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 #: 22-0414    Version: 1
Type: Agenda Item Status: Adopted
File created: 4/21/2022 In control: Procurement Committee
On agenda: 5/5/2022 Final action: 5/5/2022
Title: Authority to award Contract 22-006-11 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 $66,843.93, Group B to Trinity Eco Solutions, LLC, in an amount not to exceed $36,030.12, and Group C to Warehouse Direct, Inc., in an amount not to exceed $40,366.05, Accounts 101-20000-623170, 623660
Attachments: 1. Contract 22-006-11 Item Descriptions - Groups A, B and C.pdf

TRANSMITTAL LETTER FOR BOARD MEETING OF MAY 5, 2022

 

COMMITTEE ON PROCUREMENT

 

Mr. Brian A. Perkovich, Executive Director

 

Title

Authority to award Contract 22-006-11 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 $66,843.93, Group B to Trinity Eco Solutions, LLC, in an amount not to exceed $36,030.12, and Group C to Warehouse Direct, Inc., in an amount not to exceed $40,366.05, Accounts 101-20000-623170, 623660

Body

 

Dear Sir:

 

On March 3, 2022, the Board of Commissioners authorized the Director of Procurement and Materials Management to advertise for bids, Contract 22-006-11 furnish and deliver janitorial supplies to various locations for a one-year period, beginning approximately June 1, 2022, and ending May 31, 2023.

 

In response to a public advertisement of March 16, 2022, a bid opening was held on April 5, 2022. The bid tabulation for this contract is:

 

GROUP A: BRUSHES, MOPS, PAILS, ETC.

CICERO MFG. & SUPPLY CO., INC.                     $66,843.93

 

GROUP B: CLEANERS & DETERGENTS

TRINITY ECO SOLUTIONS, LLC                     $36,030.12

 

GROUP C: HAND SOAPS & DISPENSERS

WAREHOUSE DIRECT, INC.                      $40,366.05

THE STANDARD COMPANIES, INC.                     $48,087.07

 

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 $72,000.00, placing their bid of $66,843.93 approximately 7.16 percent below the estimate.

 

Trinity Eco Solution, 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 $48,000.00, placing their bid of $36,030.12 approximately 24.94 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 $48,000.00, placing their bid of $40,366.05 approximately 15.9 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 of 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 22-006-11, Group A to Cicero Mfg. & Supply Co., Inc., in an amount not to exceed $66,843.93, Group B to Trinity Eco Solutions, LLC in an amount not to exceed $36,030.12, and Group C to Warehouse Direct, Inc., in an amount not to exceed $40,366.05.

 

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:sk

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 5, 2022

 

Attachment