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 #: 19-0970    Version: 1
Type: Agenda Item Status: Adopted
File created: 9/25/2019 In control: Procurement Committee
On agenda: 10/3/2019 Final action: 10/3/2019
Title: Authority to award Contract 19-029-11, Furnish and Deliver Safety Equipment & Welding Apparel to Various Locations for a One (1) Year Period, Group A to U.S. Compliance Centers, Inc., in an amount not to exceed $56,126.29, Group B to One Way Safety, LLC, in an amount not to exceed $4,921.39, Group C to R.S. Hughes Company, Inc., in an amount not to exceed $4,296.16, Group D to Advanced Supply Company Incorporated, in an amount not to exceed $19,254.65, and Group E to J.P. Simons & Co., in an amount not to exceed $14,125.10. Accounts 101-20000-623680, 623270, 623700, 623780
Attachments: 1. Contract 19-029-11 Item Descriptions Groups A, B, C, D and E.pdf

TRANSMITTAL LETTER FOR BOARD MEETING OF OCTOBER 3, 2019

 

COMMITTEE ON PROCUREMENT

 

Mr. Brian A. Perkovich, Executive Director

 

Title

Authority to award Contract 19-029-11, Furnish and Deliver Safety Equipment & Welding Apparel to Various Locations for a One (1) Year Period, Group A to U.S. Compliance Centers, Inc., in an amount not to exceed $56,126.29, Group B to One Way Safety, LLC, in an amount not to exceed $4,921.39, Group C to R.S. Hughes Company, Inc., in an amount not to exceed $4,296.16, Group D to Advanced Supply Company Incorporated, in an amount not to exceed $19,254.65, and Group E to J.P. Simons & Co., in an amount not to exceed $14,125.10.   Accounts 101-20000-623680, 623270, 623700, 623780

Body

 

Dear Sir:

 

On July 11, 2019, the Board of Commissioners authorized the Director of Procurement and Materials Management to advertise for bids, Contract 19-029-11 furnish and deliver safety equipment and welding equipment to various locations for a one (1) year period, beginning approximately November 1, 2019 and ending October 31, 2020.

 

In response to a public advertisement of July 24, 2019, a bid opening was held on August 13, 2019.  The bid tabulation for this contract is:

 

GROUP A: SAFETY SUPPLIES

U.S. COMPLIANCE CENTERS, INC.                     * $56,126.29

J.P. SIMONS & CO.                     $57,665.34

R.S. HUGHES COMPANY, INC.                     * $58,931.27

STAUFFER MANUFACTURING COMPANY                      $60,856.64

CICERO MANUFACTURING & SUPPLY COMPANY, INC.                     $63,833.42

FAIRMONT SUPPLY COMPANY                     $68,233.64

PRODUCTION DISTRIBUTION COMPANIES, INC.                     * $68,715.11

ROOT BROTHERS MFG. & SUPPLY COMPANY                     $72,287.05

AIR ONE EQUIPMENT, INC.                     * $74,606.69

ONE WAY SAFETY, LLC                     * $127,346.56

 

GROUP B: SLINGS

ONE WAY SAFETY, LLC                     $4,921.39

ROOT BROTHERS MFG. & SUPPLY COMPANY                     $5,037.65

J.P. SIMONS & CO.                     $5,056.45

T&N CHICAGO, INC                     $5,116.65

S&J INDUSTRIAL SUPPLY CORPORATION                     $6,053.72

FAIRMONT SUPPLY COMPANY                     $6,207.89

R.S. HUGHES COMPANY, INC.                     * $7,907.52

AIR ONE EQUIPMENT, INC.                     $8,613.81

 

GROUP C: WELDING APPAREL

STAUFFER MANUFACTURING COMPANY                      $3,930.54

R.S. HUGHES COMPANY, INC.                     $4,296.16

FAIRMONT SUPPLY COMPANY                     $4,374.79

S&J INDUSTRIAL SUPPLY CORPORATION                     $5,835.73

ROOT BROTHERS MFG. & SUPPLY COMPANY                     $6,068.47

PRODUCTION DISTRIBUTION COMPANIES, INC.                      * $6,150.87

FISHER SCIENTIFIC COMPANY, LLC.                     $6,195.96

ONE WAY SAFETY, LLC                     $6,598.75

T&N CHICAGO, INC                     $7,967.05

AIR ONE EQUIPMENT, INC.                     $10,286.68

 

GROUP D: FALL PROTECTION

ADVANCED SUPPLY COMPANY INCORPORATED                     $19,254.65

R.S. HUGHES COMPANY, INC.                     $19,784.68

U.S. COMPLIANCE CENTERS, INC.                     $20,289.40

FAIRMONT SUPPLY COMPANY                     $20,675.52

STAUFFER MANUFACTURING COMPANY                       $20,710.28

CICERO MANUFACTURING & SUPPLY COMPANY, INC.                     $21,251.22

J.P. SIMONS & CO.                     $21,444.03

ONE WAY SAFETY, LLC                     $22,526.36

AIR ONE EQUIPMENT, INC.                     $22,784.49

PRODUCTION DISTRIBUTION COMPANIES, INC.                      * $23,804.90

ROOT BROTHERS MFG. & SUPPLY COMPANY                     $34,208.59

T&N CHICAGO, INC                     $37,008.40

FISHER SCIENTIFIC COMPANY, LLC.                     * $37,970.32

 

GROUP E: RESPIRATOR DEVICES

J.P. SIMONS & CO.                     $14,125.10

U.S. COMPLIANCE CENTERS, INC.                     * $15,080.52

CICERO MANUFACTURING & SUPPLY COMPANY, INC.                     $15,212.95

STAUFFER MANUFACTURING COMPANY                      $16,111.86

ROOT BROTHERS MFG. & SUPPLY COMPANY                     $17,172.23

FAIRMONT SUPPLY COMPANY                     $18,063.99

R.S. HUGHES COMPANY, INC.                     $33,138.12

AIR ONE EQUIPMENT, INC.                     $35,063.33

PRODUCTION DISTRIBUTION COMPANIES, INC.                     * $35,347.42

FISHER SCIENTIFIC COMPANY, LLC.                     $36,965.47

ONE WAY SAFETY, LLC                     $38,564.35

                     *corrected total

 

Eight hundred and sixty-three (863) companies were notified of the contract being advertised and forty-five (45) companies requested specifications.

 

U.S. Compliance Centers, 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 $73,000.00, placing the total bid of $56,126.29 approximately 23.1 percent below the estimate.

 

One Way Safety, 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 $6,000.00, placing the total bid of $4,921.39 approximately 18.0 percent below the estimate.

 

Stauffer Manufacturing Company, the low bidder for Group C, included qualifying statements regarding the option to change pricing through the duration of the contract, which is prohibited in the general terms and conditions of the contract.  Therefore, the bid from Stauffer Manufacturing Company was considered non-responsive and was rejected.  The Director of Procurement and Materials Management has notified Stauffer Manufacturing Company of this action. 

 

R.S. Hughes Company, 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 was $4,000.00, placing the total bid of $4,296.16 approximately 7.4 percent above the estimate.

 

Advanced Supply Company Incorporated, 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 $23,000.00, placing the total bid of $19,254.65 approximately 16.3 percent below the estimate.

 

J.P. Simons & Co., the lowest responsible bidder for Group E, is proposing to perform the contract in accordance with the specifications.  The estimated cost for Group E of this contract was $17,000.00, placing the total bid of $14,125.10 approximately 16.9 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 and Appendix V are 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 19-029-11, Group A to U.S. Compliance Centers, Inc., in an amount not to exceed $56,126.29, Group B to One Way Safety, LLC, in an amount not to exceed $4,921.39, Group C to R.S. Hughes Company, Inc., in an amount not to exceed $4,296.16, Group D to Advanced Supply Company Incorporated, in an amount not to exceed $19,254.65, and Group E to J.P. Simons & Co., in an amount not to exceed $14,125.10.

 

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

 

There was no bid deposit required for this contract.

 

 Funds are available in Accounts 101-20000-623680, 623270, 623700, 623780.

 

Recommended, Darlene A. LoCascio, Director of Procurement and Materials Management, DAL:SEB:MS:jd

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 October 3, 2019

 

Attachment