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 #: 22-0063    Version: 1
Type: Report Status: Filed
File created: 1/11/2022 In control: Procurement Committee
On agenda: 1/20/2022 Final action: 1/20/2022
Title: Report on rejection of bids for Contract 21-988-11, Specialty Railroad Grade Crossing Signal System Services in the Stickney Service Area, estimated cost $243,000.00 

TRANSMITTAL LETTER FOR BOARD MEETING OF JANUARY 20, 2022

 

COMMITTEE ON PROCUREMENT

 

Mr. Brian A. Perkovich, Executive Director

 

Title

Report on rejection of bids for Contract 21-988-11, Specialty Railroad Grade Crossing Signal System Services in the Stickney Service Area, estimated cost $243,000.00 

Body

 

Dear Sir:

 

On June 3, 2021, the Board of Commissioners authorized the Director of Procurement and Materials Management to advertise for bids Contract 21-988-11, Specialty Railroad Grade Crossing Signal System Services in the Stickney Service Area.

 

In response to a public advertisement of November 3, 2021, a bid opening was held on November 30, 2021. The bid tabulation for this contract is:

 

CLARK TRANSPORTATION CONSULTING & SERVICES                     *$231,620.79

LLC D/B/A BISON RAIL SYSTEM

J A WATTS. INC.                      $287,848.60

RAILWORKS SIGNALS & COMMUNICATIONS, INC.                        *$594,711.09                     

                     *corrected total

 

The Affirmative Action utilization goals applicable to the contract are 13% Minority Business Enterprise (MBE), 7% Women Business Enterprise (WBE), 10% Small Business Enterprise (SBE).

 

A review by the Diversity Administrator of the low bid submitted by Clark Transportation Consulting & Services LLC d/b/a Bison Rail System (Clark), revealed that they are not in compliance with the requirements of the Affirmative Action Ordinance Revised Appendix D. (Clark) requested a full waiver of the goals.

 

The Diversity Administrator indicates that (Clark) did not submit the necessary documentation to establish its good faith efforts under Section 12. Utilization Plan Submission (b), (e) and (e) (ii) of the Affirmative Action Ordinance Revised Appendix D and should not be granted a waiver. Therefore, their bid is considered non-responsive and rejected.  The Director of Procurement and Materials Management has informed (Clark) of this action.

 

A review by the Diversity Administrator of the second low bidder submitted by J A Watts, Inc., revealed that they are not in compliance with the requirements of the Affirmative Action Ordinance Revised Appendix D.  J A Watts, Inc., offered 0% MBE, 61% WBE and 61% SBE participation using themselves and filed a waiver for the MBE goal. 

 

The Diversity Administrator indicates that J A Watts, Inc. should not be granted the requested waiver because they did not demonstrate a good faith effort under Section12. Utilization Plan Submission (b) and (e) (i).  Therefore, their bid is considered non-responsive and rejected.  The Director of Procurement and Materials Management has informed J A Watts, Inc. of this action. 

 

The bid submitted by Railworks Signals & Communications, Inc., in the amount of $594,711.09 is approximately 144% over the estimate and is considered too high to award. Therefore, the Director of Procurement and Materials Management has rejected this bid in the public’s best interest and informed Railworks Signals & Communications, Inc. of this action.

 

The Maintenance and Operations Department will review the contract prior to re-advertisement.

 

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