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 #: 20-0667    Version: 1
Type: Agenda Item Status: Adopted
File created: 8/17/2020 In control: Procurement Committee
On agenda: 9/3/2020 Final action: 9/3/2020
Title: Authority to award Contract 20-033-11, Furnish and Deliver Miscellaneous Air Filters to Various Locations for a One-Year Period, Groups A and C to Mercury Partners 90 BI, Inc., dba Brucker Company, Inc., in an amount not to exceed $41,778.16, Group B to Production Companies, Inc., in an amount not to exceed $15,821.48, and Group D to T & N Chicago, Inc., in an amount not to exceed $15,364.80, Account 101-20000-623270
Attachments: 1. Contract 20-033-11 Item Descriptions - Groups A, B, C and D

TRANSMITTAL LETTER FOR BOARD MEETING OF SEPTEMBER 3, 2020

 

COMMITTEE ON PROCUREMENT

 

Mr. Brian A. Perkovich, Executive Director

 

Title

Authority to award Contract 20-033-11, Furnish and Deliver Miscellaneous Air Filters to Various Locations for a One-Year Period, Groups A and C to Mercury Partners 90 BI, Inc., dba Brucker Company, Inc., in an amount not to exceed $41,778.16, Group B to Production Companies, Inc., in an amount not to exceed $15,821.48, and Group D to T & N Chicago, Inc., in an amount not to exceed $15,364.80, Account 101-20000-623270

Body

 

Dear Sir:

 

On March 19, 2020, the Board of Commissioners authorized the Director of Procurement and Materials Management to advertise for bids, Contract 20-033-11 Furnish and Deliver Miscellaneous Air Filters to Various Locations for a One-Year Period, beginning approximately July 1, 2020 and ending June 30, 2021.

 

In response to a public advertisement of July 1, 2020, a bid opening was held on July 21, 2020. The bid tabulation for this contract is:

 

GROUP A: PLEATED AIR FILTERS

MERCURY PARTNERS 90 BI, INC., dba BRUCKER COMPANY, INC.                     $39,698.16

PRODUCTION DISTRIBUTION COMPANIES, INC.                     $45,889.66

PROGRESSIVE INDUSTRIES, INC.                     $47,452.49

T & N CHICAGO, INC.                     $66,023.63

 

GROUP B: BAG AIR FILTERS

PRODUCTION DISTRIBUTION COMPANIES, INC.                     $15,821.48

PROGRESSIVE INDUSTRIES, INC.                     $16,362.08

CICERO MFG. & SUPPLY CO., INC.                     $18,457.40

MERCURY PARTNERS 90 BI, INC., dba BRUCKER COMPANY, INC.                     $19,020.36

T & N CHICAGO, INC.                     $30,219.74

 

GROUP C: ROLLOMAT AIR FILTERS

MERCURY PARTNERS 90 BI, INC., dba BRUCKER COMPANY, INC.                     $2,080.00

PRODUCTION DISTRIBUTION COMPANIES, INC.                     $2,551.81

PROGRESSIVE INDUSTRIES, INC.                     $2,639.99

T & N CHICAGO, INC.                     $2,935.26

 

GROUP D: ODOR CONTROL AIR FILTERS

T & N CHICAGO, INC.                     $15,364.80

PRODUCTION DISTRIBUTION COMPANIES, INC.                     $16,897.02

PROGRESSIVE INDUSTRIES, INC.                     $17,481.36

MERCURY PARTNERS 90 BI, INC., dba BRUCKER COMPANY, INC.                     $56,550.00

 

Four hundred and sixty-six (466) companies were notified of the contract being advertised and twenty-four (24) companies requested specifications.

 

Brucker Company, Inc., the lowest responsible bidder for Groups A and C, is proposing to perform the contract in accordance with the specifications. The estimated cost for Groups A and C of this contract was $43,800.00, placing the total bid of $41,778.16 approximately 4.62 percent below the estimate.

 

Production Distribution Companies, Inc., the lowest responsible bidder for Group B, is proposing to perform the contract in accordance with the specifications. The estimated cost for Group B of this contract was $15,000.00, placing the total bid of $15,821.48 approximately 5.48 percent above the estimate.

 

T & N Chicago, Inc., the lowest responsible bidder for Group D, is proposing to perform the contract in accordance with the specifications. The estimated cost for Group D of this contract was $12,200.00, placing the total bid of $15,364.80 approximately 25.94 percent above 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 applies only to construction contracts over a $100,000.00 threshold. These sections on page D-5 of the Ordinance address the types of covered contracts:

 

                     Section 4, Coverage: The following provisions, to be known as "Appendix D" together with relevant forms shall apply and be appended to every construction contract awarded by the District where the estimated total expenditure is in excess of $100,000.00, except contracts let in the event of an emergency contract pursuant to 70 ILCS 2605/11.5."

 

                     Section 5. Definitions: (g) "Construction contract" means any District contract or amendment thereto, providing for a total expenditure in excess on One Hundred Thousand Dollars ($100,000.00) for the construction, demolition, replacement, major repair or renovation and maintenance of real property and improvement thereon or sludge hauling and any other related contract which the District deems appropriate to be subject to Appendix D consistent with the Ordinance.

 

In view of the foregoing, it is recommended that the Director of Procurement and Materials Management be authorized to award Contract 20-033-11, Groups A and C to Mercury Partners 90 BI, Inc., dba Brucker Company, Inc., in an amount not to exceed $41,778.16, Group B to Production Companies, Inc., in an amount not to exceed $15,821.48, and Group D to T & N Chicago, Inc., in an amount not to exceed $15,364.80.

 

Purchase orders will be issued for the material as required. Payment will be based on the unit cost as indicated in the contract documents.

 

There was no bid deposit required for this contract.

 

Funds are available in Account 101-20000-623270.

 

Recommended, Darlene A. LoCascio, Director of Procurement and Material Management,

DAL:SEB:MS:np

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 September 3, 2020

 

Attachment