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 #: 25-0811    Version: 1
Type: Report Status: Filed
File created: 10/24/2025 In control: Procurement Committee
On agenda: 11/6/2025 Final action: 11/6/2025
Title: Report on rejection of bids for Contract 25-654-12 (Re-Bid), Furnish and Deliver Parts and Repair Services for Sluice Gate Valve Actuators, estimated cost $1,077,700.00 (As Revised)

TRANSMITTAL LETTER FOR BOARD MEETING OF NOVEMBER 6, 2025

 

COMMITTEE ON PROCUREMENT

 

Mr. John P. Murray, Acting Executive Director

 

Title

Report on rejection of bids for Contract 25-654-12 (Re-Bid), Furnish and Deliver Parts and Repair Services for Sluice Gate Valve Actuators, estimated cost $1,077,700.00 (As Revised)

Body

 

Dear Sir:

 

On March 20, 2025, the Board of Commissioners authorized the Director of Procurement and Materials Management to advertise for bids Contract 25-654-11, Furnish and Deliver Parts and Repair Services for Sluice Gate Valve Actuators.

 

In response to a public advertisement of May 7, 2025, a bid opening was held on June 3, 2025. No bids were received.

 

In response to a public re-advertisement of August 20, 2025, a bid opening was held on September 16, 2025. The bid tabulation for this contract is:

 

AMERIMEX MOTOR & CONTROLS LLC                                                                                    *$2,514,219.00

 *corrected total

 

The associated goals for this contract are 10% Minority-owned Business Enterprises (MBE) and/or Women-owned Business Enterprises (WBE) to comply with the Affirmative Action Ordinance Revised Appendix D. In addition, 3% Veteran-owned Business Enterprise (VBE) participation was requested for the policy goal.

 

The sole bidder, AmeriMex Motor & Controls, LLC (AmeriMex), requested a full waiver for the MBE and WBE goals and also for the VBE policy goal.

 

A review by the Diversity Administrator indicated that AmeriMex has not substantiated their Good Faith Efforts to comply with the contract goals for the Affirmative Action Ordinance Revised Appendix D under Section 15 (e)(iv) and a waiver should not be granted.

 

In addition, a review by the Maintenance and Operations Department revealed that the bid by AmeriMex of $2,514,219.00 is approximately 133% over the engineer’s estimated cost and is considered too high for an award and recommends rejecting the bid.

 

Therefore, based on the above information, the bid submitted by AmeriMex is considered non-responsive and rejected in the public’s best interest. The Director of Procurement and Materials Management has notified the bidder of this action.

 

The Maintenance and Operations Department will re-evaluate the project scope and revise the contract document and re-advertise this contract.

 

Requested, Pinakin V. Desai, Acting Director of Maintenance and Operations

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