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 #: 09-1923    Version: 1
Type: Agenda Item Status: Adopted
File created: 12/30/2009 In control: Procurement Committee
On agenda: 1/7/2010 Final action: 1/7/2010
Title: Authority to award Contract 10-003-11, Furnish and Deliver Laboratory Tubing and Gloves to Various Locations for a One (1) Year Period, Group A, to Indelco Plastics Corporation, in an amount not to exceed $16,913.00, and Group B, to Allied Glove Corporation, in an amount not to exceed $52,713.00, Account 101-20000-623570

TRANSMITTAL LETTER FOR BOARD MEETING OF JANUARY 7, 2010

 

COMMITTEE ON PROCUREMENT

 

Mr. Richard Lanyon, Executive Director

 

Title

Authority to award Contract 10-003-11, Furnish and Deliver Laboratory Tubing and Gloves to Various Locations for a One (1) Year Period, Group A, to Indelco Plastics Corporation, in an amount not to exceed $16,913.00, and Group B, to Allied Glove Corporation, in an amount not to exceed $52,713.00, Account 101-20000-623570

Body

 

Dear Sir:

 

On November 5, 2009, the Board of Commissioners authorized the Director of Procurement and Materials Management to advertise for bids, Contract 10-003-11 furnish and deliver laboratory tubing and gloves to various locations for a one (1) year period, beginning approximately January 1, 2010 and ending December 31, 2010.

 

In response to a public advertisement of November 18, 2009, a bid opening was held on December 8, 2009.  The bid tabulation for this contract is:

 

Group A: LABORATORY TUBING

MIDLAND PLASTICS, INC.                     $8,887.00

INDELCO PLASTICS CORPoration                     $16,913.00

A DAIGGER & COmpany, INC.                     *$29,305.00

FISHER SCIENTIFIC COmpany, LLC.                     $30,776.00

                     *corrected total

 

GROUP B: GLOVES

CHEMCRAFT INDUSTRIES, INC.                     $46,960.00

S & J INDUSTRIAL SUPPLY CORPORATION                     *$48,534.00

ALLIED GLOVE CORPORATION                     $52,713.00

LEGION SAFETY PRODUCTS, LLC.                     $53,055.00

APPLIED INDUSTRIAL TECHNOLOGIES, INC.                     $58,165.50

FISHER SCIENTIFIC COMPANY, LLC                      $102,234.00

                     *corrected total

 

Six hundred thirty-one (631) companies were notified of this contract being advertised and thirty-six (36) companies requested specifications.

 

Midland Plastics Inc., the low bidder for Group A, and both Chemcraft Industries, Inc. and S & J Industrial Supply Corporation, the low bidders for Group B, all bid unauthorized substitutions, which is not in accordance with the bidding requirements as stated in material descriptions/Board of Standardization specifications.  Therefore, these bids are considered non-responsive and are rejected in the public’s best interest.  The Director of Procurement and Materials Management has notified Midland Plastics Inc., Chemcraft Industries, Inc. and S & J Industrial Supply Corporation of this action.

 

Indelco Plastics Corporation, the lowest responsible bidder for Group A, and Allied Glove Corporation, the lowest responsible bidder for Group B, both are proposing to perform the contract in accordance with the specifications.  The estimated cost for this contract was $97,000.00, placing the total bids for Group A and Group B of $69,626.00, approximately 28.22 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 Revised 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 10-003-11, Group A, to Indelco Plastics Corporation, in an amount not to exceed $16,913.00, and Group B, to Allied Glove Corporation, in an amount not to exceed $52,713.00.

 

Purchase orders will be issued for the material as required. Payment will be based on the unit cost as indicated in the contract documents.  The bid deposit for Group A, $850.00, and Group B, $4,000.00, will be retained in lieu of  performance bonds, which are satisfactory to the Law Department and approved by the Director of Procurement and Materials Management.  Funds are available in Account 101-20000-623570.

 

Recommended, Darlene A. LoCascio, Director of Procurement and Materials Management, DAL:SEB:JN:jk

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 January 7, 2010