TRANSMITTAL LETTER FOR BOARD MEETING OF JULY 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 A to Semper Fi Landscaping Inc., in an amount not to exceed $200,000.00 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
*corrected total
Two hundred one (201) companies were notified of this contract being advertised and twenty-six (26) companies requested specifications.
The quantities specified in the contract documents were used for the purpose of comparing bids and establishing unit prices. The amount to be expended on Group A of this contract, should usage differ from the quantities, is not to exceed $200,000.00.
The Diversity Administrator has reviewed the waiver request of Cardinal State, LLC submitted in conjunction with its bid for Contract 19-667-13, Group A. The Diversity Administrator's review determined that the company failed to make Good Faith Efforts toward meeting the Small Business Enterprise (SBE) goal and should not be granted the requested waiver, under Section 12 (e) Where the Director determines that a Bidder has not made Good Faith Efforts, the Director shall declare the bid submission non-responsive and will reject the bid.
Therefore, the bid submitted by Cardinal State, LLC is not in compliance with the requirements of Affirmative Action Ordinance Revised Appendix D. Therefore, Cardinal State, LLC’s bid is considered non-responsive and rejected. Cardinal State, LLC has been notified of this action.
Semper Fi Landscaping 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 $200,000.00, placing their bid of $171,871.52, approximately 14.1 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 this contract are 20 percent MBE and/or WBE, 10 percent SBE and 3 percent 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.
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: operating engineers. 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 A to Semper Fi Landscaping Inc., in an amount not to exceed $200,000.00, 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 A, in the amount of $50,000.00, are available in Account 101-69000-612420. The estimated expenditures for 2021 are $50,000.00, for 2022 are $50,000.00, and 2023 are $50,000.00. 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 July 16, 2020
Attachment