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 #: 16-0692    Version: 1
Type: Report Status: Filed
File created: 6/27/2016 In control: Procurement Committee
On agenda: 7/7/2016 Final action: 7/7/2016
Title: Report on rejection of bids for Contract 16-656-11, Repair and Improve TARP DCS Computer Systems and Allen-Bradley Equipment at Various Service Locations, estimated cost $653,600.00

TRANSMITTAL LETTER FOR BOARD MEETING OF JULY 7, 2016

 

COMMITTEE ON PROCUREMENT

 

Mr. David St. Pierre, Executive Director

 

Title

Report on rejection of bids for Contract 16-656-11, Repair and Improve TARP DCS Computer Systems and Allen-Bradley Equipment at Various Service Locations, estimated cost $653,600.00

Body

 

Dear Sir:

 

On March 17, 2016, the Board of Commissioners authorized the Director of Procurement and Materials Management to advertise for bids, Contract 16-656-11, Repair and Improve TARP DCS Computer Systems and Allen-Bradley Equipment at Various Service Locations.

 

In response to a public advertisement on May 4, 2016, a bid opening was held on May 24, 2016.  The bid tabulation for this contract is:

 

ENGLEWOOD ELECTRICAL SUPPLY,

                     DIV. OF WESCO DISTRIBUTIOIN, INC.                     $806,165.78

      

One thousand six (1006) companies were notified of this contract being advertised and sixteen (16) companies requested specifications.

 

The sole bid, submitted by Englewood Electrical Supply, a Division of WESCO Distribution, Inc., does not comply with all the terms and specifications of the contract.  After a review, the bid revealed the following:

 

1.                     The District was informed by the manufacturer, Rockwell Automation, that the bidder quoted a price for phone support coverage, 24 x 7 x 365, which is not required. 

2.                     For one project at the Stickney Water Reclamation Plant, Rockwell Automation incorrectly assumed the controllers to be programmed were different but the contract states they are the same.

3.                     The bidder incorporated a yearly escalation factor of as much as 40% on most items.

In addition, the bid was approximately 23.3 percent over the District’s estimate and considered too high for an award.  Therefore, their bid is considered non-responsive and rejected in the public’s best interest.  The Director of Procurement and Materials Management has informed Englewood Electrical Supply, Div. of WESCO Distribution, Inc., of this action. 

 

The contract will be reviewed, revised and re-advertised as soon as possible.

 

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 July 7, 2016