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 #: 25-0957    Version: 1
Type: Agenda Item Status: Adopted
File created: 12/8/2025 In control: Procurement Committee
On agenda: 12/18/2025 Final action: 12/18/2025
Title: Authority to award Contract 25-612-21, Roof Replacement and Rehabilitation at Various Locations, Groups A, B, and C, to DCG Roofing Solutions, Inc., in an amount not to exceed $4,097,530.00, Account 201-50000-645780, Requisitions 1634050, 1634141, and 1634143
Attachments: 1. Contract 25-612-21 (Groups A,B and C) - Affirmative Action Goals and Revised Appendix D and Appendix V Reports - DCG Rfg. Sol. Inc.

TRANSMITTAL LETTER FOR BOARD MEETING OF DECEMBER 18, 2025

 

COMMITTEE ON PROCUREMENT

 

Mr. John P. Murray, Executive Director

 

Title

Authority to award Contract 25-612-21, Roof Replacement and Rehabilitation at Various Locations, Groups A, B, and C, to DCG Roofing Solutions, Inc., in an amount not to exceed $4,097,530.00, Account 201-50000-645780, Requisitions 1634050, 1634141, and 1634143

Body

 

Dear Sir:

 

On August 14, 2025, the Board of Commissioners authorized the Director of Procurement and Materials Management to advertise for bids Contract 25-612-21, Roof Replacement and Rehabilitation at Various Locations.

 

In response to a public advertisement of September 24, 2025, a bid opening was held on October 21, 2025. The bid tabulation for this contract is:

 

GROUP A:  STICKNEY WRP

G.E. RIDDIFORD COMPANY                     $942,100.00

DCG ROOFING SOLUTIONS INC                     $944,190.00

KNICKERBOCKER ROOFING & PAVING                     $1,056,000.00

L MARSHALL INC                     $1,085,000.00

F&G ROOFING COMPANY LLC                     $1,119,200.00

 

GROUP B:  CALUMET WRP AND SERVICE AREA

DCG ROOFING SOLUTIONS INC                     $1,423,440.00

F&G ROOFING COMPANY LLC                     $1,431,560.00

KNICKERBOCKER ROOFING & PAVING                     $1,657,000.00

 

GROUP C:  NORTH SERVICE AREA (NSA)

G.E. RIDDIFORD COMPANY                      $1,696,950.00

DCG ROOFING SOLUTIONS INC                     $1,729,900.00

KNICKERBOCKER ROOFING & PAVING                     $2,072,000.00

L MARSHALL INC                     $2,150,000.00

F&G ROOFING COMPANY LLC                     $2,187,200.00

 

G.E. Riddiford Company (Riddiford), the apparent low bidder for Group A, is considered non-responsive and rejected. A review by the Diversity Administrator revealed that Riddiford used 100% participation of suppliers towards the goal attainment for Minority-owned Business Enterprises (MBE) and Women-owned Business Enterprises (WBE) goals. Only 50% was allowed for suppliers and there was not a suppliers exception granted for this contract. Therefore, under Section 14. Counting MBE and WBE Participation Toward Contract Goals (j), Riddiford did not comply with the Affirmative Action Ordinance Revised Appendix D. The Director of Procurement and Materials Management has notified Riddiford of this action.

 

Riddiford, the apparent low bidder for Group C, is considered non-responsive and rejected. A review by the Diversity Administrator revealed that Riddiford used 100% participation of suppliers towards the goal attainment for MBE and WBE goals. Only 50% was allowed for suppliers and there was not a suppliers exception granted for this contract. In addition, Riddiford failed to submit a signed MBE/WBE Subcontractors letter of Intent for each MBE and WBE subcontractor listed in its Utilization Plan. Therefore, under Section 14. Counting MBE and WBE Participation Toward Contract Goals (j) and Section 15. Utilization Plan Submission (a) and Section 16. Bid Submission Compliance Review (a) Riddiford did not comply with the Affirmative Action Ordinance Revised Appendix D. The Director of Procurement and Materials Management has notified Riddiford of this action.

 

DCG Roofing Solutions, Inc. (DCG), the lowest responsible bidder for Groups A, B, and C, is proposing to perform the contract in accordance with the specifications. The estimated cost for Groups A, B, and C was $4,715,000.00, placing the combined bid of $4,097,530.00, approximately 13% below the engineer’s estimate.

 

The Affirmative Action Ordinance Revised Appendix D goals for each group of this contract are 20% MBE and 10% WBE. The Veteran-owned  Business Enterprise (VBE) policy goal is 3%.

 

DCG is in compliance with the Affirmative Action Ordinance Revised Appendix D and Appendix V for Group A as is indicated in the attached report. The MBE and WBE utilization goals offered for this contract are 20% MBE and 10% WBE. The VBE participation is 3%.

 

DCG is in compliance with the Affirmative Action Ordinance Revised Appendix D and Appendix V for Group B as is indicated in the attached report. The MBE and WBE utilization goals offered for this contract are 20% MBE and 10% WBE. The VBE participation is 3%.

 

DCG is in compliance with the Affirmative Action Ordinance Revised Appendix D and Appendix V for Group C as is indicated in the attached report. The MBE and WBE utilization goals offered for this contract are 20% MBE and 10% WBE. The VBE participation is 3%.

 

DCG has executed the Multi-Project Labor Agreement (MPLA) certificate as required. It is anticipated that the following trades will be utilized on this contract: roofers and waterproofers. The list of construction trades is not intended to confer any rights or jurisdiction upon any union or unions.

 

The contract will employ approximately sixty (60) people for the services.

 

The contract shall commence upon approval of the Contractor’s Bond and terminate twenty-four (24) months thereafter, or upon expenditure of available funds, whichever occurs sooner.

 

In view of the foregoing, it is recommended that the Director of Procurement and Materials Management be authorized to award Contract 25-612-21, Groups A, B, and C, to DCG Roofing Solutions, Inc., in an amount not to exceed $4,097,530.00, subject to the contractor furnishing a performance bond in form satisfactory to the Law Department and approved by the Director of Procurement and Materials Management.

 

Funds for the 2026 expenditure for Group A, in the amount of $923,030.00, are being requested in Account 201-50000-645780. The estimated expenditure for 2027 is $21,160.00. Funds for the 2026 and 2027 expenditures are contingent on the Board of Commissioners’ approval of the District’s budget for those years.

 

Funds for the 2026 expenditure for Group B, in the amount of $1,387,320.00, are being requested in Account 201-50000-645780. The estimated expenditure for 2027 is $36,120.00. Funds for the 2026 and 2027 expenditures are contingent on the Board of Commissioners’ approval of the District’s budget for those years.

 

Funds for the 2026 expenditure for Group C, in the amount of $1,687,180.00, are being requested in Account 201-50000-645780. The estimated expenditure for 2027 is $42,720.00. Funds for the 2026 and 2027 expenditures are contingent on the Board of Commissioners’ approval of the District’s budget for those years.

 

Requested, Pinakin V. Desai, Acting Director of Maintenance and Operations

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

Respectfully Submitted, Precious Brady-Davis, Chairperson, Committee on Procurement

Disposition of this agenda item will be documented in the official Regular Board Meeting Minutes of the Board of Commissioners for December 18, 2025

 

Attachment