Skip to main content


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 #: 20-0255    Version: 1
Type: Agenda Item Status: Adopted
File created: 3/10/2020 In control: Procurement Committee
On agenda: 4/16/2020 Final action: 4/16/2020
Title: Authority to award Contract 19-667-13 (Re-Bid), Native Prairie Landscape Maintenance at Various Service Areas, Group C to Semper Fi Landscaping Inc., in an amount not to exceed $160,000.00, Account 101-69000-612420, Requisition 1505940
Attachments: 1. Contract 19-667-13, Group C Revised Appendix D and Appendix A Reports.pdf

TRANSMITTAL LETTER FOR BOARD MEETING OF APRIL 16, 2020

 

COMMITTEE ON PROCUREMENT

 

Mr. Brian A. Perkovich, Executive Director

 

Title

Authority to award Contract 19-667-13 (Re-Bid), Native Prairie Landscape Maintenance at Various Service Areas, Group C to Semper Fi Landscaping Inc., in an amount not to exceed $160,000.00, Account 101-69000-612420, Requisition 1505940

Body

 

Dear Sir:

 

On December 20, 2018, the Board of Commissioners authorized the Director of Procurement and Materials Management to advertise for bids, Contract 19-667-11, Native Prairie Landscape Maintenance at Various Service Areas.

 

In response to a public advertisement of June 5, 2019, a bid opening was held on July 9, 2019.  All bids were rejected as reported at the Board Meeting of September 5, 2019.

 

In response to a public re-advertisement of September 11, 2019, a bid opening was held on October 8, 2019.  All bids were rejected as reported at the Board Meeting of December 5, 2019.

 

In response to a public re-advertisement of December 11, 2019, a bid opening was held on January 28, 2020.  The bid tabulation for this contract is:

 

GROUP A:  STICKNEY SERVICE AREA

CARDINAL STATE, LLC                     *$168,703.04

SEMPER FI LANDSCAPING INC.                     $171,871.52

LIZZETTE MEDINA & CO.                     $198,740.00

 

GROUP B:  CALUMET SERVICE AREA

LIZZETTE MEDINA & CO.                     $84,530.00

SEMPER FI LANDSCAPING INC.                     $152,163.40

 

GROUP C:  NORTHSIDE SERVICE AREA

SEMPER FI LANDSCAPING INC.                     $131,836.00

CARDINAL STATE, LLC                     *$152,140.88

LIZZETTE MEDINA & CO.                     $186,140.00

                     *corrected total

 

The bids for Groups A and B of this contract are still under review.

 

The quantities specified in the contract documents were used for the purpose of comparing bids and establishing unit prices. The total amount to be expended on this contract for Group C, should usage differ from the quantities, is not to exceed $160,000.00.

 

Semper Fi Landscaping Inc., the lowest responsible bidder for Group C, is proposing to perform the contract in accordance with the specifications.  The estimated total cost for Group C was $160,000.00, placing their bid of $131,836.00, approximately 17.6 percent below the estimate.

 

The Minority Business Enterprise (MBE), Women Business Enterprise (WBE), Small Business Enterprise (SBE), and Veteran-Owned Business Enterprise (VBE) utilization goals for Group C of this contract are 20% MBE and/or WBE, 10% SBE and 3% VBE.

 

Semper Fi Landscaping Inc., is in compliance with the Affirmative Action Ordinance, Revised Appendix D and Appendix V, as indicated on the attached report.  The contractor satisfies MBE/WBE, SBE and VBE goal attainment.

 

Semper Fi Landscaping Inc., 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 19-667-13 (Re-Bid), Group C to Semper Fi Landscaping Inc., in an amount not to exceed $160,000.00, 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 contract shall commence upon approval of the contractor’s bond and terminate four years thereafter, or upon expenditure of available funds, whichever occurs sooner. 

 

The contract will employ approximately 4-5 people for the services.

 

Funds for the 2020 expenditure for Group C, in the amount of $40,000.00, are available in Account 101-69000-612420.  The estimated expenditures for 2021 are $40,000.00, for 2022 are $40,000.00, and 2023 are $40,000.00.  Funds for 2021, 2022 and 2023 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 April 16, 2020

 

Attachment