TRANSMITTAL LETTER FOR BOARD MEETING OF JUNE 17, 2021
COMMITTEE ON PROCUREMENT
Mr. Brian A. Perkovich, Executive Director
Title
Authority to award Contract 21-017-11, Furnish and Deliver Electrical Supplies, Wire, and Cable to Various Locations for a One (1) Year Period, Groups A, C and D to Helsel-Jepperson Electrical, Inc., in an amount not to exceed $181,161.04, and Groups B and E to J.P. Simons & Co., in an amount not to exceed $67,414.44, Accounts 101-20000-623070, 623170, 623190, 623250, 623680, 623850
Body
Dear Sir:
On March 4, 2021, the Board of Commissioners authorized the Director of Procurement and Materials Management to advertise for bids, Contract 21-017-11 furnish and deliver electrical supplies, wire, and cable to various locations for a one (1) year period, beginning approximately July 1, 2021 and ending June 30, 2022.
In response to a public advertisement of March 24, 2021, a bid opening was held on April 20, 2021. The bid tabulation for this contract is:
GROUP A: ELECTRICAL SUPPLIES AND ACCESSORIES
HELSEL-JEPPERSON ELECTRICAL, INC. $40,976.59
ACTIVE ELECTRICAL SUPPLY CO. $48,084.02
GROUP B: WIRE AND CABLE
J.P. SIMONS & CO. $52,325.40
HELSEL-JEPPERSON ELECTRICAL, INC. $64,326.50
GROUP C: WIRE LUGS AND CONNECTORS
HELSEL-JEPPERSON ELECTRICAL, INC. $30,790.00
GROUP D: BOXES, BREAKERS AND FUSES
J.P. SIMONS & CO. $103,503.24
HELSEL-JEPPERSON ELECTRICAL, INC. $109,394.45
GROUP E: BALLASTS AND FIXTURES
J.P. SIMONS & CO. $15,089.04
HELSEL-JEPPERSON ELECTRICAL, INC. $15,542.45
ACTIVE ELECTRICAL SUPPLY CO. $18,153.92
Helsel-Jepperson Electrical, 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 $41,000.00, placing the total bid of $40,976.59 approximately at the estimate.
J.P. Simons & Co., 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 $42,000.00, placing the total bid of $52,325.40 approximately 24.6 percent above the estimate.
Helsel-Jepperson Electrical, Inc., the lowest responsible bidder for Group C, is proposing to perform the contract in accordance with the specifications. The estimated cost of Group C is $30,000.00, placing the bid of $30,790.00 approximately 2.6 percent above the estimate.
J.P. Simons & Co., the apparent low bidder for Group D, stated that they could not honor their bid price for all the items in this group, as specified in the terms of the contract. Therefore, the bid for Group D is considered non-responsive and rejected in the public’s best interest. The Director of Procurement and Materials Management has informed J.P. Simons & Co. of this action.
Helsel-Jepperson Electrical, Inc., the lowest responsible bidder for Group D, is proposing to perform the contract in accordance with the specifications. The estimated cost of Group D is $112,000.00, placing the bid of $109,394.45 approximately 2.3 percent below the estimate.
J.P. Simons & Co., the lowest responsible bidder for Group E, is proposing to perform the contract in accordance with the specifications. The estimated cost for Group E of this contract was $15,000.00, placing the total bid of $15,089.04 approximately at 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 21-017-11, Groups A, C and D to Helsel-Jepperson Electrical, Inc., in an amount not to exceed $181,161.04, and Groups B and E to J.P. Simons & Co., in an amount not to exceed $67,414.44.
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 101-20000-623070, 623170, 623190, 623250, 623680, 623850.
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 17, 2021
Attachments