Hollywood FL banner
File #: R-2017-248    Version: 1 Name: Grounds Maintenance Zones 1, 2, 3, 8, 8A, & 9
Type: Resolution Status: Passed
File created: 8/9/2017 In control: Department of Public Works
On agenda: 8/30/2017 Final action: 8/30/2017
Title: A Resolution Of The City Commission Of The City Of Hollywood, Florida, Authorizing The Appropriate City Officials To Issue The Attached Blanket Purchase Orders Between Superior Landscaping & Lawn Service, Inc. And The City Of Hollywood And Mainguy Landscape Services And The City Of Hollywood For An Estimated Annual Expenditure Of $260,691.00.
Attachments: 1. F-4555-17-LS RESOLUTION v1.1.pdf, 2. Blanket PO Cover Sheets.pdf, 3. F-4555-17-LS Bid Tab.pdf, 4. F-4555-17-LS Mainguy Landscaping Response, 5. F-4555-17-LS Superior Landscaping Response, 6. Blank Bid Packet F-4555-17-LS.pdf, 7. Term Sheet - Superior Landscaping and Lawn Service, Inc..pdf, 8. BIS 17-257.pdf

Title

A Resolution Of The City Commission Of The City Of Hollywood, Florida, Authorizing The Appropriate City Officials To Issue The Attached Blanket Purchase Orders Between Superior Landscaping & Lawn Service, Inc. And The City Of Hollywood And Mainguy Landscape Services And The City Of Hollywood For An Estimated Annual Expenditure Of $260,691.00.

 

Body

 

Staff Recommends: The Approval of the Attached Resolution

 

 

Explanation:

The Department of Public Works requires multiple contracts for City-Wide Grounds Maintenance Services for six (6) 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.

 

Notices of Availability of Bid Number F-4555-17-LS were posted on the City’s Website, advertised and sent to 4,398 firms on Bidsync.com in accordance with Section 38.42(A)(1) of the City’s Purchasing Ordinance.

 

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-4555-17-LS was opened at 10:56 A.M. on May 30, 2017, and resulted in responses from six (6) bidders as follows:                     

 

                            Superior Landscaping            Nice & Smooth               Mainyguy Landscape          Weed-A-Way            Native Landscaping          Never Back Down

Zone 1

$   41, 073.40

$      44,505.00

$      59,875.21

$      46,159.85

$   25,530.00

        $   43,815.00

Zone 2

$    24,644.04

$   120,635.00

$    125,575.17

$      95,059.00

$    37,030.00

$  47, 840.00

Zone 3

$    16,429.36

$      45,425.00

$      77,400.06

$      61,640.00

$   14,950.00

        $   41,285.00

Zone 8

$    73,932.12

$      77,165.00

$      92,350.06

$   139,357.00

$   41,400.00

        $   54,740.00

Zone 8A

$    54,754.56

$      17,820.00

$      13,350.24

$      30,240.00

$     7,200.00

        $   15,300.00

Zone 9

$    86,962.72

$    118,975.00

$    120,899.95

$   156,955.00

$   58,980.00

        $   81,580.00

                                          

The bid submitted by Native Landscaping of Florida was deemed non-responsive as they did not meet the minimum qualifications, did not submit a statement of work, and failed to provide licensing as specified and required in the bid document.

 

The bid submitted by Never Back Down was deemed non-responsive as they did not meet the minimum qualifications, did not submit a statement of work, failed to provide licensing as specified and required in the bid document; and did not submit the required References Questionnaire.

 

The bids submitted by Superior Landscaping & Lawn Service, Inc., Nice & Smooth Landscape, Mainguy Landscape Services, and Weed-A-Way, Inc. were all determined to be responsive and responsible, and Superior Landscaping & Lawn Services, Inc. and Mainguy Landscape Services were determined to be the lowest responsible and responsive bidders.

 

The initial term of this agreement shall be for a two (2) year period with the right to renew for one (1) additional two (2) year period subject to vendor acceptance, satisfactory performance and the determination that renewal will be in the best interest of the.

 

The bid states that there are six (6) zones listed on the pricing pages and each zone has multiple service locations which required bid pricing to be provided.

 

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  & Contract Compliance that the City Commission approve the award of the attached blanket purchase orders to Superior Landscaping & Lawn Service, Inc. (Zones 1, 2, 3, 8, 9), and Mainguy Landscape Services (Zone 8A),  as the lowest responsive, responsible bidders for each Zone for Grounds Maintenance Services, for a period of two (2) years with an option to renew for one (1) additional two (2) year period for an estimated annual expenditure of $260,691.00.

 

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 2017 budget in the Public Works Maintenance - Right of Way Account Number 01.5171.00481 .541.005229 and Chemical Account Number 01.5171.0048 1.541.005233 and will be provided for in subsequent fiscal years.

 

 

Recommended for inclusion on the agenda by:

Dr. Wazir A. Ishmael, City Manager

Gus Zambrano, ACM, Sustainable Development

George R. Keller, Jr, ACM/Interim Director of Finance & Administration

Sylvia Glazer, Director, Public Works

Paul A. Bassar, Director, Procurement and Contract Compliance