HomeMy WebLinkAbout507-2005 RDA Reso RESOLUTION NO. 507-2005
A RESOLUTION OF CHAIRMAN AND MEMBERS OF THE MIAMI BEACH
REDEVELOPMENT AGENCY APPROPRIATING AND TRANSFERING TO THE CITY OF
MIAMI BEACH $105,651 IN CITY CENTER RDA FUNDS TO FUND PROPOSED
CONTRACTS BETWEEN THE CITY OF MIAMI BEACH AND NEIGHBORHOOD
MAINTENANCE, INC., FOR THE BEACHWALK AND BOARDWALK, AND WITH
FLORIDA LAWN SERVICE, INC., FOR THE SPOIL AREAS, SUBJECT TO AWARD OF
THE CONTRACTS BY THE MAYOR AND CITY COMMISSION, IN CONNECTION WITH
REQUEST FOR APPROVAL TO AWARD CONTRACTS PURSUANT TO INVITATION TO
BID NO. 08-04/05 FOR LANDSCAPE MAINTENANCE SERVICES, IN THE ESTIMATED
ANNUAL AMOUNT OF $275,804.
WHEREAS,the purpose of Invitation to Bid No.08-04/05(the"Bid")is to establish contracts,
with qualified vendors, for the provision of landscape maintenance services for the Beachwalk,
(1400—2100 Collins Avenue), Boardwalk(2100—4600 Collins Avenue),and Spoil Areas(Citywide)
(collectively, the "Project") in accordance with the bid specifications; and
•
WHEREAS, the Bid was issued on March 11, 2005 by the City of Miami Beach with an
opening date of May 5, 2005. Bidnet issued bid notices to twenty(20)prospective bidders and the
Procurement Division sent the bid announcement to the Blue Book online bidding system to further
increase vendor outreach; which resulted in the receipt of four(4) bids; and
WHEREAS,the maintenance period shall begin 10 days after receipt of a notice to proceed,
and continue for a period of three(3)years, pending available funding and 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; and
WHEREAS, 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 90 days prior to the renewal date 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 C.P.I as published by the U.S. Department of
Labor; and
WHEREAS, the project manager for the Project may, at his/her discretion, authorize the
successful bidders 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. The
project manager will request quote(s)from the contractors which may be negotiated as required to
obtain a fair and reasonable price. Should negotiations be unsuccessful, the project manager may
request quotes from other contractors for the additional work. Contingency funds in the amount of
$40,074 (17% of contract amount)are available for additional work; and
WHEREAS, upon awarding of the contracts by the City to Neighborhood Maintenance, Inc.,
for the Beachwalk and Boardwalk, and to Florida Lawn Service, Inc. for the Spoil Areas, funds are
available from the City's General Fund(011.0940.000312)in the amount of$170,153,and from the
RDA in the amount of$105,651, to fund these contracts.
NOW,THEREFORE, BE IT RESOLVED BY THE CHAIRMAN AND MEMBERS OF THE MIAMI
BEACH REDEVELOPMENT AGENCY that, subject to the award of Bid No. 08-04/05 by the City of
Miami Beach to Neighborhood Maintenance, Inc. for the Beachwalk and Boardwalk, and to Florida
Lawn Service, Inc. for the Spoil Areas, the Miami Beach Redevelopment Agency hereby
appropriates the necessary funding to the City of Miami Beach, in the amount of$105, 651;-to fund
these contracts. z
PASSED and ADOPTED this 8th day of June, 2005.
1"
ifCHAIRMAN
ATTEST:
22, I co Ar-z To
- sc
SECRE ARY
c---D1,e.t.vuTAN co,
AGEtT,Y DATE
GENERAL COUNSEL bf
thi
t■ B
........... 0 4,4
i
A* t'CORP OWED) "
.1s
..........
,NNvcox's":%
MIAMI BEACH REDEVELOPMENT AGENCY
ITEM SUMMARY
Condensed Title:
A Resolution appropriating $105,651 in City Center RDA Funds to fund proposed contracts between the
City and Neighborhood Maintenance, Inc.,and Florida Lawn Service,Inc.,respectively,subject to award of
the contracts by the Mayor and City Commission,pursuant to Request for Approval to Award a Contract to
Neighborhood Maintenance, Inc.and Florida Lawn Service, Inc., Pursuant to Invitation to Bid No.08-04/05
for Landscape Maintenance Services for the Beachwalk, Boardwalk and Spoil Areas, in the Estimated
Annual Amount of$275,804.
Issue:
Shall the RDA Board appropriate the necessary funds?
Item Summary/Recommendation:
The purpose of Invitation to Bid No. 08-04/05(the"Bid") is to establish a contract,with a qualified vendor
for the provision of landscape maintenance services in accordance with the bid specifications.
It is recommended that Neighborhood Maintenance, Inc. be awarded a contract for the Beachwalk and
Boardwalk while Florida Lawn Service, Inc. is awarded a contract for the Spoil Areas.
The maintenance period shall begin 10 days after receipt of a notice to proceed,and continue for a period
of three(3)years,pending available funding.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.
Neighborhood Maintenance Inc.was established in November 2003 as a Lawn/Landscape/Tree Service
maintenance provider.Contractor will procure Performance Bond in the amount of$100,000,($50,000 per
location)and a Payment Bond in the amount of$50,000($25,000 per location)per year for the duration of
the contract.
Upon award of the contracts to Neighborhood Maintenance, Inc., for the Beachwalk and Boardwalk and
Florida Lawn Service, Inc.for the Spoil Areas, it is recommended that the RDA appropriate the necessary
funding to the City, in the amount of$105, 651, to fund the contracts.
Advisory Board Recommendation:
N/A
Financial Information:
Source of Amount Account , Approved
Funds: 1 $170,153 011.0940.000312
2 $105,651 City Center RDA
Finance Dept. Total $275,804
City Clerk's Office Legislative Tracking:
Gus Lopez, Ext. 6641
S
Sci n-Offs:
Department Director Assistant City I ., ager City Manager
GL KS '' JGM
AGENDA ITEM 3 D
DATE 6—g-OS
CITY OF MIAMI BEACH
tem
CITY HALL 1700 CONVENTION CENTER DRIVE MIAMI BEACH,FLORIDA 33139
www.miamibeachfl.gov
REDEVELOPMENT AGENCY MEMORANDUM
To: Chairman and Members of the Date: June 8, 2005
Miami Beach Redevelopment Agency
From: Jorge M. Gonzalez
Executive Director /
Subject: A RESOLUTION OF CHAIRMAN AND MEMBERS OF THE MIAMI BEACH
REDEVELOPMENT AGENCY APPROPRIATING AND TRANSFERING TO
THE CITY OF MIAMI BEACH $105,651 IN CITY CENTER RDA FUNDS TO .
FUND PROPOSED CONTRACTS BETWEEN THE CITY OF MIAMI BEACH
AND NEIGHBORHOOD MAINTENANCE, INC.AND WITH FLORIDA LAWN
SERVICE, INC., RESPECTIVELY, SUBJECT TO AWARD OF THE
CONTRACTS BY THE MAYOR AND CITY COMMISSION, IN
CONNECTION WITH REQUEST FOR APPROVAL TO AWARD
PURSUANT TO INVITATION TO BID NO. 08-04/05 FOR LANDSCAPE
MAINTENANCE SERVICES FOR THE BEACHWALK, BOARDWALK AND
SPOIL AREAS, IN THE ESTIMATED ANNUAL AMOUNT OF $275,804 .
ADMINISTRATION RECOMMENDATION: -
Approve the Award.
BID AMOUNT AND FUNDING:
$ 275,804 Funds are available from General Fund 011.0940.000312 in the amount
of $170,153; and from City Center RDA in the amount of 105,651.
ANALYSIS:
The purpose of Invitation to Bid No. 08-04/05 (the "Bid") is to establish a contract, with a
qualified vendor for the provision of landscape maintenance services for the Beachwalk,
(1400 — 2100 Collins Avenue) Boardwalk (2100 —4600 Collins Avenue) and Spoil Areas
. (Citywide) in accordance with the bid specifications. In general the spoil area is the area
west of the western edge of the dunes to the eastern edge of the coral rock wall. In areas
were there is not coral rock wall it is from the western edge of the dune to the next point of
city owned property contiguous to the spoil area. Specifically locations were listed in the
bid documents.
The Bid was issued on March 11, 2005 with an opening date of May 5,2005.Bidnet issued
bid notices to twenty(20) prospective bidders. Additionally,the Procurement Division sent
the bid announcement to the Blue Book online bidding system to further increase vendor
outreach. The notices resulted in the receipt of four (4) bids.
ITB No. 08-04/05
Redevelopment Agency Memorandum
June 8, 2005
Page 2
The maintenance period shall begin 10 days after receipt of a notice to proceed, and
continue for a period of three (3) years, pending available funding. 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.
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 90 days prior to the renewal date 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 C.P.I as published by the
U.S. Department of Labor.
Based on the analysis of the four(4) bids received, Everglades Environmental submitted
the lowest bid for Item#2—Boardwalk and Item#3—Spoil Areas Citywide, however when
asked if they would accept an award of a contract for those two areas only, they stated
that their bid was an "All or Nothing" bid and would not accept under those conditions.
Everglades' bid was lower than other bidders since they did not include a price for the
following items in their schedule of values: 1) Turf Mowing;2) Grass Trimming and
Edging; and 3) Turf Fertilization.
It is therefore recommended that the RDA approve the award of a contract to
Neighborhood Maintenance, Inc. for the Beachwalk and the Boardwalk and to Florida
Lawn Service, Inc. for the Spoil Areas.
The Bid total for the two locations ($161,840 from Neighborhood)and the total for the one
location ($73,890 from Florida Lawn) include 34 full service visits annually for each
location. 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 ("landscape maintenance service type work under
normal circumstances")when the need for such work arises. The Project Manager will
request quote(s)from the contractor which may be negotiated as required to obtain a fair
and reasonable price. Should negotiations be unsuccessful, the Project Manager may
request quotes from other contractors for the additional work. Contingency funds in the
amount of$40,074 (17% of contract amount) are available for additional work.
Neighborhood Maintenance Inc. was established in November 2003 as a
Lawn/Landscape/Tree Service maintenance provider. Contractor will procure Performance
Bond in the amount of $100,000, ($50,000 per location) and a Payment Bond in the
amount of $50,000 ($25,000 per location) per year for the duration of the contract. The
Procurement Division obtained favorable references from the following agencies:
• Spec A Dream Home, Inc.: "Work is performed on schedule and in a neat/professional
manner. I would recommend this company."
• Poolscape Design, Inc.: "They consistently provide us great landscaping service.We
recommend them highly."
ITB No. 08-04/05
Redevelopment Agency Memorandum
June 8, 2005
Page 3
• Rodwins Paving: "The quality of work is excellent and very professional.Very detailed
oriented. Excellent Company to work with".
• Metro Construction Group: "Their performance is excellent and very professional.
Florida Lawn has provided landscape maintenance services for the City of Miami Beach for
several years. They will procure Performance Bond in the amount of$50,000, ($50,000 per
location)and a Payment Bond in the amount of$25,000 ($25,000 per location)per year for
the duration of the contract.
SERVICE EXCELLENCE STANDARDS: Excellent Customer Service is the standard of the
City of Miami Beach. As contract employees of the City, these workers will be required to
conduct themselves in a professional, courteous and ethical manner at all times and
adhere to the City's Service Excellence standards.
CONCLUSION
Upon awarding of the contracts by the City to Neighborhood Maintenance, Inc., for the
Beachwalk and Boardwalk and Florida Lawn Service, Inc. for the Spoil Areas, it is
recommended that the RDA appropriate the necessary funding to the City, in the amount of
$105, 651, to fund these contracts.
BID TABULATION:
See attached Bid Tabulation.
•
ITB No. 08-04/05 •
Redevelopment Agency Memorandum
June 8, 2005
Page 4
EVERGLADES NEIGHBORHOOD FLORIDA LAWN SUPEROR
ENVIRONMENTAL MAINTENANCE,INC. SERVICES,INC. LANDSCAPING
Qty
Item Description Unit Price , Total$ Unit Price Total$ Unit Price Total$ Unit Price Total$
BEACHWALK
1 (1400—2100 Collins Ave.) 34 $3,638.58 $123,712.00 $2,655.88 $90,300.00 $1,585.00 $111,000.00 $4,787.41 $162,772.00
BOARDWALK
2 (2100—4600 Collins Ave.) 34 $1,384.24 $47,064.00 $2,104.12 $71,540.00 $1,190.00 $126,210.00 $5261.35 $178,886.00
3 SPOIL AREAS-CITYWIDE 34 $1,262.82 $42,936.00 $2,851.76 $96,960.00 $790.00 $73,890.00 $11,905.67 $404,793.00
Base bid: $213,712.00 $258,800.00 $311,100.00 $746,451.00
Percentage Discount allowed if awarded
entire contract:
BEACHWALK
• (1400—2100 Collins Ave.) 0% $123,712.00 0% $90,300.00 1% $109,890.00 2% $159,516.56
BOARDWALK
(2100—4600 Collins Ave.) 0% $47,064.00 0% $71,540.00 1% $124,947.90 2% $175,308.28
SPOILAREAS-CITYWIDE 0% $42,936.00 0% $96,960.00 1% $73,151.10 2% $396,697.14
Base Bid w/discount: $213,712.00 $161840.00 $73,890.00 $731,522.00
17%Contingency Funds: $27,512.00 $12,561.00
Total Award: $189,352.00 $86,451.00
NOTE: . Everglades qualified their bid with an "all or none"offer,which was contrary to the Bid
specifications. Additionally, Everglades omitted pricing from several schedule of value items that
all bidders were required to submit pricing on.
•