TRANSMITTAL LETTER FOR BOARD MEETING OF JUNE 7, 2018
Committee on procurement
Mr. John P. Murray, Acting Executive Director
Title
Authority to award Contract 18-004-11, Furnish and Deliver Miscellaneous Steel and Stainless Steel to Various Locations for a One (1) Year Period, Groups A and B to Super Roco Steel & Tube Ltd. II, in an amount not to exceed $136,033.25, Account 101-20000-623030
Body
Dear Sir:
On March 15, 2018, the Board of Commissioners authorized the Director of Procurement and Materials Management to advertise for bids, Contract 18-004-11, Furnish and Deliver Miscellaneous Steel and Stainless Steel to Various Locations for a One (1) Year Period, beginning approximately July 1, 2018 and ending June 30, 2019.
In response to a public advertisement of March 28, 2018, a bid opening was held on April 17, 2018. The bid tabulation for this contract is:
GROUP A: Miscellaneous Steel
INNOVATIVE ASSEMBLY DESIGN $51,403.47
WRANGLER TECH LLC *$56,991.12
SUPER ROCO STEEL & TUBE LTD. II *$79,025.00
NORTHERN ILLINOIS STEEL SUPPLY CO *$163,120.40
*Corrected Total
GROUP B: Stainless Steel
SUPER ROCO STEEL & TUBE LTD. II *$57,008.25
WRANGLER TECH LLC *$74,721.81
NORTHERN ILLINOIS STEEL SUPPLY CO *$145,516.55
*Corrected Total
Four hundred and thirty-six (436) companies were notified of this contract being advertised and twenty-seven (27) companies requested specifications.
The bid received for Group A, from Innovative Assembly Design, was rejected due to failure to bid all items within the group. Therefore, their bid is considered non-responsive and rejected in the public’s best interest for failure to bid in accordance with the general terms and conditions of the contract. The Director of Procurement and Materials Management has notified Innovative Assembly Design, of this action.
The bid received for Group A, from Wrangler Tech LLC, was withdrawn by the vendor due to inability to adhere to their proposed pricing as submitted in their bid proposal documentation. Therefore, their bid is considered non-responsive and rejected in the public’s best interest for failure to bid in accordance with the general terms and conditions of the contract. The Director of Procurement and Materials Management has notified Wrangler Tech LLC, of this action.
Super Roco Steel & Tube Ltd. II, the lowest responsible bidder for Groups A and B, is proposing to perform the contract in accordance with the specifications. The estimated cost for this contract is $150,000.00, placing the total bid of $136,033.25, approximately 9.3 percent below the estimate.
The Multi-Project Labor Agreement (MPLA) is not applicable to this contract because it is primarily a furnish and deliver contract.
The Affirmative Action Ordinance, Revised Appendix D was not included in this contract because it is primarily a furnish and deliver contract.
In view of the foregoing, it is recommended that the Director of Procurement and Materials Management be authorized to award Contract 18-004-11, Groups A and B, to Super Roco Steel & Tube Ltd. II, in an amount not to exceed $136,033.25.
Purchase orders will be issued for the material as required. Payment will be based on the unit cost as indicated in the contract documents. No bid deposit is required for this contract.
Funds are available in Account 101-20000-623030.
Recommended, Darlene A. LoCascio, Director of Procurement and Materials Management, DAL:SEB:MS:cc
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 June 7, 2018
Attachment