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 #: 21-0435    Version: 1
Type: Agenda Item Status: Adopted
File created: 5/7/2021 In control: Procurement Committee
On agenda: 5/20/2021 Final action: 5/20/2021
Title: Authority to award Contract 21-006-11 Furnish and Deliver Janitorial Supplies to Various Locations for a One-Year Period, Group A to Cicero Mfg. & Supply Co., Inc., in an amount not to exceed $63,205.75, Group B to Synergy Systems, LLC, in an amount not to exceed $38,470.10, and Group C to Warehouse Direct, Inc., in an amount not to exceed $37,881.23, Accounts 101-20000-623170, 623660
Attachments: 1. Contract 21-006-11 Item Descriptions - Groups A, B and C.pdf

TRANSMITTAL LETTER FOR BOARD MEETING OF MAY 20, 2021

 

COMMITTEE ON PROCUREMENT

 

Mr. Brian A. Perkovich, Executive Director

 

Title

Authority to award Contract 21-006-11 Furnish and Deliver Janitorial Supplies to Various Locations for a One-Year Period, Group A to Cicero Mfg. & Supply Co., Inc., in an amount not to exceed $63,205.75, Group B to Synergy Systems, LLC, in an amount not to exceed $38,470.10, and Group C to Warehouse Direct, Inc., in an amount not to exceed $37,881.23, Accounts 101-20000-623170, 623660

Body

 

Dear Sir:

 

On February 18, 2021, the Board of Commissioners authorized the Director of Procurement and Materials Management to advertise for bids, Contract 21-006-11 furnish and deliver janitorial supplies to various locations for a one-year period, beginning approximately June 1, 2021 and ending May 31, 2022.

 

In response to a public advertisement of March 10, 2021, a bid opening was held on March 30, 2021. The bid tabulation for this contract is:

 

GROUP A: BRUSHES, MOPS, PAILS, ETC.

U.S. COMPLIANCE CENTERS, INC.                      $50,206.43

THE STANDARD COMPANIES                      $56,385.22

CICERO MFG. & SUPPLY CO., INC.                     $63,205.75

SID TOOL CO., INC., D.B.A.  MSC INDUSTRIAL SUPPLY CO.                     $130,999.81

 

GROUP B: CLEANERS & DETERGENTS

SYNERGY SYSTEMS, LLC                     $38,470.10

U.S. COMPLIANCE CENTERS, INC.                     $43,994.76

SID TOOL CO., INC., D.B.A. MSC INDUSTRIAL SUPPLY CO.                     $247,874.74

 

GROUP C: HAND SOAPS & DISPENSERS

WAREHOUSE DIRECT, INC.                      $37,881.23

THE STANDARD COMPANIES                     $41,490.41

U.S. COMPLIANCE CENTERS, INC.                      $55,196.03

SID TOOL CO., INC., D.B.A.  MSC INDUSTRIAL SUPPLY CO.                     $223,649.70

 

U.S. Compliance Centers, Inc., the lowest bidder for Group A, quoted several alternates that were rejected for failure to meet the specifications stated in the contract documents. Therefore, the bid is considered non-responsive and rejected for failing to comply with the terms of the contract and in the public’s best interest. The Director of Procurement and Materials Management has informed U.S. Compliance Centers, Inc., of this action.

 

The Standard Companies, the second-lowest bidder for Group A, quoted several alternates that were rejected for failure to meet the specifications stated in the contract documents. Therefore, the bid is considered non-responsive and rejected for failing to comply with the terms of the contract and in the public’s best interest. The Director of Procurement and Materials Management has informed The Standard Companies of this action.

 

Cicero Mfg. & Supply Co., 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 is $70,000.00, placing their bid of $63,205.75 approximately 9.7 percent below the estimate.

 

Synergy Systems, LLC, 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 is $45,000.00, placing their bid of $38,470.10 approximately 14.5 percent below the estimate.

 

Warehouse Direct, 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 is $55,000.00, placing their bid of $37,881.23 approximately 31.1 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 21-006-11, Group A to Cicero Mfg. & Supply Co., Inc., in an amount not to exceed $63,205.75, Group B to Synergy Systems, LLC in an amount not to exceed $38,470.10, and Group C to Warehouse Direct, Inc., in an amount not to exceed $37,881.23.

 

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

 

No bid deposit was received for this contract.

 

Funds are available in Accounts 101-20000-623170, 623660.

 

Recommended, Darlene A. LoCascio, Director of Procurement and Materials 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 May 20, 2021

 

Attachment