Loading...
HomeMy WebLinkAbout2006-26296 Reso RESOLUTION NO. 2006-26296 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER PERTAINING TO THE RANKING OF PROPOSERS PURSUANT TO REQUEST FOR PROPOSALS (RFP) NO. 21- 05/06, FOR COMPLETE TURF MOWING SERVICES AT ALL NON-CONTRACTED SITES CITYWIDE; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH THE TOP-RANKED CONTRACTOR OF COUNTRY BILL'S LAWN MAINTENANCE, INC.; AND SHOULD NEGOTIATIONS BE UNSUCCESSFUL, AUTHORIZING NEGOTIATIONS WITH THE SECOND-RANKED CONTRACTOR OF SUPERIOR LANDSCAPING & LAWN SERVICE, INC., AND FURTHER AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE A CONTRACT UPON COMPLETION OF SUCCESSFUL NEGOTIATIONS. WHEREAS, Request for Proposals (RFP) No. 21-05/06 for Complete Turf Mowing Services at all Non-Contracted Sites Citywide was issued on April 21, 2006, with an opening date of June 9, 2006; and WHEREAS, the RFP was issued to obtain services of one or two firms under the "Best Value" procurement process, with the experience and qualifications; the ability; capability, and capacity; and proven past successful performance in providing high quality turf mowing services; and WHEREAS, The scope of the work is to maintain four (4) designated service levels/areas within North Beach and four (4) designated service levels/areas within South Beach, in a healthy, growing, safe, clean and attractive condition throughout the year; and WHEREAS, a pre-proposal conference to provide information to proposers submitting a response was held on May 17, 2006; and WHEREAS, Bid Net issued bid notices to 25 prospective proposers, and the Procurement Division notified an additional ten (10) firms resulting in three (3) proposers requesting the RFP document, which resulted in the receipt of the following three (3) proposals from: . Country Bill's Lawn Maintenance, Inc. ("Country Bill's"); . Elan Lawn and Landscaping Services ("Elan"); . Superior Landscaping & Lawn Services, Inc. ("Superior"); and WHEREAS, the City Manager, via Letter to Commission (LTC) No. 169-2006, appointed an Evaluation Committee ("the Committee"), consisting of the following individuals: · Ricardo Guzman, Senior Planner, Planning Department, City of Miami Beach (Chair); . John Oldenburg, Assistant Director, Parks and Recreation, City of Miami Beach; · Chuck Adams, Assistant Director, Parking Department, City of Miami Beach; · Rhonda Gracie, Land Project Coordinator, Parks and Recreation, City of Miami Beach; . Sydney Goldin, Resident, Neighborhood Leadership Academy; · Gordon Miller, Resident, Neighborhood Leadership Academy; · Mario Porcelli, Resident, Neighborhood Leadership Academy; and WHEREAS, on July 19, 2006, the Committee convened and was provided information on the scope of services, listened to presentations, and conducted a question and answer session with the three (3) responsive contractors; and WHEREAS, the Committee deliberated and voted unanimously to recommend Country Bill's Lawn Maintenance, Inc. as the top-ranked contractor and Superior Landscaping & Lawn Services, Inc. as the second-ranked contractor; and WHEREAS, the City Manager has reviewed the Evaluation Committee's recommendation, and recommends that the Mayor and City Commission accept the Committee's recommendation, relative to the ranking of contractors, pursuant to RFP No. 21-05/06. NOW, THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, that the Mayor and City Commission hereby accept the recommendation of the City Manager pertaining to the ranking of proposers pursuant to Request for Proposals (RFP) No. 21-05/06, for Complete Turf Mowing Services at all Non-Contracted Sites Citywide; authorizing the Administration to enter into negotiations with the top-ranked contractor of Country Bill's Lawn Maintenance, Inc.; and should negotiations be unsuccessful, authorizing negotiations with the second-ranked contractor of Superior Landscaping & Lawn Services, Inc.; and further authorizing the Mayor and City Clerk to execute a contract upon completion of successful negotiations. PASSED AND ADOPTED THIS 6th ATTEST: ~r ~ Ovt~ CITY CLERK Robert Parcher T:\AGENDA\2006\sep0606\consent\RFP-21-05-06 Turf Mowing - Reso.doc APPAOVED AS TO FORM & LANGUAGE & FOR EXECUTION ti~D~ COMMISSION ITEM SUMMARY Condensed Title: Accept the City Manager's Recommendation Pertaining to the Ranking of Contractors Pursuant to Request For Proposals No.21-05/06, for Complete Turf Mowing Services at all Non-Contracted Sites Citywide; Authorizing the Administration to Enter Into Negotiations with the Top-ranked Contractor of Country Bill's Lawn Maintenance, Inc. and Should Negotiations be Unsuccessful, Authorize Negotiations with the Second-ranked Contractor; and Authorizing the Mayor and City Clerk to Execute an Agreement Upon Conclusion of Successful Negotiations. Ke Intended Outcome Su orted: To Maintain and Enhance the Cleanliness Levels throughout the Community. Issue: Shall the City Commission approve the City Manager's recommendation to accept the ranking of contractors, authorize ne otiations and authorize execution of a reements? Item Summary/Recommendation: On April 11 2006, the Mayor and City Commission authorized the issuance of Request for Proposals (RFP) No. 21-05/06, to obtain services of one or two firms under the "Best Value" Procurement process, with the experience and qualifications; the ability; capability, and capacity; and proven past successful performance in providing complete turf mowing services at all non-contracted sites citywide. RFP No. 21-05/06 was issued on April 21, 2006 with an opening date of June 9, 2006. A pre-proposal submission meeting to provide information to prospective contractors was held on May 17 2006. BidNet issued bid notices to twenty-five (25) prospective proposers, and the Procurement Division notified an additional ten (10) firms resulting in three (3) proposers requesting the RFP document, which resulted in the receipt of (3) proposals from: . Country Bill's Lawn Maintenance, Inc. ("Country Bill's") . Elan Lawn and Landscaping Services ("Elan") . Superior Landscaping & Lawn Services, Inc. (:Superior") The City Manager via Letter to Commission (LTC) No. 169-2006, appointed an Evaluation Committee ("the Committee") that convened on July 19, 2006 to listen to presentations, from the 3 contractors, which was followed by a Q&A session. The committee unanimously recommended Country Bill's as the top-ranked contractor. ACCEPT THE CITY MANAGER'S RECOMMENDATION Advisory Board Recommendation: I N/A Financial Information: Source of Amount Account Approved Funds: 1 $473,634 011-0940-000312 5W 2 3 4 OBPI Total $473,634 Financial Impact Summary: Ci Clerk's Office Le islative Trackin Gus Lopez, ext. 6641 Si ent Director KS City Manager JM T:\AGENDA\2006\sep0606\consent\RFP-21-05-06 TurfMowing - Summary.doc in ~ MIAMI BEACH AGENDA ITEM DATE C.7P 9-6 -CJ~ lD MIAMI BEACH City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www.miamibeachfl.gov COMMISSION MEMORANDUM FROM: Mayor David Dermer and Members of the City Commission Jorge M. Gonzalez, City Manager ~~ ~ M. C- .d2 September 6, 2006 TO: DATE: SUBJECT: A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER PERTAINING TO THE RANKING OF PROPOSALS RECEIVED PURSUANT TO REQUEST FOR PROPOSALS (RFP) NO. 21-05/06, FOR COMPLETE TURF MOWING SERVICES AT ALL NON-CONTRACTED SITES CITYWIDE; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH THE TOP-RANKED CONTRACTOR OF COUNTRY BILL'S LAWN MAINTENANCE, INC. AND SHOULD NEGOTIATIONS BE UNSUCCESFUL, AUTHORIZE NEGOTIATIONS WITH THE SECOND-RANKED CONTRACTOR OF SUPERIOR LANDSCAPING & LAWN SERVICE, INC.; AND FURTHER AUTHORIZE THE MAYOR AND CITY CLERK TO EXECUTE A CONTRACT UPON COMPLETION OF SUCCESSFUL NEGOTIATIONS. ADMINISTRATION RECOMMENDATION Adopt the Resolution. FUNDING $473,634 Funds are available from the Budget Account Number 011-0940-000312. ANALYSIS The City of Miami Beach requires the services from licensed and high performing contractors with strong professional qualifications in turf mowing services. Pursuant to the City Key Intended Outcome to Maintain and Enhance the Cleanliness Levels throughout the Community, the City's Parks and Recreation Department is in need of a "best value" solution. The work consists offurnishing all labor, machinery, tools, means oftransportation, supplies, equipment, materials, services and incidentals necessary to provide complete turf mowing services as specified herein. The work shall include but not be limited to waste disposal, mowing, trimming/ edging, turf management, turf fertilization, and traffic control. Proposed cost shall include all labor, equipment and materials needed to perform those duties set forth in the scope of work. Commission Memorandum RFP No. 21-05/06 - Complete Turf Mowing Services at all Non-Contracted Sites Citywide Page 2 ANALYSIS (Cont.) The scope of the work is to maintain four (4) designated service levels/areas within North Beach and four (4) designated service levels/areas within South Beach, in a healthy, growing, safe, clean and attractive condition throughout the year. SCOPE OF WORK 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 City. (See North and South Locations listed below) 24 Full Service Visits Annual Schedule - Schedule 24 service visits annually according to the following: Schedule service for the third week in March; the second week of April; the .second and fourth weeks of May (these biweekly visits should occur no closer than ten (10) and no further than seventeen (17) calendar days apart); weekly for the months of June, July, Augus~and September (these weekly visits should occur no closer than six (6) and no further than ten (10) calendar days apart); the third week of October; the fourth week of November and December. 30 Full Service Visits Annual Schedule - Schedule 30 service visits annually according to the following: Schedule service for the second week of January and February, the third week of March; the second and fourth weeks of April and May (these biweekly visits should occur no closer than ten (10) and no further than seventeen (17) calendar days apart); 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. 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 second and fourth 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, Jul~ 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. 37 Full Service Visits Annual Schedule - Schedule 37 service visits annually according to the following: Schedule service for the third 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 second, third and fourth weeks of April; Weekly during the months of Ma~June, July, August, September and October (these weekly visits should occur no closer than six (6) and no further than ten (10) calendar days apart); The first and third weeks of November and the second and fourth week of December. Commission Memorandum RFP No. 21-05/06 - Complete Turf Mowing Services at all Non-Contracted Sites Citywide Page 3 ANALYSIS (Cont.) NORTH MOWING LEVEL 1 Thirty-seven (37) Services Annually 1. North Shore Park and Youth Center - 501 72nd St. 2. Polo Park - 4301 N. Michigan LEVEL 2 Thirty-four (34) Services AnnuallY 1. Muss Park - 4400 Chase Ave. 2. Muss Park Median - 43rd and Meridian Ave. 3. 4200 St. Swale - Both sides of St. Prairie Ave. to Pinetree Dr. 4. Brittney Bay Park - W. Indian Creek Drive between 63rd and 65th St. s 5. Fisher Park - 50th St. and Alton Rd. 6. La Gorce Park - 6421 Alton Rd. 7. Normandy Shores Park - 2401 Biarritz Dr. 8. Normandy Shores Tennis -Intersection of Bay Dr. and N. Shore Dr. 9. Pinetree Park - 45th St. and Pinetree Dr. 10. Police Substation - 69th St. and Indian Creek 11. 71 st St. Welcome Sign - At western city limits on 71 st St. & Normandy LEVEL 3 Thirty (30) Services Annually 1. Crespi Park - 7801 Crespi Blvd. 2. Fairway Park - 200 Fairway Dr. 3. Poinciana Park - North of 63rd between N. Bay Dr. and La Gorce Dr. 4. Stillwater Park - 8440 Hawthorn Ave. 5. N. Bay Rd. and 63rd St. -landscape chop 6. 44th St. and Nautilus Dr. - landscape chop 7. Tatum Park - 8050 Byron Ave. 8. 81st St. Park - 81st St. and Crespi Blvd. 9. 41st St. - From 44th St. to Collins Ave. 10. 46th St. and Collins Ave. - Boathouse area 11. Fire Station - 53rd. St and Collins Ave. 12. 53rd St. and Collins Ave - Beach (coral rock) wall area. 13. 53rd St. and Collins Ave - Boathouse area. From the pumping station to 5330 blk. 14. Carriage House - 5330 Collins Ave. 15. 67th St. Triangle - Swale at Indian Creek/Abbott 16. Abbott Ave and Indian Creek Triangle - Side swale 17. Pinetree Dr. - 46th St. to the bridge to 49th St. bus stop 18. 51st Terr. And Lakeview/Cherokee Dr. - By Golf Course 19. 51st St. and Lakeview - Comer on left going west. 20. 51st St. and Alton - Center triangle and right corner going west Commission Memorandum RFP No. 21-05/06 - Complete Turf Mowing Services at all Non-Contracted Sites Citywide Page 4 ANALYSIS (Cont.) Level 3 Cont. 21. 6001 & Pinetree - dead end by the water. 22. 63rd St. Pine Tree Circle - on corner 23. 81st St. & Hawthorn - old dump at 81st St. and Crespi 24.1410 Daytonia Rd. - Biscayne Point Swale 25.1400 Cleveland Rd. - Biscayne Point Swale 26.1145 Noremac Ave. - Biscayne Point dead end 27. Biscayne Point Entrance and Bridge Approach - 77'h and Biscayne Lane 28. 71 st St. and Biarritz - Triangle and Swale area 29. 6900 Bay Dr. and Brest Esplanade - Bay Dr. and Brest Esplanade 30. Bay Dr. and Versailles - King Cole Hotel 31. 1101 Biarritz Dr. and Rue Versailles - Cui de sacs 32. 620 Trouville Esplanade and Normandy Dr. - Center parkways 33. 1690 Trouville Esplanade and Bay Dr. - St. end north and south 34. 6830 Rue Grandville and Biarritz Dr. - Cui de sacs 35. 1919 Rue Grandville and Bay Dr. - St. end and seawall 36. 1905 Rue Grandville at Calis Dr. - two small chops 37. North Shore Open Space Park - Collins Ave from 79th to 86th. 38. North Shore Open Space Park Out Parcels 39. Bay Drive and Rue Grandville - across the St. from 1919 40. Bay Dr. and Rue Grandville - strip from Bay Dr. to the bay. 41. Rue Granville and Biarritz Dr. - side planting LEVEL 4 Twenty-four (24) Services Annuallv 1. S.E Corner of 76th St. and Collins Ave. - small swale between curb and sidewalk on south side of 76th St. east of Collins. 2. 7150 Indian Creek - St. end seawall 3. 62nd St. Pumping Station - 6200 and 6145 La Gorce 4. 85th St. Bridge Approach 5. 75th St. and Dickens - Water Treatment, fenced area, on west side 6. 73rd and Dickens - Bridge approach 7. 72nd and Dickens - Parking Lot, west side where guardrail is located 8. 72nd and Dickens - Seawall 9. 73rd St. Medians - Dickens and Harding 10.2135 Biarritz Dr. and Calais - Bridge approach both sides 11.2316 W. Bay Dr. - St. end, Biarritz area 12. Normandy Pumping Station - 601 Hagan St. and Southshore Dr. 13. South Shore Dr. and Biarritz - St. end 14. 71st St. Bridge and Bridge embankment 15. 1630 Bayside Lane - St. ends and canal bank 16. 80th St. ends - Tatum Water Way Dr. 17. Butterfly Park - Corner of Wayne and Michaels 18. Tatum Water Way Dr, Triangle - 79th St. Commission Memorandum RFP No. 21-05/06 - Complete Turf Mowing Services at all Non-Contracted Sites Citywide Page 5 ANALYSIS (Cont.) Level 4 Cont. 19. Tatum Water Way Dr. and 77th St. - Bridge approach 20. North Beach Elementary Alleyway - 41 st St. and Prairie Dr. 21.880 Jones St. and South Shore Dr. - Dead end 22. 7136 Bonita Dr. - St. end seawall 23. 71st St. Pumping Station 71st St. and Bay Dr. 24. 7227 Fairway Dr. - Bridge Approach 3 sides 25. 350 Ray St. and Southshore Dr. - St. end seawall 26. 193 Fairway and Northshore Dr. - St. end seawall SOUTH MOWING LEVEL 1 Thirty-seven (37) Services Annually 1. City Hall - 1700 Convention Center Drive. 2. Police Station -1100 Washington Ave. 3. Lummus Park - Ocean Drive from 5th St. to 15th St. 4. 3rd St. Park - Ocean Drive 5. 20th St. Fountain - 20th St. and Alton Road 6. South Beach Police Substation - SW Corner of Collins and 2nd St. LEVEL 2 Thirty-four (34) Services Annually 1. Alton Road Medians - Michigan Ave. to 62nd St. 2. Alton Rd. and 29th St. - Side chops, north and south 3. Alton Rd. and 43rd St. - Side chops, north and south 4. Alton Rd. and 47th St. - small chop 5. Alton Rd. and 50th St. - small swale area 6. Alton Rd. and 51st St. - Bridge approach, north and south 7. Alton Rd and 62nd St. - Side chop 8. 21 st St. Recreation Center - 2100 Washington Ave. 9. Scott Rakow Youth Center - 2700 Sheridan Ave. 10. Palm Island Park - Palm Island 11. Maurice Gibb Park (FKA Island View) - Purdy Ave and Dade Blvd. 12. 3 mec;lians on Purdy Ave - In front of and North of Maurice Gibb Park 13. Sunset Islands 1 & 2 Entrance - 29th St. and N. Bay Road 14. Sunset Islands 3 & 4 - Sunset Drive and N. Bay Rd. 15. Bass Museum and Collins Park - 21 st St. and Collins Ave. 16. 23RD St. Library 17. 6th St. Community Center - 6th St. between Meridian and Jefferson LEVEL 3 Thirty (30) Services Annually 1. 1st St. Swales and Medians - Washington Ave to Jefferson Ave. 2. 1 ih St. and West Ave. - Bridge approach 3. South Pointe Park and Median - Biscayne St. and Washington Ave. 4. St. end - 300' strip of grass south of Penrods. Commission Memorandum RFP No. 21-05/06 - Complete Turf Mowing Services at all Non-Contracted Sites Citywide Page 6 ANALYSIS (Cont.) Level 3 Cont. 5. Flamingo Park - 11 th to 15th St. s between Michigan and Meridian Ave. All grass areas except sports fields. 6. Michigan Ave West of Flamingo - 12 small chops 7. 14th St. Park - Westem St. end of 14th St. 8. B~ Road 14th to 16th St. - East and West Swales 9. 23 and North Bay Road - Greensoace 10. Pinetree Drive Median - 23rd to 2ih St. 11. Hebrew Academy - Swale area 24th and Pinetree Dr. 12. Prairie Ave. and 28th St. - Circular median 13. Parkview Park - Jefferson and 19th St. 14. Dade Blvd. - North side from Prairie to Pinetree/23rd St. 15. Dade Blvd. Canal Bank - North side from the Bay just east of Purdy Ave. to 23rd and Pinetree Drive; South side; from 2129 Washington Court to 22nd St. and Washington Ct. 16. Belle Island Park -Island Avenue and Venetian Way 17. Four (4) Medians - Rivo Alto and Venetian Way 18. 2850 Flamingo Drive - Bridge approach both sides 19. 3rd St. Library and Washington Park - 3rd St. and Washington Ave. 20. Fire Station - 11 th St. and Meridian 21. Fountain Area - 41 st St. and Pinetree Drive 22. Bus Bench Area - 40th St. and Indian Creek 23. 40th St. and Flamingo Dr. - Chop 24. Flamingo Dr. St. -Ends - 2ih - 39th St. 25. 35th St. and Flamingo - Landscape chop 26. 33rd St. and Flamingo - Landscape chop 27. Flamingo Dr. and Pinetree Drive. - Landscape chop 28. 28th St. and Prairie Ave. - Landscape chop 29. 24th St. and Lake Pancoast Dr. - Bridge approach 30. 23rd St. and Flamingo Dr. - Bridge approach 31. Fire Station - 23rd St. and Dade Blvd. 32. 29th St. and Bathroom area LEVEL 4 Twenty-four (24) Services Annuallv 1. Pumping Station - Alton Road and 41 st St. 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 and Recreation 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 and Recreation. Commission Memorandum RFP No. 21-05/06 - Complete Turf Mowing Services at all Non-Contracted Sites Citywide Page 7 ANALYSIS (Cont.l Inspections 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 Greenspace Management Personnel shall provide continuing inspection of the sites to ensure 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. 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. Deficiency/Cure Notices and CorrectivelTermination Process If the Project Manager determines that there are deficiencies by the Contractor in the performance of the contract, the Project Manager will notify the Contractor and the Procurement Director will issue a Cure Notice to the Contractor to correct the efficiencies within seven (7) calendar days of notification. If both parties agree that actual damages would require more than seven (7) days to repair, a time frame, in writing, will be determined by the City of Miami Beach Procurement Director for that deficiency. The parties agree that the Contractor shall be liable to the City of Miami Beach for liquidated damages (not a penalty) in the amount of two hundred dollars ($200.00) per day, for each day exceeding the above noted time frame per deficiency that the Contractor fails to correct deficiencies of the Notice. City of Miami Beach Riaht 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 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. Commission Memorandum RFP No. 21-05/06 - Complete Turf Mowing Services at all Non-Contracted Sites Citywide Page 8 ANALYSIS (Cont.l Quality Control - Performance Reports The Contractor shall submit to the City Project Manager a written report of each service via fax or email within twenty four (24) hours of the work performed, under terms of the Contract. Written reports of the Contractor's performance for the proceeding month shall also be submitted not 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. SCHEDULING 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. Contractor shall schedule and conduct the work at times and in a manner which shall not interfere with normal pedestrian traffic on adjacent sidewalks or vehicular traffic on adjacent streets, and shall not cause annoyance to residents near the site or users of the site. During periods of peak rush hour traffic, the Contractor will not block or impede arterial or collector streets. 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. Contractor shall not work or perform any operations during inclement weather which may destroy or damage landscaped areas. Contractor shall recognize that during the course of the Contract, other activities and operations may be conducted by City work forces and other Contractors. These activities may include but not be limited to landscape refurbishment, 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. Contractor shall, during the hours and days of operation, respond to all emergencies by taking the appropriate/required action within two (2) hours. Contractor shall have completed all Landscape Maintenance functions prior to the scheduled maintenance inspection. 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 when the need for such work arises out of extraordinary incidents such as vandalism, acts of God, and third party negligence, or for any additional Basic Landscape Maintenance needed. Any work not provided for elsewhere in the Contract and authorized by the Project Manager and performed by the Contractor shall be considered as additional work and shall be paid as specified in the Bid Proposal. Commission Memorandum RFP No. 21-05/06 - Complete Turf Mowing Services at all Non-Contracted Sites Citywide Page 8 ANALYSIS (Cont.l Quality Control - Performance Reports The Contractor shall submit to the City Project Manager a written report of each service via fax or email within twenty four (24) hours of the work performed, under terms of the Contract. Written reports of the Contractor's performance for the proceeding month shall also be submitted not 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. SCHEDULING 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. Contractor shall schedule and conduct the work at times and in a manner which shall not interfere with normal pedestrian traffic on adjacent sidewalks or vehicular traffic on adjacent streets, and shall not cause annoyance to residents near the site or users ofthe site. During periods of peak rush hour traffic, the Contractor will not block or impede arterial or collector streets. 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. Contractor shall not work or perform any operations during inclement weather which may destroy or damage landscaped areas. Contractor shall recognize that during the course of the Contract, other activities and operations may be conducted by City work forces and other Contractors. These activities may include but not be limited to landscape refurbishment, 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. Contractor shall, during the hours and days of operation, respond to all emergencies by taking the appropriate/required action within two (2) hours. Contractor shall have completed all Landscape Maintenance functions prior to the scheduled maintenance inspection. 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, repairs and replacements when the need for such work arises out of extraordinary incidents such as vandalism, acts of God, and third party negligence, or for any additional Basic Landscape Maintenance needed. Any work not provided for elsewhere in the Contract and authorized by the Project Manager and performed by the Contractor shall be considered as additional work and shall be paid as specified in the Bid Proposal. Commission Memorandum RFP No. 21-05/06 - Complete Turf Mowing Services at all Non-Contracted Sites Citywide Page 9 ANALYSIS (Cont.) Prior to performing any additional work, the contractor shall prepare and submit a written description of the work with a cost estimate 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. However, within 24 hours after receiving a verbal authorization, the Contractor shall submit a written estimate to the Project Manager for the required approval. EMERGENCY RECOVERY SERVICES In the event of a declared emergency and the emergency is of sufficient magnitude that the City needs to utilize disaster related services, those services are generally subject to reimbursement by the County, State and Federal governments. FEMA as the principal federal agency dealing with disaster recovery prefers that agreements for disaster services be put in place prior to an emergency and where possible, the services be obtained by a bidding process. Consequently, the successful contractor must agree to add a provision to the City's contract that allows for a fair and reasonable contract price for emergencies (i.e. hurricanes), if market conditions warrant such action. This provision, as recommended by FEMA, protects the City from over pricing in an emergency. CONTRACT TERM This contract will be for a period of three (3) years upon the date of execution. The City of Miami Beach has the option to renew the contract at its sole discretion for an additional three (3) year period on a year-to-year basis. Renewal of the contract is a City of Miami Beach prerogative, not a right of the contractor. Such option will be exercised, if at all, only when it is in the best interest of the City of Miami Beach. In the event that the contract is held over beyond the term herein provided it shall only be from a month-to-month basis only and shall not constitute an implied renewal of the contract. Said month-to-month extension shall be upon the same terms of the contract and at the compensation and payment provided herein, and shall not exceed six (6) months. 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 prior to renewal 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 Consumer Price Index - All Urban Areas (CPI- U) 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. Commission Memorandum RFP No. 21-05/06 - Complete Turf Mowing Services at all Non-Contracted Sites Citywide Page 1 0 ANALYSIS (Cont.) MINIMUM REQUIREMENTS / QUALIFICATIONS a) The Prime Contractor shall submit incorporation or other business entity/form documentation with their proposal. Contractor shall have been in continuous services and incorporated in the State of Florida for a minimum of four (4) years. b) The Prime Contractor or its contractor's consultants must be licensed with all required State and/or Local government licenses, and permits (irrigation, pest control, horticultural services, etc.). c) The Prime Contractor must have a Certified Pest Control Operator on staff or as part of their team. d) The Prime Contractor must provide a drug and alcohol free workplace. On April 11 2006, the Mayor and City Commission authorized the issuance of Request for Proposals (RFP) No. 21-05/06, to obtain services of one or two firms under the "Best Value" Procurement process, with the experience and qualifications; the ability; capability, and capacity; and proven past successful performance in providing complete turf mowing services at all non-contracted sites citywide. RFP No. 21-05/06 was issued on April 21, 2006 with an opening date of June 9, 2006. A pre-proposal submission meeting to provide information to prospective contractors was held on May 17, 2006. BidNet issued bid notices to twenty-five (25) prospective proposers, and the Procurement Division notified an additional ten (10) firms resulting in three (3) proposers requesting the RFP document, which resulted in the receipt of the following three (3) proposals from: . Country Bill's Lawn Maintenance, Inc. ("Country Bill's") . Elan Lawn and Landscaping Services ("Elan") . Superior Landscaping & Lawn Service, Inc. ("Superior") The City Manager via Letter to Commission (LTC) No. 169-2006, appointed an Evaluation Committee ("the Committee") consisting of the following individuals: - Ricardo Guzman, Senior Planner, Planning Department, City of Miami Beach; (Chair) - John Oldenburg, Assistant Director, Parks and Recreation, City of Miami Beach; - Chuck Adams, Assistant Director, Parking Department, City of Miami Beach; - Rhonda Gracie, Land Project Coordinator, Parks and Recreation, City of Miami Beach; - Sydney Goldin, Resident, Neighborhood Leadership Academy - Gordon Miller, Resident, Neighborhood Leadership Academy - Mario Porcelli, Resident, Neighborhood Leadership Academy On July 19, 2006 the initial Evaluation Committee ("the Committee) meeting convened. The Committee was provided information on the scope of services by John Oldenburg, City of Miami Beach. Mario Porcelli and Gordon Miller were unable to attend. Commission Memorandum RFP No. 21-05/06 - Complete Turf Mowing Services at all Non-Contracted Sites Citywide Page 11 ANALYSIS (Cont.l Additionally, the Committee discussed the following Evaluation Criteria, which was used to evaluate and rank the Firms proposals: A. Experience and qualifications of the Contractor (20 points); B. Experience and qualifications of the Key Personnel (20 points); C. Experience and qualifications of the Team (10 points); D. Cost (20 points) E. Risk Assessment Plan for ensuring quality of work (15 points); F. Past Performance based on number and quality of the Performance Evaluation Surveys (15 points) The three (3) contractors that submitted proposals provided a presentation relative to their proposal submittal, with a Question and Answer session following each presentation. At the conclusion of the presentations and Question and Answer sessions, the Committee deliberated and voted unanimously to recommend Country Bill's Lawn Maintenance, Inc. as the top-ranked Contractor, and Superior Landscaping & Lawn Service, Inc. as the second- ranked Contractor. Committee Member Country Bill's Lawn Superior Landscaping Elan Lawn & Maintenance, Inc. & Lawn Service, Inc. LandscapinQ Services Ricardo Guzman 85 1 80 2 45 3 John Oldenburg 91 1 87 2 50 3 Chuck Adams 84 1 70 2 48 3 Rhonda Gracie 82 1 80 2 44 3 Sydney Goldin 92 1 90 2 35 3 Country Bill's Lawn Maintenance. Inc. Country Bill's has been in business over 20 years is family owned and operated and has provided landscape management services to the City of Miami Beach over 10 years. Last year Country Bill's provided more than $1, 000,000 in landscape management services to the City of Miami Beach with excellent results. They have a staff of more than 40 people, with an additional 50 workers on standby should the City have a need for large projects and/or disaster recovery. Country Bill's currently has contracts with the City of North Miami Beach ($400,000/year), City of North Miami ($300,OOO/year), City of Hollywood ($95,OOO/year), Swerdlow Boca Developers ($300,OOO/year), Lauris Boulanger Developers, ($175,OOO/year), and Hidden Cove Town Homes ($45,OOO/year). COST Country Bill's has submitted a total price of $205,407 for the North Mowing, and a total price of $268,227 for the South Mowing, for a grand total of $473,634, which is subject to negotiations. They have also submitted a proposed price schedule (hourly labor rate per job classification) for any additional work required by the City, and for Disaster/Emergency Recovery Services (regular hourly rate and overtime rates) which are also subject to negotiations. Commission Memorandum RFP No. 21-05/06 - Complete Turf Mowing Services at all Non-Contracted Sites Citywide Page 12 ANALYSIS (Cont.) Superior Landscapina & Lawn Service. Inc. Superior has been in business over 20 years and has become one of South Florida's largest independently-owned landscaping and lawn service companies and currently have contracts with the City of Miami Beach, City of Sunrise, City of Plantation, City of Boca Raton, and the Miami International Airport. Superior has worked closely with the Federal Emergency ryJanagement Agency (FEMA) to provide storm recovery services. Superior is a full service landscaping company with over 280 team members that include management, administrative staff, and over 250 fully-trained technicians. Last year Superior provided more than $ 1,000,000 in landscape management services to the City of Miami Beach with excellent results. COST Superior has submitted a total price of $256,089 for the North Mowing, and a total price of $228,477.72 for the South Mowing, for a grand total of $484,566.72, which is subject to negotiations. They have also submitted a proposed price schedule (hourly labor rate per job classification) for any additional work required by the City, and for Disaster/Emergency Recovery Services (regular hourly rate and overtime rates) which are also subject to negotiations. CONCLUSION A Resolution of the Mayor and City Commission of the City of Miami Beach, Florida accepting the recommendation of the City Manager pertaining the ranking of proposals received pursuant to Request for Proposals (RFP) No. 21-05/06, for Complete Turf Mowing Services at all Non-Contracted Sites Citywide; Authorizing the Administration to enter into negotiations with the top-ranked Firm of Country Bill's Lawn Maintenance, Inc. and should negotiations be unsuccessful authorize negotiations with the second-ranked Firm of Superior Landscaping & Lawn Service, Inc.; and further authorize the Mayor and City Clerk to execute a contract upon completion of successful negotiations. T:\AGENDA\2006\sep0606\consent\RFP-21-05-06TurfMowing-Memo.doc