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 #: 24-0386    Version: 1
Type: Report Status: Filed
File created: 5/3/2024 In control: Procurement Committee
On agenda: 5/16/2024 Final action: 5/16/2024
Title: Report on rejection of bids for Contract 24-618-11, Furnish and Deliver HVAC and Refrigeration Parts and Services to Various Locations, estimated cost $984,155.00

TRANSMITTAL LETTER FOR BOARD MEETING OF MAY 16, 2024

 

COMMITTEE ON PROCUREMENT

 

Mr. Brian A. Perkovich, Executive Director

 

Title

Report on rejection of bids for Contract 24-618-11, Furnish and Deliver HVAC and Refrigeration Parts and Services to Various Locations, estimated cost $984,155.00

Body

 

Dear Sir:

 

On October 19, 2023, the Board of Commissioners authorized the Director of Procurement and Materials Management to advertise for bids Contract 24-618-11, Furnish and Deliver HVAC and Refrigeration Parts and Services to Various Locations.

 

In response to a public advertisement of March 13, 2024, a bid opening was held on April 9, 2024. The bid tabulation for this contract is:

 

GROUP A: NORTH SERVICE AREA

JOHNSON CONTROLS, INC.                     $215,057.60

WLFSTR  INC                     $543,478.80

 

GROUP B: STICKNEY SERVICE AREA

JOHNSON CONTROLS, INC.                     $361,717.60

WLFSTR  INC                     *$664,159.20

 

GROUP C: CALUMET SERVICE AREA

JOHNSON CONTROLS, INC.                     $406,260.80

WLFSTR  INC                     $806,961.92

 *corrected total

 

A review of the apparent low bidder, Johnson Controls, Inc. (Johnson), by the Acting Diversity Administrator revealed that Johnson did not sign their utilization plan page UP-4 for Groups A,B, and C. This is required by the bidder in accordance with the Affirmative Action Ordinance Revised Appendix D under Section 15, Utilization Plan Submission (a) and Section 16, Bid Submission Compliance Review (a) and (i). Therefore, Johnson Controls, Inc. is considered non-responsive and rejected. The Director of Procurement and Materials Management has notified Johnson of this action.

 

A review of the second low bidder, WLFSTR Inc., indicates that their bid for Groups A, B, and C are over the estimate by 152 percent, 83 percent, and 98 percent, respectively, and are considered too high for an award. The estimates for Groups A, B, and C are $215,463.00, $361,847.00, and $406,845.00, respectively.

 

Therefore, the Director of Procurement and Materials Management has notified WLFSTR Inc. that their bid is rejected based on the above information and in the public’s best interest.

 

The Maintenance and Operations Department will re-advertise this contract.

 

Requested, John P. Murray, Director of Maintenance and Operations

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