TRANSMITTAL LETTER FOR BOARD MEETING OF OCTOBER 3, 2019
COMMITTEE ON PROCUREMENT
Mr. Brian A. Perkovich, Executive Director
Title
Authority to award Contract 19-032-11, Furnish and Deliver Coveralls, Rainwear and Boots to Various Locations for a One (1) Year Period, Groups A and B, to U.S. Compliance Centers, Inc., in an amount not to exceed $24,053.16, and Group C to Fisher Scientific Company, LLC., in an amount not to exceed $16,822.85, Account 101-20000-623700
Body
Dear Sir:
On July 11, 2019, the Board of Commissioners authorized the Director of Procurement and Materials Management to advertise for bids, Contract 19-032-11 furnish and deliver coveralls, rainwear and boots 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 31, 2019, a bid opening was held on August 13, 2019.
The bid tabulation for this contract is:
GROUP A - COVERALLS
U.S. COMPLIANCE CENTERS, INC. * $ 22,087.26
ROOT BROTHERS MFG. & SUPPLY COMPANY $ 23,020.33
FISHER SCIENTIFIC COMPANY, LLC. * $ 24,451.49
FAIRMONT SUPPLY COMPANY $ 24,712.99
STAUFFER MANUFACTURING COMPANY $ 25,469.13
ONE WAY SAFETY, LLC * $ 28,210.53
*corrected total
GROUP B - RAINWEAR
T&N CHICAGO, INC $ 1,612.60
U.S. COMPLIANCE CENTERS, INC. $ 1,965.90
STAUFFER MANUFACTURING COMPANY $ 2,117.20
FAIRMONT SUPPLY COMPANY $ 2,237.90
ROOT BROTHERS MFG. & SUPPLY COMPANY $ 2,282.22
ONE WAY SAFETY, LLC $ 3,480.06
FISHER SCIENTIFIC COMPANY, LLC. $ 3,770.58
GROUP C - BOOTS
FAIRMONT SUPPLY COMPANY $ 14,048.95
STAUFFER MANUFACTURING COMPANY $ 14,101.15
FISHER SCIENTIFIC COMPANY, LLC. * $ 16,822.85
ROOT BROTHERS MFG. & SUPPLY COMPANY * $ 17,004.63
ONE WAY SAFETY, LLC * $ 21,068.08
U.S. COMPLIANCE CENTERS, INC. * $ 39,179.53
*corrected total
One hundred and fifty-four (154) companies were notified of the contract being advertised and twenty-eight (28) companies requested specifications.
U.S. Compliance Centers, Inc., 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 $28,000.00, placing the total bid of $24,053.16 approximately 14.1 percent below the estimate.
T&N Chicago, Inc., the apparent low bidder for Group B, offered the district seven (7) item substitutions. Six (6) of the substitutions were for MWRD Master Material numbers 112018 thru 112023, which include miscellaneous sizes of the same make of rain bib overalls, MWRD B.O.S. Specification #90-12-21-01. T&N Chicago, Inc., offered a substitution product, PIP #201-350B, which does not meet the MWRD specification requirements calling for “Onguard #76050” or approved equal. The “Onguard #76050” outer layer is made of 0.65mm PVC, while the outer layer of PIP #201-350B is made of 0.35mm PVC. The outer layer of the PIP substitution offered is 46% less thick than the approved “Onguard” product and was deemed to be not equal to the MWRD B.O.S. Specification requirements. Therefore, this bid is rejected in the public’s best interest. The Director of Procurement and Materials Management has notified T&N Chicago, Inc. of this action.
Fairmont Supply Company, the apparent low bidder for Group C, notified the District on September 18, 2019, that they are having difficulties delivering materials and supplies, and can no longer provide items on this contract. Therefore, this bid was rejected in the public’s best interest. The Director of Procurement and Materials Management has notified Fairmont Supply Company of this action.
Stauffer Manufacturing Company, the apparent second 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.
Fisher Scientific 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 $15,000.00, placing the total bid of $16,822.85 approximately 12.2 percent above 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 19-032-11, Groups A and B, to U.S. Compliance Centers, Inc., in an amount not to exceed $24,053.16, and Group C to Fisher Scientific Company, LLC., in an amount not to exceed $16,822.85.
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 Account 101-20000-623700.
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