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 #: 23-0558    Version: 1
Type: Report Status: Filed
File created: 5/25/2023 In control: Procurement Committee
On agenda: 6/1/2023 Final action: 6/1/2023
Title: Report on rejection of bids for Contract 23-665-12, Landscape Maintenance at Various Service Areas (Re-Bid), estimated cost $1,338,000.00

TRANSMITTAL LETTER FOR BOARD MEETING OF JUNE 1, 2023

 

COMMITTEE ON PROCUREMENT

 

Mr. Brian A. Perkovich, Executive Director

 

Title

Report on rejection of bids for Contract 23-665-12, Landscape Maintenance at Various Service Areas (Re-Bid), estimated cost $1,338,000.00

Body

 

Dear Sir:

 

On June 2, 2022, the Board of Commissioners authorized the Director of Procurement and Materials Management to advertise for bids, for Contract 23-665-11, Landscape Maintenance at Various Service Areas.

 

In response to a public advertisement September 14, 2022, a bid opening was held on October 11, 2022.  The sole bid was rejected as reported at the Board Meeting of November 17, 2022.

 

In response to a public re-advertisement of March 8, 2023, a bid opening was held on April 4, 2023.  The bid tabulation for this contract is:

 

GROUP A:  STICKNEY SERVICE AREA

DIAZ GROUP LLC                     $436,500.00

GLOBAL MAIANTENANCE SOLUTIONS                     *$658,051.20

CARDINAL STATE, LLC                     $702,060.00

 

GROUP B:  CALUMET SERVICE AREA

DIAZ GROUP LLC                     $273,300.00

GLOBAL MAIANTENANCE SOLUTIONS                     *$408,634.80

CARDINAL STATE, LLC                     $425,325.00

TOTAL PROPERTY MANAGEMENT MAINTENANCE                      $480,900.00

AND ENGINEERING SERIVCES, LLC

 

GROUP C:  NORTHSIDE SERVICE AREA

DIAZ GROUP LLC                     $164,400.00

MILHOUSE SERVICES LLC                     $234,062.94

GLOBAL MAIANTENANCE SOLUTIONS                     *$250,436.28

 

GROUP D:  LAWNDALE AVENUE SOLIDS MANAGEMENT AREA

DIAZ GROUP LLC                     $100,800.00

GLOBAL MAIANTENANCE SOLUTIONS                     *$137,971.80

MILHOUSE SERVICES LLC                     $143,173.80

CARDINAL STATE, LLC                     $195,540.00

                     *corrected total

 

The associated goals for this contract are 20 percent Minority-owned Business Enterprise (MBE), 9 percent Women-owned Business Enterprise (WBE), and 3 percent Veteran Business Enterprise (VBE) for each group. 

 

Diaz Group, LLC (Diaz) submitted a low bid for Groups A, B, C, and D.  Diaz offered 100 percent MBE, 20 percent WBE and 3 percent VBE participation. The Acting Diversity Administrator reviewed the Revised Appendix D utilization plans and determined that Diaz failed to submit with their bid, signed Subcontractor’s Letter(s) of Intent for their WBE subcontractor as required under Section 15, Utilization Plan Submission (d) and Section 16, Bid Submission Compliance Review (a) (i).  Therefore, Diaz’s bid is considered non-responsive and rejected.  The Director of Procurement and Materials Management has notified Diaz of this action. 

 

Global Maintenance Solutions (Global) submitted a bid for Groups A, B, C, and D.  Global offered 100 percent MBE, 0 percent WBE and no participation for VBE goal.  The Acting Diversity Administrator reviewed the Revised Appendix D utilization plans and determined that Global did not commit any participation for the WBE goal and did not provide a waiver request as required for the WBE goal under Section 15, Utilization Plan Submission (c), (e) and Section 16, Bid Submission Compliance Review (a) (ii).  In addition, the Maintenance and Operations Department reviewed the bid for Global and indicated that they did not comply with the contract specifications for experience, equipment, and ability to perform the required work.  Therefore, Global’s bid is considered non-responsive and rejected.  The Director of Procurement and Materials Management has notified Global of this action. 

 

Cardinal State, LLC, (Cardinal) submitted a bid for Groups A, B, and D.  Cardinal offered 100% MBE participation, 0% WBE, and no participation for VBE goal and submitted a waiver for the WBE.  The Acting Diversity Administrator reviewed the Revised Appendix D utilization plans and determined that Cardinal’s waiver request for WBE participation is denied.  Cardinal did not provide any documentation to support their good faith efforts.  Therefore, Cardinal’s bid is considered non-responsive and rejected under Section 15, Utilization Plan Submission (e) (iv) (v).  The Director of Procurement and Materials Management has notified Cardinal of this action. 

 

Total Property Management Maintenance and Engineering Services, LLC (Total) submitted a bid for Group B.  Total failed to submit the utilization plan for Group B, pages UP-1, UP-2, and UP-3, which indicates any MBE and/or WBE participation.  These pages are required to be submitted with their bid.  Therefore, Total’s bid is considered non-responsive and rejected under Section 15, Utilization Plan Submission (c) and Section 16, Bid Submission Compliance Review under section (a) (i).  The Director of Procurement and Materials Management has notified Total of this action.

 

Milhouse Services, LLC (Milhouse) submitted a bid for Groups C and D.  Milhouse offered 88 percent MBE, 9 percent WBE and 3 percent VBE participation. The Acting Diversity Administrator reviewed the Revised Appendix D utilization plans and determined that Milhouse failed to submit with its bid, the required Subcontractor’s Letter of Intent relative to itself as the designated MBE. Therefore, Milhouse did not comply with the Revised Appendix D under Section 15, Utilization Plan Submission (d) and Section 16, Bid Submission Compliance Review under (a) (i) and is considered non-responsive and rejected.  The Director of Procurement and Materials Management has notified Milhouse of this action. 

 

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

 

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

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