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 #: 18-0265    Version: 1
Type: Report Status: Filed
File created: 3/6/2018 In control: Procurement Committee
On agenda: 3/15/2018 Final action: 3/15/2018
Title: Report on rejection of bids for Contract 18-625-11, Diving Services at Various Locations, estimated cost $140,000.00

TRANSMITTAL LETTER FOR BOARD MEETING OF MARCH 15, 2018

 

COMMITTEE ON PROCUREMENT

 

Mr. David St. Pierre, Executive Director

 

Title

Report on rejection of bids for Contract 18-625-11, Diving Services at Various Locations, estimated cost $140,000.00

Body

 

Dear Sir:

 

On September 14, 2017, the Board of Commissioners authorized the Director of Procurement and Materials Management to advertise for bids, Contract 18-625-11, Diving Services at Various Locations.

 

In response to a public advertisement of December 6, 2017, a bid opening was held on January 23, 2018.  The bid tabulation for this contract is:

 

BALLARD MARINE CONSTRUCTION, INC.                     $122,920.00

GLOBAL INFRASTRUCTURE LLC                     $139,266.88

 

Two hundred and twenty-two (222) companies were notified of this contract being advertised and seven (7) companies requested specifications.

 

The Affirmative Action utilization goals applicable to this contract are 10 percent Minority Business Enterprise (MBE) and/or Women Business Enterprise (WBE), and 10 percent Small Business Enterprise (SBE).  All bidders requested a waiver for the entire MBE, WBE and SBE participations on this contract.

 

Ballard Marine Construction, Inc., submitted a Utilization Plan reflecting 0 percent MBE, 0 percent WBE and 0 percent SBE participation.  A review by the Diversity Administrator indicates that the efforts by Ballard Marine Construction, Inc., in this case, was not adequate and sufficient.  They failed to make a good faith effort in accordance with Section 12(e) of the Affirmative Action Ordinance, Revised Appendix D.  Therefore, the waiver request should not be granted.  The Director of Procurement and Materials Management concurs with the Diversity Administrator.  Therefore, the bid is considered non-responsive and rejected in accordance with Section 12(e) (v) of the Affirmative Action Ordinance, Revised Appendix D.  The Director of Procurement and Materials Management has informed Ballard Marine Construction, Inc., of this action.

                     

Global Infrastructure LLC submitted a Utilization Plan reflecting 0 percent MBE, 0 percent WBE and 0 percent SBE participation.  A review by the Diversity Administrator indicates that the efforts by Global Infrastructure LLC, in this case, was not adequate and sufficient.  They failed to make a good faith effort in accordance with Section 12(e) of the Affirmative Action Ordinance, Revised Appendix D.  Therefore, the waiver request should not be granted.  The Director of Procurement and Materials Management concurs with the Diversity Administrator.  Therefore, the bid is considered non-responsive and rejected in accordance with Section 12(e) (v) of the Affirmative Action Ordinance, Revised Appendix D.  The Director of Procurement and Materials Management has informed Global Infrastructure LLC of this action

 

The Maintenance and Operations Department will revise the contract documents and re-advertise in the future.

 

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 March 15, 2018