View the PDF version Google Docs PDF Viewer
Downtown Muskegon Business Improvement District Special Meeting Agenda Oct. 31, 2022 8 a.m . Muskegon City Hall Conference Room 103 933 Terrace, Muskegon, Ml 1) Call to Order 2) Public Comment (on an agenda items) 3) Consent Agenda (action needed) a) Approval of Agenda b) Approval of Minutes from the meeting Feb. 22, 2022 and special meeting July 18, 2022 c) Acceptance of financial statements as of Sept. 30, 2022 4) New Business a) Review of downtown landscaping since special meeting in July (discussion) b) BID-DPW snow 2022-23 LOU (action needed) c) BID-Terrascape snow agreement 2022-23 (action needed) d) Review of BID snow agreement with Summit (information) e) Review of DPW's draft landscaping RFB for downtown (information) f) Approval of 2023 BID budget and work plan (action needed) g) Discussion of the Bl D's future and sustainable plan for downtown services h) Michigan Downtown Association social event, Nov. 3, 5:30 p.m. (information) 5) Other Business a) Next meeting Feb. 27, 2023 or the call of the chair. 6) Adjournment Downtown Muskegon Business Improvement District July 18, 2022 Special Meeting Minutes Muskegon City Hall 933 Terrace St, Muskegon, Ml 49440 1. Call to Order: 4:00 pm 2. Public Comment: None 3. New Business a. Request for additional funds for summer downtown maintenance Staff is asking the BID board to release funds from its fund balance to augment the $26,500 already approved for downtown landscaping. Background: Please see financial statement, DPW-BID letter of understanding on 2022 landscaping, Barry's 2022 downtown planter agreement and a staff memo. Staff comments: A financial statement from June 30, 2022 shows the BID has $170,241 in the bank on account with the city. That does not include payments owed city DPW for winter sidewalk snow removal ($43,145 plus up to $6,000 for pet friendly de-icing materials) and for this summer's landscaping ($26,500). That would bring the BID bank to $94,596. Going into this next winter the BID would pay about $20,000 in snow removal by the end of the calendar year. That would give the BID $74,596 in fund balance as it enters 2023, the last of its current three-year special assessment. Staff estimates that the additional downtown work by DPW and/or private contractors would cost $30,000. b. Staff preparation for bidding of downtown landscaping for 2023 (Info) Staff presented a Letter of Understanding between the City of Muskegon and the Downtown BID concerning landscaping in downtown Muskegon for the spring, summer, and fall of 2022. The City will perform work on a time and material basis not to exceed $26,500. This includes maintenance of new landscape areas in Midtown along 3 rd Street from Muskegon to Merrill Avenues. The scope of work includes: Lawn Fertilization/Weed Control, Spring Clean Up, Hardwood Mulch Installation & Bed Prep, Trimming and Pruning, and Fall Cleanup. 4. Other Business a. Next meeting September 26, 2022 or the call of the chair. 5. Adjournment 5:15 pm No Objection Minutes produced and submitted by Samantha Pulos, Administrative Assistant, Development Services, City of Muskegon. Downtown Muskegon Business Improvement District February 28, 2022 Regular Meeting Minutes Muskegon City Hall 933 Terrace St, Muskegon, Ml 49440 1. Call to Order: 8:00 am 2. Public Comment: None 3. Consent Agenda a. Approval of Agenda b. Approval of Minutes (October 25, 2021} c. Acceptance of Financial Statements as of January 31, 2022. Motion to approve the consent agenda: Andy Maciejewski Support: Bruce Lindstrom All voted in favor. 4. New Business a. Staff is asking the BID board to authorize additional spending on pet-friendly de- icing for downtown sidewalks. BID board members were told of the complaints - the first in six years - of dog walkers having their pet's paws bleeding from what owners think is salt treatment of downtown sidewalks this winter. DPW has found a pet-friendly material and it is twice the cost of what was being applied. The switch was made in late January and the BID is being asked to cover the additional cost anticipated, not to exceed $6.000. Motion to approve: Kiel Reid Support: Jaime Charron All voted in favor. b. Staff is asking the BID board to consider a landscaping services letter of intent with the city Department of Public Works for the summer 2022. The BID has purchased city DPW services since 2017 after requesting private sector quotes. The BID board at the time used DPW based on cost and quality of work. Downtown has looked beautiful ever since. DPW Director Leo Evans would like the BID to consider going out for private landscaping service going forward so city staff can put more effort into some neglected city parks. Director Evans is willing to provide landscaping services this summer but wants to explore moving away from providing that service. Director Evans is not looking to shed the winter sidewalk snow removal work. Motion to approve: Kiel Reid Support: Jaime Charron All voted in favor. c. Staff is asking the BID board to consider a planter agreement with Barry's Flowers for the summer 2022. The BID has received exceptional service from Barry's for the 72 downtown planters for the past nearly half dozen years. The 2022 quote is for $15,750 for planter preparation, flowers, weekly maintenance including water and fertilizer and year end removal of plants. The quote is a five percent increase over 2021. Motion to approve: Bruce Lindstrom Support: Andy Maciejewski All voted in favor. d. Staff is requesting the BID to partner with the Muskegon Downtown Development Authority to host a social event during the Michigan Downtown Association annual conference at the VanDyk Mortgage Convention Center Nov. 3-4. Downtown Muskegon has been an active member of the Michigan Downtown Association since redevelopment of the downtown after the removal of the Muskegon Mall. The last time the MDA has meet in Muskegon was prior to 2015. The city has plenty to show off since then. The annual conference will bring 125 downtown professionals and board members to Muskegon with an estimated more than 50 room nights. The host downtown usually provides a social gathering the Thursday evening of the conference. Staff has secured the lobby of the Freaunthal Theater for a social gathering with cash bar Thursday Nov. 3 from 5-7 p.m. The cost of the rental and food is not expected to exceed $3,000. Motion to approve: Kiel Reid Support: Bruce Lindstrom All voted in favor. e. The current three-year BID special assessment will end Dec. 31, 2023. It is time to begin discussing the BID's future beyond 2023.The BID funds sidewalk snow removal, parking lot snow removal, summer landscaping services, planter services and supports downtown management. How will these and other critical downtown services be funded in the future? lfthe BID is to be extended beyond 2023, decisions will have to be made by June 2023 to allow for the BID special assessment process to conclude by Oct. 31, 2023. Staff projects more than $86,000 in fund balance at the end of the 2022 calendar year. If not going forward, the BID will have to determine the expenditure of any unexpended funds. 5. Other Business a. Next meeting May 23, 2022 or the call of the chair. 6. Adjournment 9:07 am No Objection Minutes produced and submitted by Samantha Pulos, Administrative Assistant, Development Services, City of Muskegon. Muskegon Downtown Business Improvement District Agenda item A for 10-31-22 Financial statement as of 9-30-22 Requesting party: City Economic Development Outline of request: Staff is asking the BID board to review and accept the BID financial statement as of Sept. 30, 2022. Background: The last statement from the July special meeting ended June 30, 2022 and showed fund balance of $170,241. City Finance Department went back and posted last fiscal year entries that included last winter's snow payment to DPW that came in about $8,000 less than expected. Staff comments: A financial statement from June 30, 2022 now shows the BID had $135,441 in the bank, on account with the city. That does not include payments owed city for this summer's landscaping ($26,500). That would bring the BID bank to $108,941. Going into this next winter the BID would pay about $20,000 in snow removal by the end of the calendar year. With $135,819 at end of September, that would give the BID roughly $88,941 in fund balance as it enters 2023, the last of its current three-year special assessment. Staff recommendation: To accept the BID financial statement as of Sept 30, 2022. Suggested motion: I move to accept the Downtown Muskegon Business Improvement District financial statement as of Sept. 30, 2022. 10/24/2022 05:03 PM GL ACTIVITY REPORT FOR CITY OF MUSKEGON Page: 1/1 User: GRANT FROM 287-000-001 TO 287-000-001 DB: Muskegon TRANSACTIONS FROM 07/01/2021 TO 06/30/2022 Date JNL 'l'ype Description Reference II Debits Credits Balance Fund 287 DOWNTOl'IN MUSKEGON BID Department 000 07/01/2021 287-000-001 CASH IN BANK BEG. BALANCE 132,988.37 07/30/2021 CD CHK Check: 10 24898 24898 (A) 2,000.00 130,988.37 07/31/2021 GJ JE INTEREST ON INVESTMENTS 7464 55.00 131,043.37 08/31/2021 GJ JE INTEREST ON INVE:STMENTS 7465 54.60 131,097.97 09/30/2021 GJ JE INTERES'l' ON INVESTMENTS 7467 54.59 131,152.56 10/08/2021 CD CHK Check: 10 543357 543357 4,000.00 127,152.56 10/26/2021 CR RCPT Special Assessments 10/26/2021 3,972.68 131,125.24 10/29/2021 CD CHK Check: 10 25798 25798 (A) 1,202.26 129,922.98 10/31/2021 GJ JE INTERES1' ON INVESTMENTS 7505 54.39 129,977.37 11/01/2021 GJ JE RECORD SPRING/SUMMER WESTERN AVE cos 7319 20,239.06 109,738.31 11/26/2021 CD CHK Check: 10 543578 543578 1,335.00 108,403.31 11/30/2021 GJ JE INTEREST ON INVES'l'MENTS 7556 49.66 108,452.97 12/13/2021 CR RCPT Special Assessments 12/13/2021 662 .11 109,115.08 12/21/2021 CR RCP1' Special Assessments 12/21/2021 97 5. 7 4 110,090.82 12/31/2021 GJ JE INTEREST ON INVESTMENTS 7557 4 5. 51 110,136.33 01/14/2022 CD CHK Check: 10 543794 543794 560.00 109,576.33 01/28/2022 CD CHK Check: 10 543861 543861 2,455.00 107,121.33 01/28/2022 CD CHK Check: 10 543864 543864 4,400.00 102,721.33 01/31/2022 GJ JE INTEREST ON INVESTMENTS 7637 44.35 102,765.68 02/09/2022 CR RCPT Special Assessments 02/09/2022 801.51 103,567.19 02/18/2022 CD CHK Check: 10 26789 26789(A) 73. 90 103,493.29 02/25/2022 CD CHK Check: 10 543991 543991 3,895.00 99,598.29 02/28/2022 GJ JE INTERES'l' ON INVESTMENTS 7727 42.16 99,640.45 03/08/2022 CR RCPT Special Assessments 03/08/2022 100.90 99,741.35 03/11/2022 CD CHK Check: 10 544014 544014 7,750.00 91,991.35 03/31/2022 GJ JE INTEREST ON INVESTMENTS 7792 39.92 92,031.27 04/19/2022 GJ JE 2021 BID PAYOUT TO CITY 7776 97,908.56 189,939.83 04/22/2022 CD CHK Check: 10 544202 544202 6,000.00 183,939.83 04/30/2022 GJ JE INTEREST ON INVESTMENTS 8071 57. 49 183,997.32 04/30/2022 GJ JE INTEREST ON INVESTMENTS 8146 57.49 184,054.81 04/30/2022 GJ JE TO REVERSE MANUAL JOURNAL ENTRY: 807 8147 57.49 183,997.32 05/23/2022 GJ JE ADMIN FEES FOR BID REIM TO DOA 7860 17,000.00 166,997.32 05/31/2022 GJ JE INTEREST ON INVESTMENTS 8076 7 3 .12 167,070.44 05/31/2022 GJ JE INTEREST ON INVESTMENTS 8142 73.12 167,143.56 05/31/2022 GJ JE TO REVERSE MANUAL JOURNAL Et1TRY: 807 8143 73.12 167,070.44 06/01/2022 CR RCPT Special Assessments 06/01/2022 1,742.40 168,812.84 06/13/2022 CD CHK Check: 10 28129 28129(E) 3,000.00 165,812.84 06/24/2022 CD 06/30/2022 GJ CHK JE Check: 10 544547 DIST OF FUNDS FROM 2021 SETTLEMENT 544547 7994 11,028.77 . 6,470.00 159,342.84 170,371.61 06/30/2022 GJ JE INTEREST ON INVESTMENTS 8096 70.30 170,441.91 06/30/2022 GJ JE INTEREST ON INVESTMENTS 8144 70.30 170,512.21 06/30/2022 GJ JE TO REVERSE MANUAL JOURNAL ENTRY: 809 8145 70. 30 170,441.91 06/30/2022 GJ JE TO RECORD BID PYMT TO CITY FOR SNOW 8169 35,000.00 135,441.91 06/30/2022 287-000-001 END BALANCE 118,034.67 115,581.13 135,441.91 TOTAL FOR DEPARTMENT 000 II8,03L67 I!5,50I.I3 TOTAL FOR FUND 287 DOWNTO\·/N MUSKEGON BID 118,034.67 115,581.13 135,441.91 10/24/2022 05:03 PM GL ACTIVITY REPORT r'OR CITY OF MUSKEGON Page: 1/1 User: GRANT FROM 287-000-001 TO 287-000-001 IJB: Muskegon TRANSACTIONS FROM 07/01/2022 TO 09/30/2022 Date JNL Type Description Reference II Debits Credits Balance E'und 287 DOi'INTO\"IN MUSK!':GON BID Department 000 07/01/2022 287-000-001 CASH IN BANK BF.G. BALANCE 135,441.91 07/06/2022 CR RCPT Special Assessments 07/06/2022 766.66 136,208.57 07/11/2022 CD C!IK Check: 10 28437 2843'/(E) 2,000.00 134,208.57 07/25/2022 CD CHK Check: 10 28594 28594(E) 2,500.00 131,708.57 07/31/2022 GJ JE INTEREST ON INVESTMENTS 8352 55.66 131,764.23 08/31/2022 GJ JE INTEREST ON INVES'l'MENTS 8354 54.90 131,819.13 09/22/2022 CR RCPT Special Assessments 09/22/2022 4,000.00 135,819.13 09/30/2022 287-000-001 END BALANCE 4,877.22 4,500.00 135,819.13 TOTAL E'OR DEPARTMENT 000 ~, 8 7 7. 22 iJ,500.00 TOTAL E'OR l"UND 287 DOWNTOV/N MUSKEGON BID 4,877.22 4,500.00 135,819.13 Muskegon Downtown Business Improvement District Agenda item B for 10-31-22 BID-DPW snow removal LOU 2022-23 Requesting party: City Economic Development Outline of request: Staff is asking the BID board to consider a sidewalk snow removal services letter of intent with the city Department of Public Works for the winter 2022-23. Background: The BID has purchased city DPW services since 2017 after requesting private sector quotes. The BID board has paid for sidewalk snow removal and one mild winter provide the resources for the city to purchase a piece of equipment to clear and salt the downtown sidewalks. With the current BID special assessment, DPW and the BID has an overall signed Letter of Understanding through spring of 2023, which is in the packet. Staff comments: Staff has worked with DPW to update the LOU for this winter season. The 11 price has been increased by 8 percent and includes "pet friendly deicing materials. The footprint on weekends includes a half block of Western northwest of Second Street for the Leonard. The update also outlines those properties with sidewalk encouragements that do not allow for city equipment to serve. It also notes that the Frauenthal Center snow melt system does not need service. Staff recommendation: Approve the 2022-23 sidewalk snow removal agreement with DPW. Suggested motion: I move to approve the letter of understanding between the BID and city DPW as presented for 202223 winter snow removal services. Letter of Understanding City of Muskegon DPW and Muskegon downtown Business Improvement District 2022-23 winter update This is an update of the Letter of Understanding between the Muskegon downtown Business Improvement District (BID} and city of Muskegon Department of Public Works (city) concerning the snowplowing of downtown sidewalks for the winter seasons from Nov. 15, 2020 to April 15, 2023. This letter updates the price of the service BID will pay to the city and updates protocols for the services. For each snow season Nov. 15 to April 15, the BID will pay the city a total of $54,096 ($10,819 per month) as a retainer to provide the outlined services below for Monday through Saturday. Monday through Friday will be done for week day service as outlined in the agreement. Friday and Saturday afternoon will be done for weekend service as outlined in the agreement. Sunday and holiday sidewalk services will be requested by the BID on an "as needed" basis and billed by the city for time and materials. This is the same level of service as last winter. The service area on weekends, Sundays and holidays will be extended to include West Western Avenue from Second Street northwest for a half a block to include the Western sidewalk in front of 292 W. Western (The Leonard} and 333 W. Western (Root Down). The parties acknowledge that the sidewalk encroachments do not allow DPW equipment to provide service in front of 470 W. Western (Carlisle's), 446 W. Western (Legends), 794 Pine (794 Northtown) and 350 W. Western (18 th Amendment, Second Street sidewalk}. And DPW will not service the snowmelt surface at 425 W. Western (Frauenthal Center). The overall price is an 8 percent increase from the past winter and includes up to an additional $7,500 for "pet friendly" sidewalk snow melt materials. On behalf of the city Department of Public Works: _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ Date: _ _ _ _ _ __ LeighAnn Mikesell, Muskegon interim city manager On behalf of the downtown Muskegon Business Improvement District: _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ Date: _ _ _ _ _ _ __ Bob Tarrant, BID board chairman Letter of Understanding City of Muskegon DPW and Muskegon Downtown Business Improvement District This is a Letter of Understanding between the Muskegon Downtown Business Improvement District (BID} and city of Muskegon Department of Public Works (city} concerning the snowplowing of downtown sidewalks for the winter seasons from Nov. 15, 2020 to April 15, 2023. City and BID officials will work together to provide superior snow removal services the most efficient, cost-effective way. For each snow season Nov. 15 to April 15, the BID will pay the city a total of $35,000 ($7,000 per month) as a retainer to provide the outlined services below weekdays Monday through Friday, morning service. Weekend services for Friday and Saturday afternoons, Sundays and Holidays will be requested on an "as needed" basis for the winter 2020-2021 and billed by the city for time and materials that will vary on the amount of snow and contracted overtime pay. The BID will be charged per occurrence with a typical charge being around $600 per typical snowfall. Future weekend services will be renegotiated with the passing of COVID-19 restrictions on downtown events and activities. Monthly costs and invoices will be sent to the city's Downtown Development Authority manager as staff of the BID and paid by the city Finance Department with BID funds to the DPW. Muskegon DPW will provide the BID a monthly accounting of the downtown sidewalk activity and expenses, reports that will be shared with BID board members. Sidewalk snowplowing, salting (as needed) and snow pile removal (as needed) will be provided by the city when fresh snow accumulations are 2 inches or greater measured at Third Street and West Western Avenue daily each morning. The goal with overnight snowfalls ls to clear the sidewalks by 8 a.m. the next morning starting along Western Avenue, if possible. If demanded, the goal on Friday and Saturday afternoons ls to have the sidewalks on the main streets of Western, Clay, Morris, Second and Third cleared by 4 p.m. or as needed and on Sundays by noon. Sidewalk snow clearing is more limited on Friday and Saturday afternoons, and Sundays and holidays as outlined below. The area of sidewalk snow removal services is shown on the attached maps. Sidewalk Snow Removal for weekday mornings (Monday-Friday map) W. Western Avenue from Seventh Street to Pine Street W. Clay Avenue from Third Street to Pine Street. Webster Avenue from Third Street to Pine Street (north side only). Morris Street from Third Street to Terrace Street Seventh Street from W. Western Avenue to first alley Sixth Street from W. Western Avenue.to first alley Fourth Street from W. Western Avenue to Clay Avenue Third Street from the parking lot behind the Hume Building (at Morris) to Merrill Avenue Second Street from Morris Avenue to Webster Avenue First Street from Morris Avenue to Webster Avenue. Jefferson Street from W. Western Ave to Webster Avenue Terrace St. from Shoreline Drive to Webster Avenue Pine Street from W. Western Avenue to Webster Avenue Sidewalk Street Crossings All efforts should be made to keep sidewalk entrances to streets clear 3fd & W. Western Traffic Circle The cross walks in the traffic circle at 3rd and Western should also be cleared Sidewalk snow removal Friday-Saturday afternoons and Sundays/holidays on demand (weekend map) W. Western Avenue from Second Street to Seventh Street Morris Avenue, Second Street to Third Street Clay Ave. from Fourth Street to Second Street (north side only) Second Street from Morris Avenue to Clay Avenue Third Street from Morris Avenue to Merrill Avenue Sidewalk Street Crossings All efforts should be made to keep sidewalk entrances to streets clear 3rd & W. Western Traffic Circle The cross walks in the traffic circle at 3rd and Western should also be cleared Salting and snow pile removals Salting of sidewalks and crosswalk entrances will be done when they are treacherous and weather conditions for salting are favorable. Snow pile removal will be done when needed in coordination with piles from street plowing. City DPW and the BID have the right to review this letter of understanding at the end of each season. Issues concerning the sidewalk snow plowing services will be handled jointly by Dave Alexander, DOA manager on behalf of the BID and city Public Works Director or a designee. I _ _ _ _ _ _ _ Date: \I I·;j vO Frank Peterson, Muskegon city manager On behalf of the Downtown Muskegon Business Improvement District: Bob Tarrant, BID board chairman All Color-coded sidewalks are in need of Notes: snow removal Sidewalk plowing on Third Street between Western and Clay should connect to plowing done by Baker College in front on the CiM Crosswalks should be open to the street, and the cross walks within the Traffic Circle at Third Street amd Blue Lines= Sidewalks/crosswalks weekday West Western Avenue should also be maintained and kept open. Monday-Friday mornings from 2020-2023 Red Lines= Sidewalks/crosswalks weekend Friday-Saturday afternoons and Sunday-Holidays on demand for 2030-2023 2" trigger each day Please note, the maps have overlap between the two pages - the map is intended to be a reference tool. ~I., C) ACmrnistrancn • ':f •'ic,- ::::- V) m . o'-''? ,,- Monday - Friday Mornings Pert City PrincJ.?Ss C:uises c " Car.t1fr Mart Dock • Boal Slorage ,, J·tt."f"l-,r.s:5is \ri:;h Pub & Rt-sun:rnr : ~ /t;') (§1 /, V s V/ ~ ~;. ~ _'=.i'° v~' -' ~~? 1-,,.r, f·~ ~,., ~ " ~-~-- i1 LC 'Nalker Arena -~ And Event Center __-, -'5.~ ·.-::y "? Grand (~-;'\ -~'~ ·-~ v•./ i>-pple /:..•,.-f. Valley Srale_ Univ,n:it'f- Annis Wa:er_, l.ak~shore i::i """' ... ~le, ½ Mus~um Ce-nter l!::; Hackley Patk '!:' (I • ~e-:f ~'(' ~~ "'-'"-::,"" "~ -:-::P·· "'~ ef' ~~ .-\?:" '\ ...., il /11>" 'l,; . -•r ·::-i' ~!... ,..,_'<., ::i--~-:.. '-'? ,,·/1 ' -~ ~~i -:.,,::..'--' _, ,....;.,-0' ~ :!! ~c$0 • Tip5y rou d '-.!! Henwgc ~- Landmg 'I!. . .'i:°G Hackley & Hume H1s1oric Site ta" ,v,. , e' ' -'\:! ,i,e '-"~ , "s; "}/, '._s;. ~'<., '<'CJ,r-J', ' G~ -.-I -s:-~' Mcnroe /-.·le >. 1,;; §ill ,") @ v,..- .::..":.. ~e 6~ ,_ "'?' .-;J. . .~~--· .....~fl,,, t..:} 0;0' v"'} :.o ~ C\' -'::t-r;:; , {-,"- ,:::--:l~, "o· ,..,_.:/''-· ---= \;\~ ... J) ,}~· Cl ay Avi,nue Cellars ,<!?"" "'5" ~~ .:r-"" ~ '-\ ~,-~t-~. _, ~ e, -',_'?; ,..c"' ~ Go gle .,~ ~... '1-...,\.c• Unitt"CChurd ~· ~.... ' '2; ,.e'"~ t,,:lt ,_<. ;i,~- .,__e· 'I;• 1., .~ Ca:• ::.i2:i1 Shoreline Dr Monday Friday Mornings Shoreline Or 1M] GD ShoreJir·,c ~ -. ':::i·- Shor·eline Or 0 ~,{}t,e $ lR cs--0 .? PNC8anl<: \ \ cj i!;a Hot Rod Ha,tey-David$On \ 1,,Vit t 81.1k·k .:f? ~ ..,,. l!:l ~ ·"' ,..,,.. 0 l§J .,, l s/ ("l GD , .....,~~ ~;'!. . ~ ... . <5' ►:::◄ US Post Office 0,-,{o'I Sr;_,· :$ .... ~ "' US Social Securi tv 0 ACm1nis: ratio~1 0· ffi --o Bakk er ~c:i M a rin~ v). tS!a '.>,.....;.t?., ~-::§'. ::-..e~:- r n ·ul· .....'I~ ~0s ~ Bt.:n;e r :.. .;,mg ..,,,e>,,.• """":::•:;,::; ~ ~b. <><,_;'I r.:te ' ..:i·.i:--<::>'' ,,. ':0::,'0- '1"~ ./ c'<_g.' ~ ·f ' m M :..';, . City of M us!.c.egon SI ~,,. , r, ~ .,.>. G-. ~a ~--, '-" -__,,,, ~ ~ '~✓- 9:'~ V·J iip ple Ave '•/ •/ Appl <? Ave . ,,,,,,~-~::·,;. ~ -- ,-._r_. in LRkF!Sho ;;; -0 ri.11..1s.zum Cen e H,eckl<>)' Pnrk G o g le ,2 '? o' m :mm1::;trmron :'f ".-0'0- ,:::- vj m .\,~ Weekend . . .~& r!I Greyhound Friday and Saturday Afternoons ~. VU; ,1Carmer Sunday - Holidays ,,, Henn e::.sf~ tm;.h Pt.:b & rtes.i:~ ur.in! '1<. . G; !Ml § ~':.." ,.., ?.-:.'o,~l~ 'J"~-~ -~ c.'.)'- ~~.... / ,,;.? "°(" :{; v,; -..,; -~- ~' I.C 'i-\'nlkt"r A~er~ it ~--~- q-~~ And E~nt Center l1-1u~kegon ~ Mu:;eum o f An !!!I t-:,....::.,?., c:,..t: · -:~0- ~~-- :,1,."" ,;;:. \N ,'\Opie l;ve. Gr"Od Vnll~y Slit lC: " c,f) Uruvers11 Y: Annis W<Jh?L Muse~~~!~~~ GI Hackley Pan: 0' -:,....:i.'l ~ s_$! ~ "'-- ,~"" ,,__e, -.8?,o {;i' ~@~ -:vo !,.'?, ..._.:f '•. . (.'}~. :.,t · ~ ....'t4.~'" C:, ~ ,--. ii ~? 1),.) (' <Sq' .,..:.€- J;. ~·r f' f?., \◊"i5'~ <' o}~ ~ § c~ :1! (entugt! ~ ~~ ..., T!p:;y To ad !J L1;1nd,,...9 ,,~ ~~: ,"\ ~(;. Hack ley & Hurne .j.<'w ,..,'?:.r; .-..' ').:: o,- ~-::•· Historic Si1 (" rt-· '(-,S,,s r ·\(~;,;:!<,;_, le! '="' ~\..J .:f.~~ M,::nrot'. A·t·e ~ '0S',.. ~~c GD 60 .;-.' c;f:..;."· . \.'..•1-:.} l -~e ~; e,0.0 <Ii ~ c'. J:f . {~' ,,o-...: ,_,-,c:>'•' :n 't=-\' }:;;)=-:,~ '<- ,::,} ~.... Clay t.vl'!ni;~ Cella r~ "4.'~~ ...~"'f- ·:.' ,:-';"''~· " ,,,..:.e· Go gle ,i_..:~,'c,,t. United Cht.:rt:I "-l~?,~l> , ~0 ....00 ,,e..'--!I '":--..::.~- ~..,'?. . .,~:~· ,., M t;: !t~! rt ::li Muskegon Downtown Business Improvement District Agenda item C for 10-31-22 Third Street parking lot snow agreement 2022-23 Requesting party: City Economic Development Outline of request: Staff is asking the BID board to consider a Third Street parking lot agreement with Terrascape Architects Inc. snow removal in Midtown at 1144 Third for the winter of 2022-23. Background: The past few winters, the BID board increased snow removal services to include a private parking lot at 1144 Third that is used by the entire Midtown district for customer parking. Terrascape has provided that service, snow removal and deicing. Staff comments: The proposed 2022-23 agreement with Terrascape is for $4,775 for the upcoming winter season. That is an increase of 8.5 percent. Staff recommendation: To approve a 2022-23 Midtown parking lot snow removal agreement with Terrascape Architects. Suggested motion: I move to approve a $4,775 agreement with Terrascape Architects to provide 2022-23 snow removal services in Midtown at 1144 Third, Terrascape Architects Inc. Estimate 1254 Spring St. Muskegon, MI 49442 Date Estimate# I 0/17/2022 241 Name / Address Muskegon Business Improvement District Dave Alexander Project Description Qty Rate Total Snowplowing of 1144 Third St. Lot . Covers Entire 2022 Snow 2,675.00 2,675.00 season from November I st 2022 to May I st 2023 Salting of 1144 Third St. Lot Covers Entire 2022 Snow Season from 2,100.00 2,100.00 November 1st 2022 to May 1st 2023 We appreciate the opportunity to serve you. Total $4,775.00 ~, 377 W. McMillan Rd. SUMMIT Muskegon, Ml 49445 MMVdrWGI~~..... Tel: 231-798-2932 Complete On/door Prope,fy Mcma,gemml Fax: 231-799-8140 i nfo@su mmitlawncare. net www.summitlawncare.net Date: September 24, 2020 To: Dave Alexander 1.A • Service Site: Same Company: Dewntovm Muskegun f' 1.,.lJ.::t4-<,~ O\f\ 1 Service Address: Billing Address 380 W. Western Ave V Service Address: Billing Address Service City, State, Zip City, State, ZIP Muskegon Ml 49440 Site Contact: Phone: 231-724-3180 Contact Phone: Fax: Contract Start 11/15/2020 Email: datexander@downtownmuskegon.org Contract End: 4/15/2023 Proposal: Snow & tee Management 2020-23 Season (prices valid for 30 days) Includes services drives Snow Plowing 2020-2023 Seasons Snow season dates: November 15, 2020 • April 15, 2023 Per event services Snow plowing and Shovel bllled In S monthly Installments 1.5"-2" $ 5,550.00 Total Seasonal of $1,110 reach beginning November 1 Shovel walks• billed in 5 monthly installments of $225 1.5''-2" $ 1,400.00 Total Seasonal beginning November l Parking lot deicing per event $ 180.00 Billed Per event Services by request Client approval loader for stacking snow or loading truck $ 150.00 Hourly Client approval 50 yard dump truck for hauling snow $ 85.00 Hourly Snow will be plowed at the discretion of Summit Lawn Care & Snow Plowing, Inc. Customer understands that if snowfalls exceed S" trucks may only plow throughways then return later to clear lots. We will make every effort to have snow removed before business hours; however, this may not be possible if 2" of snow has not fallen before 4 am. When customer agrees to parking lot deicing as needed, deicing will occur at the discretion of Summit lawn Care & Snow Plowing, Inc. to designated areas when slippery and/or icy conditions warrant, regardless of snowfall totals. If customer elects to have deicing agents applied at their request, customer understands that the service will occur the next time a truck Is In the area. If snow stacking or hauling Is necessary, the customer wlll be notified for approval and will be charged at an hourly rate. If diesel or gas prices go over $4.50 per gallon we may find It necessary to apply a fuel surcharge. Requests to return to clear entrances after city plows may be counted as a full service visit. Snow clearing during extreme snow events of 8" or more in a 12-hour period may count as multiple visits. Salt prices are based on 2020 pre-purchase prices negotiated by Summit Lawn Care & Snow Plowing with suppliers. In the event an unexpected salt shortage occurs due to extreme weather demands or government salt seizure, customer may be notified regarding price increases. In the event that salt prices decrease, customer may be notified of the price decrease. Billing occurs once a month with an option to be billed twice a month. Payment terms are net 30 days. After 30 days a 10% late fee may be imposed. Any additional services will be performed upon the request of the customer. Option for electronic billing is available. Please call our office 231-798-2932 for additional service requests. Snow contracts are accepted on a first-come, first-served basis. Availability Is limited. Afax copy of the agreement Is acceptable. For multi•year contracts there will be a annual review In which both sides have the opportunity opt out if it Is deemed necessary. Summit Lawn Care & Snow Plowing, Inc. A Michigan Company Michael B. Weiler, President Date - r, ·- \ Integrity· Safety- Quality• Relationships· Teamwork· Profitability Page 1 ACl1'1tn1Strauon ' .._;(- ';.":~~,::. o· ":"/ 0/ m . //· ·V ~' ~ Greyhound <.) Gd '"'"J'.('1 J~ ,,:j 'J.1-• . ,.,.-b- <:;" ) Hen"' e~sy·c, ,ns·, 1.--.. r, ~ l' L, b & 11es: avar•· "·..I; ,;-;..::..'<, t ·;~ ~::-, '. .,. S/ .::;t,, ~· -r;j::.•;e. ..._':~G, ,/ .s:, ,. '-:A. ...... ~-:. r·"-".\ w ; ~I ', Hc lidil~/ Ir.n t:.u .....~...; ~;. t-.~usk':'t;on • H;;,rb0r ,. -. ~ .;.~·- 0].. 13al<er College Culinary ..? 9 ,;;:;,e ~;, ~' C/~ 0;- ri'-' ..,,... , ,j ,.,..,, 0 -- · ,., ;, .:r,\ Th,:, r-rauenth >1 I Cen1er c~, t. fo r ~r.e Per' orming Am; (:..7-' L:.:: \'\1.alker Arene. Mll$kegon fi if!, , -~r· erd E /E-n1 r::e,t~r ; 1 -!; '· r\,~useum of A.rt _;r ,e,'- ...) ~ ~ v,1.~,ople 1~·-;'c. 'O' -- ... ... ~~. . .,.._F-- ~~ ~I'.':; ·t 0'"" Hackley Public LibrarJ 1~19en•· 1'11 1 ( '~; . I . ,.,i:\"' ..,,1ng ::;t'impariy r 1:1• • All Color-coded areas are in need of snow removal Orange Boxes= Parking Lots Red Lines = Alley 1.5" trigger MUSKEGON West Michigan's Shoreline City www.shorelinecity.com J\CITY oF·~uSKE6l>N tiil; N~:teETO ~ONT~C;OR ~6bE~~~6ilPROPOSALS PROJECT NAME: Downtown Landscaping DATE OF ISSUANCE: ~ ugust Pt, 2022 DATE PROPOSAL DUE: August 301'\ 2022 ISSUING OFFICE: City of Muskegon c/o Leo Evans Department of Public Works 1350 Keating Ave. Muskegon, MI49442 Tel. (231) 724-6920 Leo.Evans@shorelinecity.com 1 TABLE OF CONTENTS PROPOSAL & AW ARD ............................................................................................................... 3 INSTRUCTIONS TO CONSULTANTS ...................................................................................... 4 SPECIFIC PROJECT INFORMATION ..................................................................................... 6 SCOPE OF SERVICES ................................................................................................................. 8 CONTENTS OF PROPOSAL ....................................................................................................... 9 EVALUATION ....................................................................................;........................................ 12 TENTATIVE SCHEDULE FOR AW ARD .......................... _.. ?::::::ii}L.................................... 13 INSURANCE REQUIREMENTS .........................................:··... :·;:;-.'i~;:;:;·... ., ....................................... 14 ,,• •,:_.: ··:- Note: Should any of the pages or documents foited above be missing f{=on/ your packet, or if you have any questions regarding this RFP, please contact Leo Evans, Directch. . of Public Works for the City of Muskegon at (231) 724-6920 or via E-mail at Leo.Evans@shorelirrJhity.com ~ . ;,, , 2 PROPOSAL & AW ARD The undersigned having become thoroughly familiar with and understanding of all the proposal documents attached hereto, agrees to provide the services as specified herein, for the total fees as stipulated herein, subject to negotiation. I hereby state that all of the information I have provided is true, accurate and complete. I hereby state that I have authority to submit this proposal which will become a binding contract if accepted by the City. I hereby state that I have read, understand and agree to be bound by all of the terms of this proposal document. Signature/Date Title Firm Name Address Telephone E-Mail 3 INSTRUCTIONS TO CONSULTANTS PROPOSALS All proposals must be submitted following the proposal format supplied in this document and shall be subject to all requirements of this document. The City may consider as irregular any proposal in which there is an alteration of or departure from the format stated in the RFP documents, and at its option may reject the same. Each firm will include in their proposal a listing of each pri.~cipal and the names of any proposed sub-consultant/contractor and the name and address of ~ach _office which may be involved in the project. A;-:, .... Before executing any subcontract, the successfu~ fi~·/4\hall submit the_name and principals of any proposed subcontractor for prior approval. ..}:.\/.. ·· SUBMITTAL OF PROPOSALS .,\&.t;ih;,:::_:_;_,._. ;,.({) . :.. ·•· Three (3) copies of the proposal documents shall be sub;ni¼.~d in a sealed envelope to: . ·•: City of Muskegon City Clerk's Office .+rit4<i:,:;, Ju!!e::r:t::~o . The envelope shall b/ i i~ar~y mark·~a-on the ext~rior denoting the name of the firm submitting the proposal and the name o{tbe:,pa,rtittilar professional services contract for which the proposal is offered. .. :(:: · ::: · :- - ·.... · •:,.. The pro;osa;s ~hall be Silbmitt~d iY°/i? late; •~~~ -2:-00 PM, Tuesday, August 30 th , 2022 . :- AWARD I REJECTION OF PROPOSALS The City reserves the rightJo rejec't any and all proposals and to waive any irregularity in proposals received whenever such rejection or waiver is in the best interest of the City. The firm to whom the Award is made will be notified at the earliest possible date. All firms submitting proposals will be notified when the award is made. Award will not be completed until confirmed and recommended by the city commission. 4 CITY RESPONSIBILITIES The City will provide information as to the requirements for the project and make available pertinent information which may be useful in the project work. The City will designate a person to act as the City's Project Manager with respect to the work to be performed. Such person will have the authority to transmit instructions, receive information, interpret and define the City policies and decisions with respect to elements pertinent to the project. The Project Manager will examine all studies, reports, estimates, proposal, and other documents prepared by the firm and render in writing, if necessary, decisions pertinent thereto within a reasonable time. The Project Manager will direct the consultant in writing to begin the work on each phase of the project upon receipt of written evidence from the firm of the appropriateness of such action. The Project Manager will direct the firm in writing to furnish any special services, sub-consultants and/or extra work that may be required on the project upon receipt of written evidence from the firm detailing as to cost, time schedule, and reason for such special service or extra work. 5 SPECIFIC PROJECT INFORMATION INTRODUCTION TO PROJECT & BACKGROUND INFORMATION The City of Muskegon is seeking bids from landscaping firms to provide a variety of landscaping services within the core downtown area for an extended period of time. Reference the attached map and scope of work noted below for further information. Bid Area #001 - Western Avenue Limits From 5th Street to Terrace Street (6 Blocks), inclusive of½ block on all side streets. Also includes limited services at the Parking Lot behind the Hines Building/ Russell Block and in Alcoa Square along Western Avenue as defined below. Scope o[Work • Spring Cleanup • Fertilization • Nuisance Management • Mowing • Fall cleanup • Additional Bid Area #001 Specific Items o 200 Block West Western (Alcoa Square & Splashpad) • Clean and refresh the stone landscape beds, add/remove stone as needed • Provide nuisance management to the stone beds on the same schedule as other weed control items o 387 & 401 Morris Avenue (Parking Lots) • Clean and refresh the stone landscape beds, add/remove stone as needed • Provide nuisance management to the stone beds on the same schedule as other weed control items o 479,489,495 & 505 Western Avenue (Parking Lot) • Include landscaping on perimeter of parking lot with remainder of Western Avenue landscaping. ■ Include mowing of NE side terrace of 5th @ Clay for Monet Gardens 6 Bid Area #002 - Hacldey Park Limits Entire boundary of Hackley Park bounded by Clay/ 3rd / Webster/ 4th Streets including the internal areas of the park and the street terraces. Scope of Work • Spring Cleanup • Hanging Baskets/ Flower Pots (Estimated Need= 30 Baskets) • Fertilization • Nuisance Management • Mowing • Fall cleanup • Additional Bid Area #002 - Specific Items o Event Restoration ■ Restore the site following events. Work expected to include mowing and raking grass, additional watering, fertilization, topsoil and seeding of any damage, and similar work. ■ Estimated need for this service is 15 times annually. o Many of the landscape beds within Hackley Park are planted with annual plants in contrast to most other landscape beds which are majority perennial plantings Bid Area #003 ,. Third Street Limits The raised planter beds along 3rd Street from Muskegon Avenue southeast to First Street. Project area includes five (5) iITigated raised planter beds. Scope o(Work • Spring Cleanup • Fertilization • Nuisance Management • Fall cleanup 7 Bid Area #004 - City Hall Limits The entire boundary of City Hall bounded by Terrace/ Muskegon/ Jefferson/ Walton Streets including the internal areas of the campus and the street terraces. Scope of Work • Spring Cleanup • Fertilization • Nuisance Management • Mowing • Fall cleanup Bid Area #005 - Farmers Market Limits The entire boundary of City Farmers Market bounded by Terrace/ Morris/ Western Streets and bounded by the Muskegon Poste Office. Including the internal areas of the site and the street terraces, less the Western Avenue Terrace which is included in a separate item. Scope of Work • Spring Cleanup • Fertilization • Nuisance Management • Mowing • Fall cleanup Bid Area #006 - Shoreline Drive Limits Shoreline Drive from West Western Avenue north and east to Ottawa Street (Approximately 1.25 Miles in length). Work areas and items includes only the landscape items within the median and on shoulders. City staff will provide mowing and turf maintenance. Scope of Work • Spring Cleanup 8 • Fertilization • Nuisance Management • Fall cleanup Bid Area #007 - Various Flower Pots and Planters Limits Spread throughout the entire core downtown area. Bid should be based on servicing the following quantity and size of flower pots • 9 EA - Large Diameter Concrete Pots • 18 EA - Small Diameter Concrete Pots • 45 EA - Galvanized Troughs Scope o(Work • Hanging Baskets / Flower Pots Bid Area #008 - Irrigation Startup / Shutdown Limits Citywide as outlined in the attachments Scope o(Work Includes the following work: • Seasonal startup of identified irrigation systems prior to June 1 annually. • Identification and completion of repairs needed upon startup. Repairs needed shall be reviewed with City staff prior to completion and can be invoiced separately on a time and material basis. • Seasonal shutdown and winterization of identified irrigation systems prior to October 15 th annually. 9 Bid Area #009 - Lakeside Commercial District Limits Lakeshore Drive from Robinson Street to Clifford Street Scope o(Work • Spring Cleanup • Fertilization • Nuisance Management • Mowing • Fall cleanup • Additional Bid Area #002 - Specific Items o Area includes three irrigated, raised landscape beds that are subject to all applicable maintenance tasks o Areas includes the turf terrace areas along Lakeshore Drive between the noted intersections PURPOSE OF THE PROJECT The proposed project seeks to provide more uniformed and routine maintenance to a wide variety of landscaped features in and around the core downtown area for the 2023-2025 calendar years with potential extensions for 2024 and 2025 (Base 3-Year / Max 5-Year). CmTently the areas listed above are maintained by a variety of entities and there is a desire to consolidate the services. 10 BID FORM BIDDER TO USE THE ATTACHED BID FORM CONTENTS OF PROPOSAL SUBMITTAL At a minimum, each proposal shall include the following iteµi.s._:_r·· :•· .;:-· 1. Signed and Completed Proposal & Award Page_:·:\)/>\\t.:. 2. Signed and Completed Bid Form 3. Listing of any identified Subcontractors 4. Copy of Insurance EVALUATi ON Staff will review the ::s ub~itted.proposals a;l~~~~t:;t~~ ; ie~dation to the City Commission and other controlling ·e~tlties for awai·d based d~ the current purchasing policies of the City. ·... ·•:,•/··. ·-:::·(-:, .. \.TENTATI✓~::· scmibuLE FOR AWARD & IMPLEMENTATION •,: ·•·' ~-:.. :•::: :: . ·:.=:.._·.~:t:·•·=·•:, .•.:•::~\:• Issue RFP ............ :\ ............ .. ...... J; .. :............................lNovember 1, 2022 Proposal Due Date .:·.:~i!;!t+·i:: -::.:(f{~):·............................November 22, 2022 (2:00 PM) ········•:••,:•:•·::•' City Commission Consideraiion of Bids .... .... ........... December 13 11 1, 2022 Start Date ...... ...... .... .... .......... ......... ....... ... ... ............... January 1, 2023 Completion Date ........................................................ December 31, 2025 (2027 with Extensions) 11 INSURANCE REQUIRMENTS The Consultant will be required to comply with the following insurance and indemnity requirements BEFORE ANY AGREEMENTS CAN BE EXECUTED: a. Hold Harmless Agreements: To the fullest extent permitted by law, Consultant agrees to defend, pay on behalf of, indemnify, and hold harmless the City, its elected and appointed officials, employees, volunteers and others working on behalf of the City against any and all claims, demands, suits, or loss, including any costs connected therewith, and for any damages which may be asse1ied, claimed or recovered against or from the City, its elected and appointed officials, employees, volunteers, or others working on behalf of the City, by reason of personal injury, including bodily injury and death, property damage, including loss of use thereof, and/or the effects of or release of toxic and/or hazardous material which arises out of or is in any way connected or associated with this contract. The obligation to defend and hold harmless extends to Consultant's employees, agents, subcontractors, assigns and successors. b. Consultant Insurance Requirements: Consultant shall not commence work under this contract until obtaining the insurance required under this paragraph. All coverage shall be with insurance companies licensed and admitted to do business in the State of Michigan and Best Rated A VIII. All coverage shall be with insurance carriers acceptable to the City. c. Workers' Compensation Insurance: The Consultant shall procure and maintain during the life of this contract, Workers' Compensation Insurance, including Employer's Liability coverage, in accordance with all applicable Statutes of the State of Michigan. d. General Liability Insurance: The Consultant shall procure and maintain during the life of this contract, commercial General Liability Insurance on an "Occurrence Basis" with limits of liability not less than $500,000 per occurrence and/or aggregate combined single limit, Personal Injury, Bodily Injury and Prope1iy Damage. Coverage shall include the following extensions: (a) Contractual Liability; (b) Products and Completed Operations; (c) Independent Contractor's Coverage; (d) Broad Form General Liability Extensions or equivalent. e. Motor Vehicle Liability: The Consultant shall procure and maintain during the life of this contract Motor Vehicle Liability Insurance, including Michigan no-fault coverage, with limits of liability of not less than $500,000 per occurrence or combined single limit Bodily Injury and Prope1iy Damage. Coverage shall include all owned vehicles, all non-owned vehicles and all hired vehicles. 12 f. Professional Liability Insurance: The Consultant shall procure and maintain during the life of this contract and during the performance of all services Professional Liability Insurance covering all performances from the begi1ming of the consultant's services on a "claims made basis" and shall maintain coverage from commencement of this contract until six (6) months following completion of the consultant's work with limits of liability not less than $500,000 per claim. g. Additional Insured: Commercial General Liability and Motor Vehicle Liability Insurance, as described above, shall include an endorsement stating the following shall be "Additional Insured": The CITY OF MUSKEGON, all elected and appointed officials, all employees and volunteers, all boards, commissions and/or authorities and board members, including employees and volunteers thereof. h. Cancellation Notice: Workers' Compensation Insurance, General Liability Insurance, Motor Vehicle Liability Insurance, and Professional Liability Insurance, as described above, shall include an endorsement stating the following: "It is understood and agreed that Thiiiy (30) Days Advance Written Notice of Cancellation, Non-Renewal, Reduction and/or Material Change shall be sent to: CITY OF MUSKEGON ENGINEERING DEPARTMENT. 1. Proof of Insurance Coverage: The Consultant shall provide the City at the time the contracts are returned by him for execution, certificates and policies as listed below: 1. Two (2) copies of Certificate of Insurance for Workers' Compensation Insurance 2. Two (2) copies of Certificate oflnsurance for Commercial General Liability Insurance 3. Two (2) copies of Ce1iificate of Insurance for Vehicle Liability Insurance 4. Two (2) copies of Certificate of Insurance for Professional Liability Insurance 5. If so requested, ce1iified copies of all policies mentioned above will be furnished. If any of the above coverage expires during the term of this contract, the Consultant shall deliver renewal certificates and/or policies to the City at least ten (10) days prior to the expiration date. 13 SCOPE OF WORK Items defined below provide a general scope of work. Each individual bid area has unique needs and items specific to that area. Use this document as a general guidance document that covers many of the areas that are common and duplicated throughout multiple areas. Additional specific information for each area along with which general scope items apply are included in the Request for Bids document. Any variances (additions/subtractions/revisions from this document should be noted on the Bid Form in the notes section. • Spring Cleanup - To be completed prior to May 15 annually o Thatch and aerate all turf areas as needed o Edge all turf areas where appropriate o Trim all ornamental grasses and annual plants to spring start height o Cleanout landscape beds of all trash, weeds, excess mulch, leaves and any other landscape debris o Trim and prune all shrubs, bushes and trees within the designated areas o Assess landscaping, shrub, tree, and all other plantings for condition and variety. ·Provide contract owner with recommendations and cost estimates to replace plantings for conditional reasons and to provide for broader color options and season long appeal. Contract owner will review recommendations and will provide authorization to proceed with approved plantings along with separate negotiated payment for new plantings. o Install new hardwood mulch in all mulched landscape beds to provide consistent and uniform coverage o Repair and recommend for replacement any landscape edging o Haul and dispose of all yard waste. Trash collected can be bagged and left for City staff to collect o Ensure that all sidewalks, streets, and curb lines are cleaned of all debris created during the process o Coordinate with DPW staff to activate irrigation at the appropriate time • Fertilization 1 o Four (4) fertilization applications on all turf areas and any other areas as recommended by the Contractor on the following schedule: ■ Spring (completed by June 1) • Early Summer (completed by July 30) • Late Summer (completed by September 30) • Fall/Winterized (completed by Nov. 30) o Contractor shall have discretion to recommend fertilizer product as appropriate and in compliance with all governing laws/ordinances o Fertilizer shall be appropriate for areas with expected human/animal contact • Nuisance Management o During the period of May 1 - October 31 provide weekly hand weeding and cleanup of all landscaped areas. o During the period of May 1 - October 31 provide weekly hand weeding or equally effective herbicide to sidewalk and curb areas to keep them free of nuisance weed and grass growth. o Four (4) applications of weed control, insecticide and fungicide to all turf areas and landscaping beds. Application rates and timing shall be at contractor discretion to ensure proper growth and maintenance. o Contractor shall have discretion to recommend nuisance control product as appropriate and in compliance with all governing laws/ordinances o Nuisance control products shall be appropriate for areas with expected human/animal contact and shall be applied by a licensed applicator. • Mowing o During the period of May 1 - October 31 provide weekly mowing of all turf areas o All areas that can't be accomplished with a mower to be weed whipped on a similar schedule or have additional landscaping added to eliminate weed whipping o Provide weekly edging at all locations where a hard surface meets a turf area. 2 o Ensure that all sidewalks, streets, and curb lines are cleaned of all debris created during the process • Fall cleanup - To be completed prior to November 15 a,mually o Contractor shall have discretion to address items identified in the Seasonal Spring Cleanup section during the fall with Contract Owner approval. This is intended to ease spring operations and/or provide additional benefit to the areas o Cleanout landscape beds of all trash, weeds, excess mulch, leaves and any other landscape debris o Assess landscaping, shrub, tree, and all other plantings for condition and variety. Provide contract owner with recommendations and cost estimates to replace plantings for conditional reasons and to provide for broader color options and season long appeal. Contract owner will review recommendations and will provide authorization to proceed with approved plantings along with separate negotiated payment for new plantings. o Coordinate with DPW staff to winterize irrigation at the appropriate time • Hanging Baskets I Flower Pots o Hanging baskets and flower pots shall be installed and actively maintained from May 15 - September 15 annually o Install flowers within existing pots (Bid Area #008) or provide hanging baskets to fit the site (Bid Area #002) o Recommend plantings for the hanging baskets and flower pots and work with the Contract Owner to obtain approval for the plantings to ensure broad variety, season long appeal, and themed uniformity. o Provide frequent watering and any other services needed to the hanging baskets to ensure they remain vibrant and blooming throughout the growing season o Recommend replacement of damaged baskets/pots o Coordinate with the city on needed relocations annually. City staff intend to set the location prior to the Spring start date and only move planters as needed for specific projects/events with a goal to minimize movement throughout the season. Any additional work required to restore a planter related to mid-season relocations is paid separately. 3 Not Shown Approximately 72 EA planter beds of various Farmers Market size and shape located throughout the downtown area, sample pictures attached. 200 Block West Western Alcoa Square & Splashpad (Included with Western Avenue Bid Area) l::~ies Western Avenue Third Street Fifth to Terrace (Muskegon to First) Muskegon Downtown Business Improvement District Agenda item F for 10-31-22 2023 BID budget and work plan Requesting party: City Economic Development Outline of request: Staff is requesting the BID review and approval a proposed 2023 budget and work plan. Background: This is the third year of a three-year special assessment for the Downtown Muskegon Business Improvement District, which ends Dec. 31, 2023. The budget has covered summer landscaping, winter snow removal and downtown management through the Muskegon Downtown Development Authority. The BID enters 2023 financially healthy with an estimate of more than $85,000 in fund balance. Staff comments: Staff proposes as $134,900 spending plan on the three items of landscaping, snow removal and administration. Inflation has increased downtown service costs both winter and summer. The 2023 spending plan is $20,000 more than the $114,678 in estimated revenues special assessment revenues. The plan would spend down the fund balance to an estimated $70,000 at the end of 2023. The big uncertainty is the cost of landscaping as city Department of Public Works looks to contract out those services. Private company bids should be available by the first of the year. Staff recommendation: To approve a recommended 2023 budget and work plan. Suggested motion: I move to approve the recommended 2023 budget and work plan for the Muskegon Downtown Business Improvement District. Downtown Muskegon Business Improvement District 2023 Budget Recommendation & Explanation Date: Oct. 24, 2022 To: Downtown Muskegon Business Improvement District Board From: Dave Alexander, downtown manager Budget Recommendation: This is a proposed third-year budget for the Downtown Muskegon Business Improvement District for 2021-2023. Based on a two-tier assessment where "Class A" Properties pay $0.08/sf annually and "Class B" Properties pay $0.04/sf annually. The Downtown Muskegon BID can expect to generate $114,678 during 2023. Proposed 2023 BID budget 2022 BID Estimated Fund Balance $89,319 2023 Estimated Special Assessment $114,678 Revenues 2023 Expenditures Snow removal ($71,500) Landscaping ($46,400) Marketing, promotion, events ($0) Streetscape ($0) Administration ($17,000) Contingency ($0) Total ($134,900) Estimated Fund Balance Dec. 31, 2023 $69,097 Budget Note: The BID Board in 2019 appointed the Muskegon Downtown Development Authority as staff and managers of the BID. A Letter of Understanding between the BID and ODA board was signed, having the budget and general spending categories established by the BID Board and work plans carried out by ODA staff of the city of Muskegon. The administrative fee of $17,000 per year is budgeted. All unused funds go to cash reserves in fund balance. At the end of the three-year BID, the fund balance is estimated at $69,097. Budget Explanation: Snow removal: The Bl D's largest line item is dedicated to snowplowing and salt application along sidewalks within the BID where the majority of the Class A properties are located along portions of W. Western Ave., Clay Ave., Morris Ave., Terrace St., Jefferson St., Pine St., 1st, 2 nd , 3rd , 6th & 7th Streets. Funds will also be used to clear parking areas which are generally used by the public - specifically the two lots between 2 nd and 3rd Streets accessed off of Morris Ave and a lot along Third Street in the Midtown business district. With fund balance for snow removal and a reduced district footprint, the BID Board will attempt to expand the snow removal services in the high publicly trafficked areas of the district for weekend and holiday events as the budget allows for 2021 and beyond. Snow removal services have been provided by a combination of the city of Muskegon's Public Works Department and a private contractor. Landscaping: The Downtown Muskegon BID in 2017 contracted with city of Muskegon Public Works Department to provide a high level of landscaping service after seeking bids from private contractors City DPW crews have been providing summer landscaping services ever since. Summer landscaping includes the wedding and fertilization of common areas throughout the BID (grass cutting is done by the city). This line item also includes the planting and maintenance of flower planters throughout the BID and the flowers and maintenance provided by a private contractor. Fall clean-up will consist of removal of leaves from the BID district and preparation of the planning beds for the winter. The reduction in the footprint of the BID will not reduce the amount of landscape work. Marketing, promotion. events: The BID will no longer provide resources for marketing, promotion and events, leaving those services up to the DOA or other groups. Streetscape: The BID will no longer provide resources for the broad streetscape category, leaving those services up to the DOA or other groups. Administration: The administrative fee will be paid to the ODA, which will manage the BID and provide overall downtown management, which is roughly 15 percent of the special assessment revenues.
Sign up for City of Muskegon Emails