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 #: 18-0825    Version: 1
Type: Agenda Item Status: Adopted
File created: 8/21/2018 In control: Procurement Committee
On agenda: 9/6/2018 Final action: 9/6/2018
Title: Authority to award Contract 18-049-11, Furnish and Deliver Miscellaneous Work Gloves to Various Locations for a One (1) Year Period, Groups A, B and C to Magid Glove and Safety Manufacturing Company, LLC, in an amount not to exceed $31,903.13, and Group D to Saf-T-Gard International, Inc., in an amount not to exceed $5,167.50, Account 101-20000-623700
Attachments: 1. Contract 18-049-11 Item Descriptions Groups A, B, C and D.pdf

TRANSMITTAL LETTER FOR BOARD MEETING OF SEPTEMBER 6, 2018

 

COMMITTEE ON PROCUREMENT

 

Mr. John P. Murray, Acting Executive Director

 

Title

Authority to award Contract 18-049-11, Furnish and Deliver Miscellaneous Work Gloves to Various Locations for a One (1) Year Period, Groups A, B and C to Magid Glove and Safety Manufacturing Company, LLC, in an amount not to exceed $31,903.13, and Group D to Saf-T-Gard International, Inc., in an amount not to exceed $5,167.50, Account 101-20000-623700

Body

 

Dear Sir:

 

On June 7, 2018, the Board of Commissioners authorized the Director of Procurement and Materials Management to advertise for bids, Contract 18-049-11 furnish and deliver miscellaneous work gloves to various locations for a one (1) year period, beginning approximately October 1, 2018 and ending September 30, 2019.

 

In response to a public advertisement of June 20, 2018, a bid opening was held on July 17, 2018.  The bid tabulation for this contract is:

 

GROUP A:  WOOL, COTTON AND FLEECE GLOVES

MAGID GLOVE AND SAFETY MANUFACTURING COMPANY, LLC                     $7,399.60

SAF-T-GARD INTERNATIONAL, INC                     $8,539.96

ONE WAY SAFETY                     $9,366.03

FAIRMONT SUPPLY COMPANY                     $10,255.75

CICERO MFG & SUPPLY CO., INC                                          $10,543.18

TILES IN STYLE, LLC D/B/A TAZA SUPPLIES LLC                     *                     $12,028.22

*corrected total

 

GROUP B:  NEOPRENE, RUBBER AND VINYL-COATED GLOVES

MAGID GLOVE AND SAFETY MANUFACTURING COMPANY, LLC                     $2,902.10

SAF-T-GARD INTERNATIONAL, INC                     $3,432.15

ONE WAY SAFETY                     *$3,545.04

FAIRMONT SUPPLY COMPANY                     $3,634.83

CICERO MFG & SUPPLY CO., INC                                          *$4,986.57

TILES IN STYLE, LLC D/B/A TAZA SUPPLIES LLC                                          $5,399.82

*corrected total

 

GROUP C:  LEATHER GLOVES

SAF-T-GARD INTERNATIONAL, INC                     $19,887.78

MAGID GLOVE AND SAFETY MANUFACTURING COMPANY, LLC                     $21,601.43

CICERO MFG & SUPPLY CO., INC                                          $26,089.13

ONE WAY SAFETY                     *$28,128.74

FAIRMONT SUPPLY COMPANY                     $31,043.04

TILES IN STYLE, LLC D/B/A TAZA SUPPLIES LLC                                          *$35,853.49

*corrected total

 

GROUP D:  ETCHED-PALM GLOVES

SAF-T-GARD INTERNATIONAL, INC                     $5,167.50

MAGID GLOVE AND SAFETY MANUFACTURING COMPANY, LLC                     $5,339.75

FAIRMONT SUPPLY COMPANY                     $5,512.00

ONE WAY SAFETY                     $6,235.45

CICERO MFG & SUPPLY CO., INC                                          $6,993.35

TILES IN STYLE, LLC D/B/A TAZA SUPPLIES LLC                                          $9,301.50

                     *corrected total

 

Three hundred and twenty eight (328) companies were notified of the contract being advertised and forty two (42) companies requested specifications.

 

Magid Glove and Safety Manufacturing Company, LLC, the lowest responsible bidder for Groups A and B, is proposing to perform the contract in accordance with the specifications.  The estimated cost for Groups A and B of this contract was $13,000.00, placing their bid of $10,301.70 approximately 20.8 percent below the estimate. 

 

Saf-T-Gard International, Inc. provided the low bid for Group C of this contract. However, Saf-T-Gard International, Inc. quoted a substitution on item 1 of this group that did not comply with the Board of Standardization specifications. Therefore, in accordance with the contract documents, the bid is considered non-responsive and rejected in the public’s best interest. The Director of Procurement and Materials Management has notified Saf-T-Gard International, Inc. of this action.

 

Magid Glove and Safety Manufacturing Company, 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 $20,500.00, placing their bid of $21,601.43 approximately 5.4 percent above the estimate. 

 

Saf-T-Gard International, Inc., the lowest responsible bidder for Group D, is proposing to perform the contract in accordance with the specifications.  The estimated cost for Group D of this contract was $6,500.00, placing their bid of $5,167.50 approximately 20.5 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 is not included in this contract because it is primarily a furnish and deliver contract.

 

There was no bid deposit required for this contract.

 

In view of the foregoing, it is recommended that the Director of Procurement and Materials Management be authorized to award Contract 18-049-11, Groups A, B, and C to Magid Glove and Safety Manufacturing Company, LLC, in an amount not to exceed $31,903.13, and Group D to Saf-T-Gard International, Inc., in an amount not to exceed $5,167.50.

 

Purchase orders will be issued for the material as required.  Payment will be based on the unit cost as indicated in the contract documents.  Funds are available in Account 101-20000-623700.

 

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 September 6, 2018

 

Attachments