Skip to main content


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 #: 26-0161    Version: 1
Type: Agenda Item Status: Adopted
File created: 2/23/2026 In control: Procurement Committee
On agenda: 3/5/2026 Final action: 3/5/2026
Title: Authority to award Contract 25-721-22 (Re-Bid), Restoration of Egan WRP Permeable Paver Parking Lot, to C.R. Schmidt, Inc., in an amount not to exceed $208,700.00, Account 201-50000-645780, Requisition 1638047
Attachments: 1. Contract 25-721-22 Affirmative Action Goals Report and Revised Appendix D and Appendix V Report - C.R. Schmidt, Inc..pdf

TRANSMITTAL LETTER FOR BOARD MEETING OF MARCH 5, 2026

 

COMMITTEE ON PROCUREMENT

 

Mr. John P. Murray, Executive Director

 

Title

Authority to award Contract 25-721-22 (Re-Bid), Restoration of Egan WRP Permeable Paver Parking Lot, to C.R. Schmidt, Inc., in an amount not to exceed $208,700.00, Account 201-50000-645780, Requisition 1638047

Body

 

Dear Sir:

 

On July 17, 2025, the Board of Commissioners authorized the Director of Procurement and Materials Management to advertise for bids Contract 25-721-21, Restoration of Egan WRP Permeable Paver Parking Lot.

 

In response to a public advertisement of August 20, 2025, a bid opening was held on September 16, 2025. All bids were rejected as reported at the November 6, 2025 Board meeting. In addition, an amended Authority to Advertise was approved at the same Board meeting.

 

In response to a public re-advertisement of December 3, 2025, a bid opening was held on January 6, 2026. The bid tabulation for this contract is:

 

DAYBREAKER INC.                     $185,500.00

C R SCHMIDT INC                     $208,700.00

MCGILL CONSTRUCTION LLC                     $226,450.00

 

The associated goals for this contract are 20% Minority Business Enterprise (MBE) and/or Women Business Enterprise (WBE) to comply with the Affirmative Action Ordinance Revised Appendix D. In addition, 3% Veteran-Owned Business Enterprise (VBE) participation was requested for the policy goal.

 

The apparent low bidder, Daybreaker, Inc. submitted their Utilization Plan which reflected 13% MBE, and 0% WBE for the Revised Appendix D. They offered 87% for the VBE goal. They also requested a partial waiver for the MBE and/or WBE goal. A review of this request by the Diversity Administrator indicated that Daybreaker, Inc. did not comply with Section 15 Utilization Plan Submission (e)(iv) and has not substantiated its Good Faith Efforts and a partial waiver should not be granted. Their bid is considered non-responsive and rejected. Therefore, the Director of Procurement and Materials Management has rejected the bid from Daybreaker, Inc. based on the Section 15 Utilization Plan Submission (e)(iv) and it's in the public’s best interest. The Director of Procurement and Materials Management has notified Daybreaker, Inc. of this action.

 

C.R. Schmidt, Inc., the lowest responsible bidder, is proposing to perform the contract in accordance with the specifications. The estimated cost range for this contract was $142,500.00 to $172,500.00, placing their bid of $208,700.00 approximately 20.9% above the high end of the engineer’s estimate.

 

C.R. Schmidt, Inc. is in compliance with the Affirmative Action Ordinance Revised Appendix D and Appendix V as indicated on the attached report. The utilization goals for this contract are: 0% MBE and 20.12% WBE. Bidder offered 0% for the VBE policy goal.

 

C.R. Schmidt, 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: laborers and truck drivers. The list of construction trades is not intended to confer any rights or jurisdiction upon any union or unions.

 

The contract will employ approximately six (6) people for the services.

 

The contractor shall commence work upon approval of the contractor’s bond and terminating one hundred eighty (180) days after the engineer gives official notice to begin, or upon expenditure of available funds, whichever occurs sooner.

 

In view of the foregoing, it is recommended that the Director of Procurement and Materials Management be authorized to award Contract 25-721-22 to C.R. Schmidt, Inc., in an amount not to exceed $208,700.00, 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.

 

Funds for 2026 expenditure, in the amount of $208,700.00, are available in Account 201-50000-645780.

 

Requested, Pinakin V. Desai, Acting Director of Maintenance and Operations

Recommended, Darlene A. LoCascio, Director of Procurement and Materials Management, DAL:SEB:gv

Respectfully Submitted, Precious Brady-Davis, Chairperson, 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 5, 2026

 

Attachment