Loading...
C7H-Execute Amendment Landscape Services In Various Areas And MB SoundscapeCOMMISSION ITEM SUMMARY Condensed Title: A Resolution of the Mayor and City Commission of the City of Miami Beach, Florida, Approving and Authorizing the Mayor and City Clerk to Execute Amendment No. 1 in a Negotiated Not-To-Exceed Amount of $164,102.94, to an Existing Agreement between the City of Miami Beach and ValleyCrest Landscape Development, Dated October 13, 2010, for Landscape Maintenance Services on the Boardwalk, Beachwalk, Street ends, and Spoil Areas Citywide, Said Amendment for the Inclusion of the Miami Beach Soundscape. Key Intended Outcome SuJ!ported: Ensure well-maintained infrastructure Supporting Data (Surveys, Environmental Scan, etc.): The 2009 Customer Satisfaction Survey indicated that 79% of businesses rated recently completed capital improvement projects as "excellent" or "good." Issue: I Shall the Mayor and City Commission approve the issuance of the RFQ? Item Summary/Recommendation: The construction of Miami Beach Soundscape was completed on January 23, 2011, with the Parks and Recreation Department's Greenspace Management Division providing site management since January 24, 2011. The landscape, porter, restroom services and pedestrian/seating surface pressure cleanings, are currently provided by ValleyCrest Landscape Development, the general contractor for the SoundScape project. Their continued maintenance services were secured after the initial 90-day maintenance period through the City's Development Manager for the project, Hines, as noted in the Request for Proposal summary letter addressed to Assistant City Manager Jorge Gomez dated January 21, 2011, and Memorandum No. 006-2011 dated June 12, 2011. The work includes, but is not be limited to, litter retrieval and waste disposal, mowing, edging, landscape maintenance, herbicide/insecticide/fertilizer application, turf management, irrigation system operation maintenance, and repair and replacement of plants as required. The price for the services to be provided includes all labor, equipment and materials needed to perform those duties. ValleyCrest was contacted by the Parks and Recreation Department Greenspace Management Division (P&RGMD) on December 5, 2011, to reaffirm its current price for on-going services at the Miami Beach Soundscape, with the intention to formally amend the City's existing agreement with Valleycrest (as selected through ITB 35-09/10 -"Landscape maintenance services on the Boardwalk, Beachwalk, Street ends, and Spoil Areas Citywide") for the remainder of their term, which expires on June 10, 2013, to include the continued servicing of the SoundScape at the current levels provided. On December 6, 2011, ValleyCrest confirmed its current pricing for SoundScape ($164, 102.94). On December 12, 2011, two of the full-service landscape providers currently contracted to maintain public areas citywide (and currently in good standing), Superior Landscaping and Lawn Service Inc. and Everglades Environmental Care, Inc., were contacted by (P&RGMD and asked to submit price proposals in order to verify current market pricing for the services being provided. (P&RGMD received price proposals of $ 236,632 and $205.410, respectively. Following review of the pricing submitted, Parks staff recommended ValleyCrest be contracted to to continue with the current delivery of service provided at the annual price of $164,102.94, and amend Contract No. 35-09/10 to add the Miami Beach SoundScape location to the "Section 3.1 -Scope of Work" of VallyCrest's existing landscape agreement. The quality of the landscape services currently provided by ValleyCrest is to the level specified in the scope of work for ITB 35-09/1 0 and the plant material is in vigorous healthy condition. The site was also recently assessed under the Cleanliness Index Program during the third and fourth quarters of FY 2010/11 and rated an average score of 1.42 which exceeded the City's cleanliness goal of 1.5. Advisory Board Recommendation: IN/A Financial Information: Source of Amount Funds: 1 N/A OBPI Total Financiallm_pact Summary: N/A City Clerk's Office Legislative Tracking: John Oldenburg ext. 6820 T:\AGENDA\2012\1-11-12\Consent\Soundscape Maint. MIAMI BEACH 155 Account AGENDA ITEM~~......._ __ DATE -.!-!.'--..!...>oo:::;,_ ~ MIAMI BEACH City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www.miamibeachfl.gov TO: FROM: DATE: SUBJECT: COMMISSION MEMORANDUM Mayor Matti Herrera Bower and Members of the City Commission Jorge M. Gonzalez, City Manager?L </ January 11, 2012 0 A RESOLUTION OF THE M~ OR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, APPROVING AND AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AMENDMENT NO. 1, IN A NEGOTIATED NOT-TO-EXCEED AMOUNT OF $164,102.94, TO AN EXISTING AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND VALLEYCREST LANDSCAPE DEVELOPMENT, DATED OCTOBER 13, 2010, FOR LANDSCAPE MAINTENANCE SERVICES ON THE BOARDWALK, BEACHWALK, STREET ENDS, AND SPOIL AREAS CITYWIDE, SAID AMENDMENT FOR THE INCLUSION OF THE MIAMI BEACH SOUNDSCAPE. ADMINISTRATION RECOMMENDATION Adopt the Resolution. KEY INTENDED OUTCOMES SUPPORTED Ensure well-maintained facilities FUNDING City Center RDA 168-9966-000312 BACKGROUND The construction of Miami Beach Soundscape was completed on January 23, 2011, with the Parks and Recreation Department's Greenspace Management Division providing site management since January 24, 2011. The landscape, porter, and restroom services, along with the pedestrian/seating surface pressure cleanings, are currently being provided by ValleyCrest Landscape Development, the general contractor for the project. At the conclusion of the maintenance period following installation of the landscaping (90 days), their continued maintenance services were secured through the City's Development Manager for the project, Hines, as noted in the Request for Proposal summary letter addressed to Assistant City Manager Jorge Gomez dated January 21, 2011, and Memorandum No. 006-2011 dated June 12, 2011 (Attachment A), and as further explained in the Memorandum to Commission issued on June 12, 2011 (Attachment B) SCOPE OF SERVICES The Miami Beach Soundscape boundaries extend from the front edge of the western curb of Washington Avenue to the east, west to the property line adjacent to the New World Symphony, north 156 Amendment to ValleyCrest Landscape Development Maintenance Services Contract January 11, 2012 Page 2 of2 to the edge of the roadway (including curbs) at the south side of 17th Street and south to the front edge of the curb on the of Lincoln Lane. The location is currently serviced daily from 9:00 a.m. to midnight on Fridays and Saturdays and 9:00a.m. to 10:00 p.m. on Sundays through Thursdays. The work includes, but is not be limited to, litter retrieval and waste disposal, mowing, edging, landscape maintenance, herbicide/insecticide/fertilizer application, turf management, irrigation system operation maintenance, and repair and replacement of plants as required. The price for the services to be provided includes all labor, equipment and materials needed to perform those duties. COST COMPARISON PROCESS ValleyCrest was contacted by the Parks and Recreation Department Greenspace Management Division on December 5, 2011, to reaffirm its current price for on-going services at the Miami Beach Soundscape, with the intention to formally amend the City's existing agreement with Valleycrest (as selected through ITS 35-09/10 -"Landscape maintenance services on the Boardwalk, Beachwalk, Street ends, and Spoil Areas Citywide") for the remainder of their term, which expires on June 10, 2013, to include the continued servicing of the SoundScape at the current levels provided. On December 6, 2011, ValleyCrest confirmed its current pricing for SoundScape. On December 12, 2011, two of the full-service landscape providers currently contracted to maintain. public areas citywide (and currently in good standing), Superior Landscaping and Lawn Service Inc. and Everglades Environmental Care, Inc., were contacted by the Parks and Recreation Department Greenspace Management Division and asked to submit price proposals in order to verify current market pricing for the services being provided at the Miami Beach Soundscape. The Parks and Recreation Department received the following price proposals by December 19, 2011: Annual Price ValleyCrest Landscape Development $164,102.94 Everglades Environmental Care, Inc. $205,410.00 Superior Landscaping and Lawn Service Inc. $236,632.00 Based on the above analysis, it was concluded to be in the best interest of the City to continue with the current delivery of service provided by ValleyCrest Landscape Development at the current annual price of $164,102.94, and amend Contract No. 35-09/10 to add the Miami Beach SoundScape location to the "Section 3.1 -Scope of Work" of VallyCrest's existing landscape agreement. it is important to note that the quality of the landscape services currently provided by ValleyCrest is to the level specified in the scope of work for ITS 35-09/10, and the plant material is in vigorous healthy condition. The site was also recently assessed under the Cleanliness Index Program during the third and fourth quarters of FY 2010/11 and rated an average score of 1.42, which exceeded the City's cleanliness goal of 1.5. CONCLUSION The Administration recommends that the Mayor and City Commission execute Amendment No.1 in a negotiated not-to-exceed amount of $164,102.94, to the existing Agreement between the City of Miami Beach and ValleyCrest Landscape Development, dated October 13, 2010, for "Landscape maintenance services on the boardwalk, beachwalk, streetends, and spoil areas citywide," to include landscape, porter, and restroom services, along with the pedestrian/seating surface pressure cleanings, at SoundScape. JMG/HMF/KS/JO 157 RESOLUTION NO. ----- A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, APPROVING AND AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AMENDMENT NO. 1, IN A NEGOTIATED NOT-TO-EXCEED AMOUNT OF $164,102.94, TO AN EXISTING AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND VALLEYCREST LANDSCAPE DEVELOPMENT, DATED OCTOBER 13, 2010, FOR LANDSCAPE MAINTENANCE SERVICES ON THE BOARDWALK, BEACHWALK, STREET ENDS, AND SPOIL AREAS CITYWIDE, SAID AMENDMENT FOR THE INCLUSION OF THE MIAMI BEACH SOUNDSCAPE. WHEREAS, on September 15, 2010, the Mayor and City Commission accepted the recommendation of the City Manager pursuant to Invitation to Bid (ITB) No. 35- 09/1 0 for landscape maintenance services on the boardwalk, beachwalk, street ends, and spoil areas Citywide (the ITB); and WHEREAS, the Mayor and City Clerk executed agreements with Luke Sawgrass Landscape, Superior Landscaping and Lawn Service, Inc., and ValleyCrest Landscape Development, on October 13, 201 0; and WHEREAS, the Miami Beach Soundscape has been included as part of the list of facilities noted in the scope of work in the ITB; and WHEREAS, ValleyCrest Landscape Development submitted the lowest bid to maintain the Miami Beach Soundscape. NOW, THEREFORE, BE IT DULY RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, that the Mayor and City Commission hereby approve and authorize the Mayor and City Clerk to execute Amendment No. 1, pursuant to Invitations to Bid (ITB) No. 35-09/10, in a negotiated not- to-exceed amount of $164,102.94, to an existing Agreement between the City and ValleyCrest Landscape Development; dated October 13, 2010, for landscape maintenance services on the boardwalk, beachwalk, street ends, and spoil areas Citywide; said Amendment for the inclusion of the Miami Beach Soundscape. ATTEST: CITY CLERK PASSED and ADOPTED this __ day of ____ , 2012. 158 MAYOR APPROVED AS TO FORM & LANGUAGE ~. &f'OR~ION -11 ~ '('t.-1,$ CitY~ Date AMENDMENT NO. 1 TO AGREEMENT BETWEEN THE CITY OF MIAMI BEACH, FLORIDA (CITY) AND VALLEYCREST LANDSCAPE DEVELOPMENT (CONTRACTOR) FOR LANDSCAPE MAINTENANCE SERVICES ON THE BOARDWALK, BEACHWALK, STREETENDS, AND SPOIL AREAS CITYWIDE, DATED OCTOBER 13, 2010. This Amendment No. 1 to the above subject Agreement is made and entered into this 11TH day of January, 2012, by and between the CITY OF MIAMI BEACH, FLORIDA, and VALLEYCREST LANDSCAPE DEVELOPMENT; and hereby amends the Agreement as follows: 1. In addition to the listed areas, the Contractor must maintain the Miami Beach Soundscape as defined in Invitation to Bid (ITB) No. 35-09/10. The Miami Beach Soundscape boundaries extend from the front edge of the western curb of Washington Avenue to the east, west to the property line adjacent to the New World Symphony, north to the edge of the roadway (including curbs) at the south side of 17th Street and south to the front edge of the curb on the of Lincoln Lane. The location is to be serviced daily from 9:00 a.m. to midnight on Fridays and Saturdays and 9:00 a.m. to 10:00 p.m. on Sundays through Thursdays. The Contractor shall include the Miami Beach Soundscape at the annual cost of $164,102.94. 2. The City and the Contractor agree that all other provisions of the Agreement shall remain unchanged and in full force and effect. This Amendment supersedes and governs any prior negotiations, correspondence, or conversations applicable to the matters contained herein, and there are no commitments, agreements, or understandings concerning the subject matter of this Amendment that are not contained in this document. IN WITNESS WHEREOF, the parties hereto have caused this Amendment to be executed by their appropriate officials, as of the date first entered above. FOR CITY: ATTEST: By: Robert Parcher City Clerk FOR CONTRACTOR: ATTEST: By: Signature CITY OF MIAMI BEACH, FLORIDA By: Matti Herrera Bower Mayor VALLEYCREST LANDSCAPE DEVELOPMENT By: Signature Print Name/Title Print Name/TitiPPftOVED AS TO t::ORM & LANGUAGE & FOR EXECUTION /.- 159 Date • l ···Rilles ·. l . ATTACHMENT A 21,2011 Gomez t City Manager~ City of~i BeacQ ; . Convention Center Drive · i Beach. Florida 33139 . ami Beach SoundScape Landscape and Porter Services As. evelopment ~ger for the City of Miami Beach SoundScape project, Hines has provided. bid services for the long term landscape maintenance and porter · ce for the restroom facility. within the newly constructed park and adjacent ylvania Garage facility. A coroprehensive request for proposal was issued to fo qualified landscape contractors on Pecember 17, 2010. The scope· of services uict ded in the request for p!oposal include full service of l$1dscape, c).caning and ·sto · g of the park restroom (six daily), project wide·d~bris pickup (six daily) and . ure cleaning of all ~cape with in the par~·and garage gro~ weekly. request for proposal included two options: ·Option one includes pricing for e project areas-within the. ;New .World Symphony Ciunpus · ·Expansion (P ylvania Garage, Alley, New World Symphony, ·&;nd SoundScape). Option TW includes pricing which assumes ·:all four areas are to .be awarded to a single ~J;raetor. The areas would be separately contracted by New World Symphony Inc y and New World Symphony building) and City of Miami Beach (Garage and ). Option Two allows for reduce cost of maintenance (8-10% discount) and . co . uity in maintenance operations. It is our uhderstanmng that New· World . S phony In~ supports the award of contract to ValleyCrest for the Alley and New W*-1 d S~pbony Building grounds as described i1;1 Option Two. . · W . ~ve received bids from. three of the .four fums invited to ~ubmit a propos.al. V leycrest Landscape.. Maintenance, Vila and Son Landscape and Supenor. dscape submitted. bids~ Si.gnature Palms and Landscape declined. We. have ewed the bids and recommend an awarded of mahrtenance and porter. -services tract to ValleyCrest Landscape Maintenance who· is low bid following otiation affinal pricing. · eyCtest Option One bid for· SolindScap~. is .$164,102:94 and for the nsylvania Gatage $14,204 . .3-5 or total of $178,307 annually. ValleyCrest Option T bid for $QlJndScape is $151,071.42 and·. for the Pennsylvania Garage $1 ,031.52 ·or total of $164,102.94 annually. We recommend the City accept I Va leyCrest Option Two combined bid price of $164,102.94 annually and enjoy a ·j sa: · gs of $14,204.06 or 9% p~r contract year. Tenn of -contract provided. in the · • Re uest ·for Proposal is the city standard three years with tWo year optional .. t ·. I ;: 160 .. ...... ·. . : Val eyCrest bas submitted the most reaSonable and responsive bid. YalleyCrest is the qal Contractor for the park project and as such )las the best vantage point fro which to quantify the requirements ilecessary .to achieve the level of service . . ed by the speCifications. The attached bid tally proyid.es additional 4etail. In dition to the· monetary consideration, award to ValleyCrest for long term • tenan~ also brings signifi~ value in terms of continuity for the project .. ·V eyCrest is provi~ing a 90 day extended maintenance period following pleti.on of the construction phase and will ·therefore be responsible for the truction and maintenance period which would -seamlessly transition into the ted long term maintenance. .1' losing while . all three bidders are qualified . to adequately provide ~ervices ibed in the request for proposal. ValleyQ-est provide$ a· complete range of s · ce for a .fee !bat represents low· bid for this projeet. VaUeyCrest is adequately .st~e~ in the Miami area ~d ~s eager to co'?-tinue their p~p with C:ity of Mi Beach's SoundScape proJect and the adJacent.Pennsylvama Garage proJect. W have. provid~ John Oldenburg with of all proposals. and a complete line. item bid ~ly. PI~ let us know if. we can be of fUrther. assistance. · Shine . Co struction Manager . . Cc KeVin Smith John Oldenburg Kent Bonde Bruce Cijnton .David Phillips Matthew Barry A hments: 40~ i.,.nccln Roao. 306 M;abi Beach. FL 33139 p 3~5.;>35 ~284 ,y.,. .... . .· 161 ·. .. ' UNIT PRICE BID FORM SOUND SCA.PE .. Bid Tally and R.eeouunendation ·Rewed .. Original Bid Recommended . . . ~ESCRIPTION OF S ~RVIC'E ValleyCrest vnan89n Superior V.illeyCrest FULL SERVICE VISIT s 18,200.00 s 17,316.00 s 73,600.00 s 15.600.00 Ai>DmONALMOWINO VISIT s 8,750.00 s 10,989.00 NIA s 7000.00 BOUGAINVILLEA TRIMMING I h1E $ 7,045.12 $ 456.00 s 6.000.00. s 2,048.00 PALM TRIMMINO s 19,608.00 ·$ 16,842.00" s 2,400.00 s 7,224.00 TREE tRIMMJNO s. 2,250.00 $ . 450.00 s 900.00 $ .1.800.00 BOUGAINVILLEA FER.TILJZA.i ON $ 420.00" s 18.00' $ 1,nBO.OO s 381.82 ~ Pa~TIUZATION WIPRE MEROHER.B $ 1,324.08 s 3.586.00 s 5,940.00 s 1.203.71 TURP FERTIZATION WIINSEC'l CIDE · s 735.60 $ 3,81•6.00 s 2.400.00 s 668.73 TIIR.F FER.TR.IZA TION. . ·s . 588.48 $ ·1,638.00 s· 4;050.00 s 534.98 PALM 'P£RTtLIZATION $ 4,540.8.0 $ 5.376.00 $ 3960.00 $ 2,752.00 TREE PERT{LIZA TION . $ 540.00 $ 108.00 s 990.00 $ 490.91 WEED CONTROL ·s 4.550.00 ·s 3,600.00 s '5,096.00 s 2,316.36 ~~jCALCONTROLPLAN $ 4.SOO.OO s . 3,600,00 $ s 040.00 ·s 3,1SC;OO .. ·MULCHING $. .. 2,640.00 s 7.535.50 $ 8,400.00 $· 2000.00 1 iluuOA TION .lNSPECl'IONS (in. iuru. l'enn.ir coSt) s 5.280.00 s· t.soo.oo $ 16.640.00 s 4.800.00 ., . . . PRESSURE CL.EANINO $ 33.800.00 s 20,488.00 $ 33280,00 $ 26000.00 ,. 'RESTROOM CLEANlNOISTOC INO s 62,415.00 s· 34,944.oo· s . 68,640.00 $ 37.230.00 R.EMOV AL OF DEBRIS $ 54,487.20 $ 27.300.00 $ 36,400.00 s 26.280.00 AER.fFICA TION s 2,400.00 $ 480.00 $ 2.800.00 ·s 2 181.82 tTOP.ORESSlNO .. .. $ S,OOO.OO s l,600.00. $ . 6..800.00 s 4.545.45 SPll<JNQ I s 3 150.00 $ 3,456.00 $ 5,400.00 $ 2.863.65 . Total Bid PiiceOption l s l4ll24.l8 s 165.098.50 s 29071~.00 $ 164,102.94 . Total Bid PAce Option 2 $ .229.973.00 $ 151,890.00 $ 290,716.00 $ 151,0?1.42 .. Not,!s: .. L :Porter .Servicc-ltestro9m cteanu l;~ing includes 2190 visits or 6 daily. Includes cleaning and·paper suj_jplies. 2. Porter Service-Debris removal • eludes complerecleanup of park grounds including dumping of all~ b~ls.2190 visits or fl dally. Incllldes-supplies . snd monthly pressure~ oftras contain~ 3. rull service visit includes mowi ~ edging, weedq1ter work, blow down and wipe down of all signs, light poles ~once. ..yeeldy. Includes gtounds.inspec:tion 4. Additional mowing includes 5e4 j)nd weekly mowing -mow and blow dciwn only. .. s. Pressure washln~ includes weel ty service cleaning111l hard surtb.ces, resn-oom building. ~<1. benches. Includes sruffiti remoYiii.()JI all surfil.ces. Rbcommend,ation: RecoDlJ end Cl\'m contract with V aUeyCrest for maintenance. contract: V lllleyCrest bas .sUbmitted the most complete and respon 've bid. .•. . Pr.ida.y lapullfY 22, 2(}11 ) .. 162 ; .. ' \. , . ~· l"NIT .PRICE BID FOR.'\'1 PE...l\lNSYL V A.t'IIA GARAGE Bid Tally and Recommendation .. .. : Revised Original Recommended DESCRIPTION () FSERVICE BidV~leyCrest VUai n Son S11perior ValleyCrest FtJLt SERVICE V£SIT $ 1.950.00 s . 984.00 s 5.200.00 s t.m.7.3 PALM TRJMMING I s . .340.00 $ 65l.OO ·$ 3,200.00 $. 309.09 TR.EJ! TRIMMING $ 935.00 .$ 700.00 $ 450.00 s 850.00. SflRUB FER.T1LIZATION $ 360.00 s 120.00 .$ 270.00 .$ 327.17 Thi'Rf FERTU.IZATION W:P R£ Etv(ERG HERB $ -s -$ 240.00 $ - TURF FER.TIZATfON. WIIN5 ~CTICIDE s -$ -s 288.00 $ - TURF. FERTILIZATION $' -$ -$ 180.00 ·. .. $ - l' ALM' FERTILIZATION · $ 204.00 s 146.00 s 720.00 s 185.45 . TREE FER.T.II..IZA TION s 99.00 $ . i48.00 s '135.00 s 90.00 WE£D CONTROL s 2,184.00 $ '480.00 s . 2.188.00 ·s 655.20 CHEWCALCONTRQ[. Pt.A N s t,080.00 s l20.00 $ 2,1'60.00 s 490.9l. . MULCHING $ . 380.00' s 495.00 $ 6 720.00 .s 345.45 I mRrO..A.TION INSPECTION {include repair cost) s 1,040.00 $ s4o.oo $ 6,240.00 s· 1,8S4.SS. PRESSURE CLEANtNG $ 15,080.00 ·S 600.00 s 40,040.00 s 4,160.00 ' [R.£MOV AL OF DEB'tUS $ 4,SSS.~ $ 4;562.50 s l3.832.00 s l,990.9l Total Option L · . s 29,107.21)-'$. 14.411.00 s 81..,963.00 s 14,204.35 Total Option 2 s 27,000.00 s .. 13,258.00 s 81.,963.00 $ ll,D31.5l ·Notes: : .. . · 1. Bid docum¢nts required we ~ldy pressure wa.shing and debris pickup 6 times daily.· . 2. Bid include.~ ~ntenance c fan ~ ex.terior to building. .. . RecouUBendation: Rec mmend CMB contract with ValleyCrest for maintenance c:ontr.act ·, .. . . . • 'l : . ' : : 163 .! .·, mn"r PRICE Bm FORM l\fiAMI BEAcH souND scAPE rAR:K ·· .. SERVICES BID FORM TO BE COMPLETED BY BIDDER DESCRIPTION" OF SERVICE QUANTITY , FULi SERVICE VISI lEA 1 EA: .. BOUGINVILLEA £\.ILYZMMm,u.'I•GiTIE 64. P.ALM 'TIUMMING 344 · TREE PR!JNING 9 BOUGINV1I.LEA FER.1~TION 1400 . 73,560 73,560 73,560 fALM FER.TILIZATIO 344 9. WEED CONTR.QL 3,500 CHEMICAL CONTROl PLAN 75,000 M()LCHING: lEA llUUGAUON INSPEC' ~ONS (include repair cost) 1 EA PRESSURE CLE.AN.IN< lEA RESTROOM rli='.A.NTh G/STOCKING · lEA REMOVAL OF D.EBRl ·lEA A.ER.JFICATION lEA TOPDRESSING LEA SPII<lNG tEA ANNUAL FRl..QUENCY 52 35 32 . 3 UNIT PRICE 300. 200 7 2'00 '6 .045 2 ... 008 2 .oos- 2 .0()4 4 .2 3 · . lS.'jg. 52 .013 :· ... 12 .0035 1 .2,000 : 12 .~0. 52 500 TOTAL. 15,600 7,000 7,224 1,800 381.82 . 1,203.71 668.73 .534.98 . 2,752 490.91 2,316.36· 3,150 .. 2,000 4,800 .26,000 2190 17 37,230 2190 12' 26,280 .. 1,090.91 . . '2,181.82 2 . 2,272.73 4,545.45 6 477 .. 27 2,863.64 We are 1=0nfi: en'C tbat you woul:l benefit IJ):."e&ttY £::0111 ou:r: eftor.:e to creaee beAUty l..Q l:be · appearar~e of your.landscape. Thr~ugh ou:r: vae'C ~pe:ience ·ot simiiar projects we would like che ·oppoz:tun.ity t( cb.ec:ass potential c:os: saving op.t:.i.ons. · OPTION 1 Al'lNUAL BIJ> TOTAL $ J64.102,?4 OPT.ION 2 AL~NUAL BID TOTAL $ 1St.071A2 Sound Scape Pa ~ RFP 164 c "' c ... -• ·.{ ) . UNIT PRICE BID FORM PENNSYLVANIA GARAGE. :~------~--~~----~-------+----------4-----------4--------+----~---4 · · we ,are confidant that you would benefit greatly fxom our effoz:ts to create beauey in· the appearance of youz landscape. Thxouqh ouz vast experience of similar projects we ·Would lika the opportunit~ to ~iscuss potential cost saving options. ·SOund Scapc Pa k RFP OPTION 1 ~"fNlrAL BID TOTALS 14,204,35 OPTION 2 A...l\INUAL BID TOTAL S13.031,S2 .. 165 ATTACHMENT 8 ~· MIAM BEACH ~:.~-, City. of Mia~i Beac , 1~00 Con~ntlon-Center Drive~ Miami Beqch, Florida 3?139, www.rni~~i~~-~'Jee MEMO NO. oo6 2011 TO: Comm ssioner Jonah Wolfson FROM: Jorge . Go~lez. City Manager\ ,;.-c; June 1 , 2011 U .. .. DATE: . MEf-4~~-J2M\{14; ~~~ .-..... :. ~.:..r.i::\n'W':.c"':.Qf,f'.\CE. ~~".(" ,-~~~ . : . ~-\ t· •.( .. ~ .... , ...... · :· SUBJECT: MIAMl EACH ·soUNDSCAPE LANDSCAPE AND OTHER RELATED OPERATIONS · 0 '• • ).' . . As 'per your li uest, attached please fmd the inform$tion you r~quested liegarding the· curlient landscape mai tenance, porter and restroom facility ,services proyided on behalf of the City by VaUeyCrest Lan scape Developmen~. · · ~ . . · As you may re -all, -a ninety (90} day maintenance period was incorporated as a :Component of the : Miami ~Gh .s undScape ~nstruction Proj~ct. Upon final aeceptanee of the project by the City, Hines managed all facets of the operation and maintenance of this site in cooperation with t!Je Parks· and Recreation · apartment for this period. This maintenance phase began on January 24, 2011 and ended on April 4, 2011. The interim maintenance was intended· to p,rovide an opportunity for the city finaHze pen ing operational issues $8sociated with the long term managem·ent of this facility and ensure Fa smoot. transition to long. term operations. • : . At the request f the Administration, Hines coordina~ed a process· to obtain request ·for proposals. · ·from four fuH. se ice landscape maintenance companies. Three of the proposers provided service to .. the city at the ti e under existing maintenance aglieements with the city, and the fourth participated in the constru ion of the site. Hines used. the Parks and Recreation Department's landscape specifications · use citywide, and co-developed t.he porter, hardscape and restroom service as detailed in ·th RFP. The cost to provide landscape maintenance· at the newly completed Pennsylvania GJa~ge was also requested, to ensure continulzy of maintenance and identify possible benefits from e nomy of scale opportunities. · . · · . · The lowest ove II price quote for the prescribed service was received from ValleyCrest Landscape Developmer}t a d Hines recommended the a®eptance of this quote as detailed in the letter which i~cluded the ~i . results sent ~o City on January .21, 2011 (see attached). As the lowest responsive ·. bidder, the pro osal from ValleyCr~st was accepted and they began successful service delivery as . detailed above. When the end of the maintenance period. approached, the long-term operatfonal issues for this I cation Were still in development In !iecognition of this situation, on April 25, 2011, Miami Beach S1undScape was inCluded as an additional si~e to the existing agreement between the .City and Valle Crest Landsc![ipe Development· as prescribed under terms Of the Bid # 35-09/10 Landscap~ M ntenance Services for the Beachwalk, Boardwalk, Street-Ends & Spoil Areas ·Citywide, sectit 2.4.3.3 paragraph C, Price Adjustments for the Addition of Sites. . . The.prices·:. te~·and con~itions detailed within .the provided p;oposal·~~e ·in effect until the end. of. the contract Pf?rjod speqified in bid '# 35-09/10 which is JUne 10, 2013, unless thi~ location is removed from the above referenced contract as also prescribed in the agreement. · · · .. · P.lease.adVise J you h$ve addiHonal. questions or concSms. . . cc: Mayor Jatti Herrera Bower and City Commissioners Jose S~th, ·CityAttorney · Kevin Sf ith, Parks an~ Recreatio~ . ! 166