Hernando County, FL Banner Image
File #: 10561   
Type: Agenda Item Status: Adopted
File created: 6/8/2022 In control: Board of County Commissioners
On agenda: 6/28/2022 Final action: 6/28/2022
Enactment date: Enactment #:
Title: Award of Contract to M & G Lawn Service, LLC, for Brooksville-Tampa Bay Regional Airport Area Mowing Services (Contract No. 22-T00034/DK; Amount: $65,880.00)
Attachments: 1. M&G Lawn Service, 2. 22-T00034 Bid Tabulation, 3. Recommendation for Award Memo, 4. Intent to Award, 5. Approved Contract With M & G Lawn Service, LLC, for Brooksville Tampa Bay Regional Airport Area Mowing Services (LS10561)

TITLE

title

Award of Contract to M & G Lawn Service, LLC, for Brooksville-Tampa Bay Regional Airport Area Mowing Services (Contract No. 22-T00034/DK; Amount: $65,880.00)

 

body

BRIEF OVERVIEW

The Purchasing and Contract Department issued Invitation to Bid (ITB) No. 22-T0003/DK for Brooksville-Tampa Bay Regional Airport Area Mowing for mowing and grounds maintenance services for seven (7) Airport roadways and properties for Brooksville-Tampa Bay Regional Airport.

 

The Purchasing and Contracts Department placed the legal advertisement and the ITB on the County’s electronic website on March 16, 2022.  The bid was sent to sixty (60) matching vendors from the website.  The Purchasing and Contracts Department directly solicited thirteen (13) local companies.  The bid document was downloaded by eighteen (18) vendors and eight (8) bids were received.

 

The following is a summary of the responses received.

 

                     Bidder                     Total Amount for 3-Year Contract

                     M&G Lawn Service, Spring Hill, FL                                          $   65,880.00

                     JDMF LLC, Gotha, FL                                           $ 134,820.00

                     AB5 Enterprises, Gibsonton, FL                                         $ 163,800.00

                                          Paff Landscape, Inc., Brooksville, FL                          $ 174,000.00

                     TNT Environmental, Dade City, FL                     $ 246,378.00*

                     *corrected                                                                                    

                     Amazing National Services Group, LLC, Brooksville, FL                     $ 279,690.00

                     Aero Groundtek LLC, Ocoee, FL                      $ 291,900.00

                     Banyan West, Inc., Palmetto, FL                     $ 360,036.00 

                                       

The Bids were evaluated on the basis of price, conformance with specifications, and the bidder’s ability to perform the contract in accordance with the terms, conditions and specifications required.  The Bid responses were reviewed and evaluated by County department staff and found to be responsive and responsible.  The Department review and Award Recommendation indicates that bid pricing is fair and reasonable.

 

The solicitation results are based on estimated annual usage, calculated for the three (3) year term.  The Department estimated annual budget for mowing and grounds maintenance Services at $35,000.00 per budget year.  It is the intent of this contract to award in accordance with Bid Evaluation and Award to make award to the lowest, responsive and responsible bidder.

 

The Chief Procurement Officer has reviewed this requirement for conformance to Procurement Ordinance and Purchasing Policies and Procedures.

 

FINANCIAL IMPACT

Funds are available from Brooksville-Tampa Bay Regional Airport budget line item 4311-07411-05304610 Airport Operations, Repair/Maint-Maint Cntrct in the annual amount of $21,960.00 and as future budgets allow.

 

LEGAL NOTE

In accordance with Part II, Chapter 2, Article V of the Hernando County Code of Ordinances.

 

recommendation

RECOMMENDATION

It is recommended that the Board approve the award of Contract No. 22-T00034/DK to M&G Lawn Service, for Brooksville-Tampa Bay Regional Airport Area mowing for an initial thirty-six (36) month term.

 

It is further recommended that the Board authorize the Chief Procurement Officer to renew the Contract in accordance with contract terms and conditions.  There are two (2), twelve (12) month renewal options.