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 #: 19-0729    Version: 1
Type: Agenda Item Status: Adopted
File created: 7/25/2019 In control: Procurement Committee
On agenda: 8/8/2019 Final action: 8/8/2019
Title: Authority to award Contract 19-665-11, Landscape Maintenance at Various Service Areas, Groups A, B, and D to Lizzette Medina & Company, in an amount not to exceed $591,422.00, Account 101-68000, 69000-612420, Requisitions 1502324, 1515426, 1516064
Attachments: 1. Contract 19-665-11, Group A Revised Appendix D and V Reports.pdf, 2. Contract 19-665-11, Group B Revised Appendix D and V Reports.pdf

TRANSMITTAL LETTER FOR BOARD MEETING OF AUGUST 8, 2019

 

COMMITTEE ON PROCUREMENT

 

Mr. Brian A. Perkovich, Executive Director

 

Title

Authority to award Contract 19-665-11, Landscape Maintenance at Various Service Areas, Groups A, B, and D to Lizzette Medina & Company, in an amount not to exceed $591,422.00, Account 101-68000, 69000-612420, Requisitions 1502324, 1515426, 1516064

Body

 

Dear Sir:

 

On March 7, 2019, the Board of Commissioners authorized the Director of Procurement and Materials Management to advertise for bids, Contract 19-665-11, Landscape Maintenance at Various Service Areas. 

 

On April 18, 2019, authorization to amend the Board Order of March 7, 2019 was approved by the Board of Commissioners. 

 

In response to a public advertisement of May 15, 2019, a bid opening was held on June 11, 2019.  The bid tabulation for this contract is:

 

GROUP A:  STICKNEY SERVICE AREA

LIZZETTE MEDINA & COMPANY                     $286,940.00

CHRISTY WEBBER & COMPANY                     $408,347.00

S & M PLOW CORPORATION                     *$527,994.96

 

GROUP B:  CALUMET SERVICE AREA

LIZZETTE MEDINA & COMPANY                     $235,490.00

 

GROUP C:  NORTHSIDE SERVICE AREA

NO BIDS RECEIVED                     $0.00

 

GROUP D:  SOLIDS AREA

LIZZETTE MEDINA & COMPANY                     $68,992.00                    

                     *corrected total

 

One hundred sixty-three (163) companies were notified of this contract being advertised and twenty (20) companies requested specifications.

 

Lizzette Medina & Company, the lowest responsible bidder for Groups A, B, and D, is proposing to perform the contract in accordance with the specifications.  The estimated cost for Groups A, B, and D was $975,000.00, placing the bid of $591,422.00, approximately 39.3 percent below the estimate.

 

There were no bids received for Group C of this contract.  The Maintenance and Operations Department plans to re-advertise Group C at a later date.

 

The Affirmative Action Ordinance, Revised Appendix D and Appendix V was not included for Group D due to its value being less than $100,000.00.

 

Lizzette Medina & Company is in compliance with the Affirmative Action Ordinance, Revised Appendix D for Groups A and B, as indicated on the attached reports.  The Minority Business Enterprise (MBE), Women Business Enterprise (WBE), Small Business Enterprise (SBE), and Veteran-Owned Business Enterprise (VBE) utilization goals for this contract are 20 percent MBE; 9 percent WBE, and bidder offers itself to satisfy WBE and SBE requirements.  Bidder submitted a waiver request, which was reviewed and approved by the Diversity Administrator, for the VBE goals.   

 

Lizzette Medina & Company has executed the Multi-Project Labor Agreement (MPLA) certificate as required.  It is anticipated that the following trades will be utilized on this contract:  laborers.  The list of construction trades is not intended to confer any rights or jurisdiction upon any union or unions.

 

In view of the foregoing, it is recommended that the Director of Procurement and Materials Management be authorized to award Contract 19-665-11, Groups A, B, and D to Lizzette Medina & Company, in an amount not to exceed $591,422.00, subject to the contractors furnishing a performance bond in form satisfactory to the Law Department and approved by the Director of Procurement and Materials Management.

 

The contractor shall commence work upon approval of the contractor’s bond and terminate December 31, 2022, or upon expenditure of available funds, whichever occurs sooner. 

 

The contract will employ approximately 15 people for the services.

 

Funds for the 2019 expenditures for Groups A and D, in the amount of $28,400.00, are available in Account 101-69000-612420.  The estimated expenditures for 2020 are $128,650.00, for 2021 are $128,650.00, and 2022 are $70,232.00.  Funds for 2020, 2021 and 2022 expenditures are contingent on the Board of Commissioners’ approval of the District’s budget for those years.

 

Funds for the 2019 expenditures for Group B, in the amount of $19,240.00, are available in Account 101-68000-612420.  The estimated expenditures for 2020 are $81,500.00, for 2021 are $ 81,500.00, and 2022 are $53,250.00.  Funds for 2020, 2021, and 2022 expenditures are contingent on the Board of Commissioners’ approval of the District’s budget for those years.

 

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 August 8, 2019

 

Attachments