Loading...
HomeMy WebLinkAboutRFP #21-05/06 REQUEST FOR PROPOSALS COMPLETE TURF MOWING SERVICES AT ALL NON-CONTRACTED SITES CITYWIDE RFP # 21-05/06 BID OPENING: JUNE 2, 2006 AT 3:00 P.M. Gus Lopez, CPPO, Procurement Director PROCUREMENT DIVISION 1700 Convention Center Drive, Miami Beach, FL 33139 www.rniamibeochfl.Sov f: \PURC\$ALl \JOHN\RfP\RFP21-05-06. T urfMowins.doc ce MIAMIBEACH April 21, 2008 City of MllIml Belich CITY CLEF1t( RFP No: 21-05106 10162 ,,-. COMPLI.Tt TURF MOWING SERVlCltS AT ALL NON-CONT.aACTED Srr.ES Cll'YWlDE RFP #21..05106 ' COST PROPOSAL FORM We propose to furnish all labor, tools, equipment, tomsportari~ permits, license~ services and mcidentals necessary in order to provide Complete 'I'utfMowing Services at all Non-Contracted Sites Citywide for the City of Mirmrl Beacb, In accordance wi'lh the l'eq1lired Scope of SerVices, as follows: NORTH MOWING OTYWIDE TURII'MOWJNG T_.:Price, I'tlI'M"tIt Level 1. Pl'operttes 3:t ,) tr s . ~i O-'i~. '3 ~ - . Level 2 Froperties 3'1 ~~ s s: 0 tl C.fti(.; LeYe13 l"ropertlea 30 ~~ S 't '')<t~ 3~ Leve141'roperties ;2.4 (\l'r s 2,LO~., 3; \..- SOUTH MOWING CTn'WlDE'roRPMOWlNG Tlblll'rice, Per 'Mfmth Levell hopeniea 3"1- S 'I. ~ 2.1. to " Level 2 Propertlee ~~ $ ~BCf l.~" Level 3 Properties 30 $ I. 0, 423 115 ,Level 4 Properties 24 S 4 { s-: ~ 'r . '-- Post-it" Fax Note 7671 Dale IG 1t1 It 01 .- S; pages 10 -:s 6 '" ... f n:~ Fru"'JO ~ ... Allrt! J CoJO@pI.~ : 4- y tv.. ; 4. 11 ('b- Co, Ceo.....".jo, f B:I\, Phone ~ Pl1one41 3OS-1?S"-oIP() F<lxllI Fax/! Country Bill's 2006 per cut prices for North Mowing LEVEL 1: Thlrty~seven (37) Services Annually $2,108.33 x 12 = $25,299.96 (37) = $683.78 per cut 1. North Shore Park and Youth Center~ 501 72 St. $437.00 2, Polo Par1< _4301 N. Michigan $246.78 LEVEL 2: Thlrty..four (34) Services Annually $5,041.66 x 12 = $60,499.92 (34) = $1,779.41 per cut 1. Muss Park -4400 Chase Ave. $155.00 2. Muss Park Median 43 and Meridian Ave. $49.00 3. 42 St. swate _Both sides of street Prairie Ave, to Pintree Dr. $175.00 4. Brittney Bay Park -W. Indian Creek Drive between 63 and 65 Streets $180.00 5. Fisher Park -50 St. and Alton Rd. $395.00 6. La Gorce Park -6421 Alton Rd. $125.00 7. Normandy Shores Park -2401 Biarritz Dr. $95.00 8. Normandy Shores Tennis -Intersection of Bay Dr. and N. Shore Or. $95.00 9, Pinetree Pari< 45 St. and Pinetree Dr, $340.00 10. Police Substation 69 at. and Indian Creek $85.00 11. Street Welcome Sign -At westem city limits on 71 St. & Normandy $85.41 LEVEL 3: Thirty (30) Services Annually $7,858.33.x 12 = $94,299.96 (30) = $3,143.33 per cut 1, Crespi Park - 7801 Crespi Blvd. $90.00 2. FailWay Park -200 Fairway Dr. $135.00 3. Poinciana Park -North of 63 St between N. Bay Dr, and La Gorce Dr. $90.00 4. Stillwater Park -8440 Hawthorn Ave, $95.00 5. N. Bay Rd. and 63 Sf -landscape chop $65.00 6 44St. and Nautilus Dr. -landscape chop $35.00 7. Tatum Park -8050 Byron Ave, $95.00 8. 81 St. Park- 81 St. and Crespi Blvd. $45.00 9 41 St. -From 44 Sf. to Collins Ave. $135.00 10 46 St. and Collins Ave. -Boathouse area $70,00 11.Fire Station -53 St and Collins Ave. $35.00 12.53 St and Collins Ave -Beach (Coral rock) wall area. $35.00 13.53 St. and Collins Ave - Boathouse area. From the pumping station to 5330 blk. $55.00 14. Carriage House -5330 Collins Ave. $60.00 15.67 St. Triangle -Swale at Indian Creek/Abbott $35.00 16.Abbott Ave and Indian Creek Triangle _Side swele $35.00 17,Pinetree Dr, -46 St. to the bridge to 49 St. bus stop $170.00 18.51 Terr. And Lakevlew/Cherokee Dr, -By Golf Course 550.00 19. 51 St. and LakevieW -Corner on Jeft going west. $35.00 20. 51 St and Alton_Center triangle and right COmer going west $55.00 21.6001 & Pinetree -dead end by the water. $38.00 22.63 St. Pine Tree Circle -on Comer $35.00 23.81 St & Hawthorn -old dump at 81 St and Crespi $45.00 24.1410 Daytonla Rd. -Blscayne Point Swale $45.00 25,1400 Cleveland Rd. -Biscayne Point Swale $45.00 26. 1145 Noremac Ave. -Biscayne Point dead end $36.00 27. Biscayne Point Entrance and Bridge Approach 77 St and Biscayne Lane $35.00 28.71 St. and Biarritz _ Triangle and Swale area $35.00 29.6900 Bay Dr. and Brest Esplanade -Bay Dr. and Brest Esplanade 45.00 30. Bay Dr. and Versailles -King Cole Hotel 35.00 Level 3 Cont. AprIl2f.2000 City 01 Miami BI!SQh RFP No: 21.05108 Country Bill's 2006 per cut- prices for North Mowing level 3 Cont. 31, 1101 Biarritz Dr. and Rue Versailles - CuI de sacs $36.00 32.620 TrouviJle Esplanade and Normandy Dr. - Center parkways $75.00 33. 1690 Trouville Esplanade and Bay Dr. - Street end north and South $75.00 34. 6830 Rue Grandville and Biarritz Dr. - Cui de sacs $35.00 35. 1919 Rue Grandvllle and Bay Dr. - Street end and seawall $35.00 36.1905 Rue Grandville at Calis Dr, - two small chops $35.00 37. North Shore Open Space Park ~ Collins Ave from 79 to 86 St $855.00 38. North Shore Open Space Park Out Parcels $75.00 39, Bay Drive and Rue GrandviIJe across the street from 1919 $35.00 40. Bay Dr. and Rue Grandville ~ strip from Bay Dr. to the bay. $43.33 41. Rue Granville and Blarritz Dr. - side planting $35.00 LEVEL 4: Twenty-four (24) Services Annually $2,108.33 x 12 = $25,299.96 (24) :::: $1,054.17 .per cut 1. S.E Comer of 76 St. and Collins Ave. - small swale between curb and sidewalk on south side of 76 St. east of Collins. $35.00 2. 7150 Indian Creek - Street end seawall $35.00 3 62St. Pumping Station 63 and 6145 La Gorce $35.00 4 85 81. Bridge Approach $35.00 5 7581. and Dickens - Water Treatment, fenced area, on west side $139.17 6. 73 and Dickens - Bridge approach $35.00 7 72 & Dickens - Parking Lot. west side where guardrail Is located $35.00 8. 72 al"1d Dickens - Seawall $35.00 9 73 S1. Medians - Dickens and Harding $75.00 10,2135 Biarritz Dr. and Calais - Bridge approach both sides $35,00 11.2318 W. Bay Dr. -- Street end, Biarritz area $35,00 12. Normandy Pumping Station - 601 Hagan st, and South shore Dr. $35.00 13. South Shore Dr. and Biarritz - Street end $35.00 14.71 S1. Bridge and Bridge embankment $35.00 15. 1630 Bayside Lane - Street ends and canal bank $35,00 16. 80 St Street ends - Tatum Water Way Dr. $35.00 17. Butterfly Park - Comer of Wayne and Michaels $35.00 18. Tatum Water Way Dr, Triangle 79 Street $35.00 19. Tatum Water Way Dr. and 77 St. - Bridge approach $35.00 20. North Beach Elementary Alleyway ~ 41st St. and Prairie Dr. $35,00 21, 880 Jones St South Shore Dr. -Dead end $35.00 22. 7136 Bonita Dr. - Street end seawall $35.00 23. 71 St Pumping Station 71 St. and Bay Dr. $35.00 24. 7227 Fai/way Dr. - Bridge Approach 3 sides $35.00 25.350 Ray S1. and Southshore Dr, - Street end seawall $35.00 26, 193 Fairway and Northshore Dr, ~ Street end seawall $35.00 Apn121. 20011 City 01 Miami 8"lIch REP No: 21.05/003 700r72 Country BIII'$ 2006 per cut prices for South Mowing LEVEL 1: Thirty-seven (37) Services Annually $4,821'.66 x 12::1$57,859.92 (37) = $1,563.79 p.r cut 1. City Hall ~ 1700 Convention Center Drive. $275,00 2. Police Station 1100 Washington Ave. $45.00 3. Lummus Perk - Ocean Drive from 5 St. to 15 St. $985.00 4. 3rd Street Park - Ocean Drive $173.00 5. 20th Street Fountain - 20 Street and Alton Road $46.00 6. South Beach Police Substation - SW Comer of Collins and 2nd St $40.79 LEVEL 2: Thirty-four (34) Services Annually $6,891.66 x 12 = $82,699.92 (34) = $:l,432.3S per cut 1. Alton Road Medians - Michigan Ave. to 62nd. St. $760.00 2. Alton Rd, and 29 St. - Side chops, north and south $35.00 3. Alton Rd. and 43 Sl. - Side chops, north end south $35.00 4. Alton Rd. and 47 Sf. - small chop $35.00 5. Alton Rd. and 50 St. - small swale area. $35.00 6. Alton Rd. and 51 St. -- Bridge approach, north and south $60.00 7. Alton Rd and 62 St. - Side chop. $35.00 8. 21 St Street Recreation Center ~ 2100 Washington Ave. $390.00 9. Scott Rakow Youth Center - 2700 Sheridan Ave. $120.00 10. Palm Island Park - Palm Island $180.00 11. Maurice Gibb Park (FKA Island View) - Purdy Ave and Dade Blvd. $135.00 12.3 medians on Purdy Ave -In front of and North of Maurice Gibb Park $45.00 13. Sunset Islands 1 & 2 Entrance -29 st, and N. Bay Road $45.00 14. Sunset Islands 3 & 4- Sunset Drive Bnd N, Bay Rd. $46.00 15. Bass Museum and Collins Park 21 St. and Collins Ave. $385.00 16. 23. Street Library $40.00 17.6 Street Community Center- 6 St. between Meridian and Jefferson. $52.35 LEVEL 3: Thirty (30) Services Annually $10,423.75 x 12 = $125,085,00 (30) = $4,169.50 per cut 1. Street Swales and Medians - Washington Ave to Jefferson Ave. $110.00 2. 17 St. and West AVe. - Bridge approach $60,00 3. South Pointe Park and Median - Biscayne st. and Washington Ave. $920,00 4, Street end - 300' strip of grass south of Penrods. $35.00 5. Flamingo Park 11 to 15 Streets between Michigan and Meridian Ave. All grass areas except sports fields. $975.00 6, Michigan Ave West of Flamingo -12 small chops $180,00 7. 14 Street Park ~ Western street end of 15 Street. $49,50 8. Bay Road 14 to 16 Street. - East and West Swales $125.00 9, 23 and North Bay Road - Greenspaoe $35.00 10. Pinetree Drive.Median 23 to 27 Street $195.00 11. Hebrew Academy ~ Swa'e area 24 and Pinetree Dr. $70.00 12. Prairie Ave, and 28 Street - Circular median $35.00 Level 3 Cant. Aprfl 21, 2008 City of MIlIml BOlICh IllP:P No: 21005IOa 71 0172 Country Bills 2006 per cut prices for South Mowing Level 3 Cont. 13. Parkview Park Jefferson and 19 St $35.00 14. Dade Blvd. - North side from Prairie to Plnetree123 St. $100.00 15. Dade Blvd. Canal Bank - North side from the Bay just east of Purdy Ave to 23 St and Pinetree. South side from 2129 Washington Court to 22 st. and Washington Ct. $175.00 16. Belle Island Park - Island Avenue and Venetian Way $295.00 17. Four (4) Mediang - Rivo Alto and Venetian Way $120.00 18. 2850 Flamingo Drive - Bridge approach both sides $35.00 19. 3rd Street Library and Washington Park 3 St and Washington Ave, S80.00 20. Fire Station 11 St. and Meridian $35.00 21. Fountain Area 41 Street and Plnetree Drive $65.00 22. Bus Bench Area 40 St. and Indian Creek $35.00 23. 40 St. and Flamingo Dr. - Chop $35.00 24. Flamingo Dr. Street-Ends 27 to 39 Street $90.00 25. 35 St. and Flamingo - Landscape chop $35.00 26. 33 St. and Flamingo - Landscape Chop $35.00 27. Flamingo Dr. and Plnetree Drive. - Landscape chop $35.00 28.28 St. and Prairie Ave. - Landscape chop $35.00 29. 24 St. and Lake Pancoast Dr. - Bridge approach $35.00 30, 23 St. and Flamingo Dr. - Bridge Approach $35.00 31. Fire Station 23 St. and Dade Blvd. $36,00 32, 29 St. Street-end - Bathroom area $35.00 LEVEL 4: Twenty-four (24) Services Annually $215.21 x 12 = $2,582.52 (24) = $107.61 per ~ut 1. Pumping Station - Alton Road and 41 Sf. $107,61 Aprll 21, ~008 City of Miami Besch ~FP Na: :l1.05lO6 72 of 72 References... City of Miami Beach I 995-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 · Environmental 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 . Capital Project Coordinator, Property Management. 786-367-7130 City of North Miami Beach 1993 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 125th Street North Miami, Florida 33161 Keith Miller · Parks Superintendent, Parks & Recreation. 305-891-7410 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 143rd Sreet North Miami, Florida 33181 Herb Tillman · Director of Construction, Swerdlow Boca Developers. 305-792-4840 Lauris Boulanger Developers, Inc. I 990-Present . $175,000 Yearly 2165 NE I 50th Street North Miami, Florida 33181 Manon Boulanger. Vice President, Lauris Boulanger Developers, Inc. .305-940-0106 Hidden Cove Town Homes I 988-Present . $45,000 Yearly 2654 NE 135th Street North Miami, Florida 33181 Evelyn Garrison · President, Hidden Cove Homeowners Association. 305-948-9299 4 ,(j~:",,, c: 0 ~ .- ...., 0\ ~ CO .- N U N U 0 Vl \0 LL ~ U ...........,. U 1- QJ ci ~ 0.. z CO Q) ~ ..... U ro u Vl Ii:: ........ "0 :e C C a 0 ~ U ciS ~ ~ (]J a. ~ ~ ~ co ~ QJ~ " U ~ ~ QJ U) / ~-g oG 1- ~ C> ~ -c QJ QJ ~ u:: .- :J 1: z QJ co ~ U "0 (1) :5 .- ~ \C 1- 0 0 Q) 0 ....-.-c (9 N ..... f<'l Q) < ro 0 u iI f; - c 0 .s f<'l N Z - c: ~lf) ] GI 0 GI "0 QJ u.. .Q :p .Q e e Q} ~ i&:: ...c: GI GI E 0 u '0. > t- GI X 0 Q1 I-) Q w Z u (W.,~' LICENSE TAX 2006 2005 OCCUPAT~~~~. STATE OF FlORIDA MIAMI-DA~ip~~ES SEPT. 30, 20g~ BUSINESS MUST BE DISPLAYED ~l ~~A;;TER SA. ART. 9 & 10 PURSUANT TO COUNTY CO . }"f' G'I,.'" RENEWAL l'u'" ii' N01" A alUA)O NC I fl. 3'14504-.6 508569-1 ria.:.. ., LICENSE NO. BU~~~~E'I~9t~O~AWN MAINTENANCE IHC 13365 HE 16 AVE 33161 UNIN DADE COUNTY owrwc se~~~er~~~~NDSCAPE/TREE SERVICE MIAMI"DADE COUNTY I~ ~.'::t'fGC~~R ST. 14th FLOOR MIAMI, FL 33130 TH18 IS AN OCCUPATIONAL TAX ONLY. IT OOES NOT PI5AMIT THe: ucl!N8ee: TO VIOLATE ANY eXISTING REGULATORY OR ZONING LAW8 OF THE COUNTY OR ~llJ:'~T ~~ ~~~sJ~ FROM ANY OTHER LICENBE OR PERMIT REDUlRED BV ~~~TIFM1~10~S Or:,O\H~ UCENBEE'S QUALlFICA' TlON. ~~=I~E~:YJ.fv TAX cOI.LECTOR08/11/2005 20020000447 o 0 Q:!li?, !}. :;9 0 SEE OTHER SIDE FIHST-CLASS U,S. POSTAGE PAID MIAMI, FL PERMIT NO, 231 " EMPLOVEE/S 4 DO NOT FORWARD COUNTRY BILLS LAWN MAINTENANCE TNe JOHN W ALLRED ~R PRES 13365 NE 16 AVE N MIAMI FL 33161 . t. ." . ~ ~ i I I '1 i', ','/ ,/i."j'I",'J'I,!"j,j'IL,l!!!i!lltllllll,I'!!i,11 ! J I II! 11 ; I II ." . . POS" II liS LIC I. NSI.: IN ^ ('ONSPI( UOlJS PLACE , ' , h'( H11: Occupational Licellse City of Nonh Miami (305) 893-6511, ex t 2144 LAWN ,\1/\ i N'j'/:f\!;\UC'I' To: ; ~'!/(l! :nr:. CI q / :: (; ;' () (, l.icCl1sc No' Remarks: .... r H Hi C;N:' ; nr': !'l''..' F'(Iid: n t: n., q t) () '-,~ ll:'> '") ! r< I,' t\i i ': ~."'.'''\ l , ~,~ i" I': \:' ii' ; i f\~~',~' j\ /\ j, : ...\ I J' j ( 1 ;...;' ,". f;(; ~ ;j I; Owner: Business '1\1 IX' , 1\ J. r,r-u: I), ,TO II 1\:, ,H,., () 7 W' i Jd','i\' /, r,;!: Ci\ !(f)F N ."~ F 1\ \7 T (' I M::lIJing Add ('(lIiJ\lTln' 1'.1/,1,,'; I,\\i~;\! ~'I'\I hiT:::';!\:":,:!, I '; '; h: N I: I (; .' \ \' I,: Business Add: NOHTH MT AMI /0'1, ':'; 16) 1 J .1 ().1 N El () . /\ \71.' , ", ,," \: ' ~; ~".' '. ':. . 'I.: \ '" .!VO'fUF: IICFNSF MlJST 8f: TRANSF..:Rff) ..: \\' I 11-:'\ Bt SI ~ I. SS IS MOV 1.:1> () '( I) _" '. .,.. i,::'~ ,~t~i:';,ij,,~'r:::$or ~10,rfi /?Ji<~:~.ORIDA DEPARTMENT;(r.6F,i!BusiNESS/~':AN:6~JPR()FES SIGNAL REGUliA'J:'ION . C0NSTRU8?:'ION\\.:INDUSTRY LICENSING BOARD "'~~r,:;'" . ~<-',:~:",.,~', '. .~:.~::;: \'~~'/:,..t'~,',:::. ;.."" LrCENS~_ NB~: "':-:"";'P'" _~_=-==:::::===-=~ ' ZPIt 20'a 4 ,. 0 4d ~ G'tfa 5 0 CFC 02'2 54"6'/ Q". .' ,'\ ,\II,' ,/.... . ;",":....'k -. J ~!~~!~:~i~~~~~~~~i:~;~~rc: .-:~ ~;:'+::~7~~-- -------- ""ITAK"R.G1W>~ L , . .....~~Y; t"'fl;.;or@. ,:,1' ' "i5 NW....~ST. CT ~"."'. ~.!tt<.f;.t,~.<",;:;.;.:, . d'~ ",.. ' " -'. ....' . . {~~~. (;'1 ,q.r:.l;:\{I). . .o;;:_'~' .~,,~':'.~. '1'/.5 . A. RATON FL 3 3432 _ :1. 71 ~'<,~~!::..~l.~,:~,~,:";"" :11~:..b t:>. :338 3 DATE , ~. t. .'. . '., " JEB'BUSH :;.GOVRRNO~ ';'i' .. : ~ , . . SEQ#L04oS1901999 DISF'L/\Y l\U r~Ec)Ulr{ED BY lAW DIANE CARR. . SECnE'l'ARY ,r 1 ) : ! ,..-.... ..-.._..~._~.....~..........'-""-.v. Florida Department ~f Ag;l~ult\iro~nd Consumer SOlVlces ~csHdclc CerUnea~.Jou O~('e (~~lIIincrclnl AJlJ)lkntol' L1~(,Il.~'t. I.lce1.... # C~1I6271 JsJU('d: C'ntrgol'irs )16 AU.REI>, ,101 IN W 2671 NE lJ5TII STREF:T",'.. NORTH MIMI!, r'J. 3]181 S('llIC11lbrr, 23, Expires: 'St'lltrlllhcl' :lO, 2007 --_._~~--_........:..--.-.._- Signa lure or Licensee ~1I~""1 ('UA!tL'ESn. DRONSON, COMMISSIONr.n . ,:.. nae above iAdividu:d i$liccllSecJ ulldcr'l~ pmvisiOl'S orQ.lI~.:r -.ii.\p,s. !o I'KlrtlllK' Iud apply rcslrictal ate pc:sIic;ickt. . '" " . , ~ 0 ,"," ..,' CER'l' , . ~TATE OF FLORIDA ~mt ,I( ~ .All ...........tr 6irIi~ BUREAU OF ~q~~Y;:~~CONTROL JUSTIN .... . . 0', . ~ " ,~.:~\ ;,.: ,-;.7~~".' ;.'\ ,>1',0 ";" :. . CRAlG S:r{)~, ,~'" ...' ,- tlt~Dc'~~~ifOR roo ./';...... ."iifo 'I~. ~ <:j ~ . ~ Ij,l J Z X"'..' ~ l'l ,,""" C;t .~ ............; - 1;-) ~ \ 0 ~ "" ~', <<j tj ~ ~ iii q " ~ \..) ~ ,0 '~ ~. 9 J ::: '" r.a ~ 0 ~ ~ ~ -.. ~ ....... \D ~ ra ~~ ~ ~ -...... Z ......... - ..... - t: ~ "........;. ""'- ~ ...... - ..... . . -2 ~ - ~ ~ u ; t~ - 0 G - I ..... ~ ::J~ ~ 8 ~ j tt1 ~8 u ~ t-... .0 CJ;.. ) C:: ......... ........ -... ~ J . ..... ~ I "'- .,... ~ ~ ....... ~ ~ !'-.. E-c ...... '- 0 I;olo} ~ ~ ~ (t) ~ ~ ~ J;;I;.( - 0 ~ ...... \.;') ;:: ~ ..... r;.; -..... r.., W & ~ """"......'" .g C.J fr. .. ~-... tH,. -< cq ;Z'. I ~) U . < c~ z ~ "- ~ :iQ L.. IJ:.4 ~ .c ...... ~ <::l ,!;! .... ~ -... %, i:5 u \I.."" t! ~ ~ -,. I--( Cii \",) ~ .... iIi ":l ~ UI ~ ~ (I) J;JJ , 00(.- '-:" U ;J: ~I . -- ,IlU : ,~ . ~.'" "'1!>"""'"'C,, ,'t~,[lIIri.:.i. )";;, 4- ."1,,' '.~(: (/;)'" ' , 'J;: . '''# fjJ!Io 1'" '/~~ HORTICULTURAL CONSULTING SERVICES LISA H. HAMMER nt" 11 ,', t~\ \. III ..,,~.,\J. .""; ".~ \~ .r':'~. ..~"\ ,4 '~~!' .., .. '-. .-i~ '_~ ,/ 1/ it li [,j l t ,'< it / / 1,/ tf ,'! L, 1 ~ : ~ '. " I~."i_'(~: U '; l ",I i-' I l ill 1 i ("'f' dpcl f r ',."r \ r ;"; ~ ;,t':"~ i .\ :\.\ ", ~! l! .CLi · PL,ud !'Idel 11 r'r (.~,( t lpt !1l1) , \: ~ ..j. i!'j[\ {"l .,\[ /; ~-'~j!:-'r f."'\:! ,.>tIY' \ \,' l · free (1,[icl ,q)i' i\/1dlktgen1t'lli l"liiY t ':!:l~('!\/ t\'~ j ('~~ ;;'-'i i:1. )i-,:;~>; \"rtlJt 'i ( i< " \I", I '( f ;'\/'1 ,"~' ~. ~ ,,-( j'; 1 I (,,' f j ~~ 1(~t(Jf f'('~ i,.,u1tlil8 · Ld!ltiscape iV\<)i:,i,(I!;'I\'> Progralns 1 i! (,'1 i.'i "L~ ~\ r~)(J I ; #3'3 >:)) \/'i/ 1. tf-! t !-l(~' /\ t";") e ri Cd II · Let! 1C.iSG tpe !V\;1 i!]1 f.' 1;1 I\' I' S pel.' i fj (:"t ti ()! 1', el1 l<:;,\i!tl /\1 !)C\ilst...,. ? (f'rtified ,!', r[XHh( f Ii-'::,() i vviiij lilt" Intenklt.iolld.! · Tree Pluning ~)pe( irk ,{lief! I', nt ;'\!ilOliculI U!'". .c1i!cl oJ ')tdle of Florida 1\:'<.,1 (unUt,1 CJfH::", r'ltor ilf8900 l) She i "v.e', , ,f"lffiol, it'S FilHidd '-.UiT()lJ!liJed !.)y trCIP1( (11 ;S,1tclen 0: untdinmg d di\!erqo. · COlistl uction Reid tedl f et. Dispositic>rl dll(! PreSt'n/,ill(il! Plans ()l i.'!' nl _, · Cree d,nd i"UHlsC.dpe l\pprabdlS I> ! - !,;5 i fL 33090 '2'+8.0785 · !-{d.ld.ld Tree LVC'\tUdtIOI I"~ H, )lnE") tead (30C; · Landscape Design l<eviE""'l ,-1.;'{ ( /~. / ~3 · L.egal Ca.:"es. ~!1\'oh/jn,~~, i I (>t-", and Ldllc!scd/linp , "-., John W. Allred, Jr. President and C.E.O. 1988-Present Education: M.S. in Business Management, University of Miami B.S. in International Finance, Indiana University 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 ofleadership 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. 20 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 c: ~ l'G ... ::eO - '01 CII c: ~ .- .c:~ I-::e c: ~ l'G ... ::eO - '01 CII c: e .- .c:~ 1-0 ::e ... tL~ .21. ~ eCII Oc: c: a.g. .l:;l'G .2 00 c: .- .... - o.~'" 13 O,E.E:: I - I,) 1:: Ul CII CII ~I- U. -g....u__ ~ "'C:CIIC11 ca........a; = ~ '0' 01 001,)01 <._... l'G - ~ 'c .9!, l'G t--- c: Ul a. c: CII 0 c: ,eCblftS ~OOeL~ OeL o::e ., 0 l'G 0 CII c: ... c: 0.00 0 ~~ .!!! c: ~ ~ - Ul ~ ~ I--- ~~l!! 't:lSCII . So c:Ulo. NUl l'G c: ::l .= ...J_OO c: ~ l'G ... ::eO - '01 CII c: !.- .c: ~ 1-0 ::e c: ~ l'G ... ::eO '-- '01 CII c: e.- .c: ~ I- 0 ::e .... o ...... ro .~ c.. 0.. <( 0) "0 '13 :;::; 00 0) a.. "0 en 0) ...... en U c 0) 0) '0 U .... :.:i 0.. ro ...... ro "0 en U..... .~ ro .~ 0 u:~e5 _ ro 0..:;::; (jj "0 .!Q :Ju 'C O)..r:::. 0<;:::......0) -e '13 0 ~ <( ~..... .... "Oen~~ .!!1 0) 2 0 .......r:::........... :e......roO"en O)oE"OO) O.....=C;E <(~ro~E C/) C 0>._ U - ro .~ ~ ro ':c'EenO) .92 ro 0)"" Uco>....ro ~'(ij ~ ~ ~ cE~cO o roO)-e O~(jj.9ro 0) ro >.-= o..U......roro ro en 0'- en 0) u"O oen en C ..r:::. 0..._ "0 ~ :!: .!!! ~ C.....~"OO) ro 0 >. 00 0.. -len+:;"">,:J "o......u;~en ~ ~ .~ 0 -g :e.E"OO)ro 0)=0):50) oro.................. 0) ro ro ro <( O>.~ 0) .~ -lro'E.o'E 0co-o ~~8~8 ;.,; ""') "0 0) ..!:::: <c C ..r:::. o ""') ...... 0) E 0) .... ro en E ro .... 0> o .... 0.. c .... 0) .9E ~ 0) .- 0> c..ro o..C <(ro 0) E "00) .13 0.. ti~ 0) en a..-g ~~ en en= cen cro 0)"0 0)0) oEm .~ ~ .::. 0) N -len 5~~ ~~ UO-Iii 'C 0 ~E:;::; 0...... _ ,- C u:"O roc 0) .: ~ 6-.Q '0 0= ......0.. u<(en~~O> ~;";c~~:.E c ~ .Q C :J C o"OroO)roO) Oc=oO)> ro19......'O~ ~~ en ~ ~ 0.. ro 19 .~ 0 ro .~ ~ooO)~~en "0 >. 0.. 0) "0 C C.": ro 0.. C 0 roO~enro~ -l ..r:::. "0 . ~ -:: "0 "O:!:C....OC .!!1 ~ ~ ~..... 0) ~ >._ :J en E t:: +:; Iii OJ ~ E O)uO)~"Oo o ~ en .......- U <( :0 .~ g c ~ -l~0)"O0).... 0....o..cenO) zg:Jo~~ Ll..>C/)Oa..O >. t:: ro o U ~ 0) > ro o .9 "0 0) .... 0) ..r:::. "0 ro 0) .... ro en C o ~ U <;::: '13 0) 0.. en "0 C ro en ~ :J "0 0) ..r:::. U en ro ro ..r:::. ...... 0) .... :J en C 0) o en ......~ >'0) t::.... ro U 0= U ro ~ID . "0 ~-g "Oro C 0) ro U "0 CO> O)roc L.. c.- =O)~ <(co ;";'(ij E ~E..r:::. :50)~ .- 0.. 0) ~ ro .... >.UO) +:;enot= U "0 ro O)c~ .: co '- "00;0 ~en~ o.~ u ~O)O) = 0.. 0.. ,- :J en ~C/)E ;.,; o en u '~ 0) 0) .~ 0.. e :J a..C/) ...... ..r:::. OJ 'C .0 ro :5 .~ en ...... C ro 0.. OJ C .Q "0 0) .... o "6 U C 0) 0) .... 0> .... 0) C :J ..r:::. 0) >. (jj ~ .... ro E ro -< .... ro 0) ~ o ...... "0 0) .... :J 0- 0) .... 0) .... ro en ~ 0) .... o 0) 0 UO> C 0 ro- c>' 0) C ......ro Co.. ro E ~o 0) U 0..0) ro..r:::. U...... en 0> "Oc c'c ro ro -l0) 00.0 =t:: i:Oi: >.en .::.~ C C :J ro o .... 00 iri E .... o ~ C =:l 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 3-Man Mowing Crews: Four separate three-man mowing crews will be assigned to cover all turf areas specified in RFP 21-05/06. Each crew will be equipped with the following: o One 13,500 Isuzu Box Truck with folding ramp. Inside the box truck 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 ./ Blowers ./ Rakes, Shovels, and all other necessary equipment Should additional large trash removal services be required, Country Bill's has two Isuzu 13,500 IS-yard Dump Trucks available. 32 I. Turf Maintenance - Fertilization (4.5.6) A. Fertilization of St. Augustine turf will be three times per year, as specified in section 4.5.6.1.1. I. St. Augustine turf will be fertilized in April with Lesco 17-4-11 with 25- 50% slow release Nitrogen and Talstar insecticide for the prevention/control of turf grass pests like chinch bugs. 2. St. Augustine turf will be fertilized in July with Lesco 16-2-12 with 25- 50% slow release Nitrogen and minors. 3. St. Augustine turf will be fertilized during the last two weeks of October using Lesco 18-2-16 with 25-50% slow release Nitrogen and minors. B. All Bahia turf will be fertilized three times per year, as specified in section 4.5.6.1.2 1. During the first two weeks of April, Bahia turf will be fertilized with Lesco 17-4-11 with 25-50% slow release Nitrogen and minors. 2. Bahia turf will be fertilized in July using Lesco 17-4-11 with 25-50% slow release Nitrogen and minors 3. During the last two weeks of October, Bahia turf will be fertilized with Lesco 17-4-11 with 25-50% slow release Nitrogen and minors. II. Turf Care, Mowing, Trimming and Edging (4.5.1) A. Mowing of all grassed areas will be done according to the specifications listed in sections 4.5.1.1 through 4.5.1.3. 1, Mowing frequencies shall be based on the schedules listed in section 4.5.8, using the breakdown of service dates shown on pages 48-51 of RFP # 21-05/06. 2. Non-athletic field turf will be mowed no less than 3 y;" above the soil level using the appropriate equipment. B. Trimming and edging will be done as specified in section 4.5.1.4. 1. All paved areas or hard edges will be edged with every mowing service. 2. Soft edging along tree rings and tlowerbeds will be executed with every other mowing as specified in section 4.5.1.4. III. Litter Control (4.5.5) A. Country Bill's will collect and dispose of all debris generated by the contractor through mowing, trimming, and edging or other work as noted in the specifications on the same day of each service. 1. Landscape areas will be raked clean of any excess clippings, leaves, twigs, or other debris during each service. 2. All driveways, sidewalks, and paved areas will be swept clean. 3. Blowers will not be used to clear clippings or debris near storm catch basins. Any debris that accumulates in these areas will be removed by hand. 33 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 / 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. 34 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. 35 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 Trainer Signature Date 36 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 Employee Signature Date Trainer Signature Date 37 Country Bill's Lawn Maintenance Inc. 13363 NE 16 Ave 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: }, 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. If an 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. John W. Allred, Jr. President Country Bill's Lawn Maintenance, Inc, 38 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 1 st? 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. 39 Hurricane Definitions: Hurricane Season is June I to November 30. Tropical Depression: An organized system of clouds and thunderstorms with a defined surface circulation and maximum sustained winds of38 mph or less Tropical Storm: An organized system of strong thunderstorms with a defined surface circulation and maximum sustained winds of 39-73 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. 40 Risk Assessment Risk 1: Natural Disasters and Acts of God (i.e. hurricanes, tropical storms, tomados, cold, drought) 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 disaster recovery 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: Irrigation. Not all of the areas listed in RFP 21-05/06 have working irrigation systems. Impact: Low to Moderate Cost to City: $3,000-$10,000 per system Solution: Not all of the areas specified have irrigation systems in place, which can lead to the loss of plant life. We will incorporate the use of water trucks to irrigate these areas. However, a more viable solution would be to allow the awarded vendor to provide an initial irrigation analysis and estimate to install irrigation systems in these areas. Schedule Days: 1-2 Risk 4: Environmental Contamination caused by chemicals or debris gathering near storm catch basins. Impact: Moderate to Severe Cost to City: None Solution: We will adhere to local, state, and Federal Environmental Protection Agency requirements and will not use fuel, oil, or other solvents near catch basins. Additionally, we will hand remove all debris, including litter and grass clippings, to ensure that it does not enter the catch basin. Schedule Days: 0 Risk 5: 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 waming of imminent danger. Schedule Days: 0 Risk 6: 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 ;2 Risk 7: 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 8: 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 9: 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 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: Parking Impact: Low Cost to City: None Solution: Parking space is a precious commodity in Miami Beach. At times it can be extremely challenging to maneuver and park large trucks and equipment in tight spaces. All of our drivers are required to complete mandatory programs promoting safe driving and maintenance of traffic. Schedule Days: 0 Risk 12: 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 13: 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 14: Lethal Yellowing Impact: Moderate to High Cost to City: Approximately $12 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 '2 COMPLETE TURF MOWING SERVICES AT ALL NON-CONTRACTED SITES CITYWIDE RFP #21-05/06 COST PROPOSAL FORM We propose to furnish all labor, tools, equipment, transportation, permits, licenses, services and incidentals necessary in order to provide Complete Turf Mowing Services at all Non-Contracted Sites Citywide for the City of Miami Beach, in accordance with the required Scope of Services, as follows: NORTH MOWING CITYWIDE TURF MOWING Total Price, Per Month Level 1 Properties ') i\- $ "i i 0 ~, 3~ -, Level 2 Properties ')~ $ 5'Oyr~" -' Level 3 Properties ~~ $ 1-~)~. 3"3 Level 4 Properties 1~ $ 2,LO'b. =3 ~ SOUTH MOWING CITYWIDE TURF MOWING Total Price, Per Month Level 1 Properties $ Lf~21Co0 Level 2 Properties $ ~Bgl ~:~ Level 3 Properties $ I 0, 42 3 - f .s~ Level 4 Properties $ ?l S- .2 l . COMPLETE TURF MOWING SERVICES AT ALL NON-CONTRACTED SITES CITYWIDE RFP #21-05/06 SCHEDULE OF VALUES PROPOSAL FORM NORTH MOWING SCHEDULE OF VALUES Turf Mowing LEVEL ONE PROPERTIES SERVICE UNIT PRICE TIMES PER YEAR ANNUAL TOTAL PER SERVICE Turf mowing $ ...., In,s j 37 $ 15" 200 , 3,8 () 0 Grass Trimming and Edging $ I o~ II 7/ 37 $ Litter Retrieval/Waste Disposal $ i 00.- ...')0 37 $ 3 :'100 Fertilization $ 906., .' wl- 3 $ ~G60 ., C' '2'L~)O C'l:- (7\;..--1";/ .<' ~ 5' SCHEDU LE OF VALUES Turf Mowing LEVEL TWO PROPERTIES SERVICE Litter Retrieval/Waste Disposal $ UNIT PRICE TIMES PER YEAR TOTAL PER SERVICE 34 $ 3~ t.}EJlO 34 $ Q2G1O 34 $ '60() 3 $ &if ou /.."c. ~D,5{X)~ - Turf mowing Grass Trimming and Edging $ Fertilization COMPLETE TURF MOWING SERVICES AT ALL NON-CONTRACTED SITES CITYWIDE RF P #21-05/06 SCHEDULE OF VALUES PROPOSAL FORM NORTH MOWING SCHEDULE OF VALUES Turf Mowing LEVEL THREE PROPERTIES SERVICE UNIT PRICE TIMES PER YEAR TOTAL PER SERVICE Turf mowing $ 7-- 30 $ '00 (p Grass Trimming and Edging $ f 30 $ '1) Cfo 0 Litter Retrieval/Waste Disposal $ 336., OC> 30 $ qc;{JO Fertilization $ J5C)()p (:~) 3 $ 990 () Cf4 ..,... ,,'(..\\ (Xl .,.,"7[.lC! t', I SCHEDULE OF VALVES Turf Mowing LEVEL FOUR PROPERTIES SERVICE UNIT PRICE PER SERVICE TIMES PER YEAR TOT AL Turf mowing $ taACI. ; 7- Grass Trimming and Edging $ Litter Retrieval/Waste Disposal $ Fertilization $ 24 $ I 5" ,00 24 $ 3500 24 $ 3 LfO 0 3 $ 3 3" D ;1../;7- 30() 00 / COMPLETE TURF MOWING SERVICES AT ALL NON-CONTRACTED SITES CITYWIDE RFP #21-05/06 SCHEDULE OF VALVES PROPOSAL FORM SOUTH MOWING SCHEDULE OF VALUES Turf Mowing LEVEL ONE PROPERTIES SERVICE UNIT PRICE TIMES PER YEAR ANNUAL TOTAL PER SERVICE Turf mowing $ LJJ., - (.1"- 37 $ 3y ,2 ~O (.p'"J. ,,7 Grass Trimming and Edging $ ;,{>>. j? 37 $ <6 ro 0 Litter Retrieval/Waste Disposal $ ~ lie. It,')~ 37 $ Q200 Fertilization $ jQDO f 00 3 $ s'1-ou S1/ B~C {.( SCHEDULE OF VALUES Turf Mowing LEVEL TWO PROPERTIES SERVICE UNIT PRICE PER SERVICE TIMES PER YEAR TOT AL Litter Retrieval/Waste Disposal $ 34 $ "q~Oo 34 $ /2,JO() 34 $ 12/00D 3 $ '?5t)O BJ./700 Turf mowing $ I '5'~ 8~ Grass Trimming and Edging $ Fertilization COMPLETE TURF MOWING SERVICES AT ALL NON-CONTRACTED SITES CITYWIDE RFP #21-05/06 SCHEDULE OF VALVES PROPOSAL FORM SOUTH MOWING SCHEDULE OF VALUES Turf Mowing LEVEL THREE PROPERTIES SERVICE UNIT PRICE TIMES PER YEAR TOTAL PER SERVICE Turf mowing $ 2 G;~C 100 30 $ ~Dl6ou Grass Trimming and Edging $ ~JC(5'O 30 $ 11'/ 5-$5'- -- Litter Retrieval/Waste Disposal $ 4S-0 30 $ /3 SOd , Fertilization $ Ltl11 '13 3 $ 12 i.fUU I ([2 ~ 015 ~ ._-----~/ ----~ SCHEDULE OF VALUES Turf Mowing LEVEL FOUR PROPERTIES SERVICE UNIT PRICE TIMES PER YEAR TOTAL PER SERVICE Turf mowing $ (0 I "2. )' 24 $ 1~1o Grass Trimming and Edging $ (2'2 . .')v 0 24 $ 3~f-..s'O Litter Retrieval/Waste Disposal $ 20, %'~ 24 $ 560 Fertilization $ ?sl.~(o 3 $ 1. '-t ~,--_. - ----.... ,. COMPLETE TURF MOWING SERVICES AT ALL NON-CONTRACTED SITES CITYWIDE RFP #21-05/06 ADDITIONAL WORK AND MATERIALS. 1) CONTRACTORS SHALL PROVIDE A COST PROPOSAL THAT IDENTIFIES REQUIRED JOB CLASSIFICATIONS, WITH A NOT TO EXCEED HOURLY LABOR RATE THAT WILL BE NEGOTIATED FOR ANY/ALL ADDITIONAL WORK THAT MAY BE REQUIRED. 2) CONTRACTORS SHALL PROVIDE ANY/ALL ADDITIONAL MA TERlALS REQUIRED, AT CONTRACTOR'S COST. April 21, 2006 RfP No: 21-05/06 City of Miami Beach 57 of 62 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 chain saws, 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 hauling 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 hauling 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 ofthe 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 (i.e. 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 com bined 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 th is 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. en REQUEST FOR PROPOSALS NO. 21-05/06 ACKNOWLEDGMENT OF ADDENDA Directions: Complete Part I or Part II, whichever applies. Part I: Listed below are the dates of issue for each Addendum received in connection with this RFP: 21- 05/06 Addendum No.1, Dated .M Ci i 2 c" J. 0 c k r ~ 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 f1JUr.JfP.-f 'B1Lifj ~ #1NNllNANCK.,I,..L- \ (Contractor -Name) ~ '" ~ Y::-J s;: (Signature) S--2~-o~ (Date) April 21, 2006 City of Miami Beach RFP No 21-05106 26 of 72 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 a.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 s..peci~fications d that evidence of this insurance may be required within five (5) days after Proposal ning. ~~ fil1"~ l~j1"" ~Ala.~ ~'- ~ . Vendo Signature of Vendor April 21, 2006 City of Miami Beach RFP No: 21-05/06 24 of 72 DECLARATION TO: City of Miami Beach City Hall 1700 Convention Center Drive Procurement Division Miami Beach, Florida 33139 Submitted this 2.'.t day of ,3'v....e ,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. (' () .~ +r.. d",r The cQril..llt.mt 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 ",4-,;", jJr The eonsultent states that the response is based upon the document entified by the following number: RFP NO.21-05/06 rili.. (\ \vv 01- _______ _~______ I ________ SIGNATURE ______lQ~ ~_AJ1[_~J_____ PRINTED NAME fres TITLE (IF CORPORATION) April 21 , 2006 City of Miami Beach RFP No 21-05/06 27 of 72 SWORN STATEMENT UNDER SECTION 287.133(3)(a), FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICER AUTHORIZED TO ADMINISTER OATHS. 1. This sworn statement is submitted to ~ i D/- of-Jd/ ftJ\J I hA.tlt [print name of public entity] by ,,\atiN ~D - [print individual's name and title] for COUNlQ.i BILL'5 ~N ~/A.'I\Jr&J/lNCiZ I INc. [print name of entity submitting sworn statement] whose business address is J1>~ D..~ ~ k ,t1~ A\JE1 NI~ll-t UI,:}(l.fl, fi-J ~~~jLL I and (if applicable) its Federal Employer Identification Number (FEIN) is(ofr1YJ7i./4 1'7 (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 among persons when not for fair market value under an arm's length agreement, shall be a prima facie case that one person controls another person. A person who knowingly enters into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding 36 months shall be considered an affiliate. April 21, 2006 City of Miami Beach RFP No: 21-05/06 28 of 72 5) I understand that a "person" as defined in Paragraph 287.133(1 )(e), Florida Statutes means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding contract and which bids or applies to bid on contracts for 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. 6) 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.] X Neither 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, shareh.olders, 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 EXCESS THE THRESHOLD AMOUNT PROVIDED IN SECTION 287.017, FLORIDA STATUTES F R CATE RYTWO OF ANY CHANGE IN THE INFORMATION CONTAINED IN THIS FO.RM Sworn to and subscribed before me this IS day of ~ ,2006 Personally known OR Produced identification F t::> L A Lf~' - L{7Cf -(qS -If (02-0 (Type of Identification) Notary Public - State of F loy I Dc.. My commission expires 12../ B f 0 f (Printed typed or stamped Commissioned name of Notary Public) April 21, 2006 City of Miami Beach ~ - ~ NoIary P'ubIc -1IaIe of FIodda ~ . ~er:~~ Rr'n IondedIvNclllonalNoby~ RFP No 21-05/06 29 of 72 t- , ,\Co', /" ~ . ,l~ QUESTIONNAIRE ~_~ ~ ~~_:;~~~~_~:_':~~L~C~.~+~~ ~, Principal Office Address: JJ\ '. ~ --------------------------------------------------------- -LD~-~-lLl~--~--------------------------------- 1d &Ml ..::: -3Qlj' I ~c~i_ 1 t~-' LD______________________________ Official Representative: Individual ~JCircle One) C C2!'~ra~n-j If a Corporation. answer this: ~~::~:~::~:~~~~~_J_~J2~------------------------- In what State: r:: ~ ___________~~jj)1i_____________________________ If a Foreian Corporation: Date of Registration with Florida Secretary of State: ~~::~~-~:~~_~~~~=::~jill!bJ--A_LL&ffi------------ Address of Resident Agent: President's Name: ---------------~-~~~-~-------------- ~~~e-p~~~~~::~~_~~:~~~-~_+-6R-=--------- Treasurer's Name: ~ ~ 1\.. ....,c..... "- EN N l ~__________ Members of Board of Directors April 21, 2006 City of Miami Beach RFP No: 21-05/06 30 of 72 Questionnaire (continued) If a Partnership: Date of organization: General or Limited Partnership*: Name and Address of Each Partner: NAME ADDRESS * Designate general partners in a Limited Partnership I. Number of business: years of relevant experience in operating AlE 2. Have any agreements he~d.~ Consultant for a project ever been canceled? Yes ( ) No .Yf 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: -----------------~ April 21, 2006 City of Miami Beach RFP No: 21-05/06 31 of 72 Questionnaire (continued) 4. Has the Consultant or any of its principals ever been declare~ bJnkrupt or reorganized under Chapter 11 or put into receivership? Yes ( ) No .y> If yes, give date, court jurisdiction, action taken, and any other explanation deemed necessary on a separate sheet. 5. Person or persons interested in this bid and Qualification Form have ( ) have not,v( been convicted by a Federal, State, County, or Municipal Court of any violation of law, other than traffic violations. To include stockholders over ten percent (10%). (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: ----~y~~---------------------------------------------------- ---------------------------------------------------------------- B. List all judgments from lawsuits in the last five (5) years: ____~rJ_~____________________________________________________ ---------------------------------------------------------------- C. List any criminal violations and/or convictions of the Consultant and/or any of its principals: ----~~---------------------------------------------------- 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[-~J~~-16rBL~---------------------- ---------------------------------------------------------------------- ---------------------------------------------------------------------- ---------------------------------------------------------------------- April 21, 2006 City of Miami Beach RFP No: 21-05/06 32 of 72 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 is added to this list after receipt of proposals. -----fu--C,~fuLL~-l~~-~nl,I---------------- ---------------------------------------------------------------------- ---------------------------------------------------------------------- ---------------------------------------------------------------------- --------------------------------------------------------------------- ---------------------------------------------------------------------- ---------------------------------------------------------------------- ---------------------------------------- April 21, 2006 City of Miami Beach RFP No: 21-05/06 33 of 72 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 Print Name ~I.T SS; /' . . ~~~ ' gnature ~_&f2i!2.-_____ Print Name IF CORPORATION: (0 j ",., r 'I e.'J{ '> lCA VV,^ /\.h ,.It '~<"t\<. -----_________________________ tl Print Name of Corporation :l l J) f.o? ,f\J ~ i (,; ,4... e N ti,~.i{; ((. '-, ------------------------------ I 1~(~ ~~ Ai President ~, By: (CORPORATE SEAL) Attest: April ,,'J, 2006 ,~i\y of Mi""lli 8e'"ch RFP No: 21.05/06 34 01 72 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 of2003. 62 (9 MIAMI BEACH City of Mic;Jmi Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www.miamibeachfl.gov PROCUREMENT DIVISION Tel: 305-673-7490 I Fax: 305-673.7851 May 26,2006 RE: ADDENDUM NO.1 TO REQUEST FOR PROPOSALS (RFP) NO. 21-05/06 - COMPLETE TURF MOWING SERVICES (the "RFP") In response to questions and requests for additional information received by prospective Contractors at the pre-RFP meeting of May 17, 2006, 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 due date for submittal of proposals from June 2, 2006 to June 9, 2006 at 3:00 p.m. 2. Change: The deadline due date for submittal of the Risk Assessment Plan and the Performance Evaluation Surveys to June 9, 2006 at 3:00 p.m. NOTE: All Performance Evaluation Surveys must be submitted to the Procurement Office directly from each of the contractor's references, and NOT from the prospective contractors, If the Procurement Division has received Performance Evaluation Surveys from prospective contractors for previous projects within the same business industry, Surveys are not required to be resent from the same person, unless the performance of the contractor has significantly improved or become significantly worse from the previous survey. 3. Change: The title of this Request for Proposals (RFP) to read: COMPLETE TURF MOWING SERVICES. 4. 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. 5. Please see the previous Bid Tabulation for the current contract. (Attached) NOTE: Country Bills Lawn Care, Inc. was awarded locations as "Additional Work" based on quotes received on an as needed basis through a competitive process between Southern Landscaping and other Mowing/Landscape Maintenance Contractors. 6. Please see the Bidnet Planholders. (Attached) 7. Delete the Contractor's requirement, to provide an J.S.A Certified Arborlst. 8. Clarify: The only fertilization requirement will be for Turf Fertilization only. 9. Clarify: The Scope of Services does not Include Tree Maintenance. RFP No. 21-05/06 Addendum No.1 1 10. METHOD OF AWARD: The City reserves the right to recommend the award of a contract to one (1) contractor for the North Mowing locations, and one (1) contractor for the South Mowing locations, if deemed to be in the City's best economic interest. 11. Revise: Page 43, Section 4.5.8, and fifth paragraph to read as follows: "Schedule 37 service visits annually according to the following:" 12. Revise: Minimum Requirements/Qualifications, Paragraph b) to read as follows: The Prime Contractor or its contractor's consultants must be licensed with all required State and/or Local government licenses, and permits. 13. PROCEDURES FOR THE EVALUATION COMMITTEE: In determining the top-ranked proposals, the Evaluation Committee will determine the final ran kings by the following procedures: The contractor that receives more than 50% of the Committee Members flrst- place ranking will be deemed the top-ranked contractor, The second and third ranked contractors will be ranked based on the total low aggregate ranked score, For example, a Committee of seven (7) members rank the contractors as follows: A. 4 - 1at place votes (4x1=4) 1 - 2nd place vote (1x2=2) 2 - 3rcl place votes (2x3=6) 12 13 ~ 1 - 1at place votes (1x1=1) 2 - 2nd place votes (2x2=4) 4 - 3rcl place votes (4x3=12) 17 B. 2 - 1" place votes (2x1=2) 4 - 2nd place votes (4x2=8) 1 - 3rd place vote (1x3=3) The above is the Total Aggregate Ranked Scores. Contractor A, who received more than 50% (4 out of 7) first place votes, would therefore be the top-ranked contractor. Contractor B received an aggregate ranked score of 13, and is therefore, the second-ranked contractor, and so forth. If no contractor receives more than 50% of the first place votes, then the top- ranked and subsequent ranked contractors will be determined based on the lowest total aggregate ranked score as shown in the above example. 14. 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 as stated on Page 57 entitled; ADDITIONAL WORK AND MATERIALS, which will be subject to negotiations, relative to Section 4.8 - Additional Work, and Section 4.9 - Emergency Recovery Services. This information in addition to all required Cost Information will not be accepted by the City after the deadline due date for submittal of all proposals. 15. Change the word "consultant" on Page 27 (Declaration) and Page 30 (Questionnaire) to "contractor". 16. Please see the improved copy of this Request for Proposals (RFP) which has a total of 62 pages. (Attached) RFP No. 21-05/06 Addendum No.1 2 Q. What is the City's current estimated annual budget amount for Turf Mowing? A. The estimated annual contract budget amount Is $500,000. 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 UNotice to Prospective Bidders" questionnaire with the reason(s) for not submitting a proposal. CITY OF MIAMI BEACH ,/"? ./~./ ~-.,.-;:.- (/. l.~'.,,"'.- Gus Lopez, CPPO Procurement Director F:\PURC\$ALL\JOHN\RFP\2i..()S..()6AddendumNo i.doc RFP No. 21-05/06 Addendum No.1 3 e MIAMI BEACH City of Miami IklGch, 1700 Convention Center Drive, Miami Beach, Florida 33139, www.miomibeachR.gov PROCUREMENT DIVISION Tel; 305.673-7490, Fox: 305-673.7851 PUBLIC NOTICE COMPLETE TURF MOWING SERVICES AT ALL NON-CONTRACTED SITES CITYWIDE Request for Proposals (RFP) No. 21-06106 Scope of Services This Request for Proposals (RFP) seeks responses from licensed and high performing contractors with strong professional qualifications in turf mowing services. Pursuant to the City Key Intended Outcome to Maintain and Enhance the Cleanliness levels throughout the Community, the City's Parks and Recreation Department is in need of a "best value" solution. The work consists of furnishing all labor, machinery, tools, means of transportation, supplies, equipment. materials, services and incidentals necessary to provide complete turf mowing services as specified herein. The work shall include but not be limited to, Jitter retrieval and waste disposal, mowing, trimmingl edging, turf management, irrigation system operation maintenance I repair, turf fertilization, and traffic control. Proposed cost shall include all labor, equipment and materials needed to perform those duties set forth in the scope of work. Sealed proposals will be received until 3:00 PM' on June 2, 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 June 2, 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 17, 2006 at 10:30 a.m. at the following address: City of Miami Beach City Hall First Floor Conference Room 1700 Convention Center Drive Miami Beach, Florida. 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 BidNet(s), this new South Florida Purchasing system allows for vendors to register online and receive notification of new bids, amendments and awards. Apr8 21, 2008 City of Miami Beach RF P No: 21-05/08 2 of 82 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 WEBSITE: htto:/Iwww,miamibeachfl.aov/newcitvldeots/ourchase/bidintrO.aso . 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. Pursuantto 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, r~ Gus Lopez, CPPO Procurement Director April 21, 2006 City 01 MllIml Belich RFP No: 21-05106 3 of 62 ce MIAMIBEACH CIty of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www.miomibeachfl.90V 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 a ~~H 5 C. RFP Time Table 5 O. 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 -Perfonnance Evaluation Letter -Performance Evaluation Survey 12 12 13 26 27 28-29 30-34 36 37 April 21, 2006 City of Miami Bnch RFP No: 21-05106 .. 0162 SECTION I - OVERVIEW A. INTRODUCTION / 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 turf mowing services as specified herein. The work shall include but not be limited to, litter retrieval and waste disposal, . mowing, trimming/ edging, turf management, irrigation system operation maintenance / repair, turf fertilization, and traffic control. Proposed cost shall include all labor, equipment and materials needed to perform those duties set forth in the scope of work. The scope of the work is to maintain four (4) designated service levels/areas within North Beach and four (4) designated service levels/areas within South Beach, in a healthy, growing, safe, clean and attractive condition throughout the year. This information 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: RFPlssued April21,2006 Pre-Proposed Submission Meeting May 17, 2006 Deadline for receipt of questions May 23, 2006 Deadline for receipt of responses June 2, 2006 Evaluation committee meetings June/July 2006 Commission approval! 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 June 2, 2006, at the following address: City of Miami Beach City Hall Procurement Division -- Third Floor 1700 Convention Center Drive Miami Beach, Florida 33139 April 21. 2008 City of Millmi Beach RFP No: 21-05108 50162 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 a-mall 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 Qr 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 17. 2006 at 10:30 a.m. at the following address: City of Miami Beach City Hall First Floor Conference Room 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.gov and copy the City Clerk's' office RobertParcher@miamibeachfl.aov. 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 21. 2006 City 01 Miami Baach RFP No: 21-05106 60162 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. Qotion 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 21. 2006 City C'A MllImi Beach RFP No: 21-05106 70162 SECTION II -- SCOPE OF SERVICES The scope of work includes the following services which are attached and labeled Attachment 1 on pages 38 through 62. . Litter retrieval and waste disposal; . Mowing; . Trimming/Edging; . Turf management; . Irrigation system operation maintenance/repair; . Turf Fertilization; 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 maintenanc~. 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 offive (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. 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. April 21. 2006 City of Miami Beach RFP No: 21-05108 8of62 AprR 21, 2008 City of Miami Beach 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 of the Contractor. The City shall not be responsible for safety on or off the job site. The City's on-site observations or inspections shall be only for the purpose of verifying that the maintenance Specifications are being implemented properly. The City's on-site observations or inspections are not for safety on or off the job site. 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. Contractor's Ecuioment 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 RFP No: 21-05106 90162 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 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. Apr~ 21. 2006 City of Miami Beach RF P No: 21-05/06 10 of 62 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 of time. . 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 21 ,2006 City of Miami Belich RFP No: 21-05/06 11 of 62 SECTION'" - 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. AU 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. At a minimum, contractors shall complete the Cost Proposal Form that indicates the total monthly cost for level 1 - 4 Properties, (NORTH AND SOUTH MOWING) on Page 62, and the Schedule of Values Proposal Form (NORTH AND SOUTH MOWING) that indicates the Unit Price/Service and the Annual Total Amount, on Pages 63-66. d) Client Survey: Please provide your client with the Performance Evaluation Letter and Survey attached herein on pages 36 and 37, and request that your client submit the completed survey to the contact person listed on page 6. 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 21, 2008 RFP No: 21-05108 City of Miami Beach 12 of 62 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 30, 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. AprI21.2006 City of Miami Beach RFP No: 21-05106 130182 Risk Assessment Plan Format Please prioritize the risks (list the greatest risks first). Indicate the potential impact to cost (in terms of $). and/or schedule (in terms of calendar Days). You may add/delete the risk tables below as necessary. Maior Risk Items Risk 1: Impact: Solution: Cost ($) Schedule (Days) ,___________,_______________ Risk 2: Impact: Solution: Cost ($) Schedule (Days) ____..______ Risk 3: Impact: Solution: Cost ($) Schedule (Days) ________ Risk 4: Impact: Solution: Cost ($) Schedule (Days) RiskS: Impact: Solution: Cost ($) Schedule (Days) Risk 6: Impact: Cost ($) Solution: Schedule (Days) Risk 7: Impact: Cost ($) Solution: Schedule (Days) RiskS: Impact: Solution: Cost ($) ______________,__ Schedule (Days) Apri 21. 2006 City of Miami Beach RFP No: 21-05106 1.. of 62 Risk 9: Impact: Solution: Cost ($) Schedule (Days) ____,__________,___________,____ Value Added ODtions or Differentials (what YOU will do that the others do not) Vendors should identify any value added options or differentials that they are proposing, and include a short description of how it adds value to the project. Identify if the items will increase or decrease schedule, cost, or expectation. You may add/delete the value tables below as necessary. Item 1: Impact: Cost ($) Item 2: Impact: Cost ($) Item 3: Impact: Cost ($) __ Schedule (Days) Schedule (Days) Schedule (Days) Item 4: Impact:- _ Cost ($) Schedule (Days) ItemS: 1m pact: Cost ($) Schedule (Days) Schedule (maximum six milestones) Milestones (start, finish, no of workdays) Total number of workdays April 21, 2006 City of Miami Beach RF P No: 21-05/06 15 of 82 IV. MINIMUM REQUIREMENTS J QUALIFICATIONS: a) The Prime Contractor shall submit incorporation or other business entity/form documentation with their proposal. Contractor shall have been in continuous services and incorporated in the State of Florida for a minimum of four (4) years. b) The Prime Contractor or its contractor's consultants must be licensed with all required State and/or local government licenses, and permits (irrigation. pest control, horticultural services. etc.). c) The Prime Contractor must have a Certified Pest Control Operator on staff or as part of their team. d) The Prime Contractor must provide a drug and alcohol free workplace. Apri 21, 2006 City 01 MiamI Beach RFP No: 21-05106 160162 SECTION V - EVALUATION/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, Ifturther 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 ofthe 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 of the 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 21, 2006 City of Miami Boach RFP No: 21-05106 17 0( 62 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 21. 2006 City of Miami Beach RFP No: 21.05106 18 of 62 SECTION VI - LEGAL TERMS AND CONDITIONS /INSURANCE A. MODIFICA TIONIWITHDRAWALS 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 of the 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. NEGOTIA liONS The City may award a contract on the basis of initial offers received. without discussion, or may re,quire consultants to give oral presentations based on their responses. The City reserves the right to enter into negotiations with the selected consultant. and if the 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 21. 2006 City of Millmi Belich RFP No: 21-05/06 19 of 62 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 of ten (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 21, 2006 City of Miami Belich RFP No: 21-05106 20 0/ 62 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 If through any cause within the reasonable control of the 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. Apri 21. 2008 RFP No: 21-05106 City of Miami Beach 21 01 62 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. If the 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 of the 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 of the 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 21. 2008 City of Miami Beach RFP No: 21-05106 22 of 62 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 of the City, for the purpose of influencing consideration of this proposal. Pursuant to Sec. 2-449 of the City Code, no officer or employee of the city shall accept any gift, favor or service that might reasonably tend improperly to influence him/l1er in the discharge of his/her official duties. April 21, 2008 City of MIami Beach RFP No: 21.05106 23 of 62 INSURANCE CHECK LIST XXX 1.Workers' Compensation and Employer's Liability per the statutory limits of the stateof Florida. XXX 2. Comprehensive General Liability (occurrence form), limits of liability $ 1.000,000.00 per occurrence for bodily injury property damage to include Premisesl 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 speCifications and that evidence of this insurance may be required within five (5) days after Proposal opening. Vendor Signature of Vendor April 21. 2006 City of Miami Beach RF P No: 21-05106 24 of 62 ATTACHMENT 1 4.0 TECHNICAL SPECIFICA liONS 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 288 th Street, Homestead, Florida, 33030. 8, 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 MA TERIALS N/A. 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 request by the City, the Contractor will supply a current list of supplied equipment used by the Contractor including item, model, manufacturer, year, model and serial number. The Project Manager or her designee shall have the right to inspect and/or reject any specific piece of supplied equipment on the site, by notification to the Contractor. 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. April 21. 2006 City of Millml Beach RFP No: 21-05/06 38 01 62 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 GROUNDS MAINTENANCE FUNCTIONS AND TASKS 4.5.1 Turf Care Maintain turf areas in a healthy, growing green and trim condition by performing the following operation: 4.5.1.1 Site Preparation The Contractor shall prior to mowing retrieve materials and dispose waste to include, and not be limited to, papers, glass, bottles, cans, fallen tree limbs and/or fronds, and all other deleterious materials found on the sites listed herein. Should the Contractor have knowledge of, the existence 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. 4.5.1.2 Mowing General 4.5.1.2.1 4.5.1.2.2 4.5.1.2.3 4.5.1.2.4 4.5.1.2.5 4.5.1.2.6 4.5.1.2.7 April 21. 2008 City of Miami Beach Mowing shall be performed in a workmanlike manner that insures a smooth surface appearance without scalping or leaving any "missed" uncut grass. Rotary mowers will be used on St. Augustine grass. N/A 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. All mower blades are to be sharp enough to cut, rather than to tear grass blades. All litter and debris is to be removed from turf before mowing to avoid shredding that will damage turf appearance, or items that may be propelled by mower blades. Mowing will be done carefully so as not to "bark" trees or shrubs, or to introduce grass clippings and/or weeds into plant beds, or to damage sprinkler heads, curbs, or other facilities. RFP No: 21-05106 311 of 82 4.5.1,2.8 4.5.1.2.9 Heavy accumulation of grass clippings, which wilt remain visible twenty-four hours after mowing, 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. Clippings or other resulting mowing or edging debris shall not be blown or swept into the street or storm drains. Mowing will not be done when weather or other conditions will result in damaged turf. 4.5.1.3.1 4.5.1.3 Mowing Specifics 4.5.1.3.2 St. Augustine Grass and Bahia Mow only with a rotary mower. Turf shall be mowed at 3 W 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. 4.5.1.4 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 excess clippings. Paved areas (hard edges) shall be edged every 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. Line trimmers or herbicides 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 or irrigation components. Grass will be line trimmed at the same height as adjacent turf is mowed, and contractor is 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. Mechanical line trimmers are not to be used within twelve (12") inches of tree or pin 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. April 21. 2006 City of Millmi Belich RFP No: 21-05106 40 of 82 4.6.2 N/A. 4.6.3 N/A. 4.5.4 N/A. Landscape areas shall be raked and cleaned of excess clippings, leaves, sticks, twigs, and all litter during each maintenance day. 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. 4.6.6 Litter Control 4.5.5,1 Contractor Generated Trash: The Contractor shall promptly remove all debris generated by his mowing, trimming, edging, and litter control 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. 4.5.6 Fertilizer Apr~ 21. 2005 City of Miami Belich 4.5.6.1 Turf 4.5.6.1.1 St Augustine St. Augustine turf shall be fertilized three (3) times per year in the first two weeks of April;" July and the last two weeks of October at a rate of 1 lb. of Nitrogen(N) per 1000 square feet of area. The N< P< K ratios may vary with the time of year of the application or at the discretion of the City. The fertilizer material will be a complete, professional grade material containing minor elements with a minimum of 25% slow release nitrogen (N) ,and labeled for turf-grass use. The four required applications to turf- grass areas shall consist ofthree (3) fertilizer applications with a 5:1:2 N<P<K ratio, and one (1) fertilizer plus insecticide application with a 5:1:2 N<P<K ratio, for the prevention/control of turf-grass pests such as chinch bugs. Or as prescribed by City. 4.5.6.1.2 Bahia Bahia turf shall be fertilized three (3) times per year in the first two weeks of April; July and the last two weeks of October at a rate of 1 lb. of Nitrogen(N) per 1000 square feet of area. The N< P< K ratios may vary with the time of year of the application. The fertilizer material will be a complete, professional grade RFP No: 21-05106 41 of 82 material containing minor elements with a minimum of 25% slow release nitrogen (N),and labeled for turf-grass use. Or as prescribed by City. 4.5.7 General Use of Fertilizers The Contractor shall submit a list of all Fertilizers proposed for use under this Contract for approval by the City Project Manager, including Material Safety Data Sheets MSDS) for each item. Materials included on this list shall be limited to fertilizers approved by the State of Florida, the Department of Agriculture and Consumer Services, and shall include the exact brand name and generic formulation. The use of any fertilizer on the list shall be based on the recommendations of and be performed under the direction of The Supervisor. No fertilizer shall be applied until use is approved, in writing, by the Project Manager as appropriate for the purpose and area proposed. 4.5.8 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, 24 Full Service Visits Annual Schedule: - Schedule 24 service visits annually according to the following: Schedule service for the third week in March; the second week of April; the second and fourth weeks of May (these biweekly visits should occur no closer than ten (10) and no further than seventeen (17) calendar days apart); weekly for the months of June, July, August and September (these weekly visits should occur no closer than six (6) and no further than ten (10) calendar days apart); the third week of October; the fourth week of November and December. 30 Full Service Visits Annual Schedule: - Schedule 30 service visits annually according to the following: Schedule service for the second week of January and February, the third week of March; the second and fourth weeks of April and May (these biweekly visits should occur no closer than ten (10) and no further than seventeen (17) calendar days apart); weekly during the months of June, July August and September (these weekly visits should occur no closer than six (6) and no further than ten (10) calendar days apart); biweekly for the months of October and November and one visit the third week of December. 34 Full Service Visits Annual Schedule: - Schedule 34 service visits annually according to the following: Schedule service for the second week of January and February, the second and fourth weeks of March; (these biweekly visits should occur no closer than ten (10) and no further than seventeen (17) calendar days apart); the first, third and fifth weeks of April. the first. second, third and fourth weeks of May and weekly during the months of June, 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. Api1I 21. 2006 City of MilImi Beach RFP No: 21-05106 42 of 62 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. See Calendars Pages 48 . 51. 4.6 PERFORMANCE CONTROL AND INSPECTIONS 4.6.1 Maintenance Quality The quality objective of all services and materials provided by the Contractor in accordance with conditions and specifications herein is to maintain and service various listed sites, and to keep them in a healthy, growing, clean and attractive condition throughout the year. 4.6.2 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. All work is to be completed in a continuous manner. That is all mowing, edging, 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. 4,6.3 Inspections 4.6.3.1 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 Greenspace Management Personnel shall provide continuing inspection of the sites to insure adequacy of RFP No: 21-05108 43 of 62 Apri 21. 2006 City of Miami Beach 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. 4.6.3.2 The City of Miami Beach Project Manager and the Contractors Representatives shall meet once a month, or more frequently at the discretion of the Project Manager, for a walk-through inspection of selected sites. 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. 4.6.4 Deficiency Notices and Liquidated Damages If the City of Miami Beach Purchasing Agent determines that there are deficiencies in the performance of the contract, the City of Miami Beach Procurement Director will provide a Notice to the Contractor to correct the deficiencies within seven (7) days of notification. If both parties agree that actual damages would require more than seven (7) days to repair, a time frame, in writing, will be determined by the City of Miami Beach Procurement Director for that deficiency. The parties agree that the Contractor shall be liable to the City of Miami Beach for liquidated damages (not a penalty) in the amount of two hundred dollars ($200.00) per day, for each day exceeding the above noted time frame per deficiency that the Contractor fails to correct deficiencies of the Notice. 4.6:5 City of Miami Beach Right to Correct Deficiencies Additionally, and notwithstanding the above provision, the City has the rightto move on site with City forces or private Contractors to correct deficiencies seven (7) days after notification. by the City of Miami Beach Parks and Recreation Department Director, or his designee. If, in the sole discretion or judgment of the Purchasing Agent. 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 the recovering of City costs from the failure of the Contractor to complete or comply with the provision of the Contract. 4.6.6 Quality Control- Performance Reports The Contractor shall submit to the City Project Manager a written report of each service via fax oremail within twenty four (24) hours of the work performed, under terms of the Contract. Written reports of his performance for the proceeding month shall also be submitted not later than the fifth (5lh) 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. April 21, 2006 City of Millmi Beach RFP No: 21-05106 44 of 62 4.7 SCHEDULING 4.7.1 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. 4.7.2 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. 4.7.3 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. 4.7.4 Contractor shall not work or perform any operations during inclement weather which may destroy or damage landscaped areas. 4.7.5 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. 4.7.6 Contractor shall, during the hours and days of operation, respond to all emergencies within two (2) hours. 4.7.7 Contractor shall have completed all Landscape Maintenance functions prior to the scheduled maintenance inspection. 4.7.8 Landscape Maintenance Schedules Contractor shall provide work schedules for each site which shall be submitted to the Project Manager within ten (10) days after the effective date of the Contract. Said work schedules shall be set on an annual calendar identifying the task and frequency of work. The schedule shall delineate the time frames for the landscape maintenance functions or tasks by day of the week, morning and afternoon, Thereafter, any changes in scheduling shall be submitted in writing to the Project Manager within five (5) working days prior to scheduled time for the work. The Contractor shall submit revised schedules when actual performance differs substantially from planned performance. Revisions shall be submitted to the Project Manager within five (5) working days prior to scheduled time for the work. 4.8 ADDITIONAL WORK The Project Manager may, at his discretion authorize the Contractor to perform additional work, including, but not limited to, mowing, trimming, weeding, edging, litter pickup, repairs and replacements when the need for such work arises out of extraordinary incidents such as ApriI21,2006 City of Miami Beach RFP No: 21-05106 45 01 82 vandalism, acts of God, and third party negligence, or for any additional Basic Landscape Maintenance needed. Any work not provided for elsewhere in the Contract and authorized by the Project Manager and performed by the Contractor shall be considered as additional work and shall be paid as specified on the Bid Proposal. Prior to performing any additional work, the contractor shall prepare and submit a written description of the work with a cost estimate to the Project Manager. No work shall commence without the written authorization from the Project Manager. Not withstanding the above authorization, when a condition exists wherein there is imminent danger of injury to the publiC or damage to property, the Project Manager may verbally authorize the work to be performed upon receiving a verbal estimate from the Contractor. However, within 24 hours after receiving a verbal authorization, the Contractor shall submit a written estimate to the Project Manager for the required approval. 4.9 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 suc'cessful 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. 4.10 BID SUBMITTAL In addition to the documentation and information requested herein, the Bidders shall submit the following information with their bid: 4.10.1 Company Profile A profile describing the organization represented by the bidder must be furnished with the bid submittal. This will include: April 21. 2006 City of Millmi Beach *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 RFP No: 21-05106 ..6 of 82 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; * 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; 4.10.4 Skinned Area Maintenance: N/A 4.10.5 Tree and Palm Maintenance Program: N/A 4.10.6 Shrub and Ground Cover Maintenance Program: N/A 4.10.7 Irrigation Maintenance Program: N/A 4.10.8 Equipment Specifications * List all tools, equipment (including manufacturer) and quantities of each type that are proposed to perform maintenance. 4.10.9 Bidder's Supplement * Copies of all applicable licenses, permits. etc. required perform the services; * List of clients with specialty turf types the bidder currently has, along with contact information; *Miscellaneous Information - this section of the proposal should include any additional information about the services or bidder that is not addressed elsewhere in the proposal. 4.10.10 Schedule of Values (attached pages 52 - 56) April 21, 2006 City of Miami Beach RFP No: 21-05106 47 of 82 Twenty-four (24) Full Service Visits. Work to be perfonned during periods highlighted. 2006 JANl'ARY FEBRt:ARY ~lARCH 1 2 3 4 5 6 7 1 2 3 4 I 2 3 4 g 9 10 11 12 13 14 5 6 7 8 9 10 II 5 6 7 8 9 10 11 15 16 17 18 19 20 21 12 13 14 15 16 17 18 .)~ ... <13..- :'14 .. IS' 16 17-' '18'.. .. ....... 22 23 24 25 26 27 28 19 20 21 22 23 24 2S 19 20 21 22 23 24 2S 29 30 31 26 27 28 26 27 28 29 30 31 Al'lUl MAY s :\1 T s T w F s T s :vi T w F 2 4 6 3 5 2 4 7 8 7 8 9 11 12 10 5 6 3 ,P91~d' If 16 t7 18 ~i',~. ,....ii,., .~.,., 21 22 24 j.".. !:~~',: 25 26 27 ..'_.' .,. .','::... "I~L:' 19 20 21 22 23 23 24 25 26 27 28 .'28.~Q". ., ',(";" - 29 ... ..', ..; , . '. : :',,~ :.. 30 Jl:lY AUGUST s w s T w F s T T s M F M T ...,. ....,...... ...... ..... ............... .:L.., .,. ,.. 5'-'" ,..."....., . . ..' . v,. . 9}~,U 1) -~ 16, 11':',18: 2~ 30 . h <~ ~- .'~I. Y28~? :; ~.. .L~';'" ji" .;;;;"..' r"':'~:.; ., .. :: ... ',., . ,': ~, ',' 24 .... 2S ..,.. ~l". ;,.. ,,,.. ;lIL: ?,' ..,.....: ..'.....:,. :.,'. .I.', .... OCTOBER NOVEMBER s T s s F s M T w T M w F T 2 5 2 4 6 7 3 3 4 8 10 6 8 10 9 11 5 7 12 13 14 9 15. 'If .,11. .' '18:;19 .... ".-c.;:" . ..,., ;lII"i1 16 17 12 13 14 )S 22 26 :~ ...,. ... 27 28 23 24 25 .n,'. .:./0,. ,....... .'..,- 28 29 30 29 26 27 30 31 April 21. 2008 City 01 Miami Beach J(;~E s M T F S W T :i. ". >f,.., )) Yuv' (i'i". "i1;;';,: ,', ~~, ' . "~~"",,j~~i:<.:, :~~~:F:,..F" ...... .-~~~:~': ;~''.'.21:-i. ,28,'1'.2$';' '~O,' ..<:> SEPTEMBER S M T W T s )0' .. ,'.';,' 2..... .:,.., '. " . ,.<"-:; :'!': :.:150,16. ; ,..,...y... :t;,., ::~~.., ,:,~.9'W.2..,; ';~F:,U 4':. ,,~~~:;:,- '~~:;"'::~~" :.'.U.30:. .......:...... , . "... :.',....,'.< ;..; ~ .;,". ",~2..:; ~~ DECEMBER s W T s F M T 2 11 3 6 8 9 4 5 7 18 12 15 16 13 14 10 II I7:J~' ;';:1,9.~O"~J:."li< 2J ,,-..:.'... " .' ::::.Y c....:'. .;, .......;.. :'>..:'.:: 24 25 26 27 28 29 30 31 RFP No. 21-05106 48 of 62 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 I' S 1 2 3 4 5 6 1 1 2 3 4 I 2 3 4 8 9 10 11 12 13 14 ii,.... (.. ,7....... 8' 9.:, ,10.., Ii.... S 6 7 8 9 10 II ....... ." ....... Ir, '~(i' i7 . .I~.: Wi 20,. 'il.. 12 13 14 15 16 11 18 l.l"" 'I" ". , 14". IS' 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 21 28 26 27 28 29 30 31 APRIL MAY JU:\'E s M T w T F s s M T W T ... s s M T W T F s 7 8 9 10 It 12 13 .;; ~'I,..:.:,:.'i.:'I.'~ .",: ~, ,.... t:t.::".: ~"lO'.1 ) 7 :!;1'4,',t$",:...I:~':: I)'>: "!!l',:. ~:!; :'~r,~,v." ,:;,;,. J4 J~V}~'!:':I:,2n ~;n: 2S',3if "I:: I 4' '~:17~1 ~ ........',: ....,,','. '~.:'..>'. .',.. 9 10 II 12 13 14 15 18 :."; ,.' ;...~';. ~i. 25 26 27 28 29 2 3 4 5 6 . ::.. L:;;:" 23 24 ...~t~,. '1~,1'1; ,:t8... 1.'L:'20 21 22 23 24 25 26 27 21F 2'1": '3,031 ........'. ,....': 30 JULY Al'Gll!>>T SEPTEMBER S M T W T F S S M T W T F S S M T W T F S >. .... ., ','. ~ ::;: .'.. .t' '2.. ., ~...; ,.,c. CC" .: ;'. .. .. ;~. .. ...'.... ., '., .'.,. ."'. . ....,.. '. ;.., ........ .t! 8 A >. r.. ;n.. 'J" ...rt. .:,. ~. .... ",.. .,: :". >.. .... ,; ..'... 1 ..,' :]~ .... .p' " ~..,.. ~~" 'I:~'" ,:,t.. .I~ii U~. .:.i.... .~, i.': ,.; .. ...... ." .. ... ... .J~ t~. t '21 21,. .." . ,~' .~:. ~4 ~,.. '~'7;' :1"-:,;, ~::-. .,..~c': 2.~ 23 :, .' .. . "".. .... . ... ,':,::'" :.1::" :"'.:",:., 21 lo'ii .... 29. J7' 30;-( It .24; 'is. i~i' :29'" .30.:..: ., '0,' .. .;,;. i'" .. .. , ,. ~; :" : - j: ,..:t.;"."":.. I.'.. ... ..7 ." ,3~ I. : ;',.' .,. ,..'.. i>'.;d ,.,\. , ...., .' I, '. , . :..;::>.. ,:;.: !":' I. , OCTOBER NOVEMBER DECEMBER S M T W T F S S M '1' W T F S S M T W T F S I 2 3 4 5 6 7 1 2 3 4 I 2 8 9 10 II 12 IJ 14 5> ~U 7. III ..0" )~:' ji' 3 4 5 6 7 8 9 ." . ': '~r,:. , 20. H 12 13 14 15 16 17 18 10 II 12 13 14 15 16 .:,"'. )' ....,.. ....' 22 23 24 25 26 27 28 :lgiE .~t:" ,,JIJ): :~~",. :~o"",. ;~~:':::. ,iii,,:: '11'; ,.<. . , ,., .1"'" ....." >: .',.,..:........ iw:, 26 27 28 29 30 24 25 26 27 28 29 30 ... .....: :ii'. ., ,.'..,. 31 April 21, 2006 City of Miami Beach RFP No: 21-05J06 49 of 62 Thirty-four (34) Full Service Visits. Work to be performed during periods highlighted. 2006 JAl\'UARY FEBRUARY MARCil I 2 3 4 S 6 7 I 2 3 4 I 2 3 4 8 9 10 1\ 12 13 14 5; 6 .'}'. 8, t III 'II', 5 6 7 8 9 10 \I , ..., '" "',. 15 1(; .17 18 l~ '2~' )1 12 13 14 IS 16 17 18 .12. IF i4 lS.' 16: If, 'i8 ,I' .> ,i , ..;....: ,.,.." ,,-:;: 22 23 24 2S 26 27 28 19 20 21 22 23 24 2S 19 20 21 22 2J 24 2S 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 I 2 3 .. S 6 :""":' 1-11-:::':: .~,;., ...' . '}. .....,' l' 4 ... d., ...;". S;' 7 8 9 10 11 12 IJ I: ~~~~jii): i; '10,' ......: ,.,r, .~.., Ci. .',' .":."'. ;::... , ., ~ 9 10 11 l;f ..'. . j,lt.. :~~ ~:I ' . . ,. .~. t .; 'Hl' ,:~ ,: 12 13 14 IS '"l,~m'i .',,',.. ,',' .. , 'ii,i"", .,.'.,.. ., ,.", " 16, X'. 18 ,J9 2.9 ;Zl> 22 21 22 23 24 2S 26 27 140:', "i "I"'"""" ~.}, ,......:,.. ,'.'. .. . -, .-. ." '..' ~ i' " ::: :(. ': ;:..~: :" .I..!..:.,..:..._.. ;: ;,:'1;,j':.'h J .;:," ........ , 23 24 2S 26 27 28 29 '28. . 4:7'.' .. "i;i .,~:. -..:'" .;./. '.:.,. .'..'.", 30 T I s M T w T F s .,.., , s M T W T F s s SEPTEMBER M T I W T F s JU..Y AUGUST :': .......... ..:.....',. ....1...,. ..', itJ, .'~' .', .,; ,...,.. r'i ..... ..:..'..:U:. ;~.,Ci ',c. 'IF , : 7.' . ,... , . :.. ,..,;: .". ",'~ ...,' J '". t"'..J". 20' .J;l .... 27-28'T~'" ....", '''I' .,..."'.....,~... '~ ~ ::,::,~ !ii 1<: ,.,. :":... ~. .';. ,.,' '.. ". :i ,:,:.,.. ..' (". 3Q'. ~t.T'.: L"'''''''' ',' ',.:', ':'IQ'.::: ~ ,:1)''':, ,< ,1$, ~~2"m: H'.. I,;, .ff!~:,;': :;, ::'12':, I..~t;;' ',~~'26, ::' ..21," ,1', 3D LT".:.'. 'i~.:CC ';:".";,, ,"I 'i": ~" 2~,:;; 18::' f ..... ..~.~2,. ....~. 19' .. i"':.' ('.,ii' :'; . .: "','i.. :' I. '.j".".I:.,' OCTOBER NOVEMBER DECEMBER S M T W T F S S M T W T )0" S S M T W T F S I 2 3 4 S 6 7 I 2 3 4 I 2 8 9 10 11 12 IJ 14 5 .':. .U 3 4 S 6 7 8 9 .'. ." . ,<' i..ii: i<i: ;~Oi r~n'; 12 13 14 15 16 17 18 10 II 12 13 14 15 16 .: i,.. ..ii,...,:. 'd .n:!:"": 22 23 24 2S 26 27 28 ,1~,"[ :~',: :~~;!~i ~ . Mi'., <all. ;'~~~\ ,:~~;' m ib.:: ;,23,. ."',.'" '.::,T"', ;'." .,.. ~~'I.: '30'.i ," 26 27 28 2' 3D 24 2S 26 27 28 29 30 .. ,., " April 21, 2008 City of Miami Beach RFP No: 21-05106 50 01 82 Thirty-seven (37) Full Service Visits. Work to be performed during periods highlighted. :Z006 JANt:ARY FEBRUARY :\fARCH I 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 II 5 .., 6....... .7 :~: .9,.. 10 1.1' ......... ..,; , ... ]5".. .16...... 11 IS .. 19 2(} ,.. 21 12 13 14 'IS .l~. 11, 18 12 13 14 15 16 17 18 '..' . . .... .... ... 22 23 24 25 26 27 28 19 20 21 22 23 24 25 1,9 ,20 21. 22, 23,.' 21', :25 >... ,.- '.: 29 30 3\ 26 27 28 26 27 28 29 30 31 APRIL MAY JU~E S M T W T F S S M T W T F S S M T W T F S 1 '.... .. j;i. :: ," , .' I....,'. .... ," . ..'".... 2 3 4 5 6 7 8 ,." J~ .." .. ,JO';'.. ." ". ..! !:, "2Q. . ',: 1$, ... :'1 .1'" " ::'~ i " h .. ., ...... :';, .,:,,:;0 . .. .... , . :)8' 19 '~Q :.21 ." "23" : 24: .C.'.. "c' ~J'. I; ,27. ,21.: ":'. ....." , ..... 23<" .... .. .26.. .. :-: 7.' '28., ;~~,';.: 28.' 29. ~' ..... '25 ,.16 :~t :~..i , ;.28" ."30.' ".'.. .... , .....,:.: ,::: .' ..... '..' .-... .. .... ...:....... :':"..... 30 JULY s F M T w T ... >,:..... J'/ '..., .'7'.'" ..JL...... ...:, v..'.. 'I"'. i"-<I.t,... ..., "'1. ;........... . 1: '20:21'..~~' , ." ;'U'29 .".('" ,.-'". ':Y...: . ..... .... .... '..(' ... .:....:..... ,....~: .,... , ' . ... '.. ... ...... ~Q,.~l( OCTOBER s w 'f F M T ....,.:c ..'. ... ''', . i". 7',. :..:,;. ~ ::tf.. '.ZO:, .,....... '.2'1':28 ........::. ',." .. ............'. .. , ,'2'6. I,::: :'~i~'~' .,',. April 21, 2008 City 01 Miami Beach AUGUST S T F s w T s M ..27,ZII ',' ..~/ :~> ..~..: ...... .'1".. ill'. :111 ..... '~9 ..:': ;~4' '.25',. 24,' iir;30~1....'. ......,.... ,... .:': ....... ..1..... ...... II',. .....11... 13'. ...1." 'IS'; 20' '2,.)~'''' NOVEMBER s S S M T w T F .'.......... .'. ...1...,..1.":-...........' ..,.... .....' "...::., .... .:.....,":... ~ 6 7 8 9 10 11 n .'..15....;:: ,17 ~8 .. .~~....,....... . '.' .,. ....... .....' 20 21 22 23 24 25 19 26 28 30 29 27 SEI'TEMBER s W T S M T F "......::' I'.. ..;2 4';,,,::> , ,. d.. ..:' ..::' ,10(,:> 17 :,l' ,...:'~" :'~f: ,~5 , "26-):: ,9 ....'. .""." ,'J4..;, .15...16', ill:. '?l,." ' ~l:., ':23'.: ~7::;' ;2B,::2.9~':" >30', DECEMBER S M l' W T F S 1 2 3 4 ~ 6 7 8 9 lQ, ;i:1,;'J~;"< u ''''.''. ;;,,7.; ': 17 18 19 20 21 22 23 24 2"::~; 2$:2li :'~1 31 RFP No: 21.05106 51 of 82 NORTH MOWING LEVEL 1: Thirty-seven (37) Services Annually ]. North Shore Park and Youth Center - 50 I nnd St. 2. Polo Park - 4301 N. Michigan LEVEL 2: Thirty-four (34) Services Annually I. Muss Park - 4400 Chase Ave. 2. Muss Park Median - 43cd and Meridian Ave. 3. 42nd S1. swa]e - Both sides of street Prairie Ave. to Pintree Dr. 4. Brittney Bay Park - W. Indian Creek Drive between 63rd and 65th Streets 5. Fisher Park - 50lh St. and Alton Rd. 6. La Gorce Park - 6421 Alton Rd. 7. Normandy Shores Park - 240] Biarritz Dr. 8. Normandy Shores Tennis -Intersection of Bay Dr. and N. Shore Dr. 9. Pinetree Park - 451h S1. and Pinetree Dr. 10. Police Substation - 691h S1. and Indian Creek ., ] I. 7151 Street Welcome Sign - At western city limits on 7151 St. & Normandy LEVEL 3: Thirty (30) Services Annually 1, Crespi Park - 780 I Crespi Blvd. 2. Fairway Park - 200 Fairway Dr. 3. Poinciana Park - North of 63rd between N. Bay Dr. and La Gorce Dr, 4. Stillwater Park - 8440 Hawthorn Ave. 5. N. Bay Rd. and 63rd. St -landscape chop 6. 44lh St. and Nautilus Dr. -landscape chop 7. Tatum Park - 8050 Byron Ave. 8. 8151 S1. Park - 8151 St. and Crespi Blvd. 9. 4151 S1. - From 441h S1. to Collins Ave. 10. 46th St. and Collins Ave. - Boathouse area II. Fire Station - 53rd. St and Collins Ave. ] 2. 53rd $1. and Collins Ave - Beach (coral rock) wall area. ] 3. 53rd S1. and Collins Ave - Boathouse area. From the pumping station to 5330 blk. 14. Carriage House - 5330 Collins Ave. ] 5. 6ih S1. Triangle - $wale at Indian Creek/Abbott 16. Abbott Ave and Indian Creek Triangle - Side swa]e 17. Pinetree Dr. - 461h St. to the bridge to 49th S1. bus stop 18. 5151 Terr. And Lakeview/Cherokee Dr. - By Golf Course 19. 5151 $1. and Lakeview - Corner on left going west. 20. 5] st St and Alton - Center triangle and right corner going west Apri 21. 2006 City of Miami Beach RFP No: 21-05/06 58 0162 Level 3 Coot. 21. 600 I & Pinetree - dead end by the water. 22. 63rd St. Pine Tree Circle - on corner 23. 8151 St & Hawthorn - old dump at 8151 and Crespi 24. 1410 Daytonia Rd. - Biscayne Point Swale 25. 1400 Cleveland Rd. - Biscayne Point Swale 26. 1145 Noremac Ave. - Biscayne Point dead end 27, Biscayne Point Entrance and Bridge Approach -7ih and Biscayne Lane 28, 7 I 51 St. and Biarritz - Triangle and Swale area 29.6900 Bay Dr, and Brest Esplanade - Bay Dr. and Brest Esplanade 30. Bay Dr. and Versailles - King Cole Hotel 31. 110 I Biarritz Dr. and Rue Versailles - Cui de sacs 32. 620 Trouville Esplanade and Normandy Dr. - Center parkways 33. 1690 Trouville Esplanade and Bay Dr. - Street end north and south 34. 6830 Rue Grandville and Biarritz Dr. - CuI de sacs 35. 1919 Rue Grandville and Bay Dr. - Street end and seawall 36. 1905 Rue Grandville at Calis Dr. - two small chops 37. North Shore Open Space Park - Collins Avefrom 791h to 86th. 38. North Shore Open Space Park Out Parcels 39. Bay Drive and Rue Grandville - across the street from] 919 40, Bay Dr. and Rue Grandville - strip from Bay Dr. to the bay. 41. Rue Granville and Biarritz Dr. - side planting LEVEL 4: Twenty-four (24) Services Annually I. S.E Corner of 761h St. and Collins Ave. - small swale between curb and sidewalk on south side of 76th St. east of Collins. 2. 7150 Indian Creek - Street end seawall 3. 62nd S1. Pumping Station - 62nd and 6145 La Gorce 4. 85th St. Bridge Approach 5. 75lh S1. and Dickens - Water Treatment, fenced area, on west side 6. 73rd and Dickens - Bridge approach 7, nnd and Dickens - Parking Lot, west side where guardrail is located 8. nnd and Dickens - Seawall 9. 73rd St. Medians - Dickens and Harding 10. 2135 Biarritz Dr. and Calais - Bridge approach both sides 11.2316 W, Bay Dr. - Street end, Biarritz area 12. Normandy Pumping Station - 601 Hagan S1. and Southshore Dr. 13. South Shore Dr, and Biarritz - Street end 14. 7151 S1. Bridge and Bridge embankment IS. 1630 Bayside Lane - Street ends and canal bank 16. 80th St Street ends - Tatum Water Way Dr. 17. Butterfly Park - Corner of Wayne and Michaels 18, Tatum Water Way Dr, Triangle _791h Street April 21. 2008 City of Miami Baach RFP No: 21-05106 59 of 62 Level 4 Cont. 19, Tatum Water Way Dr. and 77lh St. - Bridge approach 20. North Beach Elementary AlIeyway - 41 SI St. and Prairie Dr. 21. 880 Jones St South Shore Dr. - Dead end 22. 7136 Bonita Dr. - Street end seawalI 23,7151 St Pumping Station 7151 St. and Bay Dr. 24. 7227 Fairway Dr. - Bridge Approach 3 sides 25.350 Ray St. and Southshore Dr. - Street end seawall 26. 193 Fairway and Northshore Dr. - Street end seawall April 21.2008 City 01 MilIml Beach RFP No: 21-05106 6D of 62 SOUTH MOWING LEVEL 1: Thirty-seven (37) Services Annually 1. City Hall- 1700 Convention Center Drive. 2. Police Station - 1100 Washington Ave. 3. Lummus Park - Ocean Drive from 51h S1. to 15th S1. 4. 3rd Street Park - Ocean Drive 5. 20lh Street Fountain - 20lh Street and Alton Road 6. South Beach Police Substation - SW Corner of Collins and 2nd. S1. LEVEL 2: Thirty-four (34) Services Annually 1. Alton Road Medians - Michigan Ave. to 62nd. St. 2. Alton Rd. and 29th S1. - Side chops, north and south 3. Alton Rd. and 43rd St. - Side chops, north and south 4. Alton Rd, and 471h S1. - small chop 5. Alton Rd. and 50lh S1. - small swale area. 6. Alton Rd. and 51 sl St. - Bridge approach, north and south 7. Alton Rd and 62nd St. - Side chop. 8. 2pl Street Recreation Center-2100 Washington Ave. 9, Scott Rakow Youth Center - 2700 Sheridan Ave. 10, Palm Island Park - Palm Island II. Maurice Gibb Park (FKA Island View) - Purdy Ave and Dade Blvd. 12. 3 medians on Purdy Ave - In front of and North of Maurice Gibb Park 13. Sunset Islands I & 2 Entrance - 291h St. and N. Bay Road _ 14. Sunset Islands 3 & 4 - Sunset Drive and N. Bay Rd. 15. Bass Museum and Collins Park - 21 sl St. and Collins Ave. 16. 23RD. Street Library 17. 6th Street Community Center - 61h S1. between Meridian and Jefferson. LEVEL 3: Thirty (30) Services Annually 1. ISI Street Swales and Medians - Washington Ave to Jefferson Ave. 2. 17'h S1. and West Ave. - Bridge approach 3. South Pointe Park and Median - Biscayne St. and Washington Ave. 4. Street end - 300' strip of grass south of Penrods, 5. Flamingo Park - 111h to 15th Streets between Michigan and Meridian Ave, All grass areas , except sports fields. 6. Michigan Ave West of Flamingo - 12 small chops 7. 141h Street Park - Western street end of 14th Street. 8. Baj Road 141h to 16th St. - East and West Swales 9. 23f and North Bay Road - Oreenspace 10. Pinetree Drive Median - 23rd to 2ih Street 11. Hebrew Academy - Swale area 24th and Pinetree Dr. 12. Prairie Ave. and 281h Street - Circular median Level 3 Cont. April 21. 2008 City of Millmi Beach RFP No: 21-05/06 61 of 62 13. Parkview Park - Jefferson and 19lh. 14. Dade Blvd. - North side from Prairie to Pinetree/23rd St. 15. Dade Blvd. Canal Bank ~ North side from the Bay just east of Purdy Ave to 23rd and Pinetree. South side; from 2129 Washington Court to 22"d St. and Washington Ct. 16. Belle Island Park - Island Avenue and Venetian Way 17. Four (4) Medians - Rivo Alto and Venetian Way 18. 2850 Flamingo Drive - Bridge approach both sides 19. 3rd Street Library and Washington Park - 3rd. St and Washington Ave. 20. Fire Station - 11 th St. and Meridian 21. Fountain Area - 41 st Street and Pinetree Drive 22. Bus Bench Area - 40th St. and Indian Creek 23. 40lh St. and Flamingo Dr. - Chop 24. Flamingo Dr. Street-Ends - 2th - 39th Street 25. 35lh St. and Flamingo - Landscape chop 26. 33rd. St. and Flamingo - Landscape chop 27. Flamingo Dr. and Pinetree Drive. - Landscape chop 28. 28th St. and Prairie Ave. - Landscape chop 29. 24lh St. and Lake Pancoast Dr. - Bridge approach 30. 23rd. S1. and Flamingo Dr. - Bridge Approach 31. Fire Station - 23rd. S1. and Dade Blvd. 32. 29th S1. Street-end - Bathroom area LEVEL 4: Twenty-four (24) Services Annually _ 1. Pumping Station - Alton Road and 41 st S1. April 21. 2006 City of Miami Beach RFP No: 21-Q5I06 62 of 62