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 #: 17-0802    Version: 1
Type: Agenda Item Status: Adopted
File created: 7/26/2017 In control: Procurement Committee
On agenda: 8/3/2017 Final action: 8/3/2017
Title: Authority to award Contract 17-674-11, Furnish and Deliver Repair Parts and Services for Trucks and Trailers at Various Locations, to B & W Truck Repair, Inc., in an amount not to exceed $460,849.00, Accounts 101-66000, 67000, 68000, 69000-612860, 623250, Requisitions 1459150, 1459151, 1459152, and 1459153 (As Revised)
Attachments: 1. Contract 17-674-11 Revised Appendix D Report.pdf

TRANSMITTAL LETTER FOR BOARD MEETING OF August 3, 2017

 

COMMITTEE ON PROCUREMENT

 

Mr. David St. Pierre, Executive Director

 

Title

Authority to award Contract 17-674-11, Furnish and Deliver Repair Parts and Services for Trucks and Trailers at Various Locations, to B & W Truck Repair, Inc., in an amount not to exceed  $460,849.00, Accounts 101-66000, 67000, 68000, 69000-612860, 623250, Requisitions 1459150, 1459151, 1459152, and 1459153 (As Revised)

Body

 

Dear Sir:

 

On March 16, 2017, the Board of Commissioners authorized the Director of Procurement and Materials Management to advertise for bids, Contract 17-674-11 Furnish and Deliver Repair Parts and Services for Trucks and Trailers at Various Locations. 

 

In response to a public advertisement of April 19, 2017, a bid opening was held on May 16, 2017. The bid tabulation for this contract is:

 

QUALITY TRUCK & TRAILER REPAIR, INC.                     $364,779.00

E & R TOWING & GARAGE, INC.                     $407,039.00

B & W TRUCK REPAIR, INC.                     *$460,849.00

                     *corrected total

                     

Four hundred fifty-seven (457) companies were notified of this contract being advertised and eighteen (18) companies requested specifications.

 

Quality Truck & Trailer Repair, Inc., the low bidder, submitted a waiver request of the MBE and WBE requirements for this contract.  The Diversity Section sent the Exhibit C form to the contractor on May 18, 2017.  Since the contractor has declined to submit their Exhibit C, the waiver request is denied.  Therefore, the bid is deemed non-responsive and rejected.  The Director of Procurement and Materials Management has informed Quality Truck & Trailer Repair, Inc., of this action.

 

E & R Towing & Garage, Inc., the second low bidder, is in the process of bankruptcy.  According to the Law Department’s review of this matter, Old Town Company, a/k/a, E & R Towing & Garage, Inc. was sold to Medley Capital Corporation on May 2 2017, and the bankruptcy is in the process of being dismissed.  In addition, E & R Towing & Garage, Inc., changed its corporate name to Old ERTG IL, Inc. according to the Illinois Secretary of State.  It appears that E & R Towing & Garage, Inc. is no longer a viable corporation and, as a result, could not perform Contract 17-674-11 at this point in time.  Therefore, the bid is no longer under consideration as the lowest responsible bidder, in accordance with Section 11.3 of the Purchasing Act.  The Director of Procurement and Materials Management has informed E & R Towing & Garage, Inc., of this action.

 

B & W Truck Repair, Inc., the lowest responsible bidder, is proposing to perform the contract in accordance with the specifications. The estimated cost for this contract is $366,504.00, placing the bid of $460,849.00 approximately 25.7 percent above the estimate.

 

The contract shall commence upon approval of the Contractor’s Bond and terminate on December 31, 2019.

 

 

B & W Truck Repair, Inc., is in compliance with the Affirmative Action Ordinance, Revised Appendix D as indicated on the attached report.  The Minority Business Enterprise (MBE), Women Business Enterprise (WBE) and Small Business Enterprise (SBE) utilization goals for this contract are 10 percent MBE, 5 percent WBE, and the bidder offers MBE and WBE credits to satisfy SBE participation.

 

The Multi-Project Labor Agreement was not included in the contract because it is primarily a furnish and deliver contract.  Also, work will be performed offsite at the contractor’s repair facility.

 

The contract will require approximately three (3) people for the services.

 

In view of the foregoing, it is recommended that the Director of Procurement and Materials Management be authorized to award Contract 17-674-11 to B & W Truck Repair, Inc., in an amount not to exceed $460,849.00.

 

Funds for the 2017 expenditure, in the amount of $92,169.80, are available in Accounts 101-66000, 67000, 68000, 69000-612860, 623250.  The estimated expenditures for 2018 are $184,339.60, and for 2019 are $184,339.60.  Funds for the 2018 and 2019 expenditures are contingent on the Board of Commissioners’ approval of the District’s budget for those years.

 

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

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 3, 2017

 

Attachment