 7 of 7 (AMENDED)
PAYMENT TERMS: NET 30. If other, specify here
ANY LETTERS, A TT ACHMENTS, OR ADDITIONAL INFORMATION TO BE
CONSIDERED PART OF THE BID MUST BE SUBMITTED IN DUPLICATE.
SUBMITTED BY:
COMPANY NAME:
SIGNED:
(I certify that I am authorized to execute this proposal and
commit the bidding firm)
Bidders must acknowledge receipt of addendum (if applicable).
ADDENDUM NO.1:
Insert Date
ADDENDUM NO.2:
Insert Date
ADDENDUM NO.3:
Insert Date
ADDENDUM NO.4:
Insert Date
NAME/TITLE(Print):
ADDRESS:
CITY/STATE:
ZIP:
TELEPHONE NO:
FACSIMILE NO:
FEDERAL I.D.#:
Bidders are reminded to please acknowledge receipt of this addendum with their bids or the bid
may be considered non-responsive.
CITY OF MIAMI BEACH
~;~/p
(~ t~.----
Gus Lopez, CPPO
Procurement Director
CITY OF MIAMI BEACH
1700 CONVENTION CENTER DRIVE, MIAMI BEACH, FLORIDA 33139
http:\\www.miamibeachfl.gov
m
PROCUREMENT DIVISION
Telephone (305) 673-7490
Facsimile (305) 673-7851
INVITATION TO BID NO. 08-04/05
ADDENDUM NO.3
April 12, 2005
LANDSCAPE MAINTENANCE SERVICES is amended as follows:
CHANGE: The last day for receipt of questions to April 26, 2005 at 5:00 p.m.
CHANGE: The Bid Opening Date from April 15, 2005 to May 5, 2005 at 3:00 p.m.
Inasmuch as this change does not materially affect the bid document, bidders are not required to
acknowledge this addendum to be deemed responsive.
CITY OF MIAMI BEACH
/:':;;~~.p
(.,~ !.'-:~..---
Gus Lopez, CPPO
Procurement Director
CITY OF MIAMI BEACH
1700 CONVENTION CENTER DRIVE, MIAMI BEACH. FLORIDA 33139
http:\\www.miamibeachfl.gov
m
PROCUREMENT DIVISION
Telephone (305) 673-7490
Facsimile (305) 673-7851
INVITATION TO BID NO. 08-04/05
ADDENDUM NO.2
June 16,2005
LANDSCAPE MAINTENANCE SERVICES is amended as follows:
CHANGE: THE MINIMUM REQUIREMENTS/BIDDER QUALIFICATIONS TO
READ AS FOLLOWS:
Prospective bidders shall have been in continuous business and licensed in the State of Florida for
a minimum of one (1) year. They must submit with their bids or within five (5) working days
thereafter, a minimum of eight (8) references and the contract amount(s). Bidders shall also
provide copies of licenses, certifications, etc. that indicate they are qualified to provide the
required scope of work.
DELETE: The Bid Guaranty Requirement.
REFERENCE SECTION 1.27 - BID GUARANTY/PAYMENT AND PERFORMANCE
BONDS:
CHANGE TO READ AS FOLLOWS:
The maximum bond requirement shall be a Performance Bond in the amount of$150,000
per year, and a Payment Bond in the amount of $75,000 per year for the duration of the
contract(s)
Reference Section 3.1.6 - SCOPE OF WORK
Section (A) The at grade Beachwalk -
ADD: All structures and vegetation in irrigated areas west of the walkway and all plantings
within 120' east of the Erosion Control Line; including all street ends and dune crossovers.
Beachwalk Street Ends: 15th, 17th, 18th 19th, 20th." The Erosion Control Line typically runs along
the west edge ofthe walkway within one or two feet and no further than five feet from west edge
of Beachwalk pavers.
Section (B) The raised Boardwalk -
ADD: All structures and vegetation bordered by the beach sand to the East of the Boardwalk
(Including the Dunes) and all vegetation 30 linear feet to the west side of the Boardwalk running
the entire length of the Boardwalk; including all street-ends and dune crossovers adjacent to the
walking surface. Boardwalk Street Ends: 21 st, 22nd, 23rd, 29th thru to and including 43rd
Section (C) Spoil Areas -
ADD: 35th - 36th St. Parking Lot (3500 Collins Ave.). Spoil Areas to include all sand and
vegetation at listed City of Miami Beach Parks and Parking Lots, bordered to the east by the Dune
Area, to the west by a coral rock wall, and bordered to the north and south by the limits of City
owned property.
NOTE: 71 st St. Street End is NOT included in project area.
ADD: SERVICE EXCELLENCE STANDARDS: Excellent Customer Service is the standard
of the City of Miami Beach. As contract employees of the City, all employees of the successful
bidder will be required to conduct themselves in a professional, courteous and ethical manner at
all times and adhere to the City's Service Excellence standards.
Q: In my professional opinion, it seems that the palm trees will need significant work to
revitalize and return to an attractive condition. Is the City going to require the current service
provider to do the work?
A: Yes. However, any services required that are outside the scope of work as described in the
specifications will be at an additional cost to the City.
Bidders are reminded to please acknowledge receipt of this addendum with their bids or the bid
may be considered non-responsive.
CITY OF MIAMI BEACH
,,-/' /,"'
(~->~-- -
Gus Lopez, CPPO
Procurement Director
CITY OF MIAMI BEACH
1700 CONVENTION CENTER DRIVE. MIAMI BEACH. FLORIDA 33139
http:\\www.miamibeachfl.gov
m
PROCUREMENT DIVISION
Telephone (305) 673-7490
Facsimile (305) 673-7851
INVITATION TO BID NO. 08-04/05
ADDENDUM NO.1
April 4, 2005
LANDSCAPE MAINTENANCE SERVICES is amended as follows:
I. ADD: A Non-Mandatory Site Visit has been scheduled for 8:30 a.m. on April 6, 2005.
Prospective Bidders shall meet at the north end of the contract site located at the 73rd Street
Parking Lot.
The Site Visit will take approximately three (3) hours.
The purpose ofthe Site Visit is to discuss/clarify the boundaries/locations as stated in the bid
specifications, ONLY. Questions relative to the scope of work or any other subject WILL NOT
be addressed at this Site Visit.
Should prospective bidders have questions relative to the required scope of work, those
questions must be submitted in writing to the Procurement Division no later than April 8, 2005
at 3:00 p.m.
II. ADD: Tape recording of the Pre-Bid Conference is available in the Procurement Division
for a price of$15.00.
Inasmuch as this change does not materially affect the bid document, bidders are not required to
acknowledge this addendum to be deemed responsive.
CITY OF MIAMI BEACH
/"'''''/' ;"""P"
/- ~"'
I' i..<"'~'~'-
I .
Gus Lopez, CPPO
Procurement Director
Je
CITY OF MIAMI BEACH
lQ
1700 CONVENTION CENTER DRIVE, MIAMI BEACH, FLORIDA 33139
http:\\www.miamibeachfl.gov
PROCUREMENT DIVISION
Telephone (305) 673.7490
Facsimile (305) 673.7851
PUBLIC NOTICE
INVITATION TO BID NO. 08-04/05
Sealed bids will be received by the City of Miami Beach Procurement Director, 3rd Floor, 1700
Convention Center Drive, Miami Beach, Florida 33139, until 3:00 p.m. on the 15th day of April,
2005 for:
LANDSCAPE MAINTENANCE SERVICES
Scope of Work: The work specified in this section consists of furnishing all labor, machinery, tools,
means of transportation, supplies, equipment, materials, services and incidentals necessary to
provide complete landscape maintenance services as specified herein.
The work shall include but not be limited to, mowing, edging, landscape maintenance, herbicide
linsecticide application, turf management, irrigation system operation maintenance 1 repair and
replacement of plants, and litter retrieval and waste disposal as required.
Minimum Requirements: Prospective bidders must submit with their bids or within five (5)
working days thereafter, six references, of which at least three separate references must be of
contracts over $50,000/year in landscaping services. Also, prospective bidders must meet
qualifications as set forth by section 3.2 of the Bid Documents.
Prospective bidders shall submit a bid for all three (3) locations for the landscape maintenance
services to be considered responsive.
A non-mandatory Pre-Bid Conference is scheduled for March 30th, 2005 at 10:00 a.m., in the City
Manager's Large Conference Room, located at City Hall, 1700 Convention Center Drive, 4th Floor
Miami Beach Florida.
Estimated Annual Budget Amount: $215,000.
BID NO: 08-04/05
DATE: 03/11105
CITY OF MIAMI BEACH
2
CITY OF MIAMI BEACH
m
1700 CONVENTION CENTER DRIVE, MIAMI BEACH, FLORIDA 33139
http:\\www.miamibeachfl.gov
PROCUREMENT DIVISION
Telephone (305) 673-7490
Facsimile (305) 673.7851
PUBLIC NOTICE
INVITATION TO BID NO. 08-04/05
Sealed bids will be received by the City of Miami Beach Procurement Director, 3rd Floor, 1700
Convention Center Drive, Miami Beach, Florida 33139, until 3:00 p.m. on the 15th day of April,
2005 for:
LANDSCAPE MAINTENANCE SERVICES
Scope of Work: The work specified in this section consists of furnishing all labor, machinery, tools,
means of transportation, supplies, equipment, materials, services and incidentals necessary to
provide complete landscape maintenance services as specified herein.
The work shall include but not be limited to, mowing, edging, landscape maintenance, herbicide
linsecticide application, turf management, irrigation system operation maintenance 1 repair and
replacement of plants, and litter retrieval and waste disposal as required.
Minimum Requirements: Prospective bidders must submit with their bids or within five (5)
working days thereafter, six references, of which at least three separate references must be of
contracts over $50,000/year in landscaping services. Also, prospective bidders must meet
qualifications as set forth by section 3.2 of the Bid Documents.
Prospective bidders shall submit a bid for all three (3) locations for the landscape maintenance
services to be considered responsive.
A non-mandatory Pre-Bid Conference is scheduled for March 30th, 2005 at 10:00 a.m., in the City
Manager's Large Conference Room, located at City Hall, 1700 Convention Center Drive, 4th Floor
Miami Beach Florida.
Estimated Annual Budget Amount: $215,000.
BID NO: 08-04/05
DATE: 03/11/05
CITY OF MIAMI BEACH
2
Bid Guaranty: All bids must be accompanied by a bid bond in the amount of $10,000. Refer to
Section 1.27.
Payment and Performance Bond: The successful Bidder(s) shall provide a Performance Bond and
Payment Bond as specified in Section 1.27 of the General Conditions.
At time, date, and place above, bids will be publicly opened. Any bids or proposals received aftcr
time and date specified will be returned to the bidder unopened. The responsibility for submitting a
bid/proposal before the stated time and date is solely and strictly the responsibility of the
bidder/proposer. The City is not responsible for delays caused by mail, courier service, including
U.S. Mail, or any other occurrence.
The City of Miami Bcach has contractcd with BidNct and has begun utilizing a ncw central bid
notification system created exclusively for state and local agencies located in South Florida. Created
in conjunction with BidNet(r), this new South Florida Purchasing system has replaced the
DemandStar system and allow vendors to register online and receive notification of new bids,
amendments and awards. Vendors with Internet access should review the registration options at the
following website: www.govbids.comlscripts/southflorida/public/homel.asp. If you do not have
Internct access, please call the BidNet(r) support group at 800-677-1997 extension # 214.
Any questions or clarifications concerning this Bid shall be submitted in writing by mail or facsimile
to the Procuremcnt Division, 1700 Convention Centcr Drivc, Miami Beach, FL 33139, or FAX:
(305) 673-7851. The Bid title/number shall be refcrenced on all correspondence. All questions must
bc receivcd no latcr than ten (10) calcndar days prior to the scheduled Bid opcning datc. All
rcsponscs to questions/clarifications will be sent to all prospective bidders in the form of an
addendum.
The City of Miami Bcach reserves thc right to accept any proposal or bid dcemcd to be in the best
intcrest of thc City of Miami Bcach, or waive any informality in any proposal or bid. Thc City of
Miami Beach may reject any and all proposals or bids.
YOU ARE HEREBY ADVISED THAT THIS INVITATION TO BID IS SUBJECT TO THE
"CONE OF SILENCE, .. IN ACCORDANCE WITH ORDINANCE NO. 2002-3378. A COPY
OF ALL WRITTEN COMMUNICA TION(S) REGARDING THIS BID MUST BE FILED WITH
THE CITY CLERK.
YOU ARE HEREBY ADVISED THAT THIS INVITATION TO BID IS SUBJECT TO THE
"CODE OF BUSINESS ETHICS" ("CODE"), IN ACCORDANCE WITH RESOLUTION NO.
2000-23879.
YOU ARE HEREBY ADVISED THAT THIS INVITATION TO BID IS SUBJECT TO THE
CITY OF MIAMI BEACH DEBARMENT ORDINANCE NO. 2000-3234.
YOU ARE HEREBY ADVISED THAT THIS INVITATION TO BID IS SUBJECT TO THE
BID SOLICITATION PROTEST ORDINANCE NO. 2002-3344.
BID NO: 08-04/05
DATE: 03/11/05
CITY OF MIAMI BEACH
3
LOBBYIST, PURSUANT TO THE CITY CODE, YOU ARE REQUIRED TO REGISTER AS
A LOBBYIST, AND AS OF MAY 18, 2002, ACCORDING TO ORDINANCE NO. 2002-
3363, ALL LOBBYISTS AND PRINCIPALS MUST FILE A FINANCIAL DISCLOSURE
STATEMENT WITH THE CITY CLERK'S OFFICE.
YOU ARE HEREBY ADVISED THAT THIS REQUEST FOR BID IS SUBJECT TO THE
CAMPAIGN CONTRIBUTIONS BY VENDORS ORDINANCE NO. 2003-3389.
YOU ARE HEREBY ADVISED THAT THIS BID SOLICITATION IS SUBJECT TO THE
LOCAL PREFERENCE ORDINANCE NO. 2003-3413. RESPONSIVE AND
RESPONSIBLE MIAMI BEACH-BASED VENDORS THAT ARE WITHIN 5% OF THE
LOWEST AND BEST BIDDER, WILL BE GIVEN AN OPPORTUNITY OF PROVIDING
SAID GOODS OR GENERAL SERVICES CONTAINED HEREIN, FOR THE LOWEST
RESPONSIVE BID AMOUNT.
YOU ARE HEREBY ADVISED THAT THIS BID SOLICITATION IS SUBJECT TO THE
LIVING WAGE ORDINANCE NO. 2001-3301. ALL EMPLOYEES WHO PROVIDE
SERVICES COVERED BY THE BID, SHALL BE PAID A LIVING WAGE OF NO LESS
THAN $8.56 AN HOUR WITH HEALTH BENEFITS, OR A LIVING WAGE OF NO LESS
THAN $9.81 AN HOUR WITHOUT HEALTH BENEFITS.
Detailed representation of all these ordinances can be found on the City of Miami Beach WebSite at
http://www .miamibeachfl. gOY /newcity / depts/purchase/bidintro.asp
CITY OF MIAMI BEACH
/;:::.~:,:~"./~~7
,,/' - ,/' ----
I / /..r'
1'. .....-
Gus Lopez, CPPO
Procurement Director
BID NO: 08-04/05
DATE: 03/11/05
CITY OF MIAMI BEACH
4
CITY OF MIAMI BEACH
1700 CONVENTION CENTER DRIVE, MIAMI BEACH, FLORIDA 33139
http:\\miamibeachfl.gov
PROCUREMENT DIVISION
Telephone (305) 673-7490
Facsimile (305) 673-7851
I NOTICE TO PROSPECTIVE BIDDERS
NO BID
If not submitting a bid at this time, please detach this sheet from the bid documents,
complete the information requested, and return to the address listed above.
NO BID SUBMITTED FOR REASON(S) CHECKED AND/OR INDICA TED:
_Our company does not handle this type of product/service.
_We cannot meet the specifications nor provide an alternate equal product.
_Our company is simply not interested in bidding at this time.
_Due to prior commitments, I was unable to attend pre-proposal meeting.
_OTHER. (Please specify)
We do _ do not _ want to be retained on your mailing list for future bids for the type or
product and/or service.
Signature:
Title:
Company:
Note: Failure to respond, either by submitting a bid.2! this completed form, may result in your
company being removed from the City's bid list.
BID NO: 08-04/05
DATE: 03/11/05
CITY OF MIAMI BEACH
5
LANDSCAPE MAINTENANCE SERVICES
BID # 08-04/05
1.0 GENERAL CONDITIONS
1.1 SEALED BIDS:
Original copy of Bid Form as well as any other pertinent documents must be returned in
order for the bid to be considered for award. All bids are subject to the conditions specified
hereon and on the attached Special Conditions, Specifications and Bid Form.
The completed bid must be submitted in a sealed envelope clearly marked with the Bid Title
to the City of Miami Beach Procurement Division, 3rd floor, 1700 Convention Center Drive,
Miami Beach, Florida 33139. Facsimile bids will not be accepted.
1.2 EXECUTION OF BID:
Bid must contain a manual signature of an authorized representative in the space provided on
the Bid Form. Failure to properly sign bid shall invalidate same and it shall NOT be
considered for award. All bids must be completed in pen and ink or typewritten. No
erasures are permitted. If a correction is necessary, draw a single line through the entered
figure and enter the corrected figure above it. Corrections must be initialed by the person
signing the bid. Any illegible entries, pencil bids or corrections not initialed will not be
tabulated. The original bid conditions and specifications CANNOT be changed or altered in
any way. Altered bids will not be considered. Clarification of bid submitted shall be in
letter form, signed by bidders and attached to the bid.
1.3 NO BID:
If not submitting a bid, respond by returning the enclosed bid form questionnaire, and
explain the reason. Repeated failure to bid without sufficient justification shall be cause for
removal of a supplier's name from the bid mailing list.
1.4 PRICES QUOTED:
Deduct trade discounts and quote firm net prices. Give both unit price and extended total,
when requested. Prices must be stated in units of quantity specified in the bidding
specifications. In case of discrepancy in computing the amount of the bid, the UNIT PRICE
quoted will govern. All prices must be F.O.B. destination, freight prepaid (unless otherwise
stated in special conditions). Discounts for prompt payment. 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 ofbid(s).
1.5 TAXES:
The City of Miami Beach is exempt from all Federal Excise and State taxes. State Sales Tax
and Use Certificate Number is 04-00097-09-23.
1.6 MISTAKES:
BID NO: 08-04/05
DATE: 03/11/05
CITY OF MIAMI BEACH
6
Bidders are expected to examine the specifications, delivery schedules, bid prices and
extensions and all instructions pertaining to supplies and services. Failure to do so will be at
the bidder's risk.
1. 7 CONDITION AND PACKAGING:
It is understood and agreed that any item offered or shipped as a result of this bid shall be the
latest new and current model offered (most current production model at the time of this bid).
All containers shall be suitable for storage or shipment, and all prices shall include standard
commercial packaging.
1.8 UNDERWRITERS' LABORATORIES:
Unless otherwise stipulated in the bid, all manufactured items and fabricated assemblies shall
be u.L. listed or re-examination listing where such has been established by U.L. for the
item(s) offered and furnished.
1.9 BIDDER'S CONDITIONS:
The City Commission reserves the right to waive irregularities or technicalities in bids or to
reject all bids or any part of any bid they deem necessary for the best interest of the City of
Miami Beach, FL.
1.10 EQUIVALENTS:
If bidder offers makes of equipment or brands of supplies other than those specified in the
following, he must so indicate on his bid. Specific article(s) of equipment/supplies shall
conform in quality, design and construction with all published claims of the manufacturer.
Brand Names: Catalog numbers, manufacturers' and brand names, when listed, are
informational guides as to a standard of acceptable product quality level only and should not
be construed as an endorsement or a product limitation of recognized and legitimate
manufacturers. . Bidders shall formally substantiate and verify that product(s) offered
conform with or exceed quality as listed in the specifications.
Bidder shall indicate on the bid form the manufacturer's name and number if bidding other
than the specified brands, and shall indicate ANY deviation from the specifications as listed.
Other than specified items offered requires complete descriptive technical literature marked
to indicate detail(s) conformance with specifications and MUST BE INCLUDED WITH
THE BID. NO BIDS WILL BE CONSIDERED WITHOUT THIS DATA.
Lacking any written indication of intent to quote an alternate brand or model number, the bid
will be considered as a bid in complete compliance with the specifications as listed on the
attached form.
1.11 NON-CONFORMANCE TO CONTRACT CONDITIONS:
Items may bc tested for compliance with specifications. Item delivered, not conforming to
specifications, may be rejectcd and returned at vendor's expense. These items and items not
delivered as per delivery date in bid and/or purchase order may be purchased on the opcn
market.
Any increase in cost may be charged against the bidder.
BID NO: 08-04/05
DA TE: 03/11/05
CITY OF MIAMI BEACH
7
Any violation of these stipulations may also result in:
A) Vendor's name being removed from the vendor list.
B) All departments being advised not to do business with vendor.
1.12 SAMPLES:
Samples of items, when required, must be furnished free of expense and, if not destroyed,
will, upon request, be returned at the bidder's expense. Bidders will be responsible for the
removal of all samples furnished within (30) days after bid opening. All samples will be
disposed of after thirty (30) days. Each individual sample must be labeled with bidder's
name. Failure of bidder to either deliver required samples or to clearly identify samples may
be reason for rejection of the bid. Unless otherwise indicated, samples should be delivered to
the Procurement Division, 1700 Convention Center Drive, Miami Beach, FL 33139.
1.13 DELIVERY:
Unless actual date of delivery is specified (or if specified delivery cannot be met), show
number of days (in calendar days) required to make delivery after receipt of purchase order,
in space provided. Delivery time may become a basis for making an award. Delivery shall
be within the normal working hours ofthe user, Monday through Friday, excluding holidays.
1.14 INTERPRETATIONS:
Unless otherwise stated in the bid, any questions concerning conditions and specifications
should be submitted in writing to the Procurement Director, 1700 Convention Center Drive,
Miami Beach, FL 33139. Fax (305) 673-7851.
1.15 BID OPENING:
Bids shall be opened and publicly read on the date, time and place specified on the Bid
Form. All bids received after the date, time, and place shall be returned, unopened.
1.16 INSPECTION, ACCEPTANCE & TITLE:
Inspection and acceptance will be at destination unless otherwise provided. Title t%r risk
of loss or damage to all items shall be the responsibility of the successful bidder until
acceptance by the buyer unless loss or damage result from negligence by the buyer.
If the materials or services supplied to the City are found to be defective or not conform to
specifications, the City reserves the right to cancel the order upon written notice to the seller
and return product at bidder's expense.
1.17 PAYMENT:
Payment will be made by the City after the items awarded to a vendor have been received,
inspected, and found to comply with award specifications, free of damage or defect and
properly invoiced.
1.18 DISPUTES:
In case of any doubt or difference of opinion as to the items to be furnished hereunder, the
decision of the City shall be final and binding on both parties.
BID NO: 08-04/05
DATE: 03/11105
CITY OF MIAMI BEACH
8
1.19 LEGAL REQUIREMENTS:
Federal, State, county and city laws, ordinances, rules and regulations that in any manner
affcct the items covered herein apply. Lack ofknowlcdge by the biddcr will in no way be a
cause for relief from responsibility.
1.20 PATENTS & ROYALTIES:
The bidder, without exception, shall indemnify and save harmless the City of Miami Beach,
Florida and its employees from liability of any nature or kind, including cost and expcnses
for, or on account of, any copyrightcd, patented, or unpatented invcntion, 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 exception, that the bid
prices shall include all royalties or cost arising from the use of such design, device, or
materials in any way involved in the work.
1.21 OSHA:
The bidder warrants that the product supplied to the City of Miami Beach, Florida shall
conform in all respects to the standards set forth in the Occupational Safety and Health Act
of 1970, as amended, and the failure to comply with this condition will be considered as a
breach of contract. Any fines levied because of inadequacies to comply with these
requirements shall be borne solely by the bidder responsible for same.
1.22 SPECIAL CONDITIONS:
Any and all Special Conditions that may vary from these General Conditions shall have
prccedcnce.
1.23 ANTI-DISCRIMINATION:
The bidder certifies that he/she is in compliance with the non-discrimination clause
contained in Section 202, Executive Order 11246, as amended by Executive Order 11375,
relative to equal employment opportunity for all persons without regard to race, color,
religion, sex or national origin.
1.24 AMERICAN WITH DISABILITIES ACT:
Call (305) 673-7490NOICE to request material in accessible format; sign language
interpreters (five days in advance when possible), or information on access for persons with
disabilities. For more information on ADA compliance please call Heidi Johnson Wright,
Public Works Department, at 305.673.7080.
1.25 QUALITY:
All materials used for the manufacture or construction of any supplies, materials or
equipment covered by this bid shall be new. The items bid must be new, the latest model, of
the best quality, and highest grade workmanship.
BID NO: 08-04/05
DATE: 03/11/05
CITY OF MIAMI BEACH
9
1.26 LIABILITY, INSURANCE, LICENSES AND PERMITS:
Where bidders are required to enter or go onto City of Miami Beach propcrty to dcliver
matcrials or pcrform work or services as a rcsult of a bid award, the successful bidder will
assume the full duty, obligation and expcnse of obtaining all neccssary liccnses, permits and
insurance and assure all work complies with all applicable Dade County and City of Miami
Bcach building code requiremcnts and the South Florida Building Code. The bidder shall be
liable for any damages or loss to thc City occasioned by negligence of the bidder (or agent)
or any pcrson the bidder has designated in the completion of the contract as a result of his or
her bid.
1.27 BID GUARANTY/PAYMENT AND PERFORMANCE BONDS:
All bids shall be accompanied by either an original bid bond executed by a surety company
meeting the qualifications for surety companies, or by cash, money order, certified check,
cashier's check, Bid Guaranty Form, Unconditional Letter of Credit (Fonn 00410),
treasurer's check or bank draft of any national or state bank (United States), in the amount
of $10,000, payable to City of Miami Beach, Florida, and conditioned upon thc successful
Bidder executing the Contract and providing the evidence of required insurance within ten
(l0) calendar days after notification of award ofthe Contract. A PERSONAL CHECK OR
A COMPANY CHECK OF A BIDDER SHALL NOT BE DEEMED A VALID BID
SECURITY. Security of the successful Bidder shall be forfeited to the City of Miami Bcach
as liquidated damages, not as a penalty, for the cost and expense incurred should said Bidder
fail to execute the Contract, provide the required Performance Bond, Payment Bond and
Certificate(s) ofInsurancc within ten (10) calendar days after notification of the award of the
Contract, or failurc to comply with any other requirements set forth herein. The time for
cxecution of the Contract and provision of the Performance Bond, Payment Bond and
Ccrtificatc(s) of Insurance may be extended by the City's Procurement Director for good
cause shown. Bid Securitics of the unsuccessful Bidders will be rcturned aftcr award of
Contract.
Succcssful Bidder(s) shall provide a Performance Bond in the amount of $50,000 per
awarded location per year, and a Payment Bond in the amount of$25,000 per awarded
location per year. The maximum bond requirement shall be a Performance Bond in the
amount of $300,000 per year, and a Payment Bond in the amount of$150,000 per year for
the duration of the contract(s). Each payment and performance bond must be valid for the
first year of the contract, and any subsequent contract year(s) must be contingent upon thc
bidder providing the City with properly executed payment and performance bonds.
1.28 DEFAULT:
Failure or refusal ofa bidder to execute a contract upon award, or withdrawal ofa bid bcfore
such award is made, may result in forfeiture of that portion of any bid surety required equal
to liquidated damages incurred by the City thereby, or where surety is not required, failure to
execute a contract as described above may be grounds for removing the biddcr from the
bidder's list
BID NO: 08-04/05
DATE: 03/11/05
CITY OF MIAMI BEACH
10
1.29 CANCELLATION:
In the event any ofthe provisions of this bid are violated by the contractor, the Procurement
Director shall give written notice to the contractor stating the deficiencies and unless
deficiencies are corrected within ten (10) days, recommendation will be made to the City
Commission for immediate cancellation.
The City Commission of Miami Beach, Florida reserves the right to terminate any contract
resulting from this invitation at any time and for any reason, upon giving thirty (30) days
prior written notice to the other party.
1.30 BILLING INSTRUCTIONS:
Invoices, unless otherwise indicated, must show purchase order numbers and shall be
submitted in DUPLICATE to the City of Miami Beach, Accounts Payables Department,
1700 Convention Center Drive, Miami Beach, Florida 33139.
1.31 NOTE TO VENDORS DELIVERING TO THE CITY OF MIAMI BEACH:
Receiving hours are Monday through Friday, excluding holidays, from 8:30 A.M. to 5:00
P.M.
1.32 SUBSTITUTIONS:
The City of Miami Beach, Florida WILL NOT accept substitute shipments of any kind.
Bidder(s) is expected to furnish the brand quoted in their bid once awarded. Any substitute
shipments will be returned at the bidder's expense.
1.33 FACILITIES:
The City Commission reserves the right to inspect the bidder's facilities at any time with
prior notice.
1.34 BID TABULATIONS:
Bidders desiring a copy of the bid tabulation may request same by enclosing a self-addressed
stamped envelope with the bid.
1.35 BID PROTEST PROCEDURES:
Bidders that are not selected may protest any recommendation for Contract award in
accordance with City of Miami Beach Ordinance No. 2002-3344, which establishes
procedures for resulting protested bids and proposed awards. Protest not timely pursuant
to the requirements of Ordinance No. 2002-3344 shall be barred.
1.36 CLARIFICA TION AND ADDENDA TO BID SPECIFICATIONS:
If any person contemplating submitting a Bid under this Solicitation is in doubt as to the true
meaning of the specifications or other Bid documents or any part thereof, the Bidder must
submit to the City of Miami Beach Procurement Director at least ten (10) calendar days prior
to scheduled Bid opening, a request for clarification. All such requests for clarification must
be made in writing and the person submitting the request will be responsible for its timely
delivery.
BID NO: 08-04/05
DATE: 03/11105
CITY OF MIAMI BEACH
11
Any interpretation of the Bid, ifmade, will be made only by Addcndum duly issued by the
City of Miami Beach Procurement Director. The City shall issue an Informational
Addendum if clarification or minimal changes are requircd.
The City shall issuc a Formal Addcndum if substantial changes which impact the technical
submission of Bids is required. A copy of such Addcndum shall be sent by mail or facsimile
to each Biddcr rcceiving the Solicitation. In the cvcnt of conflict with the original Contract
Documcnts, Addendum shall govern all other Contract Documents to the extent specified.
Subsequent addendum shall govern over prior addendum only to the extent specified. The
Bidder shall be required to acknowledge receipt of the Formal Addcndum by signing in the
space provided on the Bid Proposal Form. Failurc to acknowledge Addendum shall dcem its
Bid non-responsive; provided, however, that the City may waive this requirement in its best
interest. The City will not be responsible for any other explanation or interpretation made
verbally or in writing by any other city representative.
1.37 DEMONSTRA TION OF COMPETENCY:
I) Pre-award inspection of the Bidder's facility may be made prior to the award of contract.
Bids will only be considered from firms which are regularly engaged in the business of
providing the goods and/or services as described in this Bid. Biddcrs must be able to
demonstrate a good record of performance for a reasonable period of time, and have
sufficient financial support, equipment and organization to insure that they can satisfactorily
execute the services if awarded a contract under the terms and conditions herein stated. The
terms "equipment and organization" as used herein shall be construcd 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 Bcach.
2) The City may consider any evidence available regarding the financial, technical and other
qualifications and abilitics of a Bidder, including past pcrfonnance (cxperience) with the
City in making thc award in the best interest of the City.
3) The City may require Bidders to show proof that they have been designated as authorized
representatives of a manufacturer or supplier which is the actual source of supply. In these
instances, the City may also require material information from the source of supply
rcgarding the quality, packaging, and characteristics of the products to be supplies to the City
through the designated representative. Any conflicts between this material information
provided by the source of supply and the information contained in the Bidder's Proposal may
render the Bid non-responsive.
4) The City may, during the period that the Contract between the City and the successful
Bidder is in force, review the successful Bidder's record of performance to insure that the
Bidder is continuing to provide sufficient financial support, cquipment and organization as
prescribed in this Solicitation.
Irrespective of the Bidder's performance on contracts awarded to it by the City, the City may
place said contracts on probationary status and implement termination procedures ifthe City
determines that the successful Bidder no longer possesses the financial support, equipment
and organization which would have been necessary during the Bid evaluation period in order
BID NO: 08-04/05
DATE: 03/11/05
CITY OF MIAMI BEACH
12
to comply with this demonstration of competency section.
1.38 DETERMINATION OF AWARD
The City Commission shall award the contract to the lowest and best bidder. In
determining the lowest and best bidder, in addition to price, there shall be considered the
following:
a. The ability, capacity and skill of the bidder to perform the Contract.
b. Whether the bidder can perfoffil the Contract within the time specified, without
delay or interference.
c. The character, integrity, reputation, judgemcnt, expericnce and efficicncy of
the bidder.
d. The quality of performance of prcvious contracts.
e. The previous and existing compliance by the bidder with laws and ordinances
relating to the Contract.
1.39 ASSIGNMENT:
The contractor shall not assign, transfer, convey, sublet or otherwise dispose of this contract,
including any or all of its right, title or interest therein, or his or its power to execute such
contract to any person, company or corporation without prior written consent of the City of
Miami Beach.
1.40 LAWS, PERMITS AND REGULATIONS:
The bidder shall obtain and pay for all licenses, permits and inspection fees required for this
project; and shall comply with all laws, ordinances, regulations and building code
requirements applicable to the work contemplated herein.
1.41 OPTIONAL CONTRACT USAGE:
As provided in Section 287.042 (17), Florida Statutes, other State agencies may purchase
from the resulting contract, provided the Department of Management Services, Division of
Procurement, has certified its use to be cost effective and in the best interest of the State.
Contractors have the option of selling these commodities or services certified by the Division
to the other State agencies at the agencies option.
1.42 SPOT MARKET PURCHASES:
It is the intent of the City to purchase the items specifically listed in this bid from the
awarded vendor. However, items that are to be Spot Market Purchased may be purchased by
other methods, i.e. Federal, State or local contracts.
1.43 ELIMINA TION FROM CONSIDERATION
This bid solicitation shall not be awarded to any person or firm which is in arrears to the City
upon any debt, taxes or contracts which are defaulted as surety or otherwise upon any
obligation to the City.
BID NO: 08-04/05
DATE: 03/11/05
CITY OF MIAMI BEACH
13
1.44 WAIVER OF INFORMALITIES
The City reserves the right to waive any infonnalities or irregularities in this bid solicitation.
1.45 ESTIMATED QUANTITIES
Estimated quantities or estimated dollars, if provided, are for City guidance only. No
guarantee is expressed or implied as to quantities or dollars that will be used during the
contract period. The City is not obligated to place any order for a given amount subsequent
to the award ofthis bid solicitation. Estimates are based upon the City's actual needs and/or
usage during a previous contract period. The City for purposes of determining the low bidder
meeting specifications may use said estimates.
1.46 COLLUSION
Bids from related parties. Where two (2) or more related parties each submit a bid or
proposal for any contract, such bids or proposals shall be presumed to be collusive. The
foregoing presumption may be rebutted by presentation of evidence as to the extent of
ownership, control and management of such related parties in the preparation and submittal
of such bids or proposals. Related parties mean bidders or proposers or the principals thereof
which have a direct or indirect ownership interest in another bidder or proposer for the same
contract or in which a parent company or the principals thereof of one (1) bidder or proposer
have a direct or indirect ownership interest in another bidder or proposer for the same
contract. Bids or proposals found to be collusive shall be rejected. Bidders or Proposers
who have been found to have engaged in collusion may be considered non-responsible, and
may be suspended or debarred, and any contract resulting from collusive bidding may be
terminated for default.
1.47 DISPUTES
In the event of a conflict between the documents, the order of priority of the documents shall
be as follows:
· Any agreement resulting from the award of this Bid (if applicable); then
· Addenda released for this Bid, with the latest Addendum taking precedence; then
· The Bid; then
· Awardee's Bid.
1.48 REASONABLE ACCOMMODATION
In accordance with the Title II of the Americans with Disabilities Act, any person requiring
an accommodation at the RFP opening because of a disability must contact Heidi Johnson
Wright at the Public Works Department at (305) 673-7080.
1.49 GRATUITIES
Proposers shall not offer any gratuities, favors, or anything of monetary value to any official,
employee, or agent of the City, for the purpose of influencing consideration of this proposal.
1.50 SIGNED BID CONSIDERED AN OFFER
The signed bid shall be considered an offer on the part of the bidder or contractor, which
offer shall be deemed accepted upon approval by the City Commission ofthe City of Miami
BID NO: 08-04/05
DATE: 03/11/05
CITY OF MIAMI BEACH
14
Bcach, Florida and in casc of dcfault on the part of successful bidder or contractor, after such
acceptance, the City llIay procure the items or services from other sourccs and hold the
bidder or contractor responsible for any cxcess cost occasioned or incurred thereby.
Additionally, the City may take such action.
1.51 BID CLARIFICATION:
Any questions or clarifications concerning this Invitation to Bid shall be submitted in writing
by mail or facsimile to the Procurement Department, 1700 Convcntion Center Drive, Miami
Bcach, FL 33139 FAX: (305) 673-7851. The bid title/numbcr shall be referenced on all
corrcspondence. All questions must be received no later than ten (10) calendar days
prior to the scheduled bid opening date.
All responses to questions/clarifications will be sent to all prospective bidders in the form of
an addendum. NO QUESTIONS WILL BE RECEIVED VERBALLY OR AFTER SAID
DEADLINE.
1.52 TIE BIDS:
Please be advised that in accordance with Florida Statues Section 287.087, regarding
identical tie bids, prefercnce will be given to vendors certifying that they have implemented
a drug free work place program. A certification form will be required at that time.
1.53 PUBLIC ENTITY CRIMES (PEC):
A person or affiliate who has becn placed on the convicted vendor list following a conviction
for public entity crimes may not submit a bid on a contract to provide any goods or services
to a public entity, may not submit a bid on a contract with a public entity for the construction
or repair of a public building or public work, may not submit bids on leases of real property
to public entity, may not be awarded or perform work as a contractor, supplier, sub-
contractor, or consultant under a contract with a public entity, and may not transact business
with any public entity in excess of the threshold amount provided in Sec. 287.017, for
CA TEGORY TWO for a period of36 months from the date of being placed on the convictcd
vendor list.
1.54 DETERMINA TION OF RESPONSIVENESS:
Determination of responsiveness taken place at the time of bid opening and evaluation. In
order to be decmed a responsive bidder, your bid must conform in all material respects to the
requirements stated in their Bid.
1.55 DELIVERY TIME:
Vendors shall specify on the attached Bid Form, the guarantecd delivery time (in calendar
days) for each item. It must be a firm delivery time, no ranges will be accepted, i.e.; 12-14
days.
BID NO: 08-04/05
DA TE: 03/11/05
CITY OF MIAMI BEACH
15
1.56 CONE OF SILENCE
This invitation to bid is subject to the "Cone of Silence" in accordance with Ordinance No.
2002-3378. A copy of all written communication(s) regarding this bid must be filed with the
city elerk.
1.57 TERMINATION FOR DEFAULT
If through any cause within the reasonable control of the successful bidder, it shall fail to
fulfill in a timely manner, or otherwise violate any of the covenants, agreements, or
stipulations material to the Agreement, the City shall thereupon have the right to terminate
the services then remaining to be performed by giving written notice to the successful bidder
of such termination which shall become effective upon receipt by the successful bidder of
the written termination notice.
In that event, the City shall compensate the successful bidder in accordance with the
Agreement for all services performed by the bidder prior to termination, net of any costs
incurred by the City as a consequence of the default.
Notwithstanding the above, the successful bidder shall not be relieved ofliability to the City
for damages sustained by the City by virtue of any breach of the Agreement by the bidder,
and the City may reasonably withhold payments to the successful bidder for the purposes of
set off until such time as the exact amount of damages due the City from the successful
bidder is determined.
1.58 TERMINATION FOR CONVENIENCE OF CITY
The City may, for its convenience, terminate the services then remaining to be performed at
any time without cause by giving written notice to successful bidder of such termination,
which shall become effective thirty (30) days following receipt by bidder of such notice. In
that event, all finished or unfinished documents and other materials shall be properly
delivered to the City. If the Agreement is terminated by the City as provided in this section,
the City shall compensate the successful bidder in accordance with the Agreement for all
services actually performed by the successful bidder and reasonable direct costs of
successful bidder for assembling and delivering to City all documents. No compensation
shall be due to the successful bidder for any profits that the successful bidder expected to
earn on the balanced of the Agreement. Such payments shall be the total extent of the City's
liability to the successful bidder upon a termination as provided for in this section.
1.59 INSURANCE AND INDEMNIFICATION:
(See Check List for applicability to this contract)
The contractor shall be responsible for his work and every part thereof, and for all materials,
tools, appliances and property of every description, used in connection with this particular
project. He shall specifically and distinctly assume, and does so assume, all risks of damage
or injury to property or persons used or employed on or in connection with the work and of
all damage or injury to any person or property wherever located, resulting from any action or
operation under the contract or in connection with the work.
It is understood and agreed that at all times the contractor is acting as an independent
contractor.
BID NO: 08-04/05
DATE: 03/11105
CITY OF MIAMI BEACH
16
The contractor, at all times during the full duration of work under this contract, including
extra work in connection with this project shall meet the following requirements:
Maintain Worker's Compensation and Employer's Liability Insurance to meet the statutory
requirements of the State of Florida.
Maintain Comprehensive General Liability Insurance in amounts prescribed by the City (see
checklist for limits) to protect the contractor in the interest of the City against all risks of
injury to persons (including death) or damage to property wherever located resulting from
any action or operation undcr the contract or in connection with the work. This policy is to
provide coverage for premises/operations, independent contractor, broad form property
damage, products/completed operations and contractual liability.
Maintain Automobile Liability Insurance including Property Damage covering all owned,
non-owned or hired automobiles and equipment used in connection with the work.
Maintain any additional coverages required by the Risk Manager as indicated on the
Insurance Check List. Name the City of Miami Beach as an additional insured on all liability
policies required by this contract. When naming the City of Miami Beach as an additional
insured onto your policies, the insurance companies hereby agree and will endorse the
policies to state that the City will not be liable for the payment of any premiums or
assessments. A copy of the endorsement(s) naming the City of Miami Beach as an
additional insured is required and must be submitted to the City's Risk Manager.
No change or cancellation in insurance shall be made without thirty (30) days written notice
to the City of Miami Beach Risk Manager.
All insurance policies shall be issued by companies authorized to do business under the laws
of the State of Florida and these companies must have a rating of at least B+:VI or better per
Best's Key Rating Guide, latest edition.
Original signed Certificates of Insurance, evidencing such coverages and endorsements as
required herein, shall be filed with and approved by the City of Miami Beach Risk Manager
before work is started.
The certificate must state Bid Number and Title. Upon expiration ofthe required insurance,
the contractor must submit updated certificates of insurance for as long a period as any work
is still in progress.
It is understood and agreed that all policies of insurance provided by the contractor are
primary coverage to any insurance or self-insurance the City of Miami Beach possesses that
may apply to a loss resulting from the work performed in this contract.
All policies issued to cover the insurance requirements herein shall provide full coverage
from the first dollar of exposure. No deductibles will be allowed in any policies issued on
this contract unless specific safeguards have been established to assure an adequate fund for
BID NO: 08-04/05
DATE: 03/11/05
CITY OF MIAMI BEACH
17
payment of deductibles by the insured and approved by the City's Risk Manager.
The liability insurance coverage shall extend to and include the following contractual
indemnity and hold harmless agreement:
"The contractor hereby agrees to indemnify and hold harmless the City of Miami Beach, a
municipal corporation, its officers, agents, and employees from all claims for bodily injuries
to the public in and up to the amount of $1 ,000,000.00 for each occurrence and and for all
damages to the property of others in and up to the amount of $1,000,000.00 for each
occurrence per the insurance requirement under the specifications including costs of
investigation, all expenses of litigation, including reasonable attorney fees and the cost of
appeals arising out of any such claims or suits because of any and all acts of omission or
commission of any by the contractor, his agents, servants, or employees, or through the mere
existence of the project under contract".
The foregoing indemnity agreement shall apply to any and all claims and suits other than
claims and suits arising out of the sole and exclusive negligence ofthe City of Miami Beach,
its officers, agents, and employees, as determined by a court of competent jurisdiction.
The contractor will notify his insurance agent without delay of the existence of the Hold
Harmless Agreement contained within this contract, and furnish a copy of the Hold Harmless
Agreement to the insurance agent and carrier.
The contractor will obtain and maintain contractual liability insurance in adequate limits for
the sole purpose of protecting the City of Miami Beach under the Hold Harmless Agreement
from any and all claims arising out of this contractual operation.
The contractor will secure and maintain policies of subcontractors. All policies shall be
made available to the City upon demand. Compliance by the contractor and all
subcontractors with the foregoing requirements as to carrying insurance and furnishing
copies ofthe insurance policies shall not relieve the contractor and all subcontractors of their
liabilities and obligations under any Section or Provisions of this contract. Contractor shall
be as fully responsible to the City for the acts and omissions of the subcontractor and of
persons employed by them as he is for acts and omissions of persons directly employed by
him.
Insurance coverage required in these specifications shall be in force throughout the contract
term. Should any awardee fail to provide acceptable evidence of current insurance within
seven days of receipt of written notice at any time during the contract term, the City shall
have the right to consider the contract breached and justifying the termination thereof.
Ifbidder does not meet the insurance requirements of the specifications; alternate insurance
coverage, satisfactory to the Risk Manager, may be considered.
It is understood and agreed that the inclusion of more than one insured under these policies
shall not restrict the coverage provided by these policies for one insured hereunder with
respect to a liability claim or suit by another insured hereunder or an employee of such other
insured and that with respect to claims against any insured hereunder, other insureds
BID NO: 08-04/05
DATE: 03/11/05
CITY OF MIAMI BEACH
18
hereunder shall be considered members of the public; but the provisions of this Cross
Liability clause shall apply only with respect to liability arising out of the ownership,
maintenance, use, occupancy or repair of such portions of the premises insured hereunder as
are not reserved for the exclusive use of occupancy of the insured against whom claim is
made or suit is filed.
BID NO: 08-04/05
DATE: 03/11/05
CITY OF MIAMI BEACH
19
XXX 1.
XXX 2.
XXX 3.
XXX 5.
XXX 7.
XXX 8.
XXX 9.
INSURANCE CHECK LIST
Workers' Compensation and Employer's Liability per the Statutory limits of the state of
Florida.
Comprehensive General Liability (occurrence form), limits ofliability $ 1.000.000.00
per occurrence for bodily injury property damage to include Premises/ Operations;
Products, Completed Operations and Contractual Liability. Contractual Liability and
Contractual Indemnity (Hold harmless endorsement exactly as written in "insurance
requirements" of specifications).
Automobile Liability - $1,000,000 each occurrence - owned/non-owned/hired
automobiles included.
4.
Excess Liability - $
.00 per occurrence to follow the primary coverages.
The City must be named as and additional insured on the liability policies; and it must
be stated on the certificate.
6.
Other Insurance as indicated:
_ Builders Risk completed value
_ Liquor Liability
_ Fire Legal Liability
_ Protection and Indemnity
_ Employee Dishonesty Bond
Other
$
$
$
$
$
$
.00
.00
.00
.00
.00
.00
Thirty (30) days written cancellation notice required.
Best's guide rating B+: VI or better, latest edition.
The certificate must state the bid number and title
BIDDER AND INSURANCE AGENT STATEMENT:
We understand the Insurance Requirements of these specifications and that evidence of this
insurance may be required within five (5) days after bid opening.
Bidder
Signature of Bidder
BID NO: 08-04/05
DATE: 03/11105
CITY OF MIAMI BEACH
20
LANDSCAPE MAINTENANCE SERVICES
BID # 08-04/05
2.0 SPECIAL CONDITIONS
2.1 PURPOSE:
The purpose of this bid is to establish a contract, by means of sealed bids, for complete site
maintenance service as specified herein, from a source( s) of supply that will give prompt and
efficient service.
2.2 TERM OF CONTRACT:
This contract shall commence the day after date of award by the Mayor and City
Commission. The maintenance period shall begin 10 days after receipt of a notice to
proceed, and continue for a period of three (3) years, pending available funding.
The City of Miami Beach has the option to renew the contract at its sole discretion for an
additional two (2) year period on a year to year basis. Renewal of the contract is a City of
Miami Beach prerogative, not a right ofthe 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 ofthe contract.
Said month to month extension shall be upon the same terms of the contract and at the
compensation and payment provided herein.
Option to Renew / Adiustment to Contract Amount: In the event the City of Miami Beach
exercises its option to renew beyond the initial three (3) year contract, the contract prices and
any other terms the city may choose to negotiate, will be reconsidered for adjustment 90
days prior to the renewal date due to increases or decreases in labor costs; but in no event
will the prices be increased or decreased by a percentage greater than the percentage change
reflected in the c.P.I as published by the U.S. Department of Labor. The City of Miami
Beach reserves the right to accept the renewal adjustment or to allow the contract to
terminate and re-advertise for bids, whichever is in the best interest of the City.
2.3 METHOD OF A WARD
Award of this contract may be made to the primary and secondary lowest and best
bidders, as defined in General Conditions 1.38, whose bid will be most advantageous to the
City of Miami Beach. Should the primary vendor fail to comply with the Terms and
Conditions of this Contract, the City reserves the right to award to the secondary vendor, if it
is deemed to be in the best interest of the City.
Each location specified in this bid could be awarded on an individual basis, so each
price quoted on the bid form must be capable of standing alone and not be dependant
on award of entire contract. Bidders are requested to state on the bid form a percentage
discount to be allowed per location should they be awarded the entire contract.
BID NO: 08-04/05
DATE: 03/11/05
CITY OF MIAMI BEACH
21
The City will calculate thc grand total of each/all bids minus the percentage discount and
determine award based on the lowest and best value bid.
2.4 CERTIFICATION, INVOICES AND PAYMENT:
2.4.1 Invoices:
Contractors shall submit two (2) copies of all invoices to the Parks and Recreation
Department, Parks Maintenance Division, 2100 Meridian A venue, Miami Beach,
Florida, 33139.
2.4.2 Payment
The City agrees to pay to Contractor for the maintenance services described herein
the following compensation during the term of the Contract:
2.4.2.1 Payment - "Complete Service"
2.4.2.2
BID NO: 08-04/05
DATE: 03/11/05
(a)
Contractor supplies all expertise, supervIsIOn, labor, equipment,
material, transportation, facilities, and support services necessary to
complete the entire job as specified in the landscape maintenance
schedule and as indicated in the specifications.
The bid price is stated as "per service" amount. Each complete
service cycle must be invoiced separately on a monthly basis for
services rendered during said month and City will pay to Contractor
each month the "per service" payment amount.
The compensation to be paid by City shall be rendered in monthly
payments for work performed per bid item. Payment shall be made
within thirty (30) days upon receiving invoices, in duplicate,
providing that all work performed during the preceding month has
been inspected and accepted by the Project Manager and that all
applicable certifications and reports have been submitted in
accordance with the provisions of the Contract. The Contractor shall
look for payment exclusively from the funds of the City for which
these services have been provided.
If the Project Manager determines that the labor for work resulting
from vandalism, acts of God, or third party negligence can be
performed by Contractor's present work force, the Project Manager
may modify the Landscape Maintenance Schedule and substitute the
emergency work for regularly scheduled work.
(b)
(c)
(d)
Payments Withheld:
If, in the sole judgment of the Project Manager, the level of
maintenance is less than that specified herein, at his option, in
addition to or in lieu of other remedies provided herein, may withhold
payment from the Contractor for work not performed, until services
are rendered in accordance with specifications and providing no other
arrangements have been made between the Contractor and the Project
Manager. Notice of withholding must be in writing to the attention of
CITY OF MIAMI BEACH
22
2.4.2.3
2.4.2.4
BID NO: 08-04/05
DATE: 03/11/05
thc Procuremcnt Director.
Additional or Decreased Compensation:
A. Additional or decrcased compensation may bc authorized at
the discretion of the Project Manager, subjcct to City
budgetary conditions, for Deletion of Sites, Addition of Sites,
or Additional Work pcrformed by thc Contractor.
B. Price Adiustment For The Deletion ofSite(s):
The City reserves the right to temporary or permanently
dcletc existing sites, and/or services at existing sites. Sites
and/or scrvices which are removed shall be evaluated by both
the City and the contractor for the mutual determination of a
fair unit cost, to be based upon similar site receiving similar
service and/or similar services rendered at a similar site.
Should it be necessary for the Project Managcr to eliminate
any sites, it is understood that the corresponding per service
rate charged by the Contractor for maintenance services will
also bc deletcd from subsequcnt invoices sent to the
Department.
The Project Manager shall initiate the above request/action in
writing to the contractor, with a copy of the lctter and any/all
subsequent writtcn corrcspondence to the Procurement
Director.
C. Price Adiustments For The Addition of Sites:
The City reservcs the right to add ncw sites to the respective
contract(s), and to add services to the existing sites. Ncw
sites and/or service to be added shall be evaluated by both the
City and the contractor for the mutual determination of a fair
unit cost, to bc based upon similar sitc receiving similar
servicc and/or similar services rcndered at a similar sitc. Sitcs
and/or scrvices dcleted and later rc-added shall bc re-addcd at
the original contract unit cost, plus any index adjustment.
The Projcct Managcr shall initiate thc abovc requcst/action in
writing to the contractor, with a copy ofthc letter and any/all
subsequent writtcn corrcspondence to the Procurement
Director.
Development of and/or Improvement to Existing Sites
The City rescrves the right to develop and/or improve existing sites
CITY OF MIAMI BEACH
23
specified hcrein. 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.
2.5 ADDITIONS/DELETIONS OF FACILITIES:
SEE SECTION 2.4.3.3, PARAGRAPH. BAND C, AND 2.4.3.4 ABOVE.
2.6 PRICES SHALL BE FIXED AND FIRM FOR TERM OF CONTRACT:
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 initial three-year term of the contract;
provided, however, that the bidder may offer incentive discounts from this fixed price to the
City at any time during the contractual term.
2.7 PRE-BID CONFERENCE/SITE INSPECTION:
A non-mandatory pre-bid conference will be held at 10:00 A.M on March 30, 2005, at the
City of Miami Beach City Hall, 15t Floor Conference Room, located at 1700 Convention
Center Drive, Miami Beach Florida 33139.
2.8 VENDOR APPLICATION
The City of Miami Beach has contracted with BidNet and has begun utilizing a new central
bid notification system created exclusively for state and local agencies located in South
Florida. Created in conjunction with BidNet@, this new South Florida Purchasing system
has replaced the DemandStar system and allow vendors to register online and receive
notification of new bids, amendments and awards. Vendors with Internet access should
review the registration options at the following website:
www.govbids.com/scripts/southflorida/public/home1.asp. If you do not have Internet
access, please call the BidNet(r) support group at 800-677-1997 extension # 214.
2.9 CONTACT PERSON:
The contact person for this Invitation to Bid is John Ellis. The contact person may be
reached by phone: 305.673.7490; fax: 305.673.7851; or e-mail:
iohnellis(iV,miamibeachfl.gov. Communications between a proposer, bidder, lobbyist or
consultant and Procurement Staff is limited to matters of process or procedure.
Requests for additional infonnation or clarifications must be made in writing to the contact
person, with a copy to the City Clerk, no later than ten (10) calendar days prior to the
scheduled Bid opening date.
The City will issue replies to inquiries and any other corrections or amendments it deems
necessary in written addenda issued prior to the deadline for responding to the Bid. Bidders
should not rely on representations, statements, or explanations other than those made in this
Bid or in any written addendum to this Bid. Bidders should verify with the Procurement
Division prior to submitting a proposal that all addenda have been received.
YOU MUST FAMILIARIZE YOURSELF WITH GENERAL CONDITION 1.66,
ENTITLED CONE OF SILENCE, WHICH SETS FORTH THE POLICIES AND
PROCEDURES RELATIVE TO ORAL AND WRITTEN COMMUNICATIONS.
810 NO: 08-04/05
DATE: 03/11/05
CITY OF MIAMI 8EACH
24
2.10 SAMPLES: N/A
2.11 RESPONSE TIME: N/A
2.12 LIQUIDATED DAMAGES:
See Section 4.7.4. - Deficiency/Cure Notices and Corrective/Termination Process
2.13 PERCENTAGE ABOVE VENDOR COST:
Bids for materials required for additional work not included in the scope of services herein
shall be submitted on a percentage above vendor's cost. Evidence of said costs shall be
submitted upon request, and attached to the invoice. Proof of costs shall be printed, properly
identified, and dated as to issuance of effectiveness.
2.14 ESTIMATED QUANTITIES: N/A
2.15 HOURLY RATE:
The hourly rate quoted is for additional work not specified herein and shall include full
compensation for labor, equipment use, travel time, and any other direct cost associated for
providing the additional work, to the bidder. Hourly labor rates are specified as follows:
Hourly Labor Rate I - Hourly rate for straight time, i.e. from 8:00 a.m. to 5:00 p.m.
Monday - Friday (rate is to include labor and travel).
Hourly Labor Rate II - Hourly rate for overtime, i.e. before 8:00 a.m. or after 5:00 p.m., or
on weekends or holidays (rate to include labor and travel).
2.16 WARRANTY:
The successful bidder will be required to warranty all work performed.
2.17 PRODUCT/CATALOG INFORMATION: N/A
2.18 REFERENCES (PROVIDE REFERENCES IN THE CUSTOMER REFERENCE
FORM)
Each bid must be accompanied by a minimum of six (6) references, of which three (3)
separate references must have been for contracts in the annual amount of$50,000 or Higher.
Reference shall include the name of the company, a contact person and the current/correct
telephone number. NO BID WILL BE CONSIDERED WITHOUT THIS LIST.
2.19 COMPLETE PROJECT REQUIRED:
These specifications describe the various items or classes of work required, enumerating or
defining the extent of same necessary, but failure to list any items or classes under scope of
the several sections shall not relieve the contractor from performing such work where
required by any part of these specifications, or necessary to the satisfactory completion of the
work.
2.20 FACILITY LOCATION: N/A
2.21 BIDDER QUALIFICATIONS:
In order for bids to be considered, bidders must submit with their bid, evidence that they are
qualified to satisfactorily perform the specified work. Evidence shall include all information
necessary to certify that the bidder: maintains a permanent place of business; has experience
in the type of service included in this scope of work; and has provided similar type, size and
BID NO: 08-04/05
DATE: 03/11/05
CITY OF MIAMI BEACH
25
complexity of such work. The evidence will consist oflisting of work that has been provided
to public and private sector clients, ei. nature of WORK within the last four (4) years.
2.22 LATE BIDS:
At time, date, and place above, bids will be publicly opened. Any bids or proposals received
after time and date specified will be returned to the bidder unopened. The responsibility for
submitting a bid/proposal before the stated time and date is solely and strictly the
responsibility of the bidder/proposer. The City is not responsible for delays caused by mail,
courier service, including U.S. Mail, or any other occurrence.
2.23 EXCEPTIONS TO SPECIFICATIONS:
Exceptions to the specifications shall be listed on the Bid Form and shall reference the
section. Any exceptions to the General or Special Conditions shall be cause for the bid to be
considered non-responsive.
2.24 COMPLETE INFORMATION REQUIRED ON BID FORM:
All bids must be submitted on the attached Bid Form and all blanks filled in. To be
considered a valid bid, the ORIGINAL AND ONE COPY of the Bid Form pages and all
required submittal information must be returned, properly completed, in a sealed envelope as
outlined in the first paragraph of General Conditions.
2.25 MAINTENANCE AGREEMENT: N/A
2.26 EQUAL PRODUCT: N/A
2.27 LIVING WAGE REQUIREMENT: SEE CITY OF MIAMI BEACH WEBSITE AS
REFERENCED ON PAGE 4.
BID NO: 08-04/05
DATE: 03/11/05
CITY OF MIAMI BEACH
26
LANDSCAPE MAINTENANCE SERVICES
BID # 08-04/05
3.0 GENERAL REQUIREMENTS
3.1 SCOPE OF WORK
3.1.1 The work specified in this section consists of furnishing all labor, machinery, tools,
means of transportation, supplies, equipment, materials, services and incidentals
necessary to provide complete landscape maintenance services as specified herein.
3.1.2 The work shall include but not be limited to, litter retrieval and waste disposal,
mowing, edging, landscape maintenance, herbicide /insecticide application, turf
management, irrigation system operation maintenance / repair and replacement of
plants as required. ("Full Service Visits") Bid prices shall include all labor,
equipment and materials needed to perform those duties set forth in this section.
3.1.3 All work shall be completed in a continuous manner, that is the mowing, edging,
trimming, etc., shall be completed before leaving the job site.
3.1.4 The Contractor will adhere to a work schedule provided by the City (see Section
4.7.2.). Any variations to that schedule, requested by either party, must be approved
either verbally or in writing by an authorized representative of the other party.
3.1.5 The work shall include Traffic Control as described in section3.8.5.
3.1.6 The Scope of Work referenced in these bid documents are located throughout the
City of Miami Beach, they include the following areas:
>> Section (A) The at grade Beach walk: Located along the West edge of the
Dune beginning at the North Boundary of Lummus Park at 14th Street and Ocean
Drive; heading in a continuous line North to the South edge of the raised
Boardwalk at 20th Street and Collins Avenue; including all street-ends and dune
crossovers adjacent to the walking surface.
>> Section (B) The raised Boardwalk:Located along the East edge of the dune and
including the dune from the north edge ofthe at grade Beach-walk at 20th Street
and Collins A venue; running in a continuous line north to the 46th street, end of
the raises boardwalk; including all street-ends, ramps/entrances and dune
crossovers.
>> Section (C ) Spoil Areas: The Spoil Areas included in the Beachwalk areas are
located adjacent to 3 St Park (3 St & Ocean Dr), Lummus Park (5 St- 15 St). The
Spoil Areas adjacent to the Boardwalk are located at 20 St Parking Lot (2000
Collins Ave.) 46 St Parking Lot (4600 Collins Ave), 53 St Parking Lot (5300
Collins Ave), 63 St Parking Lot (6300 Collins Ave), 72 St Band Shell (7200
Collins Ave) and 7300-7600 Ocean Terr.
BID NO: 08-04/05
DATE: 03/11/05
CITY OF MIAMI BEACH
27
3.2 QUALIFICATIONS (BIDDER SHALL SUBMIT SATISFACTORY EVIDENCE
WITH THEIR BID OR WITHIN 5 CALENDAR DAYS UPON WRITTEN REQUEST,
THAT THEY MEET THE FOLLOWING MINIMUM REQUIREMENTS)
Parties deemed to be qualified to service this contract shall be judged on their past
performance and present ability to provide all labor, materials, and equipment to successfully
fulfill the provisions of this contract.
3.2.1 Company Qualification
3.2.1.1 Company shall havc been in continuous service and incorporated in the State
of Florida for a minimum of four (4) years.
3.2.1.2 Company must be fully licensed with all required State and/or Local
government licenses, and permits (irrigation, pest control, horticultural
services, etc.).
3.2.1.3 Company must have a person with an advanced degree in horticulture,
agronomy, or a related field on staff or be recognized as a Florida Certified
Landscape Contractor through the Florida Nurseryman and Growers
Association.
3.2.1.4 Company must have a 1. S. A. Certified Arborist on staff, or under contract as
a consultant.
3.2.1.5 Company must have a State Certified Pest Control Operator on staff, or under
contract as a consultant.
3.2.1.6 Company must be a drug and alcohol free workplace.
3.2.2 Personnel Requirements, Management
3.2.2.1 Provide a minimum of one (1) full time graduate horticulturist or Florida
Certified Landscape Contractor to manage all facets of the landscape and turf
management for the contractor.
3.2.2.2 Managers must have excellent communication skills and be capable of
directing all regular maintenance and additional landscape services and
coordinating these with the designated City of Miami Beach staff.
3.2.2.3 Managers shall constantly use their experience and training to prevent, detect
and control adverse conditions by physically inspecting the landscape and
properly guiding the maintenance program.
3.2.3 Technical Services
3.2.3.1.To provide an adequate number of personnel specifically trained,
experienced and licensed in the following areas: turf maintenance, irrigation
maintenance, tree maintenance, and horticultural pest control.
3.2.3.2 Provide a Certified Pesticide Operator through the State of Florida,
Department of Health and Rehabilitative Services.
3.2.3.3 Provide an 1.S.A. Certified Arborist, with a minimum of five (5) years
experience with South Florida trees.
BID NO: 08-04/05
DATE: 03/11/05
CITY OF MIAMI BEACH
28
3.3 CONTRACTOR'S RESPONSIBILITIES
3.3.1 Supervisor
The Contractor shall maintain a Supervisor at the facilities at all times during thc
hours of operations, and such supervisor shall be able to be communicated with by
pager, two way radio or cellular telephone.
The Supervisor shall have a degree in horticulture, agronomy, or a related field, or be
a Florida Certified Landscape Contractor with a minimum of two years field
supervisory experience and be able to manage all facets of the landscape
management for the Contractor. The Supervisor must have excellent communication
skills and be capable of directing all regular maintenance and additional landscape
services and coordinate these with the designated City staff. The Supcrvisor shall
constantly use their experience and training to prevent, detcct and control adverse
conditions by physically inspecting the landscape and properly guiding the
maintenance program.
3.4 CONTRACTOR'S PERSONNEL
Contractor shall employ personnel competent to perform the work specified hercin.
Contractor's employees shall be United States citizens or in possession of appropriate
documentation permitting the employees to work in Dade County.
The City reserves the right to request the removal of the Contractor's employee's from
performing maintenance on the City's grounds where the employee's performance or actions
are obviously detrimental to the program. Standard for Contractor's employee's include the
following:
3.5 DISASTER RESPONSE
The Contractor shall maintain, on a twenty-four (24) hour on-call basis, by pager, two way
radio, or cellular telephone, a staff sufficient to address emergency contingencies (ie.
hurricanes, tornados, floods, etc.) which may arise from time to time. The Contractor will
respond with immediate action to emergcncies that adversely affect the City of Miami
Beach, so that the situation is corrected at the earliest possible moment. The Contractor shall
be compensated for use of personnel equipment based upon the indicated classifications in
the bid tabulation.
3.6 UNIFORMS
The Contractor will provide, at Contractor's expense, color coordinated uniforms for all
personnel. Such uniforms shall meet Owners' public image requirements and be maintained
by Contractor so that all personnel are neat, clean and professional in appearance at all times.
Non-uniform clothing will not be permitted, including for new employees.
BID NO: 08-04/05
DATE: 03/11/05
CITY OF MIAMI BEACH
29
3.7 CONDUCT
Conduct standards for Contractor's employees should meet or exceed those required for City
employees.
The following are some guidelines:
. Drugs and alcohol, or their use, is not permitted on City property nor are
personnel allowed on property while under the influence of such substances.
. Firearms or other weapons are strictly forbidden.
. Fighting or loud, disruptive behavior is not permitted.
All personnel will be subject to applicable City safety and security rules and procedures
pertaining to conduct, vehicle use, property access, etc.
3.8 SAFETY
3.8.1 Contractor agrees to perform all work outlined in the Contract in such a manner as to
meet all accepted standards for safe practices during the maintenance operation, to
safely maintain equipment, machines, and materials, and to remedy hazards
consequential or related to the work. The Contractor further agrees to accept the sole
responsibility for compliance with all local, County, State or other legal requirements
including but not limited to: (1) full compliance with the terms of applicable
O.S.H.A. Safety Orders, (2) requirements of the Florida Department of
Transportation Manual of Traffic Controls and Safe Practices For Street and
Highway Construction. Maintenance and Utility Operations, at all times so as to
protect all persons including Contractor's employees, agents of the City, vendors, and
members of the public or other firms from injury or damage to their property.
3.8.2 The City, through its Project Manager, reserves the right to issue immediate restraint
or cease and desist order to Contractors when unsafe or harmful acts are observed or
reported relative to the performance of the work under the Contract.
3.8.3 During nonnal working hours, Contractor shall obtain emergency medical care for
any member of the public who is in need thereof, because of illness or injury
occurring on the site, including a prompt report thereof to the Project Manager.
3.8.4 In perfonning the scope of work, all safety on or off the job site shall be the sole
responsibility of the Contractor. The City shall not be responsible for safety on or
off the job site. The City's on-site observations or inspections shall be only for the
purpose of verifying that the maintenance Specifications are being implemented
properly. The City's on-site observations or inspections are not for safety on or off
the job site.
3.8.5 Traffic Safety Control - The Contractor shall at his cost, observe all safety
regulation; including placing and display of safety devices, provisions of police to
control traffic, etc. as may be necessary in order to conduct the public through the
project area in accordance with F.D.O.T.'s "Manual on Traffic Controls and Safe
Practices for Street Highway Construction, Maintenance and Utility Operations."
BID NO: 08-04/05
DATE: 03/11/05
CITY OF MIAMI BEACH
30
3.9 CONTRACTOR'S VEHICLES
Contractor's vehicles shall be in good repair, free from leaking fluids, properly registered, of
uniform color and shall bear the company name on each side in not less than 1-1/2" letters.
3.10 CONTRACTOR'S EQUIPMENT
All equipment shall be maintained in an efficient and safe operating condition while
performing work under the contract. Equipment shall have proper safety devices maintained
at all times while in use. If equipment does not contain proper safety devices and/or is being
operated in an unsafe manner, the City may direct the Contractor to remove such equipment
and/or the operator until the deficiency is corrected to the satisfaction of the City. The
Contractor shall be responsible and liable for injury to persons caused by the operation of the
equipment.
3.11 CONTRACTOR'S DAMAGES
Any damages to the road, facilities, sewers, utilities, irrigation system, plant material or
vegetation caused by the Contractor shall be repaired at the expense of the Contractor to the
satisfaction of the City. Failure to restore said damages within three (3) working days
following notification shall result in a deduction from the next invoice ofthe City's expenses
incurred by the City for labor, material or equipment to restore the property to its original
condition.
3.12 INDEPENDENT CONTRACTOR
Contractor shall act under the Contract as an independent Contractor vis-a-vis City of Miami
Beach and will not be an agent or employee of the City. Contractor shall not represent or
otherwise hold out itself or any of its subcontractors, directors, officers, partners, employees,
or agents to be an agent or employee of the City.
3.13 PERMITS, LICENSES, CERTIFICATES
Contractors shall obtain, at their expense, valid permits, licenses and certificates (City,
County, State, Federal) as required for work under the Contract.
3.13.1 Contractors shall give all notices and pay fees and taxes required by law in
performance of the Contract.
3.13.2 Compliance with Miami Beach Parks and Recreation Department and the
State of Florida Department of Transportation Rules and Regulations:
Contractors shall comply and abide by all rules and regulations of the above-
referenced departments as they may be applicable to performance of the
Contract.
3.13.3 Advertising and Signs: Contractors shall not advertise or place signs on the
site, facilities or equipment of the City of Miami Beach.
3.14 SUB CONTRACTORS
Nothing contained in the specifications shall be construed as creating any contractual
relationship between any subcontractor and the City.
BID NO: 08-04/05
DATE: 03/11/05
CITY OF MIAMI BEACH
31
Contractors shall be as fully responsible to the City for the acts and omission of the
subcontractors as for thc acts and omissions ofperson(s) directly employed.
3.15 PROTECTION OF PROPERTY AND REPAIR OF DAMAGE
3.15.1 All portions of landscape structures, facilities, services, utilities, roads, and
irrigation systems shall be protected against damage or interrupted service at
all times by Contractor during the term of the Contract. Any damage to the
property as a result of the performance of work by Contractor during the
terms of the Contract shall be repaired or replaced in kind and in manner
approved by the Project Manager. All work of this kind shall be made
immediately after damage or alteration occurs, unless otherwise directed.
3.15.2 Repairs to plant materials and soils shall specifically be made in accordance
with specifications in Section 4.3.
3.15.3 Repairs to irrigation systems, which are damaged by any means including
acts of God, vandalism, vehicular damage, theft, or undetermined causes,
shall be repaired by the Contractor at no cost to the City, except where the
specifications provide otherwise.
3.15.4 Contractor shall notify the City Project Manager within twenty-four (24)
hours after discovery of any damage caused by accident, vandalism, thefts,
acts of God, or undetermined causes.
3.16 RECORDS
All documents, books and accounting records shall be open for inspection at any reasonable
time during the term of the Contract and for three (3) years audit of the books and business
conducted by Contractor and observe the operation of the business so that accuracy of the
above records can be confirmed.
All employment and payroll records shall be open for inspection and reinspection by the
City, at any reasonable time during the term of the Contract.
3.17 TRANSPORTATION
Contractors are to supply all transportation of employees, supplies and equipment.
3.18 STORAGE
Contractors are to provide for all storage at off-site locations delivering to site only sufficient
equipment and materials to complete daily tasks. Permission may be given by Project
Manager for storage of materials or equipment on-site during special projects or conditions.
3.19 WASTE DISPOSAL
Contractors are responsible for removing and disposing from sites all waste handled in
performance of the Contract. The City will supply a dumpster located at lOth Street and
Ocean Drive to support trash receptacle service, landscape debris and litter removal
operations.
BID NO: 08-04/05
DATE: 03/11/05
CITY OF MIAMI BEACH
32
3.20 NON-INTERFERENCE
Contractor shall not interfere with the public use of sites and shall conduct his operation so
as to offer the least possible obstruction and inconvenience to the public or disruption to the
peace and quiet of the area within which the services are performed.
BID NO: 08-04/05
DATE: 03/11/05
CITY OF MIAMI BEACH
33
LANDSCAPE MAINTENANCE SERVICES
BID # 08-04/05
4.0 TECHNICAL SPECIFICATIONS
4.1 PURPOSE
These specifications designate the manner in which basic maintenance tasks will be
performed in order to achieve the overall Quality Objective, which is to perform
litter/receptacle service, pedestrian walkway cleaning, street furniture cleaning, graffiti
removal on a continuous daily basis and maintain the landscaping on the listed sites in a
healthy, growing, safe, clean, and attractive condition throughout the year.
4.2 STANDARDS AND REFERENCES
The Contractor's Representative shall be well versed in Florida maintenance operations and
procedures. All employees shall be competent and skilled in their particular job in order to
insure that they properly perform the work assigned.
The following organizations provide standards and publications which may be used as a
guide for conducting grounds maintenance and services, under the Contract:
A. Florida Cooperative Extension Services, 18710 SW 288th Street, Homestead,
Florida, 33030.
B. Florida Turf-Grass Association, Inc., 302 Graham A venue, Orlando, Florida,
32803-6399.
C. National Recreation and Park Association, 1601 N. Kent Street, Arlington,
Virginia, 22209.
D. Florida Recreation and Park Association, 1408 Hays Street, Suite 1,
Tallahassee, Florida, 32301.
E. Florida Department of Transportation, "Manual on Traffic Controls and Safe
Practices for Street & Highway Construction, Maintenance and Utility
Operations. "
4.3 MA TERIALS
All materials, vehicles and equipment supplied and used by Contractors shall be the best
kind available and used in accordance with manufacturer's directions. Commercial products
such as fertilizers and pesticides shall bear the manufacturer's label and guaranteed analysis.
City inspectors may require tests and reject materials not meeting these specifications or
manufacturer's guarantee.
4.3.1 Replacement
Any plants which are damaged or die as a result of improper maintenance or lack of
sufficient maintenance shall be replaced by the Contractor, within 10 calendar days
upon discovery by the Contractor or notification by the City.
The following criteria shall be used to determine if replacement is necessary.
BID NO: 08-04/05
DATE: 03/11105
CITY OF MIAMI BEACH
34
4.3.1.1 Plants are not in a healthy growing condition and this renders them below the
minimum quality standard (Fla.#I).
4.3.1.2 There is a question of any plants ability to thrive after the end of the thirty
four (34) month maintenance period that would render it below the minimum
quality standard (F1a.# I).
4.3.1.3 The plant material is dead.
4.3.2 The ten (10) calendar days may be extended due to seasonal conditions, availability,
preparation time such as root pruning, etc., only if approved by the City, in advance.
The extended time shall be negotiated between all parties concerned, but must
receive final approval by the City. After the 10 day replacement period, the City
may perform the work and withhold monies due to the Contractor for materials and
labor costs.
4.3.3 Size, Quality and Grade of Replacement
4.3.3.1 Replacement material shall be ofthe same brand, species, quality and grade
as that of the material to be replaced, or it shall confonn to the Florida
Grades & Standards for nursery plants Florida #1 Quality, whichever is
higher. The size of the replacement plants shall not be necessarily the same
size as the original specified plant at its initial planting. The replacement
shall be of equal size to the plant to be replaced at the time it has been
determined that it must be replaced. However, if for some reason, the plant
to be replaced is smaller than the size to be replaced, the replacement shall be
at least equal to the original size when the maintenance period began.
4.3.3.2 Plants shall be sound, healthy, vigorous, free from plant disease, insect pests
or their eggs, and shall have normal root systems and comply with all State
and local regulations governing these matters, and shall be free from any
noxious weeds.
4.3.3.3 All trees shall be measured six (6) inches above ground surface.
4.3.3.4 Shape and Form: Plant materials shall be symmetrical, and/or typical for
variety and species.
4.3.3.5.AlI plant materials must be provided from a licensed nursery and shall be
subject to acceptance as to quality by the Project Manager.
4.3.3.6 Replacements shall be guaranteed for the length of the Contract, or six (6)
months, whichever is greater.
4.3.3.7 The Contractor shall be responsible for hand watering the replacement (if
required), for 42 calendar days after planting.
4.3.4 Water
Should Contractor supply water, the water shall be fresh (non-salt), and containing
no harmful levels of pollutants or chemicals.
BID NO: 08-04/05
DATE: 03/11/05
CITY OF MIAMI BEACH
35
4.3.5 Soil
4.3.5.1 Any soil supplied by Contractors shall be good, clean, friable top soil (or soil
mix), free from any toxic, noxious or objectionable materials, including
rocks, plant parts or seeds.
4.3.5.2 "Planting Soil Mix" shall be equal parts of Sphagnum peat moss, coarse sand,
and composted organic matter, sterilized.
4.3.5.3 "Muck-sand-soil" shall be 70 percent muck and 30 percent course sand.
4.3.6 Fertilizer
All fertilizer shall be the best commercial grade and except free flowing liquids, shall
be delivered to site and be dry when processed for application. Fertilizers shall be in
appropriate containers and tagged. Special permission from the Project Manager is
required to use bulk fertilizers.
The Contractor shall submit copies of the manufacturer's specifications for all
fertilizer including data substantiating that the proposed materials comply with
specified requirements.
4.3.7 Pesticides - (insecticides, fungicides, herbicides, etc.):
Insecticides & Fungicides shall be only those which are approved or recommended
for use near open water bodies and those specified. Only the Federal Environmental
Protection Agency (EP A) approved products shall be used.
All pesticides are to be registered and approved for use by the Florida Department of
Agriculture.
Submit on an as needed basis, a schedule of spraying and dusting materials to be
used to control pests and disease infestation, the reason for their use and the method
to be used to apply the materials and the method of application before it is delivered
and used on the project. The need for pest and disease control, will be determined by
the Contractor's Horticulturist and approved by the City, Also, ifrequested by the
City, the Contractor will furnish documentation that the implementation of these
control measures for pests and disease infestation is in strict compliance with all
Federal, State, and Local Regulations.
4.3.8 Miscellaneous Materials
Mulch shall be grade B shredded cypress mulch, free offoreign matter. Other mulch
types may be required upon request by the City. Alternative mulch types will be
readily available on the wholesale market, be of equal or lesser wholesale cost or
increased costs to be paid by City.
BID NO: 08-04/05
DATE: 03/11/05
CITY OF MIAMI BEACH
36
4.4 EQUIPMENT
Equipment supplied by Contractor shall be designed for or suited to the grounds maintenance
task in which it is to be used. Equipment will not be used in areas or to perform tasks where
damage will result to the landscapes or sites.
Contractor shall maintain supplied equipment in a good appearance and all equipment shall
be maintained in a safe, operational and clean condition.
Upon specific request by the City, the Contractor will supply a current list of supplied
equipment used by the Contractor, including item, model, manufacturer, year manufactured,
and serial numbers. The Project Manager or his designee shall have the right to reject the
use of any specific piece of supplied equipment on the site, by notification to Contractor.
4.5 COMPLETION OF WORK
All work is to be completed in a continuous manner. That is all mowing, edging, weed
control, trimming etc. shall be completed before leaving the job site
4.6 GROUNDS MAINTENANCE FUNCTIONS AND TASKS:
4.6.1 Turf Care
Maintain turf areas in a healthy, growing green and trim condition by performing the
following operation:
4.6.1.1 Site Preparation
The Contractor shall prior to mowing retrieve materials and dispose waste to
include, and not be limited to, papers, glass, bottles, cans, fallen tree limbs
and/or fronds, and all other deleterious materials found on the sites listed
herein. Should the Contractor have knowledge of, the existence ofhazardous
wastes upon lands covered by the provisions of this agreement, Contractor
shall not remove same from the premises but shall have a duty to
immediately notify the City in writing.
4.6.1.2 Mowing General
4.6.1.2.1 Mowing shall be performed in a workmanlike manner that insures
a smooth surface appearance without scalping or leaving any
"missed" uncut grass.
4.6.1.2.2 Rotary mowers will be used on S1. Augustine grass.
4.6.1.2.3 Reel mowers will be used on Bermuda grass.
4.6.1.2.4 All mowers are to be adjustable and adjusted to the proper cutting
height and level for the kind of grass and current condition of the
turf usually 4". Mower blade height adjustment is to be measured
from a level floor surface to the parallel and level plane of the
mower blade.
4.6.1.2.5 All mower blades are to be sharp enough to cut, rather than to tear
grass blades.
4.6.1.2.6 All litter and debris is to be removed from turf before mowing to
BID NO: 08-04/05
DATE: 03/11/05
CITY OF MIAMI BEACH
37
avoid shredding that will damage turf appearance, or items that may
be propelled by mower blades.
4.6.1.2.7 Mowing will be done carefully so as not to "bark" trees or shrubs,
or to introduce weeds into ground cover beds, or to damage
sprinkler heads, curbs, or other facilities.
4.6.1.2.8 Grass clippings or debris caused by mowing or trimming will be
removed from the turf or from adjacent walks, drivcs, gutters and
curbs or surfaces on the same day as mowed or trimmed.
4.6.1.2.9 Mowing will not be done when weather or other conditions will
result in damaged turf.
4.6.1.3 Mowing Specifics
4.6.1.3.1 St. Augustine Grass
Mow only with a rotary mower a minimum of once per week
during the growing season of May through the end of September
and at other full service visits, as needed, throughout the year.
4.6.1.3.2 Non-athletic field
Turf shall be mowed at 3 1/2 to 4" above soil level with a mower
designed for use in the specific circumstances. Remove clippings
from areas if excessive clippings result from the mowing operation.
4.6.1.4 Trimming and Edging
Contractor shall trim and properly edge all shrub and flowcr beds as well as
trees, curbs, walks, lighting and all other obstacles in the landscape and
rcmove clippings. Paved areas (hard edges) shall be edged everv mowing
with respect to the turftypc adjacent to the edging. Edging of beds and the
tree rings (soft edging) shall be executed not less than every other mowing
with respect to the turftype adjacent to the edging. Turf edging at shrub beds,
flower beds, ground cover beds, hedges, or around trees (where "edging"
rather than "trimming" is directed), shall be edged with a manual or
mechanical edger to a neat vertical uniform line. Rotary nylon "fish line"
cutters are not to be used for vertical edging. Edge grass at plant bed lines to
keep grass from growing toward shrubs, keep the width of sod as it was
originally placed. Care shall be taken to avoid damage of ground cover weed
barrier. Grass will be trimmed at the same height as adjacent turf is mowed,
and to remove all grass leaves from around all obstacles and vertical surfaces
in the turf, such as posts, walls, fences, etc. Particular attention will be given
to trimming around sprinkler heads and other irrigation system components
to assure their proper water delivery function. The mechanical weed cutters
are not to be used within eighteen (18") inches of tree or palm trunks. Note:
Damage to property or existing vegetation by improper trimming or edging
shall be repaired or replaced within 48 hours at Contractor's expense.
BID NO: 08-04/05
DATE: 03/11/05
CITY OF MIAMI BEACH
38
All walks and other paved areas littercd in the lawn maintenance process
shall be vacuumed, swept, or blown off while the mowing, edging, or
trimming is in process so that the appearance suffers for the least amount of
time.
Landscape lighting shall be wiped, blown off or vacuumed as needed to
prevcnt accumulation of clippings and dead insects. Landscape areas shall be
raked and cleaned of clippings, leaves, sticks, twigs, and all litter during
each service visit. Materials cleaned from grounds may not be disposed on-
site, and must be removed from locations at Contractor's expense.
A copy for approval of a completed mowing schedule will be provided to the
City's representative in a timely manner as requested.
4.6.2 Pruning Shrubs and Ground ,Cover Plants Bed Area Maintenance
All shrubs and ground cover plants growing in the work areas shall be pruned, as
required, to maintain plants in a healthy, growing, flowering condition and to
maintain plant growth within reasonable bounds to prevent encroachment of
passageways, walks, streets, view of signs or any manner deemed objectionable by
the Project Manager.
4.6.2.1 Bed Area Maintenance
The Contractor shall keep the bedded areas free of dead plants, leavcs, and
branches at all times. All beds shall be vertically edged, and kept weed
free at all times. Edge grass at plant bed lines to keep grass from growing
toward shrubs, keep the width of sod as it was originally placed.
4.6.2.2 Shrubs
All shrub material shall be pruned a minimum of once per month to
insure the best shape, health, and character of the individual plant.
Mechanical trimming may only be utilized when the health or appearance
of the plant will not be damaged by the mechanical trimmers.
4.6.2.3 Groundcover
All groundcover material shall be pruned a minimum of once per month
to insure the best shape, health, and character of the individual plant.
Groundcover plants shall be selectively cut back to encourage lateral
growth and kept inbounds and out of other plantings, walkways, lighting,
etc. Mechanical trimmings may only be utilized when the health or
appearance ofthe plant will not be damaged by the mechanical trimmers.
4.6.3 Trees and Palm Pruning
Trees and palms are to be maintained in a healthy, growing, safe, attractive condition
and in their proper shape and size according to variety, species and function in the
landscape or as specifically directed by the Project Manager.
BID NO: 08-04/05
DATE: 03/11/05
CITY OF MIAMI BEACH
39
BID NO: 08-04/05
DATE: 03/11/05
4.6.3.1 Pruning
Natural Shaping and Thinning
Prune, thin, and trim all trees at least once a year to keep the trees healthy,
to maintain the natural character of the variety, to control shape and to
prevent crowding. Pruning in general shall consist of the removal of dead,
broken, fungus infected, superfluous, and intertwining branches, vines, and
the removal of dead or decaying stumps and other undesirable growth.
Palms shall be pruned as needed to remove dead fronds and weak stalks, and
fruit that may cause unsanitary, unsightly or hazardous conditions if allowed
to drop on to hard surfaces or in landscape beds. Certain Washingtonian
Palms will be an exception to the pruning practices of normal palm
maintenance when existing dead fronds are maintained.
Pruning will also be required from time to time to remove damaged branches
from storms, frost, pruning to prevent encroachment of branches over streets,
into private property, obscuring view of signs or traffic, particularly at a road
intersection, or interference with lighting, etc.
Tree branches shall be pruned up to seven (7') feet over walkways and in
areas so designated by the Project Manager. All tree pruning shall be
accomplished with standard practices including:
Cuts should be made with sharp and proper tools. When cutting parts of
branches, leave a living bud at the end of the stub. Make cuts sufficiently
close to parent stem so that the healing can readily start under normal
conditions. On trees known to be diseased, disinfect tools aftcr each cut and
between trees. Prune only at the time of season proper for the variety. Prune
or trim, at least once or twice each growing season to keep the natural shape
of the individual plant.
Pruning shall include the following items:
- Dead, dying or unsightly part of the tree
- Remove sucker growth from base of the trees in which an exposed
trunk character is desired
- Branches that grow toward the center of tree
- Crossed branches that may rub together
- "V" crotches, if it does not ruin the appearance of the tree
- Multiple leader if the tree normally has only a single stem
- Nuisance growth that interferes with view, traffic, sign age, walks,
or lighting. Nuisance growth includes the removal of all dangerous
thoms, spikes or appendages which show potential conflict with
people.
- Shape top of small trees as needed
CITY OF MIAMI BEACH
40
All branches, dead wood, and cuttings shall be removed from the job site at
time of pruning and disposed of in an acceptablc manner. All lawn and shrub
areas damaged by pruning equipment shall be restored.
4.6.3.2 Staking and Guying - and Tree Set-Up
Maintain existing and adjust tree stakes, guy wires and hoses or blocks, until
trees are capable of standing vertical and/or resisting normal winds.
4.6.3.2.1 The Contractor shall be responsible for the complete removal and
replacement of those trees lost due to the Contractor's faulty
maintenance or negligence, as determined by the Project Manager.
4.6.3.2.2 Replacement shall bc made by the Contractor in the kind and size
of tree determincd by the Project Manager. Where there is a
differcnce in value between the tree lost and the replacement tree,
this difference will be deducted from the Contract payment.
In all cases, the value of the tree lost shall be determined by the
Project Manager using the latest "Plant Finder" value determination.
4.6.3.2.3 All trees that have died or have been blown or knocked over are to
be reported immediately upon discovery to the Project Manager.
4.6.3.2.4 With prior approval from the Project Manager, it is the Contractor's
responsibility to remove and properly dispose of all dead or injured
trees and/or weed trees such as but not limited to Florida Holly or
Melaleucana or Australian Pine. Contractor shall set and support
trees that have been knocked or blown over.
4.6.3.2.5 The Contractor shall be responsible for removing all signs, posters,
boards, supports and any other material(s) attached or fastened to
trees, or from elsewhere on the project site, as directed by the
Project Manager.
4.6.4 Weed Control
4.6.4.1 All landscape areas within the specified area, including lawns, shrub and
ground cover beds, planters, and areas covered with gravel, shall be kept free
of all weeds at all times. This means complete removal of all weed growth
shall be accomplished at each service visit. For the purpose of this
specification, a weed will be considered as any undesirable or misplaced
plant. Weeds shall be controlled either by hand, mechanical, or chemical
methods. The Project Manager may restrict the use of chemical or
mechanical weed control in certain areas. Mechanical weed control shall not
disturb the mulch layer so as to expose the underlying soil.
4.6.4.1.1 Weeds are to be mowed, trimmed, or edged from turf areas as a part
of turf care operations.
4.6.4.1.2 Weeds are to be manually removed from shrub, hedge, ground
cover or flower beds, unless chemical or mechanical means are
specifically authorized by the Project Manager. Persistent weed
growth such as the growth of sedges shall be killed with "round up"
BID NO: 08-04/05
DATE: 03/11/05
CITY OF MIAMI BEACH
41
whcnevcr possible.
4.6.4.1.3 Weeds arc to be removed from walkways, curbs, expansion joints,
and along fence lincs and guardrails at each service or as otherwisc
directed by the Project Managcr.
4.6.4.2. If infcstations cannot be controllcd by hand-pulling, or herbicidc use will
damage or kill the shrubs or ground-covers, the bed may be excavated, after
removing all plants. Then, weeds may be destroyed before replanting by any
of the following methods:
4.6.4.2.1 Sterilize the soil, or
4.6.4.2.2 Allow weeds to reestablish a vegetative top and treat with a
systemic herbicide, at least two (2) applications, about two (2)
weeks apart, or until there is a 90% kill.
4.6.4.2.3 After the kill, apply, immediately after replanting, a pre-emergent
herbicide, such as Treflan or prior to replanting a ground cover
fabric.
4.6.4.3 If it is determined by the City that the Contractor responsible for maintenance
allows weed infestations to spread beyond the ability to control them, then
the removal, treatment, and replacement ofthe planting bed shall be done as
described above by the Contractor at no cost to the City. Soil which exhibits
significant weed growth within one (I) month after planting, (20% ground
coverage of the bed by weeds) shall be considered as previously weed-
infested.
4.6.5 NOT USED
4.6.6 Fertilization and Soil Testing
The fertilizer used shall be a commercial grade product and recommended for use on
each plant type. Specific requirements should be determined by soil test results, soil
type, and time of year. Applications shall proceed continuously once begun until all
areas have becn completed. In the event fertilizer is thrown on hard surfaces, it shall
be removed immediately to prevent staining.
Contractor shall have the soil tested three (3) times yearly to determine required
additives, and more often if necessary to diagnose problem areas. The Contractor
shall provide the City with annual fertilization schcdules at thc beginning of each
contract year and shall inform the Project Manager at least three (3) days in advance
beforc bcginning any fertilization.
4.6.6.1 Turf
4.6.6.1.1
St Augustine
St. Augustine turf shall be fertilized four (4) times per year at a
rate of lib. OfN/lOOO Square feet.
The N< P< K ratios shall vary with the time of year of the
application and results of the soil analysis. The approximate N, P,
BID NO: 08-04/05
DATE: 03/11/05
CITY OF MIAMI BEACH
42
BID NO: 08-04/05
DATE: 03/11/05
K ratios should be:
- One (1) application of a 5:2: 1 ratio with a post-emergent wced
control;
- One (1) application of a 10: 1 :2 ratio with Insecticidc, and onc
application being a blanket application of insecticide;
- One (1) application of a 3: 1:3 ratio;
- One (1) application of a 5:2: 1 ratio
4.6.6.2 Groundcover, & Shrubs
The fertilizer for all planted shrubs and groundcovers shall meet appropriate
horticultural standards with an N, P, K ratio of3: 1 :2, unless soil conditions or
plant species dictate differently, with at least 60% ofthe nitrogen from a non-
water soluble organic source.
All shrubs and groundcovers shall be fertilized by broadcasting by hand over
the beds three (3) times per year.
Fertilizer should be applied Spring, Summer and Fall at the following rates:
1-1/2 to 3 lbs. NIIOO Square Feet.
The Contractor shall establish a program that will fertilize all shrubs and
groundcover, describing the type of fertilizer required for each type of plant
and the time of year this work will be undertaken. A copy for approval ofthe
fertilization schedules shall be provided to the City no less than one (1)
month prior to application. Any plants damaged by over- fertilization shall be
replaced at the Contractor's expense. Changes in fertilization rates, methods
and composition must be approved by the City in writing.
4.6.6.3 Fertilization Trees, & Palms
The fertilizer for all the planted trees shall meet proper horticultural
standards with an N, P, K ratio of 4: 1 :4, unless soil conditions or plant
species dictate differently, with at least 60% of the nitrogen from a non-water
soluble organic source. Concentrated slow-release fertilizer tablets may be
used on trees if approved by the City's representative.
Trees shall be fertilized twice yearly: Spring and Fall in the following
amounts, per application, per tree:
Caliper
2"
3"
4"
5"
Pounds of Fertilizer
3
6
10
15
All palms shall be fertilized during April and September. The fertilizer
shall be broadcast under foliage canopy at the rate of 1 lb. per inch of palm
tree diameter.
The Contractor shall establish a program that will fertilize all trees and
palms, describing the type of fertilizer required for each type of plant and the
CITY OF MIAMI BEACH
43
time of year this work will be undertaken. A copy for approval of the
fertilization schedules shall be provided to the City no less than one (1)
month prior to application. Any trees damaged by over-fertilization or by the
use of wrong type offertilizer shall be replaced at the Contractor's expense.
Changes in fertilization rates, methods, and composition must be approved
by the City in writing.
4.6.7 General Use of Chemicals
The Contractor shall submit a list of all chemical herbicides and pesticides proposed
for use under this Contract for approval by the Project Manager, including MSDS
sheets for each item. Materials included on this list shall be limited to chemicals
approved by the State of Florida, the Department of Agriculture, and the Florida
Department of Transportation, and shall include the exact brand name and generic
formulation. The use of any chemical on the list shall be based on the
recommendations of and be performed under the direction of a Certified Pest Control
Operator. No chemical herbicide or pesticide shall be applied until use is approved,
in writing, by the Project Manager as appropriate for the purpose and area proposed.
4.6.8 Disease and Pest Control
To control or eradicate infestations by chewing or sucking insects, leaf miners, fire
ants, and other pests and diseases, spray affected plants with chemical sprays and
combinations of sprays suitable for that particular pest when the infestation or
infection becomes evident and as often thereafter as necessary.
Contractor shall be fully licensed to spray pesticide. Contractor shall use sound
cultural practices that aid in preventing the presence or proliferation of insect and
diseases. Insects in Bermuda grass shall be controlled by both curative and
preventative measures. Timing will be critical on mole cricket applications and
frequencies of application will be as needed to successfully control their infestations.
Nematode samples will be taken at least two (2) times each year and action shall be
taken per the recommendation of the IF AS lab results to control the populations This
lab report shall be submitted to the City for their review as soon as it is received.
4.6.9 Application of Herbicides
Contractor may apply various herbicides by means of spray type devices to aid in the
control of unwanted weeds and vegetation. All applications shall be performed by
persons holding a valid herbicide application license as issued by the State of Florida
and shall be done in accordance with the herbicide manufacturer's recommended
rates and all applicable Federal, State, County and Municipal regulations. Herbicides
may be used only with prior approval by the City as to type location, and method of
application.
4.6.9.1 The Contractor shall exercise extreme care so as not to over spray and effect
areas not intended for treatment. Areas adversely affected by such over spray
shall be restored by the Contractor at his expense.
4.6.9.2 The Contractor shall advise the Project Manager within four (4) days after
disease or insect infestation is found. He shall identify the disease or insect
and recommend control measures to be taken, and, upon approval of the
BID NO: 08-04/05
DATE: 03/11/05
CITY OF MIAMI BEACH
44
Project Manager, the Contractor shall supply and implcmcnt the approvcd
control measures, exercising extreme caution in application of all spray
material, dusts or other materials utilized. Approved control measures shall
be continucd until the discasc, or inscct is controlled to the satisfaction of the
Project Managcr.
4.6.9.3 When a chemical is bcing applied, the person using it shall havc in their
possession all labeling associated with the chemical. Also, the chemical shall
be applied as indicated on the said labeling. A specimen label and the
Material Safety Data Sheet for each product shall be supplied to the City.
4.6.9.4 All insecticides shall be applied by an operator licensed pursuant to Chapter
487 of the Florida Statutes. The operator shall have the license/certification
in his or her possession whcn insecticides are being applicd.
The implementation of control measures for pests and disease infestations
shall be in strict compliance with all federal and local regulations. Upon
request, the Contractor shall furnish documentation of such compliance.
4.6.9.5 The spraying ofinsecticidcs and other such chemicals are to be confined to
the individual plant. Spraying techniques which may introduce the material
being sprayed beyond the immediate area of the individual plant are strictly
prohibited.
4.6.9.6 Spray or dust material on foliage only during calm days. Do not apply whcn
leaves are wet, when rain is expected within 3-4 hours after spraying, or
when temperatures exceed 88 degrees Fahrenheit. Spray at times when
traffic is lightest (i.e., early mornings or weekends). Use a spreader-sticker
to aid in adherence and absorption of the material. Wash material off of
pavements and buildings immediately after applying.
4.6.9.7 The Contractor shall utilize all safeguards necessary during disease or insect
control operations to ensurc safety to the public and the employees of the
Contractor.
4.6.9.8 Copies of Current Material Safety Data Sheets (MSDS) for all chemicals
uscd for pest control under this Contract shall be provided to the Project
Managcr before the use of said chemicals.
4.6.10 Verticutting, Aeration and Topdressing
Verticutting, aeration and topdressing to provide proper air and water exchange for
maximum growth potential and health ofthe Bermuda grass will be performed in the
Spring and Fall.
Topdressing shall be a mixture similar to the profile of the soil underlying the turf as
determined by soil analysis.
Contractor should employ preventative methods to avoid thatch buildup. Should, for
whatever reason, a sizable thatch layer develop, the Contractor shall be responsible
for its removal. Topdressing and burying thatch layer will not be accepted.
BID NO: 08-04/05
DATE: 03/11/05
CITY OF MIAMI BEACH
45
4.6.11 Turf Renovations
Turf renovations may be required if conditions warrant such a proccdure and will be
an extra charge. Conditions which warrant renovation include, areas thinned out or
damaged turf rcsulting from natural burnout, traffic, and any area which has area
becomes unsightly.
Proper watering, fertilization and pest management will be critical during and after
renovation. Any irrigation damaged because of turf renovation will be repaired at
Contractor's expense.
4.6.12 Irrigation System Maintenance and Watering
Contractor will be responsible for the operation and maintenance of the automatic/
manual irrigation systems and for setting and adjusting the timer to insure proper
watering of all plant material in the landscape.
Contractor will be responsible under this agreement for the labor and supervision to
make irrigation repairs to the lateral line, risers and sprinkler heads up to one inch
(I ") in diameter as required to keep the system operating. Major repairs to main
lines, valves, pumps and in-take piping shall be reimbursed by the City.
Reimbursable repair work shall require authorization by the City prior to
commencement.
Prior to commencement of the maintenance program, the Contractor shall have
twenty- five (25) days from start of contract to inspect the irrigation system and report
present damage or incorrect operation and coverage to the City. The Contractor will
be responsible for the integrity of the system after this initial inspection report and
subsequent repairs.
The timers shall be checked once a week and as may be required. The
Contractor will also, at least once a month, fully operate all the irrigation zones and
replace, repair or clean all irrigation heads, lines, valves, valve boxes, filters and
controllers as needed. Any equipment damaged by the Contractor's operation shall
be replaced with the same equipment and by the same manufacturer.
The irrigation shall be capable of providing 1-112" of water to all lawns and shrub
beds each week or as often as required to provide for a uniform lush green landscape
appearance. System shall be adjusted during the various seasons.
The Contractor shall be required to make all repairs within a minimum 24 hour time
period or sooner as directed by the City's representative. Any form of damage to the
irrigation system must be reported to the City's representative immediately upon
discovery .
Irrigate as necessary during times oflittle or no rainfall using the automatic irrigation
system and any supplemental watering necessary to apply proper amount of water to
keep the plant material in optimum health.
Supplemental watering may require a large portable water tank, impact sprinklers,
and additional hose to be supplied by Contractor.
BID NO: 08-04/05
DATE: 03/11/05
CITY OF MIAMI BEACH
46
A written irrigation schedule will be provided by the Contractor and any operation of
irrigation outside the previously approved scheduled time must have the advance
approval of the City.
Contractor shall be responsible for controlling the amount of water used for irrigation
and any damage or costs that result from over-watering or insufficient watering shall
be the responsibility of the Contractor.
4.6.13 Watering
During periods when the irrigation system is not operational, either due to
breakdown of the system, or an extended electric power failure, it shall be the
responsibility of the Contractor.
4.6.13.1 Supply of water suitable for irrigation shall be the Client's responsibility.
Distribution of the water to the plants shall be the responsibility of the
Contractor. Contractor shall use hand watering, water trucks, portable
pumps, etc. as required to distribute the water.
4.6.13.2 Apply water in quantities and at intervals necessary to maintain the plants
in a healthy growing condition.
4.6.14 Irrigation System
Shall be constantly maintained and adjusted to insure that no water from the system
hits the road or other hard surface.
4.6.15 Mulching Beds
4.6.15.1 Replenish mulch in shrub beds as required to cover areas of bare soil,
especially at the edge of the bed and in places where the shrub canopy has
not grown together to shade the soil. Add mulch around tree trunks in sod
areas. Mulch shall be added to maintain a constant three (3) inches
thickness. Do not pile against tree trunks and shrub stems.
4.6.15.2 Use Grade "B" Cypress mulch, Melaleuca mulch or other mulches as
designated by the City.
4.6.16 Sand Removal/Policing:
Cleaning of debris within the confines of the parks by blowing, sweeping, or
vacuuming or other means must be performed as required to keep paved, bricked or
concrete surfaces clean and neat at all times.
4.6.17 Skinned Areas (NOT USED)
4.6.18 Frequency of Services
Frequencies for the sites and services described herein are based upon normal
circumstances. Individual, several and/or all services to a site or sites may be added
at an agreed upon price, or deleted due to natural disaster, excessive rain, disease,
drought, fire, vandalism, accident, insufficient funds and/or any other reason at the
sole discretion of the Owner.
BID NO: 08-04/05
DATE: 03/11105
CITY OF MIAMI BEACH
47
4.7 Sanitation Services
4.7.1 Contractor Generated Trash: The Contractor shall promptly remove all
debris generated by his pruning, trimming, weeding, edging, and other work
required in the specifications. Debris must be disposed of at an authorized
site for commercial use. Neighborhood trash transfer stations or road side
piles are not considered authorized sites.
The Contractor shall clean driveways and paved areas with suitable equipment
immediately after working in them. All cuttings are to be removed on same
day as cut.
4.7.2 Litter Removal: N/A.
4.7.3
4.7.4
4.7.5
4.7.6
Trash Receptacle Service: N/A.
Pedestrian Surface Cleaning: N/ A.
Street Furniture/Knee Wall Cleaning:
Graffiti Control: N/ A.
N/A.
4.8 PERFORMANCE CONTROL AND INSPECTIONS
4.8.1 Maintenance Quality
The quality objective of all services and materials provided by Contractors in
accordance with conditions and specifications herein, is to maintain and service
various listed sites, and to keep them in a healthy, growing, clean and attractive
condition throughout the year.
4.8.2 Maintenance Standards, Frequencies, Work Method
All landscape work shall be performed in accordance with the highest professional
maintenance standards and horticultural techniques. Frequencies set for certain
repetitive maintenance functions and tasks in specifications are minimum
frequencies, which must be increased, if necessary to achieve the Quality Objective.
34 Full Service Visits Annual Schedule: - Schedule 34 service visits annually
according to the following:
Schedule service for the second week of January and February, the first and third
weeks of March (these biweekly visits should occur no closer than ten (10) and no
further than seventeen (17) calendar days apart); the first, third and fifth weeks of
April; the first, second, third and fourth weeks of May and weekly during the months
of June, July August and September (these weekly visits should occur no closer than
six (6) and no further than ten (10) calendar days apart); biweekly for the months of
October and November and one visit the third week of December.
See Calendar Page 52.
BID NO: 08-04/05
DATE: 03/11105
CITY OF MIAMI BEACH
48
All work is to be completed in a continuous manner. That is all mowing, edging,
weed control, trimming etc. shall be completed before leaving the job site
Standard and frequencies may be modified from time to time by the City of Miami
Beach Assistant Director of Parks as necessary to assure proper maintenance to
achieve the Quality Objective.
All work shall be done in a thorough and workmanlike manner under competent
Contractor supervision to the satisfaction of the City of Miami Beach Assistant
Director of Parks.
The Contractor shall have the exclusive duty, right, and privilege to perform Grounds
Maintenance and Services, as specified herein.
4.8.3 Inspections
4.8.3.1 The Contractor's Representative shall perform maintenance inspections daily
during daylight hours of all sites assigned for the day. Inspections by City of
Miami Beach Parks Personnel shall provide continuing inspection ofthe sites
to insure adequacy of maintenance and that methods of performing the work
are in compliance with these specifications. Discrepancies and deficiencies
in the work shall be brought to the attention of the Contractor's
Representatives in writing, directly by the City of Miami Beach Project
Manager, and shall be corrected by the Contractor immediately.
4.8.3.2 The City of Miami Beach Project Manager and the Contractors
Representatives shall meet on the sites once a month, or more frequently at
the discretion of the Project Manager, for a walk-through inspection. The
meeting shall be at the convenience of the City of Miami Beach. All on-
going maintenance functions shall be completed prior to this meeting.
4.8.4 Deficiency/Cure Notices and Corrective/Termination Process:
If the Project Manager determines that there is/are deficiency(s) by the contractor in
the performance ofthe contract, the Project Manager will notify the Contractor and
the Procurement Director ofthe deficiency(s) in writing. The Procurement Director
will send a Cure Notice to the Contractor requesting that they provide in writing
within seven (7) calendar days of notification, any/all actions proposed to be taken in
order to correct/cure the identified deficiency(s).
If all parties (Project Manager, Contractor and Procurement Director) agree that
actual damages/deficiencies would require more than seven (7) calendar days to
correct/cure, a reasonable time frame, in writing, will be determined based on a
"meeting of the minds" between the Project Manager and the Procurement Director
for the identified deficiency(s).
Should the Procurement Director issue two (2) Cure Notices for the same
deficiency(s), or a total of three (3) Cure Notices within a twelve (12) month period,
the City may exercise its right to proceed with the Termination of this contract.
BID NO: 08-04/05
DATE: 03/11105
CITY OF MIAMI BEACH
49
SEE PAGE 16, SECTION 1.57 - TERMINATION FOR DEFAULT
4.8.5 City of Miami Beach Right to Correct Deficiencies
Additionally, and notwithstanding the above provision, the City has the right to move
on site with City forces or private Contractors to correct deficiencies seven (7)
calendar days after notification in writing, by the City of Miami Beach Parks and
Recreation Department Director, or his designee.
If, in the sole discretion or judgment of the Project Manager, the Contractor and/or
his employee( s) are not properly performing the services required under the Contract,
then the Contractor and/or all employees may be temporarily replaced by City
personnel and payment to be made by the City may be suspended while the matter is
being investigated. Total costs incurred by completion of the work by the City will
be deducted and forfeited from the payments to the Contractor from the City.
This section shall not be construed as a penalty, but as an adjustment of payment to
Contractor for only the work actually performed, and accepted by the City, and the
recovering of City costs from the failure of the Contractor to complete or comply
with the provision of the Contract.
4.8.6 Quality Control - Performance Reports
Completion of Work: Within 24 hours of completing work the Contractor shall
notify the Parks and Recreation Supervisor assigned to monitor the contract either in
person, by fax, or by phone of said completion. It is acceptable to leave a phone
message, however, to make certain the message is received, it is advisable to call
between 7:00 a.m. - 8:00 a.m. or 3:00 p.m. - 4:00 p.m.
Inspection and Approval - Upon receiving notification from the Contractor, the
City shall inspect the serviced location the following business day. If, upon
inspection, the work specified has not been completed, the City shall contact the
Contractor to indicate the necessary corrective measures. The Contractor will be
given 48 hours from this notification to make appropriate corrections. If the work
has been completed successfully then the City will pay for services billed.
The Contractor shall submit to the City Project Manager a report of his performance
for the preceding month, under terms of the Contract.
These reports shall be postmarked no later than the fifth (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. Forms for performance
reporting shall be provided by the City
4.9 SCHEDULING
4.9.1 Contractors shall accomplish normal landscape maintenance required under the
Contract during daylight hours. The City Project Manager may permit night
scheduling on an individual function or task basis.
BID NO: 08-04/05
DATE: 03/11/05
CITY OF MIAMI BEACH
50
4.9.2 Contractor shall schcdule and conduct the work at times and in a manner which shall
not interfere with normal pedestrian traffic on adjaccnt sidewalks or vehicular traffic
on adjacent strects, and shall not cause annoyance to residents near the site or users
of the site. During periods of peak rush hour traffic, the Contractor will not block or
impede arterial or collector streets.
4.9.3 All work shall be scheduled and completed in a continuous manner, that is, other
than a holiday or non-work day in order to maintain the site in a uniform manner.
4.9.4 Contractor shall not work or perform any operations during inclement weather which
may destroy or damage landscaped areas.
4.9.5 Contractor shall recognize that during the course ofthe Contract, other activities and
operations may be conducted by City work forces and other Contractors. These
activities may include but not be limited to landscape refurbishment, irrigation
system modification or repair, construction and storm related operations. The
Contractor may be required to modify or curtail certain operations without decreased
compensation and shall promptly comply with any request by the Project Manager.
In the event a Site or part of a Site becomes unavailable for servicing by the
Contractor, the Project Manager may temporarily delete the Site or part of the Site
and compensation to the Contractor will be decreased.
4.9.6 Contractor shall, during the hours and days of operation, respond to all emergencies
by taking the appropriate/required action within two (2) hours. See Section 3.5-
Disaster Response
4.9.7 Contractor shall have completed all Landscape Maintenance functions prior to the
scheduled maintenance inspection.
4.1 0 ADDITIONAL WORK
The Project Manager may, at his discretion authorize the Contractor to perform additional
work, including, but not limited to, mowing, trimming, weeding, edging, litter pickup,
repairs and replacements ("grounds maintenance service type work under normal
circumstances") when the need for such work arises. The Project Manager will request
quote(s) from the contractor which may be negotiated as required to obtain a fair and
reasonable price.
Should negotiations be unsuccessful, the Project Manager may request quotes from other
contractors for the additional work.
Should additional work be required due to extraordinary incidents/circumstances such as
vandalism, acts of God, and/or third party negligence, the City will pay the contractor based
on the hourly labor rate specified on the Bid Proposal. See Section 3.5 - Disaster Response.
Prior to performing any additional work, the contractor shall prepare and submit a written
description of the work with a cost estimate/price quote to the Project Manager. No work
shall commence without the written authorization from the Project Manager.
Not withstanding the above authorization, when a condition exists wherein there is imminent
danger of injury to the public or damage to property, the Project Manager may verbally
authorize the work to be performed upon receiving a verbal estimate from the Contractor.
BID NO: 08-04/05
DATE: 03/11/05
CITY OF MIAMI BEACH
51
However, within 24 hours after receiving a verbal authorization, the Contractor shall submit
a written estimate/quote to the Project Manager for the required approval.
4.11 BID SUBMITTAL
In addition to the documentation and information requested herein, the Bidders shall submit
the following information with their bid, or within five (5) calendar days upon request:
4.11.1 Company Profile
A profile describing the organization represented by the bidder must be furnished
with the bid submittal. This will include:
* Company history and present organization;
* Name of Principal or Owner(s);
* Name of Affiliates, Subsidiaries, etc.;
* Years of company experience under present ownership;
* The local office address and phone number from which account would be
administered;
* History of local office, including opening date;
* Normal hours of operation of local office;
* Name of person in charge of local office;
* Number of maintenance personnel in the south Florida area normally
available to emergency calls;
* List of all services company is capable of providing.
4.11.2 Personnel
* Provide an organizational chart of entire structure that is proposed to service
account;
* Provide resumes of key management personnel;
* List job descriptions for all positions in the organization described in #1
above;
* Include description of proposed uniforms;
* Provide your overall employee policy and training program;
* Provide outline of safety program.
4.11.3 Turf Maintenance
* List proposed fertilizer type and rate for each turf type and other specific
nutrient additives;
* List proposed application schedule (annual basis);
* Describe proposed mowing schedule and procedures;
* Describe proposed preventative pest management program.
4.11.4 Tree and Palm Maintenance Program
* Provide type(s) of fertilizer and rates proposed for general use, and other
specific nutrient additives;
* List proposed application schedule (annual basis);
* Describe proposed pruning schedule and procedures;
* Describe proposed preventative pest management program.
BID NO: 08-04/05
DATE: 03/11/05
CITY OF MIAMI BEACH
52
4.11.5 Shrub and Ground Cover Maintenance Program
* Provide type(s) of fertilizer and rates proposed for general use, and other
specific nutrient additives;
* List proposed application schedule (annual basis)
* Describe proposed pruning schedule and procedures;
* Describe proposed preventative pest management program.
4.11.6 Irrigation Maintenance Program
* Describe preventative maintenance program.
4.11. 7 Equipment Specifications
* List all tools, equipment (including manufacturer) and quantities of each type
that be proposed to perform maintenance.
4.11.8 Bidder's Supplement
* Copies of all applicable licenses, permits, etc. required perform the services;
* List of clients with specialty turf types the bidder currently has, along with
contact information;
* Miscellaneous Information - this section of the proposal should include any
additional information about the services or bidder that is not addressed
elsewhere in the proposal.
4.11.9 Schedule of Values (attached pages 57-59)
BID NO: 08-04/05
DATE: 03/11/05
CITY OF MIAMI BEACH
53
LANDSCAPE MAINTENANCE SERVICES
BID # 08-04/05
Thirty-four (34) Full Service Visits. Work to be performed during periods highlighted.
2005
JA~UARY FEBRUARY
MARCH
s
M
T
w
T
F
s
s
M
T
W T
F
s
20 21 22 23 24 25
2
3
4
5
9
10 11
12 13 14
16 17 18 19 20 21 22
20 21
22 23
24 25 26
23 24 25 26 27 28 29
27 28
27 28 29 30 31
30 31
APRIL
MAY
JU:\E
OCTOBER
SOVEMBER
DECEMBER
s
M
T
W
T
F
s
s
M
T
W T
F
s
s
M T
W T
F
s
2
3
4
5
2
3
2
3
4
5
6
7
8
4
5
6
7
8
9
10
11 12 13 14 15 16 17
27 28 29 30
25 26 27 28 29 30 31
BID NO: 08-04/05
DATE: 03/11105
CITY OF MIAMI BEACH
54
LANDSCAPE MAINTENANCE SERVICES
Bid Proposal Page 1 of 4
COMPANY NAME:
We propose to furnish all labor, tools, equipment, transportation, permits, licenses, services and
incidentals necessary in order to provide Grounds Maintenance for the City of Miami Beach, in
accordance with Bid Specifications, as follows:
Item # Project Description Cost per # Full Cost Per Year
Service Services
Beach-walk
1 $ 34 $
1400-2100 Collins Avenue
Boardwalk
2 $ 34 $
2100-4600 Collins Avenue
3 Spoil Areas City Wide $ 34 $
ANNUAL GRAND TOTAL: $
Each location specified in this bid could be awarded on an individual basis, so each price quoted on
the bid form must be capable of standing alone and not be dependant on award of entire contract.
Please state on the space provided below a percentage discount to be allowed per location should
you be awarded the entire contract:
Landscape Maintenance Services
1. Beachwalk:
2. Boardwalk:
3. Spoil Areas:
Discount
Discount
Discount
BID NO: 08-04/05
DATE: 03/11105
CITY OF MIAMI BEACH
55
LANDSCAPE MAINTENANCE SERVICES
Bid Proposal Page 2 of 4
COMPANY NAME:
Not to Exceed (NTE) Hourly Labor Rates ( for Work other than specified herein, at the direction of the City)
SEE SECTION 4.9 - ADDITIONAL WORK
Item # Job Classification NTE Hourly Rate
4 Hourly rate per Contractor Regular time: $
Representative $
Overtime:
5 Hourly rate per Regular time: $
Laborer/Groundskeeper
Overtime: $
6 Hourly rate per Irrigation Regular time: $
Technician
Overtime: $
7 Hourly rate per Large Equipment Regular time: $
Operator
Overtime: $
8 Hourly rate per Regular time: $
Supervisor/Foreman
Overtime: $
9 Hourly rate per Climber Regular time: $
Overtime: $
10 Hourly rate per Certified Arborist Regular time: $
Overtime: $
11 Hourly rate per Pest Control Regular time: $
Technician
Overtime: $
NOTE: THE CITY RESERVES THE RIGHT TO NEGOTIATE THESE NOT TO EXCEED (NTE) HOURLY
LABOR RATES FROM THE SUCCESSFUL BIDDER(S). SHOULD NEGOTIATIONS BE
UNSUCCESSFUL, THE CITY RESERVES THE RIGHT TO REQUEST AND NEGOTIATE HOURLY
LABOR RATES FOR ANY/ALL ADDITIONAL WORK FROM OTHER CONTRACTORS.
BID NO: 08-04/05
DATE: 03/11/05
CITY OF MIAMI BEACH
56
LANDSCAPE MAINTENANCE SERVICES
Bid Proposal Page 3 of 4
COMPANY NAME:
Materials ( for Materials not specified herein, to be installed at the direction of the City)
Item # Description Unit Price Installed
12 St. Augustine Sod $ /pallet
13 Bahia Sod $ /pallet
14 Cypress Mulch $ /cubic yard
15 Seasonal Color 4" pot
16 For all other materials not specified, Contractor shall furnish at 0/0
the specified percentage above vendor cost. ABOVE VENDOR COST
17
A Not to Exceed costs to install plant materials and trees up to 45
gallon containers.
$
each
NOTE: AS IT RELATES TO ITEM #17 ABOVE, THE CITY RESERVES THE RIGHT TO
NEGOTIA TE THESE NOT TO EXCEED (NTE) COSTS TO INSTALL PLANT MATERIAL AND
TREES UP TO 45 GALLON CONTAINERS FROM THE SUCCESSFUL BIDDER(S). SHOULD
NEGOTIATIONS BE UNSUCCESSFUL, THE CITY RESERVES THE RIGHT TO REQUEST AND
NEGOTIA TE THIS COSTS/FEE FROM OTHER CONTRACTORS.
BID NO: 08-04/05
DATE: 03/11/05
CITY OF MIAMI BEACH
57
LANDSCAPE MAINTENANCE SERVICES
Bid Proposal Page 4 of 4
PAYMENT TERMS: NET 30. If other, specify here
ANY LETTERS, ATTACHMENTS, OR ADDITIONAL INFORMATION TO BE
CONSIDERED PART OF THE BID MUST BE SUBMITTED IN DUPLICATE.
SUBMITTED BY:
COMPANY NAME:
SIGNED:
(I certify that I am authorized to execute this proposal and
commit the bidding firm)
Bidders must acknowledge receipt of addendum (if applicable).
Amendment No.1:
Insert Date
Amendment No.2:
Insert Date
Amendment No.3:
Insert Date
Amendment No.4:
Insert Date
NAME/TITLE(Print):
ADDRESS:
CITY/STATE:
ZIP:
TELEPHONE NO:
FACSIMILE NO:
FEDERAL I.D.#:
BID NO: 08-04/05
DATE: 03/11/05
CITY OF MIAMI BEACH
58
LANDSCAPE MAINTENANCE SERVICES
COMPANY NAME:
SCHEDULE OF VALUES
Provide unit price/price per service for the services listed below. These prices may be utilized by the
City during negotiations, should additional/deleted services be required.
Item # 1 Beach-walk 1400-2100 Collins Avenue
SERVICE ANNUAL PRICE PER PRICE PER YEAR
SERVICES SERVICE
Turf Mowing 34 $ $
Grass Trimming and Edging 34 $ $
Shrub Pruning 12 $ $
Groundcover Pruning 12 $ $
Tree and Palm Pruning 1 $ $
Weed Control 34 $ $
Litter Control 260 $ $
Turf Fertilization 4 $ $
Shrub and Groundcover 3 $ $
Fertilization
Tree and Palm Fertilization 2 $ $
BID NO: 08-04/05
DATE: 03/11/05
CITY OF MIAMI BEACH
59
COMPANY NAME:
SCHEDULE OF VALUES
Provide unit price/price per service for the services listed below. These prices may be utilized by the
City during negotiations, should additional/deleted services be required.
Item # 2 Boardwalk 2100-4600 Collins Avenue
SERVICE ANNUAL PRICE PER PRICE PER YEAR
SERVICES SERVICE
Turf Mowing 34 $ $
Grass Trimming and Edging 34 $ $
Shrub Pruning 12 $ $
Groundcover Pruning 12 $ $
Tree and Palm Pruning 1 $ $
Weed Control 34 $ $
Litter Control 260 $ $
Turf Fertilization 4 $ $
Shrub and Groundcover 3 $ $
Fertilization
Tree and Palm Fertilization 2 $ $
BID NO: 08-04/05
DATE: 03/11/05
CITY OF MIAMI BEACH
60
COMPANY NAME:
SCHEDULE OF VALUES
Provide unit price/price per service for the services listed below. These prices may be utilized by the
City during negotiations, should additional/deleted services be required.
Item # 3 Spoil Areas Citywide
SERVICE ANNUAL PRICE PER PRICE PER YEAR
SERVICES SERVICE
Turf Mowing 34 $ $
Grass Trimming and Edging 34 $ $
Shrub Pruning 12 $ $
.
Groundcover Pruning 12 $ $
Tree and Palm Pruning 1 $ $
Weed Control 34 $ $
Litter Control 260 $ $
Turf Fertilization 4 $ $
Shrub and Groundcover 3 $ $
Fertilization
Tree and Palm Fertilization 2 $ $
BID NO: 08-04/05
DATE: 03/11/05
CITY OF MIAMI BEACH
61
BID CHECK LIST
To ensure that your bid is submitted in conformance with the Contract Documents, please verify that
the following items have been completed and submitted as required.
X Original and one copy of bid (including all submittal information)
General Conditions Section 1.1
Special Conditions Section 2.24
X Execution of Bid
General Conditions Section 1.2
N/A Equivalents/Equal Product
General Condition Section 1.10
Insurance and Indemnification (including Insurance Checklist)
X General Condition Section 1.26
Special Conditions Section 1.59
X Bid Guaranty/Payment & Performance Bond
General Condition Section 1.27
X Warranty
Special Conditions Section 2.16
N/A Product/Catalog Information
Special Conditions Section 2.17
X References
Special Conditions Section 2.18 / Page 61
X Bidder Qualifications
Special Conditions Section 2.21
General Requirements Section 3.2
X Exceptions to Specifications
Special Conditions Section 2.23
X Contractor's Questionnaire
(Page 63)
BID NO: 08-04/05
DATE: 03/11/05
CITY OF MIAMI BEACH
62
CUSTOMER REFERENCE LISTING
Bidder's shall furnish the names, addresses, and telephone numbers ofa minimum of six (6) firms or
government organizations for which the Contractor is currently furnishing or has furnished, similar
services. (See "2.18 References", page 24, and "Minimum Requirements, page 2)
I)
Company Name
Address
Contact Person/Contract Amount
Telephone No.
Fax No.
2)
Company Name
Address
Contact Person/Contract Amount
Telephone No.
Fax No.
3)
Company Name
Address
Contact Person/Contract Amount
Telephone No.
Fax No.
BID NO: 08-04/05
DATE: 03/11/05
CITY OF MIAMI BEACH
63
CUSTOMER REFERENCE LISTING (CONTD.)
4) Company Name
Address
Contact Person/Contract Amount
Telephone No. Fax No.
5) Company Name
Address
Contact Person/Contract Amount
Telephone No. Fax No.
6) Company Name
Address
Contact Person/Contract Amount
Telephone No. Fax No.
BID NO: 08-04/05
DATE: 03/11/05
CITY OF MIAMI BEACH
64
CONTRACTOR'S QUESTIONNAIRE
NOTE:
Information supplied in response to this questionnaire is subject to verification.
Inaccurate or incomplete answers may be grounds for disqualification from
award of this bid.
Submitted to The Mayor and City Commission of the City of Miami Beach, Florida:
By
Principal Office
How many years has your organization been In business under your present business
name?
Does your organization have current occupational licenses entitling it to do the work contemplated
in this Contract?
State of Florida occupational license - state type and number:
Dade County certificate of competency - state type and number:
Expiration Date:
Include copies of above licenses and certificates with proposal.
Have you ever had a contract terminated due to failure to comply with contractual
specifications?
If so, where and why?
In what other lines of business are you financially interested or engaged?
Give references as to experience, ability, and financial standing
BID NO: 08-04/05
DATE: 03/11/05
CITY OF MIAMI BEACH
65
CONTRACTOR'S QUESTIONNAIRE (CONTD.)
What equipment do you own that is available for the proposed work and where located?
Please list the names and addresses of subcontractors to be used, if any.
Vendor Campaign Contribution(s):
a. You must provide the names of all individuals or entities (including your sub-consultants)
with a controlling financial interest. The term "controlling financial interest" shall mean the
ownership, directly or indirectly, of 10% or more of the outstanding capital stock in any
corporation or a direct or indirect interest of 10% or more in a firm. The term "firm" shall
mean any corporation, partnership, business trust or any legal entity other than a natural
person.
b. Individuals or entities (including our sub-consultants) with a controlling financial interest:
have have not contributed to the campaign either directly or indirectly, of a
candidate who has been elected to the office of Mayor or City Commissioner for the City of
Miami Beach. Please provide the name(s) and date(s) of said contributions and to whom
said contribution was made.
BID NO: 08-04/05
DATE: 03/11/05
CITY OF MIAMI BEACH
66
CONTRACTOR'S QUESTIONNAIRE (CONTD.)
I HEREBY CERTIFY that the above answers are true and correct.
(SEAL)
(SEAL)
BID NO: 08-04/05
DATE: 03/11105
CITY OF MIAMI BEACH
67