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 #: 20-0896    Version: 1
Type: Agenda Item Status: Adopted
File created: 10/19/2020 In control: Procurement Committee
On agenda: 11/5/2020 Final action: 11/5/2020
Title: Issue purchase order for Contract 20-810-11, Furnish and Deliver One Four-Inch Hydraulic Submersible Pump and Power Pack to the Calumet Water Reclamation Plant to Chicago United Industries, Ltd., in an amount not to exceed $76,980.00, Account 101-68000-634650, Requisition 1537448

TRANSMITTAL LETTER FOR BOARD MEETING OF NOVEMBER 5, 2020

 

COMMITTEE ON PROCUREMENT

 

Mr. Brian A. Perkovich, Executive Director

 

Title

Issue purchase order for Contract 20-810-11, Furnish and Deliver One Four-Inch Hydraulic Submersible Pump and Power Pack to the Calumet Water Reclamation Plant to Chicago United Industries, Ltd., in an amount not to exceed $76,980.00, Account 101-68000-634650, Requisition 1537448

Body

 

Dear Sir:

 

On June 4, 2020, the Board of Commissioners authorized the Director of Procurement and Materials Management to advertise for bids, Contract 20-810-11, Furnish and Deliver One Four-Inch Hydraulic Submersible Pump and Power Pack to the Calumet Water Reclamation Plant.

 

In response to a public advertisement of September 2, 2020, a bid opening was held on September 22, 2020.  The bid tabulation for this contract is:

 

                     OMNI-PUMP REPAIRS, INC.                     $52,250.00

                     CDPW, INC.                     $59,995.00

                     CHICAGO UNITED INDUSTRIES, LTD.                     $76,980.00

                                         

Omni Pump Repairs, Inc., the lowest bidder, proposed a pump that has a class 40 cast iron impeller, while detail specification requires a cast chromium steel impeller.  Furthermore, the bidder’s hydraulic power unit has a maximum hydraulic flow of 34 GPM.  According to the pump curve, the pump would not meet the required duty point of 200 GPM at 100 feet of TDH with a flow rate of 34 GPM to the pump motor. Therefore, the bid has been rejected for failure to comply with the terms and specifications of the contract.  The Director of Procurement and Materials Management has notified Omni-Pump Repairs, Inc., of this action.

 

CDPW, Inc., the second lowest bidder, proposed to furnish a 6” pump and the detail specification of the contract requires a 4” pump.  Therefore, the bid has been rejected for failure to comply with the terms and specifications of the contract.  The Director of Procurement and Materials Management has notified CDPW, Inc., of this action.

 

Chicago United Industries, Ltd., the lowest responsible bidder, is proposing to perform the contract in accordance with the specifications.  The estimated cost of this contract is $80,000.00, placing their bid of $76,980.00 approximately 3.8 percent below the estimate.

 

The Multi-Project Labor Agreement (MPLA) was not included in this contract because it is primarily a furnish and deliver contract.

 

The Affirmative Action Ordinance, Revised Appendix D applies only to construction contracts over a $100,000.00 threshold. These sections on page D-5 of the Ordinance address the types of covered contracts:

 

                     Section 4, Coverage: The following provisions, to be known as "Appendix D" together with relevant forms shall apply and be appended to every construction contract awarded by the District where the estimated total expenditure is in excess of $100,000.00, except contracts let in the event of an emergency contract pursuant to 70 ILCS 2605/11.5."

 

                     Section 5. Definitions: (g) "Construction contract" means any District contract or amendment thereto, providing for a total expenditure in excess on One Hundred Thousand Dollars ($100,000.00) for the construction, demolition, replacement, major repair or renovation and maintenance of real property and improvement thereon or sludge hauling and any other related contract which the District deems appropriate to be subject to Appendix D consistent with the Ordinance.

 

The contractor shall deliver the equipment within 70 days after the mailing date of the purchase order.

 

In view of the foregoing, it is recommended that the Director of Procurement and Materials Management be authorized to issue purchase order for Contract 20-810-11, to Chicago United Industries, Ltd., in an amount not to exceed $76,980.00.

 

Funds for the 2020 expenditure, in the amount of $76,980.00, are available in Account 101-68000-634650. 

 

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 5, 2020