HomeMy WebLinkAboutCountry Bill's Lawn Maintenance, Inc. Certification of Contract
9000-/{;;79J-
C70- 1/6)0
~
MIAMI BEACH
CITY OF MIAMI BEACH CERTIFICATION OF CONTRACT
TITLE:
LANDSCAPE MAINTENANCE FOR ALL GREEN AREAS
ASSOCIATED WITH CITYWIDE PARKING LOTS AND
GARAGES
CONTRACT NO.:
20-05/06
EFFECTIVE DATE(S): Three (3) years from date of execution of this Contract with three (3)
additional one (1) year renewal options
SUPERSEDES:
N/A
CONTRACTOR(S):
Country Bill's Lawn Maintenance, Inc.
A. AUTHORITY - Upon affirmative action taken by the City Commission and City Clerk of
the City of Miami Beach, Florida, on September 6,2006, this Contract has been approved
for award and execution by the City of Miami Beach Florida and Country Bill's Lawn
Maintenance, Inc.
B. EFFECT - This Contract was entered into to provide Landscape maintenance for all
green areas associated with Citywide parking lots and garages, on an as needed basis.
Therefore, all required services shall be made under the terms, prices and conditions of
this Contract, Request for Proposals (RFP) No. 20-05/06, all addenda thereto, and
CONTRACTOR'S proposal in response thereto.
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 reference the City of Miami Beach Contract Number (20-
05/06).
D. CONTRACTOR PERFORMANCE - City of Miami Beach Greenspace Management
shall report any vendor failure to perform according to the requirements of this Contract
to the Procurement Director 305-673-7490.
E. INSURANCE CERTIFICATE(S) - 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.
F. ASSIGNMENT AND PERFORMANCE - Neither this Contract nor any interest herein
shall be assigned, transferred, or encumbered by either party.
Page 2
Certification of Contract
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, by either 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.
G. SERVICE EXCELLENCE STANDARDS - Excellent Customer Service is the standard
of the City of Miami Beach. As a contract employee of the CITY, CONTRACTOR'S
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.
H. 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.
I. 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.
J. 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.
2
Page 3
Certification of Contract
K. 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 of Miami Beach
Parks and Recreation Department
Attn: Kevin Smith
Parks and Recreation Director
2100 Washine:ton Avenue
Miami. Florida 33139
For CONTRACTOR:
Country Bill's Landscape Maintenance. Inc.
Attn: John W. Allred. Junior
13363 NE 16tb Avenue
North Miami. Florida 33161
L. MATERIALITY AND WAIVER OF BREACH - CITY and CONTRACTOR agree that
each requirement, duty, and obligation set forth in this Contract, and the documents
incorporated hereto is substantial and important to the formation of this Contract and,
therefore, is a material term hereof.
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 terms of this Contract.
M. 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 terminate this Contract. An election to terminate this
Contract based upon this provision shall be made within seven (7) days after the finding
by the court becomes final.
3
Page 4
Certification of Contract
N. 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 terms 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 Contract. CONTRACTOR shall specifically bind all subcontractors to the
provisions of this Contract.
O. AMENDMENTS - No modification, amendment, or alteration in the terms or conditions
contained herein shall be effective unless contained in a written document executed by
the CITY and CONTRACTOR.
P. All documents shall be executed satisfactorily to the CITY and until Insurance
Certificates have been filed and approved, this Contract shall not be effective.
Q. The Contract Documents which comprise the entire Agreement between CITY and
CONTRACTOR are attached to this Contract and made a part hereof, and consist of 1.)
this Certification of Contract; 2.) the City's RFP and any and all addenda thereto; and 3.)
CONTRACTOR'S proposal in response thereto.
4
Page 5
Certification of Contract
CERTIFICATION OF CONTRACT
J j'+-
THIS CONTRACT made this day of ND\ll'""be r 20~, A.D. between the
CITY OF MIAMI BEACH, a Florida municipal corporation, hereinafter referred to as CITY,
which term shall include its successors and assigns, and
Country Bill's Landscape Maintenance. Inc.
Attn: John W. Allred. Junior
13363 NE 16tb Avenue
North Miami. Florida 33161. hereinafter referred to as CONTRACTOR.
Estimated Annual Contract Amount: $258.981.00.
IN WITNESS WHEREOF the said CITY has caused this Certification of Contract 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 Contract
to be signed it its name.
(Seal)
Mayor
David Dermer
CONTRACTOR
~~ ~ () (
President
"'S ()~ "- ~ Al\r e ~ jr
Print Name
IlCt. f~
City Clerk
Robert Parcher
ATTEST:
Secretary
I' )'//0"
Date
Print Name
F:\PURC\$ALL \JOHN\Contracts\Landscapeparkinglotsgaragesterm contract agreement. doc
5
, -- -.------..-
~ CERTIFICATE OF L'ABILITYINSURANCE OP 10 D~ DATE (MM/DDIYYYY)
AC~RD_ COUBI01 10/25/06
PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
Gatew?y Insurance Agency ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
surety Corp HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
2430 w. Oakland Park Blvd. ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
Ft. Lauderdale FL 33311
Phone: 954-735-5500 Fax: 954-735-2852 INSURERS AFFORDING COVERAGE NAIC#
-
INSURED INSURER A- Mid-Continent Casualty Co.
. INSURER B:
Country Billl's Lawn INSURER C
Maintenance Inc.
13363 N.E. i6 Avenue INSURER 0:
North Miami FL 33161
INSURER E.
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING
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.
LTR iNSR[ TYPE OF INSURANCE POLICY NUMBER ~~';!~'iMM/DD~It: I P8k~E MM/DDIYYI LIMITS
~NERAL LIABILITY EACH OCCURRENCE $1,000,000
A X COMMERCIAL GENERAL LIABILITY 04GLOO0646897 06/15/06 06/15/07 ~~ISEs (Ea occurence) ~10~,_ Q.,O_L_
I CLAIMS MADE ~ OCCUR I ----
MED EXP (Anyone person) $ EXCL
f--- PERSONAL & ADV INJURY $ 1,000,000
GENERAL AGGREGATE $2,000,000
f---
GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ 2,000,000
Iil POLICY n ~r8i n LOC
AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT
I-- $
ANY AUTO ~ (Ea accident)
I--
c--- ALL OWNED AUTOS ~ BODILY INJURY
(Per person) $
SCHEDULED AUTOS
-
- HIRED AUTOS tj/J t BODILY INJURY
~/1J/3 (Per accident) $
NON-OWNED AUTOS
-
- PROPERTY DAMAGE
(Per accident) $
GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $
R ANY AUTO OTHER THAN EA ACC $
AUTO ONLY: AGG $
OESSlUMBRELLA LIABILITY EACH OCCURRENCE $
OCCUR 0 CLAIMS MADE AGGREGATE $
$
R DEDUCTIBLE $
RETENTION $ $
WORKERS COMPENSATION AND I T~~/(I~H'S I IOJ~-
EMPLOYERS' LIABILITY
ANY PROPRIETOR/PARTNER/EXECUTIVE E.L. EACH ACCIDENT $
-' ,
OFFICER/MEMBER EXCLUDED? E:.L. DISEASE - EA EMPLOYEE $
If yes, describe under E.L. DISEASE - POLICY LIMIT $
SPECIAL PROVISIONS below
OTHER
DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS
Re: Contract #RFP 20-05/06 (3yr contract, city wide parking lots & garages) .
Ci ty of Miami Beach is additional insured as respects general liability as
required by written contract.
CERTIFICATE HOLDER
COVERAGES
CITY OF MIAMI BEACH
ATTN: JOHN ELLIS
1700 CONVENTION CENTER DRIVE
MIAMI BEACH FL 33139
CANCELLATION
CITMI 0 6 SHOULD ANY 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 HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL
IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR
REPRESENTATIVES.
AUTHORIZ P
@ACORD CORPORATION 1988,
ACORD 25 (2001/08)
-- -~-~--
A CDRD_ CERTIFICATE OF L'ABILITYINSURANCE OP 10 D~ DATE (MM/DDIYYYY)
COUBI01 10/25/06
PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
Gatew?y Insurance Agency ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
Surety Corp HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
2430 W. Oakland Park Blvd. ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
Ft. Lauderdale FL 33311
Phone: 954-735-5500 Fax: 954-735-2852 INSURERS AFFORDING COVERAGE NAIC#
-
INSURED INSURER A' Mid-Continent Casualtv Co.
INSURER B:
Country Billl's Lqwn INSURER C
Maintenance Inc.
13363 N.E. 16 Avenue INSURER 0:
North Miami FL 33161
INSURER E'
COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAYBE 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.
LTR NSR TYPE OF INSURANCE POLICY NUMBER DATE IMM/DDrl:..E P8kWtIMM/DDIYYI' LIMITS
GENERAL LIABILITY EACH OCCURRENCE 51,000,000
I--- ~
A X COMMERCIAL GENERAL LIABILITY 04GLOO0646897 06/15/06 06/15/07 PREMISES (Ea occuren~.L__ ~10~( Q..(),L_
I CLAIMS MADE ~ OCCUR ,
MED EXP (Anyone person) 5 EXCL
PERSONAL & ADV INJURY 51,000,000
-
GENERAL AGGREGATE 52,000,000
-
GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COM~OPAGG 52,000,000
Xl POLICY n ~r8i n LOC
AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT
- (Ea accident) 5
ANY AUTO h~
- ~
ALL OWNED AUTOS BODILY INJURY
- 5
SCHEDULED AUTOS (Per person)
-
HIRED AUTOS tjPt BODILY INJURY
- (Per accident) 5
NON-OWNED AUTOS
-
PROPERTY DAMAGE
- (Per accident) 5
GARAGE LIABILITY AUTO ONLY - EA ACCIDENT 5
==i ANY AUTO OTHER THAN EA ACC 5
. AUTO ONLY: AGG 5
EXCESS/UMBRELLA LIABILITY EACH OCCURRENCE 5
::J OCCUR o CLAIMS MADE AGGREGATE 5
5
R DEDUCTIBLE 5
RETENTION 5 $
WORKERS COMPENSATION AND IT~~YS~~T,Ys I /uER-
EMPLOYERS' LIABILITY ~~ACH ACCIDENT 5
ANY PROPRIETOR/PARTNER/EXECUTIVE ,
OFFICER/MEMBER EXCLUDED? . EL DISEASE - EA EMPLOYEE 5
If yes, describe under E.L DISEASE - POLICY LIMIT 5
SPECIAL PROVISIONS below
OTHER
DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS
Re: Contract #RFP 20-05/06 (3yr contract, city wide parking lots & garages) .
City of Miami Beach is additional insured as respects general liability as
required by written contract.
CITY OF MIAMI BEACH
ATTN: JOHN ELLIS
1700 CONVENTION CENTER DRIVE
MIAMI BEACH FL 33139
CANCELLATION
CITMI06 SHOULD ANY 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 HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL
IMPOSE NO OBLI~ATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR
REPRESENTATIVES.
AUTHORIZ P
@ACORDCORPORATION 1988
CERTIFICATE HOLDER
ACORD 25 (2001/08)
CERTIFICATE OF INSURANCE
~ Allstatee
I:8JALLST A TE INS'U~NCf!I OOMP ANY DALLST ATE INDEMNITY COMPANY DALLST A TE TEXAS LLOYD'S
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.
CERTIFICATE HOLDER NAMED INSURED
Name and Address of PartY to Whom this Certificate is Issued Name and Address of Insured
City Wide Parking Lots and Garages & Complete Turf Mowing Country Bill's Lawn.
Services. Contracts RFP20-05/06 and RFP21-05/06 13363 NE 16th Ave
North Miami, FL 33161
Additional Insured: ~b
City of Miami Beach Florida.
Attn. John Ellis. Assistant Procurement Director.
1700 Convention Center Drive
City of Miami Beach, FL 33139
This is to certify that policies of insurance listed below have been Issued to the Insured named above subject to the eXpiration date indicated below,
notwithstanding 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.
TYPE OF INSURANCE AND LIMITS
Policy Effective Expiration
COMMERCIAL GENERAL LIABILITY Number Date Date
Limit Amount
GENERAL AGGREGATE LIMIT (Other than Products - Completed Operations) $
PRODUCTS - COMPLETED OPERATIONS AGGREGATE LIMIT $
PERSONAL AND ADVERTISING INJURY LIMIT $
EACH OCCURRENCE LIMIT $
PHYSICAL DAMAGE LIMIT $ ANY ONE LOSS
MEDICAL EXPENSE LIMIT $ ANY ONE PERSON
WORKERS' COMPENSATION & Policy Effective Expiration
EMPLOYERS' LIABILITY Number Date Date
Coverage Limits
WORKERS' COMPENSATION STATUTORY - aDDlies on Iv in the followiria states:
EMPLOYERS' BODILY INJURY BY ACCIDENT $ EACH ACCIDENT
LIABILITY BODILY INJURY BY DISEASE $ EACH EMPLOYEE
BODILY INJURY BY DISEASE $ POLICY LIMIT
AUTOMOBILE LIABILITY Policy Effective Expiration
Number 649854527 Date 0717/2006 Date 07/15/2007
Coveraae Basis Limits
ANY AUTO ~ OWNED AUTOS 181 HIRED AUTOS Combined Single Limit of Liability
BODILY INJURY & PROPERTY DAMAGE I $ 1,000,000 I EACH ACCIDENT
~ ~PECIFIED AUTOS o NON-OWNED AUTOS SDlit Llabilitv Limits
Bodily Injury Property Damage Each
o OWNED PRIVATE PASSENGER AUTOS $ PERSON
o OWNED AUTOS OTHER THAN PRIVATE PASSENGER $ $ ACCIDENT
UMBRELLA LIABILITY Policy Effective Expiration
Number Date Date
EACH OCCURRENCE I GENERAL AGGREGATE I PRODUCTS - COMPLETED OPERATIONS AGGREGATE
$ I $ 1$
OTHER (Show Policy Effective Expiration
tyDe of PolicY) Number Date Date
Collision Oed $500, Comprehensive Oed $500
DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/RESTRICTIONS/SPECIAL ITEMS
Added 2 vans: 2006 Sprinters, vin numbers WDOPD14486592869 & WDOPD644165922430.
Number of days notice 45 g:ll~1 --- 10/19/2006
~ -
Authorized Representative Date
Should any of the above described policies be cancelled before the expiration date, the issuing company will endeavor to mail within the number of days
entered above, written notice to the certificate holder named above, But failure to mail such notice shall impose no obligation or liability of any kind upon
the comDanv, its aaents or reDresentatives.
Agent. BIll Weller, Vlctona Park Insurance 922 N Federal Hwy, Ft Lauderdale, FL 33304 (954) 761-1499/Fax (954) 761-1588
U 10523-2 R2853- 1
m
~
REQUEST FOR PROPOSALS
LANDSCAPE MAINTENANCE AND LITTER CONTROL SERVICES FOR ALL
GREEN AREAS ASSOCIATED WITH CITYWIDE PARKING LOTS AND
GARAGES
RFP # 20-05/06
BID OPENING: MAY 25,2006 AT 3:00 P.M.
Gu!. lopez, CPPO, Procurement Director
PROCUREMENT DIVISION
1700 Convention Center Drive, Miami Beach, Fl33139
www.miomibeachfl.gov
Fo \PURC\$All \JOHN\RFP\RFP2()'()5.06.Po,kloglol,.doc
MIAMIBEACH
C:A
pr
April 17, 2006
City of Miami Beach
RFP No: 2Q.05f06
10f59
COMMI~~ION II t:M ~UMMARY
'.
'"
.... ~
Condensed Title:
Accept the City Manager's Recommendation Pertaining to the Ranking of Contractors Pursuant to
Request For Proposals No.20-05l06, for Landscape Maintenance for all Green Areas Associated with
Citywide Parking Lots end Garages; 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 Everglades Environmental;
and Authorizing the Mayor and City Clerk to Execute an Agreement Upon Conclusion of Successful
Neaotiations.
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 otlations and authorize execution of a reements?
Item Summa IRecommendatlon:
On April 11 2006, the Mayor and City Commission authorized the issuance of Request for Proposals (RFP)
No. 20-05106, to obtain services of one or two firms under the "Best Value" Procurement process. with the
experience and qualifications; the ability; capabUity, and capacity; and proven past successful performance
in providing high quality landscape maintenance services for all green areas associated with the City's (61)
Parking Lots end (5) Garages.
RFP No. 20-05106 was issued on April 17, 2006 with an opening date of May 25,2006. A pre-proposal
submission meeting to provide Information to prospective contractors was held on May 3, 2006. BldNet
Issued bid notices to thlrty-nine (39) prospective proposers, and the Procurement Division notified an
additional ten (10) firms resulting In six (6) proposers requesting the RFP document, which resulted in the
receipt of (3) proposals.
. Country Bill's Lawn Maintenance, Inc. ("Country Bill'S.)
. Everglades Environmental Care, Inc.rEverglades")
. Superior landscaping & Lawn Service, Inc. ("Superior")
The City Manager via Letter to Commission (LTC) No. 168-2006. appointed an Evaluation Committee ("the
Committee") that convened on July 17, 2006 to listen to presentations, from the 3 contractors, which was
foUowed by a Q&A session. The committee unanimously recommended Country Bill's as the top-ranked
contractor.
This recommendation will realign the management! maintenance of the parking lots landscaping managed
by the Parking Department to the Green Space Management Division and the litter control services to the
Sanitation Division. This action Is In support of the Administration's goal to consolidate like services to the
a ro riate D rtment.
Advisory Board Recommendation:
IN/A
Financial Information:
Source of Amount Account Approved
Funds: 1 $258.981 ~Iy 480-0463-000312
I I 2
OBPI Total $258,981
....,
Financial Impact Summary:
ent Director
Anlstant City Manager
KS
JM
T:\A
MFP-~ LandscapeMalntenanoePartdngLots - Sunvnary.doc
C9 MIAMIBEACH
239
AGENDA ITEM C 70
DATE 9~.-(H;'
G MIAMI BEACH
City of Miami Beach, 1700 Convention Center Drive, Miomi Beoch, Florido 33139, www.miomibeachfl.gov
COMMISSION MEMORANDUM
TO: Mayor David Dermer and Members of the City Commission
FROM: Jorge M. Gonzalez, City Manager F-<- ~~
DATE: September 6, 2006
SUBJECT: A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE C 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. 20-
06106, FOR LANDSCAPE MAINTENANCE SERVICES FOR ALL GREEN
AREAS ASSOCIATED WITH (61) CITYWIDE PARKING LOTS AND (&)
GARAGES; 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 EVERGLADES ENVIRONMENTAL CARE, INC.;
AND FURTHER AUTHORIZE THE MAYOR AND CITY CLERK TO EXECUTE
A CONTRACT UPON COMPLETION OF SUCCESSFUL NEGOTIATIONS.
ADMINISTRATION RECOMMENDATION
Adopt the Resolution.
FUNDING
$258,981
ANALYSIS
Funds are available from the Budget Account Number 480-0463-000312.
The City of Miami Beach requires the services from licensed and high performing
contractors with strong professional qualifications in providing high quality landscape
maintenance 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's Greenspace Management Division and Parking Department is in need of a
"Best Value" solution.
The work consists of furnishing all labor, machinery, tools, means of transportation, supplies,
equipment, materials, services and incidentals necessary to provide complete landscape
maintenance as specified in the bid/contract documents.
Full Litter Control Services was listed as an Add Alternate to the basic scope of work. The
Administration has determined, based on the analysis of pricing information, that it is in the
City's best interest for the Sanitation Department to provide litter control services.
240
Commission Memorandum
RFP No. 20-05/06 - Landscape Maintenance Services for all Green Areas Associated with
Citywide Parking Lots and Garages
Page 2
The work shall include but not be limited to, litter retrieval and waste disposal prior to
mowing, mowing, trimming/edging, landscape maintenanceJweed control,
herbicide/insecticide application, turf management, irrigation system operation
maintenance/repair, palm and tree pruning, replacement of plants as required, and traffic
control. Proposed cost which will be negotiated will include all labor, equipment and
materials needed to perform those duties set forth in the specified scope of work.
This action will realign the management! maintenance of the parking lots landscaping
managed by the Parking Department to the Green Space Management Division and the litter
control services to the Sanitation Division. This is in support of the Administration's goal
to consolidate like services to the appropriate Department.
SCOPE OF WORK
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 (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 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.
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 May 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.
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 or his designee's 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 or his
designee's.
The Contractor shall have the exclusive duty, right, and privilege to perform Grounds
Maintenance and Services, as specified herein.
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 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.
241
Commission Memorandum
RFP No. 20-05/06 - Landscape Maintenance Services for all Green Areas Associated with
Citywide Parking Lots and Garages
Page 3
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 ofthe 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.
Deficlencv/Cure Notices and CorrectivefTenninatlon Process
If the Project Manager determines that there is/are deficiency(s) by the contractor in the
performance of the contract, the Project Manager will notify the Contractor, the Parking
Department Director and the Procurement Director of the 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, Parking Director, 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, Parking Director 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.
City of Miami Beach Rlaht 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.
Quality Control - Perfonnance ReDorts
Completion of Work: Within 48 hours of completing work the Contractor shall notify the
Parks and Recreation Supervisor assigned to monitor the contract, in writing by email or fax
of said completion..
242
Commission Memorandum
RFP No. 20-05/06 - Landscape Maintenance Services for all Green Areas Associated with
Citywide Parking Lots and Garages
Page 4
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 (5~ 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
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.
243
Commission Memorandum
RFP No. 20-05/06 - Landscape Maintenance Services for all Green Areas Associated with
Citywide Parking Lots and Garages
Page 5
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 ("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, the City will negotiate the -not to exceed- (NTE) hourly
labor rate specified in the. Proposal documents.
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.
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.
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 (Le. 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-ta-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-ta-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.
244
Commission Memorandum
RFP No. 20-05/06 - Landscape Maintenance Services for all Green Areas Associated with
Citywide Parking Lots and Garages
Page 6
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.
MINIMUM REQUIREMENTS I 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 on staff, under hislher full time employee a person
with an undergraduate four year degree or graduate degree in horticulture,
agronomy, or a related field or recognized as a Florida Certified Landscape
Contractor by the Florida Nurserymen Growers & Landscapers Association (FNGLA)
to manage all facets of the landscape and turf management for the contractor.
(Project Manager).
d) The Prime Contractor must have an I. S. A. Certified Arborist on staff, or as part of
their team.
e} The Prime Contractor must have a Certified Pest Control Operator on staff or as part
of their team.
f) 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. 20-05/06, 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 high quality landscape
maintenance services for all green areas associated with the City's (61) Parking Lots and (5)
Garages. (Attached)
245
Commission Memorandum
RFP No. 20-05/06 - Landscape Maintenance Services for all Green Areas Associated with
Citywide Parking Lots and Garages
Page 7
RFP No. 20-05/06 was issued on April 17 , 2006 with an opening date of May 25, 2006. A
pre-proposal submission meeting to provide information to prospective contractors was held
on May 3, 2006. Bid Net issued bid notices to thirty-nine (39) prospective proposers, and the
Procurement Division notified an additional ten (10) firms resulting in six (6) 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")
. Everglades Environmental Care, Inc.("Everglades")
. Superior Landscaping & Lawn Service, Inc. ("Superior")
The City Manager via Letter to Commission (LTC) No. 168-2006, 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;
- Faye Goldin, Resident, Neighborhood Leadership Academy
- Randolph Reich, Resident, Neighborhood Leadership Academy
- Mario Porcelli, Resident, Neighborhood Leadership Academy
On July 17, 2006 the initial Evaluation Committee ("the Committee) meeting convened. The
Committee was provided information on the scope of services by John Oldenburg, and
Chuck Adams, City of Miami Beach. Mario Porcelli was unable to attend.
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, with four committee members recommending Everglades
Environmental Care, Inc. as the second-ranked Contractor, and four committee members
recommending Superior Landscaping & Lawn Service, Inc. as the third-ranked Contractor.
246
Commission Memorandum
RFP No. 20-05/06 - Landscape Maintenance Services for all Green Areas Associated with
Citywide Parking Lots and Garages
Page 8
Committee Member Country Bill's Lawn Everglades Environmental Superior Landscaping
Maintenance Inc. Care Inc. & Lawn Service Inc.
Ricardo Guzman 93 1 85 3 87 2
John Oldenbura 90 1 79 3 81 2
Chuck Adams 91 1 63 2 62 3
Rhonda Gracie 90 1 68 2 67 3
Faye Goldin 86 1 772 68 3
RandolDh Reich 99 1 962 95 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,OOO/year),
City of North Miami ($300 , OOOlyear), City of Hollywood ($95,000/year), Swerdlow Boca
Developers ($300,000/year), Lauris Boulanger Developers, ($175,000/year), and Hidden
Cove Town Homes ($45,OOO/year).
COST
Country Bill's has submitted a total price of $258,981 for the Landscape Maintenance, and a
total price of $139,984 for Add Alternate No.1, Litter Control Services, for a grand total of
$398,965, 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.
Everalades Environmental Care. Inc.
Everglades has been in business over 10 years and is a full service landscaping company
with contracts in Miami-Dade, Broward and Palm Beach counties. One of their largest
residential projects is Silver Lakes Community located in Pembroke Pines and Miramar.
Silver Lakes encompasses 6 square miles of common areas and 350 acres of mitigated
wetlands. They have installed the landscaping for the roadways and buffers, including two
community parks with athletic fields. Everglades has also planted 350 acres of wetlands
working closely with Environmental Engineers and South Florida Water Management, and
has maintained this landscape, irrigation and wetlands for over 10 years. Last year
Everglades provided more than $ 450,000 in landscape management services to the City of
Miami Beach with excellent results. They have a staff of more than 100 people, and would
be able to recruit additional workers should the City have a need for large projects and/or
disaster recovery. .
247
Commission Memorandum
RFP No. 20-05/06 - Landscape Maintenance Services for all Green Areas Associated with
Citywide Parking Lots and Garages
Page 9
Everglades currently has contracts with the City of Miami Beach ($450,000Iyear), City of
Pembroke Pines ($400,000Iyear), City of Coral Springs ($300,OOOlyear), and have recently
been awarded a contract for the City of Miramar which started January 2006. Everglades's
commercial customers include Lucent Technologies, Memorial Healthcare Systems,
Woolbright Development, Inland Southeast Properties and Stiles Company.
COST
Everglades has submitted a total price of $354,999 for the Landscape Maintenance, and a
total price of $40,000.25 for Add Alternate No.1, Litter Control Services, for a grand total of
$394,999.25, which is subject to negotiations. They did not submit a proposed price
schedule for any additional work required by the City, and for Disaster/Emergency Recovery
Services, however should the Administration decide to enter into negotiations with
Everglades, this will be addressed and their proposed rates will also be subject to
negotiations.
SUDerior LandscaDina & 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
Management 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 $326,078.30 for the Landscape Maintenance, and a
total price of $54,990 for Add Alternate No.1, Litter Control Services, for a grand total of
$381,068.30, 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.
BID TABULATION
Contractor Landscape Maintenance Add Alternate Total
Litter Control
Countrv Bill's $258.981 $139.984 $398 965
Everalades $354,999 $40.000.25 $394 999.25
SUDerior $326.078.30 $54.990 $381 068.30
248
Commission Memorandum
RFP No. 20-05/06 - Landscape Maintenance Services for all Green Areas Associated with
Citywide Parking Lots and Garages
Page 10
LITTER CONTROL SERVICES
Bidders were required to submit a separate cost proposal for full Litter Control as an Add
Alternate. Based on the cost proposals received; the fact that the Sanitation Department has
budgeted for litter control services for the Parking Lots and Garages; and in order to
maintain and enhance the cleanliness levels throughout our community, the Administration
has determined that in the City's best interest, that negotiations, and subsequent contract
shall be made to Country Bill's for Landscape Maintenance Services only.
CONCLUSION
The Administration recommends that the Mayor and City Commission, accept the
recommendation of the City Manager pertaining the ranking of proposals received pursuant
to Request for Proposals (RFP) No. 20-05/06, for Landscape Maintenance Services for all
Green Areas Associated with (61) Citywide Parking Lots and (5) Garages; 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 negDtiations with
the second-ranked Contractor of Everglades Environmental Care, Inc; and further authorize
the Mayor and City Clerk to execute a contract upon completion of successful negotiations.
T:\AGENDA\2006\sep0606\consent\RFP-2Q-05-06LandscapeMaintenanceParking Lots-GaragesMemo.doc
249
LOCA liONS
Cost per Number of Additional Annual
Lot Number Location service Services weeklY litter Total
PAL 11th Street I Jefferson Avenue $ 37 2 $
Penrod's Biscavne Street I Ocean Drive $ 37 2 $
Mich. Ave. 15th Street I Michiaan Avenue (Softball Lot) $ 37 2 $
Pref. Lot 19th Street I Conv. Center Drive $ 30 $
South Pointe South Pointe Park - Restaurant $ 37 2 $
1A 1 st Street I Ocean Drive $ 37 2 $
1G 7th Street I Collins Avenue (garaae\ $ 30 $
2A 12th Street I Drexel Avenue (garaae\ $ 30 $
2B 6th Street I Meridian Avenue $ 30 $
2G- 17th Street I Meridian Court (aaraae \ $ 30 $
4AL 4th Street I Alton Road $ 37 2 $
4C 17th Street I West Avenue (EDicure\ $ 37 2 $
40 16th Street I West Avenue $ 37 2 $
4E 18th Street I PurdY Avenue (south\ $ 37 2 $
5A 17th Street I Washinaton Avenue $ 30 $
5C 18th Street I Conv. Center Drive $ 30 $
5F 18th Street I Meridian Avenue $ 30 $
5H 19th Street I Meridian Avenue (HolocausO $ 30 $
5M 777 17th Street $ 37 2 $
6B 21st Street I Collins Avenue $ 37 2 $
7C 6th Street I Collins Avenue $ 30 $
8A 42nd Street I Sheridan Avenue (garage) $ 37 2 $
8B 42nd Street I Roval Palm Avenue $ 37 2 $
8C 40th Street I Chase Avenue $ 37 2 $
80 47th Street I Sheridan Avenue $ 37 2 $
8E 41 st Street I Alton Road $ 37 2 $
8F 42nd Street I Jefferson Avenue $ 37 2 $
8G 40th Street I Roval Palm Avenue $ 37 2 $
8H 40th Street I Prairie Avenue $ 37 2 $
9A 71st Street I Hardina Avenue (wesO $ 37 2 $
9B 72nd Street I Collins Avenue $ 37 2 $
9C 71st Street I CarlYle Avenue $ 37 2 $
90 71st Street I Bonita Drive $ 37 2 $
9E 71st Street I Hardina Avenue $ 37 2 $
9F 75th Street I Collins Avenue $ 37 2 $
10A Lincoln Lane N I Lenox Avenue (wesO $ 37 2 $
10C Lincoln Lane N I Meridian Avenue $ 37 2 $
100 Lincoln Lane S I Jefferson Avenue (west) $ 37 2 $
10E Lincoln Lane S I Jefferson Avenue (east) $ 37 2 $
10F Lincoln Lane S I Euclid Avenue (west\ $ 37 2 $
10G Lincoln Lane S I Michiaan Avenue (wesO $ 37 2 $
10X Lincoln Lane N I Lenox Avenue (easO $ 37 2 $
Cost per Number of Additional Annual Total
Lot Number Location service Services weeklv litter
11X 11 th Street I Collins Avenue $ 37 2 $
12X 9th Street I Washinaton Avenue $ 37 2 $
13X 10th Street I Washinaton Avenue $ 37 2 $
160 34th Street I Collins Avenue $ 37 2 $
250
16E 35th Street' Collins Avenue $ 37 2 $
17A 13th Street I Collins Avenue (garaae) $ 30 $
17B 13th Street Provisional Lot $ 30 $
17X 13th Street' Collins Avenue $ 30 $
18A 64th Street' Collins Avenue $ 37 2 $
18X 65th Street 'Indian Creek (MARINA) $ 52 $
19B 53rd Street' Collins Avenue $ 37 2 $
19X 46th Street' Collins Avenue $ 37 2 $
20X 27th Street' Collins Avenue $ 37 2 $
22X 72nd Street' CarMe Avenue $ "30 $
23X 83rd Street' Abbott Avenue $ 30 $
24A Normandy Drive' Bav Road (north) $ 30 $
24B Normandy Drive' Vendome $ 30 $
24C Normandv Drive' Bav Road (south) $ 30 $
25X 71st Street' Bonita Drive $ 37 2 $
26A 80th Street' Collins Avenue $ 37 2 $
26B 84th Street' Collins Avenue $ 37 2 $
26C 79th Street' Collins Avenue $ 37 2 $
260 83rd Street' Collins Avenue $ 37 2 $
2500 sa ft 16th Washinaton Ct $ 37 2 $
TOTAL Annual Total $
251
e MIAMI BEACH
City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www.miamibeachfl.gov
PROCUREMENT DIVISION
Tel: 305-673-7490, Fax: 305-673-7851
May 23, 2006
RE: ADDENDUM NO.2 TO REQUEST FOR PROPOSALS (RFP) ~O. 20-05/06 -
LANDSCAPE MAINTENANCE AND LITTER CONTROL SERVICES FOR ALL
GREEN AREAS ASSOCIATED WITH CITYWIDE PARKING LOTS AND
GARAGES (the "RFP")
In response to questions and requests for additional information received by prospective
Contractors, and the Administration's additional review of the requirements set forth in
the RFP, the RFP is hereby amended as follows:
1. Change: The deadline for receipt of Risk Assessment Plans and
Performance Evaluation Surveys, to May 25, 2006, at 3:00 p.m.
NOTE: Risk Assessment Plans shall be submitted to the Procurement Office,
in a sealed envelope, with the Contractor's name on the envelope only. An
original and ten (10) copies without the Contractor's name shall be
submitted no later than the deadline due date indicated above.
Contractors are reminded to please acknowledge receipt of this addendum as part
of your proposal submission. Contractors that have elected not to submit a proposal
please complete and return the "Notice to Prospective Bidders" questionnaire with the
reason(s) for not submitting a proposal.
CITY OF MIAMI BEACH
.~;~-,/~/
,/. /~.~--- -
i "
Gus Lopez, CPPO
Procurement Director
F:\PURC\$ALL\JOHN\RFP\20.o5-06AddendumNo 2.doc
RFP No. 20-05/06
Addendum No.2
1
e MIAMIBEACH
City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www.miamibeachfl.gov
PROCUREMENT DIVISION
Tel: 305-673-7490, Fax: 305-673-7851
May 16, 2006
RE: ADDENDUM NO.1 TO REQUEST FOR PROPOSALS (RFP) NO. 20-05/06 -
LANDSCAPE MAINTENANCE AND LITTER CONTROL SERVICES FOR ALL
GREEN AREAS ASSOCIATED WITH CITYWIDE PARKING LOTS AND
GARAGES (the "RFP")
In response to questions and requests for additional information received by prospective
Contractors at the pre-RFP meeting of May 3, 2006, and the Administration's additional
review of the requirements set forth in the RFP, the RFP is hereby amended as follows:
1. Term of the Contract will be for a three (3) year period from time of contract
execution with three (3) additional option years, on a year to year basis,
subject to funding availability.
2. Please see the previous Bid Tabulation for the current contract. (Attached)
NOTE: The Scope of Work identified in this RFP was awarded to Country
Bills Lawn Care, Inc. as "Additional Work" based on quotes received on an
as needed basis through a competitive process from the City's current
Landscape Maintenance Contractors.
3. Personnel Requirements, Management, shall read as follows:
Contractor must have on staff, under full time employee, a person with an
undergraduate four year degree or graduate degree in horticulture, agronomy
or a related field, or recognized as a Florida Certified Landscape Contractor
to manage all facets of the landscape and turf management for the
contractor.
Contractor Manager(s) 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.
Contractor Manager(s) 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.
4. Supervisor Requirements shall read as follows:
The Contractor shall have available a Supervisor within the City of Miami
Beach at all times during the hours of operations, and such supervisor shall
be able to be communicated with by pager, two way radio or cellular
telephone.
RFP No. 20-05/06
Addendum No.1
1
5. Records Requirements shall read as follows:
All documents, books and accounting records shall be open for inspection
upon request from the City during the term of the Contract and for a period of
three (3) additional years after the expiration/termination of the contract.
The City reserves the right to audit any/all of the Contractor's books relative
to the Contractor's business, to observe the operation of the business so that
accuracy of any/all records can be confirmed.
All employment and payroll records shall be open for inspection and re-
inspection by the City, as indicated during the above timeframes.
6. Waste Disposal Requirements shall read as follows:
Contractors are responsible for removing and disposing from sites all waste
handled in performance of the Contract. The City is not required to supply
area or facilities for storage or removal of waste on-site.
7. Delete the second paragraph of Section 4.9 - Additional Work. (See Item #8
below)
8. Delete "See Section 3.5 - Disaster Response" from Section 4.8.6 entitled
Scheduling.
9. In addition to the required "Cost Information" as described on Page 12 of
the RFP, prospective contractors shall also provide not to exceed hourly
labor rates which will be subject to negotiations, relative to Section 4.9 -
Additional Work, and Section 4.10 - Emergency Recovery Services. This
information in addition to all required Cost Information will not be accepted
by the City after the deadline for receipt of all proposals.
10. Revise Page 51, Section 4.7.2, third paragraph to read as follows: "Schedule
37 service visits annually according to the following:"
11. Change the word "consultant" on Page 27 (Declaration) and Page 30
(Questionnaire) to "contractor".
Q. Will the City revise the minimum requirement of the number of years in
business from four (4) to two (2) years?
A. No. Based on the City's prior experience/history and the size and scope of
services required of this contract, the City's Administration believes that
under the Best Value Proposal/Performance method, a contractor would
require a minimum of four (4) years in the Landscape Maintenance business
in order to meet the City's "Key Intended Outcome", to ensure well
maintained facilities.
RFP No. 20-05/06
Addendum No.1
2
Q. Will the City revise the minimum requirements whereby the Contractor
must have on staff, under full time employee a person with an
undergraduate four year degree or graduate degree in horticulture,
agronomy, or a related field, to giving the contractor the option to have a
qualified Horticulturist on a retainer basis that has done work for the City
of Miami Beach in the past?
A. No. This same minimum requirement also requires that this designated
person serve as the Contractor's Project Manager for this contract. (See
Item #3, first paragraph)
Q. What is the current estimated annual contract amount for this similar scope of
work?
A. The estimated annual contract amount is $400,000.
Q. Should the Cost Information relative to sand removal be included in the Cost
Proposal for the Landscape Maintenance or the Litter Control scope of work?
A. The Cost Information relative to "sand removal" shall be included in the
Landscape Maintenance scope of work.
Contractors are reminded to please acknowledge receipt of this addendum as part
of your proposal submission. Contractors that have elected not to submit a proposal
please complete and return the "Notice to Prospective Bidders" questionnaire with the
reason(s) for not submitting a proposal.
CITY OF MIAMI BEACH
/'7 ~c;c/
b-"-./-~
1/ ~ .<~:----
I ""
Gus Lopez, CPPO
Procurement Director
F:\PURC\$ALLIJOHN\RFP\20-05-06AddendumNo 1.doc
RFP No. 20-05/06
Addendum No.1
3
...
GITY OF MIAMI BEACH
CITY HALL 1700 CONVENnON CENTER DRIVE MIAMI BEACH, FLORIDA 33139
http:\\cI.mlami-bNc:b.n....
COMMISSION MEMORANDUM NO. 510-00
TO:
Mayor Nelse. o. KasdiD aDd DATE: .July 26, 2000
Me.ben of the City CODlJllilliOD
LaMme. A. Levy a ~
City MaD~
Request for \l;;roval to Award at CODtrad to Couatry BW'. Lawn Care, IDe.,
ill the ADaw Amount of 567,932.00, Punuaat to Bid No. 103-99/00, for
Laad.cape MaiDteD~ee Services.
FROM:
SUBJECI':
ADMINISTRATION RECOMMENDATION
Approve the award.
BID AMOUNT AND FUNDING
$67,932.00
Funds are available from ParkslLandscape Budact Account No.
011.0945.000312
~ALYs:t&
The purpose of this contract is to provide turf mowing, trimming, edaing and cleaning of medians
and chops at various sites throughout the city.
This Invitation to Bid was issued on May 22, 2000 with an openina date of June 16. 2000.
DemandStar.com issued bid noti~ to sixtyooeight (68) prospective bidders. resulq in twenty (20)
vendors requesting bid J>&Ckaies, and the receipt of six (6) responsive bids.
The lowest and responsive bid was submitted by u.s. Lawns ofS. Dade. However, U.S. La'WDS bid
is not deemed to be the bHL based on their work with other municipalities. Specifically. the City
of North Miami has experienced problems, which are documented and attached herein.
1'he1'efore. pW'SU8Dt to Section 2-369, City Code, we are recommendina the contract be awarded to
the lowest and ~ bid. submitted by the responsive, and responsible bidder, CountJy Bill's Lawn
Care, Inc.
AGENDA ITEM C '2...F
DATE f-2.~-CX;:)
'I
~
I
z
~ ~
5 ~
~ :
t- U
e ~~
~ ~
= 8
......
~ ~;
o u
~ ~
u ~
~
J :e; 8. 8. ~ 8. 8. 8. I 8. 8.
1 I i ~ I I ~ ~ I
J~ g - g
"
"
cId I 8. 8. ~ 8. 8. 8. .8. Ii as ~2
J Ii 8.
a ~ a ~ I I fJ ... "-
... ~ ~ " "
"
8. ; 8. ~ 8. 8. I 8 8. 8.
I ~ I ~ I ~ I ~
j~ - i
~ - - -
~ '" .. .. U
8. ; 8 :$ 8. 8. 8. 8. 8. U ~s ~~
j Ii ln I :z I i {ie 0 i
~ -
... ln "'-
~ - ... - ~ "
" .. ..
p..
d 8. 8. 8. ~ 8. 8. 8. 8. 8. i
I 5 B a i &1 I ~ i
-
!! 0\ l"l -
- - - ..
~] .. .. "
Ii 8. 8. 8. ~ 8. 8. 8. ~ 8. ~8 ~~ ~~
a ~ a N ~ ! :s
a -
I.- - - - to. \0. to.
- " - - " "a ;Q (;fa
::i " " "
~~ l J J I ~ J J j I J ;
!J I I I I I I I I
)~ -
-
"
~< Ii ~ ~ ~ ~
~~ ...
t; ..
l ; I I ~ ~ 8. ! 8. 8. i
~ i I
.rA ]~ l"l - I i
- " - -
~~ '" " ..
8. I 8 ~ 8. 8. 8. ~ ~ ~i Si Ii
h Ii - ~ ~ a i
\0
- - ... a;;
... tot - ...
" .. '"
i,f If f ;!
f fJ ~
< CQ (.) Q III Ia. 0 ::c - I
! ! ! J J J A J J
J ... N l"l .... on \0 f"' GO 0 - N
0\ - ... ...
,
.
e-
-. . " ,
..
tl
;
z
~ e
~ ~
~ :
== ~o
<52
~ z~
= a
..-l
I pJ ~
~ ~
5 ~
~
l
!!
Ii
l
!!
Ii
l
IS
Ii
l
!!
Ii
8. I 8. ~ 8. 8. ; 8. i i~ ~i ~~ 8.
l I - I I I ~ t; "'_ I
J~ .. i flit roo
- - ~
.. '" -
flit
j Ii
!
it Jf j ~
I fJ ~
< CD t) 0 p:j c.r.. 0 = - ~
! J J ! ! J J ! !
j 0 - ~
- N ('tl .... VI \Q .... 10 0- - -
.
.
e-
Country Bill's Lawn Maintenance, Inc.
13363 Northeast 16th Avenue
North Miami, Florida 33161
Phone: (305) 785-0180 Fax: (305) 891-5916
LETTER OF INTRODUCTION
Country Bill's sets the standard by offering top rate full service landscaping at the best possible value.
This is something the City of Miami Beach has come to know and expect through our eleven-year
working relationship. We would like the opportunity to further that relationship by presenting the
following proposal for additional landscape management services.
We pride ourselves on directly addressing the individual needs of each client while offering the best
possible service with unbeatable response times. In our 20 years of business Country Bill's has never
missed a deadline. We are a Certified Small Business Enterprise that is family owned and operated.
The owner, John Allred, Jr., is directly involved with all clients and puts himself entirely at their
disposal 24 hours a day, seven days a week, 365 days a year. All of our clients have come to know the
same from Country Bill's Vice President and Senior Project Manager, Dave McCarty. Both Mr. Allred
and Mr. McCarty are Certified Landscape Contractors by the FNGLA, and are licensed by the State of
Florida to apply pesticides. Mr. Allred is also an ISA Certified Arborist.
Country Bill's has been serving the City of Miami Beach for more than a decade, including six of its
departments: Parking, Greenspace Management, Capital Improvements (CIP), the Environmental
Division, Property Management, and Code Enforcement. Last year alone, Country Bill's was trusted to
provide more than $1 million in landscape management services to the City. We have been working
with the City of North Miami for the past 18 years, providing them with $300,000+ annually in
landscape management services. Country Bill's has a 14-year working relationship with the City of
North Miami Beach, providing them with $350,000+ in yearly landscape management services. We
have also been working with the City of Hollywood for more than a decade, and in 2005 provided them
with $138,000 in landscape management services.
Country Bill's currently provides the following services to all of our customers, including the City of
Miami Beach:
· All Landscape Management Services (including landscape maintenance, design and
installation)
· Litter Control
· Disaster Preparedness and Recovery of Landscaping
· Irrigation Repairs, Design, and Installation
· Arbor Care, Tree Relocation, Removal, and Stump Grinding
· Athletic/Turf Management
· Fertilization, Insect, Pest and Disease Control
We have more than 40 people on staff to meet the City's day-to-day needs, and an additional 50 workers
on stand-by if needed for large projects or disaster recovery. All of our supervisors are trained in-house
and have a minimum four years supervisory experience in landscape management. Additionally,
Country Bill's has a solid banking relationship with Total Bank of North Miami, where we have a
$100,000 undrawn revolving line of credit.
2
Risk Assessment
Risk 1: Natural Disasters and Acts of God (i.e. hurricanes, tropical storms, tornados)
Impact: Major to Catastrophic
Cost to City: Cost will be based on time and material, and can vary with the extent of damage caused by
each storm. In the past, storm recovery has ranged from $15,000-$85,000.
Solution: To reduce the impact of a natural disaster, primarily a hurricane, all tree trimming and palm
tree fruit removal should be completed in the months preceding hurricane season. Also have an active
hurricane plan ready to activate prior to the storm season.
Schedule Days: To be determined by intensity of disaster
Risk 2: New Construction
Impact: Moderate to Severe
Cost to City: Cost will vary based on the severity of damages. Repairs from past incidents have cost
between $2,000-$7,000.
Solution: New construction can cause major damage to landscape and irrigation systems. To deter this
type of damage, we will openly communicate with contractors and assist in locating underground lines
and irrigation systems.
Schedule Days: 0
Risk 3: Accidents resulting in the injury of employees or bystanders
Impact: Moderate to Severe pending extent of injury
Cost to City: None. Contractor is fully insured with general liability, auto, and workman's
compensation.
Solution: To protect employees, the contractor will ensure that all employees are properly trained and
provided with the appropriate safety gear. The contractor also holds mandatory safety meetings on a
monthly basis, and employees are encouraged to review the company safety manual. To protect the
public from accident or injury on or near ajob site, the contractor will take precautions, when necessary,
to barricade the area and post appropriate signage warning of imminent danger.
Schedule Days: 0
Risk 4: Irrigation. Not all of the areas listed in RFP 20-05/06 have working irrigation systems.
Impact: Low to Moderate
Cost to City: $3,000-$10,000 per system
Solution: Not all of the areas have irrigation systems in place, which can lead to the loss of plant life.
The contractor already incorporates the use of water trucks to irrigate these areas. A better solution,
however, would be to allow the awarded vendor to provide an initial irrigation analysis and provide and
estimate to install an irrigation system in these areas.
Schedule Days: 1-2
Risk 5: Maintenance of Traffic
Impact: Moderate to Major
Cost to City: None
Solution: The contractor will barricade the area securely, according to the guidelines set by the Florida
Department of Transportation (FOOT.) Traffic will be diverted away from the working area through the
use of arrow-boards, traffic signs, barricades, and cones. Employees will perform work during hours set
by the FOOT, and will be knowledgeable on all activities regarding maintenance of traffic. Additionally,
employees will be provided with reflective clothing and other essential safety equipment.
Schedule Days: 0
Risk 6: Interruption of Underground Utilities
Impact: Moderate to Major
Cost to City: None
Solution: The contractor shall be knowledgeable and familiar with procedures mandating Florida's "Call
Before You Dig" policy. (i.e. Sunshine 1-800-432-4770)
Schedule Days: 0 when proper procedures are followed
-;;>
-;)
Risk 7: Homeless Individuals
Impact: Low to Moderate
Cost to City: Time and Material
Solution: Homeless individuals can have a direct impact on greenspace area. Homeless camps have
killed landscape material, and past behavior has indicated that some would intentionally vandalize
irrigation systems and landscaping to seek shelter, store various items, and prevent them from getting wet.
Contractor acts proactively, notifYing the City of any homeless activity that could have an adverse effect
on any facet of the landscaping.
Schedule Days: To be determined pending extent of damages, generally 1-2 days
Risk 8: Honeybees
Impact: Moderate
Cost to City: $500-$900 per occurrence, depending on the size and location of the hive
Solution: Not only are bees a nuisance, they can be hazardous to the public. The contractor shall be
knowledgeable in identifYing bee infestations, and will inform the city upon immediate discovery. A
professional beekeeper should be called upon to remove and relocate the honeybees.
Schedule Days: 1-2 days depending on the size and location of hive
Risk 9: Lethal Yellowing
Impact: Moderate to High
Cost to City: Approximately $] 2 per palm, per application, every three months
Solution: There is no cure for lethal yellowing. However, a quarterly treatment of oxitetracycline
antibiotics every three months shows a 95% success rate in protecting non-infected palms.
Schedule Days: Subject by number of trees to be treated
Risk 10: Theft of Tools, Equipment, or Vehicles
Impact: Low
Cost to City: None
Solution: The contractor keeps an extensive inventory of tools, equipment, and vehicles to cover the
loss. Additionally, the contractor is fully insured.
Schedule Days: 0
Risk 11: Weather Extremes (i.e. cold, drought, floods, wind storms)
Impact: Low to Moderate
Cost to City: Variable
Solution: The contractor maintains a broad network of plant growers statewide, allowing them access to
a larger inventory of plant-life and landscaping materials.
Schedule Days: 0
Risk 12: Interruption of Fuel Supply
Impact: Medium to High
Cost to City: None
Solution: The contractor keeps a fuel reserve, or has access to fuel supplies in order to maintain all
operations for no less than 30 days should South Florida's fuel supply ever be interrupted.
Schedule Days: 0
Risk 13: Power Loss
Impact: Moderate to High
Cost to City: None
Solution: The contractor maintains adequate sources of alternative power, like generators, to run fuel
pumps and provide electricity to maintain day-to-day operations.
Schedule Days: 0
Risk 14: Environmental Contamination through Storm Catch Basins
Impact: Moderate to Severe
Cost to City: None
Solution: The contractor shall adhere to local, state, and Federal Environmental Protection Agency
requirements and will avoid using fuel, oil, or other solvents near catch basins. Additionally, we will
remove all debris such as litter and grass clippings by hand to ensure that it does not enter the catch basin.
Schedule Days: 0 ?
)
Country Bill's Lawn Maintenance, Inc.
13363 Northeast 16th Avenue
North Miami, Florida 33161
(305) 785-0180 Fax: (305) 891-5916
E-mail: JohnAllred@aol.com
Company Profile...
Established: August 28, 1988
Principal Owner: John W. Allred, Junior
President and CEO
John W. Allred, Senior
Vice President and General Manager
Years of Experience Under Present Ownership: 18
Normal Hours of Operation: 7:00 a.m.-5:00 p.m. Monday through Saturday
Sundays by appointment and emergency
Address: 13363 Northeast 16th Avenue
North Miami, Florida
33161
Telephone: (305) 785-0180
Fax: (305) 891-5916
Email: JohnAllred@aol.com
Total Number of Employees: 30 Full-time Landscape Laborers
4 Full-time Landscape Installers
2 Full-time Pest Control Technicians
4 Full-time Irrigation Technicians
7 Full-time Forman
2 Full-time Supervisors
Person in Charge: John W. Allred, Junior
President and CEO
3
References.. .
City of Miami Beach
1995-Present. Various Departments
$750,000 Yearly
1700 Convention Center Drive
Miami Beach, Florida 33139
Chuck Adams. Assistant Director, Off Street Parking. 305-673-7505
Tom Chadwick. Park Superintendent of Greenspace Management. 305-673-7703
Jordanna Rubin. Environmenta] Specialist, Environmental Management Division. 305-673-7080
Hiram Siaba. Senior Project Manager, Capital Improvements . 786-229-1129
Terrance Grayer. Code Enforcement Officer II, Code Enforcement Division. 305-673-7000
Viviana Alemany. Capita] Project Coordinator, Property Management. 786-367-7]30
City of North Miami Beach
] 993 to Present. Various Departments
$400,000 Yearly
17011 NE 19th Avenue
North Miami Beach, Florida 33162
John Deck. Beautification Superintendent, Public Works. 305-948-2948
Sharon Ragoonan . Assistant Community Development Director. 305-948-2964
Carlos Aguilara. Water Production Manager, Public Works. 305-654-7132
Gary Garofalo. Chief Electrician, Public Works. 305-620-0353
Carlos Rivero. City Forester, Public Works. 305-948-2903
City of North Miami
1988 to Present. Various Departments
$300,000+ Yearly
776 NE 125'h Street
North Miami, Florida 33 ]6]
Keith Miller. Parks Superintendent, Parks & Recreation. 305-89]-7410
City of Hollywood
1994 to Present. Various Departments
$95,000 Yearly
2600 Hollywood Boulevard
Hollywood, Florida 33022
Ben Schneider. Garage Manager, Parking Department. 954-921-3535
Swerdlow Boca Developers
2004-Present. $300,000+ Yearly
Biscayne Landing Project
2200 NE 143'd Sreet
North Miami, Florida 33181
Herb Tillman. Director of Construction, Swerdlow Boca Developers. 305-792-4840
Lauris Boulanger Developers, Inc.
1990- Present . $175, 000 Yearly
2165 NE 150lh Street
North Miami, Florida 33]81
Manon Boulanger. Vice President, Lauris Boulanger Developers, Inc. . 305-940-0106
Hidden Cove Town Homes
1988-Present. $45,000 Yearly
2654 NE 135th Street
North Miami, Florida 33181
Evelyn Garrison · President, Hidden Cove Homeowners Association. 305-948-9299
4
CENSE TAX 2006
2005 OCCUPATIONTYAL ~TATE OF FLORIDA
IAMI-DADE COUN - 2006 ..
M EXPIRES SEPT. 30, E OF BUSINESS.
MUST BE DISPLAYED A~ b'tt';PTER 8A _ ART. 9 & 10
PURSUANT TO COUNTY COD ~
Q cS NO,. A BILI....t)O NOT PN{ R~NEWAL 344504-'6
508569-1 THI;;:) · 1.ICENSE NO.
BU~~~~E'l~~OrAWN MAINTENANCE
INC 16 AVE "
~~~~~ ~~lN DADE COUNTY
owrm:
~~~g8r~~7r~NDSCAPE/TREE SERVICE
TlIl8 .. AN OCCUPATIONAL
TAX . I~W;
~OR-==
THE COUNTY OR
em NOR ooa IT
EXIIMPT THE LICI!=
m:>~t.zTO~'iru~ED BY
~W THI8 18 NDT A
~~\ff.~'ON Q~L1F;';:~~
TIOH.
MIAMI-DADE COUNTY
COLLECTOR
~~W. FLAGLER ST.
14th FLOOR
MIAMI, FL 33130
r-1I1~ ..."'L...M...;J.....
U.S. POSTAGE
PAID
MIAMI, Fl.
PERMl'r NO. 231
EMPlOVEE/S
4
DO NOT FORWARD
~m;ll':fvTAll
COLLECTOR08/11 /2005
20020000447
o 0 Q:!)i?; !. ";~)O
COUNTRY BIllS lAWN MAINTENANCE
j~~N W ALLRED ~R PRES
13365 NE 16 AVE
N MIAMI Fl 33161
ii,il,I,II"'.,ilili,,!I!ii,I'll,l,,II,I!!'i!ii,i\I!li,j'II,!11
SEE OTHER SIDE
POS I II liS I f( I ,"Sf I" .\ ( O'JSPI( ( O[ S PLA( I.
Occupational L.icensC'
; City of NOllh Miami
! (305) 893-6511, ex!. 2144
LAWN MIl I N'I'I::Ni\UC'F
Remarks: /1 nn I C/\':' ;CJf',~
From:
To:
I n / U"! " n r:,
D9/:::0/nCI
License No.:
() (: .... q f.J (i .....~ t~ :? ...~ :) ~....
i N ~',':' r /\ i " : .:.\ I: I j" ( ) i< ,'.
~: F 1.,\,1 I {' I
r:l'C' Paid:
r; I.: '\: j/!.'.:,\ I,
rt[:~!)(j
Owner:
Business Type:
f\J .Ln 1m, ,101'1[\1, ,J H ,
Ma ding Add: CO Ii N'r'r~ Y I'. J I ,J ,;: l,i\W;\1 1''1;\.1 NT I: :'.j M\; C F
I ..~ '.; h:~ N F: I Ii .\ \.' ri
07i-l2 l,i~\lVi\: /\r.~j) (;i\/lDF:N ,''::FnVTC
Business Add: NOR'J'1i MJ AMI Fr.'U 161
J 3 16 3 N E 1 fj /\. \m
. , "
VOllt I Ilf' '-" \11',,",' IIf. IJ~ANsrFRFf)
\\ '" '\ HI "-I \1 y,> l~ \10\ I D OR ,01.0 .
:i~:~O t> 338 3
WHITAKER, :'.G~y..~ _'
, ">5 NW.J:STCT
~ RATON
.~,:.\;: " -. ;:;;:'l~:~I ~1~~~9fil\~~ORIDA .
DEPARTMEf .., Fj!BusJfNEs:s~~iND~h'R6F2sSIONAL REGULATION
'. ... > qeN$TRp'e1':rqN~~:NI)V~?;'RY LICENSING BOARD.i..
. ~ 'f' . I ,: . '~t:J" .~;~.. :~~..J!~'. -:;. .i. I.~. ..!'~ ~..
ICENSE NBR.
8 ltJIJ' 2 ():tl4\': 04'(j10'(:r850 CFCO'22~.~..6:;',1p.
.TIH~ ~~ti:laf!;N~t;C9~~CTOR:, T ~-L
N'~eQ;"":l?e'lp~~J,l;~: ~;CERTIF:rED I .-:. '
1J.p(ier;,~the' prchf.:r-'S'ii)ns o'f Chapt
e"P~ration date, AUa ;31. ,;'OO,~!~
...... ~,... -..'. \ \::>
':;;;,:1'i:f \~~"",. , ~ :/
.. " .,...,,~. ~"'\' (? r:f. ~., j"'f,tJ .
FL 334:3 2 .- J. 719":',~~!!",,~~~~:~,:r.<~1>'"
DA 1 f
;.f',
.,. .. .
:".'
i' ..
..~:~ ;1:,. '. ,:... : . ~':
SEQ#Lo4oa1901999
-------~------_._-_..-- -
. . ~-;\ . ,.~~~.t: 4;':~,$;~;~:'--'-------'--'~--_.]."
. "~'" . .
~'---';"""_~'M"''''''''_'''______""",,,,,,,,,,__,___
~::,,: . :'. '~.~j~,~,:':.;~1 -.--..
,.
. ~'_.n._...._,....,___..._.._.._..
DISPI.AY l\!.':, f~EQt.IH<ED BY LAW
DIANE CAR.R
. SECRETARY
. JEB:. BUSH.
..,GOVER:NOB.
,..-.._-......,,~_.._......
c
0
-- U
..I-J
ro 0'1
-- N ....J
U N
0 ~
t/) \0
U) U '--'"
<( U 1-
OJ ~
C- o
ro z
.& ~
U ro
U) u
i;:: .......
'U :e C
c a 8
~
cXj ~ '(s (])
~ a.
~ ~ ~ ~
QJ~ I.:::
~ ~ QJ Ul ~
oei ~-g
1.:..
(.9 ~
~ '"'0
OJ (])
~ ij::
--
:::J ~
Z (])
ro "tj U
'U Q) :5
-- ~ \Q
1.- <0
0 --' <0 .&
< (!) N a ~
- ro
u.. ~~, - Q <0 .~
Z trl N
~ ' .... r.. c: r.:Vl
OJ ... ~ ~ ~ 0 ~ aJ
LL. A~~~~ .Q :0 .Q
F El ll:! I co::
~ '5, :e
u
~ Jj a
Q
r
I
1
J
,
!
'.-~'-'--"'-''''-__l~~
Florida Departmo"lbfAorl~~I;t~t611nd ConslImer Sorvlces
, 1'.'1I.1~1. Ctl,(m..!,OO l)~.,.
(:6~~..in~.~.elpl ^PJli....nt;u..l...t~tns..
1.1..".., CMl<.),71
ALUU~J), JOliN W .:.
~67~ NE IlSTII ST~~;~~~\
NORTII MIAlIIl. r-L:3.'II8f,
"",";'
}i~~:,~..:?;":. '.
Cltott"gmoj('s
3,6
1s$"t'lJ:
, ." 'I: ~ .:'
'1. ..
S('Pc..ui-~e~ 2Jt'~003:~.::.~'.
F..plr..:' .S.ll.."..... 30,2007
, ..'):~\(
"8"lgn~t~~;;;rUre.;;.fr-..- .-
ca,':II..!;,_',
. ,',' ('I^~L~ n. nllONSON, COAIMISSIOI':F.n
:'- '" ,". "...'.. "~:':'_.,'J '::
TIoc _ illlll.Ido.1 is licCllSCl/ .....,:ih~ ~ ~rQooplq. .'7,'P,$, .. .....h... lIIICl"""y _riel""
_paIiclda, ".', ':.;.",0"'"
......-...-.---.,----..
... . ~TA'J'EOF f'LOIUDA
.. mtJl(~.~.~~
. oUREAU OF ~!.~~~CONlROL
JUSTIN CRAlG st~-~~,.;. ':' ''..'~' ,
.i~f~~<(!:!~
00
.-. ...-.-.--..----
.~
IT
,oM
I r
II
~ ' -
.
~ F,-I ,I
Z ~ ~ N . ':"~
...... [:1
""'-.~ ...... ~ <:u ,j
0 -, ~ <<i ~
~ ~ iD Q ,'--l
~ \,J .a
E-f, .9
~ u
~ ~ 0
~ ~
t-J ..... f.-!
..... ~ ~
fQ ~=I ~ ~ "" Z
..... \f ......
. ...... ......
t: ..... '('o.l . .... 0..;0 ..
~ ~ ~ ~ u 1
-2 t~ .....
0 ~ ~ ~
..... ...-; , ~~ ij u (...) tx..
U 'i W;..
~ ~8 ~ N ~
.......... ...... ~ ~ -J
. ...... -, ~ '1
........ ,-
J;;I;., ~ _.
I;,J ~ ~ r-
......
0 I;0Io) ~ ~ ~ -,
Ci) ~ ~ <.J ~ .,
=:: 0 ,")
~ ~ ~ I
~ '"
::::::; r.., ~
f-4 . ...... ~ u I
~ I" Z
~
r', -< ,/
-, z
' . -
s:: -
........ ~ .!! ....
N .c
.... E-c .!l S
..-. ~ %. (9 (j I
f-4 ('-0, g
'-.. ~ ...
\..) < (I) I
~ 'w ~
"""" <II ~
~ . GI
W ;::E
U
1'1-
~
.
~',
-',.,,', ,.~?
~'Il/t~, ;"...
illii' ,,,",,,'A-
,.,.",:"".'t{'t. ~
" "'''''i''' Wl'r #'.
~ ''I ~'it
~
LISA H. HAMMER
r l ,f ,it.l t /{ /l/ t
on.:.; u ! t tJ l ( {
; .t,,~ li~ :\/..\
'}l"d,l 'i t
", J).--, ./
jrl ti"(~'~'~.!o. r'1;'lC1
, ,1; ":1 ~~,:;
',,;,\ tf' ~H';.j{~.\ :.1 ~:~ (':
';./: i,I:: ,i:'t, rj'{-)" I tflf" t..t(-'\1"'/'i;;~'.fi:'~it\/ .i.)t fl()I'I(1~_
~ <}~>~ ~
f~' \int f-!t':ntC1(",
; I-~f~':;'f ~c~; ,;';i,.'I.~ ~. ,~r~ '.J(,,;.~
./ i. 1;" "~f'r
~ i
fr-',.\ ~.;,f i'i".' ,~'~.f,.1 ~(Cl trl'"rL},((",'1! Crt!!\.
'~;f-~ ~t dl{"c:'1 l:>r'j,:.;!
! t,l('~ t ~()n t~..(,(yl(
j... ~:. -i ,~! i <i f 1 < _, T
I <~, ~_ (.,1' ~.:.,(j < ()!'l ~.) U j ti
fI,!lw," ii\ ,\ II :Sj) '"vid1 the Ar'nerk:dll
Socit,[\.' 01 /\ ...1 I.ulified
,'\rl)CH '_">1 (N
r'. J
~.) "
\ v\!1 r il he in (t'l"nd.tiofld!
of Ari);)I!(U!lt l[e, Jnd d St<lle ()f F10ridd
Pe<,1. (Oiluci ()r)C'! fOr flF8(001) (~i)e
! hiC", ned' Ih:' ',;""" if':ac! f loridd '>wr (lunded I)y
t r () ('~ j !~'-" .':t ~ ~}:;:, ..,,'\: {I ("! j (, C) nt(.\ _: n r n ~~ d ,-,! verSt"
()Ih~:\( n(.~i ii'
;";! -.') ,
I r
Bo)( l. 5'S I
H()rrlf:'::'(Cd.d, F I 33090
} J.., {)'/~ir:)
ff.i,',:<. {
24/ 34JCi
HORTICUL ruRAL
CONSULTING
SERVICES
'~~~
.;J.. ""'.:.1.
"'.~
., ...,. .,,'
Jr."!"~;,rl.'i .......1r,
~"'$ .... -; IP..
~'~
· Plant Pu}hienl !Jidgl to<,!'. .;J
( ~
· Tree (l,ne! Ldnch,cdpC
1\I\,:m':\8('1 lie'! ,I "
· Lal Kbc<:I!)e /V1e)!)i ItHlilg
P""Q'r '''I'n'.
~....I 1.-1 (l _.~~
· Land~(dpe !\t1arni,f.'! k\1 1(('
(', ..,,' f ' '., t.." . '"
_'}pec I, k,d .I\)j :)
· Tree Pruning: Spe(!ficd.lhHl'"
· Construction Reld.ted 'II ee
Disposi tion .:1 t)(.'1 Pt est':' JVd Uon
rlan.s
· 'rE'e' '1,,')'1 'l '~I" d. ., r')f'
I, ., ,.., \.., ,,0 h..::>C..., :
Appr aJ';',JI<,
· Hazardrre(" t vdluatioii<,
· Ldndscape Design Rev!E'V\/
· L.egal Cases liwiJlving Tree<,
dnd Lancl:'(dOir'lg
Key Personnel...
John Allred,
Jr.
President
I I
John Allred, Dave McCarty
Sr. Senior
Vice Project
President Manager
Jennifer Liz Marquez Michaela
Allred Bookkeeping Mitzel
Office - Acct. Payable - Oir. Of
Manager Receivable Marketing
I I I I
Lisa Hammer Justin Storey Grady Oscar
Horticultural Certified Pest Whittaker Brookins
Advisor Control Irrigation Professional
Supervisor Beekeeper
19
John W. Allred, Jr.
President and C.E.O.
1988-Present
Achievements:
F.N.G.L.A. Certified Landscape Contractor
I.S.A. Certified Arborist
Licensed Pesticide Applicator, Florida Department of Agriculture
And Consumer Services Pesticide Certification Office
"Small Business of the Year" for the year 2000, Greater
North Miami Chamber of Commerce
Certified Small Business Enterprise by Miami-Dade County
John Allred first planted the roots of Country Bill's in 1988. Serving as President and
Chief Executive Officer, Mr. Allred fosters the company's growth and development
through pristine examples of leadership and dedication. Country Bill's started in a
warehouse with just two employees, but has since branched into its industrial property
and now employs more than 40.
The Miami Herald also took note of Mr. Allred's thriving business, and featured Country
Bill's in the newspaper's "Business Monday" section. A copy of the article is included in
the following pages.
John W. Allred, Sr.
Vice President & General Manager
1988-Present
Education: Attended University of Alabama
Achievements:
Supervised Dune Restoration Project, Miami Beach
Supervised Construction of Grove Isle Condominiums, Coconut Grove
Supervised Construction of Jockey Club, Miami
Supervised Construction of Bay Pointe Towers, Miami
Supervised Structural Steel Erection for Sears Tower, Chicago
John Allred, Sr., joined his son in 1988, and serves as the Vice President and General Manager
of Country Bill's. Mr. Allred lends his keen business sense to all aspects of the company
business. Prior to joining Country Bill's, Mr. Allred owned and operated two successful auto
sales dealerships in both Indiana and Florida.
21
David S. McCarty
Vice President, Senior Project Manager
1995-Present
Education: Attended Palm Beach Community College
Achievements:
F.N.G.L.A. Certified Landscape Contractor
Licensed Pesticide Applicator, Florida Department of Agriculture
David McCarty serves as the Vice President and Senior Project Manager of Country Bill's. Mr.
McCarty applies his 20 years of landscape maintenance experience to manage all facets of day-
to-day operations including the oversight of projects, personnel, and schedules to ensure Country
Bill's meets and exceeds the goals and objectives of each client.
Mr. McCarty served as the assistant manager of a restaurant chain before returning to his true
passion, landscape design and management.
22
Lisa Hammer
Horticultural Advisor
1996-Present
Education: M.S. in Biology, Florida International University
B.S. in Agriculture, University of Florida
Achievements: Registered Consulting Arborist with the American Society of Consulting
Arborists
I.S.A. Certified Arborist
Certified Pest Control Operator
Lisa Hammer is a Horticultural Consultant who has been lending her expertise to Country Bill's
for more than a decade. She has more than 20 years experience specializing in tree and
landscape management. Ms. Hammer is an expert on plant diagnosis, tree pruning
specifications, landscape monitoring programs, and hazard tree evaluations.
Oscar Brookins
Professional Beekeeper
2000-Present
Oscar Brookins has more than 35 years experience working as a professional beekeeper, and he
knows what a bother bees can be. He has relocated thousands of hives that have posed a public
threat throughout Miami-Dade County.
23
Justin Storey
Certified Pest Control Operator
2001-Present
Education: Presently enrolled in classes to obtain certification as an FNGLA
Certified Landscape Contractor
Achievements:
Certified Pest Control Operator
Preventative pest management is Justin Storey's specialty. He has more than 14 years
experience in assessing the need for pest control on each job site, and is an expert in applying
both pesticides and herbicides.
Grady Whittaker
Irrigation Supervisor
2000-Present
Education: Certified Plumber, Licensed by the State of Florida
Grady Whittaker is a Certified Plumber, licensed by the State of Florida, and brings more than 20
years experience to the Country Bill's team. Mr. Whittaker specializes in the assembly of
backflow and irrigation systems. He's been a part of the Country Bill's team for six years,
supervising the design and implementation of all new irrigation systems, and retro-fitting
existing systems.
24
Jennifer Allred
Office Manager
1996-Present
Jennifer Allred joined her brother and father in business ten years ago, offering her expertise in
financial management. Ms. Allred coordinates Country Bill's payroll and employee benefits
programs. Prior to joining the family business, Ms. Allred served as a leasing director for major
property developments across Miami-Dade, Broward, and Palm Beach Counties.
Liz Marquez
Bookkeeping
2001-Present
Education: B.S. in Accounting, Florida Memorial University
Ms. Marquez handles all of Country Bill's internal accounting needs including accounts payable
and receivable functions, maintains the general ledger, and all bank reconciliation. Ms. Marquez
also prepares a monthly accounting write-up and compiles all financial statements.
Michaela Mitzel
Director of Marketing & Community Relations
2004-Present
Education: B.S. in Communications, University of Mary
A.A.S. in Graphic Design, Bismarck State College
Michaela Mitzel added her creative spin to the Country Bill's marketing team in 2004, serving as
the Director of Marketing and Community Relations. Ms. Mitzel worked as a producer for
WPLG Channel 10 News before joining the team at Country Bill's.
25
City of Miami Beach Dune Renovations
November 28, 2004 - January 15, 2005
We consider the Miami Beach Dune Renovation project one of the largest, and most challenging projects
to date. Country Bill's was contracted by Jordana Rubin, of the Miami Beach Environmental
Management Division to remove, eradicate, and dispose of all evasive plant species growing on beach
dunes from 21 st Street to 85th Street. Working in such soft sand proved to be quite a challenge. Our
crews were forced to bring in special trucks and equipment to transport both plant material, and
manpower. Because water access was limited, we were also forced to fabricate a 350-gallon water
transport device to keep a supply readily available. It took Country BilI'sjust a little over 30 days to
complete the project, and when all was said and done, we installed 60,000 sea oat liners, 10,000 gaillardia
pulchella plants, 7,000 railroad vines, and 5,000 dune sunflowers.
Art Basel Landscape Emergency
December 5,2002
Hours before Art Basel was set to descend upon Miami Beach, disaster struck, courtesy of a careless
contractor. Country Bill's had completed an extensive landscape improvement project on a surface
parking lot located at 21 st Street and Collins Avenue, which was one of the major exhibit sites. Two
hours before the event was set to begin, another contractor made the decision to relocate a portable
bathroom facility, transporting it across freshly installed sod. The grass was instantly destroyed, creating
a muddy mess. Country Bill's received an emergency phone call from Chuck Adams, Assistant Parking
Director for the City of Miami Beach, asking for immediate assistance. Within one hour, John Allred,
Dave McCarty, and their crew were at the site with fresh sod, mulch, and manpower. They completed the
job just minutes before the official start of the event.
Hurricane Wilma
October 24, 2005
Hurricane Wilma roared across South Florida on October 24, 2005, knocking out power across much of
Miami-Dade and Broward Counties. Fuel was in short supply, but it was not enough to keep Country
Bill's from providing first priority debris removal service for the City of Miami Beach. Country Bill's
tapped into their 6,000 gallon underground fuel reserve, and had 26 men, five 15 yard dump trucks, and
four pickup trucks, working throughout the city only a few short hours after the storm had passed.
Because of our proven hurricane plan, Country Bill's remained in constant contact with City staff days
and hours up to and after the storm. Extensive debris removal was completed at more than 65 parking
lots and areas for greenspace management over the course of nine days.
Hurricane Katrina
August 26, 2005
While South Florida was spared the brunt of Hurricane Katrina, the storm still left its mark on the City of
Miami Beach. Country Bill's was once again able to provide first priority service to the city of Miami
Beach, facilitating immediate recovery efforts in the areas deemed hardest hit. By keeping the lines of
communication open with City staff, Country Bill's was able to clean up and remove debris from more
than 65 parking lots, as well as areas for greenspace management in only five days.
Hurricane Andrew
August 24, 1992
The horror of Hurricane Andrew still lives in the hearts of many South Floridians, though it happened
more than a decade ago. We consider Hurricane Andrew a milestone because of the lessons learned in
hurricane preparedness. The storm dealt devastation like none other, regardless of all the measures taken
to protect landscaping. Country Bill's had teams in place, ready to begin work hours after the storm had
passed.
29
"2"''0...
",CGIGI
=~'O'C)
C:(._ ... Cll
C III Q, C
..cGl.Cll
00:: O:E
..., 0
-
~ ...
ca~"CI)
OOQC)
Q.- GI_
:E C .~ .w
Glec
~(I)Q,~
Cll
o
-
-
-
-
-
-
-
! C
lJCll
... E
of
.cO
.'(11..
~
GlC'"
C.oO
Cll.. .!!!
Q Cll ~
III = GI
'a S C.
C III ::J
j.E(/)
...
C 0
o UI
..'~
~GI
'E g.
-(I)
...
'S .~
.~~
e8,
Q,::J
(/)
~C
_Cll
C 'u
0,-
OC
..c
-Q
UI CD
If.....
I!
i~ ~
:E"" f
....0
N!
:::i
I!
i~ ~
:E 1:: !
N!O
:::i
I!
i ~ :t
:l!E1::l!!
N~O
:::i
t---
-
-
C
o
c.. ~
~~ f
'So
NUl
.E
C
i~ ~
:ECll!
N .g'o
.:
~
CO ~
Cllc,C11
:ec",
.,;.'- 0
~
:E
....
o
-
<0
.2
0..
a.
<(
Q)
'0
'0
:m
Q)
a..
'0 (/)
Q) -
(/) U
C Q)
~ 'e-
~ a.
<0 _ro
'0 (/) Q)U "-
.~ <0 .~ 0
-Q)Oc
l1. rn 0...2
...J 00'5
.~ -g E U
o;o::-Q)
-e '0 0 ~
<( ~ "'" ....
'O(/)f!?Q)
.~ Q) 2 g-
~-......,,-
1:: ;:; <0 a. (/)
Q)oE'OQ)
U,,--c:;::;
<(~ro;~
(/) c 0>._ U
- <0 .S ~ <0
....-c'E(/)Q)
.92<OQ)....
Uc 0>"" <0
<0'- Q) :] U
.... <0 .... (/) ....
cE:t:cO
o <oQ)-e
U~ii).9<O
Q) <0 >,-=
a.U....<O<O
<0 (/) j., (/) Q)
u'O'-'O(/)
(/) c ..c a.._
'0 ..!!! ;t:.!a ~
c "- ~ '0 Q)
<00 >,(/) a.
-l (/) +::; _>, :]
'O-U;t:(/)
Q)Q)Q)u'O
.- u.... c
€~:OQ)<O
Q)=Q)=:;Q)
u<O-_-
Q)~<O~
<( 0>'- Q) .-
~<o'E.o'E
'-'Co=o
rE~8~8
...:
J
'0
Q)
.!:::
<i:
c
..c
o
J
-
Q)
E
Q)
....
<0
(/)
E
~
0)
e
a.
c
.... Q)
.9E
~ Q)
'3.g'
a.c
<(<0
Q) E
'OQ)
'0 a.
~~
Q) (/)
a..-g
-g..!!! 2
(/) = C (/)
C<O Q)'O
Q)Q) oEm
.2 5 .b Q) N
-l(/) c><O
<Oc 00..c
'0 Q) U a. ro
'C 0 ~ E :;::;
o _ _ '_ C
U:'O <OCQ)
...:- ~ 5-.2 (5
0= Q)cua.
'O<((/)5.gg>
~"":cOO:.i:j;
c :!: .2 c :] c
o'OcuQ)<OQ)
Uc=oQ)>
<019-.0 ~
~:t: (/) ~ ~ a.
~ 19 .S .2 <0 .S
(/)(/)Q)'O~(/)
'0 >, a. Q) '0 C
C ;t: <0 a. c 0
<OU~(/)<O~
-l ..c '0 .S :: '0
'O;t:c....oc
.~ ~..!!!..!!! "'" Q)
~ >,- :] (/) E
-e+::;roo>mE
Q)uQ)~'Oo
U ~ (/) _ '- U
<( :0 .~ g c ~
-l..lo:::Q)'OOJ....
(!)oa.cm~
z:>:]o....O"-
l1.>CI)Ua..
>.
-e
<0
U
U
:!:
Q)
>
<0
o
o
-
-
..c
0>
'C
.0
<0
=:;
.~
(/)
-
C
<0
a.
0)
c
.Q
'0
~
o
(5
U
C
Q)
Q)
....
0>
....
Q)
-
c
:]
..c
Q)
>.
-
(/)
..lo:::
....
<0
E
~
<(
'0
~
Q)
..c
'0
<0
OJ
....
<0
(/)
C
o
:;::;
<0
U
;0::
'0
Q)
a.
(/)
'0
C
<0
(/)
Q)
'S
'0
Q)
..c
U
(/)
(/)
'in
<0
.0
>.
ro 0)=
- .S {g
~ ~<O
-; oEc
.... 0
:] ..c c
~ U 0
Q) miii
o (/) .... N
-~ .m=
~~ <o-e
<oU (/)~
U= E'O
U <0 c
:!:'Q) 2<0
'0 (/) -
...: '7'0 >, e
:!:c (/)-
'0<0 ca
CQ) ~u
<0 U <0 Q)
'0 lij 0).2> ~
~ c.S.!; Q)
=Q)~,,-(/)
<(coo:o
"':'iij E c ~
:!: E..c .2 Q)
..cOJ~'Oa.
:!:a.Q)~o
~<o....(/)~
>,uQ)c'O
+::; (/) ~.- Q)
~-g<O'Q)Q)
.!:: <0 -t: ~ C
'Oa;o<o~
..lo:::(/)~__
o .~ '0 g (/)
~Q)Q)'Om
= a. a. c (/)
.~ ~ ~ 8 ~
....
<0
Q)
~
o
-
'0
Q)
....
:]
CT
~
Q)
....
<0
(/)
~
Q)
u
Q) 0
uo>
c 0
<0-
c>'
2lij
.S a.
<0 E
:!:o
Q) U
a.Q)
~=:;
(/)0>
'OC
C'C
<0 <0
-lQ)
(/).0
:::-e
iDE
>.(/)
.b~
5 c
o ~
Uo
L.:
o
(/)
'o'~
OJ OJ
.~ a.
e :]
a..(/)
if)
E
....
g
c
:J
Methodology & Approach...
Country Bill's raises the bar by offering the best possible landscape management services at the
best possible value. We know the City of Miami Beach has extremely high expectations when it
comes to landscape maintenance. Our plan is to meet and exceed those expectations by putting
our business at the City's disposal.
The key to our approach in handling landscape management services specific to this project
assigns Country Bill's Vice President and Senior Project Manager, Dave McCarty, to manage all
facets of this contract. Mr. McCarty will personally perform daily maintenance inspections on
all projects and maintain communications with City staff. The owner of Country Bill's, John
Allred, will work closely with Mr. McCarty, and will be available on a 24-hour, as needed basis.
All of our work is performed in accordance with the highest professional maintenance standards
and horticultural techniques. The meet the needs specific to this contract, we would like to
propose the following approach:
· Four-Man Mowing/Detail Crew: The Four-man Mowing! Detail crew would
be assigned to primarily cover large turf and hedge areas. They will be equipped
with the following:
o One Isuzu 13250 GVW Dump Truck with a 15 yard dump bed, pulling
an 18' enclosed dual axle trailer. Inside that trailer will be:
./ One 61" Scag Turf Tiger Lawn Mower
./ One 36" Scag Self Propelled Lawn Mower
./ One 21" Sarlo Self Propelled Push Mower
./ Weedeaters
./ Edgers
./ Hedge Trimmers
./ Backpack Sprayers
./ Blowers
./ Rakes, Shovels, and all other necessary equipment
· Two-Man Litter/Detail Crews: Three separate Two-Man Litter/Detail crews
will be assigned on Mondays and Fridays for paper and litter control in all areas
specified in the proposal. Additionally, they will focus on smaller turf areas and
parking lots. They will also be called upon to assist the Four-Man Mowing/Detail
crews and will have the following equipment:
o Isuzu Box Trucks with fold down lift gates, which will have:
./ One 61" Scag Turf Tiger Lawn Mower
./ One 36" Scag Self Propelled Lawn Mower
./ One 21" Sarlo Self Propelled Push Mower
./ Weedeaters
./ Edgers
./ Hedge Trimmers
./ Backpack Sprayers
./ Blowers
./ Rakes, Shovels, and all other necessary equipment
32
1. Turf Maintenance (4.10.3)
A. Fertilization of all grassed areas will be done three times per year, meeting
the specifications listed in section 4.6.6.1
I. In April St. Augustine grass will be fertilized with Lesco 17-4-11
with Atrazine to act as a post emergent weed control.
2. In July St. Augustine grass will be fertilized with Lesco 16-2-12
with Talstar insecticide.
3. In October St. Augustine grass will be fertilized with Lesco
18-2-16.
B. Mowing of all grassed areas will be done to the specifications listed in
sections 4.6.1.1 through 4.6.1.4, based on a schedule of 30 to 37 full service
visits. Non-athletic field turf will be mowed no less than 3 W' above the
soil level using the appropriate mower.
I. The frequency of visits may need adjusted as certain areas may
require more services. Based on our previous experiences, we
propose the following breakdown:
a. "Levell" type properties are those that have been
recently renovated and contain new landscaping and
irrigation, which may require 42 or more services per
year.
i. Examples include: PAL, Michigan Avenue,
Preferred Lot, 71st and Byron, IG, 2G, 4AL,
4C, 6B, 8A, 9B, lOA, 16E, 17A, 17B, 19B, 19X,
20X.
ii. The 7th Street Parking Garage is comprised of
three types of vegetation. Silver buttonwood,
dwarf c1ucia, and scaevola all must be
trimmed yearly with specialized equipment to
maintain its award-winning ''wave like" effect.
Caution must be exercised due to the close
proximity of 7,200-volt power lines. The
structure also contains a state of the art drip
type irrigation system, with check valves and
booster pumps, that runs through planter
boxes on all six floors. Fertilization requires
the use of a continuous feed fertigation system
with a 30-gallon tank and pump.
b. "Level 2" type properties are listed in the specifications to be
serviced 37 times per year.
c. "Level 3" type properties are those that are to be serviced 30
times as specified.
C. Preventative Disease and Pest Management will be done through the use of
custom blend fertilizers mixed with insecticides, herbicides, and or
fungicides to prevent or eliminate any major pest problems.
I. Spot treatments will be applied on an as needed basis.
33
II. Tree and Palm Maintenance (4.10.4)
A. Fertilization will be done twice yearly to the specifications as defined in section
4.6.6.3.
I. Trees will be fertilized in the spring and fall using Lesco 8-10-10 with 25%
slow release nitrogen plus minors.
2. Palms will be fertilized in April and October using Lesco 13-3-13 palm mix
with 25% slow release nitrogen plus minors.
B. All trees and palms will be pruned to the specifications as defined in section 4.6.3.
John Allred, who is an ISA Certified Arborist, will supervise all pruning and tree
trimming.
1. ANSI Z133.1-2000 standards will be strictly adhered to.
C. Preventative Pest Management. In April Royal Palms will receive a granular
application or liquid drench of Merit insecticide as a preventative for Royal Palm
Bug and other boring insects.
III. Shrub and Groundcover Maintenance (4.10.5)
A. All shrubs and groundcovers will be fertilized by hand three times per year, as
specified in section 4.6.6.2.
1. Lesco 8-10-10 fertilizer with minor nutrients will be applied in April, July,
and October.
2. Ozmacote or equivalent 14-14-14 slow release fertilizer will be used on
flowering annuals and shrubs.
B. Pruning will be done a minimum of once a month, as specified in section 4.6.2.
C. A Certified Pest Control Operator will inspect shrubs and groundcover weekly and
will target problems as needed to avoid major outbreaks.
I. Additionally, we will employ an integrated pest control management
strategy to help identify, monitor and solve pest problems rather than
reaching for an all-purpose spray.
IV. Irrigation Maintenance Program (4.10.6)
A. Country Bill's will manage the operation and maintenance of all irrigation systems
as specified in section 4.6.12
I. We will conduct both a wet and dry inspection of the irrigation system after
each service. Any damage caused by our crews will be repaired at no
additional cost.
2. Sprinkler heads will be cleaned with each service.
3. Country Bill's will test timers and replace batteries as needed.
4. Irrigation systems will be shut down prior to major storms.
5. Damage to irrigation systems caused by Acts of God, power surges, theft,
vandalism, traffic and or any other accident etc. not caused by Country
Bill's will be billed by time and material.
34
V. Litter Control (4.6.5)
A. Country Bill's will collect and dispose of all debris generated by pruning,
trimming, weeding or other work as noted in the specifications on the same day of
each service.
1. All paved areas will be swept clean following each service.
2. Any debris that gathers near storm catch basins will be removed by hand.
B. Based on previous experience working with the Miami Beach Parking
Department, Country Bill's would like to propose that additional litter
removal services be conducted on Monday and Friday, as opposed to the
request for services on Monday and Thursday as specified in attachment A, section
4.6.5.2.
1. There are several events and holidays not addressed in the
specifications of RFP 20-05/06 that require additional litter control
services for all parking lots and or beach front lots only.
a. Examples of such holidays and events have included New
Year's, Memorial Day, Fourth of July, Labor Day,
Thanksgiving, Christmas, Hanukkah, Miami International
Boat Show, Art Basel, Super Bowl, Spring Break, and the
Winter Music Conference. Country Bill's will provide litter
control services for such happenings at an additional charge.
35
ESSENTIAL EQUIPMENT...
· (2) 2004 TORO 72" GROUNDS MASTER LAWN MOWERS
· (2) 2002 TORO 72" GROUNDS MASTER LAWN MOWERS
· (1) 1999 TORO 72" GROUNDS MASTER LAWN MOWER
· (1) 1998 TORO 72" GROUNDS MASTER LAWN MOWER
· (2) 2005 SCAG 61" TURF TIGER LAWN MOWERS
· (2) 2004 SCAG 61" TURF TIGER LAWN MOWERS
· (2) 2003 SCAG 61" TURF TIGER LAWN MOWERS
· (1) 1999 MASSEY-FURGUSON 135 TRACTOR WITH 5'
BUSH HOG
· (4) 2005 ENCORE 32" LAWN MOWERS
· (4) 2004 SKAG 36" LAWN MOWERS
· (2) 2004 SKAG 48" LAWN MOWERS
· (5) 2005 SARLO 5.5 UP 21" PUSH MOWERS
· (1) 1997 DODGE RAM % TON LONG BED PICKUP TRUCK
· (4) 2002 ISUZU 13,250 GVW DUMP TRUCKS
· (1) 2003 ISUZU 13,250 GVW DUMP TRUCKS
· (1) 1999 NISSAN UD 17,000 GVW 14' DUMP TRUCK
· (4) 2001 ISUZU 13,250 ISUZU GVW BOX TRUCKS
· (1) 2002 FORD RANGER
· (1) 1996 F-700 DUMP I BUCKET TRUCK WITH 60' BOOM
· (2) 1999 VERMEER 1250 CHIPPERS
· (1) 1999 CARLTON 6800 STUMP GRINDER
· (1) 2001 CASE 590 4X4 BACKHOE
· (1) 2000 CASE 580 4X2 BACKHOE
· (1) 1997 CHEVROLET 3500 WATER TRUCK
· (1) 2001 BOBCAT 850
· (1) DYNA DIGGER
· (1) 2000 TORO 45000 REELMASTER LAWN MOWER
· (1) 2003 JOHN DEERE 244-J FRONT END LOADER
· (1) 2002 HONDA SOD CUTTER
· (1) 2001 DITCH WITCH 3700
· (2) JD GATOR 6X4's
· (2) 1999 FORD F-250 PICKUP TRUCKS
· (1) 2005 FORD F-350 PICKUP TRUK
· (1) 2003 FORD F-350 PICKUP TRUCK
· (2) 2001 FORD F-150 PICKUP TRUCKS
· (5) VARIOUS SIZED 18'-24' ENCLOSED TRAILERS
· (4) VARIOUS SIZED 16'-24' OPEN TRAILERS
· (12) VARIOUS SIZED CHAIN SAWS
· (1) FOOT COMPLIANT ARROW BOARD
· (100+) FOOT COMPLIANT TRAFFIC CONES
NUMEROUS WEEDEA TERS, BLOWERS, EDGERS & HEDGE TRIMMERS,
HAND TOOLS, SHOVELS, RAKES, ETC.
36
Safety Policy...
One of Country Bill's top priorities is to provide a safe working environment for all of
our employees. Preventing injuries is fundamental, which is why our project supervisors
conduct weekly safety meetings to discuss potential hazards specific to each job site.
Employees are also held responsible for promoting safety. Before using any type of
powered equipment employees are encouraged to read the owner's manual and
familiarize themselves with operating instructions and safety features. Employees are to
survey the area prior to starting work on any job to be aware of any debris or obstacle that
could hinder the safe operation of equipment.
Country Bill's also mandates that all employees be fully uniformed while working in the
field. Proper footwear is required at all times. Employees are not allowed to wear loose
clothing or excessive jewelry. Long hair must be pulled back. Horseplay is strictly
prohibited.
Eye Protection or safety goggles must be worn while using any equipment that can cause
flying debris. Ear protection may be required when using noisy equipment for an
extended period of time. Gloves are to be worn when handling chemicals or any material
with sharp or jagged edges.
Only Certified Pest Control Operators are allowed to apply pesticides or herbicides, and
in doing so, he or she must wear a facemask and appropriate clothing to prevent
contamination.
At the end of each working day, all equipment is to be cleaned, adjusted, and repaired by
our in-house mechanic if necessary. Deflection plates are to be securely fastened, and all
parts should be checked for tight connections. Any defects in materials, machinery, tools
and equipment must immediately be reported. Gas powered machines are to be topped
off daily; taking care to avoid spills or overflows.
Each supervisor is to check vehicles daily to ensure that all fluid levels are in the safe
operations range and that all lights, including those on trailers, are in working order.
All work related accidents or injuries, no matter how minor, must be reported
immediately.
Each employee is required to have a fundamental understanding of these basic safety
rules. Failure to comply will result in disciplinary action or termination of employment.
37
EMPLOYEE SAFETY TRAINING CHECKLIST
Name:
Hire Date:
Position:
Trainer:
I acknowledge that I have been trained in the Country Bill's Safety Program, and agree to
abide by all Country Bill's safety rules, policies, and procedures.
_ Safety Program
o My right to ask questions and report any safety hazards or concerns without
fear of retaliation or reprisal
o The location of all safety bulletins and other work related po stings
o Disciplinary procedures that may be taken for failure to comply with Country
Bill's safety policies
Hazard Communication
o Potential hazards in work areas specific to each job assignment
o Safety procedures and required use of protective equipment
o The dangers of any chemicals to which I may be exposed
o Response action to be taken in the event of a hazardous spill
_ Personal Protective Equipment
_ Employee Safety Manual
_ Reporting of Accidents, Injury, or Illness
_ Emergency Procedures
I understand the above items and agree to comply with Country Bill's safety policy to
promote a safe working environment for myself and all other employees.
Employee Signature
Date
Date
Trainer Signature
38
ORIENTATION CHECKLIST
Name:
Date:
Trainer:
I acknowledge that I have been informed of the following during Country Bill's
Employee Safety Orientation.
o Employee Handbook
o The history of Country Bill's Lawn Maintenance
o Safety Rules, Policies, and Procedures
o Proper Use of Tools
o First Aid
o Hazard Control and Prevention
o Acknowledgement of Drug/Alcohol Free Workplace
o Personal Protective Equipment
o Mower Safety Lesson
o Grounds Maintenance Safety Lesson
o Landscape and Grounds Maintenance Lesson and Assessment
o Maintenance of Traffic (MOT) Introduction
o Driver Training
Date
Employee Signature
Trainer Signature
Date
39
Country Bill's Lawn Maintenance Inc.
13363 Northeast 16th Avenue
North Miami, Florida 33161
Phone: (305) 785-0180 Fax (305) 891-5916
DRUG & ALCOHOL FREE WORKPLACE POLICY
Country Bill's Lawn Maintenance, Inc. is committed to protecting the safety, health
and well being of all employees and individuals in our workplace. We recognize that
alcohol abuse and drug use pose a significant threat to our goals. We have established a
drug-free workplace program that balances our respect for individuals with the need to
maintain an alcohol- and drug-free environment.
Any individual who conducts business for the organization, is applying for a position, or
is conducting business on the organization's property is covered by our drug-free
workplace policy. Our drug-free workplace policy applies during all working hours and
whenever conducting business or representing the organization.
It is a violation of our drug-free workplace policy to use, possess, sell, trade, and or offer
the sale of alcohol, illegal drugs, or other intoxicants. If an individual violates the policy
the consequences are serious and could result in his or her termination. It is on that note,
Country Bill's Lawn Maintenance, Inc. has devised the following:
I. The manufacture, possession, distribution, or use of controlled
substances is strictly prohibited.
2. Employees who violate the drug-free workplace policy are
subject to disciplinary action, which could result in his or her
termination.
3. As mandated by the Federal Drug-Free Workplace Act of
1988, any employee who is convicted of a drug or alcohol
related offence must notify the organization in writing within
five calendar days of the conviction.
4. Ifan employee receives such a conviction, Country Bill's
Lawn Maintenance reserves the right to take appropriate
personnel action against the employee, up to and including
termination.
A safe and productive drug-free workplace is achieved through cooperation and shared
responsibility. Both employees and management have important roles to play.
40
Country Bill's 2006 Hurricane Plan...
Before Hurricane Season:
Hurricane Season comes once a year, but at Country Bill's we believe it's vital to make
preparations year round. Why wait until June 15t? Our landscape technicians keep a
watchful eye on trees and plants that could pose a problem, and we strive to keep our
equipment in proper working order. Our plan is simple, but has been proven effective
time and again.
Hurricane Season Begins:
Country Bill's calls a staff meeting at the start of every hurricane season to:
· Issue and discuss written hurricane plan
· Review definitions of weather warnings (examples are to follow)
· Review policies and remind employees of their responsibilities
· Encourage employees to make hurricane preparations in their own homes
· Ensure that all mechanical equipment is in proper working order
· Take an inventory of all tools
· Update communications list and make sure all emergency contacts are in
place
Extra Precautions:
With the start of hurricane season comes added responsibilities for our employees. Here
is a brief overview:
· No truck, tool, or machine is to be left on empty. Employees are
responsible for topping off the gasoline on every piece of machinery at the
end of each working day.
· All dump beds, trucks, and trailers are to be emptied at the end of each
working day. 72 hours prior to the storm they will remain empty so clean
up operations can begin immediately
· Employees are encouraged to take care of all personal matters, storm
supplies, etc. Everyone is expected to show up for work immediately after
the storm has passed.
Should a Storm Strike:
All employees of Country Bill's are placed on call, and are expected to remain in
constant contact with either John Allred or Dave McCarty. Aside from our staff of 35,
Country Bill's has an additional 65 people on standby, and access to and additional 26
dump trucks. Country Bill's keeps an underground fuel reserve, which consists of 3,000
gallons diesel fuel, and 3,000 gallons of unleaded fuel.
41
Hurricane Definitions:
Hurricane Season is June 1 to November 30.
Tropical Depression: An organized system of clouds and thunderstorms with a defined surface
circulation and maximum sustained winds of 38 mph or less
Tropical Storm: An organized system of strong thunderstorms with a defined surface
circulation and maximum sustained winds of39-73 mph
Hurricane: An intense tropical weather system of strong thunderstorms with a well-defined
surface circulation and maximum sustained winds of 74 mph or higher
Sustained winds: A one minute average wind measured at about 33 feet, or ten meters, above
the surface
Tropical Storm Warning: A Tropical Storm is expected to strike within 24 hours with
sustained winds of 39 to 73 mph
Hurricane Watch: The alert given when a Hurricane poses a threat to a certain coastal area
within 24-36 hours
Hurricane Warning: A Hurricane is expected to strike within 24 hours with sustained winds of
74 mph or more accompanied by heavy rain and high waves
Storm Surge: Storm surge is water that is pushed toward the shore by the force of the winds
swirling around the storm. This advancing surge combines with the normal tides to create the
hurricane storm tide, which can increase the mean water level 15 feet or more. This rise in water
level can cause severe flooding in coastal areas
Category One Hurricane: Winds 74-95 mph. Storm surge generally 4-5 ft above normal. No
real damage to building structures. Damage primarily to unanchored mobile homes, shrubbery,
and trees. Some damage to poorly constructed signs
Category Two Hurricane: Winds 96-110 mph. Storm surge generally 6-8 feet above normal.
Some roofing material, door, and window damage of buildings. Considerable damage to
shrubbery and trees with some trees blown down
Category Three Hurricane: Winds 111-130 mph. Storm surge generally 9-12 ft above normal.
Some structural damage to small residences and utility buildings with a minor amount of
curtainwall failures. Damage to shrubbery and trees with foliage blown off trees and large trees
blown down. Mobile homes and poorly constructed signs are destroyed. Flooding near the coast
destroys smaller structures with larger structures damaged by battering from floating debris.
Category Four Hurricane: Winds 131-155 mph. Storm surge 13-18 ft above normal. More
extensive curtainwall failures with some complete roof structure failures on residences. Shrubs,
trees, and all signs are blown down. Complete destruction of mobile homes. Extensive damage to
doors and windows.
Category Five Hurricane: Winds greater than 155 mph. Storm surge greater than 18 ft above
normal. Complete roof failure on many residences and industrial buildings. Some complete
building failures with small utility buildings blown over or away. All shrubs, trees, and signs
blown down. Complete destruction of mobile homes. Severe and extensive window and door
damage.
42
Country Bill's Lawn Maintenance, Inc.
13363 Northeast 16th Avenue
North Miami, Florida 33161
Phone: (305) 785-0180 Fax: (305) 891-5916
E-mail: JohnAllred@aol.com
Landscape Maintenance: $258,981.00
Litter Control: $139,984.00
Total Cost: $398,965.00
Total Cost consists of one lump sum price, consisting of both landscape maintenance and
litter control, to maintain all areas included within the scope of this project. It is a yearly
price to be broken down into 24 equal bi-monthly payments.
We have broken down the total costs per service per area for both landscape maintenance
and litter control on the next two pages.
44
City of Miami Beach
Landscape Maintenance
Cost
{,;ost per Number OT Landscape MalOt.
Lot Number Location service Services Annual Total
PAL 11th Street' Jefferson Avenue $85.00 37 $3,145.00
Penrod's 8iscayne Street' Ocean Drive $85.00 37 $3,145.00
Mich. Ave. 15th Street' Michigan Avenue (Softball Lot) $95.00 37 $3,515.00
Pref. Lot 19th Street' Conv. Center Drive $95.00 30 $2,850.00
South Pointe South Pointe Park - Restaurant $150.00 37 $5,550.00
1A 1 st Street' Ocean Drive $85.00 37 $3,145.00
1G 7th Street' Collins Avenue (llaralle) $1,483.70 30 $44,511.00
1G Above price includes trimminQ the 7th SI. Garaae
2A 12th Street' Drexel Avenue (llaralle) $90.00 30 $2,700.00
28 6th Street' Meridian Avenue $75.00 30 $2,250.00
2G* 17th Street' Meridian Court (Qaralle) $145.00 30 $4,350.00
4AL 4th Street' Alton Road $95.00 37 $3,515.00
4C 17th Street' West Avenue (Epicure) $95.00 37 $3,515.00
4D 16th Street' West Avenue $85.00 37 $3,145.00
4E 18th Street' Purdv Avenue (south) $85.00 37 $3,145.00
5A 17th Street' Washington Avenue $125.00 30 $3,750.00
5C 18th Street' Conv. Center Drive $85.00 30 $2,550.00
5F 18th Street' Meridian Avenue $95.00 30 $2,850.00
5H 19th Street' Meridian Avenue (Holocaust) $85.00 30 $2,550.00
5M 777 17th Street $95.00 37 $3,515.00
6B 21 st Street' Collins Avenue $295.00 37 $10,915.00
7C 6th Street' Collins Avenue $95.00 30 $2,850.00
8A 42nd Street' Sheridan Avenue (llaralle) $150.00 37 $5,550.00
8B 42nd Street' Roval Palm Avenue $85.00 37 $3,145.00
8C 40th Street' Chase Avenue $85.00 37 $3,145.00
8D 47th Street' Sheridan Avenue $85.00 37 $3,145.00
8E 41 st Street' Alton Road $95.00 37 $3,515.00
8F 42nd Street' Jefferson Avenue $95.00 37 $3,515.00
8G 40th Street' Royal Palm Avenue $85.00 37 $3,145.00
8H 40th Street' Prairie Avenue $85.00 37 $3,145.00
9A 71st Street' HardinQ Avenue (west) $65.00 37 $2,405.00
98 72nd Street' Collins Avenue $275.00 37 $10,175.00
9C 71 st Street' Carlyle Avenue $65.00 37 $2,405.00
9D 71st Street' Bonita Drive $65.00 37 $2,405.00
9E 71st Street' Hardina Avenue $65.00 37 $2,405.00
9F 75th Street' Collins Avenue $75.00 37 $2,775.00
10A Lincoln Lane N , Lenox Avenue (west) $95.00 37 $3,515.00
10C Lincoln Lane N , Meridian Avenue $95.00 37 $3,515.00
10D Lincoln Lane S , Jefferson Avenue (west) $65.00 37 $2,405.00
10E Lincoln Lane S' Jefferson Avenue (east) $65.00 37 $2,405.00
10F Lincoln Lane S , Euclid Avenue (west) $65.00 37 $2,405.00
10G Lincoln Lane S , Michillan Avenue (west) $65.00 37 $2,405.00
10X Lincoln Lane N' Lenox Avenue (east) $95.00 37 $3,515.00
11X 11th Street' Collins Avenue $85.00 37 $3,145.00
12X 9th Street' Washington Avenue $85.00 37 $3,145.00
13X 10th Street' Washington Avenue $85.00 37 $3,145.00
16D 34th Street' Collins Avenue $55.00 37 $2,035.00
16E 35th Street' Collins Avenue $95.00 37 $3,515.00
17A 13th Street' Collins Ayenue (garalle) $95.00 30 $2,850.00
17B 13th Street Provisional Lot $65.00 30 $1,950.00
17X 13th Street' Collins Avenue $65.00 30 $1,950.00
18A 64th Street' Collins Avenue $95.00 37 $3,515.00
18X 65th Street 'Indian Creek (MARINA) $85.00 52 $4,420.00
19B 53rd Street I Collins Avenue $85.00 37 $3,145.00
19X 46th Street' Collins Avenue $250.00 37 $9,250.00
20X 27th Street' Collins Avenue $85.00 37 $3,145.00
22X 72nd Street' Carlyle Avenue $55.00 30 $1,650.00
23X 83rd Street I Abbott Avenue $55.00 30 $1,650.00
24A NormandY Drive' Bay Road (north) $55.00 30 $1,650.00
24B Normandy Drive' Vendome $55.00 30 $1,650.00
24C Normandv Drive I Bay Road (south) $55.00 30 $1,650.00
25X 71st Street' Bonita Drive $55.00 37 $2,035.00
26A 80th Street' Collins Avenue $85.00 37 $3,145.00
26B 84th Street I Collins Avenue $85.00 37 $3,145.00
26C 79th Street I Collins Avenue $85.00 37 $3,145.00
26D 83rd Street' Collins Avenue $55.00 37 $2,035.00
22,500 SQ ft 16th WashinQlon Ct $95.00 37 $3,515.00
Landscape Maintenance Total: $258,981.00
Additional Weekly Litter Services Total: $139,984.00
Grand Total for All Services: $398,965.00
""" UCl I
Additional Total of
Weekly Cost per litter Total annual
Lot Number Location Litter service services cost
PAL 11th Street' Jefferson Avenue 2 $25.00 104 $2,600.00
Penrod's Biscayne Street' Ocean Drive 2 $28.00 104 $2,912.00
Mich. Ave. 15th Street' MichTclan Avenue (Softball Lotl 2 $0.00
Pref. Lot 19th Street! Conv. Center Drive $0.00
South Pointe South Pointe Park - Restaurant 2 $50.00 104 $5,200.00
1A 1 st Street' Ocean Drive 2 $28.00 104 $2,912.00
1G 7th Street' Collins Avenue (aaraae) $0.00
2A 12th Street' Drexel Avenue (aaraae) $0.00
2B 6th Street' Meridian Avenue $0.00
2G' 17th Street' Meridian Court (aaraae) $0.00
4AL 4th Street' Alton Road 2 $30.00 104 $3,120.00
4C 17th Street' West Avenue (Epicure) 2 $25.00 104 $2,600.00
4D 16th Street' West Avenue 2 $30.00 104 $3,120.00
4E 18th Street' PurdvAvenue (south) 2 $25.00 104 $2,600.00
5A 17th Street' Washinaton Avenue $0.00
5C 18th Street' Conv. Center Drive $0.00
5F 18th Street' Meridian Avenue $0.00
5H 19th Street' Meridian Avenue (Holocaustl $0.00
5M 777 17th Street 2 $25.00 104 $2,600.00
6B 21st Street' Collins Avenue 2 $50.00 104 $5,200.00
7C 6th Street' Collins Avenue $0.00
8A 42nd Street' Sheridan Avenue (a-araae) 2 $28.00 104 $2,912.00
8B 42nd Street' Roval Palm Avenue 2 $25.00 104 $2,600.00
8C 40th Street' Chase Avenue 2 $25.00 104 $2,600.00
8D 47th Street' Sheridan Avenue 2 $25.00 104 $2,600.00
8E 41 st Street' Alton Road 2 $25.00 104 $2,600.00
8F 42nd Street' Jefferson Avenue 2 $25.00 104 $2,600.00
8G 40th Street' Roval Palm Avenue 2 $25.00 104 $2,600.00
8H 40th Street' Prairie Avenue 2 $25.00 104 $2,600.00
9A 71 st Street' Hardina Avenue (west) 2 $25.00 104 $2,600.00
98 72nd Street' Collins Avenue 2 $50.00 104 $5,200.00
9C 71 st Street' Carlvle Avenue 2 $25.00 104 $2,600.00
9D 71st Street! Bonita Drive 2 $25.00 104 $2,600.00
9E 71st Street' Hardina Avenue 2 $25.00 104 $2,600.00
9F 75th Street' Collins Avenue 2 $25.00 104 $2,600.00
10A Lincoln Lane N , Lenox Avenue (west) 2 $25.00 104 $2,600.00
10C Lincoln Lane N , Meridian Avenue 2 $26.00 104 $2,704.00
10D Lincoln Lane S , Jefferson Avenue (west) 2 $25.00 104 $2,600.00
10E Lincoln Lane S , Jefferson Avenue (eastl 2 $25.00 104 $2,600.00
10F Lincoln Lane S , Euclid Avenue (westl 2 $25.00 104 $2,600.00
10G Lincoln Lane S , Michiaan Avenue (west) 2 $25.00 104 $2,600.00
10X Lincoln Lane N , Lenox Avenue (east) 2 $25.00 104 $2,600.00
11X 11th Street' Collins Avenue 2 $25.00 104 $2,600.00
12X 9th Street' Washinaton Avenue 2 $25.00 104 $2,600.00
13X 10th Street' Washinaton Avenue 2 $25.00 104 $2,600.00
16D 34th Street' Collins Avenue 2 $25.00 104 $2,600.00
16E 35th Street' Collins Avenue 2 $28.00 104 $2,912.00
17A 13th Street' Collins Avenue (aaraae) $0.00
17B 13th Street Provisional Lot $0.00
17X 13th Street' Collins Avenue $0.00
18A 64th Street' Collins Avenue 2 $35.00 104 $3,640.00
18X 65th Street 'Indian Creek (MARINA) $0.00
19B 53rd Street' Collins Avenue 2 $35.00 104 $3,640.00
19X 46th Street' Collins Avenue 2 $50.00 104 $5,200.00
20X 27th Street' Collins Avenue 2 $28.00 104 $2,912.00
22X 72nd Street' Carlvle Avenue $0.00
23X 83rd Street I Abbott Avenue $0.00
24A Normandy Drive' 8av Road (north) $0.00
24B Normandv Drive' Vendome $0.00
24C Normandv Drive I Bav Road (south) $0.00
25X 71st Street I Bonita Drive 2 $25.00 104 $2,600.00
26A 80th Street' Collins Avenue 2 $35.00 104 $3,640.00
268 84th Street I Collins Avenue 2 $35.00 104 $3,640.00
26C 79th Street I Collins Avenue 2 $35.00 104 $3,640.00
26D 83rd Street' Collins Avenue 2 $35.00 104 $3,640.00
2500 sa ft 16th Washinaton Ct 2 $35.00 104 $3,640.00
Total annual cost for additional litter control. $139,984.00
City of Miami Beach Additional Weekly Litter Cost
Regular Labor Rates...
Description: Regular Hourly Overtime
(Includes all equipment, fuel, etc.) Rate
Contractor Representative $65 $97.50
Project Supervisor / Foreman $40 $60
Landscape Laborer $36 $54
Irrigation Technician $65 $97.50
Pest Control Technician $65 $97.50
Certified Arborist $100 $150
Backhoe w. Operator
Minimum 6 hours plus travel time. Does not include $85 $127.50
trash hauling
Description: Cost:
Cypress Mulch $37.50 per Cubic Yard
Seasonal Color $1.75 per 4" Pot
47
Disaster Recovery Rates...
Description: Regular Hourly Overtime
Rate
4-Man Emergency Clean-up Crew
w. 15-yard Dump Truck, driver, 3 landscape laborers, $300 $450
chainsaws, blowers, etc.
Chainsaw Operator w. Gear
$50 $75
Landscape Laborer
$40 $60
Supervisor w. pickup truck
$50 $75
Contractor's Representative
$65 $97.50
Certified Arborist
$125 $187.50
Front Loader w. Operator
Minimum 6 hours plus travel time. Does not include trash $139.50 $209.25
hauline
Case 590 Backhoe w. Operator
Minimum 6 hours plus travel time. Does not include trash $95 $142
hauling
Skid-Steer w. Operator
Minimum 6 hours plus travel time. Does not include trash $77.50 $115
hauline
48
Value Added Options...
Country Bill's sets the standard in landscape management services by offering top rate services at the best
possible value. That, however, is not enough. We are not satisfied until we meet and exceed our clients'
expectations in all aspects of our job. We compiled a list to hi-light some of the services Country Bill's
can offer that others cannot:
· Experience: Country Bill's has been in charge of all facets of landscape management for the
City of Miami Beach Parking Department, including the areas specified in this RFP for the past
eleven years. As the current contractor, we have provided tree trimming, litter control, landscape
maintenance, fertilization, and pest control. We have also been responsible for irrigation repairs
and the design and installation of new landscaping and irrigation systems. Country Bill's has a
fundamental understanding of the City's landscape management needs, and we know what it
takes to keep these areas looking their best.
· Contacts: Country Bill's has been working with the City of Miami Beach and its numerous
departments for more than a decade. We have established relationships with City staff, all of who
will back our proven record of excellence in service.
· Location: Country Bill's is located less than five miles from the proposed areas to be services.
This greatly reduces fuel costs and travel time, ultimately making our response time even faster.
· First Priority: Country Bill's, on an immediate and first priority basis, will avail all its
resources to the City of Miami Beach in the event of an Act of God (Le. storm, tornado, or
hurricane) or any other emergency deemed by the City Manager or his designee. The City of
Miami Beach will be given first priority, and at no additional charge, Country Bill's will:
o Respond to all emergency calls in as little as one hour
o Be present and on-site with all manpower and equipment necessary in the event of a
natural disaster, coordinating these efforts with City staff days and hours in advance
o John Allred and Dave McCarty shall be on-call and available to the city on a 24 hour
basis at all times for emergency purposes
· Family Owned & Operated: Because Country Bill's is family owned and operated; our
clients work directly with the owner, John Allred, and Senior Project Manager, Dave McCarty.
They are on call 24 hours a day, seven days a week, 365 days a year. Because you deal directly
with the owner, there is no wait to seek approval for any resources. That means instant results!
Both Mr. Allred and Mr. McCarty will at no additional cost will:
o Will be readily available to consult with City staff, including the Landscape Architect, for
plan review and landscape consulting
o Shall be available to the City for routine, weekly, and as-needed inspections for all
landscaped areas as directed by the City
o Will be available to meet with all public utilities to locate all irrigation and hydraulic
lines prior to any excavation by the utility company
o Will be present at all special events, programs, and activities as directed by the City
o Will attend City meetings with as little as 24 hours notice
· Knowledge: The staff at Country Bill's has more than 75 years combined experience in key
management alone. We know what we're doing! We attend trade shows and seminars to stay
abreast of the latest landscaping technologies, and we consult regularly with horticultural experts.
Additionally, Country Bill's will call on Lisa Hammer to conduct a comprehensive landscape
review of all areas relative to this proposal at a discounted rate. Ms. Hammer is one of the most
respected horticultural consultants in all of South Florida, specializing in trees and landscape
management.
· Honeybee Relocation: The City of Miami Beach called on County Bill's and their beekeeper
Oscar Brookins numerous times to remove and relocate honeybees. Mr. Brookins has more than
35 years experience in honeybee removal and relocation in Miami-Dade County.
.c;()
REQUEST FOR PROPOSALS NO. 20-05/06
ACKNOWLEDGMENT OF ADDENDA
Directions: Complete Part t or Part", whichever applies.
Part I: Listed below are the dates of issue for each Addendum received in connection with this RFP: 20-
05106
Addendum No.1, Dated
< Gj ///11112'
( 5'/2.(5/((;
, ~
Addendum No.2, Dated
Addendum No.3, Dated __
Addendum No.4, Dated
-----------.
Addendum No.5, Dated
Part II:
- No addendum was received in connection with this RFP.
Verified with Procurement staff
Name of staff
-.---------
Date
~ }311.1.:., lA.wrJ UAlNf&...lllNrr
\:~ ~-
\: (Signature)
5 -2 S' -C1 ~
(Date)
April 17, 200{>
City of Miami Beach
RFP No: '20-05/06
26 of 59
INSURANCE CHECK LIST
XXX 1. Workers' Compensation and Employer's Liability per the statutory limits of the state of
Florida.
XXX 2.
Comprehensive General Liability (occurrence form), limits of liability $ 1.000.000.00 per
occurrence for bodily injury property damage to include Premises/ Operations;
Products, Completed Operations and Contractual Liability. Contractual Liability and
Contractual Indemnity (Hold harmless endorsement exactly as written in "insurance
requirements" of specifications).
XXX3.Automobile Liability - $1,000,000 each occurrence - owned/non-owned/hired automobiles
included.
_ 4.Excess Liability - $
. 00 per occurrence to follow the primary coverages.
XXX 5.
The City must be named as and additional insured on the liability policies; and it must
be stated on the certificate.
6.
Other Insurance as indicated:
_ Builders Risk completed value
_ Liquor Liability
_ Fire Legal Liability
_ Protection and Indemnity
_ Employee Dishonesty Bond
$
$
$
$
$
.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 Quote number and title
VENDOR AND INSURANCE AGENT STATEMENT:
We understand the Insurance Requirements of these specifi 'ons and that evidence of this
insurance may be required within five (5) days after Pro osaJ op 'ng. ~
C-'O u ..... {- r 'I t3,' II s k......;-
Vendor '. . ...~
April 17.2006
City of Miami Beach
RFP No: 20-05106
24 of 59
OECLARA TION
TO: City of Miami Beach
City Hall
1700 Convention Center Drive
Procurement Division
Miami Beach, Florida 33139
Submitted this ) {) day of
MC.Ai
,2006.
The undersigned, as consultant, declares that the only persons interested in this proposal are named herein;
that no other person has any interest in this responses or in the Contract to which this response pertains;
that this response is made without connection or arrangement with any other person; and that this response
is in every respect fair and made in good faith, without collusion or fraud.
The consultant agrees if this response is accepted, to execute an appropriate City of Miami Beach
document for the purpose of establishing a formal contractual relationship between the consultant and
the City of Miami Beach, Florida, for the performance of all requirements to which the response pertains.
Co~
The i!t9Rf' lit." states that the response is based upon the documents identified by the fOllowing number:
RFP No.20-05/06 I~. . \'\.
\.\,~ ~~- (
... .'<-
---------------------------
SIGNATURE
.~~O \'\ V\ I) I L. t:H.J
--------------
PRINTED NAME
O(.e.c.
.t )
TITLE (IF CORPORATION)
April 17. 2006
City of Miami Beach
RFP No: 20-05/06
27 of 59
SWORN STATEMENT UNDER SECTION
287.133(3}(a), FLORIDA STATUTES, ON PUBLIC
ENTITY CRIMES
1. This sworn statement is submitted to
THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC OR
OTHER OFFICER AUTHORIZED TO ADMINISTER OATHS.
(' 1 f 'J 0 .f. 1"\ \ (A (lA , g ecC. L-
[print name of public entity]
by
"T' \
'-oJ C:, \ /\.
.~) I i.., 'h..j
J--_ ,r t "-
[print individual's name and title]
g, ,. II ') L(.I v" ,"- 1'\-1 c." , fIt
~..., .'
.J. n(.
for
("'"
1.._ u i\ -+ (' 'j
[print name of entity submitting sworn statement]
whose business address is I ~ ~\~) 3 .N It ll..t.~ A ..1(' J.J ,Nt, 0; (/'" ,
(-l3.3(.6/
and (if applicable) its Federal Employer Identification Number (FEIN) is k .S-' ,.. GO It..JYI 7- (If the
entity has no FEIN, include the Social Security Number of the individual signing this sworn
statement:
.)
4. I understand that a "public entity crime" as defined in Paragraph 287 .133( 1 )(g), Florida
Statutes. means a violation of any state or federal law by a person with respect to and directly
related to the transaction of business with any business with any public entity or with an agency or
political subdivision of any other state or of the United States, including, but not limited to, any bid or
contract for goods or services to be provided to any public entity or an agency or political
subdivision of any other state or of the United States and involving antitrust, fraud, theft, bribery,
collusion, racketeering, conspiracy, or material misrepresentation.
5. I understand that "convicted" or "conviction" as defined in Paragraph 287.133(1)(b), Florida
Statutes. means a finding of guilt or a conviction of a public entity crime, with or without an
adjudication of guilt, in any federal or state trial court of record relating to charges brought by
indictment or information after July 1, 1989, as a result of a jury verdict, nonjury trial, or entry of a
plea of guilty or nolo contendere.
6. I understand that an "affiliate" as defined in Paragraph 287.133 (1 )(a), Florida Statutes. means:
1) A predecessor or successor of a person convicted of a public entity crime; or
2) An entity under the control of any natural person who is active in the management of the
entity and who has been convicted of a public entity crime. The term "affiliate" includes those
officers, directors, executives, partners, shareholders, employees, members, and agents who
are active in the management of an affiliate. The ownership by one person of shares
constituting a controlling interest in another person, or a pooling of equipment or income
a'"!long p~rsons when not for fair market value under an arm's length agreement, shall be a
pnma .f~cle case tha~ one person controls another person. A person who knowingly enters
rnt~ a Jornt ventur~ With a person who has been convicted of a public entity crime in Florida
dunng the precedrng 36 months shall be considered an affiliate.
April 17, 2006
City of Miami Beach
RFP No: 20-05/06
28 of 59
6)
I understand that a "person" as defined in Paragraph 287.133(1 )(e), Florida ~tatutes mea~s any
natural person or entity organized under the laws ~f an.y state or?f the l.;lmted States with the
legal power to enter into a binding contract ~nd w.hlch bids. or applles.to bid on contracts f?r the
provision of goods or services let by a public entity, or which otherwise transacts or applies to
transact business with a public entity. The term "person" includes those officers, directors,
executives, partners, shareholders, employees, members, and agents who are active in
management of an entity.
Based on information and belief, the statement which I have marked below is true in relation to the
entity submitting this sworn statement. [indicate which statement applies.]
XNeither the entity submitting this sworn statement, nor any officers, directors, executives,
partners, shareholders, employees, members, or agents who are active in the
management of the entity, nor any affiliate of the entity has been charged with and
convicted of a public entity crime subsequent to July 1, 1989.
The entity submitting this sworn statement, or one or more of its officers, directors,
executives, partners, shareholders, employees, members or agents who are active in
management of the entity, or an affiliate of the entity has been charged with and convicted
of a public entity crime subsequent to July 1, 1989.
The entity submitting this sworn statement, or one or more of its officers, directors,
executives, partners, shareholders, employees, members, or agents who are active in the
management of the entity, or an affiliate of the entity has been charged with and convicted
of a public entity crime subsequent to July 1, 1989. However, there has been a
subsequent proceeding before a Hearing Officer of the State of Florida, Division of
Administrative Hearings and the Final Order entered by the hearing Officer determined
that it was not in the public interest to place the entity submitting this sworn statement on
the convicted vendor list. [attach a copy of the final order]
I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR
THE PUBLIC ENTITY IDENTIFIED IN PARAGRAPH 1 (ONE) ABOVE IS FOR THAT PUBLIC ENTITY
ONLY AND, THAT THIS FORM IS VALID THROUGH DECEMBER 31 OF THE CALENDAR YEAR IN
WHICH IT IS FILED. I ALSO UNDERSTAND THAT I AM REQUIRED TO INFORM THE PUBLIC
ENTITY PRIOR TO ENTERING INTO A CONTRACT IN EXC S OF THE THRESHOLD AMOUNT
PROVIDED IN SECTION 287.017, FLORIDA STATUTES FOR TEG YTWO OF ANY CHANGE
IN THE INFORMATION CONTAINED IN THIS FO.RM c;j_,
5)
Sworn to and subscribed before me this
\s
day of ~a\
,2006
Personally known
OR Produced identification Fn L
~~~~-~lq-bS-q~L-O
(Type of Identification)
Notary Public - State of F 10"("\ D~
My commission expires ~
(Printed typed or stamped Commissioned name of Notary Public)
April 17, 2006
City of Miami Beach
ALIA
NoIaIy fJubIc . State of FIodda
. --'D8c3.21008
COIMlIIIIon , DO 36U14
IondIlc:IIvNalonal NcQy A1In.
RFP No: 20-05/06
29 of 59
QUESTIONNAIRE
Consultanfs Name: ~
--------------------------------------- -- -
.,.
Principal Office Address: (I A - '\
----________~~13_~~__~___~_~!_~______________________\
N.. IV\.: 6.,1\'1 . t='L '33il"l1 \
--------------'-----------'1--------------------------- \
-----------------------------------------------
Official Representative:
-----------------------------------------
Individual
Partnership (Circle One)
Corporation
If a Corporation. answer this:
When Incorporated: rq <6 ~
~n-.:h-:::-~----------N - 0
-------------------------------------------~---.
If a ForeiQn Corporation:
Date of Registration with
Florida Secretary of State:
-----------------.----------------------------
Name of Resident Agent: - .... I A 1\ . J
~\ (,,,-,,, , ~ f'
-------------------------------------------------
Address of Resident Agent:
--------------------------------------------------------
P~e;id~-rrt-;-;N_a_;ne~------------------.------------------
::S.6~",- Al\(C~ rP.,
ViC;..P-;.-;-;id;nt.;-Na~_;C_~----------------------------
___________So'^^ A\\(~~. so.
Treasurer's Name: _....---~-------------------------
.~e"'~:.er AllIe J
M~-mbersof Board of-Directors-------------------
---------------------------------------------------
April 17. 2006
City of Miami Beach
,', \ .\ U f\ )
, ">.....
(01\'.)
(~
'\1 U
I. ~)
u~t
(,\. \\ qo
r,,,,- w ~v
\
~
RFP No: 20-05/06
30 of 59
'". <')0 -0 l
,~' II/...
Questionnaire (continued)
If a Partnership:
Date of organization:
G;n-;;'~I~-;-u-;it;d-P;rt~;~ship*~--------------------
Name and Address of Each Partner:
NAME
ADDRESS
\ f'\;). J,t
Nt \~ r.~<\:e ~
* Designate general partners in a Limited Partnership ; l\
----------------------- \,v~
..,&:1
/v
I.
Number
business:
of
years
of
relevant
experience
in
operating
AlE
/ '1J
,/1
)
2. Have any agreements held IlY Consultant for a project ever been canceled?
Yes ( ) No 0
If yes, give details on a separate sheet.
3. Has the Consultant or any principals of the applicant organization failed to qualify as
a responsible Bidder, refused to enter into a contract after an award has been made,
failed to complete a contract during the past five (5) years, or been declared to be in
default in any contract in the last 5 years?
If yes, please explain:
1'.\ t .'" .:t.
----------------------------------------------------------------
Questionnaire (continued)
----~----------------_._-----------------------------------------
4. Has the Consultant or any of its principals ever been declared bankrupt or
reorganized under Chapter 11 or put into receivership?Yes ( ) No (-1
If yes, give date, court jurisdiction, action taken, and any other explanation deemed
necessary on a separate sheet.
Apnl17,2006
5.
/
Person or persons interested in this bid and Qualification Form have ~ ) h~ve not (.1
been convicted by a Federal, State, County, or Municipal Court of any vlola~on of I~w,
other than traffic violations. To include stockholders over ten percent (10 Yo). (Strike
out inappropriate words)
Explain any convictions:
6.
Lawsuits (any) pending or completed involving the corporation, partnership or
individuals with more than ten percent (10%) interest:
A. List all pending lawsuits:
________~i!._~___________.________________________
-~----"'----------------------------------------------------
B.
List all judgments from lawsuits in the last five (5) years:
I' ."
" p
,~) !
. \ \,;
^ j\.'
( <,)
1\:, \, \
\' . ( "-
J ~~~,
. I)J
\,1/
_________J~~~2 ________________________________________________
-----------------------------------------------------------------
C.
List any criminal violations and/or convictions ofthe Consultant and/or a7Y of
its principals:
I') ,) II (> _'
----------------------------------------------------------------
7. Conflicts of Interest. The following relationships are the only potential, actual, or
perceived conflicts of interest in connection with this proposal: (If none, state same.)
-------------------~-~-~-~~~~t~~!_~_~~~~~~~~!___~J0~L~~e~~_
-----------------------------------------------------------~----------
----------------------------------------------------------------
----------------------------------------------------------------------
Questionnaire (continued)
8. Public Disclosure. In order to determine whether the members of the Evaluation
Committee for this Request for Proposals have any association or relationships
which would constitute a conflict of interest, either actual or perceived, with any
Contractor and/or individuals and entities comprising or representing such
Contractor, and in an attempt to ensure full and complete disclosure regarding this
contract, all Contractors are required to disclose all persons and entities who may be
involved with this Proposal. This list shall include public relation firms, lawyers and
lobbyists. The Procurement Division shall be notified in writing if any person or entity
April 17, 2006
April 17. 2006
is added to this list after receipt of proposals.
S'ee
C~ t- \--(lC\~ (V\ ~""r
c 0 .r' (- f( l'e t
OI'l ^.\ fl ...., I
----------------------------------------------------------------------
--------------------------------------------
------------------.----------------------------------------------------
Questionnaire (continued)
The Contractor understands that information contained in this Questionnaire will be relied
upon by the City in awarding the proposed Agreement and such information is warranted by
the Contractor to be true. The undersigned Contractor agrees to furnish such additional
information, prior to acceptance of any proposal relating to the qualifications of the
Contractor, as may be required by the City Manager. The Contractor further understands
that the information contained in this questionnaire may be confirmed through a background
investigation conducted by the Miami Beach Police Department. By submitting this
questionnaire the Contractor agrees to cooperate with this investigation, including but not
necessarily limited to fingerprinting and providing information for credit check.
WITNESS:
IF INDIVIDUAL:
--------------------------
Signature
---------------------------
Signature
--------------------------
Print Name
------------------------------
Print Name
WITNESS:
IF PARTNERSHIP:
------------------------
Signature
Print Name of Firm
-----------------------
Print Name
Address
By:
General Partner
-------------------------------
~'
I "J/r' ."
WIT ESS: // I
~04~_
Signature
10-,.'lt/lt:?!i_ /lI1/k"~
---------~---
Print Name
Print Name
IF CORPORATION:
(CORPORATE SEAL)
----!~~.::::~~_1 e, lIs i&t1A A ;We, . A .\ ,...', ,C,' '7 f\ < ,
Print N~-m;-~f-Co~poratlon
- I ;S 30 -,l__~~~~~l<; _ A<J Q N M -<:U" " f-e. , 3 SI {;.
~ 'v \ -C:dd~ess
By: _ ~ \ \i ,'-h.>.__.:, (
'-r;---- /1 President
Attest: c:.y]r~' I~<.
,---.-,.
--,
April 17, 2006
Conflict of Interest
Councilman Jerry Libbin serves as a personal financial advisor and stockbroker to Mr.
John Allred, Jr., who is President and CEO of Country Bill's Lawn Maintenance, Inc.
Mr. Libbin has served in this capacity since March of 2003.
62
e MIAMIBEACH
City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www.miamibeachfl.gov
PROCUREMENT DIVISION
Tel: 305-673-7490, Fax: 305-673-7851
PUBLIC NOTICE
LANDSCAPE MAINTENANCE AND LITTER CONTROL SERVICES FOR ALL GREEN
AREAS ASSOCIATED WITH CITYWIDE PARKING LOTS AND GARAGES
Request for Proposals (RFP) No. 20-05/06
Scope of Services
This Request for Proposals (RFP) seeks responses from licensed and high performing contractors
with strong professional qualifications in grounds maintenance 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 of furnishing all labor, machinery, tools, means of transportation, supplies,
equipment, materials, services and incidentals necessary to provide complete landscape
maintenance and litter control services as specified herein. The work shall include but not be limited
to, litter retrieval and waste disposal, mowing, trimming/ edging, landscape maintenance/weed
control, herbicide /insecticide application, turf management, irrigation system operation
maintenance / repair, palm and tree pruning, replacement of plants as required, and traffic control.
Proposed cost shall include all labor, equipment and materials needed to perform those duties set
forth in the scope of work.
Sealed proposals will be received until 3:00 PM on May 25, 2006, at the following address:
City of Miami Beach
City Hall
Procurement Division -- Third Floor
1700 Convention Center Drive
Miami Beach, Florida 33139
Any response received after 3:00 PM on May 25,2006 will be returned to the contractor unopened.
The responsibility for submitting proposals before the stated time and date is solely the
responsibility of the contractor.
The City will not be responsible for delays caused by mail, courier service, including U.S. Mail, or
any other occurrence.
A Pre-Proposal Submission Meeting is scheduled for May 3, 2006 at 10:00 a.m. at the following
address:
City of Miami Beach
City Hall
Third Floor Commission Chambers
1700 Convention Center Drive
Miami Beach, Florida.
April 17.2006
City of Miami Beach
RFP No: 20-05106
2 of 59
The City of Miami Beach has contracted with BidNet and has begun utilizing a central bid
notification system created exclusively for state and local agencies located in South Florida.
Created in conjunction with Bid Net(s) , this new South Florida Purchasing system allows for 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.
Attendance (in person or via telephone) to this Pre-Proposal submission meeting is encouraged
and recommended as a source of information but is not mandatory. Contractors interested in
participating in the pre-Proposal submission meeting via telephone must follow these steps:
(1) Dial the TELEPHONE NUMBER: 1-800-915-8704 (Toll-free North America)
(2) Enter the MEETING NUMBER: *2659980* (note that number is preceded and followed by the
star (*) key).
Contractors, who are interested in participating via telephone, please send an e-mail to
mestevez@miamibeachfl.gov expressing your intent to participate via telephone.
The City of Miami Beach reserves the right to accept any proposal deemed to be in the best interest
of the City of Miami Beach, or waive any informality in any proposal. The City of Miami Beach may
also reject any and all proposals.
YOU ARE HEREBY ADVISED THAT THIS REQUEST FOR PROPOSAL IS SUBJECT TO THE
FOLLOWING ORDINANCES/RESOLUTIONS, WHICH MAY BE FOUND ON THE CITY OF MIAMI
BEACH WEBS ITE: http://www. miamibeachfl.Qov/newcitv/depts/purchase/bid intro.asp
. CONE OF SILENCE -- ORDINANCE NO. 2002-3378
. CODE OF BUSINESS ETHICS -- RESOLUTION NO. 2000-23879.
. DEBARMENT PROCEEDINGS -- ORDINANCE NO. 2000-3234.
. PROTEST PROCEDURES -- ORDINANCE NO. 2002-3344.
. LOBBYIST REGISTRATION AND DISCLOSURE OF FEES -- ORDINANCE NO. 2002-
3363.
· LIVING WAGE REQUIREMENT --ORDINANCE NO. 2001-3301. Pursuant to City of Miami
Beach Living Wage Ordinance, as codified in Chapter 2, Division 6, Section 2-407 thru 2-
410 of the Miami Beach Code, all service contractors, entering into a contract with the city
shall pay to all its employees, a living wage of not less than $8.56 an hour with health
benefits, or a living wage of not less than $9.81 an hour without health benefits. For a
covered employer to company with the living wage provision by choosing to pay the lower
wage scale ($8.56/hour) when a covered employer also provides health benefits, such
health benefits shall consist of payment of at least $1.25 per hour toward the provision of
health benefits for covered employees and their dependents.
Sincerely,
/)//
(?~:::~---
Gus Lopez, CPPO
Procurement Director
April 17,2006
City of Miami Beach
RFP No: 20-05106
3 of 59
e MIAMI BEACH
City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www.miamibeachfl.gov
PROCUREMENT DIVISION
Tel: 305-673-7490, Fax: 305-673-7851
TABLE OF CONTENTS
Paae
I. REQUEST FOR QUALIFICATIONS OVERVIEW AND REPONSE
PROCEDURES
A. Introduction/Analysis 5
B. Purpose 5
C. RFP Time Table 5
D. Qualification Submission 6
E. Pre-Proposal Submission Conference 6
F. Contact Person 6
II. SCOPE OF SERVICES 8
III. PROPOSAL FORMAT 12-13
IV MINIMUM REQUIREMENTS / QUALIFICATIONS 16
V. EVALUATION/SELECTION PROCESS/
CRITERIA FOR EVALUATION 17-18
VI. LEGAL TERMS AND CONDITIONS /INSURANCE 19-24
VII. QUALIFICATION DOCUMENTS TO BE COMPLETED AND
RETURNED TO CITY 25-37
-Cost Information
-Organizational Chart
-Risk Assessment Plan
-Acknowledgment of Addenda
-Declaration
-Sworn Statement/Section 287.133(3)(a), Florida Statutes - Public Entity Crimes
-Questionnaire
-Performance Evaluation Letter
-Performance Evaluation Survey
12
12
13
24
25
26-27
28-32
34
35
April 17,2006
City of Miami Beach
RFP No: 20-05/06
40159
SECTION I - OVERVIEW
A. INTRODUCTION I BACKGROUND
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 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, litter retrieval
and waste disposal, mowing, trimming/ edging, landscape maintenance/weed control, herbicide
/insecticide application, turf management, irrigation system operation maintenance / repair, palm
and tree pruning, replacement of plants as required, and traffic control. Proposed cost shall include
all labor, equipment and materials needed to perform those duties set forth in the scope of work.
The scope and locations of the work are for the various parking lots and garages located throughout
the City of Miami Beach. This information in addition to the required work schedules is included in
ATTACHMENT 1, on Pages 38.59.
B. PURPOSE
It is the intent of this RFP is to use the "Best Value" Procurement process to select a contractor with
the experience and qualifications; the ability; capability, and capacity; and proven past successful
performance in providing high quality landscape maintenance service.
C. RFP TIMETABLE
The anticipated schedule for this RFP and contract approval is as follows:
RFP Issued April 17 , 2006
Pre-Proposed Submission Meeting May 3, 2006
Deadline for receipt of questions May 15, 2006
Deadline for receipt of responses May 25, 2006
Evaluation committee meetings June/July 2006
Commission approvall July/August 2006
authorization of negotiations
Contract negotiations
Projected contract start date
August 2006
September 2006
D. PROPOSALS SUBMISSION
An original and ten (10) copies of Contractors' proposal will be received until 3:00 p.m. on May 25,
2006, at the following address:
City of Miami Beach
City Hall
Procurement Division .. Third Floor
1700 Convention Center Drive
Miami Beach, Florida 33139
April 17 . 2006
City of Miami Beach
RFP No: 20-05106
5 of 59
The original and all copies must be submitted to the Procurement Division in a sealed envelope or
container stating on the outside the Contractor's name, address, telephone number, RFP number
and title, and due date. No facsimile or e-mail responses will be considered.
The responsibility for submitting a response to this RFP to the Procurement Division on or before
the stated time and date will be solely and strictly that of the contractor. The City will in no way be
responsible for delays caused by the U.S. Post Office or caused by any other entity or by any
occurrence. Responses received after the RFP due date and time will not be accepted and will not
be considered.
E. PRE-PROPOSAL SUBMISSION MEETING
A Pre-Proposal Submission Meeting is scheduled for May 3, 2006 at 10:00 a.m. at the following
address:
City of Miami Beach
City Hall
Third Floor Commission Chambers
1700 Convention Center Drive
Miami Beach, Florida.
Attendance (in person or via telephone) is encouraged and recommended as a source of
information but is not mandatory. Contractors interested in participating in the pre-RFP submission
meeting via telephone must follow these steps:
(1) Dial the TELEPHONE NUMBER: 1-800-915-8704 (Toll-free North America)
(2) Enter the MEETING NUMBER: *2659980* (note that number is preceded and followed by
the star (*) key).
Contractors, who are interested in participating via telephone, please send an e-mail to the
contact person listed on the next page, expressing your intent to participate via telephone.
F. CONTACT PERSON
The contact person for this RFP is John Ellis, Assistant Procurement Director. Mr. Ellis may be
reached by phone: 305.673.7490; fax: 305.673.7851; or e-Mail: johnellis@miamibeachfl.gov.
The City's Procurement Director is authorized by the City's Cone of Silence Ordinance to have oral
communications with prospective Contractors relative to matters of process or procedures only.
Requests for additional information or clarifications must be made in writing to the Procurement
Director. Facsimile or e-mail requests are acceptable. Please sent all questions to
iohnellis@miamibeachfl.aov and copy the City Clerk's office RobertParcher@miamibeachfl.Qov.
The Procurement Director will issue replies to inquiries and additional information or amendments
deemed necessary in written addenda, which will be issued prior to the deadline for responding to
this RFP.
Contractors should not rely on representations, statements, or explanations other than those made
in this RFP or in any addendum to this RFP.
April 17, 2006
City of Miami Beach
RFP No: 20-05/06
6 of 59
Contractors are advised that oral communications between the Contractors or their representatives
and the Mayor or City Commissioners and their respective staff, or members of the City's
administrative staff to include the City Manager and his staff, or evaluation committee members is
prohibited.
G. TERM OF CONTRACT
This contract shall commence the day specified in the contract as a result of negotiations, and
remain in effect for a period of three (3) years.
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 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.
ODtion to Renew I 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 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.
April 17,2006
City of Miami Beach
RFP No: 20-05106
7 of 59
SECTION II -- SCOPE OF SERVICES
The scope of work includes the following services which are attached and labeled Attachment 1 on
pages 38 through 59.
. Litter retrieval and waste disposal;
. Mowing;
. Trimming/Edging;
. Landscape maintenancelWeed control;
. Herbicide /insecticide application
. Turf management;
. Irrigation system operation maintenance/repair;
. Palm and tree pruning;
. Replacement of plants as required; and
. Traffic Control
1. Contractor's Personnel
Contractor shall employ personnel competent to perform the work specified herein.
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
2. Technical Services
. 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.
. Provide a Certified Pesticide Operator through the State of Florida, Department
of Health and Rehabilitative Services.
. Provide an I.S.A. Certified Arborist, with a minimum of five (5) years experience
with South Florida trees.
3. Responsibilities of Contractor:
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.
April 17,2006
Cftyof Miami Beach
RFP No: 20-05106
8 of 59
April 17 , 2006
City of Miami Beach
Safety
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.
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.
During normal 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.
In performing the scope of work, all safety on or off the job site shall be the sole
responsibility ofthe 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.
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."
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. The successful contractor must obtain prior approval from the City
on the size and format of the words "In Partnership with Miami Beach.
Contractors 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 and must include the following words "In Partnership with
Miami Beach". The successful contractor must obtain prior approval from the City on
the size and format ofthe words "In Partnership with Miami Beach". Magnetic signs
will be allowed.
RFP No: 20-05106
9of59
Contractor's Eauipment
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 and must
include the following words "In Partnership with Miami Beach". The successful
contractor must obtain prior approval from the City on the size and format of the
words "In Partnership with Miami Beach". Magnetic signs will be allowed.
4. CUSTOMER SERVICE:
Excellent customer service is the standard of the City of Miami Beach. As contract
employees of the City, all employees will be required to adhere to the City's "Service
Excellence" standards and expected to conduct themselves in a professional, courteous
and ethical manner in all situations. The successful bidder's employees must work as a
cooperative team of well-trained professionals, and must serve the public with dignity and
respect. All business transactions with the City will be conducted with honesty, integrity, and
dedication.
Customer Service Standards
All City employees have been trained and are expected to perform to the City of Miami
Beach's customer service standards. All vendors and contractors that are partnered
with the City are also expected to perform and comply with these customer service
standards. The customer service standards are provided below and are segmented
based on different forms of customer interactions. Information is also provided on how
these customer standards are monitored.
Telephone
. Telephones will be covered at all customer-contact points during normal business hours
answering within the third ring.
· Phone messages received will be responded to (if requested) in a timely manner, two
business days, even if just to acknowledge receipt. An estimate of time to resolve the
problem to be given if applicable.
. Calls coming from external sources will be answered with a consistent greeting such as
"Good morning, City of Miami Beach, John Smith, may I help you?"
· Employee will take responsibility for providing a solution and/or options to the customer's
request.
· Request permission from the caller before transferring a call, provide the caller with the
name and number of the person being transferred to, and stay on the line to announce
the caller to the person receiving the transfer. If the transfer cannot be accomplisher
(busy, no answer or the person is unavailable), the employee will reconnect with the
caller and ask if they want to leave a message.
· Voice mail messages will include employee's full name, working hours, and optional
April 17 , 2006 RFP No: 20.05106
C~y of Miami Beach 10 of 59
phone number to call. When employee is away for an extended period of time, the voice
mail message will communicate such absence and offer an option for the caller.
. Thank the customer for calling and ask if further assistance is needed prior to concluding
the call.
Written Correspondence
. Correspondence start with a greeting
. E-mail signatures (e-mail) will include the name, title, department, division, and contact
number.
. Activate the e-mail Out-of Office Assistance when away from the office for and extended
period oftime.
. Acknowledge e-mails and faxes that require a response within two business days.
. Respond to letters within 10 business days.
. Use correct spelling and grammar, including accurate name and address.
. Provides complete, accurate, and precise information regarding their inquiry.
. Fax cover sheets will be legible and include name, telephone number, and the name and
fax number of the receiver.
Personal Contact
. Respond to customers in a courteous manner... the customer is not always right, but
always deserves to be treated with respect.
. Provide accurate and understandable solutions/options to customer requests or directs
the customer to the appropriate person who may have knowledge in the subject matter.
. Average or maximum wait time without an appointment should be no longer then 30
minutes or scheduled for a mutually convenient time.
. Counter will be staffed during business hours.
. Employees will dress in attire that is professional, tasteful, appropriate and consistent
with the individual departmental policies.
Monitoring our Standards
. Our customer service team will oversee all customer service standards.
. If we do not meet our standards, we will implement an action plan to improve our
service.
· We will listen and do all we can to resolve issues.
. For questions and/or concerns, contact the Answer Center at 305-604-CITY.
April 17, 2006
Cnyof Miami Beach
RFP No: 20-05106
11 of 59
SECTION III - PROPOSAL FORMAT
Proposals must contain the following documents, each fully completed, and signed as required. If
any items are omitted, Contractors must submit the documentation within five (5) calendar days
upon request from the City, or the proposal shall be deemed non-responsive. The City will not
accept cost information after deadline for receipt of proposal.
1. Table of Contents
Outline in sequential order the major areas of the proposal, including enclosures. All pages
must be consecutively numbered and correspond to the table of contents.
2. Proposal Points to Address:
Proposer must respond to all minimum requirements listed below. Proposals which do not
contain such documentation may be deemed non-responsive.
a) Introduction letter outlining the Contractors professional specialization, provide past
experience to support the qualifications of the submitter. Interested Contractors
should submit documents that provide evidence as to the capability to provide
grounds maintenance services.
b) Contractors must provide documentation which demonstrates their ability to satisfy
all of the minimum qualification requirements (Section IV, Page 14).
c) Cost Information:
Cost information must be submitted with your proposal, and if selected as
successful contractor, cost will be negotiated. Two separate cost proposals shall
be submitted; one for the complete landscape maintenance scope of work and
one separate cost proposal for the complete litter control scope of work.
d) Client Survey:
Please provide your client with the Performance Evaluation Letter and Survey
attached herein on pages 34 and 35, and request that your client submit the
completed survey to the contact person listed on page 7.
e) Past Performance Information:
Past performance information will be collected on all contractors. Contractors are
required to identify and submit their best projects. Contractors will be required to
send out Performance Evaluation Surveys to each of their clients. Contractors are
also responsible for making sure their clients return the Performance Evaluation
Surveys to the City. The City reserves the right to verify and confirm any information
submitted in this process. Such verification may include, but is not limited to,
speaking with current and former clients, review of relevant client documentation,
site-visitation, and other independent confirmation of data.
f) Qualifications of Contractor Team:
Provide an organizational chart of all personnel and consultants to be used on this
project and their qualifications. A resume of each individual, including education,
experience, and any other pertinent information shall be included for each team
member to be assigned to this project
April 17 . 2006 RFP No: 20.05106
City of Miami Beach 12 of 59
g) Risk-Assessment Plan (RAP):
All contractors must submit a Risk-Assessment Plan. The Risk-Assessment Plan
must not be longer than two pages front side of page only. The RAP should address
the following items in a clear and generic language:
(1) What risks the project has. (Areas that may cause the contractor not
to finish on time, not finish with budget, cause any change orders, or
be a source of dissatisfaction with the owner).
(2) Explanation of how the risks will be avoided/minimize.
(3) Propose any options that could increase the value of this project.
(4) Explain the benefits of the Risk Assessment Plan. Address the
quality an performance differences in terms of risk minimization that
the City can understand and what benefits the option will provide to
the user. No brochures or marketing pieces.
The Risk Assessment Plan shall be submitted by 3:00 p.m. on May 23, 2006,
but as a separate document from the RFP proposal documentation. The Risk
Assessment Plan shall be a fully anonymous two page non-technical plan
without the specification of your company name, manufacturer, or any
material technical descriptions.
3. Acknowledgment of Addenda:
(IF REQUIRED BY ADDENDUM) and Proposer Information forms (Pages 24-32);
4. Other Documents Required.
April 17 , 2006
City of Miami Beach
RFP No: 20-05106
13 of 59
IV. MINIMUM REQUIREMENTS I 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 on staff, under his/her full time employee a person with an
undergraduate four year degree or graduate degree in horticulture, agronomy, or a related
field or recognized as a Florida Certified Landscape Contractor by the Florida Nurserymen
Growers & Landscapers Association (FNGLA) to serve as Project Manager.
d) The Prime Contractor must have an I. S. A. Certified Arborist on staff, or as part of their
team.
e) The Prime Contractor must have a Certified Pest Control Operator on staff or as part of their
team.
f) The Prime Contractor must provide a drug and alcohol free workplace.
April 17 . 2006
City of Miami Beach
RFP No: 20-05106
16 of 59
SECTION V - EV ALUA TION/SELECTION PROCESS
The procedure for response evaluation and selection is as follows:
1. Request for Proposals issued.
2. Receipt of responses.
3. Opening of responses and determination if they meet the minimum standards of
responsiveness.
4. An Evaluation Committee, appointed by the City Manager, shall meet to evaluate each
response in accordance with the requirements ofthis RFP. Iffurther information is desired,
consultants may be requested to make additional written submissions or oral presentations
to the Evaluation Committee.
5. The Evaluation Committee will recommend to the City Manager the response or responses
acceptance of which the Evaluation Committee deems to be in the best interest of the City.
THE EVALUATION COMMITTEE WILL RECOMMEND TO THE CITY MANAGER THE
PROPOSAL WHICH THE EVALUATION COMMITTEE DEEMS TO BE IN THE BEST INTEREST
OF THE CITY BY USING THE FOLLOWING CRITERIA FOR SELECTION:
1. The experience and qualifications of the Contractor (20 points).
2. The experience and qualifications of the Key Personnel (20 points).
3. Experience and qualification of Team (10 points).
4. Cost (20 points).
5. Methodology and Approach. Risk Assessment Plan for ensuring quality of work (15
points).
6. Past performance based on number and quality of the Performance Evaluation Surveys
(15 points).
The City may request, accept, and consider proposals for the compensation to be paid under the
contract only during competitive negotiations.
6. After considering the recommendation(s) of the Evaluation Committee, the City Manager
shall recommend to the City Commission the response or responses acceptance of which
the City Manager deems to be in the best interest of the City.
7. The City Commission shall consider the City Manager's recommendation(s) in light of the
recommendation(s) and evaluation ofthe Evaluation Committee and, if appropriate, approve
the City Manager's recommendation(s). The City Commission may reject City Manager's
recommendation(s) and select another response or responses. In any case, City
Commission shall select the response or responses acceptance of which the City
Commission deems to be in the best interest of the City. The City Commission may also
reject all proposals.
8. Negotiations between the selected respondent and the City Manager take place to arrive at
a contract. If the City Commission has so directed, the City Manager may proceed to
negotiate a contract with a respondent other than the top ranked respondent if the
negotiations with the top ranked respondent fail to produce a mutually acceptable contract
within a reasonable period of time.
9. A proposed contract or contracts are presented to the City Commission for approval,
modification and approval, or rejection.
April 17 . 2006
City of Miami Beach
RFP No: 20-05106
17 of 59
10. If and when a contract or contracts acceptable to the respective parties is approved by the
City Commission, the Mayor and City Clerk sign the contract(s) after the selected
respondent(s) has (or have) done so.
Important Note:
By submitting a response, all contractors shall be deemed to understand and agree that no property
interest or legal right of any kind shall be created at any point during the aforesaid
evaluation/selection process until and unless a contract has been agreed to and signed by both
parties.
April 17, 2006
City of Miami Beach
RFP No: 20-05106
18 of 59
SECTION VI - LEGAL TERMS AND CONDITIONS IINSURANCE
A. MODIFICATIONIWITHDRAWALS OF SUBMITTALS
A contractor may submit a modified response to replace all or any portion of a previously
submitted response up until the RFP due date and time. Modifications received after the
RFP due date and time will not be considered.
Responses shall be irrevocable until contract award unless withdrawn in writing prior to the
RFP due date or after expiration of 120 calendar days from the opening of responses
without a contract award. Letters of withdrawal received after the RFQ due date and before
said expiration date and letters of withdrawal received after contract award will not be
considered.
B. RFP POSTPONEMENT/CANCELLA TION/REJECTION
The City may, at its sole and absolute discretion, reject any and all, or parts of any and all,
responses; re-advertise this RFP; postpone or cancel, at any time, this RFP process; or
waive any irregularities in this RFP or in any responses received as a result of this RFP.
C. COST INCURRED BY CONTRACTORS
All expenses involved with the preparation and submission of responses to the City, or any
work performed in connection therewith, shall be the sole responsibility ofthe contractor (s)
and not be reimbursed by the City.
D. EXCEPTIONS TO RFP
Contractors must clearly indicate any exceptions they wish to take to any ofthe terms in this
RFP, and outline what alternative is being offered. The City, after completing evaluations,
may accept or reject the exceptions. In cases in which exceptions are rejected, the City
may require the consultant to furnish the services or goods originally described, or negotiate
an alternative acceptable to the City.
E. SUNSHINE LAW
Contractors are hereby notified that all information submitted as part of a response to this
RFP will be available for public inspection after opening of responses, in compliance with
Chapter 286, Florida Statutes, known as the Florida Government in the Sunshine Law.
F. NEGOTIATIONS
The City may award a contract on the basis of initial offers received, without discussion, or
may require consultants to give oral presentations based on their responses. The City
reserves the right to enter into negotiations with the selected consultant, and ifthe City and
the selected consultant cannot negotiate a mutually acceptable contract, the City may
terminate the negotiations and begin negotiations with the next selected consultant. This
process may continue until a contract has been executed or all responses have been
rejected. No consultant shall have any rights in the subject project or property or against
the City arising from such negotiations.
April 17,2006
City of Miami Beach
RFP No: 20.05106
19 of 59
G. PROTEST PROCEDURES
Contractors that are not selected may protest any recommendation for selection of award in
accordance with City of Miami Beach Ordinance No. 2002-3344, which establishes
procedures for protesting the City Manager's recommendation. Protest not timely
pursuant to the requirements of Ordinance No. 2002-3344 shall be barred.
H. RULES; REGULATIONS; LICENSING REQUIREMENTS
Contractors are expected to be familiar with and comply with all Federal, State and local
laws, ordinances, codes, and regulations that may in any way affect the services offered,
including the Americans with Disabilities Act, Title VII of the Civil Rights Act, the EEOC
Uniform Guidelines, and all EEO regulations and guidelines. Ignorance on the part of the
consultant will in no way relieve it from responsibility for compliance.
I. DEFAULT
Failure or refusal of a consultant to execute a contract upon award by the City Commission,
or untimely withdrawal of a response before such award is made and approved, may result
in forfeiture of that portion of any surety required as liquidated damages to the City; where
surety is not required, such failure may result in a claim for damages by the City and may be
grounds for removing the consultant from the City's vendor list.
J. CONFLICT OF INTEREST
All consultants must disclose with their response the name(s) of any officer, director,
agent, or immediate family member (spouse, parent, sibling, child) who is also an
employee of the City of Miami Beach. Further, all consultants must disclose the name of
any City employee who owns, either directly or indirectly, an interest often (10%)
percent or more in the consultant or any of its affiliates.
K. COMPLIANCE WITH THE CITY'S LOBBYIST LAWS
All Proposers are expected to be or become familiar with all City of Miami Beach Lobbyist
laws, as amended from time to time. Proposers shall ensure that all City of Miami Beach
Lobbyist laws are complied with, and shall be subject to any and all sanctions, as prescribed
herein, in addition to disqualification of their Proposals, in the event of such non-compliance.
L. CONSULTANT'S RESPONSIBILITY
Before submitting responses, each consultant shall make all investigations and
examinations necessary to ascertain all conditions and requirements affecting the full
performance of the contract. Ignorance of such conditions and requirements resulting from
failure to make such investigations and examinations will not relieve the successful
consultant from any obligation to comply with every detail and with all provisions and
requirements of the contract documents, or will be accepted as a basis for any claims
whatsoever for any monetary consideration on the part of the consultant.
M. RELATION OF CITY
It is the intent of the parties hereto that the successful consultant be legally considered to be
an independent consultant and that neither the consultant nor the consultant's employees
and agents shall, under any circumstances, be considered employees or agents of the City.
April 17, 2006
City of Miami Beach
RFP No: 20-05106
20 of 59
N. PUBLIC ENTITY CRIME (PEC)
A person or affiliate who has been 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 CATEGORY TWO ($25,000.00) for a period of 36 months from the date of being placed
on the convicted vendor list.
O. ASSIGNMENT
The successful consultant shall not enter into any sub contract, retain consultants, or
assign, transfer, convey, sublet, or otherwise dispose of this contract, or of any or all of its
right, title, or interest therein, or its power to execute such contract to any person, firm, or
corporation without prior written consent of the City. Any unauthorized assignment shall
constitute a default by the successful consultant.
P. INDEMNIFICATION
The successful consultant shall be required to agree to indemnify and hold harmless the
City of Miami Beach and its officers, employees, and agents, from and against any and all
actions, claims, liabilities, losses and expenses, including but not limited to attorneys fees,
for personal, economic or bodily injury, wrongful death, loss of or damage to property, in
law or in equity, which may arise or be alleged to have arisen from the negligent acts or
omissions or other wrongful conduct of the successful consultant, its employees, or agents
in connection with the performance of service pursuant to the resultant Contract; the
successful consultant shall pay all such claims and losses and shall pay all such costs and
judgments which may issue from any lawsuit arising from such claims and losses, and shall
pay all costs expended by the City in the defense of such claims and losses, including
appeals.
Q. TERMINATION FOR DEFAULT
Ifthrough any cause within the reasonable control ofthe successful consultant, 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
consultant of such termination which shall become effective upon receipt by the successful
consultant of the written termination notice.
In that event, the City shall compensate the successful consultant in accordance with the
Agreement for all services performed by the consultant prior to termination, net of any costs
incurred by the City as a consequence of the default.
Notwithstanding the above, the successful consultant shall not be relieved of liability to the
City for damages sustained by the City by virtue of any breach of the Agreement by the
consultant, and the City may reasonably withhold payments to the successful consultant for
the purposes of set off until such time as the exact amount of damages due the City from
the successful consultant is determined.
April 17, 2006 RFP No: 2Q.05106
Cily of Miami Beach 210t59
R. 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 consultant of such termination,
which shall become effective thirty (30) days following receipt by consultant of such notice.
In that event, all finished or unfinished documents and other materials shall be properly
delivered to the City. Ifthe Agreement is terminated by the City as provided in this section,
the City shall compensate the successful consultant in accordance with the Agreement for
all services actually performed by the successful consultant and reasonable direct costs of
successful consultant for assembling and delivering to City all documents. No
compensation shall be due to the successful consultant for any profits that the successful
consultant expected to earn on the balanced of the Agreement. Such payments shall be the
total extent ofthe City's liability to the successful consultant upon a termination as provided
for in this section.
S. INSURANCE
Successful Consultant shall obtain, provide and maintain during the term ofthe Agreement
the following types and amounts of insurance as indicated on the Insurance Checklist which
shall be maintained with insurers licensed to sell insurance in the State of Florida and have
a B+ VI or higher rating in the latest edition of AM Best's Insurance Guide. 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.
Any exceptions to these requirements must be approved by the City's Risk Management
Department.
FAILURE TO PROCURE INSURANCE:
Successful consultant's failure to procure or maintain required insurance program shall
constitute a material breach of Agreement under which City may immediately terminate the
proposed Agreement.
T. CONE OF SILENCE
Pursuant to Section 2-486 of the City Code, entitled Cone of Silence, you are hereby
advised that the Cone of Silence requirements listed herein shall apply.
U. DEBARMENT ORDINANCE
Proposers are hereby advised that this RFQ is further subject to City of Miami Beach
Ordinance No. 2000-3234 (Debarment Ordinance). Proposers are strongly advised to
review the City's Debarment Ordinance. Debarment may constitute grounds for termination
of the contract, as well as, disqualification from consideration on any City of Miami Beach
RFP, RFQ, RFLI, or bid.
April 17, 2006
City of Miami Beach
RFP No: 20-05106
22 of 59
V. CODE OF BUSINESS ETHICS
Pursuant to Resolution No.2000 23879 each person or entity that seeks to do business with
the City shall adopt a Code of Business Ethics ("Code") and submit that Code to the
Procurement Division with your bid/response or within five days upon receipt of request.
The Code shall, at a minimum, require your firm or you as a sole proprietor, to comply with
all applicable governmental rules and regulations including, among others, the conflict of
interest, lobbying and ethics provision of the City Code.
W. 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.
X. ACCEPTANCE OF GIFTS, FAVORS, SERVICES
Proposers shall not offer any gratuities, favors, or anything of monetary value to any official,
employee, or agent ofthe City, for the purpose of influencing consideration of this proposal.
Pursuant to Sec. 2-449 ofthe City Code, no officer or employee ofthe city shall accept any
gift, favor or service that might reasonably tend improperly to influence him/her in the
discharge of his/her official duties.
April 17 , 2006
Cny of Miami Beach
RFP No: 20-05106
23 of 59
ATTACHMENT 1
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 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 Avenue, Orlando, Florida,
32803-6399.
C. National Recreation and Park Association, 1601 N. Kent Street, Arlington,
Virginia, 22209.
D. Florida Recreation and Park Association, 1406 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 MATERIALS
All materials 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.
4.3.1.1 Plants are not in a healthy growing condition and this renders them below
the minimum quality standard (Fla.#1).
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 (Fla.# 1).
April 17 . 2006
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 of the same brand, species, quality and grade as
that of the material to be replaced, or it shall conform 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 ShaDe and Form: Plant materials shall be symmetrical, and/or typical for variety
and species.
4.3.3.5. All 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 ofthe 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.
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 50 percent muck and 50 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
April 17 . 2006
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 (EPA) 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, if requested 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 of foreign 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.
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
April 17 . 2006
April 17 . 2006
herein.
Should the Contractor have knowledge of, the existence of hazardous
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 St. 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. 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
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, drives, gutters and
curbs or surfaces on the same day as mowed or trimmed. Debris
shall not be blown in to the street or into the stormdrains.
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 flower beds as well as
trees, curbs, walks, lighting and all other obstacles in the landscape and
remove clippings. Paved areas (hard edges) shall be edged everv mowing
with respect to the turf type 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 turf type 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. All walks and other paved
areas littered 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 prevent 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, leaves,
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 in bounds and out of other plantings, walkways, lighting,
etc. Mechanical trimmings may only be utilized when the health or
April 17.2006
appearance of the 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.
4.6.3.1 Pruning
Natural Shaoina and ThinninQ
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 to remove seed heads when the dropping of mature fruit may cause a
sanitation or hazardous condition to walkways and other pedestrian areas.
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
or fronds from storms, frost, pruning to prevent encroachment of
branches/fronds 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 after 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 ofthe 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
thorns, spikes or appendages which show potential conflict with
people.
- Shape top of small trees as needed
All branches, dead wood, and cuttings shall be removed from the job site at
April 17, 2006
time of pruning and disposed of in an acceptable 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 be made by the Contractor in the kind and
size of tree determined by the Project Manager.
Where there is a difference 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"
April 17, 2006
whenever possible.
4.6.4.1.3 Weeds are to be removed from walkways, curbs, expansion joints,
and along fence lines and guardrails at each service or as
otherwise directed by the Project Manager.
4.6.4.2. If infestations cannot be controlled by hand-pulling, or herbicide 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.
4.6.4.3If 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 of the 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 (1) month after planting,
(20% ground coverage of the bed by weeds) shall be considered as
previously weed-infested.
4.6.5 Litter Control
4.6.5.1 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.
4.6.5.2 Litter Removal: In addition to the litter removal on regularly scheduled full
service visits, the Contractor shall be responsible for litter removal on
Mondays and Thursdays at locations designated on attachment A.
These additional litter services are to be done in such a manner and with
sufficient personnel so that the entire site is cleaned on or before 2:00 P.M.
each of those days.
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 or as specified by the City. Applications shall proceed continuously once begun
until all areas have been completed.
In the event fertilizer is thrown on hard surfaces, it shall be removed immediately to prevent
staining.
April 17, 2006
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 schedules at the beginning of each contract year and shall
inform the Project Manager at least three (3) days in advance before beginning any
fertilization.
4.6.6.1 Turf
4.6.6.1.1 St Augustine
St. Augustine turf shall be fertilized three (3) times per year at the
end of April, July and October at a rate of 1 lb. Of N/1 000 Square
feet.
The N< P< K ratios shall vary with the time of year of the
application and results ofthe soil analysis. The approximate N, P,
K ratios should be:
- One (1) application of a 5:2:1 ratio with a post-emergent weed
control;
- One (1) application of a 10:1:2 ratio with Insecticide, and one
application being a blanket application of insecticide;
- One (1) application ofa 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 of 3:1 :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 during the last two weeks of April, July and
October at the following rates:
1-1/2 to 3lbs. N/100 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 of the
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, and 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 Pounds of Fertilizer
2" 3
~ 6
April 17, 2006
4" 10
5" 15
6" 19
Over 6", 16, plus four pounds added for every inch of diameter over 6".
All palms shall be fertilized during April and October. 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
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 IFAS 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
April 17, 2006
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
Project Manager, the Contractor shall supply and implement the approved
control measures, exercising extreme caution in application of all spray
material, dusts or other materials utilized. Approved control measures shall
be continued until the disease, or insect is controlled to the satisfaction of
the Project Manager.
4.6.9.3 When a chemical is being applied, the person using it shall have 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 when insecticides are being applied. 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 of insecticides 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 when
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 (Le., 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 ensure 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
used for pest control under this Contract shall be provided to the Project
Manager 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
April 17, 2006
whatever reason, a sizable thatch layer develops, the Contractor shall be responsible for its
removal. Topdressing and burying thatch layer will not be accepted.
4.6.11 Turf Renovations
Turf renovations may be required if conditions warrant such a procedure and will be an
extra charge. Conditions which warrant renovation include, areas thinned out or damaged
turf resulting 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 (1") 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 r~placed with the same
equipment and by the same manufacturer.
The irrigation shall be capable of providing 1-1/2" 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 of little 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.
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
April 17,2006
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 ofthe 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 Reolenish 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 recycled "round wood" mulch dark brown in color or other mulches as
designated by the City.
4.6.16 Sand Removal I Policing:
Cleaning of debris within the confines of the parking lots 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.
4.7 PERFORMANCE CONTROL AND INSPECTIONS
4.7.1 Maintenance Quality
The quality objective of all services and materials provided by Contractors in
accordance with conditions and specifications herein, is to maintain and seryice
various listed sites, and to keep them in a healthy, growing, clean and attractive
April 17, 2006
condition throughout the year.
4.7.2 Maintenance Standards, Frequencies, Work Method
All 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.
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 (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 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.
37 Full Service Visits Annual Schedule: - Schedule 34 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 May 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.
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.
4.7.3 Inspections
4.7.3.1 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 of
the 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.
4.7.3.2 The City of Miami Beach Project Manager and the Contractors
April 17, 2006
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.
4.7.4 Deficiency/Cure Notices and Corrective/Termination Process:
Ifthe Project Manager determines that there is/are deficiency(s) by the contractor in
the performance of the contract, the Project Manager will notify the Contractor and
the Procurement Director of the 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.
4.7.5 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.
4.7.6 Quality Control - Performance Reports
Completion of Work: Within 48 hours of completing work the Contractor shall notify
the Parks and Recreation Supervisor assigned to monitor the contract in writing by
email or fax of said completion.
Inspection and Approval- Upon receiving notification from the Contractor, the City
shall inspect the serviced location the following business day. If, upon inspection,
April 17, 2006
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
4.8 SCHEDULING
4.8.1 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.
4.8.2 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.
4.8.3 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.
4.8.4 Contractor shall not work or perform any operations during inclement weather which
may destroy or damage landscaped areas.
4.8.5 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.
4.8.6 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
4.8.7 Contractor shall have completed all Landscape Maintenance functions prior to the
scheduled maintenance inspection.
4.9 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.
April 17, 2006
Should additional work be required, the City will negotiate the "not to exceed" (NTE) hourly
labor rate specified in the Proposal documents. 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.
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.
4.10 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.
4.11 PROPOSAL SUBMITTAL
In addition to the documentation and information requested herein, Proposers shall submit
the following information with their proposal, or within five (5) calendar days upon request:
4.10.1 Company Profile
A profile describing the organization represented by the proposer must be furnished
with the proposal 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.
4.10.2 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;
April 17,2006
*
Provide outline of safety program.
4.10.3 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.
4.10.4 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.
4.10.5 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.
4.10.6 Irrigation Maintenance Program
* Describe preventative maintenance program.
4.10.7 Equipment Specifications
* List all tools, equipment (including manufacturer) and quantities of each type
that be proposed to perform maintenance.
4.10.8 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.
April 17 ; 2006
Thirty (30) Full Service Visits. Work to be scheduled during periods highlighted
2006
JANUARY FEBRUARY MARCH
S M T W T F S S M T W T F S S M T W T F S
1 2 3 4 5 6 7 1 2 3 4 1 2 3 4
8 9 lO 11 12 13 14 5 6 7 8 9 10 11 5 6 7 8 9 10 11
15 16 17 18 19 20 21 12 13 14 15 16 17 18 12 13 14 15 16 17 18
22 23 24 25 26 27 28 19 20 21 22 23 24 25 19 20 21 22 23 24 25
29 30 31 26 27 28 26 27 28 29 30 31
APRIL MAY JUNE
S M T W T F S S M T W T F S S M T W T F S
1 1 2 3 4 5 6 1 2 3
2 3 4 5 6 7 8 7 8 9 10 11 12 13 4 5 6 7 8 9 10
9 10 11 12 13 14 15 14 15 16 17 18 19 20 11 12 13 14 15 16 17
16 17 18 19 20 21 22 21 22 23 24 25 26 27 18 19 20 21 22 23 24
23 24 25 26 27 28 29 28 29 30 31 25 26 27 28 28 30
30
JULY AUGUST SEPTEMBER
S M T W T F S S M T W T F S S M T W T F S
1 1 2 3 4 5 1 2
2 3 4 5 6 7 8 6 7 8 9 10 11 12 3 4 5 6 7 8 9
9 10 11 12 13 14 15 13 14 15 16 17 18 19 10 11 12 13 14 15 16
16 17 18 19 20 21 22 20 21 22 23 24 25 26 17 18 19 20 21 22 23
23 24 25 26 27 28 29 27 28 29 30 31 24 25 26 27 28 29 30
30 31
OCTOBER NOVEMBER DECEMBER
S M T W T F S S M T W T F S S M T W T F S
1 2 3 4 5 6 7 1 2 3 4 1 2
8 9 10 11 12 13 14 5 6 7 8 9 10 11 3 4 5 6 7 8 9
15 16 17 18 19 20 21 12 13 14 15 16 17 18 10 11 12 13 14 15 16
22 23 24 25 26 27 28 19 20 21 22 23 24 25 17 18 19 20 21 22 23
29 30 31 26 27 28 29 30 24 25 26 27 28 29 30
31
Thirty-seven (37) Full Service Visits. Work to be performed during periods highlighted.
2006
April 17 , 2006
JANUARY FEBRUARY MARCH
1 2 3 4 5 6 7 1 2 3 4 1 2 3 4
8 9 10 11 12 13 14 5 6 7 8 9 10 11 5 6 7 8 9 10 11
15 16 17 18 19 20 21 12 13 14 15 16 17 18 12 13 14 15 16 17 18
22 23 24 25 26 27 28 19 20 21 22 23 24 25 19 20 21 22 23 24 25
29 30 31 26 27 28 26 27 28 29 30 31
APRIL MAY JUNE
S M T W T F S S M T W T F S S M T W T F S
1 1 1 3 4 5 6 1 1 3
1 3 4 5 6 7 8 7 8 9 10 11 11 13 4 5 6 7 8 9 10
9 10 11 11 13 14 15 14 15 16 17 18 19 10 11 11 13 14 15 16 17
16 17 18 19 10 11 11 11 11 13 14 15 16 17 18 19 10 11 11 13 14
13 14 15 16 17 18 19 18 19 30 31 15 16 17 18 18 30
30
JULY AUGUST SEPTEMBER
S M T W T F S S M T W T F S S M T W T F S
1 1 1 3 4 5 1 1
1 3 4 5 6 7 8 6 7 8 9 10 11 11 3 4 5 6 7 8 9
9 10 11 11 13 14 15 13 14 15 16 17 18 19 10 11 11 13 14 15 16
16 17 18 19 10 11 11 10 11 11 13 14 15 16 17 18 19 10 11 11 13
13 14 15 16 'J.7 18 'J.9 17 18 'J.9 30 31 14 15 16 'J.7 18 'J.9 30
30 31
OCTOBER NOVEMBER DECEMBER
S M T W T F S S M T W T F S S M T W T F S
1 1 3 4 5 6 7 1 1 3 4 1 1
8 9 10 11 11 13 14 5 6 7 8 9 10 11 3 4 5 6 7 8 9
15 16 17 18 19 10 11 11 13 14 15 16 17 18 10 11 11 13 14 15 16
'J.1 13 14 15 16 17 18 19 10 11 12 13 14 15 17 18 19 10 11 11 13
'J.9 30 31 16 17 18 19 30 14 15 16 27 18 19 30
31
April 17 , 2006