HomeMy WebLinkAboutcover memoCITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
Honorable Mayor and
Members of the City Commission
Arriola
f Admini.strator/City Manager
DATE:
SUBJECT:
REFERENCES.
ENCLOSURES:
AUG 2 3 2004
FILE :
Resolution Authorizing the
Termination of Contract,
Grounds Maintenance Svcs. with
PRIT, Inc. d/b/a U.S. Lawns of
Miami , Bid No. 02-03-015
RECOMMENDATION
It is respectfully recommended that the City Commission amend the attached Resolution rescinding the
award to PRIT, Inc. d/bla U.S. Lawns of Miami, Bid No. 02-03-015, for the provision of grounds
maintenance services to various city facilities.
BACKGROUND
On May 6, 2003 the City Commission adopted Resolution No. 03-415, accepting the bid of Tropical
Evergreen Landscaping, and PRIT, Inc. d/b/a US Lawns of Miami, for the provision of grounds
maintenance services to be utilized by various user departments and agencies, on a contract basis for two
(2) years with the option to renew for two (2) additional one (1) year periods at an estimated annual
amount of $115,980.00, pursuant to Bid 02-03-015. U.S. Lawns of Miami is currently providing grounds
maintenance services to twenty-three (23) City facilities, including the Dinner Key Marina, the Coconut
Grove Convention Center, the City cemetery and various City parks.
After receipt of numerous complaints from the departments of Public Facilities and Parks and Recreation
regarding the poor quality of service provided by U.S. Lawns of Miami, the Purchasing Department has
determined that U.S. Lawns of Miami is in breach of contract, in particular, Section 3.25, of the Bid
Contract, by not performing in full accordance with the specifications as cited in the IFB.
The City has provided U.S. Lawns of Miami ample opportunity to fulfill the requirements of the contract,
and they have failed. The Purchasing Department has documented complaints dating back to July, 2003.
(See attached detailed list of non-performance w/attached pictures and city action taken).
We have conducted two meetings with U.S. Lawns of Miami, have mailed them several letters and have
placed them on probation, but they have continued to lack performance and address the issues on hand.
In an effort to avoid interruption of services at the facilities currently maintained by U.S. Lawns of
Miami, the Purchasing Department has solicited quotes from two vendors, under Bid No. 02-03-015 and
Bid No. 00-01-071, exercising the option to add facilities, as allowed by the contract provisions. It
should be noted that both of these existing City contracts resulted in 90% and 100%, respectively, of
minority participation, with Bid No. 00-01-071 designated as a minority set -aside.
Based on the above facts, and in the City's best interest, it is recommended that the City Commission
amend Resolution No. 03-415 by rescinding its award of contract to U.S. Lawns of Miami.
FISCAL AT TIME OF NEED
AzijirkC
MH/ /M
J S