TRANSMITTAL LETTER FOR BOARD MEETING OF JUNE 5, 2008
COMMITTEE ON PURCHASING
Mr. Richard Lanyon, General Superintendent
Title
Issue purchase order for Contract 08-997-11 Furnish and Deliver One Dry Ice Blasting Machine and Attachments to the Stickney Water Reclamation Plant, to Ice Tech America, Inc., in an amount not to exceed $28,708.00, Account 101-69000-634990, Requisition 1235942
Body
Dear Sir:
On February 21, 2008, the Board of Commissioners authorized the Purchasing Agent to advertise for bids for Contract 08-997-11 Furnish and Deliver One Dry Ice Blasting Machine and Attachments to the Stickney Water Reclamation Plant.
In response to a public advertisement of March 19, 2008, a bid opening was held on April 8, 2008. The bid tabulation for this contract is:
COLD JET LLC $21,375.00
THE STANDARD COMPANIES $28,495.00
ICE TECH AMERICA, INC. $28,708.00
ROOT BROTHERS MFG. & SUPPLY CO. $29,836.56
TECHNICAL DEVELOPMENT CORP. OF ASIA $36,550.00
Six hundred ninety-eight (698) companies were notified of the contract being advertised and nine (9) companies requested specifications.
The lowest bid of $21,375.00, submitted by Cold Jet LLC, does not meet the specifications. The ice blasting machine proposed by Cold Jet LLC does not conform to the dry ice consumption or the maximum blasting pressure listed in the Contract specification under Dry Ice Tank and Control System on page DS-1. “The dry ice tank minimum storage capacity shall be 66 lbs and the supply pressure shall be 72 psi minimum, 232 psi maximum.” The ice blasting machine proposed by Cold Jet LLC has a maximum capacity of 30 lbs and a maximum pressure of 140 psi.
The second lowest bid of $24,495.00, submitted by The Standard Companies, does not meet the specifications. The Standard Companies’ proposed one year warranty, does not conform to the two year warranty listed in the Contract specification under Warranty on page DS-3. “The contractor shall provide a warranty that covers all non-wear parts and labor for a two year period effective from the date of delivery.” Therefore, the Purchasing Agent has notified both bidders above that their bid is considered non-responsive and rejected in the public’s best interest.
Ice Tech America, Inc., the lowest responsible bidder, is proposing to perform the contract, in accordance with the specifications. The estimated cost for this contract was $26,000.00, placing the bid of $28,708.00, approximately 10.4 percent above to the cost estimate.
The Multi-Project Labor Agreement (MPLA) was not included in the contract because it is primarily for furnishing and delivering equipment.
Ice Tech America, Inc., is not authorized to transact business in Illinois, but has submitted a certificate of good standing from the State of Ohio. The Maintenance and Operations Department has received approval from the General Superintendent to move forward with the recommendation to award.
In view of the foregoing, it is requested that the Purchasing Agent be authorized to issue a purchase order to Ice Tech America, Inc., for the item required, in an amount not to exceed $28,708.00. There was no bid deposit required for this contract. Funds are available in Account 101-69000-634990.
Recommended, Darlene A. LoCascio, Purchasing Agent, DAL:SEB:klv
Respectfully Submitted, Barbara J. McGowan, Chairman Committee on Purchasing
ORDERED passed by affirmative roll call vote of a majority of the Commissioners present this June 5, 2008. Approved, President Terrence J. O’Brien