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 #: 13-0930    Version: 1
Type: Agenda Item Status: Adopted
File created: 8/21/2013 In control: Procurement Committee
On agenda: 8/29/2013 Final action: 8/29/2013
Title: Authority to award Contract 13-049-11, Furnish and Deliver Work Gloves to Various Locations, for a One (1) Year Period, Group A to Advance Safety Equipment Co., in an amount not to exceed $8,322.00, Groups B & D to LabSource, Inc., in an amount not to exceed $12,797.44, and Group C to Saf-T-Gard International, Inc., in an amount not to exceed $21,472.00, Account 101-20000-623700
Attachments: 1. 13-049-11 items.pdf
TRANSMITTAL LETTER FOR BOARD MEETING OF AUGUST 29, 2013
 
COMMITTEE ON PROCUREMENT
 
Mr. David St. Pierre, Executive Director
 
Title
Authority to award Contract 13-049-11, Furnish and Deliver Work Gloves to Various Locations, for a One (1) Year Period, Group A to Advance Safety Equipment Co., in an amount not to exceed $8,322.00, Groups B & D to LabSource, Inc., in an amount not to exceed $12,797.44, and Group C to Saf-T-Gard International, Inc., in an amount not to exceed $21,472.00, Account 101-20000-623700
Body
 
Dear Sir:
 
On June 6, 2013, the Board of Commissioners authorized the Director of Procurement and Materials Management to advertise for bids, contract 13-049-11 furnish and deliver work gloves to various locations for a one (1) year period, beginning approximately October 1, 2013 and ending September 30, 2014.
 
In response to a public advertisement of June 26, 2013, a bid opening was held on July 23, 2013.  The bid tabulation for this contract is:
 
GROUP A:  WOOL, COTTON & FLEECE
VWR INTERNATIONAL, LLC      $2,289.33
ADVANCE SAFETY EQUIPMENT CO.      $8,322.00
FAIRMONT SUPPLY COMPANY      $8,750.00
KAUL GLOVE & MFG. CO.      *$9,070.00
CINTAS CORPORATION #2      $9,100.00
ALLIED GLOVE CORP.      $9,140.00
ADVANCED SUPPLY CO. INC.      $9,530.00
LABSOURCE, INC.      $9,570.00
SAFETY SUPPLY ILLINOIS, LLC      $9,882.00
CICERO MFG. & SUPPLY CO., INC.      $10,968.00
PAYTON'S CLEANING SERVICE      *$474,750.00
 
GROUP B:  NEOPRENE, RUBBER & VINYL COATED
LABSOURCE, INC.      $3,617.44
SAFETY SUPPLY ILLINOIS, LLC      $3,966.34
ALLIED GLOVE CORP.      $3,998.40
FAIRMONT SUPPLY COMPANY      $4,043.99
ADVANCE SAFETY EQUIPMENT CO.      $4,180.45
KAUL GLOVE & MFG. CO.      *$4,245.55
ADVANCED SUPPLY CO. INC.      $4,381.60
PAYTON'S CLEANING SERVICE      *$5,214.00
CICERO MFG. & SUPPLY CO., INC.      $5,220.64
CINTAS CORPORATION #2      $6,608.38
VWR INTERNATIONAL, LLC      *$67,176.83
 
GROUP C:  LEATHER
SAF-T-GARD INTERNATIONAL, INC.      $21,472.00
SAFETY SUPPLY ILLINOIS, LLC      $27,149.50
FAIRMONT SUPPLY COMPANY      $28,811.60
KAUL GLOVE & MFG. CO.      $29,613.07
ADVANCE SAFETY EQUIPMENT CO.      $30,621.10
ADVANCED SUPPLY CO. INC.      $31,043.10
LABSOURCE, INC.      $31,150.20
CICERO MFG. & SUPPLY CO., INC.      $32,596.40
CINTAS CORPORATION #2      $34,135.00
PAYTON'S CLEANING SERVICE      *$85,458.40
VWR INTERNATIONAL, LLC      *$388,271.60
 
GROUP D:  RUBBER PALM
LABSOURCE, INC.      $9,180.00
SAF-T-GARD INTERNATIONAL, INC.      *$9,180.00
SAFETY SUPPLY ILLINOIS, LLC      $9,843.00
KAUL GLOVE & MFG. CO.      *$10,149.00
FAIRMONT SUPPLY COMPANY      $10,149.00
ADVANCE SAFETY EQUIPMENT CO.      $10,761.00
ALLIED GLOVE CORP.      $11,169.00
ADVANCED SUPPLY CO. INC.      $11,679.00
CICERO MFG. & SUPPLY CO., INC.      *$12,246.00
CINTAS CORPORATION #2      $13,025.00
PAYTON'S CLEANING SERVICE      $44,052.00
VWR INTERNATIONAL, LLC      *$131,988.00
      *corrected total
 
Four hundred twenty (420) companies were notified of the contract being advertised and fifty-two (52) companies requested specifications.
 
The low bid received from VWR International, LLC, for Group A of this contract, revealed the bidder failed to bid all of the items within the group as required in the contract documents.  Therefore, the bid was considered non-responsive and rejected in the public's best interest.  The Director of Procurement and Materials Management has notified VWR International, LLC of this action.
 
Advance Safety Equipment Co., 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 $9,500.00, placing the total bid of $8,322.00 approximately 12.4 percent below the estimate.
 
Advance Safety Equipment Co. is not authorized to transact business in Illinois but has submitted a certificate of good standing from the State of Virginia.  The Department of Procurement and Materials Management has received approval from the Executive Director to move forward with the recommendation to award.
 
LabSource, Inc., the lowest responsible bidder for Groups B & D, is proposing to perform the contract in accordance with the specifications.  The estimated cost for Groups B & D of this contract was $10,600.00, placing their total bid of $12,797.44 approximately 20.7 percent above the estimate.
 
Saf-T-Gard International, 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 $22,500.00, placing the total bid of $21,472.00 approximately 4.6 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 13-049-11, Group A, to Advance Safety Equipment Co., in an amount not to exceed $8,322.00, Groups B and D to LabSource, Inc., in an amount not to exceed $12,797.44 and Group C to Saf-T-Gard International, Inc., in an amount not to exceed $21,472.00.
 
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:MB:jt
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 August 29, 2013
 
Attachment