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 #: 19-0521    Version: 1
Type: Report Status: Filed
File created: 5/22/2019 In control: Procurement Committee
On agenda: 6/6/2019 Final action: 6/6/2019
Title: Report on rejection of bids for Contract 19-909-11, Furnish and Deliver Four Bio-Filter Pumps to the Stickney Water Reclamation Plant, estimated cost $145,000.00 (As Revised)

TRANSMITTAL LETTER FOR BOARD MEETING OF JUNE 6, 2019

 

COMMITTEE ON PROCUREMENT

 

Mr. Brian A. Perkovich, Executive Director

 

Title

Report on rejection of bids for Contract 19-909-11, Furnish and Deliver Four Bio-Filter Pumps to the Stickney Water Reclamation Plant, estimated cost $145,000.00 (As Revised)

Body

 

Dear Sir:

 

On February 21, 2019, the Board of Commissioners authorized the Director of Procurement and Materials Management to advertise for bids Contract 19-909-11, Furnish and Deliver Four Bio-Filter Pumps to the Stickney Water Reclamation Plant. 

 

In response to a public advertisement of March 27, 2019, a bid opening was held on April 16, 2019.  The bid tabulation for this contract is:

 

                     FLOW-TECHNICS, INC.                     $113,075.00

                     INDI ENTERPRISE, INC.                     $151,905.59

                                         

Flow-Technics, Inc., the apparent low bidder, submitted a bid bond in the amount of 5% of the total amount bid.  Five percent (5%) of $113,075.00 equals $5,653.75.  The bid deposit requirement was $7,250.00.  Therefore, the bid is considered non-responsive and rejected in accordance to page G-3 of the General Requirements, Specifications and Conditions in the contract documents.  The Director of Procurement and Materials Management has informed Flow-Technics, Inc., of this action.

 

Indi Enterprise, Inc., the next low bidder, does not comply with all of the terms and conditions of the contract.  The bidder is not an authorized dealer as required in the contract documents.  Also, the technical data submitted regarding the equipment does not comply with the detailed specifications of the contract as follows:

1.                     The proposed pump motor rpm speed is too high.  The specifications require an 1800 rpm motor and the bidder proposed a 3600 rpm motor.

2.                     The proposed mechanical seal materials are incorrect.  The specifications require a type silicone-carbide material and bidder proposed carbon material.

3.                     The proposed motor classification is not Class I, Div. 2. 

4.                     The proposed net positive suction head required (NPSHR) is too high for the specified elevations.  The specifications require 8 feet and the bidder proposed 22.3 feet.

 

In addition, a revised submittal of their technical data was reviewed and does not comply with the contract requirements as follows:

1.                     Specifications for the pump size require a 400 g.p.m. at 70 feet of head and the bidder proposed pumps at 350 g.p.m. at 70 feet of head.

2.                     The proposed mechanical seal materials are incorrect.  The specifications require a type silicone-carbide material and bidder proposed carbon material.

3.                     The proposed motor classification is not Class I, Div. 2.

4.                     Specifications require a 15 h.p. motor and bidder proposed a 40 h.p. motor.

 

Therefore, the bid is rejected because the bidder does not meet the specifications of the contract.  The Director of Procurement and Materials Management has notified Indi Enterprise, Inc., of this action.

 

The Maintenance and Operations Department may re-advertise the contract at a future date.

 

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 June 6, 2019