Loading...
HomeMy WebLinkAboutItem 09 - Grounds Management Services 'TEN MEMO TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL 2 FROM: BRUNO RUMBELOW, CITY MANAGER MEETING DATE: JANUARY 17, 2012 SUBJECT: APPROVAL TO RENEW A CONTRACT FOR BID 350-2011 GROUNDS MANAGEMENT SERVICES RECOMMENDATION: City Council to consider approval to renew a contract of Bid 350-2011 for grounds management services for various departments administrated by the Parks and Recreation Department with VMC Landscape Services. The annual estimated expenditure is $1,294,404. FUNDING SOURCE: Funds will be limited to the budgeted amount for the following accounts: 100-44540-312-3...General Fund/Parks Maintenance/Professional Services 119-44540-312-9...General Fund/Lake-Parks/Professional Services 200-43350-531-2....Utility Enterprise Fund/Wastewater/Building Maintenance 200-44540-530-2... Utility Enterprise Fund/Wastewater/Professional Services 116-43301-535-1....Storm Drainage Utility Fund/Transportation infrastructure Maintenance/Administration 115-44540-350-01...Convention and Visitors Bureau Fund/Administration/Professional Services 115-44540-350-03...Convention and Visitors Bureau Fund/Convention Center/ Professional Services 115-44540-350-05...Convention and Visitors Bureau Fund/Festivals/Professional Services 816-43350-104-01...Heritage Foundation/Nash Farm/Building Maintenance BACKGROUND: Bids were taken in accordance with Local Government Code Chapter 252, Subchapter B, Section 252.021 (a) and Section 252.041 (a). Advertisement for Bid 350-2011 was posted in the Fort Worth Star Telegram on November 24, 2010 and December 1, 2010. The bid was opened publicly on December 17, 2010. The purpose of this bid was to establish an annual fixed pricing contract for grounds maintenance services which includes mowing, litter control, weed abatement, fertilization, herb icideslpesticid es/fu ngicide application and land scapelirrigation services to be performed at various parks, medians, right-of-ways, facilities, open spaces, and athletic complexes within the City of Grapevine. Along with the bid advertisement, staff sent out bid notifications to 21 vendors and issued bids to four vendors. Due to the complexity of this contract a mandatory pre-bid meeting was held with three vendors attending. Staff received one bid from VMC Landscape Services. An evaluation committee independently evaluated the best value bid for the City of Grapevine. Each committee member evaluated the bid based on the following criteria, operational plan, work history/references, and equipment/vehicles. The recommendation of the committee was to accept the best value bid from VMC Landscape Services. The contract period was for one year with four optional one year renewals. VMC Landscape Services has provided service to the City of Grapevine in the past with satisfactory results. This request for renewal would be the first of four, one year options to be used. Staff recommends the first annual contract renewal be awarded to VMC Landscape Services for grounds management services. BS