TRANSMITTAL LETTER FOR BOARD MEETING OF FEBRUARY 1, 2024
COMMITTEE ON PROCUREMENT
Mr. Brian A. Perkovich, Executive Director
Title
Authority to award Contract 24-970-11, Janitorial Services at Various Locations, Group A to Boye Janitorial Service, Inc., in an amount not to exceed $1,080,000.00, Groups B and D to Blooming Facility, LLC, in an amount not to exceed $345,000.00, and Group C to Deep Kleen and Maintenance, LLC in an amount not to exceed $222,000.00. Account 101-69000-612490, Requisition 1601732 (Deferred from the January 18, 2024 Board Meeting)
Body
Dear Sir:
On August 10, 2023, the Board of Commissioners authorized the Director of Procurement and Materials Management to advertise for bids Contract 24-970-11, Janitorial Services at Various Locations.
In response to a public advertisement of September 27, 2023, a bid opening was held on October 24, 2023. The bid tabulation for this contract is:
GROUP A: STICKNEY SERVICE AREA AND LASMA
BLOOMING FACILITY LLC *$843,746.85
CITYWIDE JANI INC. *$954,130.89
BOYE JANITORIAL SERVICE, INC. $1,034,400.00
DEEP KLEEN AND MAINTENANCE LLC $1,070,070.00
DAYSPRING PROFESSIONAL JANITORIAL SERVICES, INC. *$1,642,339.65
*corrected total
GROUP B: LOCKPORT POWER HOUSE
BLOOMING FACILITY LLC $29,925.00
BOYE JANITORIAL SERVICE, INC. $44,460.00
DEEP KLEEN AND MAINTENANCE LLC *$86,697.00
CITYWIDE JANI INC. $88,839.63
*corrected total
GROUP C: CALUMET WRP
DAYSPRING PROFESSIONAL JANITORIAL SERVICES, INC. *$104,310.00
DEEP KLEEN AND MAINTENANCE LLC $187,650.00
BOYE JANITORIAL SERVICE, INC. $203,247.00
CITY WIDE JANI INC. $207,254.34
BLOOMING FACILITY LLC $207,740.25
*corrected total
GROUP D: EGAN WRP
BLOOMING FACILITY LLC $158,777.85
DEEP KLEEN AND MAINTENANCE LLC $210,891.00
BOYE JANITORIAL SERVICE, INC. $224,268.00
CITYWIDE JANI INC. *$232,155.96
MSCH CORPORATION *$294,386.25
*corrected total
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, should usage differ from the quantities, is not to exceed $1,080,000.00 for A, $96,000.00 for Group B, $222,000.00 for Group C, and $249,000.00 for Group D.
The utilization goals for this contract are 20 percent Minority Business Enterprise (MBE) and 10 percent Women Business Enterprise (WBE) for Group A and 10 percent MBE and/or WBE for Group C.
Blooming Facility, LLC (Blooming) submitted a low bid for Group A and offered 0 percent for MBE and WBE participation and provided a waiver request for the goals. A review by the Acting Diversity Administrator revealed that Blooming did not provide a good faith effort to meet the utilization goals under Group A. Therefore, the bid for Group A is considered non-responsive and rejected under Section 15 Utilization Plan Submission (e) of the District’s Affirmative Action Ordinance Revised Appendix D. The Director of Procurement and Materials Management has informed Blooming of this action.
City Wide Jani, Inc. (City Wide) submitted the second low bid for Group A and offered 41.73 percent MBE and 6.51 percent WBE and no waiver. A review by the Acting Diversity Administrator revealed that City Wide designated themselves to meet the MBE and WBE goals of the contract which is not allowed under the Ordinance. In addition, the bidder did not provide any Subcontractor’s letter of intent with their bid identifying themselves to do the work. Therefore, their bid for Group A is considered non-responsive and rejected under Section 14, Counting MBE and WBE Participation Toward Contract Goals (b), Section 15, Utilization Plan Submission (d)(e), and Section 16, Bid Submission Compliance Review (a)(i) of the District’s Affirmative Action Ordinance Revised Appendix D. The Director of Procurement and Materials Management has informed City Wide of this action.
Boye Janitorial Service, Inc. (Boye), is in compliance with the Affirmative Action Ordinance Revised Appendix D as indicated on the attached report for Group A. The MBE and WBE goals for this contract are 89 percent MBE and 10 percent WBE participation.
Boye Janitorial Service, 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 is $1,080,000.00, placing their bid of $1,034,400.00 approximately 4.2 percent below the estimate.
Dayspring Professional Janitorial Services, Inc. (Dayspring) provided a low bid for Group C but indicated after the bid opening that they cannot perform the services due to their calculation error in their bid for Group C and withdrew their bid. Therefore, Dayspring’s bid is considered rejected in the public’s best interest. The Director of Procurement and Materials Management has informed Dayspring of this action.
Deep Kleen and Maintenance, LLC (Deep Kleen), the lowest responsible bidder for Group C, is proposing to perform the contract in accordance with the specifications. The estimated cost for Group C is $222,000.00, placing their bid of $187,650.00 approximately 15.5 percent below the estimate.
Deep Kleen is in compliance with the Affirmative Action Ordinance Revised Appendix D as indicated on the attached report for Group C. The MBE and WBE goals for this contract are 100 percent MBE and 0 percent WBE participation.
Blooming Facility, LLC (Blooming), the lowest responsible bidder for Groups B and D, is proposing to perform the contract in accordance with the specifications. The estimated cost of Groups B and D is $345,000.00, placing their bid of $188,702.85 approximately 45.3 percent below the estimate.
The Multi-Project Labor Agreement (MPLA) is not included in this contract because the classification of work does not fall within the provisions of the MPLA.
The contract will require approximately twelve (12) people for the services.
In view of the foregoing, it is recommended that the Director of Procurement and Materials Management be authorized to award Contract 24-970-11, Group A to Boye Janitorial Service, Inc., in an amount not to exceed $1,080,000.00, Groups B and D to Blooming Facility, LLC, in an amount not to exceed $345,000.00, and Group C to Deep Kleen and Maintenance, LLC in an amount not to exceed $222,000.00, subject to the contractors furnishing performance bonds in form satisfactory to the Law Department and approved by the Director of Procurement and Materials Management.
The work under this contract shall commence upon approval of the Contractor's Bond and terminate December 31, 2026, or upon expenditure of available funds, whichever occurs sooner.
Funds for the 2024 expenditure, in the amount of $446,500.00 are available in Account 101-69000-612490. The estimated expenditure for 2025 is $549,000.00 and for 2026 is $651,500.00. Funds for the 2025 and 2026 expenditures are contingent on the Board of Commissioners’ approval of the District’s budget for those years.
Requested, John P. Murray, Director of Maintenance and Operations
Recommended, Darlene A. LoCascio, Director of Procurement and Materials Management, DAL:SEB:gv
Respectfully Submitted, Marcelino Garcia, 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 February 1, 2024
Attachments