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 #: 24-0760    Version: 1
Type: Report Status: Filed
File created: 8/22/2024 In control: Procurement Committee
On agenda: 9/5/2024 Final action: 9/5/2024
Title: Report on rejection of bids for Contract 24-612-21, Roof Replacement and Rehabilitation at Various Locations, estimated cost $2,360,000.00
Attachments: 1. Contract 24-612-21, Groups A,B,C,D - Affirmative Action Revised Appendix D Report - DCG Roofing Solutions, 2. Contract 24-612-21, Groups A,B,C,D - Affirmative Action Revised Appendix D Report - F&G Roofing Co

TRANSMITTAL LETTER FOR BOARD MEETING OF SEPTEMBER 5, 2024

 

COMMITTEE ON PROCUREMENT

 

Mr. Brian A. Perkovich, Executive Director

 

Title

Report on rejection of bids for Contract 24-612-21, Roof Replacement and Rehabilitation at Various Locations, estimated cost $2,360,000.00

Body

 

Dear Sir:

 

On May 16, 2024, the Board of Commissioners authorized the Director of Procurement and Materials Management to advertise for bids Contract 24-612-21, Roof Replacement and Rehabilitation at Various Locations.

 

In response to a public advertisement of June 19, 2024, a bid opening was held on July 16, 2024. The bid tabulation for this contract is:

 

GROUP A:  STICKNEY WATER RECLAMATION PLANT (SWRP)

DCG ROOFING SOLUTIONS INC                     $411,895.00

F&G ROOFING COMPANY LLC                     $486,700.00

 

GROUP B:  CALUMET WATER RECLAMATION PLANT (CWRP)

DCG ROOFING SOLUTIONS INC                     $1,176,900.00

F&G ROOFING COMPANY LLC                     *$1,454,700.00

 

GROUP C:  NORTH SERVICE AREA (NSA)

F&G ROOFING COMPANY LLC                     $422,500.00

DCG ROOFING SOLUTIONS INC                     $441,300.00

 

GROUP D:  HARLEM AVENUE SOLIDS MANAGEMENT AREA (HASMA)

DCG ROOFING SOLUTIONS INC                     $254,000.00

F&G ROOFING COMPANY LLC                     $270,200.00

 *corrected total

 

A review of the bids for Groups A,B,C, and D submitted by DCG Roofing Solutions, Inc. and F&G Roofing Co., LLC by the Acting Diversity Administrator concluded that both bidders did not comply with Affirmative Action Ordinance Revised Appendix D by exceeding the allowable supplier exception under the Ordinance for each group and are deemed non-responsive. In accordance with Section 14. Counting MBE and WBE Participation Towards Contract Goals: (j) Purchase of materials and supplies must be pre-approved if their purchase is related to contract goal attainment. The Bidder may count payments to MBE or WBE regular dealers or manufacturers for contract goal attainment for no more than fifty (50%) percent of each MBE or WBE goal, unless otherwise approved by the Administrator. If the bidder exceeds the supplier exception amount allowable as stated in the bid documents, the bid will be viewed as non-responsive.

 

Therefore, DCG Roofing Solutions, Inc. and F&G Roofing Co., LLC did not comply with the Affirmative Action Ordinance Revised Appendix D under Section 14 above and are viewed as non-responsive and rejected. The Director of Procurement and Materials Management has notified both bidders of this action.

 

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

 

Attachments