header-left
File #: 0571-2005    Version: 1
Type: Ordinance Status: Passed
File created: 3/14/2005 In control: Utilities Committee
On agenda: 4/11/2005 Final action: 4/13/2005
Title: To authorize and direct the Finance Director to enter into a primary and secondary contracts for an option to purchase Lawn Maintenance Services, with W.A.Q. Inc., and Hickman Lawn Care, to authorize the expenditure of two dollars to establish the contracts from the Purchasing/Contract Operation Fund, and to declare an emergency. ($2.00)
Explanation

BACKGROUND: To establish a contract for the option to purchase Lawn Maintenance Services for the Water Division, the largest user. The term of the proposed option contract will be three years with an option to renew for one additional year if mutually agreed. Contract expiration date is December 30, 2007.

The Purchasing Office advertised and solicited competitive bids in accordance with Section 329.06 (Solicitation No. SA001527). Formal bids were opened on February 17, 2005. Seventy-five (MAJ:60, M1A:15) bids solicited; eight (MAJ:7, M1A:1) bids received.

Brunner Lawn Care and Peabody Landscaping both failed to provide material pages or information required in the bid documents and were deemed non-responsive. Lyle Landscaping, Shining Company, John's Industrial Landscaping and Spencer's Lawn Care were determined to have not provided positive references that reflected the scope and volume of the areas for which they submitted proposals and were deemed non-responsible.

The Purchasing Office is recommending award of a contract to the lowest, responsive, responsible and best bidders.

Hickman Lawn Care, CC#542132085, Primary Award Zones #1, #2, #3, Secondary Award Zone #4
W.A.Q. Inc., CC#31-1592385, Primary Award Zone #4, Secondary Award Zones #1, #2, and #3

Total Estimated Annual Expenditure: $320,000.00
Neither company is debarred according to the Federal Excluded Parties Listing.

The secondary award contracts would be available for use only in the event the primary contractor is in default and the City is still responsible for the health, safety, and clean appearance of its property.

This ordinance is being submitted as an emergency because, without emergency action, no less than thirty-seven days will be added to this procurement cycle and the efficient delivery of valuable public services will be slowed.

FISCAL IMPACT: Funding to establish this option contract is budgeted in the Purchasing Contract Account. All City ag...

Click here for full text