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 #: 14-0874    Version: 1
Type: Agenda Item Status: Deleted
File created: 7/30/2014 In control: Procurement Committee
On agenda: 8/7/2014 Final action: 8/7/2014
Title: Issue purchase order for Contract 14-705-21, Furnish and Deliver a Primary Sludge Pump with VFD to the Egan Water Reclamation Plant, to Pro-Pump, Inc., in an amount not to exceed $69,309.00. Account 201-50000-645650, Requisition 1372508
TRANSMITTAL LETTER FOR BOARD MEETING OF AUGUST 7, 2014
COMMITTEE ON PROCUREMENT
Mr. David St. Pierre, Executive Director
Title
Issue purchase order for Contract 14-705-21, Furnish and Deliver a Primary Sludge Pump with VFD to the Egan Water Reclamation Plant, to Pro-Pump, Inc., in an amount not to exceed $69,309.00.  Account 201-50000-645650, Requisition 1372508
Body
Dear Sir:
On March 20, 2014, the Board of Commissioners authorized the Director of Procurement and Materials Management to advertise for bids, 14-705-21, Furnish and Deliver a Primary Sludge Pump with VFD to the Egan Water Reclamation Plant.  The contract expires on December 31, 2014.
In response to a public advertisement of May 21, 2014, a bid opening was held on June 10, 2014.  The bid tabulation for this contract is:
LAI, LTD. $31,997.00
DRYDON EQUIPMENT, INC. $63,009.00
PRO-PUMP, INC. $69,309.00
Six hundred twenty-nine (629) companies were notified of this contract being advertised and forty-one (41) companies requested specifications.
A review of the low bid submittedby Lai Ltd. revealed that they did not meet the specifications of the contract.  The pump proposed, Pulsafeeder model RBT100, does not have its shoes in line with the pump's bearings, as required in the Detail Specifications (page DS-1, Item H).  In addition, the base plate is not galvanized, as stated on page DS-1, Item M.  Therefore, the bid was considered non-responsive and rejected in the public's best interest.  The Director of Procurement and Materials Management has notified Lai, Ltd. of this action.  
 
A review of the second low bid submitted byDrydon Equipment, Inc., revealed that the signature submitted on the proposal page for authorized officer was not an original signature as required on page G-2 of the General Requirements, Specifications and Conditions of the contract documents.  Therefore, the bid was considered non-responsive and rejected in the public's best interest.  The Director of Procurement and Materials Management has notified Drydon Equipment, Inc. of this action.  
 
The lowest responsible bid, submitted by Pro-Pump, Inc., complies with all of the terms and specifications of the contract.  The estimated cost for this contract is $65,000.00, placing the bid of $69,309.00 approximately 6.6 percent above the estimate.  
 
The Multi-Project Labor Agreement was not included in this contract because it is primarily a furnish and deliver contract.
The contract will employ approximately three (3) people for this contract.
The Affirmative Action Interim Ordinance Appendix D is not included in this contract because it is primarily a furnish and deliver contract.
In view of the foregoing, it is recommended that the Director of Procurement and Materials Management be authorized to issue a purchase order for Contract 14-705-21 to Pro-Pump, Inc., in an amount not to exceed $69,309.00.  
 
The bid deposit, in the amount of $3,200.00, will be retained in lieu of a performance bond, which is satisfactory to the Law Department and approved by the Director of Procurement and Materials Management.
Funds are available in Account 201-50000-645650.
Recommended, Darlene A. LoCascio, Director of Procurement and Materials Management DAL:SEB:cm
Respectfully Submitted, Barbara J. McGowan, Chairman, Committee on Procurement
Disposition of this agenda item will be documented in the official Regular Board Meeting Minutes of the Board of Commissioners for August 7, 2014