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 #: 25-0820    Version: 1
Type: Report Status: Filed
File created: 10/27/2025 In control: Procurement Committee
On agenda: 11/6/2025 Final action: 11/6/2025
Title: Report on rejection of bids for Contract 25-721-21, Restoration of Egan WRP Permeable Paver Parking Lot, estimated cost between $142,500.00 and $172,500.00

TRANSMITTAL LETTER FOR BOARD MEETING OF NOVEMBER 6, 2025

 

COMMITTEE ON PROCUREMENT

 

Mr. John P. Murray, Acting Executive Director

 

Title

Report on rejection of bids for Contract 25-721-21, Restoration of Egan WRP Permeable Paver Parking Lot, estimated cost between $142,500.00 and $172,500.00

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. The bid tabulation for this contract is:

 

EVERLAST BLACKTOP, INC.                     *$158,000.00

DAYBREAKER, INC.                     $170,500.00

BELLS BETTER BUILDINGS, INC. DBA TWENTY ELEVEN                     $198,750.00

CONSTRUCTION                    

MCDONAGH DEMOLITION INC                     $440,000.00

  *corrected total

 

The associated goals for this contract are 20% Minority-owned Business Enterprises (MBE) and 9% Women-owned Business Enterprises (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, Everlast Blacktop Inc. (Everlast), offered 50% MBE and 5% WBE participation. They offered 3% for the VBE policy goal.

 

A review by the Diversity Administrator indicated that Everlast had a 4% short fall for the WBE goal and did not submit a signed waiver request form (UP-5), as required by the Ordinance. Therefore, Everlast did not comply with Section 15 Utilization Plan Submission (a) and (b) and Section 16 Bid Submission Compliance Review (a) and (ii) of the Affirmative Action Ordinance Revised Appendix D. Their bid is considered non-responsive and rejected.

 

Therefore, the Director of Procurement and Materials Management has rejected the bid from Everlast based on the above information and in the public’s best interest. The Director of Procurement and Materials Management has notified Everlast of this action.

 

The apparent 2nd lowest bidder, Daybreaker, Inc. (Daybreaker), offered 0% MBE and 0% WBE participation and requested a full waiver for these goals. They offered 100% for the VBE policy goal.

 

A review of the waiver request by the Diversity Administrator indicated that Daybreaker did not comply with Section 15 Utilization Plan Submission (e)(iv) and has not substantiated its Good Faith Efforts and a 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 based on the above information and in the public’s best interest. The Director of Procurement and Materials Management has notified Daybreaker of this action.

 

The apparent 3rd lowest bidder, Bells Better Buildings (dba) Twenty Eleven Construction (Bells), offered 13% MBE and 0% WBE participation and 3% for the VBE policy goal.

 

A review by the Diversity Administrator indicated that this resulted in a short fall of 7% for MBE and 9% for WBE participation. In addition, Bells did not sign the waiver request form (UP-5), as required by the Ordinance. Therefore, Bells did not comply with Section 15 Utilization Plan Submission (a) and (b) and Section 16 Bid Submission Compliance Review (a) and (ii) of the Affirmative Action Ordinance Revised Appendix D. Their bid is considered non-responsive and rejected.

 

Therefore, based on the above information and in the public’s best interest, the Director of Procurement and Materials Management has rejected the bid from Bells. Bells has been notified of this action.

 

The Maintenance and Operations Department reviewed the last bidder, McDonagh Demolition, Inc. (McDonagh) and recommends the bid be rejected. McDonagh’s bid of $440,000.00 is approximately 155% over the high end of the estimated cost range and is too high to be considered for an award.

 

Therefore, based on the information above and in the public’s best interest, the bid submitted by McDonagh is rejected. The Director of Procurement and Materials Management has notified McDonagh of this action.

 

The Maintenance and Operations Department will re-advertise the contract at a future date.

 

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

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