Meeting Date:
|
|
Category:
|
|
Type:
|
|
Subject:
|
11.40 Amendment to Personal Protective Equipment (PPE) Contract 9402 |
|
|
Strategic Plans:
|
Priority 1.1 1.1 Organize and align departments and resources to support district priorities, strategies, and initiatives.
|
|
|
Enclosure:
|
|
File Attachment:
|
|
Summary:
|
WHEREAS, in response to the COVID-19 National Declaration of Emergency bids were electronically received on Thursday, June 9, 2022 after public advertisement for Personal Protective Equipment (PPE), request for bids were issued to one hundred thirteen (113) vendors with twenty-six (26) vendors responding; and WHEREAS, the Newark Board of Education approved the original contract during the August 25, 2022 Board Meeting for a two (2) year period commencing August 25, 2022 through August 24, 2024; and WHEREAS, the Newark Board of Education desires to amend the current contract for Bloomfield Drapery as the vendor erroneous entered the per unit price rather than the case price for row 3 “G-Clean (Non Flammable) Hand Foaming Hand Sanitizer with Moisturizer (organic essential oils tea tree and coconut oil). Contains 75% isopropyl alcohol. Two active germ killing ingredients (Isopropyl Alcohol and Benzalkonium Chloride). Kills 99.99% of illness-causing germ. Non-Flammable - 18.5 ounce (550 milliliter). SKU-GF-2550 (12 /550ml per case). Brand or equivalent.”; and WHEREAS, Bloomfield Drapery is still the lowest bidder for row 3 item G-Clean Foaming Hand Sanitizer. And, Bloomfield Drapery has also provided an additional discounted rate of $43.20 ($3.60 per unit) if purchases are made in case quantities greater than 6,000; and WHEREAS, the Newark Board of Education also desires to rescind the contract award to Rhino Medical Center, as this vendor declined the District’s award of contract and award their item to the next lowest responsive and responsible bidder; and WHEREAS, the recommendation for amendment of term contracts was reviewed and approved by Carlos Edmundo, Interim Executive Director of Facilities Management and Operations and Krystle Whitlock, Assistant School Business Administrator. |
|
|
Funding :
|
Subject to the availability of funds. 20-20-483-100-610-352-000-000 10-11-xxx-xxx-600/610-xxx-xxx-xxx 15-15-xxx-xxx-600/610-xxx-xxx-xxx 20-20-xxx-xxx-600/610-xxx-xxx-xxx |
|
|
Recommendation to the Board
|
NOW THEREFORE BE IT RESOLVED, that the Newark Board of Education hereby accepts and approves the amendment of term contracts for Personal Protective Equipment (PPE) increasing the award value for Bloomfield Drapery as they erroneous entered the per unit price rather than the case price for row 3 item G-Clean Hand Foaming Hand Sanitizer with Moisturizer, rescinding the award of contract to Rhino Medical Center and awarding their item to the next lowest responsive and responsible bidder for a two (2) year period of August 25, 2022 through August 24, 2024 as follows: A. Atra Janitorial Supply Inc., Pompton Plains, NJ originally awarded 1 item at a cost not to exceed $693,600.00 to awarded 2 items at a cost not to exceed $ 1,566,240.00 B. BCS Marketing Solutions dba 18 Supply, East Hanover, NJ awarded 1 item at a cost not to exceed $9,560.00 C. Bio-Shine LLC., Spotswood, NJ awarded 4 items at a cost not to exceed $105,220.00 D. Bloomfield Drapery, East Rutherford, NJ originally awarded 8 items at a cost not to exceed $906,368.20 to awarded 8 items at cost not to exceed $1,434,368.20 E. General Chemical & Supply, Moorestown, NJ awarded 1 item at a cost not to exceed $2,328,000.00 F. Malor & Company, Inc., New York, NY awarded 26 items at a cost not to exceed 5,324,724.90 G. Mini Wing USA, PVC, CA awarded 2 items at a cost not to exceed $35,600.00 H. Rhino Medical Supply, Inc., Columbia, SC from 1 item at a cost not to exceed $540,000.00 to 0 items at a cost not to exceed $0.00 I. Texas Medical Technology Inc., Sugarland, TX awarded 9 items at a cost not to exceed $1,326,100.00 Grand total amount not to exceed to exceed from $11,269,173.10 to $12,129,813.10 EXPLANATION: To provide personal protective equipment throughout the District. |
|
|
Approvals:
|
Recommended By: |
Signed By: |
|
Ledah Arbubaker - Strategic Sourcing Analyst |
|
Signed By: |
|
Nicole Yarbough - Purchasing Manager |
|
Signed By: |
|
Joao Dias - Budget Officer |
|
Signed By: |
|
Krystle Whitlock - Assistant Business Administrator |
|
Signed By: |
|
Sherelle Spriggs - Senior Purchasing Manager |
|
Signed By: |
|
Valerie Wilson - School Business Administrator |
|
Signed By: |
|
Roger León - Superintendent |
|
|
|
|
|
Vote Results:
|
Original Motion | Member Hasani Council Moved, Member Josephine Garcia seconded to approve the Original motion 'NOW THEREFORE BE IT RESOLVED, that the Newark Board of Education hereby accepts and approves the amendment of term contracts for Personal Protective Equipment (PPE) increasing the award value for Bloomfield Drapery as they erroneous entered the per unit price rather than the case price for row 3 item G-Clean Hand Foaming Hand Sanitizer with Moisturizer, rescinding the award of contract to Rhino Medical Center and awarding their item to the next lowest responsive and responsible bidder for a two (2) year period of August 25, 2022 through August 24, 2024 as follows: A. Atra Janitorial Supply Inc., Pompton Plains, NJ originally awarded 1 item at a cost not to exceed $693,600.00 to awarded 2 items at a cost not to exceed $ 1,566,240.00 B. BCS Marketing Solutions dba 18 Supply, East Hanover, NJ awarded 1 item at a cost not to exceed $9,560.00 C. Bio-Shine LLC., Spotswood, NJ awarded 4 items at a cost not to exceed $105,220.00 D. Bloomfield Drapery, East Rutherford, NJ originally awarded 8 items at a cost not to exceed $906,368.20 to awarded 8 items at cost not to exceed $1,434,368.20 E. General Chemical & Supply, Moorestown, NJ awarded 1 item at a cost not to exceed $2,328,000.00 F. Malor & Company, Inc., New York, NY awarded 26 items at a cost not to exceed 5,324,724.90 G. Mini Wing USA, PVC, CA awarded 2 items at a cost not to exceed $35,600.00 H. Rhino Medical Supply, Inc., Columbia, SC from 1 item at a cost not to exceed $540,000.00 to 0 items at a cost not to exceed $0.00 I. Texas Medical Technology Inc., Sugarland, TX awarded 9 items at a cost not to exceed $1,326,100.00 Grand total amount not to exceed to exceed from $11,269,173.10 to $12,129,813.10 EXPLANATION: To provide personal protective equipment throughout the District.'. Upon a Roll-Call Vote being taken, the vote was: Aye: 8 Nay: 0. | The motion Carried 8 - 0 | | | Josephine Garcia | Yes | Flohisha Johnson | Yes | Asia J. Norton | Yes | A'Dorian Murray-Thomas | Yes | Hasani Council | Yes | Vereliz Santana | Yes | Daniel Gonzalez | Yes | Crystal Williams | Yes | |
|
|
|
|
|
|