Skip to main content
Hollywood FL banner
File #: R-2014-169    Version: 1 Name: Grounds Maintenance (Open Market).
Type: Resolution Status: Passed
File created: 5/27/2014 In control: Department of Public Works
On agenda: 6/18/2014 Final action: 6/18/2014
Title: A Resolution Of The City Commission Of The City Of Hollywood, Florida, Authorizing The Appropriate City Officials To Cancel Bid Number F-4323-13-IS; And Further Authorizing The Appropriate City Officials To Issue The Attached Blanket Purchase Orders Between Garden Of Beauty And The City Of Hollywood, Lawn Wizard USA, Inc. And The City Of Hollywood, Superior Landscaping & Lawn Services, Inc. And The City Of Hollywood And Weed-A-Way, Inc. And The City Of Hollywood For City-Wide Grounds Maintenance Services In An Estimated Annual Amount Of $326,995.02.
Attachments: 1. resGroundsMaintenanceOpenMarket.pdf, 2. BPOs Rec Tab Grounds Maintenance Open-Market F-4400-14-RD.pdf, 3. BidGOB F-4400.pdf, 4. BidLawnWizard F-4400.pdf, 5. BidSuperiorLandscaping F-4400.pdf, 6. BidWeed-A-Way F-4400.pdf, 7. Best&FinalOffer Weed-A-Way F-4400.pdf, 8. F-4400-14-RD.pdf, 9. F-4400-14-RD Addendum 1.pdf, 10. Term Sheet - Grounds Maintenance - Open Market.pdf, 11. BIS 14168.pdf
Title
A Resolution Of The City Commission Of The City Of Hollywood, Florida, Authorizing The Appropriate City Officials To Cancel Bid Number F-4323-13-IS; And Further Authorizing The Appropriate City Officials To Issue The Attached Blanket Purchase Orders Between Garden Of Beauty And The City Of Hollywood, Lawn Wizard USA, Inc. And The City Of Hollywood, Superior Landscaping & Lawn Services, Inc. And The City Of Hollywood And Weed-A-Way, Inc. And The City Of Hollywood For City-Wide Grounds Maintenance Services In An Estimated Annual Amount Of $326,995.02.
 
 
Body
 
Staff Recommends: Approval of the Attached Resolution.
 
Explanation:
The Department of Public Works requires multiple contracts for City-Wide Grounds Maintenance Services for ten (10) zones identified to be serviced by qualified contractors capable of implementing an aggressive inspection and landscape/grounds maintenance program with attention to detail.  The Department of Public Works requested that Procurement Services solicit open market bids for Grounds Maintenance Services to establish blanket purchase order agreements with firm unit pricing.
 
On March 11, 2014, Bid F-4400-14-RD was advertised online via the City's website and DemandStar in accordance with the City's Purchasing Ordinance, Section 38.42(A)(1).  The City reserves the right to award up to three (3) lowest responsive and responsible bidders for each zone or in its entirety to bidder(s) meeting specifications, terms and conditions of the bid (one primary and up to two alternates for each zone).
 
Bid number F-4400-14-RD was opened at 3:00 P.M. on March 27, 2014, and resulted in responses from eighteen (18) bidders as follows:
The bid submitted by Royal Regions, Inc. was determined to be non-responsive as they failed to provide the licensing as specified and required in the bid document.
 
The bid submitted by T.T.C. Environmental, Inc. was determined to be non-responsive as they bid unit pricing which they could not honor if awarded the bid.
 
The bids pricing for each Zone are provided in the attached Resolution.  
 
The bids submitted by Able Business Services, Inc., Bass Property Maintenance, Inc., Creative Lawn Maintenance,  Garden of Beauty, Innovative grounds Management of Florida, LLC, Landscape Maintenance Professionals, Inc. Lawn Wizard USA, Inc., Mainguy Landscape Services, Nice & Smooth Landscape, Corp., Orchidman Landscape Artisans Corp., SFM Services, Inc., Speedy Valdes Lawn Service, Superior Landscaping & Lawn Service, Inc., Visualscape, Inc.,  Webb's Landscaping and Weed-A Way, Inc. were all determined to be responsive and responsible.
 
Garden of Beauty, Nice & Smooth Landscape, Corp., Speedy Valdes Lawn Service, Webb's Landscaping and Weed-A-Way, Inc. are currently providing grounds maintenance services to the City in a satisfactory manner.
 
The initial term of this agreement shall be for a three (3) year period with the right to renew for two (2) additional two (2) year periods subject to vendor acceptance, satisfactory performance and the determination that renewal will be in the best interest of the City.  The bid states that there are ten (10) zones listed on the pricing pages and each zone has multiple service locations which required bid pricing to be provided.  Zone 4 & 4A, Zone 5 & 5A and Zone 8 & 8A each shall be considered as one (1) zone.
 
The Total Bid for each Zone Annual Cost will be the basis of the award and bidders must provide firm bid pricing for all locations within a zone to be considered for award.
 
It is the recommendation of the Director of Public Works and the Director of Procurement Services that the City Commission approve the award of the attached blanket purchase orders to Garden of Beauty (Zones 7), Lawn Wizard USA, Inc. (Zones 4,6 & 10), Superior Landscaping & Lawn Service, Inc. (Zones 1,2,3,8 & 9) and  Weed-A-Way, Inc. (Zone  5) the lowest responsive, responsible bidders for  Grounds Maintenance Services, for a period of three (3) years with an option to renew for two (2) additional two (2) year periods for an estimated annual expenditure of $326,995.02.
 
Award is subject to the City receiving all insurance required and approved by the City's Risk Manager, along with signed statements of Hold Harmless and Indemnity to the City.  Funding has been provided in the fiscal year 2014 budget in the Public Works Maintenance - Right of Way Account Number 01.5171.00481.541.005229 and Chemical Account Number 01.5171.00481.541.005233 and will be provided for in subsequent fiscal years.
 
Recommended for inclusion on the agenda by:
Cathy Swanson-Rivenbark, City Manager
Matthew Lalla, Director, Financial Services
Sylvia Glazer, Director, Public Works
Joel Wasserman, Director, Procurement Services