Skip to main content


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 #: 19-0851    Version: 1
Type: Report Status: Filed
File created: 8/27/2019 In control: Procurement Committee
On agenda: 9/5/2019 Final action: 9/5/2019
Title: Report on rejection of bids for Contract 19-707-21, Rebuild Gatehouses 1 & 2 and the Sludge Concentration Building at the O’Brien Water Reclamation Plant, estimated cost $155,000.00

TRANSMITTAL LETTER FOR BOARD MEETING OF SEPTEMBER 5, 2019

 

COMMITTEE ON PROCUREMENT

 

Mr. Brian A. Perkovich, Executive Director

 

Title

Report on rejection of bids for Contract 19-707-21, Rebuild Gatehouses 1 & 2 and the Sludge Concentration Building at the O’Brien Water Reclamation Plant, estimated cost $155,000.00

Body

 

Dear Sir:

 

On February 21, 2019, the Board of Commissioners authorized the Director of Procurement and Materials Management to advertise for bids Contract 19-707-21, Rebuild Gatehouses 1 & 2 and the Sludge Concentration Building at the O’Brien Water Reclamation Plant. 

 

In response to a public advertisement of July 24, 2019, a bid opening was held on August 20, 2019.  The bid tabulation for this contract is:

 

                     BP CONSTRUCTION AND REMODELERS, INC.                     *$157,988.30

                                          *corrected total

                                         

Seven hundred forty-seven (747) companies were notified of this contract being advertised and twenty-one (21) companies requested specifications.

                                         

A review of the utilization plan for Contract 19-707-21, submitted by BP Construction and Remodelers, Inc., by the Diversity Administrator, revealed that the MBE/WBE/SBE subcontractors’ letters of intent were not signed by the MBE and WBE subcontractors.  The Diversity Administrator recommends that the bid be considered non-responsive and rejected.  The Director of Procurement and Materials Management concurs with the Diversity Administrator.  Therefore, in accordance with the Revised Appendix D Ordinance under Section 12: Utilization Plan Submission (d) and Section 13: Compliance Review (a) (iv), the bid submitted by BP Construction and Remodelers, Inc., is considered non-responsive and rejected in the public’s best interest. The Director of Procurement and Materials Management has notified BP Construction and Remodelers, Inc., of this action.

 

The Maintenance and Operations Department will revise the specifications of the contract and re-advertise at a later date. 

 

Recommended, Darlene A. LoCascio, Director of Procurement and Materials Management, DAL:SEB:cm