To watch the live meeting proceedings, please refresh this page at the scheduled meeting time, a link labeled "In Progress" will appear under the Video column
File #: 15-1008    Version: 1
Type: Report Status: Filed
File created: 8/26/2015 In control: Procurement Committee
On agenda: 9/3/2015 Final action: 9/3/2015
Title: Report on rejection of bids for Contract 15-665-11, Landscape and Native Prairie Landscape Maintenance at Various Service Areas, Group A, estimated cost $1,474,700.00

TRANSMITTAL LETTER FOR BOARD MEETING OF SEPTEMBER 3, 2015

 

COMMITTEE ON PROCUREMENT

 

Mr. David St. Pierre, Executive Director

 

Title

Report on rejection of bids for Contract 15-665-11, Landscape and Native Prairie Landscape Maintenance at Various Service Areas, Group A, estimated cost $1,474,700.00

Body

 

Dear Sir:

 

On February 5, 2015, the Board of Commissioners authorized the Director of Procurement and Materials Management to advertise for bids, Contract 15-665-11, Landscape and Native Prairie Landscape Maintenance at Various Service Areas. 

 

In response to a public advertisement of April 8, 2015, a bid opening was held on May 5, 2015.  The bid tabulation for this contract is:

 

GROUP A:  STICKNEY WRP

CHRISTY WEBBER & COMPANY                     $1,323,000.00

 

GROUP B:  LASMA & CALSMA

HERRERA LANDSCAPE, INC.                     $505,400.00

 

GROUP C:  CALUMET WRP

CHRISTY WEBBER & COMPANY                     $1,185,300.00

 

GROUP D:  O’BRIEN WRP

NO BIDS RECEIVED                    

                    

GROUP E:  HANOVER PARK WRP

NO BIDS RECEIVED                    

 

GROUP F:  EGAN WRP

HERRERA LANDSCAPE, INC.                     $196,430.00

 

GROUP G:  KIRIE WRP

HERRERA LANDSCAPE, INC.                     $155,900.00

 

GROUP H:  DIST-WIDE NPL

TALLLGRASS RESTORATION LLC                     $422,380.00

NATIVE LANDSCAPE CONTRACTORS LLC                     $438,724.00

DAVEY RESOURCE GROUP, DIV OF                     *$189,385,480.00

                     THE DAVEY TREE EXPERT COMPANY

*corrected total

 

Four hundred thirty (430) companies were notified of this contract being advertised and twenty-five (25) companies requested specifications.

 

At the Board meeting of August 6, 2015, Groups B, C, F and G were rejected.  At the same meeting, Group H was awarded to Native Landscape Contractors LLC.

The Maintenance and Operations Department has informed the Procurement and Materials Management Department that contract specifications pertaining to weed control should be revised.  Therefore, the bid for Group A is considered non-responsive and rejected in the public’s best interest.  The Director of Procurement and Materials Management has informed Christy Webber & Company of this action.

 

The contract will be re-advertised for Groups A through G in the near future. 

 

Recommended, Darlene A. LoCascio, Director of Procurement and Materials Management, DAL:SEB:cm

Respectfully Submitted, Barbara J. McGowan, Chairman, Committee on Procurement

Disposition of this agenda item will be documented in the official Regular Board Meeting Minutes of the Board of Commissioners for September 3, 2015