Item Coversheet
Town of Miami Lakes
Memorandum

To:Honorable Mayor and Councilmembers
From:Edward Pidermann, Town Manager
Subject:Authorization to Execute a Contract for ITB No. 2019-28 Ground Maintenance Services for FDOT Rights-of-Way Sites
Date:7/16/2019

Recommendation:

It is recommended that the Town Council authorize the Town Manager to execute a contract to Superior Landscaping and Lawn Service, Inc. (“Superior”), the lowest responsive and responsible bidder to perform for ITB 2019-28, Ground Maintenance Services for Florida Department of Transportation (“FDOT”) Rights-of-Way Sites in an amount not to exceed $158,919.60 for these services. Additional services pricing provided by Superior may also be accessed on an as-needed basis not to exceed budgeted funds.

The contract will be for a three (3) year period with two (2) one-year options to renew. This fiscal year, $46,846 has been budgeted for these services in the General Fund. The Town receives an annual reimbursement of $5,784 from FDOT for these services.

Background:

The Town issued Invitation to Bid (“ITB”) 2019-28 for Ground Maintenance Services for FDOT Right-of-Way Sites on May 10, 2019. The ITB was posted to DemandStar, Public Purchase, and posted in the Government Center Lobby.

To qualify for award, prospective Bidders were required to:

1. Possess a minimum of five (5) years of experience performing grounds maintenance services;

2. Must have completed at least five (5) grounds maintenance projects of similar scope and value performed within the last (3) years;

3. Must own or possess under a rental or lease contract specific equipment for use in the performance of the Work; and

4. Possess a valid Landscaper Permit issued by Miami-Dade County.

On the date of the bid opening, May 31, 2019, we received three (3) bids from the following Bidders:

1. Superior Landscaping & Lawn Service, Inc. (“Superior”) - $158,919.60

2. VisualScape, Inc. (“VisualScape”) - $288,000

3. SFM Services, Inc. (“SFM”) - $498,840

Procurement performed a due diligence review of the bids for responsiveness and found that Superior met all the minimum requirements within the solicitation. Superior's submittal was complete and included all the necessary supporting documentation. Furthermore, the submittal met the minimum qualifications and Procurement did not find any significant issues had come up in their past performance that would indicate Superior was incapable of performing the Work.

Superior, the incumbent vendor, has been in business for 21 years, owns the appropriate equipment to effectively perform the Work, and have completed five (5) grounds maintenance contracts of a similar size, scope and complexity within the last three (3) years, demonstrated through references. Furthermore, Superior is the primary vendor servicing the Town's pocket parks and ROW medians under the Ground Maintenance Services for Pocket Parks & Right of Way Medians contract.

Based on Procurement's review of the bid submittals, we have determined that Superior is the lowest responsive and responsible bidder and their bid prices are fair and reasonable. As such, it is recommended that the Town Council authorize the Town Manager to execute a contract in an amount not to exceed $158,919.60 to Superior Landscaping & Lawn Service, Inc.

ATTACHMENTS:
Description
Resolution
Contract 2019-28 Ground Maintenance Services for FDOT ROW Sites