• No results found

DU PAGE COUNTY TRANSPORTATION COMMITTEE FINAL AGENDA

N/A
N/A
Protected

Academic year: 2021

Share "DU PAGE COUNTY TRANSPORTATION COMMITTEE FINAL AGENDA"

Copied!
71
0
0

Loading.... (view fulltext now)

Full text

(1)

DU PAGE COUNTY

TRANSPORTATION COMMITTEE

FINAL AGENDA

February 16, 2021 Regular Meeting 10:00 AM

VIRTUAL MEETING/3-500B COUNTY WEBSITE 421 N. COUNTY FARM ROAD

WHEATON, IL 60187

DuPage County Page 1

PURSUANT TO THE ILLINOIS ATTORNEY GENERAL'S "GUIDANCE TO PUBLIC BODIES ON THE OPEN MEETINGS ACT DURING THE COVID-19 PANDEMIC" DATED JULY 2, 2020, COUNTY BOARD MEMBERS MAY

PARTICIPATE WITHOUT BEING PHYSICALLY PRESENT IN COMPLIANCE WITH THE ESTABLISHED PROVISIONS.

1. CALL TO ORDER

2. ROLL CALL

3. PUBLIC COMMENT

Limited to 3 minutes per person

4. APPROVAL OF MINUTES

A. Transportation Committee - Regular Meeting - Tuesday February 2nd, 2021

5. CONSENT ITEMS

A. Consent Item -- Dual Fuel - 4033 SERV - Decrease/Close

B. Consent Item -- Freeway Ford - 3935 SERV - Decrease/Close

C. Consent Item -- Wheatland Title - 3191 SERV - Decrease/Close

6. PROCUREMENT REQUISITIONS

A. Recommendation for the approval of a contract to First Aid Corp, d/b/a 1st Ayd Corp, to furnish and deliver automotive aerosols and shop supplies, as needed for the Division of Transportation, for the period April 1, 2021 through March 31, 2022, for a contract total not to exceed $18,000; Per renewal option under bid award 18-026-BR, third and final option to renew.

(2)

Agenda Transportation Committee February 16, 2021

DuPage County Page 2

B. Recommendation for the approval of a contract to Rush Truck Centers of Illinois, Inc., to furnish and deliver Cummins Engine repair and replacement parts, as needed for the Division of Transportation, for the period March 1, 2021 through February 28, 2022, for a contract total not to exceed $20,000; Per renewal option under bid award 18-025-JM, third and final option to renew.

C. DT-P-0038-21 Recommendation for the approval of a contract to Fleet Pride, Inc., to furnish and deliver heavy truck springs and brakes, as needed for the Division of Transportation, for the period April 1, 2021 through March 31, 2022, for a contract total not to exceed $38,000. Per renewal option under bid award 18-022-BF, third and final option to renew.

7. CHANGE ORDERS

A. Change Order -- DT-P-0237A-20 – Amendment to Resolution DT-P-0237-20 issued to K-Tech Specialty Coatings, Inc., to furnish and deliver de-icing liquids, as needed for the Division of Transportation, to increase the funding in the amount of $20,000, resulting in an amended contract total of $83,900, an increase of 31.30%.

8. AWARDING RESOLUTIONS

A. DT-R-0158-21 RESOLUTION -- Awarding Resolution to Copenhaver Construction, Inc. for the 2021 Sidewalk Improvements Program, Section 19-SDWLK-04-SW, for an estimated County cost of $215,459.91; Per low bid.

9. AGREEMENTS

A. DT-R-0142-21 RESOLUTION -- Resolution authorizing an Intergovernmental Agreement relating to the O’Hare Noise Compatibility Commission.

B. DT-R-0150-21 RESOLUTION -- Local Public Agency Agreement between the County of DuPage and Illinois Department of Transportation, for improvements along CH 20/Grand Avenue, from US 20 (Lake Street) to County Line Road, Section 17-00272-03-SP, for an estimated County cost of $1,620,471.

C. DT-R-0159-21 RESOLUTION -- Impact Fee Credit Agreement 21-01 - Buck's, Inc., 1S034 Winfield Road, Winfield.

10. INFORMATIONAL

A. 2021 Capital Program

11. PRESENTATIONS

A. Flashing Yellow Arrow Control

12. REPORT FROM STATE'S ATTORNEY

(3)

Agenda Transportation Committee February 16, 2021

DuPage County Page 3

14. NEW BUSINESS

(4)

DU PAGE COUNTY

TRANSPORTATION COMMITTEE FINAL SUMMARY

February 2, 2021 Regular Meeting 10:00 AM

VIRTUAL MEETING/3-500B COUNTY WEBSITE 421 N. COUNTY FARM ROAD

WHEATON, IL 60187

DuPage County Page 1

PURSUANT TO THE ILLINOIS ATTORNEY GENERAL'S "GUIDANCE TO PUBLIC BODIES ON THE OPEN MEETINGS ACT DURING THE COVID-19 PANDEMIC" DATED JULY 2, 2020, COUNTY BOARD MEMBERS MAY

PARTICIPATE WITHOUT BEING PHYSICALLY PRESENT IN COMPLIANCE WITH THE ESTABLISHED PROVISIONS.

1. CALL TO ORDER

10:00 AM meeting was called to order by Chair Donald Puchalski at 10:01 AM.

2. ROLL CALL

PRESENT: Chaplin, DeSart (Remote), Krajewski, Ozog (Remote), Puchalski, Zay (Remote 10:05 AM) ABSENT:

3. PUBLIC COMMENT

The following individuals made public comment:

* Charles Beupre, Lombard Illinois - East Branch Trail * Terrence Mullally, Lombard, Illinois - Greenway Trail * Nancy Magnuson, Lombard, Illinois - East Branch Trail

* Steve Johnson, Glen Ellyn, Illinois - East Branch DuPage River Trail Greenway * Eileen Maggiore, Lombard, Illinois - East Branch Trail

* Elizabeth A'Hearn, Lombard, Illinois - East Branch DuPage River Trail Route

4. APPROVAL OF MINUTES

A. Transportation Committee - Regular Meeting - Jan 19, 2021 10:00 AM

4.A

(5)

Minutes Transportation Committee February 2, 2021

DuPage County Page 2

RESULT: ACCEPTED [UNANIMOUS] MOVER: Elizabeth Chaplin, District 2

SECONDER: Mary Ozog, Vice-Chair

AYES: Chaplin, DeSart, Krajewski, Ozog, Puchalski, Zay

5. CONSENT ITEMS

Motion by Member Krajewski, seconded by Member Chaplin, to combine items 5A through 5E

RESULT: APPROVED [UNANIMOUS] MOVER: Brian J. Krajewski, District 3

SECONDER: Elizabeth Chaplin, District 2

AYES: Chaplin, DeSart, Krajewski, Ozog, Puchalski, Zay

A. Consent Item -- 3M Company - 3830 SERV - Decrease/Close

RESULT: APPROVED [UNANIMOUS] MOVER: Elizabeth Chaplin, District 2

SECONDER: Dawn DeSart, District 5

AYES: Chaplin, DeSart, Krajewski, Ozog, Puchalski, Zay

B. Consent Item -- Altorfer Industries - 3700 SERV - Decrease/Close

RESULT: APPROVED [UNANIMOUS] MOVER: Elizabeth Chaplin, District 2

SECONDER: Dawn DeSart, District 5

AYES: Chaplin, DeSart, Krajewski, Ozog, Puchalski, Zay

C. Consent Item -- AT&T - 4024 SERV - Decrease/Close

4.A

Packet Pg. 5

(6)

Minutes Transportation Committee February 2, 2021

DuPage County Page 3

RESULT: APPROVED [UNANIMOUS] MOVER: Elizabeth Chaplin, District 2

SECONDER: Dawn DeSart, District 5

AYES: Chaplin, DeSart, Krajewski, Ozog, Puchalski, Zay

D. Consent Item -- MSC Industrial Supply - 3878 SERV - Decrease/Close

RESULT: APPROVED [UNANIMOUS] MOVER: Elizabeth Chaplin, District 2

SECONDER: Dawn DeSart, District 5

AYES: Chaplin, DeSart, Krajewski, Ozog, Puchalski, Zay

E. Consent Item -- V3 Companies - 20-00195-06-CH - Revised Exhibit C

RESULT: APPROVED [UNANIMOUS] MOVER: Elizabeth Chaplin, District 2

SECONDER: Dawn DeSart, District 5

AYES: Chaplin, DeSart, Krajewski, Ozog, Puchalski, Zay

6. PROCUREMENT REQUISITIONS

A. FM-P-0021-21 Recommendation for the approval of a contract to Graybar Electric Company, Inc., to furnish and deliver electrical, lighting, data & communication, networking and security products, as needed for various County facilities, for Facilities Management, Public Works, Stormwater and the Division of Transportation, for the period February 10, 2021 through January 31, 2023, for a total contract not to exceed $644,000. (Facilities Management $400,000, Public Works $175,000, Stormwater $24,000 and the Division of Transportation $45,000) Contract pursuant to the Intergovernmental Cooperation Act Omnia Partners Contract #EV-2370

RESULT: APPROVED [UNANIMOUS] MOVER: Elizabeth Chaplin, District 2

SECONDER: Mary Ozog, Vice-Chair

AYES: Chaplin, DeSart, Krajewski, Ozog, Puchalski, Zay

4.A

(7)

Minutes Transportation Committee February 2, 2021

DuPage County Page 4

B. DT-P-0022-21 Agreement between the County of DuPage and Accela, Inc. for annual subscription services for software integration between Accela On-line Permitting Software and Bluebeam Plan Review Software the period February 9, 2021 through November 30, 2022 for Building and Zoning ($11,770.84), Stormwater Management ($11,770.83), Division of Transportation ($11,770.83) and Public Works ($11,770.83), for a contract total not to exceed $47,083.33.

RESULT: APPROVED [UNANIMOUS] MOVER: Dawn DeSart, District 5

SECONDER: Elizabeth Chaplin, District 2

AYES: Chaplin, DeSart, Krajewski, Ozog, Puchalski, Zay

C. DT-P-0025-21 Recommendation for the approval of a contract to Petroleum Traders Corporation, to furnish and deliver gasoline and diesel fuel, as needed for the Division of Transportation and Public Works, for the period April 1, 2021 through March 31, 2022, for a contract total not to exceed $1,275,000; Per renewal option under bid award 19-011-DOT, second of three options to renew.

RESULT: APPROVED [UNANIMOUS] MOVER: Elizabeth Chaplin, District 2

SECONDER: Brian J. Krajewski, District 3

AYES: Chaplin, DeSart, Krajewski, Ozog, Puchalski, Zay

7. AMENDING RESOLUTIONS

A. Amendment -- DT-R-0177A-19 – Amendment to Resolution DT-R-0177-19 issued to Superior Road Striping, Inc., for the 2019 Pavement Marking Maintenance Program, Section 19-PVMKG-07-GM; Accounting adjustment and to decrease the funding in the amount of $33,508.74, resulting in a final County cost of $362,470.26, a decrease of 8.46%.

RESULT: APPROVED [UNANIMOUS] MOVER: Elizabeth Chaplin, District 2

SECONDER: Brian J. Krajewski, District 3

AYES: Chaplin, DeSart, Krajewski, Ozog, Puchalski, Zay

B. Amendment -- DT-R-0243A-19 – Amendment to Resolution DT-R-0243-19 issued to A. Lamp Concrete Contractors for the 2019 Various Pavement Patching Program, Section 19-PCPAT-00-GM, to decrease the funding in the amount of $61,784.51, resulting in a final County cost of $432,732.54, a decrease of 12.49%.

4.A

Packet Pg. 7

(8)

Minutes Transportation Committee February 2, 2021

DuPage County Page 5

RESULT: APPROVED [UNANIMOUS] MOVER: Dawn DeSart, District 5

SECONDER: Elizabeth Chaplin, District 2

AYES: Chaplin, DeSart, Krajewski, Ozog, Puchalski, Zay

8. INTERGOVERNMENTAL AGREEMENTS

A. DT-R-0104-21 RESOLUTION -- Intergovernmental Agreement between the County of DuPage, Illinois State Toll Highway Authority, Illinois Department of Transportation, County of Cook, Village of Franklin Park, and City of Northlake for improvements to the Elgin O’Hare/ I-294 Corridor (No County cost).

RESULT: APPROVED [UNANIMOUS] MOVER: Elizabeth Chaplin, District 2

SECONDER: Mary Ozog, Vice-Chair

AYES: Chaplin, DeSart, Krajewski, Ozog, Puchalski, Zay

9. DISCUSSION

A. 2021 Strategic Initiatives

Director Snyder updated the Committee on the Division of Transportation's 2021 Strategic Initiatives including: 1) Long-Range Transportation Plan; 2) DuPage County Impact Fee Program; 3) Highway Access Permitting Process; 4) Business Enterprise Program

10. PRESENTATION

A. ComEd Vegetative Maintenance Plan 2021-2025

Sid Kenyon, Senior Transportation Planner, updated the Committee on ComEd's 2021-2025 Vegetative Maintenance Plan.

11. REPORT FROM STATE'S ATTORNEY

12. OLD BUSINESS

13. NEW BUSINESS

14. ADJOURNMENT

4.A

(9)

Minutes Transportation Committee February 2, 2021

DuPage County Page 6

Motion by Member Krajewski, seconded by Member Chaplin to Adjourn the Transportation Committee meeting of February 2, 2021

RESULT: APPROVED [UNANIMOUS] MOVER: Brian J. Krajewski, District 3

SECONDER: Elizabeth Chaplin, District 2

AYES: Chaplin, DeSart, Krajewski, Ozog, Puchalski, Zay

4.A

Packet Pg. 9

(10)

2ltb

unu

n

!

Request

for

Change Order

Procurement Services Division Attach copies of all prior Change Orders

(A) Were not reasonably foreseeable at the time the contract was signed. (B) The change is germane to the original contract as signed.

(C) ls in the best interest for the County of DuPage and authorized by law

!

Cancel entire order

Date: Jan28,2021 MinuteTraq (fQM2) lD *t t1U.el

-

t-I

Change budget code from

!

Close Contract

!

ContractExtension(29dayt

!

ConsentOnly to:

!

lncrease/Decrease quantity from:

_

to'

_

!

Price showsl should be:

x

3ff::::::"Jainins

encumbrance

n

lncrease encumbrance

and close contract !Decreaseencumbrance

I

lncreaseencumbrance purchase order #: 4033-5ERV

+:

SlHnT:,"n"'" oct 30, 201e ChangeOrder#:1 Department: Transportation

Dept Contact: Ying Liu Almanza Vendor#: 13897

Vendor Name: Dual Fuel Systems

Background and/or Reason for Change Order Request:

lContract to provide preventative maintenance, parts and repair service for compressed natural gas fueling station lfor the period 10/30/19 - 10/29/20.

lDecrease remainino encumbrance and close out contract.

t"

tN ACCORDANCE W|TH 720 ttCS 5t33E-9

INCREASE/DECREASE

A Starting contract value s 1 3,225.00

B Net S change for previous Change Orders

c Current contract amount (A + B) s r 3,225.00

D Amount ofthis Change Order

!

lncrease

[]

Decrease (5 r 1,206.93)

E New contract amount (C + D) s2,018.07

F Percent of current contract value this Change Order represents (D / C) -84.74o/o G Cumulative percent of all Change Orders (B+D/A); (60% maximum on construction contracts) -84.74o/o

DECISION MEMO NOT REQUIRED

DECISION MEMO REQUIRED

!

lncrease (greater than 29 days) contract expiration from: to:

!

lncrease > $2,500.00, or 2 10o/o, of current contract amount

!

Funding Source

!

OfHen - explain below:

vla 6911 )an28,202'l

a///q/21

Date Prepared By (lnitials) Phone Ext Date Recommended for Approval (lnitials) Phone Ext

REVIEWED BY (lnitials Only)

\ryI'\

&-V-rr

Buyer Date ProdV#ment Officer Date

Chief Financial Officer

(Decision Memos Over $25,000) Date

Chairman's Office

(Decision Memos Over S25,000) Date

Rev 1.7 6/2s/18 FORM OPTIMIZED FOR ACROBAT AND ADOBE READER VERSION 9 OR LATER

5.A.a

(11)

()Dnsant

tterrt

Cb

zhv

zlze

Date: Jan 21,2021 Minuterraq (rQM2) rD

n,

t1+bT

!

u

Request

for

Change Order

Procurement Services Division Attach copies of all prior Change Orders

(A) Were not reasonably foreseeable at the time the contract was signed. (B) The change is germane to the original contract as signed.

(C) ls in the best interest for the County of DuPage and authorized by law.

!

Cancel entire order

!

CloseContract

(

I

Change budgetcodefrom:

!

Contract Extension (29 days)

to:

!

Consent Only

!

lncrease/Decrease quantity from:

_

to:

!

Price shows: should be:

x

:ff::::::'.ilaininsencumbrance

tr

and close contractlncrease encumbrance

!

Decreaseencumbrance

!

lncreaseencumbrance Purchase Order #: 3935-SERV Original Purchase

Order Date: Jul1,2019 ChangeOrder#: l Department: Transportation Dept Contact: Ying Liu Almanza Vendor Name: Freeway Ford Sterling Vendor#:10052

Background and/or Reason for Change Order Request:

I

lTo furnish & deliver sterling truck replacement parts. (07 /01/2019 - 06/30/2020) lDecrease remaining encumbrance and close contract.

I

IN ACCORDANCE WITH T2O ILCS 5/33E.9

INCREASE/DECREASE

A Starting contract value ss0,000.00

B Net S change for previous Change Orders 50.00

c Current contract amount (A + B) ss0,000.00

D Amount of this Change Order

!

lncrease

I

Decrease (s41,026.03)

E New contract amount (C + D) s8,973.97

F Percent of current contract value this Change Order represents (D / C) -82.05o/o G Cumulative percent of all Change Orders (B+D/A); (600/o maximum on construction contracts) -82.Q5o/o

DECISION MEMO NOT REQUIRED

DECISION MEMO REQUIRED

!

lncrease (greater than 29 days) contract expiration from: to:

!

lncrease > 52,500.00, or > lOo/o, of current contract amount

!

Funding Source

!

OrHrn - explain below:

6911 Jan 21,2021

(%

a/Z!z/z)

Recommended for Approval (lnitials) Phone Ext Dafe - r Prepared By (lnitials) Phone Ext Date

REVIEWED BY (lnitials Only)

&.-

f-Jl

Buyer Date Date

Chief Financial Officer

(Decision Memos Over S25,000) Date

Chairman's Office

(Decision Memos Over S25,000) Date

Rev 1.7 6/2s/18 FORM OPTIMIZED FOR ACROBAT AND ADOBE READER VERSION 9 OR LATER

5.B.a

Packet Pg. 11

(12)

CUnsartl

\tovr1

Dur

C8

zlttp

2ltz

Request

for

Change Order

Procurement Services Division Attach copies of all prior Change Orders

(A) Were not reasonably foreseeable at the time the contract was signed.

!

ta) fne change is germane to the original contract as signed.

(C) ls in the best interest for the County of DuPage and authorized by law.

!

Cancel entire order

!

CloseContract

Date:

MinuteTraq (lQM2) lD #:

!

Contract Extension (29 days)

to:

Jan 21,2021

ib

!

Consent Only

!

Change budget code from

!

lncrease/Decrease

guantityfrom:_

to'_

l-l

Price shows: should be:

x

ffi::::::".ilainins

encumbrance

x

lncrease encumbrance

and close contract

!

Decreaseencumbrance

!

lncreaseencumbrance Purchase Order #: 31 91-SERV Original Purchase

Order Date: Mar22,2016 ChangeOrder#: 1 Department: Transportation Dept Contact: Ying Liu Almanza

Vendor Name: Wheatland Title Vendor#: 28799

Background and/or Reason for Change Order Request:

I

lProfessional title insurance services. (03/22/16 - 12/31/19) lDecrease remaining encumbrance and close contract.

I

IN ACCORDANCE WITH 720 ILCS 5/33E.9

INCREASE/DECREASE

A Starting contract value 5s1,141.00

B Net 5 change for previous Change Orders

c Current contract amount (A + B) s51,141 .00

D Amount of this Change Order

!

lncrease

I

Decrease (s31,441 .00)

E New contract amount (C + D) s 19,700.00

F Percent of current contract value this Change Order represents (D / C) -61.48o/o G Cumulative percent of all Change Orders (B+D/A); (600/o maximum on construction contracts) -6"t.480/o

DECISION MEMO NOT REQUIRED

DECISION MEMO REQUIRED

!

lncrease (greater than 29 days) contract expiration from: to:

!

lncrease > 52,500.00, or > 1Oo/o, of current contract amount

!

Funding Source

I

OrHen - explain below:

yla 69't1 Jan 21,202'l

e+

Recommended for Approval (lnitials)

Prepared By (lnitials) Phone Ext Date Ext

REVIEWED BY (lnitials Only)

ATh.

&-

9-t,l

Buyer Date Prdq/emeni Officer Date

Chief Financial Officer

(Decision Memos Over $25,000) Date

Chairman's Office

(Decision Memos Over S25,000) Date

Rev 1.7 6/2s/18 FORM OPTIMIZED FOR ACROBATAND ADOBE READER VERSION 9 OR LATER

5.C.a

(13)

Requisition under 30,000

6.A

(14)

Requisition under 30,000

PROCUREMENT REVIEW CHECKLIST

REQUISITION

This form must accompany all County Purchase Requisitions.

NEW PURCHASE ORDER REQUEST

DATE SUBMITTED

February 1, 2021 CONTRACT TERM 04/01/21 - 03/31/22

CONTRACT TOTAL AMOUNT $18,000.00 REQUESTING DEPT. TRANSPORTATION COMMITTEE

SOLICITATION METHOD FOR SOURCE SELECTION

Eva Hitchcock Completed 02/01/2021 7:20 AM

Christopher Snyder Completed 02/04/2021 9:18 AM

Katrina Holman Completed 02/04/2021 10:20 AM

Donna Weidman Completed 02/04/2021 10:47 AM

James McGuire Completed 02/10/2021 12:20 PM

Jeffrey Martynowicz Completed 02/11/2021 9:23 AM

Katrina Holman Completed 02/11/2021 9:24 AM

Transportation Committee Completed 02/16/2021 10:00 AM

(15)

Form under revision control 09/23/2020

Procurement Review Comprehensive Checklist Procurement Services Division

This form must accompany all Purchase Order Requisitions

SECTION 1: DESCRIPTION

General Tracking Contract Terms

MINUTETRAQ ID#: RFP, BID, QUOTE OR RENEWAL #:

#18-026-BF

COMMITTEE: TRANSPORTATION

TARGET COMMITTEE DATE: 02/16/2021

CURRENT TERM TOTAL COST: $18,000.00

Vendor Information

VENDOR:

First Aid Corp d/b/a 1st Ayd Corp

VENDOR #: 10579

VENDOR CONTACT: Steve Schuttinga

VENDOR CONTACT PHONE: 847-622-0001

VENDOR CONTACT EMAIL: 1staydsteve@gmail.com

VENDOR WEBSITE:

INITIAL TERM WITH RENEWALS: 1 YR + 3 X 1 YR TERM PERIODS

INITIAL TERM TOTAL COST: $18,000.00

PROMPT FOR RENEWAL: 3 MONTHS

CONTRACT TOTAL COST WITH ALL RENEWALS:

$72,000.00

MAX LENGTH WITH ALL RENEWALS: FOUR YEARS

CURRENT TERM PERIOD: THIRD RENEWAL

Department Information

DEPT: Transportation

DEPT CONTACT NAME: Roula Eikosidekas DEPT CONTACT PHONE #:

630-407-6920

DEPT CONTACT EMAIL: roula.eikosidekas@dupageco.org DEPT REQ #:

21-1500-08

Overview

DESCRIPTION Identify scope of work, item(s) being purchased, total cost and type of procurement (i.e., lowest bid, RFP, renewal, sole source, etc.). Requesting a purchase order to furnish and deliver Automotive Aerosols and Shop Supplies for Division of Transportation, for a contract total not to exceed $18,000.00, per low bid #18-026-BF, this will be the third and final renewal.

- All deliveries shall be F.O.B (freight on board) inbound or outbound.

- Order will be placed on an "as needed" basis, with items and quantities specified at the time orders are placed. JUSTIFICATION Summarize why this procurement is necessary and what objectives will be accomplished

To purchase automotive aerosols and shop supplies that are needed to maintain County owned and operated vehicles.

SECTION 2: FUNDING SOURCE

Budgeted for in the following accounts: Company:

1500

Accounting Unit: 3520 DOT FLEET SERVICE

Account Code: 52330

Fiscal Year: FY2021

Budget Transfer Date: Additional Information: Contract Terms: (04/01/2021-03/31/2022)

SECTION 3: DECISION MEMO REQUIREMENTS

DECISION MEMO NOT REQUIRED Select an item from the following dropdown menu to identify why a Decision Memo (Section 4) is not required. RENEWAL

DECISION MEMO REQUIRED Select an item from the following dropdown menu to identify why a Decision Memo (Section 4) is required.



6.A.a

Packet Pg. 15

(16)

SECTION 4: DECISION MEMO

STRATEGIC IMPACT Select an item from the following dropdown menu of County’s strategic priorities that this action will most impact.

SOURCE SELECTION Describe method used to select source.

RECOMMENDATION AND

TWO ALTERNATIVES

Describe staff recommendation and provide justification. Identify at least 2 other options to accomplish this request, including status quo, (i.e., take no action).

FISCAL IMPACT AND COST SUMMARY

Provide projected cost, approved budget amount, and expenditure account codes for each fiscal year. Explain any other relevant fiscal issues, such as source of funds, in the Additional Fiscal Notes Section. Five-year contracts are only allowed with advanced approval from the Chief Financial Officer and the Chief Procurement Officer.

Fiscal Year Projected Cost Amt Budgeted Amt Company Accounting Unit Account Code

Year 1

Year 2 Year 3

Year 4 Year 5

Additional Fiscal Notes:

SECTION 5: SOLE SOURCE MEMO/JUSTIFICATION

JUSTIFICATION Select an item from the following dropdown menu to justify why this is a sole source procurement.

NECESSITY AND UNIQUE FEATURES

Describe the product or services that are not available from other vendors. Explain necessary and unique features or services. Attach letters from manufacturer, letters from distributor, warranties, licenses, or patents as needed. Be specific.

MARKET TESTING List and describe the last time the market has been tested on the applicability of the sole source. If it has not been

tested over the last 12 months, explain why not.

AVAILABILITY Describe steps taken to verify that these features are not available elsewhere. Included a detailed list of all products or services by brand/manufacturer examined and include names, phone numbers, and emails of people contacted.

6.A.a

(17)

Form under revision control 09/23/2020

SECTION 6: Purchase Requisition Information

Send Purchase Order To: Send Invoices To:

Vendor:

First Aid Corp d/b/a 1st Ayd Corp Vendor#: 10579 Dept: Division of Transporation Division: Accounts Payable Attn: Steve Schuttinga Email: 1staydsteve@gmail.com Attn: Kathy Curcio Email: DOTFinance@dupageco.org Address: 1325 Gateway Drive City: Elgin Address: 421 N. County Farm Rd. City: Wheaton State: IL Zip: 60124 State: IL Zip: 60187 Phone: 847-622-0001 Fax: Phone: 630-407-6892 Fax:

Send Payments To: Ship to:

Vendor: Vendor#: Dept:

Division of Transportation

Division: Fleet Department

Attn: Email: Attn:

Joe Bechtold Email: joseph.bechtold@dupageco.org Address: 1325 Gateway Drive City: Elgin Address: 180 N. County Farm Rd. City: Wheaton State: IL Zip: 60124 State: IL Zip: 60187

Phone: Fax: Phone:

630-407-6931 Fax: Shipping Shipping Payment Terms: PER 50 ILCS 505/1 FOB: Destination

PO20 Delivery Date: Requisitioner:

Contract Administrator (PO25): Roula Eikosidekas Contract Start Date (PO25): Apr 1, 2021

Contract End Date (PO25): Mar 31, 2022

Purchase Requisition Line Details

LN Qty UOM Item Detail

(Product #) Description FY Company AU Acct Code

Sub-Accts/

Activity Code Unit Price Extension 1 1 EA Automotive Aerosols and

Shop Supplies 2021 1500 3520 DO

52330 18,000.00 18,000.00

Requisition Total $ 18,000.00

Comments

HEADER COMMENTS

Provide comments for P020 and P025.

To furnish and deliver Automotive Aerosols and Shop Supplies for the DOT, for a contract total not to exceed $18,000.00, per low bid #18-026-BF, this is the final renewal.

SPECIAL INSTRUCTIONS Provide comments for Buyer or Approver (not for P020 and P025). Comments will not appear on PO. Email Approved PO to: Steve Schuttinga and Joe Bechtold

INTERNAL NOTES Provide comments for department internal use (not for P020 and P025). Comments will not appear on PO. FY21 1500-3520-52330 $10,000.00 & FY22 $1500-3520-52330 $8,000.00

The following documents have been attached: ✔ W-9 ✔ Vendor Ethics Disclosure Statement

6.A.a

Packet Pg. 17

(18)

Signature on File

6.A.b

(19)

Quote # 17-026-BF (JM) Extended Quote Tabulation Report - per oz. Furnish & Deliver Automotive Shop Aerosols & Supplies

Elliott Auto Supply Standard Industrial & Automotive Equipment Inc. Imperial Supplies, LLC Advance Auto Parts

Aerosol Description Quote Size Container Quantity

Total Oz/Gal/Lbs

TO BE PURCHASED

Vendor

size Unit Price

Per Oz/Gal/Bag Price Actual Extended Total Vendor

size Unit Price

Per Oz/Gal/Bag

Price

Extended

Total Vendor size Unit Price

Per Oz/Gal/Bag

Price

Extended

Total Vendor size Unit Price

Per Oz/Gal/Bag

Price

Extended

Total Vendor size Unit Price

Per Oz/Gal/Bag

Price

Extended Total

Open Chain Lube 12 oz. can 48 576 12 $4.25 $0.35 $204.00 12 $5.06 $0.42 $242.88 12 $5.09 $0.42 $244.32 12 $3.86 $0.32 $185.28 11 $5.51 $0.50 $288.52

Penetrating Gel Lube 13.25 oz. can 24 318 13.25 $5.84 $0.44 $140.16 13.25 $10.76 $0.81 $258.24 13.25 $4.47 $0.34 $107.28 13.25 $4.36 $0.33 $104.64 11 $5.14 $0.47 $148.59

PB Blaster (Penetrating Lube) 11 oz. can 300 3300 11 $3.42 $0.31 $1,026.00 11 $3.20 $0.29 $960.00 16 $4.09 $0.26 $843.56 11 $4.00 $0.36 $1,200.00 11 $5.14 $0.47 $1,542.00

Silicone Spray (Multi-Purpose) 10 oz. can 12 120 10 $4.05 $0.41 $48.60 10 $1.59 $0.16 $19.08 10 $4.90 $0.49 $58.80 10 $3.35 $0.34 $40.20 11 $3.67 $0.33 $40.04

Cutting Oil 11.75 oz. can 120 1410 11.75 $3.45 $0.29 $414.00 11.75 $4.40 $0.37 $528.00 11.75 $5.74 $0.49 $688.80 11.75 $4.11 $0.35 $493.20 12 $6.15 $0.51 $722.63

Clear Silicone Gasket Maker & Sealant 8 pressurized canoz. 60 480 8 $5.99 $0.75 $359.40 8 $20.80 $2.60 $1,248.00 8 $5.44 $0.68 $326.40 8 $16.83 $2.10 $1,009.80 12 $10.39 $0.87 $415.60

Battery Terminal Protector 11 oz. can 24 264 11 $4.49 $0.41 $107.76 11 $3.58 $0.33 $85.92 11 $6.89 $0.63 $165.36 11 $4.48 $0.41 $107.52 7.5 $5.23 $0.70 $184.10

Battery Terminal Cleaner 15 oz. can 48 720 15 $2.65 $0.18 $127.20 15 $2.23 $0.15 $107.04 15 $4.17 $0.28 $200.16 12.75 $3.63 $0.28 $204.99 11 $4.31 $0.39 $282.11

Iron Oxide Red Primer 12 oz. can 216 2592 12 $4.50 $0.38 $972.00 12 $4.95 $0.41 $1,069.20 12 $5.94 $0.50 $1,283.04 12 $6.32 $0.53 $1,365.12 12 $7.35 $0.61 $1,587.60

Spray Paint Gloss Black 10 oz. can 216 2160 10 $2.75 $0.28 $594.00 10 $4.95 $0.50 $1,069.20 10 $7.68 $0.77 $1,658.88 10 $4.63 $0.46 $1,000.08 10 $3.67 $0.37 $792.72

Spray Paint Flat Black 10 oz. can 120 1200 10 $2.75 $0.28 $330.00 10 $4.95 $0.50 $594.00 10 $7.68 $0.77 $921.60 10 $4.63 $0.46 $555.60 10 $3.67 $0.37 $440.40

Spray Paint New Cat Yellow 16 oz. can 24 384 16 $6.95 $0.43 $166.80 16 $6.38 $0.40 $153.12 16 $5.29 $0.33 $126.96 16 $0.00 $0.00 $0.00 12 $5.51 $0.46 $176.32

Spray Paint Grey Primer 10 oz. can 156 1560 10 $2.75 $0.28 $429.00 10 $4.95 $0.50 $772.20 10 $3.92 $0.39 $611.52 20 $6.72 $0.34 $524.16 11 $7.35 $0.67 $1,042.36

Spray Paint Farm & Industrial Yellow 12 oz. can 12 144 12 $2.98 $0.25 $35.76 12 $6.38 $0.53 $76.56 12 $5.30 $0.44 $63.60 12 $7.06 $0.59 $84.72 12 $5.51 $0.46 $66.12

Spray Paint School Bus Yellow 16 oz. can 24 384 16 $6.99 $0.44 $167.76 16 $6.38 $0.40 $153.12 16 $5.30 $0.33 $127.20 16 $6.31 $0.39 $151.44 12 $5.51 $0.46 $176.32

Floor Cleaner & Degreaser 55 gallon drum 8 440 55 $210.00 $3.82 $1,680.00 55 $326.83 $5.94 $2,614.64 55 $149.00 $2.71 $1,192.00 55 $270.00 $4.91 $2,160.00 50 lb $111.31 $17.81 $7,836.00

Wash and Wax Concentrate (Car Wash) 55 gallon drum 2 110 55 $348.22 $6.33 $696.44 55 $499.00 $9.07 $998.00 55 $385.00 $7.00 $770.00 55 $0.00 $0.00 $0.00 5 $89.04 $17.81 $1,958.88

Foam Degreaser #107 12.5 oz. can 480 6000 12.5 $3.98 $0.32 $1,910.40 12.5 $1.32 $0.11 $633.60 12.5 $5.21 $0.42 $2,500.80 16.25 $4.61 $0.28 $1,702.15 15 $4.13 $0.28 $1,652.00

Glass Cleaner 19 oz. can 648 12312 19 $2.20 $0.12 $1,425.60 19 $2.93 $0.15 $1,898.64 19 $2.47 $0.13 $1,600.56 19 $3.12 $0.16 $2,021.76 19 $4.50 $0.24 $2,916.00

All Surface Cleaner 19 oz. can 384 7296 19 $3.03 $0.16 $1,163.52 19 $3.68 $0.19 $1,413.12 19 $4.02 $0.21 $1,543.68 19 $17.51 $0.92 $6,723.84 24 $7.35 $0.31 $2,234.40

Rubberized Undercoating 19.4 oz. can 144 2793.6 19.4 $4.25 $0.22 $612.00 19.4 $3.15 $0.16 $453.60 19.4 $4.40 $0.23 $633.60 19.4 $18.87 $0.97 $2,717.28 16 $7.79 $0.49 $1,360.13

Carb-Choke Cleaner 12 oz. can 24 288 12 $1.95 $0.16 $46.80 12 $1.45 $0.12 $34.80 12 $4.02 $0.34 $96.48 12 $4.38 $0.37 $105.12 14 $3.21 $0.23 $66.03

Copper Anti Seize Aerosol 12 oz. can 72 864 12 $6.25 $0.52 $450.00 12 $8.11 $0.68 $583.92 12 $7.25 $0.60 $522.00 11.25 $8.46 $0.75 $649.73 8 $13.79 $1.72 $1,489.32

Brake Clean 14 oz. can 2100 29400 14 $1.69 $0.12 $3,549.00 14 $1.60 $0.11 $3,360.00 14 $3.43 $0.25 $7,203.00 14 $3.46 $0.25 $7,266.00 19 $4.22 $0.22 $6,529.89

Oil Dry 50 lbs. bag 145 7250 50 $7.15 $0.14 $1,036.75 50 $6.50 $0.13 $942.50 50 $7.89 $0.16 $1,144.05 50 $0.00 $0.00 $0.00 40 $8.36 $0.21 $1,515.25

BID TOTAL $17,692.95 BID TOTAL $20,269.38 BID TOTAL $24,633.65 BID TOTAL $30,372.63 BID TOTAL $35,463.34

1st Ayd Corporation

6.A.c

Packet Pg. 19

(20)

Signature on File

6.A.d

(21)

Requisition under 30,000

6.B

(22)

Requisition under 30,000

PROCUREMENT REVIEW CHECKLIST

REQUISITION

This form must accompany all County Purchase Requisitions.

NEW PURCHASE ORDER REQUEST

DATE SUBMITTED

February 4, 2021 CONTRACT TERM 03/01/21 - 02/28/22

CONTRACT TOTAL AMOUNT $20,000.00 REQUESTING DEPT. TRANSPORTATION COMMITTEE

SOLICITATION METHOD FOR SOURCE SELECTION

Eva Hitchcock Completed 02/04/2021 8:42 AM

Christopher Snyder Completed 02/04/2021 9:17 AM

Katrina Holman Completed 02/04/2021 10:04 AM

Donna Weidman Completed 02/04/2021 10:22 AM

James McGuire Completed 02/09/2021 1:57 PM

Jeffrey Martynowicz Completed 02/09/2021 2:09 PM

Katrina Holman Completed 02/09/2021 2:14 PM

Transportation Committee Completed 02/16/2021 10:00 AM

(23)

Form under revision control 09/23/2020

Procurement Review Comprehensive Checklist Procurement Services Division

This form must accompany all Purchase Order Requisitions

SECTION 1: DESCRIPTION

General Tracking Contract Terms

MINUTETRAQ ID#: RFP, BID, QUOTE OR RENEWAL #:

#18-025-JM

COMMITTEE: TRANSPORTATION

TARGET COMMITTEE DATE: 02/16/2021

CURRENT TERM TOTAL COST: $20,000.00

Vendor Information

VENDOR:

Rush Truck Centers of Illinois, Inc.

VENDOR #: 13272-R02

VENDOR CONTACT: Cary Gallien

VENDOR CONTACT PHONE: 815-553-8329

VENDOR CONTACT EMAIL: gallienc@rushenterprises.com

VENDOR WEBSITE:

INITIAL TERM WITH RENEWALS: 1 YR + 3 X 1 YR TERM PERIODS

INITIAL TERM TOTAL COST: $20,000.00

PROMPT FOR RENEWAL: 3 MONTHS

CONTRACT TOTAL COST WITH ALL RENEWALS:

$80,000.00 MAX LENGTH WITH ALL RENEWALS:

FOUR YEARS

CURRENT TERM PERIOD: THIRD RENEWAL

Department Information

DEPT: Transportation

DEPT CONTACT NAME: Roula Eikosidekas DEPT CONTACT PHONE #:

630-407-6920

DEPT CONTACT EMAIL: roula.eikosidekas@dupageco.org DEPT REQ #:

21-1500-10

Overview

DESCRIPTION Identify scope of work, item(s) being purchased, total cost and type of procurement (i.e., lowest bid, RFP, renewal, sole source, etc.). Requesting a purchase order to furnish and deliver Cummins Engine repair and replacement parts for the DOT Fleet department, for a contract total not to exceed $20,000.00, per low quote #18-025-JM, this will be the third and final renewal.

- 22.5% discount from current price list.

- All deliveries shall be F.O.B. (freight on board) inbound and outbound.

- Dollar value is estimated and orders will be placed on an "as needed" basis with actual items and quantities specified at the time orders are placed. JUSTIFICATION Summarize why this procurement is necessary and what objectives will be accomplished

To provide Cummins Engine repair and replacement parts required for the repair and maintenance of County owned and operated vehicles and equipment.

SECTION 2: FUNDING SOURCE

Budgeted for in the following accounts: Company:

1500

Accounting Unit: 3520 DOT FLEET SERVICE

Account Code: 52250

Fiscal Year: FY2021

Budget Transfer Date: Additional Information: Contract Terms: (03/01/2021 - 02/28/2022)

SECTION 3: DECISION MEMO REQUIREMENTS

DECISION MEMO NOT REQUIRED Select an item from the following dropdown menu to identify why a Decision Memo (Section 4) is not required. RENEWAL

DECISION MEMO REQUIRED Select an item from the following dropdown menu to identify why a Decision Memo (Section 4) is required.

6.B.a

Packet Pg. 23

(24)

SECTION 4: DECISION MEMO

STRATEGIC IMPACT Select an item from the following dropdown menu of County’s strategic priorities that this action will most impact.

SOURCE SELECTION Describe method used to select source.

RECOMMENDATION AND

TWO ALTERNATIVES

Describe staff recommendation and provide justification. Identify at least 2 other options to accomplish this request, including status quo, (i.e., take no action).

FISCAL IMPACT AND COST SUMMARY

Provide projected cost, approved budget amount, and expenditure account codes for each fiscal year. Explain any other relevant fiscal issues, such as source of funds, in the Additional Fiscal Notes Section. Five-year contracts are only allowed with advanced approval from the Chief Financial Officer and the Chief Procurement Officer.

Fiscal Year Projected Cost Amt Budgeted Amt Company Accounting Unit Account Code

Year 1 Year 2 Year 3 Year 4 Year 5

Additional Fiscal Notes:

SECTION 5: SOLE SOURCE MEMO/JUSTIFICATION

JUSTIFICATION Select an item from the following dropdown menu to justify why this is a sole source procurement.

NECESSITY AND UNIQUE FEATURES

Describe the product or services that are not available from other vendors. Explain necessary and unique features or services. Attach letters from manufacturer, letters from distributor, warranties, licenses, or patents as needed. Be specific.

MARKET TESTING List and describe the last time the market has been tested on the applicability of the sole source. If it has not been tested over the last 12 months, explain why not.

AVAILABILITY Describe steps taken to verify that these features are not available elsewhere. Included a detailed list of all products or services by brand/manufacturer examined and include names, phone numbers, and emails of people contacted.

6.B.a

(25)

Form under revision control 09/23/2020

SECTION 6: Purchase Requisition Information

Send Purchase Order To: Send Invoices To:

Vendor:

Rush Truck Centers of Illinois, Inc.

Vendor#: 13272-R02 Dept: Division of Transportation Division: Accounts Payable Attn: Cary Gallien Email: gallienc@rushenterprises.com Attn: Kathy Curcio Email: DOTFinance@dupageco.org Address: 575 St. Paul Blvd. City: Carol Stream Address: 421 N. County Farm Rd. City: Wheaton State: IL Zip: 60188 State: IL Zip: 60187 Phone: 815-553-8329 Fax: Phone: 630-407-6892 Fax:

Send Payments To: Ship to:

Vendor:

Rush Truck Centers of Illinois, Inc.

Vendor#: 13272-R02 Dept: Division of Transportation Division: Fleet Department

Attn: Email: Attn:

Joe Bechtold Email: joseph.bechtold@dupageco.org Address: PO Box 34630 City: San Antonio Address: 180 N. County Farm Rd. City: Wheaton State: TX Zip: 78265-4630 State: IL Zip: 60187

Phone: Fax: Phone:

630-407-6931 Fax: Shipping Shipping Payment Terms: PER 50 ILCS 505/1 FOB: Destination

PO20 Delivery Date: Requisitioner:

Contract Administrator (PO25): Roula Eikosidekas Contract Start Date (PO25): Mar 1, 2021

Contract End Date (PO25): Feb 28, 2022

Purchase Requisition Line Details

LN Qty UOM Item Detail

(Product #) Description FY Company AU Acct Code

Sub-Accts/

Activity Code Unit Price Extension 1 1 EA Cummins Engine Repair and

Replacement Parts 2021 1500 3520 DO

52250 20,000.00 20,000.00

Requisition Total $ 20,000.00

Comments

HEADER COMMENTS

Provide comments for P020 and P025.

To furnish and deliver Cummins Engine repair and replacement parts for DOT, for a contract total not to exceed $20,000.00, per low bid #18-025-JM, this will be the third and final renewal.

SPECIAL INSTRUCTIONS Provide comments for Buyer or Approver (not for P020 and P025). Comments will not appear on PO. Email Approved PO to: Cary Gallien and Joe Bechtold

Kim Lepak (lepakk@rushenterprises.com) Aaron Collins (collinsa1@rushenterprises.com)

INTERNAL NOTES Provide comments for department internal use (not for P020 and P025). Comments will not appear on PO. FY21 1500-3520-52250 $15,000.00 & FY22 1500-3520-52250 $5,000.00

The following documents have been attached: ✔ W-9 ✔ Vendor Ethics Disclosure Statement

6.B.a

Packet Pg. 25

(26)

'Thjs gontra$, mad.e. and ent'er.ed; into by T[re,Co-u1!V. bf. PuPaOe, 4Zt florttr County Farm Road. Wheaton, liiinois,60i87, hereinaftercblled the.COUNTY" and Rush Truck Certter,575 SJini'paul etvd., Caroi Stream,. lL 60188,. hdreinafter called the "CONTRACTOR^", witnesseth;

The, COUNTY and the CONTRACTOF have pr:eviously'entere$ into a Contract, pursuant to Bid 18r025-JM',whi;;;dFme erfective on VilZ6zO,'anb whlch gipires on 2t28!292:1. The cbntraet is,subjectlb a third of thtee options to reneqfor a twelve (1?) r.npnth period'"

The'c.qntraii renewal,s.hall be effebtive'on the dit6'cif last signatufg,. and shall terminate ' on Fe.brUarV 28,2022.

The parties nAW agree to renew'said agreemg6t, upon the same terms ?q' previously agredd to, as specified in the oiigihal

contract-MnNr,poR CONTRACT RENEWAL

THE COUNTY OF DUPAGE

ir-,-4:;-.. -' ', ....' stGhAruhF PRINTED-NAME ,

.

PqYsrJl,,.,

-,.,

,."

.

-.-PBINTEDi:NILE .DATE C.ONTRACTOR NAME. P D.TITLE DATE Signature on File 6.B.b

(27)

COUNTY OF DU PAGE,

ILLINOIS

PROCURBMENT SERVICES

DIVISION

QUOTE

TABULATION

QUOTATION #18-O25.JM

CUMMINS ENGINE REPAIR & REPLACEMENT PARTS

QUOTATION DUE DATE: 02116118

NO QUOTE RESPONSE:

General Truck Parts & Equipment - cannot quote firm discount at this time Coffman Trucks - not interested in quoting

Advance Auto - do not carry Cummins parts

INVITATIONS SENT: 26 TOTAL QUOTES REGEIVED: 2

Joan McAvoy

DuPage County Buyer x61 81

COMPANY NAME

Discount / Markup from Current 2018 Price List

QUOTE SUMITTAL

RUSH TRUCK CENTERS OF ILL, INC 22.5o/o Discount

PATSON INC.

dba TRANSCHICAGO TRUCK GROUP 10.0% Discount

6.B.c

Packet Pg. 27

(28)

ot.g .o.

l {t:ir i

J\....,?.

Required Vendor Ethics Disclosure Statement Failureto complite and return this forrn tnay result in delay or cancellation of the County's Contractual Obligation.

Datei Bid/Contract/PO fl: Cb mp.anyContact; Company Nanre:. f contact Fmaili .Contact ihqne: j

The Dupage County procurement grdinanre requires'the followlng written disclosures prior to award:

1. Every.contractor. unlon, er venclor:that is see king or has previously obtainecl a .contract, change. orclers to o19 (1) qr more. cont racts, ot' two i2) or 'mbre individual contracts with the county resuliing in an aggregate.amount at or in excess of 525;000, shall prbvide tb Procurement Services .Divilion.a written disclgsure of all politicat cbmpailn contribtrtions.rnade by such contractor, union, ot vendor within the current and previous

calendar year.to any incumbent.county board member, county board chairman, or countywicle elected officiil whQse office the contracl to be awarded will benefii, The contractor,.union or vendor shall updatesuch disclosure annually during the terrn of a multi-year contract andpdor.to .any chanle-orcleiqi reildwai requiring ap'roval by tlle county board. For purposas o{this.disclosure r'equireinent, "contiactor orvshdor"

inciudes oylnefs, officers, rnEnader!; lobbyists, agents; consultants, bond.c.oun1el and und.erwriters couilsel, subcontractors and corpotate entitles unriqr the control ofthe contracting person, and politlcal actibn commlttees io lvhich the contractingperson.has'rnade contributions.

w

NONE (check here) - lf:n<t contaibutions have been nrade'

Recipient 0onqr Description {e.g. cash,

type of item,. in'

kind serviLesr etc.) Amount/Value Date Made

2. All.coritractbrs and vendors who have obtained or are seeking contracts with the.sounty shall disclose the names and contact information of theirlobbyists,,ag€nts and.repiesentatives and alt individuals who are or'will be having coniact with cdunty officers:br'einployees ih ielatibn tb' thg cpntr?ctor.bid and shail update such disclosur,e.with any changes that mdy'occur;

v

NONE lcheck heref - lf no contacts have been made

Iobbviits, are

or. Will be

relation.to. the fontract or. bid

Telephoire Email

A.contractor ervendor.that.knowinglv violates these disclosure requirements ls.subiect.lo penalheS which may include; but are not lilnited tq, the immedlate lancellation of 'thd coiitract and poSsible.disbaimentfrom f0ture county contt"cts''

Continuihg disclosyre.is requifed, and I aBree to updatethis.disclosure form as follows:

.. lf:information.changes,withinfive(5)daysofchange,orpriortocountYaction,whicheverissooner 'o 30 day$ prioi to the bptiorial renbu;al of anY contract

'. Annual clisclosure f.Or multi-ydar.contr'acts oh .the anniversary of said iontract

t Withanyrequestforchange.order:.exceptthoseissue-dby,thecountyforadnririistrativeadjustrnents The fuli text for the county's ethics and.procureryrent pollcies and ordinances are available at:

hi jofiWw"uslgia^ccse;sls/eoUetJS"asld/P-oii-#/

I hereby acknowleilge that received,. have.read, understand these requlremenis. Authoiized signature

Printed Nanre

Title Ddte

Attagh additional sirqets if necessary. Sign.each sheet and nuniber each page- PA6E 1 OF 1 (total numberof pages)

Rev 1.1 4'/1/16 FO'{[4,OPTIM'ZED FOR.ACROBAT ATlD ADOBE RIADER VER5ION 9 OR LATER

Signature on File

6.B.d

(29)

Requisition 30,000 and over

DT-P-0038-21

AWARDING RESOLUTION ISSUED TO FLEET PRIDE, INC.

TO FURNISH AND DELIVER HEAVY TRUCK SPRINGS AND BRAKES AS NEEDED FOR THE DIVISION OF TRANSPORTATION

(CONTRACT TOTAL NOT TO EXCEED $38,000.00)

WHEREAS, bids have been taken and processed in accordance with County Board policy; and

WHEREAS, the lowest most responsible bidder has been designated and the

Transportation Committee recommends County Board approval for the issuance of a contract to Fleet Pride, Inc., to furnish and deliver heavy truck springs and brakes, as needed for the

Division of Transportation, for the period April 1, 2021 through March 31, 2022.

NOW, THEREFORE, BE IT RESOLVED that said contract to furnish and deliver heavy truck springs and brakes, as needed for the Division of Transportation, for the period April 1, 2021 through March 31, 2022, is hereby approved for issuance to Fleet Pride, Inc., 620

Stevenson Road, South Elgin, Illinois 60177 for a contract total not to exceed $38,000.00; Per renewal option under bid award 18-022-BF, third and final option to renew.

Enacted and approved this 23rd day of February, 2021 at Wheaton, Illinois.

________________________________ DANIEL J. CRONIN, CHAIRMAN DU PAGE COUNTY BOARD

Attest: ___________________________________ JEAN KACZMAREK, COUNTY CLERK

6.C

(30)

Requisition 30,000 and over

DT-P-0038-21

PROCUREMENT REVIEW CHECKLIST

REQUISITION

This form must accompany all County Purchase Requisitions.

NEW PURCHASE ORDER REQUEST

DATE SUBMITTED

January 28, 2021 CONTRACT TERM 04/01/21 - 03/31/22

CONTRACT TOTAL AMOUNT $38,000.00 REQUESTING DEPT. TRANSPORTATION COMMITTEE

SOLICITATION METHOD FOR SOURCE SELECTION

No Decision Memo Required Lowest Responsible Bidder - See attached tabulation

Eva Hitchcock Completed 01/28/2021 4:19 PM

Christopher Snyder Completed 01/29/2021 5:31 PM

Katrina Holman Completed 02/03/2021 4:28 PM

Donna Weidman Completed 02/04/2021 8:26 AM

James McGuire Completed 02/09/2021 12:48 PM

Jeffrey Martynowicz Completed 02/09/2021 2:07 PM

Katrina Holman Completed 02/09/2021 2:14 PM

Transportation Committee Completed 02/16/2021 10:00 AM

Finance Committee Pending 02/23/2021 8:00 AM

County Board Pending 02/23/2021 10:00 AM

(31)

Form under revision control 09/23/2020

Procurement Review Comprehensive Checklist Procurement Services Division

This form must accompany all Purchase Order Requisitions

SECTION 1: DESCRIPTION

General Tracking Contract Terms

MINUTETRAQ ID#: RFP, BID, QUOTE OR RENEWAL #:

#18-022-BF

COMMITTEE: TRANSPORTATION

TARGET COMMITTEE DATE: 02/16/2021

CURRENT TERM TOTAL COST: $38,000.00

Vendor Information

VENDOR: Fleet Pride, Inc.

VENDOR #: 10813

VENDOR CONTACT: Steve Fennessy

VENDOR CONTACT PHONE: 847-741-1101

VENDOR CONTACT EMAIL: steve.fennessy@fleetpride.com

VENDOR WEBSITE:

INITIAL TERM WITH RENEWALS: 1 YR + 3 X 1 YR TERM PERIODS

INITIAL TERM TOTAL COST: $38,000.00

PROMPT FOR RENEWAL: 3 MONTHS

CONTRACT TOTAL COST WITH ALL RENEWALS:

$152,000.00 MAX LENGTH WITH ALL RENEWALS:

FOUR YEARS

CURRENT TERM PERIOD: THIRD RENEWAL

Department Information

DEPT: Transportation

DEPT CONTACT NAME: Roula Eikosidekas DEPT CONTACT PHONE #:

630-407-6920

DEPT CONTACT EMAIL: roula.eikosidekas@dupageco.org DEPT REQ #:

21-1500-09

Overview

DESCRIPTION Identify scope of work, item(s) being purchased, total cost and type of procurement (i.e., lowest bid, RFP, renewal, sole source, etc.). Requesting a purchase order to furnish and deliver Heavy Truck Springs and Brakes for DOT Fleet, for a contract total not to exceed $38,000.00, per low bid #18-022-BF, this will be the third and final renewal.

- Bendix at 50% Discount

- Triangle Suspension/Flagg Products at 55% Discount - Meritor/Euclid Products at 50% Discount

- Gunnite Brake Products at 60% Discount - Haldex Products at 50% Discount - Dexter Products at 50% Discount

Two (2) current copies of each manufacturer's list price sheet must accompany this bid. Contractor's warranties shall reflect manufacturer's warranty period.

Order will be placed on an "as needed" basis, with actual quantities given at order placement.

JUSTIFICATION Summarize why this procurement is necessary and what objectives will be accomplished

To purchase repair and replacement parts to maintain the County owned and operated heavy duty plow trucks and equipment.

SECTION 2: FUNDING SOURCE

Budgeted for in the following accounts: Company:

1500

Accounting Unit: 3520 DOT FLEET SERVICE

Account Code: 52250

Fiscal Year: FY2021

Budget Transfer Date: Additional Information: Contract Terms: (04/01/2021-03/31/2022)

SECTION 3: DECISION MEMO REQUIREMENTS

DECISION MEMO NOT REQUIRED Select an item from the following dropdown menu to identify why a Decision Memo (Section 4) is not required. RENEWAL

DECISION MEMO REQUIRED Select an item from the following dropdown menu to identify why a Decision Memo (Section 4) is required.

19397

6.C.a

Packet Pg. 31

(32)

SECTION 4: DECISION MEMO

STRATEGIC IMPACT Select an item from the following dropdown menu of County’s strategic priorities that this action will most impact.

SOURCE SELECTION Describe method used to select source.

RECOMMENDATION AND

TWO ALTERNATIVES

Describe staff recommendation and provide justification. Identify at least 2 other options to accomplish this request, including status quo, (i.e., take no action).

FISCAL IMPACT AND COST SUMMARY

Provide projected cost, approved budget amount, and expenditure account codes for each fiscal year. Explain any other relevant fiscal issues, such as source of funds, in the Additional Fiscal Notes Section. Five-year contracts are only allowed with advanced approval from the Chief Financial Officer and the Chief Procurement Officer.

Fiscal Year Projected Cost Amt Budgeted Amt Company Accounting Unit Account Code

Year 1 Year 2 Year 3 Year 4 Year 5

Additional Fiscal Notes:

SECTION 5: SOLE SOURCE MEMO/JUSTIFICATION

JUSTIFICATION Select an item from the following dropdown menu to justify why this is a sole source procurement.

NECESSITY AND UNIQUE FEATURES

Describe the product or services that are not available from other vendors. Explain necessary and unique features or services. Attach letters from manufacturer, letters from distributor, warranties, licenses, or patents as needed. Be specific.

MARKET TESTING List and describe the last time the market has been tested on the applicability of the sole source. If it has not been tested over the last 12 months, explain why not.

AVAILABILITY Describe steps taken to verify that these features are not available elsewhere. Included a detailed list of all products or services by brand/manufacturer examined and include names, phone numbers, and emails of people contacted.

6.C.a

(33)

Form under revision control 09/23/2020

SECTION 6: Purchase Requisition Information

Send Purchase Order To: Send Invoices To:

Vendor: Fleet Pride, Inc.

Vendor#: 10813 Dept: Division of Transporation Division: Accounts Payable Attn: Steve Fennessy Email: steve.fennessy@fleetpride.com Attn: Kathy Curcio Email: DOTFinance@dupageco.org Address: 620 Stevenson Rd. City: South Elgin Address: 421 N. County Farm Rd. City: Wheaton State: IL Zip: 60177 State: IL Zip: 60187 Phone: 847-741-1101 Fax: Phone: 630-407-6892 Fax:

Send Payments To: Ship to:

Vendor: Fleet Pride, Inc.

Vendor#: 10813 Dept: Division of Transportation Division: Fleet Department Attn: Steve Fennessy Email: Attn: Joe Bechtold Email: joseph.bechtold@dupageco.org Address: PO Box 847118 City: Dallas Address: 180 N. County Farm Rd. City: Wheaton State: TX Zip: 75284-7118 State: IL Zip: 60187

Phone: Fax: Phone:

630-407-6931 Fax: Shipping Shipping Payment Terms: PER 50 ILCS 505/1 FOB: Destination

PO20 Delivery Date: Requisitioner:

Contract Administrator (PO25): Roula Eikosidekas Contract Start Date (PO25): Apr 1, 2021

Contract End Date (PO25): Mar 31, 2022

Purchase Requisition Line Details

LN Qty UOM Item Detail

(Product #) Description FY Company AU Acct Code

Sub-Accts/

Activity Code Unit Price Extension 1 1 EA Heavy Truck Spring & Brakes 2021 1500 3520 DO 52250 38,000.00 38,000.00

Requisition Total $ 38,000.00

Comments

HEADER COMMENTS

Provide comments for P020 and P025.

To furnish and deliver Heavy Truck Spring and Brakes for DOT Fleet, for a contract total not to exceed $38,000.00, per low bid #18-022-BF, this will be the final renewal.

SPECIAL INSTRUCTIONS Provide comments for Buyer or Approver (not for P020 and P025). Comments will not appear on PO. Email Approved PO to: Steve Fennessy & Joe Bechtold

INTERNAL NOTES Provide comments for department internal use (not for P020 and P025). Comments will not appear on PO. FY21 1500-3520-52250 $20,000.00 & FY22 1500-3520-52250 $18,000.00

The following documents have been attached: ✔ W-9 ✔ Vendor Ethics Disclosure Statement

6.C.a

Packet Pg. 33

(34)

AMENDMENT FOR CONTRACT RENEWAL

This contract, rnade and entered into by The County of DuPage, 421 North County Farm Road, Wheaton, lllinois, 60187, hereinafter called the "COUNTY" and Fleet Pride Truck and Trailer Parts, 620 Stevenson Road South Elgin, lL 60177 hereinafter called the "CONTRACTOR", witnesseth;

The COUNTY and the CONTRACTOR have previously entered into a Contract, pursuant lo#18*O22-BF which became effective on 41112020 and which willexpire 313112021. The contract is subject to a third of three options to renew for a twelve (12) month period.

The contract renewal shall be effective on the date of last signature, and shall terminate on 0410112022.

The parties now agree to renew said agreement, upon the same terms as previously agreed to, as specified in the original contract.

CONTRAGTOR THE COUNTY OF DUPAGE

SIGNATURE SIGNATURE

,frnn-^l

6--"/

Nickon Etminan

PRINTED NAME PRINTED NAME

Buyer ll

2a'i?tzA

*-a-LES

{tn

PRINTED IITLE PRINTED TITLE

J{

Jr22

/

DATE

Signature on File

6.C.b

(35)

ffi

PROCUREMENT SERVICES DIWSTONCOUNTY OF DU PAGE,

ILLINOIS

BID

TABULATION

Bid #18-022-BF

TRUCK SPRINGS AND BRAKES BID OPENING DATE: JANUARY 31,2018

2:30 P.M.

Total

BID OPENING ATTENDED BY:

DebbyThompson, CPPB, DuPage County Buyer Catlyn Hicks, DuPage County Division I

INVITATIONS SENT: PLAN HOLDERS; AD DATE: 88 4 01t16t18 ?

BIDS: TOTAL ESTIMATED LUMP SUM BID

FleetPride $38,000.00*

Freeway Ford Sterling Truck Sales, lnc. $67,500.00

:l

I

j!

6.C.c

Packet Pg. 35

(36)

."'t.'r

o-3 {i's I

tl"*f

Required

Vendor

Ethics Disclosure Statement

Failure to complete and return this form may result in delay or cancellation of the

County's Contractual Obllgation. Bid/conrract/Pon:

t

-o 3

?' Bf

Date:

CompanyContact:

-J

Company Nane:

f7

a-6-;'/f

,Mr'

:fre--.

Contact Email

contact ehone,

1!Sa. S1p4-

f, tr27

The DuPage County Procurement Ordinance requires the following written disclosures prior to awardl

1. Every contractor, union, or vendor that is seeking or has previously obtained a contract, change orders to one (1) or more contracts, or two (2) or more individual contracts with the county resulting in an aggregate amount at or in excess of 525,000, shall provide to Procurement Services

Division a written disclosure of all political campaign contributions made by such contractor, union, or vendor within the current and previous calendar year to any incumbent county board member, county board chairman, or countywide elected official whose office the contract to be

awarded will benefit. The contractor, union or vendor shall update such disclosure annually during the term of a multi-year contract and prior to any change order or renewal requiring approval by the county board, For purposes of this disclosure requirement, "contractor or vendor"

Includes officers, managers, lobbyists. agents, consultants, bond counsel and underwriters counsel, subcontractors and corporate the control of the contracting person, and political action committees to which the contracting person has made contributions. NONE (check here) - lf no contributions have been made

Recipient Donor Description (e.g. cash, type of item,

in-kind services, etc,) Amount/Value Date Made

2, All contractors and vendors who have obtained or are seeking contracts with the county shall disclose the names and contact information of their lobbyists, agents and representatives and all individuals who are or will be having contact with county officers or employees in relation to the bid and shall update such disclosure with any changes that rnay occur

NoNE (check here) - lf no contacts have been made

Lobbyists, Agents and Representatives and all individuals who are

or will be having contact with county officers or employees in relation to the contract or bid

Telephone Email

A contractor or vendor that knowingly violates these disclosure requirements is subject to penalties which may include, but are not limited to, the immediate cancellation of the contract and possible disbarment from future county contracts.

continuing disclosure is required, and I agree to update this dlsclosure form as followsl

r lf information changes, within five {5) days of change, or prior to county action. whichever is sooner . 30 days prior to the optional renewal of any contract

r Annual disclosure for multi-year contracts on the annivelsary of said contract

r With any request for change order except those issued by the county for administrative adjustments The full text for the county's ethics and procurement policies and ordinances are available at:

httD://www.dupaseqo.orslCoqntvB_Qa rdlPolicies/

I hereby acknowledge that I have received, have read, nd these requirements. Authorized Signat Printed Name Title Date

ff//^/t€,r

/7,>s-

de.-e8

42J

Attachadditional sheetsif necessary. Signeachsheetandnumbereachpage. PAGE 1OF 1(total numberof pages)

Signature on File

6.C.d

(37)

Other Action Item DT-P-0237A-20

AMENDMENT TO RESOLUTION DT-P-0237-20 ISSUED TO K-TECH SPECIALTY COATINGS, INC.

TO FURNISH AND DELIVER DE-ICING LIQUIDS AS NEEDED FOR THE DIVISION OF TRANSPORTATION

(CONTRACT INCREASE $20,000.00; +31.30%)

WHEREAS, the DuPage County Board has heretofore approved and adopted Resolution DT-P-0237-20 on September 22, 2020 awarding a contract to K-Tech Specialty Coatings, Inc., to furnish and deliver de-icing liquids, as needed for the Division of Transportation; and

WHEREAS, the current cost of said contract to the County of DuPage, by and through the Division of Transportation is $63,900.00; and

WHEREAS, a contract increase is necessary to maintain safe and clear roadways during snow and ice operations; and

WHEREAS, the Transportation Committee recommends a change order to increase the contract in the amount of $20,000.00.

NOW, THEREFORE, BE IT RESOLVED that the DuPage County Board adopt this Amendment to Resolution DT-P-0237-20, issued to K-Tech Specialty Coatings, Inc. to increase the funding in the amount of $20,000.00, resulting in an amended contract total amount of $86,900.00, an increase of 31.30%.

Enacted and approved this 23rd day of February, 2021 at Wheaton, Illinois.

________________________________ DANIEL J. CRONIN, CHAIRMAN DU PAGE COUNTY BOARD

Attest: ___________________________________ JEAN KACZMAREK, COUNTY CLERK

7.A

(38)

DoT

zll

nslcB

Uts

Request

for

Change

Order

Procurement Services Division Attach copies of all prior Change Orders

(A) Were not reasonably foreseeable at the time the contract was signed

!

tA) fne change is germane to the original contract as signed.

f

(C) ts in the best interest for the County of DuPage and authorized by law.

Date:

MinuteTraq (lQM2) lD #: 1 9465

!

ContractExtension

(29days) !

ConsentOnly to:

Feb9,2021

!

Cancel entire order

!

Change budget code from

!

Close Contract

!

lncrease/Decrease quantity

from:

to:

I

Price shows: should be:

r

3ff::::::"Jainins

encumbrance

r

lncrease encumbrance

and close contract

!

Decrease encumbrance

!

lncrease encumbrance purchase order #:4857-0001 senv

filosjiil"lurchase Nov 1,2020 ChangeOrder#: I Vendor Name: K-Tech Specialty Coatings, lnc. Vendor#:27558

Department: Division of Transportation Dept Contact: Roula Eikosidekas Beet Heet is an environmentally friendly and effective additive used during snow and ice operations to help maintain clear roads. The increase to the contract will provide enough funds to purchase materials through the remainder of the winter season.

Background and/or Reason for Change Order Request: rN ACCORDANCE W|TH 720 trCS s/33E-9 INCREASE/DECREASE

A Starting contract value 563,900.00

B Net S change for previous Change Orders

c Current contract amount (A + B) 563,900.00

D Amount of this Change Order

I

lncrease

!

Decrease 520,000,00

E New contract amount (C + D) s83,900.00

F Percent of current contract value this Change Order represents (D / C) 31.300/0 G Cumulative percent of all Change Orders (B+D/A); (60% maximum on construction contracts) 31.3Oo/o

DECISION MEMO NOT REQUIRED

DECISION MEMO REQUIRED

f

lncrease (greater than 29 days) contract expiration from: to:

f,

lncrease > 52,500.00, or > 100/o, of current contract amount

I

Funding Source 1 500-3510-52270

f,

OfXfn - explain below:

RE 6920 Feb9,2O21

u9

q,lylz!-Prepared By (lnitials) Phone Ext Date Recommended for Approval (lnitials) , Phone Ext

REVIEWED BY (lnitials Only)

)- lo-Jt

Buyer Date Date

Chief Financial Officer

(Decision Memos Over S25,000) Date

Chairman's Office

(Decision Memos Over S25,000) Date

Rev 1.7 FORM OPTIMIZED FOR ACROBAT AND ADOBE READER VERSION 9 OR LATER

7.A.a

(39)

ffi

Decision MemoProcurement Services Division

This form is required for all Professional Service Contracts over 525,000 and as otherwise required bythe Procurement Review Checklist.

Date: Feb9,202"1 MinuteTraq (lQM2) lD #'_

Department Requisition #: 21-1 500-1 1

Requesting Department: Division of Transportation Department Contact: Roula Eikosidekas Contact Email: roula.eikosidekaspdupageco.org Contact Phone: 630-407 -6906 Vendor Name: K-Tech Specialty Coatings, lnc. Vendor#:27558

Action Requested - ldentify the action to be taken and the total cost; for instance, approval of new contract, renew contract, increase contract, etc. Requesting approval to increase contract S20,000.00 for a revised total contract value of $83,900.00.

Summary Explanation/Background - Provide an executive summary of the action. Explain why it is necessary and what is to be accomplished.

PO# 4857-SERV was issued to K-Tech Specialty Coatings, lnc., to furnish and deliver Deicing Liquids.

Beet Heet is an environmentally friendly and effective additive used during snow and ice operations to help maintain clear roads. The increase to the contract will provide enough funds to purchase materials through the remainder of the winter season.

Strategic lmpact

Quality of Life Select one of the six strategic imperatives in the County's Strategic Plan this action will most impact and provide a brief explanation.

An increase to this contract will allow DOT to maintain safe and clear roadways during snow and ice operations.

Source SelectionA/etting lnformation - Describe method used to select source. Contract was awarded to low bidder #18-190-DOT

Recommendations/Alternatives - Describe staff recommendation and provide justification. ldentifi at least 2 other options to accomplish this request. DOT staff recommends approval of a change order to increase K-Tech Specialty Coatings, lnc., by 520,000.00.

To ensure reliability of maintaining safe and clear roadways during the winter season.

Fiscal lmpact/Cost Summary - lnclude projected cost for each fiscal year, approved budget amount and account number, source of funds, and any future funding requirements along with any narrative.

There are sufficientfunds in 1500-3510-52270 forthe increase

Rev 1.4 s/30119 FORM OPTIMIZED FOR ACROBAT AND ADOBE READER VERSION 9 OR LATER

7.A.b

Packet Pg. 39

References

Related documents

Bergh and Fink (2008) analyse data for 35 countries in a cross country regression on the change of the Gini coefficient (as a measure of economic inequality) between 1980 and 2000

Our largest business article database indexes over 25,000 business magazines, trade publications, journals and includes company, country and industry reports from Business

Even when a small mismatch in the variance of the signal of interest is present (right plot), the CMMSE outperforms the mismatched MMSE for SNRs greater than 0 dB.. Thus, it may

Setelah memperoleh nilai pada citra dan setelah nilai citra di dapatkan, maka di lanjutkan dengan JST- Backpropagation untuk proses pengenalan pada setiap logo karena

Several published reviews of government actions relating to strategic long-term thinking towards sustainable development support our research proposition (as stated in Section 1)

Sedangkan pada peserta didik kategori rendah dalam menyelesaikan soal ulangan tengah semester masih kurang memahami konsep matematis, dilihat dari penyelesaiannya

The core of the medical curriculum consists of the funda- mental theory and practice of medicine, specifically basic biomedical, behavioural and social sciences, general

Accor- dingly, the model presented in this paper examines the effects of image (reputation of online degree programs), price (tuition of online degree