HomeMy WebLinkAbout051920-05.5
ADMINISTRATIVE STAFF REPORT 5.5
TO: Mayor and Town Council May 19, 2020
SUBJECT: Resolution No. 30-2020, awarding a contract for Zone A – Roadside
Landscape Maintenance Services and Resolution No. 31-2020, awarding a
contract for Zone B – Roadside Landscape Maintenance Services
BACKGROUND
The Town has utilized contractors to perform turf maintenance, plant maintenance, and
landscape weeding since 1987. The Town’s current contracts for roadside landscape
maintenance services for Zones A and B expire on June 30, 2020 and these new contracts
would be effective beginning July 1, 2020. These contracts are funded through the Town’s
Lighting and Landscape Assessment District (LLAD).
The objective of the selection process is to identify the most qualified contractor(s) based on
a combination of quality, service, and value as determined to be most advantageous to the
Town. The specifications were comprehensively prepared to meet this objective.
DISCUSSION
Separate bid documents were prepared for Zone A and Zone B and Invitations for Bid were
posted on the Town’s website. On February 20, 2020, the Maintenance Department
conducted a pre-bid meeting for contractors interested in providing bids to clarify the scope
of work and answer any questions about the bid specifications.
Sealed bids were due on or before February 27, 2020 at 2:00 p.m. Two contractors submitted
proposals for both Zone A and Zone B. Per standard Town practice in the award of long-
term contracts, each contractor submitting a proposal is required to complete a Management
and Technical Proposal in addition to a Price Proposal. The contract(s) award is based on
the bid that is most advantageous to the Town based on the combination of the two
proposals.
The Price Proposal included bids for routine services such as turf maintenance, plant
maintenance, weed control and general landscape clean up. It also included competitive
bids for additional non-routine services, including plant replacement, pest control and
landscape laborer rates. These additional services would be used on an as-needed basis for
replacement of dead or dying plants, minor irrigation upgrades and to control plant
Roadside Maintenance Contracts 2 May 19, 2020
diseases. An extra work contingency for this purpose is recommended t o accompany the
award of these contracts.
A four-member panel consisting of the Town’s Maintenance Services Director,
Superintendent and two Maintenance Supervisors evaluated the Management and
Technical Proposals. Each Management and Technical Proposal was evaluated
independently and rated on a scale, with 100 equaling the maximum possible score. The
Management and Technical Proposal required that each contractor provide information
regarding their company’s experience performing similar work, employee q ualifications,
equipment availability, employee training, customer service policies, communication plans
and safety program.
Upon completion of the Management and Technical Proposal evaluation, the Price
Proposals were opened and compared with the results of the Management and Technical
Proposal evaluations. Below are the results, also showing the price difference of all bids in
comparison to the low bid:
ROADSIDES ZONE A
Company Name Price Price Diff. Technical Score
New Image Landscape Company $161,569 N/A 86.7
Brightview Landscape Services $162,453 $884 82.0
The proposal from New Image Landscape Company demonstrated the best combination of
quality of service and price of the two proposals submitted for Zone A. Their Price Proposal
of $161,569 is the lowest of those submitted and their Management and Technical Proposal
received the highest score. New Image Landscape Company currently holds the landscape
maintenance services contract for Zone A.
ROADSIDES ZONE B
Company Name Price Price Diff. Technical Score
New Image Landscape Company $198,330 N/A 86.0
Brightview Landscape Services $199,880 $1,550 79.7
The proposal from New Image Landscape Company demonstrated the best combination of
quality of service and price of the two proposals submitted for Zone B. Their Price Proposal
of $198,330 is the lowest of those submitted and their Management and Technical Proposal
received the highest score. New Image Landscape Company currently holds the landscape
maintenance services contract for Zone B.
Roadside Maintenance Contracts 3 May 19, 2020
PUBLIC CONTACT
Each contractor who submitted a proposal has been informed of the results. Posting of the
meeting agenda serves as notice to the general public.
FISCAL IMPACT
The Price Proposal from New Image Landscape Company for Zone A is $161,569 per year
plus a $24,231 contingency for a total of $185,800. The Price Proposal from New Image
Landscape Company for Zone B is $198,330 per year plus a $29,750 contingency for a total
of $228,080. Adequate funds in Zone A Contract Maintenance and in Zone B Contract
Maintenance have been appropriated in the Maintenance Services Operating Budget.
The term of the contract(s) is three years with two optional one-year extensions. There is a
provision in these contracts that allows for an annual increase in the contract price equal to
the percentage increase in the San Francisco Bay Area Consumer Price Index.
RECOMMENDATION
Adopt Resolution No. 30-2020, awarding a contract for Zone A – Roadside Landscape
Maintenance Services and Resolution No. 31-2020, awarding a contract for Zone B –
Roadside Landscape Maintenance Services.
Prepared and Reviewed by:
Dave Casteel
Maintenance Services Director
Attachments:
A - Resolution No. 30-2020 – Zone A
B – Resolution No. 31-2020 – Zone B
RESOLUTION NO. 30-2020
AWARDING A CONTRACT FOR ZONE A – ROADSIDE
LANDSCAPE MAINTENANCE SERVICES
WHEREAS, the Danville Town Council desires to provide attractive, well-maintained
roadsides; and
WHEREAS, proposals have been solicited, received, and evaluated for provision of
Roadside Landscape Maintenance Services in Zone A; and
WHEREAS, based upon a comparison of both technical qualifications and price
proposals, New Image Landscape Company was selected to provide Roadside
Landscape Maintenance Services in Zone A; now therefore, be it
RESOLVED, by the Danville Town Council that the Town Manager be and hereby is
authorized to execute, on behalf of the Town, a three-year contractual agreement with
options to extend for up to two additional one-year periods to New Image Landscape
Company for $161,569 plus a contingency of $24,231 for a total of $185,800 in the form as
lodged with the City Clerk, together with such changes as may hereafter become
necessary, provided such changes do not materially increase the obligations of the Town
thereunder.
APPROVED by the Danville Town Council at a regular meeting on May 19, 2020, by the
following vote:
AYES:
NOES:
ABSTAINED:
ABSENT:
________________________________
MAYOR
APPROVED AS TO FORM: ATTEST:
__________________________ ________________________________
CITY ATTORNEY CITY CLERK
DocuSign Envelope ID: D3402BDB-FC6F-4EF5-A17D-EF69C0F24CCA
ATTACHMENT A
RESOLUTION NO. 31-2020
AWARDING A CONTRACT FOR ZONE B – ROADSIDE
LANDSCAPE MAINTENANCE SERVICES
WHEREAS, the Danville Town Council desires to provide attractive, well-maintained
roadsides; and
WHEREAS, proposals have been solicited, received, and evaluated for provision of
Roadside Landscape Maintenance Services in Zone B; and
WHEREAS, based upon a comparison of both technical qualifications and price
proposals, New Image Landscape Company was selected to provide Roadside
Landscape Maintenance Services in Zone B; now therefore, be it
RESOLVED, by the Danville Town Council that the Town Manager be and hereby is
authorized to execute, on behalf of the Town, a three-year contractual agreement with
options to extend for up to two additional one-year periods to New Image Landscape
Company for $198,330 plus a contingency of $29,750 for a total of $228,080 in the form as
lodged with the City Clerk, together with such changes as may hereafter become
necessary, provided such changes do not materially increase the obligations of the Town
thereunder.
APPROVED by the Danville Town Council at a regular meeting on May 19, 2020, by the
following vote:
AYES:
NOES:
ABSTAINED:
ABSENT:
MAYOR
APPROVED AS TO FORM: ATTEST:
CITY ATTORNEY CITY CLERK
DocuSign Envelope ID: 922A4298-A162-4D74-93A4-CA78AEAD5AA7
ATTACHMENT B