HomeMy WebLinkAboutR-99-0786J-99-816
10/12/99
3rtT i`' k
r"
C► r 4;' 6
RESOLUTION NO!� J J
A RESOLUTION OF THE MIAMI CITY COMMISSION
ACCEPTING THE BID OF GROVE NURSERY, FOR THE
PROVISION AND INSTALLATION OF PALMS AND CORAL
ROCK BOULDERS AT HADLEY PARK, FOR THE
DEPARTMENT OF PARKS AND RECREATION, AT A
TOTAL COST NOT TO EXCEED $12,250; ALLOCATING
FUNDS THEREFOR FROM CAPITAL IMPROVEMENT
PROJECT NO. 331403, ACCOUNT 589301-860.
WHEREAS, the Department of Parks and Recreation, through
various meetings with neighborhood residents, has determined that
a need exists for the acquisition and installation of palms and
coral rock boulders to be utilized as vehicular barriers at
Hadley Park; and
WHEREAS, Resolution No. 99-248 adopted on April 27, 1999,
accepted the bid from Grove Nursery for the provision and
installation of palms and coral rock boulders in an amount not to
exceed $12,750; and
WHEREAS, additional palms and coral rock boulders are needed
around the perimeter of the park to serve as vehicle barriers;
and
WHEREAS, Grove Nursery, the lowest responsive and
CITY COI+ZWSjCW
MEETING or
C C T 2 6 1,999
Resolution No.
d
r, �� a
l�0
responsible bidder, has
agreed to
honor
bid prices
of
March15, 1999, pursuant to
Invitation for
Bid No.
98-99-080;
and
WHEREAS, funds are available from Community Development
Block Grants appropriated for this purpose in Capital Improvement
Project No. 331403, Account 589301-860; and
WHEREAS, said use of Community Development Block Grant funds
complies with all applicable rules, regulations or laws regarding
same as approved by the Director of Community Development; and
WHEREAS, the City Manager and the Director of Parks and
Recreation recommend that the bid received from Grove Nursery be
accepted;
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY
OF MIAMI, FLORIDA:
Section 1. The recitals and findings contained in the
Preamble to this Resolution are hereby adopted by reference
thereto and incorporated herein as if fully set forth in this
Section.
Section 2. The bid received from Grove Nursery, is
hereby accepted, for the provision and installation of palms and
coral rock boulders as vehicular barriers at Hadley Park, in an
amount not to exceed $12,250, for the Department of Parks and
2 f,
�:�- 106
r
Recreation, with funds therefor hereby allocated from Capital
Improvement Project No. 331403, Account 589301-860.
Section 3. This Resolution shall become effective
immediately upon its adoption and signature of the Mayor.11
PASSED AND ADOPTED this 6h dayof
C)c-tnbc�r , 1999.
JOE CAROLLO, MAYOR
In accordance with Miami Code Sec. 2-36, since the Mayor did not indicate epprmi�t of
this legislation by signing it in the designated place provided, said legil;
becomes effective with the elapse of ten (10) day t date Cornmis�-
regarding same, without the Mayor a rcis' t ,
ATTEST:
Foeman, City Cleric
WALTER J. FOEMAN
CITY CLERK
CORRECTNESS:
773:RCL:hdb
'-� If the Mayor does not sign this Resolution, it shall become effective at
the end of ten calendar days from the date it was passed and adopted.
If the Mayor vetoes this Resolution, it shall become effective
immediately upon override of the veto by the City Commission.
- 3
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
CAwl
TO:
Honorable Mayor and Members DATE: OCT 1 8 1999
FILE
of the City Commission
SUBJECT:
1/0
Resolution Award for
FROM: Landscaping at
H. Warshaw REFERENCES: Hadley Park
City Manager ENCLOSURES:
RECOMMENDATION:
It is respectfully recommended that the City Commission adopt the
attached resolution accepting the bid from Grove Nursery located
at 25790 SW 214 Avenue Homestead, Florida 33031, a Female/Miami-
Dade vendor, in an amount not to exceed $12,250 for the
installation of palms and coral rock boulders at Hadley Park.
These improvements are to be funded from Community Development
Block Grants appropriated for this purpose in Capital Improvement
Project No. 331403, Account Code 589
301-860.
BACKGROUND:
The Department of Parks and Recreation has obtained community
input as to the needs of Hadley Park through various meetings
with the neighborhood residents.
Among be
determined of great need were the installation ofe palmsmandtcoral
rock boulders around the perimeter of the park to serve as
vehicular barriers.
Pursuant to Bid No. 98-99-080, three (3) bids were
received in March, previously
1999 for the furnishing and installation of
palms and coral rock boulders at Hadley Park. Award was made to
Grove Nursery who submitted the lowest responsible and responsive
bid for this service. The Department of Parks and Recreation has
seen a need to purchase additional palms and coral rock boulders
for Hadley Park, utilizing bid prices received pursuant to bid no
98-99-080. Grove Nursery has agreed to honor the bid prices for
this acquisition and installation.
DHW/�/P.R/sb
7 -1
r„
iC``
INTER -OFFICE MEMORANDUM
Donald H. Warshaw City Manager November 19, 19 ` M_
`L=
SUBJECT Approval of Request for
• Formal Solicitation
/ 1 REFERENCES . LO S�
co - -f
Alberto Ruder, Director
( Parks and Recreation Department=�.cLcsuREs c-' z
V
a S
_Z cn
The Department of Parks and Recreation requests
q permission for the City's procures wnClnn.
sectioxi to solicit hidsAMm approved vendors for the projects listed below. m
We have verified with the Capital Improvement's Office and the Department of Budget
and Management Analysis that funds are available as allocated by Ordinance No. 11705
adopted September 28, 1998.
Account Codes Estimated Cost
1- City Cemetery og;-331365
589301-860
$110,000
2. City Cemetery m;P-336006
589301-860
65,000
3. Williams Park oe331351
589301-860
14,000
4. Lemon City Park oe,331386
589301-860
50,000
1. Hadley Park OV1331403
2. Grapeland Park 331310
3. Shenandoah Park e5r- 331360
Account Codes Estimated Cost
589301-860
$10,000
589301-860
10,000
589301-860
20,000
UEner rrojects I Project No. I Account Codi
1. Hadley Park 331403 589301-860
Landscaping
2. Williams Park Coe 331351 589301-860
Bollards
imated Cost
$25,000
15,000
CDBG
State Grant
CDBG.
State Grant
CDBG
Rev. Bond 0
State Grant ^�b
nding Source
CDBG
CDBG
2J-- 166
Budgetary Review and Approval:
N Dipak Parekh, Director
0 t of Budget and Management Analysis
Capital Improvements Review & Approval:
It
nity Development
and 4pvroval
Approval of Project 336006:
4enz- tter Fra c K. Rollason
I�provemestts Aninistrator Deputy Chief, Fire Department
Please indicate below your approval or non -approval of this request.
AR:CH:ms
(Not) pproved: � )ZJ3'
Raul artinez
Assistant City Manger
(Not) pprove
Donald H. Warshaw
City Manger
a
City of Miami, Florida Bid No. 98-99-80
2.0 GENERAL PERMS CONDITIONS FOR THEPURCIS �`E t?FSERVICES
INTENT. The General Terms and Conditions described herein apply to the acquisition of general services
with an estimated aggregate cost of $4,500.00 or more.
2.1. ACCEPTANCE OF OFFER - The signed bid response shall be considered an offer on the part of the
bidder; such offer shall be deemed accepted upon issuance by the City of a purchase order or other
contractual document.
2.2. ACCEPTANCE/REJECTION -The City reserves the right to accept or reject any or all bids or parts of
bids after bid opening and request rebid on the items described in the IFB. In the event of such rejection, the
Director of Purchasing shall notify all affected bidders and make available a written explanation for the
rejection. The City also reserves the right to waive any irregularities or minor informalities or technicalities
in any or all bids and may, at its discretion, re -bid.
2.3. ANTITRUST PROVISION - At such times as may serve its best interest, the City reserves the right to
advertise for, receive, and award additional bids for these herein items, and to make use of other
competitively bid (governmental) contracts, SNAPS Agreements or other similar sources for the purchase of
these goods and/or services as may be available.
2.4. ASSIGNMENT OF CONTRACT - The contractor shall not assign, transfer or subcontract, at any time
during the term of the Contract, or any part of his/her operations, or assign any portion or part of the
Contract, except under and by virtue of written permission granted by the City through the proper officials,
which may be withheld or conditioned, in the City's sole discretion.
2.5. AUDIT RIGHTS AND RECORDS RETENTION - The Contractor agrees to provide access to the City, or
to any of its duly authorized representatives, to any books, documents, papers, and records of the contactor
which are directly pertinent to this Contract, for the purpose of audit, examination, excerpts, and
transcriptions. The Contractor shall maintain and retain any and all books, documents, papers and records
pertinent to the Contract for three (3) years after the City makes final payment and all other pending matters
are closed. Contractor's failure to adhere to, or refusal to comply with, this condition shall result in the
immediate cancellation of this contract by the City.
2.6. AVAH ABII,TTy OF CONTRACT STATE-WIDE - Any Governmental, not -for -profit or quasi -
governmental entity in the State of Florida, may avail itself of this contract and purchase any and all items
specified hereiri from the successful bidder(s) at the contract price(s) established herein.
Each Governmental, not -for -profit or quasi -governmental entity which uses a contract(s) resulting herefrom,
will establish its own contract, place its own orders, issue its own purchase orders, be invoiced therefrom and
make its own payments, determine shipping terms and issue its own exemption certificates as required by the
successful bidder(s).
2.7. AWARD OF CONTRACT
A. The IFB, Bidder's response, any addenda issued and the purchase order shall constitute the entire
contract, unless modified in accordance with any ensuing contract.
B. The award of a Contract where there are Tie Bids will be decided by the Director of Purchasing or
designee.
C. The award of this Bid may be preconditioned on the subsequent submission of other documents as
specified in the Special Conditions or Technical Specifications. The Bidder shall be in default of its
contractual obligation if such documents are not submitted in a timely manner and in the form required
by the City. Where the Bidder is in default of these contractual requirements, the City, through action
taken by the Purchasing Department, will void its acceptance of the Bidder's Response and may accept
the Bid from tAe next lowest responsive, responsible bidder or re -solicit the City's requirements. The
Rev. 6/8/98
City of Miami, Florida Bid No. 98-99-80
City, at its so discretion, may seek monetary restitution fro ' e Bidder and its bid bond or guarantee,
if applicable, as a result of damages or increased costs sustained as a result of the Bidder's default.
D. The term of the contract shall be specified in one of three documents which shall be issued to the
successful Bidder. These documents may either be a purchase order, notice of award and/or contract
award sheet. Where a conflict between two or more of the several documents exists, the contract award
sheet shall take precedence.
E. The City reserves the right to automatically extend this contract for up to ninety (90) calendar days
beyond the stated contract term in order to provide City departments with continual service and supplies
while a new contract is being solicited, evaluated, and/or awarded. If the right is exercised, the City
shall notify the Bidder, in writing, of its intent to extend the contract at the same price, terns and
conditions for a specific number of days. Additional extensions over the first ninety (90) day extension
may occur, if, the City and the Successful Bidder are in mutual agreement of such extensions.
F. The City reserves the right to award the contract on a split -order, lump sum or individual -item basis or
such combinations as shall best serve the interest of the City unless otherwise specified.
2.8. BID SECURITY/ BID DEPOSIT - A cashier's or certified check, or a Bid Bond signed by a recognized
surety company that is licensed to do business in the State of Florida, payable to the City of Miami, for the
amount bid is required from all bidders, if applicable. This check or bond guarantees that a bidder will
accept the order or contract, as bid, if it is awarded to bidder. Bidder shall forfeit bid deposit to the City
should City award contract to Bidder and Bidder fails to accept the award. The City reserves the right to
reject any and all surety tendered to the City. Bid deposits are returned to unsuccessful bidders within ten
(10) days after the award and successful bidder's acceptance of award. If sixty (60) days have passed after
the date of the formal opening of the bids, and no contract has been awarded, all bid deposits will be returned
on demand.
Certified Minority/Women vendors may apply to participate in the City's Bid Bond Voucher Program
by contacting the Minority/Women Business Affairs office.
2.9. BID SECURITY FORFEITED LIQUIDATED DAMAGES - Failure to execute a Contract and/or file an
acceptable Performance Bond, when required, as provided herein, within ten (10) days after written notice of
award has been given, shall be just cause for the annulment of the award and the forfeiture of the Bid
Security to the City, which forfeiture shall be considered, not as a penalty, but in mitigation of damages
sustained. Award may then be made to the next lowest responsible Bidder or all bids may be rejected.
2.10. CANCELLATION - The City reserves the right to cancel all Invitations for Bid before bid opening. In the
event of bid cancellation, the Director of Purchasing shall notify all affected bidders and make available a
written explanatign for the cancellation.
2.11. CAPITAL EXPENDITURES - Contractor understands that any capital expenditures that the firm makes, or
prepares to make, in order to perform the services required by the City, is a business risk which the
contractor must assume. The City will not be obligated to reimburse amortized or unamortized capital
expenditures, or to maintain the approved status of any contractor. If contractor has been unable to recoup
its capital expenditures during the time it is rendering such services, it shall not have any claim upon the
City.
2.12. COLLUSION - The Bidder, by axing a signature to their bid certifies that its bid is made without
previous understanding, agreement or connection either with any person, firm or corporation making a bid
for the same items or with the City Purchasing Department or initiating Department. The Bidder certifies
that its bid is fair, without control, collusion, fraud, or other illegal action. The Bidder certifies that it is in
compliance with Section 2.611, Conflict of Interest and Code of Ethics Laws. The City will investigate all
situations where collusion may have occurred and the City reserves the right to reject any and all bids where
collusion may have occurred.
2.13. COMPLIANCE WITH FEDERAL, STATE, AND LOCAL LAWS - Contractor understands that
contracts between private entities and local governments are subjects to certain laws and regulations,
Rev. 6/8/98
City of Miami. Florida
t3lu rvu..#a-V7-ov
including laws peQ44
g to public records, conflict of interest, r :, x s keeping, etc. City and Contractor
agree to comply wobserve all applicable laws, codes and oraces as that may in any way affect the
goods or equipment offered, including but not limited to:
2.13.1. Executive Order 11246, which prohibits discrimination against any employee, applicant, or client
because of race, creed, color, national origin, sex, or age with regard to, but not limited to, the
following: employment practices, rate of pay or other compensation methods, and training
selection.
2.13.2. Occupation!, Safety and Health Act (OSHA), as applicable to this IFB.
2.13.3. The State of Florida Statutes Section 287.133(3)(A) on Public Entity Crimes.
2.13.4. Minority/Women Business Affairs Enterprise (A WBE) Cih� Ordinances No. 10062, 10538, 11272,
as amended, as applicable to this IFB.
2.13.5. Environment Protection Agency (EPA), as applicable to this IFB.
2.13.6. Uniform Commercial Code (Florida Statutes, Chapter 672).
2.13.7. Americans with Disabilities Act of 1990, as amended.
2.13.8. First Source Hiring Agreement, City Ordinance No. 10032, as amended, as applicable to this IFB.
Implemented to foster the creation of new and permanent jobs for City of Miami residents; requires
as a condition precedent to the execution of service contracts including professional services.
2.13.9. National Institute of Occupation! Safety Hazards (NIOSH), as applicable to this IFB.
2.13.10. National Forest Products Association (NFP.4), as applicable to this IFB.
2.13.11. City Local Preference Ordinance No. 11087, as applicable to this IFB.
2.13.12. Conflict of Interest, City Code Section 2-611; 612.
Lack of knowledge by the bidder will in no way be a cause for relief from responsibility. Non-compliance with all
local, state, and federal directives, orders, and laws may be considered grounds for termination of contract(s).
Copies of the City Ordinances may be obtained from the City Clerk's Office.
2.14. CONFLICT OF INTEREST - Bidders, by responding to this IFB, certify that to the best of their
knowledge or belief, no elected/appointed official or employee of the City is financially interested, directly
or indirectly, in the purchase of goods specified in this IFB. Any such interests on the part of the Bidder or
its employees must be disclosed in writing to the City. Further, you must disclose the name of any City
employee who owns, directly or indirectly, an interest of five percent (51/6) or more of the total assets of
capital stock in the your firm.
2.15. CONTRACT AND BONDS - The bidder whose bid is accepted may be required, within the time
established in the IFB, to enter into a written contract with the City, and if required, furnish performance and
payment bonds on City standard forms in the amounts indicated in the IFB.
2.16. DEFAULT/FAILURE TO PERFORM - The City shall be the sole judge of nonperformance, which shall
include any failure on the part of the successful Bidder to accept the award, to furnish required documents,
and/or to fulfill any portion of this contract within the time stipulated.
Upon default by the successful Bidder to meet any terms of this agreement, the City will notify the Bidder of
the default and will provide the contractor three (3) days (weekends and holidays excluded) to remedy the
default. Failure on the contractor's part to correct the default within the required three (3) days shall result in
Rev. 6/8/98
City of Miami, Florida
Bid No. 98-99-SO
the Contract being inated and upon the City notifying in writre contractor of its intentions and the
t r
effective date of the termination. The following shall constitute default:
A. Failure to perform the work required under the Contract and/or within the time required; or failing
to use the subcontractors, entities and personnel as identified and set forth, and to the degree
specified in the Contract.
B. Failure to begin the work under this Contract within the time specified.
C. Failure to perform the work with sufficient workers and equipment or with sufficient materials to
ensure timely completion.
D. Neglecting or refusing to remove materials or perform new work where prior work has been
rejected as non conforming with the terms of the Contract.
E. Becoming insolvent, being declared bankrupt, or committing any act of bankruptcy or insolvency,
or making an assignment for the benefit of creditors, if the insolvency, bankruptcy, or assignment
renders the successful Bidder incapable of performing the work in accordance with and as required
by the Contract. _
F. Failure to comply with any of the terms of the Contract in any material respect.
All costs and charges incurred by the City as a result of a default or a default incurred beyond the time limits
stated, together with the cost of completing the work, shall be deducted from any monies due or which may
become due on this Contract.
2.17. EMERGENCY/DISASTER PERFORMANCE - In the event of a hurricane or other emergency or
disaster situation, the successful vendor shall provide the City with the commodities/services defined within
the scope of this bid at the price contained within vendor's bid. Further, successful vendor shall
deliver/perform for the city on a priority basis during such times of emergency.
2.18. EVALUATION OF BADS
A. Reiection of Bids
The City may reject for any of the following reasons:
(1) Bidder fails to acknowledge receipt of addenda
(2) Bidder misstates or conceals any material fact in the Bid
(3) Bid does not conform to the requirements of the Bid
(4) Bid requires a conditional award that conflicts with the method of award
(5) Bid does not include required samples, certiflcates, licenses as required
(6) Bid was not executed by the Bidder's authorized agent on the Bid Form
The foregoing is not the all inclusive list of reasons for which a Bid may be rejected. The City may reject
and re -advertise for all or any part of the IFB whenever it is deemed in the best interest of the City.
B. Elimination From Consideration
(1) A contract shall not be awarded to any person or firm which is in arrears to the City upon any
debt or contract, or which is a defaulter as surety or otherwise upon any obligation to the City.
(2) A contract may not be awarded to any person or firm which has failed to perform under the
terms and conditions of any previous contract with the City or deliver on time contracts of a
similar nature.
(3) A contract may not be awarded to any person or firm which has been debarred by the City in
Rev. 6/8/98 accordance with the City's Debarment and Suspension Ordinance.
2.21
2.22.
2.23.
Rev. 6/8/98
-City of Miami, Florida
C.
0Bid No. 98-99-80
Demonstration of Responsibilitv
(1) Bids will only be considered from firms/sole proprietors who are regularly engaged in the
business of providing the services required by the Bid. Bidder's must be able to demonstrate a
satisfactory record of performance and integrity and have sufficient financial, material,
equipment, facility, personnel resources, and expertise to meet all contractual requirements.
The terms "equipment and organization" as used herein shall construed to mean a fully
equipped and well established fuTn/sole proprietorship in the industry as determined by the City. in line with the best industry practices
(2) The City may consider any evidence available re ardin qualifications and abilities of a Bidder, includingg g the financial, technical and other
or any other governmental entity in making the pe award.ast Performance (experience) with the City
(3) The City may require the Bidder's to show proof that the
y are representative of a manufacturer or supplier which is the actual source of supply,p authorized
by the Bid. if required
2.19. FIRM PRICES -The bidder warrants
throughout the duration of the contract unle Prices, otherwise specified in the Is, and conditions FB t S h his/her bid will remain will fum
for the period of performance or resulting purchase orders or contracts, which are to be perfo or d
or
supplied over the designated period of time.
2.20. IlVD)EMMFICATION - The Contractor shall indemnify
City°s agents, oflicers and employees from and against all charges or claims resulting from any bodily
and save harmless forever the City, and all the
loss of life, or damage to property from any act, omission or neglect,b
Contractor shall become defendant in every suit brought for any such causes id action i in; the
y Bidder or its employees; the
the City's officials, agents and employees; the Contractor shall
or
attomey's fees, expenses and liabilities incurred o the defense Of
indemnify against t the City s,
investigation. m"'�' city as to all costs,
y such claims and any resulting
INSPECTION OF BIID - Sealed bids received by the City
available until such time as the City provides notice of a decision he intended decision or within 10 days after
bid opening, whichever is earlier. Bid Tabulations will be
is made to the City Commission b the furnished, after a recomment in endation for the award
request, and upon provision of a self addressed, tamp deenvo envelope by the bidderconcurreto With
receive the user department
INSURANCE tabulation.
Within ten (10) days after receipt of Notice of Award, the successful Contractor, shall
furnish evidence of insurance to the PurchasingDe
demonstrate strict compliance to all requirements listed on the attached form entitled "In
Department. Submitted evidence of coverage shall
Requirements". The City shall be listed as an `°Additional Insured."
surance
Issuance of a purchase order is contingent upon the receipt of proper insurance documents. If the
certificate is received within the specified time frame but not in the m
Bid, the Contractor shall be verbally notified of such deficiency and shall have an additional five 5 insurance
manner prescribed in this Invitation to
-days to submit a corrected certificate to the City. If the Contractor fails to submit the required
documents in the manner prescribed in this IFB within fifteen (15) calendar days after receipt o ) calendar
Award, the contractor may be in default of the contractual terns and conditions and may not awdedthinsurance
contract. Under such circumstances, the Bidder may be prohibited from submitting P f Notice of
Information regarding an awarded the
y insurance requirements shall be directed to the DirectorRisk Mids anagement
InformDepartation
atgardi g a-1700.
INVOICES - Invoices shall contain purchase order number of goods or equipment delivered i
unit price, extended price, etc.)
{ (•e. quantity,
City of Miami, Florida
1 Bid No. 98-99-80
2.24, LOCAL PRE1FEh�CE _City Ordinance 110$7, states a' City Commission may offer to a
responsible and responsive local bidder, whose prim office is located in the City, the opportunity of
accepting a bid at the low bid amount, if the original bid amount submitted by the local vendor does not
exceed 110 percent of the lowest responsible and responsive bidder.
2.25. MINORITY/ PROCUREMENT PROGRAM - Ordinance No. 10062, as amended, entitled the Mino
and Women Business Affairs and Procurement Ordinance ty
of the Ci Florida ri sets forth "...a goal of
awarding at least 51 percent of the City's total annual dollar volume of all expenditures for all goods and
services to Black, Hispanic and Women minority business enterprises on an equal basis." A minority
business enterprise is defused as a business firm "...in which at least 51 percent of said enterprise is owned by
Blacks, Hispanics, or Women and whose management and daily business operations are controlled by one or
more Blacks, Hispanics or Women."
To achieve the goal established by these Ordinances, participation in providing goods and services to the
City by minoritie$ is being encouraged in a number of ways. All bidders doing business with the City are
encouraged to include the participation of minority firms in their bids. In evaluating bids for determination
of awards, minority participation may be a factor. Failure to adequately involve minority firms may be
basis for rejecting any and all bids. a
Possible ways to include minority participation would involve:
1. Joint venture with a minority firm(s)
2. Utilizing minority firm(s) as subcontractor(s).
3. Utilizing minority firm(s) to supply goods and/or services.
4. Successful implementation of well defined affirmative action program.
5. Other forms of minority participation, if properly documented.
Successful bidder(s) shall be required to establish an Affirmative Action Plan, if not, an Affirmative
Action Policy shall be established, pursuant to Ordinance #10062 as amended. Effective date of
implementation must be indicated on the policy.
A "Minority Status Information Sheet" in Section 6.7 is provided to assist bidders in presenting information
conceming minority participation.
Minority and women business firms are encouraged, but not required, to register with the City prior to
submitting bids. The Purchasing Department will provide the necessary forms and instructions upon
request. All bidders are urged to submit bids for any goods or services that they are able to supply,
regardless of minority classification. However, compliance with all requests for information regarding
Minority/Women Status or Participation is required. Bidder's cooperation is greatly needed to aid the City in
achieving its goal.
2.26. MODIFICATIONS OR CHANGES IN PURCHASE ORDERS OR CONTRACTS
No agreement or understanding to modify this IFB and resultant purchase orders or contracts shall be
binding upon the City unless made in writing by the Director of Purchasing. Through the issuance of a
Change Order or Modification to the Contract Purchase Order or Award Sheet as appropriate.
2.27. NONDISCRIMINATION - Bidder agrees that it shall not discriminate as to race, sex, color, age, religion,
national origin, marital status, or disability in connection with its performance under this solicitation.
Furthermore, Bidder agrees that no otherwise qualified individual shall, solely by reason of his/her race, sex,
color, age, religion, national origin, marital status or disability, be excluded from the participation in, be
denied benefits of, or be subjected to discrimination under any program or activity receiving federal financial
assistance.
In connection with the conduct of its business, including rendition of services and employment of personnel,
Bidder shall not discriminate against any person on the basis of race, color, religion disability, age, sex,
marital status or national origin. All persons having appropriate qualifications shall be afforded equal
opportunity for employment
Rev. 618198
t
City of Miami, Florida
��'' Bid No. 98-99-80
2.28. OCCUPATION A CENSE - Any person, firm, corporation ot,,:t venture, with a business location in
the City and submitting a Bid under this IFB shall meet the City's Occupational License Tax requirements in
accordance with Chapter 31.1, Article I of the City Charter. Others with a location outside the City shall
meet their local Occupational License Tax requirements. A copy of the license must be submitted with the
Bid; however, the City may, at its sole option and in its best interest, allow the Bidder to supply the license to
the City during the evaluation period, but prior to award.
2.29. PROHIBITIONS - Contractor represents and warrants to the City that it has not employed or retained any
person or company employed by the City to solicit or secure this Contract and that it has not offered to pay,
paid, agreed to pay any person any fee, commission, percentage, brokerage fee, or gift of any kind
contingent upon or in connection with, the award of this Contract.
2.30. PROMPT PAYMENT - Bidders may offer a cash discount for prompt payment; however, such discounts
shall not be considered in determining the lowest net cost for bid evaluation.
Bidders are required to provide their prompt payment terms in the space provided on the Bid Information
Form. If no prompt payment discount is being offered, the Bidder must enter zero (0) for the
percentage
discount to indicate no discount. If the Bidder fails to enter a percentage, it is understood and agreed that the
terms shall be 2% 20 days, effective after receipt of invoice or final acceptance by the City, whichever is
later.
When the City is entitled to a cash discount, the period of computation will commence on the date of
delivery, or receipt of a correctly completed invoice, whichever is later. If an adjustment in payment is
necessary due to damage, the cash discount period shall commence on the date final approval for payment is
authorized. If a'discount is part of the contract, but the invoice does not reflect the existence of a cash
discount, the City is entitled to a cash discount with the period commencing on the date it is determined by
the City that a cash discount applies.
Price discounts off the original prices quoted on the Price Sheet will be accepted
during the term of the contract. from successful bidders
2.31. PUBLIC ENTM CRIMES - A person or affiliate who has been place on the convicted vendor list
following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or
services to 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 a bid on a lease of real property to a public entity,
may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract
with any public entity, and may not transact business with any public entity in excess of the threshold
amount provided in Section 287.017 of Florida Statutes for Category Two for a period of 36 months from
the date of being placed on the convicted vendor list.
2.32. PUBLIC RECORDS - Contractor understands that the public shall have access, at all reasonable times, to
all documents and information pertaining to City contracts, subject to the provisions of Chapter 119, Florida
Statutes, and Sec. 18-104 of the City Code, and agrees to allow access by the City and the public to all
documents subject to disclosure under applicable law. Contractor failure or refusal to comply with the
provision of this section shall result in the immediate cancellation of this Contract by the City.
2.33. QUALITY OF WORK -The work performed must be of the highest quality and workmanship. Materials
furnished to complete the service shall be new and of the highest quality except as otherwise specified in this
IFB.
2.34. RESOLUTION OF CONTRACT DISPUTES - Contractor understands and agrees that all disputes
between Contractor and the City based upon an alleged violation of the terms of this Contract by the City
shall be submitted to the City Manager for his./her resolution, prior to Contractor being entitled to seek
judicial relief in connection therewith. In the event that the amount of compensation hereunder exceeds
$4,500.00, the City Manager's decision shall be approved or disapproved by the City Commission.
Contractor shall not be entitled to seek judicial relief unless: (i) it has first received City Manager's written
decision, approved the City Commission if the amount of compensation hereunder exceeds $4,500.00, (ii) a
Rev. 618198 period of sixty (60) days has expired, after submitting to the City Manager a detailed statement of the
-city of Miami, Florida
Bid No. 98-99-80
dispute, accomp y all supporting documentation 90 days if 0
Manager's decision is subject
Commission approval); or (iii) City has waived compliance with o City
written instruments, signed by the City Manager. the Procedure set forth in this section by
2.35. RESOLUTION OF PROTEST - Any actual or prospective contractual party who feels aggrieved in
connection with the solicitation or award of a contract may protest in writing to the Director of
Purchasing/Chief Procurement Officer who shall have the authority, subject to the approval of the City
Manager and the City Attorney, to settle and resolve a protest with final approval by the City Commission.
Bidders are alerted to Ordinance No. 11072 describing the protest procedures. Protests failing to meet the
requirements for filing shall not be accepted. Failure of a party to timely file shall constitute a forfeiture of
such party's right to file a protest. NO EXCEPTIONS.
2.36. SERVICE AND -WARRANTY - Unless otherwise specified, the bidder shall define any warranty
and replacements that will be provided. Bidders must explain on the attached Price Sheet that extent
warranty and service facilities are available.
2.37. SILENCE OF SPECIFICATIONS - The apparent silence of these specifications and any supplemental
specification as to any detail or the omission from it of detailed description concerning any point shall be
regarded as meaning that only the best commercial practices are to prevail and that only materials of first
quality and correct type, size and design are to used. All wotiananship is to be first quality.
All interpretations of these specifications shall be made upon the basis of this statement.
If your firm has a current contract with the State of Florida, Department of General Services, to supply the
items on this bid, the bidder shall quote not more than the contract price; failure to comply with this request
will result in disqualification of bid.
2.38• TERNMATION - The City reserves the right to terminate this contract by written notice to the contractor
effective the date specified in the notice should any of the following apply;
1• The contractor is determined by the City to be in breach of any of the terms and conditions of
contract and/or to have failed to perform his/her services in a manner satisfactoryto the Ci the
th
event the contractor is found to be in default, the contractor will be paid for alabor and ma n'als
provided as of the termination date. No consideration will be given for anticipated loss of revenue
or the canceled portions of the contract.
2• The City has determined that such termination will be in the best interest of the City to terminate the
contract for its own convenience.
3• Funds are not available to cover the cost of the services. The City's obligation is contingent upon
the availability of appropriate funds,
2.39. VARICATIONS OF SPECIFICATIONS - For purposes of bid evaluation, bidders must indicate an
variances from bid specifications and/or conditions, no matter how slight. If variations are not stated on the
Price Sheet, it will be assumed that the service to be provided fully complies with the City's specifications.
Rev. 6/8/9S
2k
's,�"�a �.? �.�. , .,.r , . 7 , :i ,•"'vr.�w"i�cscKc�,.vdw..w.we-?aba9i'µ;u�earm„a.:,.a�4.-..._,�. -.
4 -} .
ziJ-- "166
City of Miami, Florida bia rVo. Y8-yy-8u
t . 6.1 BID INFORMATION F1
r g e. a ruary ..3, 99
Bid No.: 98-99-80
Buyer: Sara Gonzalez
Telephone: _ 305416-1909
Please quote on this formts) net prices for the item(s) attached. Return signed original and retain a copy for your
files. Prices should include all costs, including transportation to destination. The City reserves the right to accept or
reject all or any part of this bid. Prices should be firm for a minimum of 90 days.
Reference to manufacturers' names or catalog numbers are for identification only. If alternates are quoted,
complete information must be given.
In the event of errors in extension of totals, the unit prices shall govern in determining the quoted prices.
0
ra%jjN1 iLAm L;VIV-1'1�4.U1'
988-52: LANDSCAPING SERVICES AT HADLEY PARK
We have read your Invitation for Bids, completed the necessary documents, and propose to furnish and deliver,
F.O.B. DESTINATION, the items or service specified herein.
ALL BIDS MUST BE SUBMITTED IN TRIPLICATE OR YOUR BID MAY BE DISQUALIFIED.
Q number of calendar days required to complete work after Notice to Proceed or issuance of
Purchase order.
__ C;2--- _number of calendar days required before commencement of work.
Delivery will be made within -511" calendar days after receipt of purchase order.
Terms: 21Va-10 days Net 30 days Additional discount of % if awarded all items.
(include cash discount for prompt payment, if any) Other Discounts: AZO o if.
Contact Person/Telephone: f e< t./ Term of Warranty for equipment:
Term of Warranty for labor.
C7C ci l t, � v7 f�
All exceptions to this bid have been documented in the section below.
EXCEPTIONS:
11 (f,
I certify that any and all information contained in this bid is true; and I further certify that this bid is made without
prior understanding, agreement, or connection with any corporation, firm, or person submitting a bid for the same
materials, supplies, equipment, or service, and is in all respects fair and without collusion or fraud. I agree to abide
by all terns and conditions of this bid and certify that I am authorized to sign this bid for the bidder. Please print
the following and sign your name:
GROVE NURSERY, INC.
Telephone:
25790 S.W. 214 AVENUE
Fax:
HOMESTEAD, FL 33031
Name:
Title:
E-Mail Address:
Authorized
Beeper.
A 10h i E
T i �
.1
;nature:.,..,
i �.
Vi )
City of Miami, Florida
�^-Bid No. 98-99-080
Yt x.
4.0 SPECIFICATIONS
1• GENERAL
1.1 The contractor shall furnish all labor, materials, equipment, watering, and related work required to place 45
Coral Rock Limestone boulders and planting of 65 palm trees at Hadley Park in accordance with the Bid
Documents and Specifications.
1.2 APPLICABLE STANDARDS
The following standards form a part of these specifications:
A. Unless otherwise specified, all trees shall be FLORIDA #1 or better as set forth in "Grades and
Standards for Nursery Plants," Department of Agriculture. Plant materials not meeting these standards
shall be rejected.
B. The Contractor should pay particular attention to section 3.6 of these specifications. It is
imperative that the maintenance procedures described there -in be followed by the contractor. The
watering schedule must be strictly adhered to.
C. The City reserves the right to reject work, or materials, if it does not meet the requirements set forth in
these specifications or on the contract drawings. Plant materials must meet the requirements set forth
herein upon arrival at the site, at the time of planting, at the time of final inspection and upon
acceptance after the guarantee period.
D. There shall be no substitutions of plants or planting materials unless authorized in writing, in advance,
by the Parks and Recreation Department.
E. The contractor must be a licensed Landscape Contractor by the State of Florida and Dade County, and
shall have labor crews controlled and directed by a Landscape Foreman well versed in plant material,
Planting, reading plans and coordinating between the job site, nursery and the City's Project
Coordinator.
F. The sources for botanical nomenclature shall be
a. Exotica: A.B. Graf, Series 3, 9th Edition
b. Hortus Second: Bailey
1.3 JOB CONDITIONS
A. The contractor shall determine location of all underground utilities an ork d structures, and erfonn the
win a manner which will avoid ossible dams e. Hand excavate, as required, to minimize
Possibility of damage to underground structures. Should underground or overhead structures or
installations conflict with planting, the Contractor shall consult with the Parks and Recreation
Department regarding adjustment of plant locations. The Contractor is responsible for immediate
repair of any damage to any other installations, caused by this work,
B. Water forj,.)lanting projects. including planting and general maintenance, ma not be available. on all
tsites. The Contractor shall supply hoses, nozzles, water trucks and/or any other equipment necessary
o execute the work. Such equipment shall be at the job site at the onset of and during the installation
of all plant material.
"d 6 0
t`T Cr,i,-�iax rr� M1z 7) k i .#. �, ir,Ttu�7�Fvxwuc..u.:w,casu '
yWRITiR s.Se'NIOW,k. �'. ., r�}ri�' k,
City of Miami, Florida 0 Specifications (continued) Bid No 98-99-080
C. Surplus material excavated at the job site shall be removed and disposed of, along with all debris, by
the Contractor at no additional cost to the City.
D. An Irrigation System may exist on some sites, and be functioning t the time of planting. The
Contractor, upon approval of the Parks and Recreation Department may use this system for
supplementary watering, but newly planted trees, palms and sod shall initially require hose watering
consistent with these specifications.
E. A pre -construction meeting will be scheduled with the successful bidder prior to any construction
activity
PLANTING AND MATERIAL INSPECTION
1.5 A. Materials shall not vary in quantity or size from that which is required by the plans, unless such
activity is approved, in writing, in advance by the Parks & Recreation Department. Materials which
do not conform to those specified shall not be accepted and shall be replaced by contractor at no
additional cost to the City. Proper turning of all plants to take advantage of the best and most natural
growth appearance shall be practiced at all times.
B. Acceptable la:-.Jscape practices shall be resolutely observed, All materials damaged or broken during
Planting operations shall be replaced as directed by the City's Project Coordinator, without additional
cost to the City.
1.6 The Contractor shall provide the City's Project Coordinator advance notice regarding proposed delivery
date of plant material to the site, so as to allow on site observation prior to planting. This notice shall be
given not less than three (3) working days from delivery.
2. MATERIALS
2.1
2.2
The plant materials and quantities illustrated in the plans apply to these specifications and to the bid
proposal. The plant materials specified are to be strictly adhered to in the execution of the work.
All palms and trees shall meet or exceed the following standards:
A. The trunk shall be formed, with only slight, inconspicuous, and gradual changes in trunk diameter
typical of the normal growth of the species. All old, remaining frond stalks on palms shall be carefully
removed. Trunks shall be no holes or cavities that retain water, damage caused by lineman spurs,
or nail holes, and only one gouge or depressed area will be allowed, which shall not be more than 1/4
inch deep, 2 inches wide, or 10 inches long.
No nails may be driven into trunk for support.
B. There shall be a minimum of ten leaves frond on all palms of which nine must be excellent leaves,
and the balance good leaves.
C. No droopy leaves; sagging leaves accepted for bottom circle around trunk only. A maximum of 10%
chlorosis allowed and clipping ends of leaflets of blades into lanceolate shape will be acceptable only
on palms planted close to seashore and/or where heavy winds prevail. This must be previously
authorized by the Parks and Recreations Department.
D. All palms and trees shall be balled and burlapped (B & B).
Page 2 of 7
City of Miami. Florida 0 Specifications (continued) Bid No 98-99-080
2.3
2.4
2.5
Roots must be sturdily established in ball that has been tightly wrapped and securely tied with twine or
wire, or pinned. All palms and trees must have been previously root pruned.and/or contain sufficient
roots for continued growth without resulting shock. Burlapping will not be required if a palm or tree is
dug from marl or heavy soil that adheres to roots and retains its shape without shattering, provided
moistened material is used t cover the ball, the roots are not exposed to wind or sun, and the palm is
planted within 24 hours after being dug.
The minimum ball size 30" diameter by 20" deep.
E. All trees shall have a minimum 3-inch diameter at breast height.
Planting soil for trees and palms: 50% muck, 25% coarse sand and 25% humus (consisting of 60%
horticultural peat and 40% sheep manure), both of which shall be free of lumps.
Mulch: All planting areas shall be covered by a minimum 2" layer of Eucalyptus mulch, delivered to the
site in unopened containers. Submit sample of mulch to City's Project Coordinator for approval prior to
delivery and use on the site.
FERTILIZERS AND THEIR APPLICATION:
A. Fertilizers shall be spread uniformly over areas to b sodded, seeded or planted with ground covers by
use of an approved distribution device calibrated to distribute the specified quantities.
B. Rate of application shall be one unit of nitrogen per 1,000 sq. ft. This is equivalent to 16 lbs. per 1,000
sq. ft. or 600 lbs. per acre minimum.
C. Commercial fertilizer shall comply with the state fertilizer laws. A numerical designation for fertilizer
indicates the minimum percentage respectively of (1) total nitrogen, (2) available phosphoric acid, (3)
water soluble potash contained in the fertilizer. The chemical designation shall be as follows:
a. Groundcovers and grasses shall be 6-6-6 at the rate of 600 lbs. per acre.
b. Trees and shrubs as per section 2.5(E) tabletized fertilizer.
c. Palms shall be per Section 2.5 (F).
D. The fertilizer shall have at least 50% of the nitrogen derived from natural organic sources and it shall
contain the minimum minor elements of at least 3 units of magnesium, 1 unit of manganese and 1 unit
of iron.
E. The fertilizer shall be uniform in composition, dry and free flowing, in condition for the application in
unopened bags or other convenient standard containers, each fully labeled with the manufactured
analysis. Any fertilizer which becomes caked or otherwise damaged making it unsuitable for use will
not be accepted.
F. Tabletized fertilizer shall be Agriform planting tablets 20-10-5 formula, 21 gram or equal. All trees
shall be fertilized with tabletized fertilizer. While backfilling plant holes, fertilizer tablets shall be
equally spaced and placed adjacent to the ball mid -way in depth in accordance with the following rate:
Balled & burlapped material shall have 1 table for each '/2 inch of trunk diameter (measured 3 feet
from ground) or for each foot of height or spread of shrub material.
G. Palm fertilizer shall be Palm Special (12-4-12) available from Atlantic -Florida East Coast Fertilizer
and Chemical, Homestead, FL (1-800-432-3413).
Page 3 of 7
City of Miami, Florida Specifications (continued)
y, Bid No 9$-49-080
3. EXECUTION
3.1
3.2
3.3
3.4
The planting details and process they illustrate shall be as'specified herein and on the illustrations.
ROOT PRUNING
A. Field grown material shall be root pruned, in preparation or wrapping.
B. The use of anti-transpirants such as "Dowax" or WiltPruf' in compliance with the manufacturer's
specifications in encouraged.
C. Trees susceptible to borer attack and/or sunscald shall be wrapped with burlap, cheese cloth (or equal)
to the first branch. Prior to wrapping the trunk, and approved fungicide shall be carefully applied to
inhibit fungal growth under the wrap, except that trunks sprayed with an anti-tranpirant, such as
"Dowax" need not be wrapped.
PLANTING
A. Planting pits shall be approved by the City's Project Coordinator prior to plantants in
Possible, the pits shall be du and inspected immediate) g Whenever
te. All
efforts shall be made to plant as soon as materials arrive oonothe esatevand no Of l plants rslhiall tremain
unplanted or stockpiled at the site overnight. Planting pits that are empty at the end of the day shall be
temporarily but securely barricaded or temporarily backfilled.
B. Planting pits shall be excavated on the following minimum dimension:
Palms & Trees Pits to be no less than
4' X 4' X 4'
C. All material shall be placed in the planting pit such that the final
grade
the plant's previous growth condition. The plants shall have the same vertical relationship as it did in
its previous locations prior to transplanting.
The final level of the ground and that of the sod shall conform to the surrcmicling grade.
D. Immediately after planting, earth saucers, at least 3" deep, to be filled with water shall be created
around all trees and palms.
GUYING, STAKING AND BRACING
A. Each tree shall be guyed, staked or braced immediately after each planting as illustrated on the
attached details. No nails shall be driven into tree or palm trunks.
B. All guy wires shall be twisted double strand, 12 gauge galvanized steel, secured around the trunk
through new 2 ply fiber bearing rubber garden hose, and covered with a length of 1/2" class 160 PVC
pipe. Guy wires shall be fastened to 2" X 4" X 24" pressure treated wood stakes, top of stake 6" above
ground and painted day-glo orange, as illustrated.
C. All guying and/or bracing shall be of sufficient strength to hold the trees and palms firmly in place and
resist overturning or leaning.
D. All wood used shall be pressure treated southern yellow pine of 2" X 4" or stronger stock.
Page 4 of 7
00-- �i0b
City of Miami, Florida Specifications (continued) Bid No 98-99-080
r
E. Brightly colored plastic flagging shall be maintained all guy wires and stakes throughout the planting
and maintenance period.
Staking and guying of plant material by the Landscape Contractor, including trees and palms, shall be
done according to the planting details. However, this will not relieve him of the responsibility of
resetting plant material after it has been blown over, nor will it relieve him of the guarantee if the
material dies as a result of being blown over. Braces will not be attached to the tree with nails. Any
method of bracing other than those shown in the details must receive prior approval from the Parks
and Recreation Department. Contractor shall replace any guys and stakes removed by unknown forces
during the maintenance period, and restand any trees or palms.
3.5 PRUNING
Pruning and shaping of all trees shall be accomplished only upon prior approval of the Parks and
Recreation, through the Project Coordinator. Pruning shall be permitted only to improve the general
health and appearance of trees in accordance with the character of the plant. All cuts over 1" shall be
painted with approved standard tree paint or compound.
3.6 MAINTENANCE PRIOR TO INSPECTION FOR COMPLETION
A. Maintenance shall begin immediately after each plant is planted and shall continue for 120 days.
B. L Plants shall be watered by hose soaking thoroughly each day for the first two weeks (14 calendar
days) and every other day for the following two -week period. Soaking then shall continue on a
twice weekly basis for another period of three weeks, amounting to a total of 60 (sixty) days after
installation. At the end of this hose soaking period, earth saucers shall be collapsed leaving the
guying and/or staking in place, in accordance with these specifications, and watering shall continue
on a once a week basis for an additional 60 days for an overall total of 120 days.
2. All watering is required without regard to an irrigation system. Contractor is responsible for
providing water at each site.
C. Use of Water Retention Polymers: The water retention agent called "Soil Moist" shall be applied at a
rate of 3 oz. per diameter inch of tree planted. "Soil Moist" will be added as part of the planting mix
and will be uniformly incorporated during the planting operation, so as to surround the root ball. "Soil
Moist" is available from JRM Chemical, 13600 Broadway Avenue, Cleveland, OH 44125 (1-800-962-
4010).
D. Plant maintenance shall include watering, pruning, weeding, cultivation, mulching, tightening and
repairing of guys, stakes, braces, etc., replacement of sick or dead plants, resetting plants to proper
grades or upright position and maintenance of the planting saucer, and all other care needed for proper
growth of the plants. Plant materials rejected during the course of construction shall be removed
within five (5) working days and replaced before the inspection for completion will be scheduled.
E. Spraying and dusting: During the maintenance period and upon the issuance of certificate of final
acceptance, the Contractor shall do all seasonal spraying and/or dusting of all planting. The materials
and methods shall be in accordance with highest standard nursery practices and as recommended by
the County agent and approved by the Project Coordinator through the engineer, prior to
implementation.
F. Protection: Planting areas and plants shall be protected against trespassing and damage. If any
become damaged or injured they shall be treated or replaced, as directed by the Project Coordinator
Page 5 of 7
ti;Cal�'R ir..: •�� �.x
City of Miami, Florida Specifications (continued) Bid No 98-99-080
3.7
3.8
and in compliance with this specifications. No work shall be done within or over planting areas or
adjacent to trees without proper safeguards and protection.
G. Throughout the course of operations, the surrounding area may be in use. It is the responsibility of the
Contractor to ensure that all operations, plant material and equipment are used, maintained and
serviced in a manner to ensure the safety and protection of the public.
H. Damage resulting from erosion, gullies, washouts or other causes shall be repaired by filling with
topsoil, tamping, refertilizing and resodding by the contractor at his expense, if such damage occurs
prior to final acceptance by the City.
INSPECTION FOR COMPLETION
A. Upon completion of the landscape installation, an inspection for completion of work will be held. The
inspection for completion will be held. The contractor shall notify the City's Project Coordinator for
scheduling of the inspection ten (10) working days prior to the anticipated inspection date. The
Project Coordinator will decide if work is ready to inspection and will establish the time and date of
inspection and notify all concerned parties to be present.
B. At the time of completion inspection, if the materials are in whole or substantially acceptable
condition, a written notice will be provided to the contractor that the final maintenance and guarantee
period begins from the date of that inspection.
PLANT MATERIAL GUARANTEE REPLACEMENT AND MAINTENANCE
A. Maintenance:
1. The Contractor shall maintain all Plant materials fora period of six 60 days after the entire
protect is complete. At the conclusion of that period, the landscape installation shall be inspected
by the City's Project Coordinator to determine of all materials are still alive and healthy. Plants
that are sickly or dead shall be replaced at that time and re -inspected by the City Project
Coordinator upon completion of replacement.
2. If there should be a substantial number of plants that are sickly or dead at the time of inspection,
acceptance shall not be granted and the Contractor's responsibility for maintenance of all the
plants shall be extended until all replacements are made.
B. Guarantee: All plants, including palms, shall be guaranteed for a period of twelve (12) months after
the date of inspection for completion of maintenance. All plants including palms shall be alive and in
satisfactory growth at the end of the guarantee period or they shall be replaced at no cost to the City.
C. Replacement: At the end of the guarantee period, inspection shall be made by the City of Miami. Any
plant material required under this Contract that is dead or not satisfactorily growing, as determined by
the City's Project Coordinator, shall be removed from the site; these and any plant material missing .
due to the contractor's negligence, shall be immediately replaced at no cost to the City. Replacement
trees then shall also be guaranteed for one year.
D. Materials and Operations: All replacements shall be plant material of the same kind and size specified
in the Plan List. They shall be furnished and planted as specified, with no additional cost to the City,
except for possible replacements resulting from removal, loss or damage due to occupancy of the
Project in any part, vandalism, or acts of neglect on the part of other, physical damage by animals,
vehicles, etc., provided that the Contractor can demonstrate the serious efforts have been made to
prevent such loss or damage.
Page 6 of 7
- �r66
City of Miami. Florida
�u y t'� ny:
F GUARANTEE PERIOD
Specifications (continued) Bid No 98-99-080
0
I. Inspection of the landscape installation to determine final acceptance of the contract work,
exclusive of the possible replacement of plants, shall be made by the City's Project Coordinator at
the conclusion of the six (6) month and one year guarantee periods, upon written notice requesting
such inspection submitted by the Contractor at least ten (10) days prior to the anticipated date.
2. Final Acceptance: After the one year guarantee period and subsequent inspection, the Contractor
shall be notified, in writing, of the final acceptance of all work if this Division exclusive of the
Possible replacement of plants subject to extended guarantee or if there are any deficiencies of the
requirements for the completion of the work. Other work remaining to be done shall be subject to
reinspection before acceptance.
SPECIAL NOTE REGARDING WATERING OF TREES AFTER PLANTING
Bidders are advised that following the planting of trees and palms a watering schedule will be
established by the City as per section 3.6 of these specifications. The contractor who is awarded the
bid will be required to follow this schedule and have the Park Managers of each park sign off as
evidence that each watering has been completed. A retainage of 10% of the contract amount will be
held by the City for a period of 60 days following the last planting Thereafter, 5% of the bid amount
will be paid to the contractor and the remaining 5% will be retained for an additional 60 days. Bidders
should prepare their bids with this information in mind and plan for the retainage
Page 7 of 7
oj- ►ioJ
CITY OF A'IIAMI, FLORIDA
s BID NO.98-99-080
Hadley Park Landscaping
ITEM 1. For furnishing and installing twenty (20) Malayan Green Coconut Palms (18,
height, 3' grey wood) according to the bid specifications.
C'A,l S`0 • 00 Wo cG;
Dollars and
C, 0
UD Cents
ITEM 1 TOTAL
ITEM 2. For furnishing and installing twenty-five (25) Livistona Chinesis (Chinese Fan
Palms 12' height) according to the specifications.
LISaa•00 eact')
Q nd r.� l kt;rf GY 1
Dollars and —
dv
'(00 Cents
cc
ITEM 2 TOTAL
ITEM 3. For furnishing and placing forty-five (45) "Coral Rock" Limestone boulders
(sizes: 15@ 3"; 15@ 4'; and 15@ 5') in Hadley Park.
Dollars and
Ga Cents
C,e / G'Cv. vC-) ,--,j 1, 1,
I OF 2
ITEM 3 TOTAL
t J �l ""
"r86
S;
ITEM 4: Provision for Special Items
Exceptions to Specifications (if any):
a
_ $1,000.00
ITEM 4 TOTAL
GRAND TOTAL IIPEMS 1 THRU 4
61 C
Social Security or Federal Employer Identification No.�j
Occupational License No. _ �CJ' % 7� —
(Copy to be submitted with this bid)
6p BIDDER: .-V L'� ✓ l ou Signature:
FAILURE TO COMPLETE, SIGN AND
DISQUALIFY THIS BID.
1 OF 2
RETURN THIS FORM MAY
City of Miami, Florida ks�d No. ya-yy-au
y 6.5 tDOR BACKGROUND INFORN CW,,A-,AJ0N
INSTRUCTIONS:
This questionnaire is to be included with your bid. Do not leave any questions unanswered. When the question
does not apply, write the word(s) "None", or "Not Applicable", as appropriate. Please print. i
COMPANY NAME: r I e
COMPANY OFFICERS:
President _lilt A -er J • Ait, 170wD w 7r' Vice President P7 p 01 1-
Secretary._(iPosurre- susao
COMPANY OWNERSHIP:
S V5 Q v1 de t' _ — _s- 3 % of ownership
qo,,i% of ownership
of ownership
of ownership
LICENSES•
1. County or Municipal Occupational License No. ! CJ 7��?-- 7
(attach copy with bid) _/
2. Occupational License Classification % Q (,yi7 y U ,� L �/J free - 1rr- t c e
3. Occupational License Expiration Date:_ 4 30/9 9
4. Metro -Dade County Certificate of Competency No.
(attached copy if requested in Bid or RFP)
5. Social Security or Federal I.D. No. ,5�'J — ,T / 717
EXPERIENCE:
6. Number of Years your organization has been in business:_
7. Number of Years experience BIDDER/PROPOSER (person, principal of firm, owner) has had in operation
of the type required by the specifications of the Bid or RFP:I U
8. Number of Years experience BIDDER/PROPOSER (firm, corporation, proprietorship) has had in
operation of the type required by the specifications of the Bid or RFP: / %
Vf M 6i
oU
DATE OF JOB DESCRIPTION OF JOB
ze R;T-Shlw ;4 4967
CONTACT PERSON:_
i ��S✓UCI�SO �7 PHONE NO.:2
FIRM
R�NA /ME/ADpRESS DATE OF JOB
9fI5
/
DATE OF JOB
DESCRIPTION OF JOB
PHONE NO.:
DESCRIPTION OF JOB
ky/4 /PCT' L�nC!'SCF ltt,
CONTACT PERSON: D. SG .SCih t�
PHONE NO.: 719 — 4(/& — —2 /, j-:7
City of Miami, Florida
Bid No. 98-99-8o
7w;
Vendor Background Information form (page 2)
Experience Record: List references who may be contacted to ascertain information on past and/or present
contracts, work, jobs, that BIDDER/PROPOSER has performed of a type similar to that required by
specifications of the City's Bid or RFP:
FIRM NAME/ADDRESS
nn DATE OF JOB
CONTACT PERSON: r) , tl .4. J e.
FIRM NAME/ADDRESS
*9 &v;12:C:14 c9/�
FMM NAME/ADDRESS
C, 0/-0*,/ a# ., f
a� S-¢, ecrr�r O� -—
DESCRIPTION OF JOB
CONTACT
TO FULLY
PHONE No.:s�
11
CITY OF MIAMI
AWARD SHEET
BID NO. 98-99-080
ITEM: Palms, and Coral Rock Boulders
for Hadley Park
DEPARTMENT: Parks and Recreation
TYPE OF PURCHASE: Short -Term Contract
REASON: The Parks Department has obtained community
input as to the needs of Hadley Park and has
determined a great need to purchase additional
palms and coral rock boulders.
RECOMMENDATION: It is recommended that award be made to
Grove Nursery, Inc. to purchase and install
additional palms and coral rock boulders at
Hadley Park, to purchased under Bid No. 98-
99-080, in an amount not to exceed $12,250.
Funds are available from Community
Development Block Grants, CIP Project No.
331403, Account Code 589301-860.
AwardSheet
Direct ch Ing
o�
Date
vJ_ lUf�
J-99-331 4/12/99 RESOLUTION NO. J "y
— 2 4 S
A RESOLUTION OF THE MIAMI CITY COMMISSION
ACCEPTING THE BID OF GROVE NURSERY FOR THE
PROVISION AND INSTALLATION OF PALMS AND CORAL
ROCK BOULDERS AS VEHICULAR BARRIERS AT HADLEY
PARK, IN AN AMOUNT NOT TO EXCEED $12,750, FOR
THE DEPARTMENT OF PARKS AND RECREATION;
ALLOCATING FUNDS THEREFOR FROM CAPITAL
IMPROVEMENT PROJECT NO. 331403.
WHEREAS, the Department of Parks and Recreation, through
various meetings with neighborhood residents, has determined that
a need exists for the acquisition and installation of palms and
coral rock boulders to be utilized as vehicular barriers at
Hadley Park;
WHEREAS, pursuant to public notice, Invitation for Bid
No. 98-99-080 were mailed to forty-one potential providers of
landscaping; and
t
WHEREAS, three bids were received on March 15, 1999; and
WHEREAS, funds are available from Capital Improvement
CITY cobwsslom
IiM=ING OF.
APR Z 7 1999
Roow1ulion No.
(� f .� & I-; I.
09 / ob
Project No. 331403; and
WHEREAS, the City Manager and the Director of Parks and
Recreation recommend that the bid received from Grove Nursery be
accepted as the lowest responsive and responsible bid; and
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY
OF MIAMI, FLORIDA:
Section 1. The recitals and findings contained in the
Preamble to this resolution are hereby adopted by reference
thereto and incorporated herein as if fully set forth in this
Section.
Section 2. The bid received on March 15, 1999, from
Grove Nursery, is hereby accepted, for the provision and
installation of palms and coral rock boulders as vehicular
barriers at Hadley Park, in an amount not to exceed $12,750, for
the Department of Parks and Recreation, with funds therefor
hereby allocated from Capital Improvement Project No. 331403.
Section 3. This Resolution shall become effective
tj J f l� 6
2 -
immediately upon its adoption and signature of the Mayor.1/
PASSED AND ADOPTED this 27th Y day of April
1999.
JOE CAROLLO, MAYOR
In accordancs vRh Miami Code Sec. 2-36, since the Mayor did not indicate approvcl of
M* +bgisiation by signing it in the designated place ovided, said !ec; s;;; ��•, becomes effective with the elapse of ten (10) day fr the d e of Ccmrriss!.—
regarding same, without the Mayor exer ing a y �
ATTEST: �f _
Wafte roema , ity Clerk
WALTER J. FOEMAN
CITY CLERK
APPROVED T ORN Ir qD CORRECTNESS :t,
_r
3 73 : RCL
If the Mayor does not sign this Resolution, it shall become effective at
the end of ten calendar days from the date it was passed and adopted.
If the Mayor vetoes immediately upon overridthis Resolution, it shall become effective
e of the veto by the City Commission.t