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 #: 17-1148    Version: 1
Type: Report Status: Filed
File created: 10/25/2017 In control: Procurement Committee
On agenda: 11/2/2017 Final action: 11/2/2017
Title: Report on rejection of bids for Contract 17-604-12 (Re-Bid), Furnish and Deliver Air Handling Coils to Various Locations, Groups A and B, estimated total cost $110,485.00

TRANSMITTAL LETTER FOR BOARD MEETING OF NOVEMBER 2, 2017

 

COMMITTEE ON PROCUREMENT

 

Mr. David St. Pierre, Executive Director

 

Title

Report on rejection of bids for Contract 17-604-12 (Re-Bid), Furnish and Deliver Air Handling Coils to Various Locations, Groups A and B, estimated total cost $110,485.00

Body

 

Dear Sir:

 

On November 3, 2016, the Board of Commissioners authorized the Director of Procurement and Materials Management to advertise for bids, Contract 17-604-11, Furnish and Deliver Air Handling Coils to Various Locations. 

 

On January 5, 2017, authorization to amend the Board Order of November 3, 2016 was approved by the Board of Commissioners

 

In response to a public advertisement of February 22, 2017, a bid opening was held on March 14, 2017.  All bids were rejected at the Board Meeting of April 6, 2017.

 

In response to a public re-advertisement of September 13, 2017, a bid opening was held on October 3, 2017.  The bid tabulation for this contract is:

 

GROUP A:  COILS FOR THE CALUMET, STICKNEY, AND HANOVER PARK WRPS

INDI ENTERPRISES, INC.                        $100,100.00

 

GROUP B:  COILS FOR THE CALUMET WRP

INDI ENTERPRISES, INC.                     *$150,700.00

                     *corrected total

 

One thousand three hundred sixteen (1,316) companies were notified of this contract being advertised and fourteen (14) companies requested specifications.

 

A review of the sole bid, submitted by Indi Enterprises, Inc., revealed that they submitted two separate bid deposit checks, one for each group.  The bid deposit required for Group A was $4,270.00 and the check amount submitted was $4,000.00.  The bid deposit required for Group B was $1,255.00 and the check amount submitted was $1,525.00. 

 

Therefore, the bid for Group A is considered non-responsive and rejected for failing to provide the correct dollar value for the bid deposit required.

 

The bid for Group B, in the amount of $150,700.00 was approximately 500 percent over the estimated amount of $25,100.00 and considered too high to award. Also, the bidder added an alternate manufacturer and price for item 1B and added lead times for delivery that appear to be longer than the 70 day requirement in the detail specifications on DS-6.

 

Therefore, the bid for Group B is considered too high for award and rejected in the public’s best interest.  The Director of Procurement and Materials Management has informed Indi Enterprises, Inc., of this action.

 

The Maintenance and Operations Department will re-advertise as soon as is practical.

 

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 November 2, 2017