TRANSMITTAL LETTER FOR BOARD MEETING OF FEBRUARY 21, 2008
COMMITTEE ON PURCHASING
Mr. Richard Lanyon, General Superintendent
Title
Issue purchase orders for Contract 08-895-11, to Patson, Inc., d/b/a Transchicago Truck Group, and/or Northwest Ford & Sterling Truck Center, for Group A, in an amount not to exceed $149,857.00, and to Country Supply, Inc., for Group B, in an amount not to exceed $34,500.00, to Furnish and Deliver One All-Wheel Drive Dump Truck and One Semi-Dump Trailer to the Calumet Water Reclamation Plant, in a total amount not to exceed $184,357.00, Account 101-68000-634860, Requisition 1223246
Body
Dear Sir:
On December 6, 2007, the Board of Commissioners passed an order directing the Purchasing Agent to advertise for bids to Furnish and Deliver One All-Wheel Drive Dump Truck and One Semi-Dump Trailer to the Calumet Water Reclamation Plant.
In response to a public advertisement of December 19, 2007, a bid opening was held on January 15, 2008. The bid tabulation for this contract is:
GROUP A - Dump Truck
CHICAGO INTERNATIONAL TRUCKS, LLC $149,500.00
PATSON, INC., D/B/A TRANSCHICAGO TRUCK $149,857.00
GROUP AND/OR NORTHWEST FORD & STERLING
TRUCK CENTER
GROUP B - Dump Trailer
COUNTRY SUPPLY, INC. $34,500.00
PATSON, INC., D/B/A TRANSCHICAGO TRUCK $36,750.00
GROUP AND/OR NORTHWEST FORD & STERLING
TRUCK CENTER
One hundred sixty-four (164) companies were notified of this contract being advertised and seven (7) companies requested specifications.
A review of the low bid for Group A, submitted by Chicago International Truck, LLC, by our Maintenance and Operations Department, revealed that this firm did not comply with several requirements of the detailed specifications. Below are a few of the items that do not meet specifications. The detailed specifications required a torque limiting clutch brake, a power steering oil cooler, and front shock absorbers. The required items mentioned above are not provided by this bidder. Therefore, the Purchasing Agent has notified Chicago International Truck, LLC, that their bid is considered non-responsive and rejected.
Patson, Inc., d/b/a Transchicago Truck Group and/or Northwest Ford & Sterling Truck Center, the lowest responsible bidder for Group A of this contract, is proposing to perform this contract, all in accordance with our specifications. The total estimated cost for this contract was $150,000.00, placing the total bid of $149,857.00, approximately equal to the estimate.
Country Supply, Inc., the lowest responsible bidder for Group B of this contract, is proposing to perform this contract, all in accordance with our specifications. The total estimated cost for this contract was $50,000.00, placing the total bid of $34,500.00, approximately 31 percent below this estimate.
In view of the foregoing, it is recommended that Group A of this contract be awarded to Patson, Inc., d/b/a Transchicago Truck Group and/or Northwest Ford & Sterling Truck Center, in an amount not to exceed $149,857.00, and Group B of this contract be awarded to Country Supply, Inc., in an amount not to exceed $34,500.00, for a total amount of $184,357.00. The bid deposits in the amount of $375.00 for Group A and $2,500.00 for Group B, shall be retained in lieu of a performance bond, which is satisfactory to our Legal Department and approved by the Purchasing Agent. Funds are available in Account 101-68000-634860.
Recommended, Darlene A. LoCascio, Purchasing Agent, DAL:SEB:klv
Respectfully Submitted, Barbara J. McGowan, Chairman Committee on Purchasing
ORDERED passed by affirmative roll call vote of a majority of the Commissioners present this February 21, 2008. Approved, President Terrence J. O’Brien