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 #: 20-0836    Version: 1
Type: Agenda Item Status: Adopted
File created: 10/1/2020 In control: Procurement Committee
On agenda: 10/15/2020 Final action: 10/15/2020
Title: Authority to award Contract 20-029-11, Furnish and Deliver Safety Equipment & Welding Apparel to Various Locations for a One (1) Year Period, Group A to U.S. Compliance Centers, Inc., in an amount not to exceed $56,832.76, Group B to Cicero Mfg. & Supply Company, Inc., in an amount not to exceed $3,612.00, Group C to Saf-T-Gard International, Inc., in an amount not to exceed $4,779.40, and Group D to Root Brothers Mfg. & Supply Co., in an amount not to exceed $19,660.80,   Accounts 101-20000-623680, 623270, 623700, 623780
Attachments: 1. Contract 20-029-11 Item Descriptions - Groups A, B, C, and D

TRANSMITTAL LETTER FOR BOARD MEETING OF OCTOBER 15, 2020

 

COMMITTEE ON PROCUREMENT

 

Mr. Brian A. Perkovich, Executive Director

 

Title

Authority to award Contract 20-029-11, Furnish and Deliver Safety Equipment & Welding Apparel to Various Locations for a One (1) Year Period, Group A to U.S. Compliance Centers, Inc., in an amount not to exceed $56,832.76, Group B to Cicero Mfg. & Supply Company, Inc., in an amount not to exceed $3,612.00, Group C to Saf-T-Gard International, Inc., in an amount not to exceed $4,779.40, and Group D to Root Brothers Mfg. & Supply Co., in an amount not to exceed $19,660.80,   Accounts 101-20000-623680, 623270, 623700, 623780

Body

 

Dear Sir:

 

On August 6, 2020, the Board of Commissioners authorized the Director of Procurement and Materials Management to advertise for bids, Contract 20-029-11 furnish and deliver safety equipment and welding apparel to various locations for a one (1) year period, beginning approximately November 1, 2020 and ending October 31, 2021.

 

In response to a public advertisement of August 19, 2020, a bid opening was held on September 1, 2020.  The bid tabulation for this contract is:

 

GROUP A: SAFETY SUPPLIES

U.S. COMPLIANCE CENTERS, INC.                     $56,832.76

EMERGENT SAFETY SUPPLY                      $63,720.31

ROOT BROTHERS MFG. & SUPPLY CO.                     $66,228.31

CICERO MANUFACTURING & SUPPLY COMPANY, INC.                     $66,767.66

 

GROUP B: SLINGS

CICERO MANUFACTURING & SUPPLY COMPANY, INC.                     $3,612.00

ROOT BROTHERS MFG. & SUPPLY CO.                     $5,054.96

 

GROUP C: WELDING APPAREL

SAF-T-GARD INTERNATIONAL, INC.                      $4,779.40

ROOT BROTHERS MFG. & SUPPLY CO.                     $4,943.43

EMERGENT SAFETY SUPPLY                      $5,258.66

U.S. COMPLIANCE CENTERS, INC.                     $5,794.30

 

GROUP D: FALL PROTECTION

ROOT BROTHERS MFG. & SUPPLY CO.                     $19,660.80

CICERO MANUFACTURING & SUPPLY COMPANY, INC.                     $20,144.80

SAF-T-GARD INTERNATIONAL, INC.                      $20,336.00

ADVANCED SUPPLY COMPANY INCORPORATED                     $20,505.20

U.S. COMPLIANCE CENTERS, INC.                     $22,501.48

EMERGENT SAFETY SUPPLY                      $23,378.96

 

U.S. Compliance Centers, Inc., the lowest responsible bidder for Group A, is proposing to perform the contract in accordance with the specifications.  The estimated cost for Group A of this contract was $70,000.00, placing the total bid of $56,832.76 approximately 18.8 percent below the estimate.

 

Cicero Mfg. & Supply Company, 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 $6,000.00, placing the total bid of $3,612.00 approximately 39.8 percent below the estimate.

 

Saf-T-Gard International, Inc., the lowest responsible bidder for Group C, is proposing to perform the contract in accordance with the specifications.  The estimated cost for Group C of this contract was $7,000.00, placing the total bid of $4,779.40 approximately 31.7 percent below the estimate.

 

Root Brothers Mfg. & Supply Co., 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 $25,000.00, placing the total bid of $19,660.80 approximately 21.4 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 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 20-029-11, Group A to U.S. Compliance Centers, Inc., in an amount not to exceed $56,832.76, Group B to Cicero Mfg. & Supply Company, Inc., in an amount not to exceed $3,612.00, Group C to Saf-T-Gard International, Inc., in an amount not to exceed $4,779.40, and Group D to Root Brothers Mfg. & Supply Co., in an amount not to exceed $19,660.80.  

 

Purchase orders will be issued when material is 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 Accounts 101-20000-623680, 623270, 623700, 623780.

 

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

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 October 15, 2020

 

Attachment