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 #: 13-0610    Version: 1
Type: Agenda Item Status: Adopted
File created: 5/29/2013 In control: Procurement Committee
On agenda: 6/6/2013 Final action: 6/6/2013
Title: Authority to award Contract 13-771-11, Aquatic Weed Removal at Various Locations, Group A to Integrated Lakes Management, Inc., in an amount not to exceed $34,171.00, and Group B to Integrated Lakes Management, Inc., in an amount not to exceed $8,700.00, Accounts 101-66000, 67000-612420, Requisitions 1353124 and 1354771
TRANSMITTAL LETTER FOR BOARD MEETING OF JUNE 6, 2013
 
COMMITTEE ON PROCUREMENT
 
Mr. David St. Pierre, Executive Director
 
Title
Authority to award Contract 13-771-11, Aquatic Weed Removal at Various Locations, Group A to Integrated Lakes Management, Inc., in an amount not to exceed $34,171.00, and Group B to Integrated Lakes Management, Inc., in an amount not to exceed $8,700.00, Accounts 101-66000, 67000-612420, Requisitions 1353124 and 1354771
Body
 
Dear Sir:
 
On February 7, 2013, the Board of Commissioners authorized the Director of Procurement and Materials Management to advertise for bids, Contract 13-771-11 Aquatic Weed Removal at Various Locations.
 
In response to a public advertisement of March 13, 2013, a bid opening was held on April 2, 2013.   The bid tabulation for this contract is:
 
GROUP A:  PEREGRINE LAKE
INTEGRATED LAKES MANAGEMENT, INC.      $34,171.00
 
GROUP B:  SEPA STATIONS #4 AND #5
INTEGRATED LAKES MANAGEMENT, INC.      $8,700.00
 
Four hundred thirty-three (433) companies were notified of this contract being advertised and eighteen (18) companies requested specifications.
 
The Director of Procurement and Materials Management has reviewed the bidders' list for this contract, and is satisfied that the market for this service has been adequately solicited.  A planholders' survey revealed the following reasons for not bidding: not within their scope of work.  In light of these findings, the Director of Procurement and Materials Management is of the opinion that the bid received is a fair and reasonable price, and nothing would be gained by rejecting the sole bid and re-advertising this contract.
 
Integrated Lakes Management, Inc., the lowest responsible bidder for Group A, is proposing to perform the contract in accordance with the specifications. The estimated cost for Group A of this contract was $30,000.00, placing the bid for Group A of $34,171.00 approximately 13.9 percent above the estimate.  
 
Integrated Lakes Management, Inc., the lowest responsible bidder for Group B, is proposing to perform the contract in accordance with the specifications.  The estimated cost for Group B of this contract was $6,000.00, placing the total bid for Group B of $8,700.00, approximately 45 percent above the estimate.
 
The Multi-Project Labor Agreement (MPLA) certificate was not included in this contract due to the specialized nature of the work
 
The Affirmative Action Interim Ordinance Appendix D was not included in this contract because the estimate is less than the minimum threshold established by Section 4 of the Affirmative Action Interim Ordinance.
 
In view of the foregoing, it is recommended that the Director of Procurement and Materials Management be authorized to award Contract 13-771-11, Group A to Integrated Lakes Management, Inc., in an amount not to exceed $34,171.00, and Group B to Integrated Lakes Management, Inc., in an amount not to exceed $8,700.00, 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.
 
Funds are available in Accounts 101-66000, 67000-612420.
 
Recommended, Darlene A. LoCascio, Director of Procurement and Materials Management, DAL:SEB:klv
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 June 6, 2013