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 #: 15-0320    Version: 1
Type: Agenda Item Status: Adopted
File created: 3/11/2015 In control: Procurement Committee
On agenda: 3/19/2015 Final action: 3/19/2015
Title: Authority to award Contract 15-027-12 (Re-Bid), Furnish and Deliver Glass and Plastic Labware to Various Locations for a One (1) Year Period, Group A to Thomas Scientific, Inc., in an amount not to exceed $29,059.66, Group B to Fisher Scientific Company LLC, in an amount not to exceed $24,745.32, and Group C to Crown Packaging International, Inc., in an amount not to exceed $97,075.22, Account 101-20000-623570
Attachments: 1. 15-027-11.pdf
TRANSMITTAL LETTER FOR BOARD MEETING OF MARCH 19, 2015
 
COMMITTEE ON PROCUREMENT
 
Mr. David St. Pierre, Executive Director
 
Title
Authority to award Contract 15-027-12 (Re-Bid), Furnish and Deliver Glass and Plastic Labware to Various Locations for a One (1) Year Period, Group A to Thomas Scientific, Inc., in an amount not to exceed $29,059.66, Group B to Fisher Scientific Company LLC, in an amount not to exceed $24,745.32, and Group C to Crown Packaging International, Inc., in an amount not to exceed $97,075.22, Account 101-20000-623570
Body
 
Dear Sir:
 
On September 18, 2014, the Board of Commissioners authorized the Director of Procurement and Materials Management to advertise for bids, Contract 15-027-11 furnish and deliver glass and plastic labware to various locations for a one (1) year period, beginning approximately January 1, 2015 and ending December 31, 2015.
 
In response to a public advertisement on October 1, 2014, a bid opening was held on October 21, 2014.  All bids were rejected, as reported at the Board meeting of December 18, 2014.
 
In response to a public re-advertisement on February 4, 2015, a bid opening was held on February 24, 2015.  The bid tabulation for this contract is:
 
GROUP A:  GLASS LABWARE
VWR INTERNATIONAL, LLC      *$28,919.93
THOMAS SCIENTIFIC, INC.      $29,059.66
FISHER SCIENTIFIC COMPANY, LLC      *$30,090.21
NETA SCIENTIFIC, INC.      *$40,869.62
 
GROUP B:  PLASTIC LABWARE
FISHER SCIENTIFIC COMPANY, LLC      *$24,745.32
VWR INTERNATIONAL, LLC      $26,114.25
THOMAS SCIENTIFIC, INC.      $27,680.94
NETA SCIENTIFIC, INC.      *$34,601.45
 
GROUP C:  COMMERCIAL GLASS AND PLASTIC LABWARE
CROWN PACKAGING INTERNATIONAL, INC.      *$97,075.22
DAIGGER SCIENTIFIC, INC.      *$100,684.60
NETA SCIENTIFIC, INC.      *$134,064.84
VWR INTERNATIONAL, LLC      *$207,616.02
    *corrected total  
     
Four hundred thirty-five (435) companies were notified of the contract being advertised and twenty (20) companies requested specifications.
 
VWR International, LLC, the low bidder for Group A, took exception to several of the District's terms and conditions.  As stated on page G-1 of the General Requirements, bidders cannot qualify their bid by adding additional terms and conditions such as warranty and indemnification.  Therefore, their bid was considered non-responsive and rejected.  The Director of Materials Management and Procurement has notified VWR International, LLC of this action.
 
Thomas Scientific, 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 $32,000.00, placing the bid amount of $29,059.66 approximately 9.2 percent below the estimate.
 
Thomas Scientific Inc., is not registered to transact business in Illinois, but has submitted a certificate of good standing from the State of New Jersey.  The Department of Procurement and Materials Management has received approval from the Executive Director to move forward with the recommendation to award.
 
Fisher Scientific Company, 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 was $25,000.00, placing the bid amount of $24,745.32 approximately 1 percent below the estimate.
 
Crown Packaging International, LLC, 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 $102,000.00, placing the bid amount of $97,075.22 approximately 4.8 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 Interim Ordinance Appendix D is not included in this contract because it is primarily a furnish and deliver contract.
 
In view of the foregoing, it is recommended that the Director of Procurement and Materials Management be authorized to award Contract 15-027-12 (Re-Bid), Group A to Thomas Scientific, Inc., in an amount not to exceed $29,059.66, Group B to Fisher Scientific Company, LLC, in an amount not to exceed $24,745.32 and Group C to Crown Packaging International, LLC, in an amount not to exceed $97,075.22.
 
Purchase orders will be issued for the material as required.  Payment will be based on the unit cost as indicated in the contract documents.  No bid deposit is required for this contract.  
 
Funds are available in Account 101-20000-623570.
 
Recommended, Darlene A. LoCascio, Director of Procurement and Materials Management, DAL:SEB:MB:dp
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 March 19, 2015
 
Attachments