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 #: 23-0738    Version: 1
Type: Agenda Item Status: Adopted
File created: 7/27/2023 In control: Procurement Committee
On agenda: 8/10/2023 Final action: 8/10/2023
Title: Authority to award Contract 23-646-53 (Re-Bid), Small Streams Maintenance in Cook County, Illinois, Group B to Thornton Equipment Services, Inc., in an amount not to exceed $2,492,823.00, Account 501-50000-612620 Requisition 1580501
Attachments: 1. Contract 23-646-53 (Re-Bid) Affirmative Action Goals Report - Thornton Equipment Services, Inc., 2. Contract 23-646-53 (Re-Bid) Revised Appendix D and Appendix V Report - Thornton Equipment Services, Inc.

TRANSMITTAL LETTER FOR BOARD MEETING OF AUGUST 10, 2023

 

COMMITTEE ON PROCUREMENT

 

Mr. Brian A. Perkovich, Executive Director

 

Title

Authority to award Contract 23-646-53 (Re-Bid), Small Streams Maintenance in Cook County, Illinois, Group B to Thornton Equipment Services, Inc., in an amount not to exceed $2,492,823.00, Account 501-50000-612620 Requisition 1580501

Body

 

Dear Sir:

 

On June 2, 2022, the Board of Commissioners authorized the Director of Procurement and Materials Management to advertise for bids, Contract 23-646-51, Small Streams Maintenance in Cook County, Illinois.

 

Authorization to amend the Authority to Advertise was approved on August 11, 2022.

 

At the Board meeting on November 3, 2022, Group A was awarded and Group B was rejected as reported. At the Board meeting of February 2, 2023, Contract 23-646-52 (Re-Bid) was rejected as reported.

 

In response to a public advertisement of May 17, 2023, a bid opening was held on June 13, 2023.   The bid tabulation for this contract is:

 

K.L.F. ENTERPRISES, INC.                                                                  *$1,856,539.50

THORNTON EQUIPMENT SERVICES, INC.                     *$2,492,823.00

                     *corrected total

 

The Affirmative Action goals for this contract are 20 percent Minority-owned Business Enterprises (MBE), 9 percent Women-owned Business Enterprises (WBE), and 3 percent Veteran-owned Business Enterprises (VBE).

 

A review by the Acting Diversity Administrator revealed that K.L.F. Enterprises, Inc. (K.L.F.), did not comply with the Revised Appendix D Ordinance. K.L.F. did not submit a signed subcontractor’s letter of intent from the WBE sub-contractor as required.

 

Therefore, K.L.F. Enterprises, Inc. is not in compliance with Section 15, Utilization Plan Submission (d) and Section 16, Bid Submission Compliance Review (a) and (a)(I). The Director of Procurement and Materials Management has notified K.L.F. Enterprises, Inc. that their bid is considered non-responsive and rejected.

 

Thornton Equipment Services, Inc., the lowest responsible bidder for Group B, is proposing to perform the contract in accordance with the specifications. The estimated cost for Group B of this contract was $1,500,000.00, placing their bid of $2,492,823.00 approximately 66.2 percent above the estimate.

 

Thornton Equipment Services, Inc. is in compliance with the Affirmative Action Ordinance, Revised Appendix D as indicated in the attached report.  The utilization goals for Group B of this contract are 20 percent MBE, 9 percent WBE, and 3 percent VBE participation. 

 

Thornton Equipment Services, Inc. has executed the Multi-Project Labor Agreement (MPLA) certificate as required.  The construction trades anticipated to be utilized in Group B of this contract are operating engineers, truck drivers, and laborers.  The list of construction trades is not intended to confer any rights or jurisdiction upon any union or unions.

 

The contract will employ approximately five (5) people for the services on Group B.

 

In view of the foregoing, it is recommended that the Director of Procurement and Materials Management be authorized to award Contract 23-646-53, Group B, to Thornton Equipment Services, Inc., in an amount not to exceed $2,492,823.00, subject to the contractor furnishing a performance bond in a form satisfactory to the Law Department and approved by the Director of Procurement and Materials Management.

 

The contract will commence upon the approval of the Contractor’s Bond and terminate on December 31, 2024, or upon the expenditure of available funds, whichever occurs sooner.

 

Funds for the 2023 expenditures for Group B, in the amount of $356,573.00, are available in Account 501-50000-612620.  The estimated expenditure for 2024 is $2,136,250.00.  Funds for the 2024 expenditure are contingent on the Board of Commissioners’ approval of the District’s budget for that year.

 

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 August 10, 2023

 

Attachments