TRANSMITTAL LETTER FOR BOARD MEETING OF DECEMBER 16, 2010
COMMITTEE ON PROCUREMENT
Mr. Richard Lanyon, Executive Director
Title
Authority to award Contract 11-027-11, Furnish and Deliver Glass and Plastic Labware to Various Locations for a One (1) Year Period, Groups A and B to A. Daigger & Company, Inc., in an amount not to exceed $76,394.88, and Group C to Crown Packaging International, Inc., in a total amount not to exceed $129,534.84, Account 101-20000-623570
Body
Dear Sir:
On October 7, 2010, the Board of Commissioners authorized the Director of Procurement and Materials Management to advertise for bids, Contract 11-027-11 furnish and deliver glass and plastic labware to various locations for a one (1) year period, beginning approximately January 1, 2011 and ending December 31, 2011.
In response to a public advertisement of October 20, 2010, a bid opening was held on November 9, 2010. The bid tabulation for this contract is:
GROUP A: GLASS LABWARE
A. DAIGGER & COMPANY, INC. $41,838.60
FISHER SCIENTIFIC COMPANY LLC $42,645.96
GROUP B: PLASTIC LABWARE
A. DAIGGER & COMPANY, INC. *$34,556.28
FISHER SCIENTIFIC COMPANY LLC $37,339.92
GROUP C: COMMERCIAL GLASS AND PLASTIC LABWARE
CROWN PACKAGING INTERNATIONAL, INC. *$129,534.84
FISHER SCIENTIFIC COMPANY LLC $164,204.38
GROUP D: PRECLEANED BOTTLES
FISHER SCIENTIFIC COMPANY LLC $61,416.00
*corrected total
Three hundred ninety (390) companies were notified of the contract being advertised and thirteen (13) companies requested specifications.
The sole bid received for Group D was approximately 280 percent above the estimate and is considered too high. Therefore, the bid is considered non-responsive and rejected in the public’s best interest. The Director of Procurement and Materials Management has notified Fisher Scientific Company LLC of this action. Group D will be re-bid in the near future.
A. Daigger & Company, 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 $71,000.00, placing the total bid of $76,394.88 approximately 7.6 percent above the estimate.
Crown Packaging 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 $121,500.00, placing the bid amount of $129,534.84 approximately 6.6 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.
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 11-027-11, Groups A & B to A. Daigger & Company, Inc., in an amount not to exceed $76,394.88, and Group C to Crown Packaging International, Inc., in an amount not to exceed $129,534.84.
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 deposits in the amount of $3,600.00 for Groups A and B, and $6,100.00 for Group C will be retained in lieu of a performance bond which is satisfactory to the Law Department and approved by the Director of Procurement and Materials Management. Funds are being requested in 2011, in Account 101-20000-623570, and are contingent on the Board of Commissioners’ approval of the District’s budget for that year.
Recommended, Darlene A. LoCascio, Director of Procurement and Materials Management, DAL:SEB:MB:dp
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 December 16, 2010