Loading...
HomeMy WebLinkAbout2006-26295 Reso RESOLUTION NO. 2006-26295 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER PERTAINING TO THE RANKING OF PROPOSERS PURSUANT TO REQUEST FOR PROPOSALS (RFP) NO. 20- 05/06, FOR LANDSCAPE MAINTENANCE SERVICES FOR ALL GREEN AREAS ASSOCIATED WITH (61) CITYWIDE PARING LOTS AND (5) GARAGES; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH THE TOP-RANKED CONTRACTOR OF COUNTRY BILL'S LAWN MAINTENANCE, INC.; AND SHOULD NEGOTIATIONS BE UNSUCCESSFUL, AUTHORIZING NEGOTIATIONS WITH THE SECOND- RANKED CONTRACTOR OF EVERGLADES ENVIRONMENTAL CARE, INC., AND FURTHER AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE A CONTRACT UPON COMPLETION OF SUCCESSFUL NEGOTIATIONS. WHEREAS, Request for Proposals (RFP) No. 20-05/06 for Landscape Maintenance Services for all Green Areas associated with (61) Citywide Parking Lots and (5) Garages was issued on April 17, 2006, with an opening date of May 25,2006; and WHEREAS, the RFP was issued to obtain services of one or two firms under the "Best Value" procurement process, with the experience and qualifications; the ability; capability, and capacity; and proven past successful performance in providing high quality landscape maintenance services; and WHEREAS, "Full Litter Control Services" was listed as an Add Alternate to the basic scope of work under the RFP; and WHEREAS, a pre-proposal conference to provide information to proposers submitting a response was held on May 3, 2006; and WHEREAS, Bid Net issued bid notices to 39 prospective proposers, and the Procurement Division notified an additional ten (10) firms resulting in six (6) proposers requesting the RFP document, which resulted in the receipt of the following three (3) proposals from: . Country Bill's Lawn Maintenance, Inc. ("Country Bill's"); . Everglades Environmental Care, Inc.("Everglades"); . Superior Landscaping & Lawn Services, Inc. ("Superior"); and WHEREAS, the Administration has subsequently determined, based on the analysis of pricing information, that it is in the City's best interest for its Sanitation Department to provide litter control services; and WHEREAS, the City Manager, via Letter to Commission (LTC) No. 168-2006, appointed an Evaluation Committee ("the Committee"), consisting of the following individuals: . Ricardo Guzman, Senior Planner, Planning Department, City of Miami Beach (Chair); . John Oldenburg, Assistant Director, Parks and Recreation, City of Miami Beach; . Chuck Adams, Assistant Director, Parking Department, City of Miami Beach; . Rhonda Gracie, Land Project Coordinator, Parks and Recreation, City of Miami Beach; · Faye Goldin, Resident, Neighborhood Leadership Academy; . Randolph Reich, Resident, Neighborhood Leadership Academy; . Mario Porcelli, Resident, Neighborhood Leadership Academy; and WHEREAS, on July 17, 2006, the Committee convened and was provided information on the scope of services, listened to presentations, and conducted a question and answer session with the three (3) responsive contractors; and WHEREAS, the Committee deliberated and voted unanimously to recommend Country Bill's Lawn Maintenance, Inc. as the top-ranked contractor, and the majority of the Committee recommended Everglades Environmental Care, Inc. as the second-ranked contractor; and WHEREAS, the City Manager has reviewed the Evaluation Committee's recommendation, and recommends that the Mayor and City Commission accept the Committee's recommendation, relative to the ranking of contractors, pursuant to RFP No. 20-05/06. NOW, THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, that the Mayor and City Commission hereby accept the recommendation of the City Manager pertaining to the ranking of proposers pursuant to Request for Proposals (RFP) No. 20-05/06, for Landscape Maintenance Services for all Green Areas associated with (61) Citywide Parking Lots and (5) Garages; authorizing the Administration to enter into negotiations with the top-ranked contractor of Country Bill's Lawn Maintenance, Inc.; and should negotiations be unsuccessful, authorizing negotiations with the second-ranked contractor of Everglades Environmental Care, Inc.; and further authorizing the Mayor and City Clerk to execute a contract upon completion of successful negotiations. PASSED AND ADOPTED THIS 6th ATTEST: JlM f CM-~ CITY CLERK ' Robert Parcher David Dermer T:\AGENDA\2006\sep0606\consent\RFP-20-05-06 LandscapeMaintenenceParkingLots - Reso.doc APPAOVED AS TO FORM & LANGUAGe I. FOR EXECUTION 'f1,yL, ,,~ COMMISSION III:M SUMMARY Condensed Title: Accept the City Manager's Recommendation Pertaining to the Ranking of Contractors Pursuant to Request For Proposals No.20-05/06, for Landscape Maintenance for all Green Areas Associated with Citywide Parking Lots and Garages; Authorizing the Administration to Enter Into Negotiations with the Top-ranked Contractor of Country Bill's Lawn Maintenance, Inc. and Should Negotiations be Unsuccessful, Authorize Negotiations with the Second Ranked Contractor Everglades Environmental; and Authorizing the Mayor and City Clerk to Execute an Agreement Upon Conclusion of Successful NeQotiations. Ke Intended Outcome Su orted: To Maintain and Enhance the Cleanliness Levels throughout the Community. Issue: Shall the City Commission approve the City Manager's recommendation to accept the ranking of contractors, authorize ne otiations and authorize execution of a reements? Item Summa IRecommendation: On April 11 2006, the Mayor and City Commission authorized the issuance of Request for Proposals (RFP) No. 20-05/06, to obtain services of one or two firms under the "Best Value" Procurement process, with the experience and qualifications; the ability; capability, and capacity; and proven past successful performance in providing high quality landscape maintenance services for all green areas associated with the City's (61) Parking Lots and (5) Garages. RFP No. 20-05/06 was issued on April 17, 2006 with an opening date of May 25,2006. A pre-proposal submission meeting to provide information to prospective contractors was held on May 3, 2006. BidNet issued bid notices to thirty-nine (39) prospective proposers, and the Procurement Division notified an additional ten (10) firms resulting in six (6) proposers requesting the RFP document, which resulted in the receipt of (3) proposals. . Country Bill's Lawn Maintenance, Inc. ("Country Bill's") . Everglades Environmental Care, Inc.("Everglades") . Superior Landscaping & Lawn Service, Inc. ("Superior") The City Manager via Letter to Commission (LTC) No. 168-2006, appointed an Evaluation Committee ("the Committee") that convened on July 17, 2006 to listen to presentations, from the 3 contractors. which was followed by a Q&A session. The committee unanimously recommended Country Bill's as the top-ranked contractor. This recommendation will realign the management! maintenance of the parking lots landscaping managed by the Parking Department to the Green Space Management Division and the litter control services to the Sanitation Division. This action is in support of the Administration's goal to consolidate like services to the a ro riate De artment. Advisory Board Recommendation: I N/A Financial Information: Source of Amount Account Approved Funds: 1 $258,981 ~Jly 480-0463-000312 I I 2 OBPI Total $258,981 A"n~ Financial Impact Summary: islative Trackin KS RC ent Director Assistant City Manager JM 006\sep0606\consent\RFP-20-05-06 LandscapeMaintenanceParkingLots - Summary.doc in ~ MIAMI BEACH AGENDA ITEM DATE C70 9-6-()~ lD MIAMI BEACH City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www.miamibeachfl.gov COMMISSION MEMORANDUM TO: Mayor David Dermer and Members of the City Commission FROM: Jorge M. Gonzalez, City Manager F-<- ..)~ DATE: September 6,2006 SUBJECT: A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CI OF MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER PERTAINING TO THE RANKING OF PROPOSALS RECEIVED PURSUANT TO REQUEST FOR PROPOSALS (RFP) NO. 20- 05/06, FOR LANDSCAPE MAINTENANCE SERVICES FOR ALL GREEN AREAS ASSOCIATED WITH (61) CITYWIDE PARKING LOTS AND (5) GARAGES; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH THE TOP-RANKED CONTRACTOR OF COUNTRY BILL'S LAWN MAINTENANCE, INC. AND SHOULD NEGOTIATIONS BE UNSUCCESFUL, AUTHORIZE NEGOTIATIONS WITH THE SECOND- RANKED CONTRACTOR OF EVERGLADES ENVIRONMENTAL CARE, INC.; AND FURTHER AUTHORIZE THE MAYOR AND CITY CLERK TO EXECUTE A CONTRACT UPON COMPLETION OF SUCCESSFUL NEGOTIATIONS. ADMINISTRATION RECOMMENDATION Adopt the Resolution. FUNDING $258,981 ANALYSIS Funds are available from the Budget Account Number 480-0463-000312. The City of Miami Beach requires the services from licensed and high performing contractors with strong professional qualifications in providing high quality landscape maintenance services. Pursuant to the City Key Intended Outcome to Maintain and Enhance the Cleanliness Levels throughout the Community, the City's Parks and Recreation Department's Greenspace Management Division and Parking Department is in need of a "Best Value" solution. The work consists offurnishing all labor, machinery, tools, means oftransportation, supplies, equipment, materials, services and incidentals necessary to provide complete landscape maintenance as specified in the bid/contract documents. Full Litter Control Services was listed as an Add Alternate to the basic scope of work. The Administration has determined, based on the analysis of pricing information, that it is in the City's best interest for the Sanitation Department to provide litter control services. Commission Memorandum RFP No. 20-05/06 - Landscape Maintenance Services for all Green Areas Associated with Citywide Parking Lots and Garages Page 2 The work shall include but not be limited to, litter retrieval and waste disposal prior to mowing, mowing, trimming/edging, landscape maintenance/weed control, herbicide/insecticide application, turf management, irrigation system operation maintenance/repair, palm and tree pruning, replacement of plants as required, and traffic control. Proposed cost which will be negotiated will include all labor, equipment and materials needed to perform those duties set forth in the specified scope of work. This action will realign the management! maintenance of the parking lots landscaping managed by the Parking Department to the Green Space Management Division and the litter control services to the Sanitation Division. This is in support of the Administration's goal to consolidate like services to the appropriate Department. SCOPE OF WORK 30 Full Service Visits Annual Schedule - Schedule 30 service visits annually according to the following: Schedule service for the second week of January and February, the third week of March; the second and fourth weeks of April (these biweekly visits should occur no closer than ten (10) and no further than seventeen (17) calendar days apart); the first, third and fifth weeks May; and weekly during the months of June, July August and September (these weekly visits should occur no closer than six (6) and no further than ten (10) calendar days apart); biweekly for the months of October and November and one visit the third week of December. 37 Full Service Visits Annual Schedule - Schedule 37 service visits annually according to the following: Schedule service for the third week of January and February; The first and third weeks of March (these biweekly visits should occur no closer than ten (10) and no further than seventeen (17) calendar days apart); The second, third and fourth weeks of April; Weekly during the months of May June, July, August, September and October (these weekly visits should occur no closer than six (6) and no further than ten (10) calendar days apart); The first and third weeks of November and the second and fourth week of December. All work is to be completed in a continuous manner. That is all mowing, edging, weed control, trimming etc. shall be completed before leaving the job site Standard and frequencies may be modified from time to time by the City of Miami Beach Assistant Director of Parks or his designee's as necessary to assure proper maintenance to achieve the Quality Objective. All work shall be done in a thorough and workmanlike manner under competent Contractor supervision to the satisfaction of the City of Miami Beach Assistant Director of Parks or his designee's. The Contractor shall have the exclusive duty, right, and privilege to perform Grounds Maintenance and Services, as specified herein. The Contractor's Representative shall perform maintenance inspections daily during daylight hours of all sites assigned for the day. Inspections by City of Miami Beach Greenspace Management Personnel shall provide continuing inspection of the sites to insure adequacy of maintenance and that methods of performing the work are in compliance with these specifications. Discrepancies and deficiencies in the work shall be brought to the attention of the Contractor's Representatives in writing, directly by the City of Miami Beach Project Manager, and shall be corrected by the Contractor immediately. Commission Memorandum RFP No. 20-05/06 - Landscape Maintenance Services for all Green Areas Associated with Citywide Parking Lots and Garages Page 3 The City of Miami Beach Project Manager and the Contractors Representatives shall meet on the sites once a month, or more frequently, at the discretion of the Project Manager, for a walk-through inspection. The meeting shall be at the convenience of the City of Miami Beach. All on-going maintenance functions shall be completed prior to this meeting. Deficiencv/Cure Notices and CorrectivelTermination Process If the Project Manager determines that there is/are deficiency(s) by the contractor in the performance of the contract, the Project Manager will notify the Contractor, the Parking Department Director and the Procurement Director of the deficiency(s) in writing. The Procurement Director will send a Cure Notice to the Contractor requesting that they provide in writing within seven (7) calendar days of notification, any/all actions proposed to be taken in order to correct/cure the identified deficiency(s). If all parties (Project Manager, Parking Director, Contractor and Procurement Director) agree that actual damages/deficiencies would require more than seven (7) calendar days to correct/cure, a reasonable time frame, in writing, will be determined based on a "meeting of the minds" between the Project Manager, Parking Director and the Procurement Director for the identified deficiency(s). Should the Procurement Director issue two (2) Cure Notices for the same deficiency(s) or a total of three (3) Cure Notices within a twelve (12) month period, the City may exercise its right to proceed with the Termination of this contract. City of Miami Beach Right to Correct Deficiencies Additionally, and notwithstanding the above provision, the City has the right to move on site with City forces or private Contractors to correct deficiencies seven (7) calendar days after notification in writing, by the City of Miami Beach Parks and Recreation Department Director, or his designee. If, in the sole discretion or judgment of the Project Manager, the Contractor and/or his employee(s) are not properly performing the services required under the Contract, then the Contractor and/or all employees may be temporarily replaced by City personnel and payment to be made by the City may be suspended while the matter is being investigated. Total costs incurred by completion of the work by the City will be deducted and forfeited from the payments to the Contractor from the City. This shall not be construed as a penalty, but as an adjustment of payment to Contractor for only the work actually performed, and accepted by the City, and the recovering of City costs from the failure of the Contractor to complete or comply with the provision of the Contract. Quality Control - Performance Reports Completion of Work: Within 48 hours of completing work the Contractor shall notify the Parks and Recreation Supervisor assigned to monitor the contract, in writing by email or fax of said completion. Commission Memorandum RFP No. 20-05/06 - Landscape Maintenance Services for all Green Areas Associated with Citywide Parking Lots and Garages Page 4 Inspection and Approval: Upon receiving notification from the Contractor, the City shall inspect the serviced location the following business day. If, upon inspection, the work specified has not been completed, the City shall contact the Contractor to indicate the necessary corrective measures. The Contractor will be given 48 hours from this notification to make appropriate corrections. If the work has been completed successfully then the City will pay for services billed. The Contractor shall submit to the City Project Manager a report of his performance for the preceding month, under terms of the Contract. These reports shall be postmarked no later than the fifth (5th) day of each month following the month in which services were performed. Failure to do so shall result in delay of payment until this requirement is fulfilled. Forms for performance reporting shall be provided by the City SCHEDULING Contractors shall accomplish normal landscape maintenance required under the Contract during daylight hours. The City Project Manager may permit night scheduling on an individual function or task basis. Contractor shall schedule and conduct the work at times and in a manner which shall not interfere with normal pedestrian traffic on adjacent sidewalks or vehicular traffic on adjacent streets, and shall not cause annoyance to residents near the site or users of the site. During periods of peak rush hour traffic, the Contractor will not block or impede arterial or collector streets. All work shall be scheduled and completed in a continuous manner, that is, other than a holiday or non-work day in order to maintain the site in a uniform manner. Contractor shall not work or perform any operations during inclement weather which may destroy or damage landscaped areas. Contractor shall recognize that during the course of the Contract, other activities and operations may be conducted by City work forces and other Contractors. These activities may include but not be limited to landscape refurbishment, irrigation system modification or repair, construction and storm related operations. The Contractor may be required to modify or curtail certain operations without decreased compensation and shall promptly comply with any request by the Project Manager. In the event a Site or part of a Site becomes unavailable for servicing by the Contractor, the Project Manager may temporarily delete the Site or part of the Site and compensation to the Contractor will be decreased. Contractor shall, during the hours and days of operation, respond to all emergencies by taking the appropriate/required action within two (2) hours. Contractor shall have completed all Landscape Maintenance functions prior to the scheduled maintenance inspection. Commission Memorandum RFP No. 20-05/06 - Landscape Maintenance Services for all Green Areas Associated with Citywide Parking Lots and Garages Page 5 ADDITIONAL WORK The Project Manager may, at his discretion authorize the Contractor to perform additional work, including, but not limited to, mowing, trimming, weeding, edging, repairs and replacements ("grounds 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. Should additional work be required, the City will negotiate the "not to exceed" (NTE) hourly labor rate specified in the Proposal documents. Prior to performing any additional work, the contractor shall prepare and submit a written description of the work with a cost estimate/price quote to the Project Manager. No work shall commence without the written authorization from the Project Manager. Not withstanding the above authorization, when a condition exists wherein there is imminent danger of injury to the public or damage to property, the Project Manager may verbally authorize the work to be performed upon receiving a verbal estimate from the Contractor. However, within 24 hours after receiving a verbal authorization, the Contractor shall submit a written estimate/quote to the Project Manager for the required approval. EMERGENCY RECOVERY SERVICES In the event of a declared emergency and the emergency is of sufficient magnitude that the City needs to utilize disaster related services, those services are generally subject to reimbursement by the County, State and Federal governments. FEMA as the principal federal agency dealing with disaster recovery prefers that agreements for disaster services be put in place prior to an emergency and where possible, the services be obtained by a bidding process. Consequently, the successful contractor must agree to add a provision to the City's contract that allows for a fair and reasonable contract price for emergencies (Le. hurricanes), if market conditions warrant such action. This provision, as recommended by FEMA, protects the City from over pricing in an emergency. CONTRACT TERM This contract will be for a period of three (3) years upon the date of execution. The City of Miami Beach has the option to renew the contract at its sole discretion for an additional three (3) year period on a year-to-year basis. Renewal of the contract is a City of Miami Beach prerogative, not a right of the contractor. Such option will be exercised, if at all, only when it is in the best interest of the City of Miami Beach. In the event that the contract is held over beyond the term herein provided it shall only be from a month-to-month basis only and shall not constitute an implied renewal ofthe contract. Said month to month extension shall be upon the same terms of the contract and at the compensation and payment provided herein, and shall not exceed six (6) months. Commission Memorandum RFP No. 20-05/06 - Landscape Maintenance Services for all Green Areas Associated with Citywide Parking Lots and Garages Page 6 In the event the City of Miami Beach exercises its option to renew beyond the initial three (3) year contract, the contract prices and any other terms the City may choose to negotiate, will be reconsidered for adjustment prior to renewal due to increases or decreases in labor costs; but in no event will the prices be increased or decreased by a percentage greater than the percentage change reflected in the Consumer Price Index - All Urban Areas (CPI- U) as published by the U.S. Department of Labor. The City of Miami Beach reserves the right to accept the renewal adjustment or to allow the contract to terminate and re-advertise for bids, whichever is in the best interest of the City. MINIMUM REQUIREMENTS I QUALIFICATIONS a) The Prime Contractor shall submit incorporation or other business entity / form documentation with their proposal. Contractor shall have been in continuous services and incorporated in the State of Florida for a minimum of four (4) years. b) The Prime Contractor or its contractor's consultants must be licensed with all required State and/or Local government licenses, and permits (irrigation, pest control, horticultural services, etc.). c) The Prime Contractor must have on staff, under his/her full time employee a person with an undergraduate four year degree or graduate degree in horticulture, agronomy, or a related field or recognized as a Florida Certified Landscape Contractor by the Florida Nurserymen Growers & Landscapers Association (FNGLA) to manage all facets of the landscape and turf management for the contractor. (Project Manager). d) The Prime Contractor must have an I. S. A. Certified Arborist on staff, or as part of their team. e) The Prime Contractor must have a Certified Pest Control Operator on staff or as part of their team. f) The Prime Contractor must provide a drug and alcohol free workplace. On April 11 2006, the Mayor and City Commission authorized the issuance of Request for Proposals (RFP) No. 20-05/06, to obtain services of one or two firms under the "Best Value" Procurement process, with the experience and qualifications; the ability; capability, and capacity; and proven past successful performance in providing high quality landscape maintenance services for all green areas associated with the City's (61) Parking Lots and (5) Garages. (Attached) Commission Memorandum RFP No. 20-05/06 - Landscape Maintenance Services for all Green Areas Associated with Citywide Parking Lots and Garages Page 7 RFP No. 20-05/06 was issued on April 17, 2006 with an opening date of May 25,2006. A pre-proposal submission meeting to provide information to prospective contractors was held on May 3, 2006. BidNet issued bid notices to thirty-nine (39) prospective proposers, and the Procurement Division notified an additional ten (10) firms resulting in six (6) proposers requesting the RFP document, which resulted in the receipt of the following three (3) proposals from: . Country Bill's Lawn Maintenance, Inc. ("Country Bill's") . Everglades Environmental Care, Inc.("Everglades") . Superior Landscaping & Lawn Service, Inc. ("Superior") The City Manager via Letter to Commission (LTC) No. 168-2006, appointed an Evaluation Committee (lithe Committee") consisting of the following individuals: - Ricardo Guzman, Senior Planner, Planning Department, City of Miami Beach; (Chair) - John Oldenburg, Assistant Director, Parks and Recreation, City of Miami Beach; - Chuck Adams, Assistant Director, Parking Department, City of Miami Beach; - Rhonda Gracie, Land Project Coordinator, Parks and Recreation, City of Miami Beach; - Faye Goldin, Resident, Neighborhood Leadership Academy - Randolph Reich, Resident, Neighborhood Leadership Academy - Mario Porcelli, Resident, Neighborhood Leadership Academy On July 17, 2006 the initial Evaluation Committee (lithe Committee) meeting convened. The Committee was provided information on the scope of services by John Oldenburg, and Chuck Adams, City of Miami Beach. Mario Porcelli was unable to attend. Additionally, the Committee discussed the following Evaluation Criteria, which was used to evaluate and rank the Firms proposals: A. Experience and qualifications of the Contractor (20 points); B. Experience and qualifications of the Key Personnel (20 points); C. Experience and qualifications of the Team (10 points); D. Cost (20 points) E. Risk Assessment Plan for ensuring quality of work (15 points); F. Past Performance based on number and quality of the Performance Evaluation Surveys (15 points) The three (3) contractors that submitted proposals provided a presentation relative to their proposal submittal, with a Question and Answer session following each presentation. At the conclusion of the presentations and Question and Answer sessions, the Committee deliberated and voted unanimously to recommend Country Bill's Lawn Maintenance, Inc. as the top-ranked Contractor, with four committee members recommending Everglades Environmental Care, Inc. as the second-ranked Contractor, and four committee members recommending Superior Landscaping & Lawn Service, Inc. as the third-ranked Contractor. Commission Memorandum RFP No. 20-05/06 - Landscape Maintenance Services for all Green Areas Associated with Citywide Parking Lots and Garages Page 8 Committee Member Country Bill's Lawn Everglades Environmental Superior Landscaping Maintenance, Inc. Care, Inc. & Lawn Service, Inc. Ricardo Guzman 93 1 85 3 87 2 John OldenburQ 90 1 79 3 81 2 Chuck Adams 91 1 63 2 62 3 Rhonda Gracie 90 1 68 2 67 3 Fave Goldin 86 1 772 68 3 Randolph Reich 99 1 96 (2 95 3 Country Bill's Lawn Maintenance. Inc. Country Bill's has been in business over 20 years is family owned and operated and has provided landscape management services to the City of Miami Beach over 10 years. Last year Country Bill's provided more than $1,000,000 in landscape management services to the City of Miami Beach with excellent results. They have a staff of more than 40 people, with an additional 50 workers on standby should the City have a need for large projects and/or disaster recovery. Country Bill's currently has contracts with the City of North Miami Beach ($400,000/year), City of North Miami ($300,000/year), City of Hollywood ($95,000/year), Swerdlow Boca Developers ($300,000/year), Lauris Boulanger Developers, ($175,000/year), and Hidden Cove Town Homes ($45,OOO/year). COST Country Bill's has submitted a total price of $258,981 for the Landscape Maintenance, and a total price of $139,984 for Add Alternate No.1, Litter Control Services, for a grand total of $398,965, which is subject to negotiations. They have also submitted a proposed price schedule (hourly labor rate per job classification) for any additional work required by the City, and for Disaster/Emergency Recovery Services (regular hourly rate and overtime rates) which are also subject to negotiations. Everalades Environmental Care, Inc. Everglades has been in business over 10 years and is a full service landscaping company with contracts in Miami-Dade, Broward and Palm Beach counties. One of their largest residential projects is Silver Lakes Community located in Pembroke Pines and Miramar. Silver Lakes encompasses 6 square miles of common areas and 350 acres of mitigated wetlands. They have installed the landscaping for the roadways and buffers, including two community parks with athletic fields. Everglades has also planted 350 acres of wetlands working closely with Environmental Engineers and South Florida Water Management, and has maintained this landscape, irrigation and wetlands for over 10 years. Last year Everglades provided more than $ 450,000 in landscape management services to the City of Miami Beach with excellent results. They have a staff of more than 100 people, and would be able to recruit additional workers should the City have a need for large projects and/or disaster recovery. Commission Memorandum RFP No. 20-05/06 - Landscape Maintenance Services for all Green Areas Associated with Citywide Parking Lots and Garages Page 9 Everglades currently has contracts with the City of Miami Beach ($450,000/year), City of Pembroke Pines ($400,000/year), City of Coral Springs ($300,000/year), and have recently been awarded a contract for the City of Miramar which started January 2006. Everglades's commercial customers include Lucent Technologies, Memorial Healthcare Systems, Woolbright Development, Inland Southeast Properties and Stiles Company. COST Everglades has submitted a total price of $354,999 for the Landscape Maintenance, and a total price of $40,000.25 for Add Alternate No.1, Litter Control Services, for a grand total of $394,999.25, which is subject to negotiations. They did not submit a proposed price schedule for any additional work required by the City, and for Disaster/Emergency Recovery Services, however should the Administration decide to enter into negotiations with Everglades, this will be addressed and their proposed rates will also be subject to negotiations. Superior Landscapina & Lawn Service. Inc. Superior has been in business over 20 years and has become one of South Florida's largest independently-owned landscaping and lawn service companies and currently have contracts with the City of Miami Beach, City of Sunrise, City of Plantation, City of Boca Raton, and the Miami International Airport. Superior has worked closely with the Federal Emergency Management Agency (FEMA) to provide storm recovery services. Superior is a full service landscaping company with over 280 team members that include management, administrative staff, and over 250 fully-trained technicians. Last year Superior provided more than $ 1,000,000 in landscape management services to the City of Miami Beach with excellent results. COST Superior has submitted a total price of $326,078.30 for the Landscape Maintenance, and a total price of $54,990 for Add Alternate No.1, Litter Control Services, for a grand total of $381,068.30, which is subject to negotiations. They have also submitted a proposed price schedule (hourly labor rate per job classification) for any additional work required by the City, and for Disaster/Emergency Recovery Services (regular hourly rate and overtime rates) which are also subject to negotiations. BID TABULATION Contractor Landscape Maintenance Add Alternate Total Litter Control Country Bill's $258,981 $139,984 $398,965 EverQlades $354,999 $40,000.25 $394,999.25 Superior $326,078.30 $54,990 $381,068.30 Commission Memorandum RFP No. 20-05/06 - Landscape Maintenance Services for all Green Areas Associated with Citywide Parking Lots and Garages Page 1 0 LITTER CONTROL SERVICES Bidders were required to submit a separate cost proposal for full Litter Control as an Add Alternate. Based on the cost proposals received; the fact that the Sanitation Department has budgeted for litter control services for the Parking Lots and Garages; and in order to maintain and enhance the cleanliness levels throughout our community, the Administration has determined that in the City's best interest, that negotiations, and subsequent contract shall be made to Country Bill's for Landscape Maintenance Services only. CONCLUSION The Administration recommends that the Mayor and City Commission, accept the recommendation of the City Manager pertaining the ranking of proposals received pursuant to Request for Proposals (RFP) No. 20-05/06, for Landscape Maintenance Services for all Green Areas Associated with (61) Citywide Parking Lots and (5) Garages; Authorizing the Administration to enter into negotiations with the top-ranked Contractor of Country Bill's Lawn Maintenance, Inc. and should negotiations be unsuccessful authorize negotiations with the second-ranked Contractor of Everglades Environmental Care, Inc; and further authorize the Mayor and City Clerk to execute a contract upon completion of successful negotiations. T :\AG EN DA \2006\sep0606\consent\RFP-20-05-06LandscapeMaintenanceParking Lots-GaragesMemo .doc LOCATIONS Cost per Number of Additional Annual Lot Number Location service Services weeklv litter Total PAL 11 th Street / Jefferson Avenue $ 37 2 $ Penrod's Biscayne Street / Ocean Drive $ 37 2 $ Mich. Ave. 15th Street / Michioan Avenue (Softball Lot) $ 37 2 $ Pref. Lot 19th Street I Conv. Center Drive $ 30 $ South Pointe South Pointe Park - Restaurant $ 37 2 $ 1A 1 st Street / Ocean Drive $ 37 2 $ 1G 7th Street / Collins Avenue (oaraoe) $ 30 $ 2A 12th Street / Drexel Avenue (oaraoe) $ 30 $ 2B 6th Street / Meridian Avenue $ 30 $ 2G* 17th Street I Meridian Court (oaraoe) $ 30 $ 4AL 4th Street / Alton Road $ 37 2 $ 4C 17th Street / West Avenue (Epicure) $ 37 2 $ 4D 16th Street / West Avenue $ 37 2 $ 4E 18th Street! Purdy Avenue (south) $ 37 2 $ 5A 17th Street / Washington Avenue $ 30 $ 5C 18th Street / Conv. Center Drive $ 30 $ 5F 18th Street / Meridian Avenue $ 30 $ 5H 19th Street / Meridian Avenue (Holocaust) $ 30 $ 5M 777 17th Street $ 37 2 $ 6B 21st Street / Collins Avenue $ 37 2 $ 7C 6th Street / Collins Avenue $ 30 $ 8A 42nd Street / Sheridan Avenue (garaoe) $ 37 2 $ 8B 42nd Street / Roval Palm Avenue $ 37 2 $ 8C 40th Street / Chase Avenue $ 37 2 $ 8D 47th Street / Sheridan Avenue $ 37 2 $ 8E 41 st Street / Alton Road $ 37 2 $ 8F 42nd Street / Jefferson Avenue $ 37 2 $ 8G 40th Street / Roval Palm Avenue $ 37 2 $ 8H 40th Street / Prairie Avenue $ 37 2 $ 9A 71st Street / Hardino Avenue (west) $ 37 2 $ 9B 72nd Street / Collins Avenue $ 37 2 $ 9C 71st Street / Carlyle Avenue $ 37 2 $ 9D 71st Street / Bonita Drive $ 37 2 $ 9E 71st Street / Hardino Avenue $ 37 2 $ 9F 75th Street / Collins Avenue $ 37 2 $ 10A Lincoln Lane N / Lenox Avenue (west) $ 37 2 $ 10C Lincoln Lane N / Meridian Avenue $ 37 2 $ 10D Lincoln Lane S / Jefferson Avenue (west) $ 37 2 $ 10E Lincoln Lane S / Jefferson Avenue (east) $ 37 2 $ 10F Lincoln Lane S / Euclid Avenue (west) $ 37 2 $ 10G Lincoln Lane S I Michioan Avenue (west) $ 37 2 $ 10X Lincoln Lane N / Lenox Avenue (east) $ 37 2 $ Cost per Number of Additional Annual Total Lot Number Location service Services weeklv litter 11X 11th Street I Collins Avenue $ 37 2 $ 12X 9th Street I Washinoton Avenue $ 37 2 $ 13X 10th Street I Washinoton Avenue $ 37 2 $ 16D 34th Street / Collins Avenue $ 37 2 $ 16E 35th Street / Collins Avenue $ 37 2 $ 17A 13th Street / Collins Avenue (ClaraCle) $ 30 $ 17B 13th Street Provisional Lot $ 30 $ 17X 13th Street / Collins Avenue $ 30 $ 18A 64th Street / Collins Avenue $ 37 2 $ 18X 65th Street / Indian Creek (MARINA) $ 52 $ 19B 53rd Street / Collins Avenue $ 37 2 $ 19X 46th Street / Collins Avenue $ 37 2 $ 20X 27th Street / Collins Avenue $ 37 2 $ 22X 72nd Street / Carlyle Avenue $ 30 $ 23X 83rd Street / Abbott Avenue $ 30 $ 24A Normandv Drive I Bav Road (north) $ 30 $ 24B Normandy Drive / Vendome $ 30 $ 24C Normandy Drive / Bay Road (south) $ 30 $ 25X 71 st Street / Bonita Drive $ 37 2 $ 26A 80th Street / Collins Avenue $ 37 2 $ 26B 84th Street / Collins Avenue $ 37 2 $ 26C 79th Street / Collins Avenue $ 37 2 $ 26D 83rd Street / Collins Avenue $ 37 2 $ 2500 sa ft 16th WashinClton Ct $ 37 2 $ TOTAL Annual Total $