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 #: 25-0141    Version: 1
Type: Report Status: Filed
File created: 2/7/2025 In control: Procurement Committee
On agenda: 2/20/2025 Final action: 2/20/2025
Title: Report on rejection of bids for Contract 23-378-3S, Upper Des Plaines Dropshafts 1/1A and 5 Rehabilitation and Calumet Dropshaft 34 Modification, NSA and CSA, estimated cost between $6,175,000.00 and $7,475,000.00

TRANSMITTAL LETTER FOR BOARD MEETING OF FEBRUARY 20, 2025

 

COMMITTEE ON PROCUREMENT

 

Mr. Brian A. Perkovich, Executive Director

 

Title

Report on rejection of bids for Contract 23-378-3S, Upper Des Plaines Dropshafts 1/1A and 5 Rehabilitation and Calumet Dropshaft 34 Modification, NSA and CSA, estimated cost between $6,175,000.00 and $7,475,000.00

Body

 

Dear Sir:

 

On September 5, 2024, the Board of Commissioners authorized the Director of Procurement and Materials Management to advertise for bids Contract 23-378-3S, Upper Des Plaines Dropshafts 1/1A and 5 Rehabilitation and Calumet Dropshaft 34 Modification, NSA and CSA.

 

In response to a public advertisement of September 25, 2024, a bid opening was held on January 28, 2025.  The bid tabulation for this contract is:

 

INLINER SOLUTIONS, LLC                     $24,987,654.00

 

A review of the sole bid submitted by Inliner Solutions, LLC by the Engineering Department has indicated that the bid is considered too high over the estimate range of the contract. The sole bid received is approximately 234% over the engineer’s estimate. The Engineering Department has recommended to reject the sole bid.

 

The District identified several factors that could have contributed to receiving one bid, which was significantly higher than the engineer's estimate. Due to the complexity of the project, the District will revise the specification to reduce the risk and with the goal to reduce costs.

 

Therefore, the Director of Procurement and Materials Management has notified Inliner Solutions, LLC that their bid is rejected based on the above information and in the public’s best interest.

 

The Engineering Department will revise the contract documents and re-advertise this contract.

 

Requested, Catherine A. O’Connor, Director of Engineering

Respectfully Submitted, Darlene A. LoCascio, Director of Procurement and Materials Management, DAL:SEB:pk