TRANSMITTAL LETTER FOR THE BOARD MEETING OF FEBRUARY 21, 2008
COMMITTEE ON PURCHASING
Mr. Richard Lanyon, General Superintendent
Title
Issue purchase orders for Contract 08-678-11 to Fullmer Locksmith Service, Inc., for Groups A and B, for Locksmith Services at Various Service Areas, in an amount not to exceed $60,000.00, Account 101-68000, 69000-612680, Requisitions 1225590 and 1228453
Body
Dear Sir:
On November 15, 2007, the Board of Commissioners passed an order directing the Purchasing Agent to advertise for bids for Locksmith Services at Various Service Areas.
In response to a public advertisement of December 19, 2007, a bid opening was held on January 8, 2008. The bid tabulation for this contract is:
GROUP: A STICKNEY AND LASMA
FULLMER LOCKSMITH SERVICE, INC. $23,067.50
ANCHOR MECHANICAL, INC. $30,180.00
GROUP: B CALUMET SERVICE AREA
FULLMER LOCKSMITH SERVICE, INC. $29,994.45
ANCHOR MECHANICAL, INC. $35,540.00
GROUP: C NORTH SIDE, EGAN, KIRIE AND HANOVER PARK
ANCHOR MECHANICAL, INC. $15,840.00
Two hundred thirty-nine (239) companies were notified of this contract being advertised and four (4) companies requested specifications.
The quantities specified in the contract documents were used for the purpose of comparing bids and establishing unit prices. The total amount to be expended on this contract, should usage differ from the estimated quantities, is not to exceed $60,000.00 for Groups A and B.
A review by the Maintenance and Operations Department of the sole bid submitted by Anchor Mechanical, Inc., for Group C, indicates that this firm does not meet the detailed specifications because the company does not possess a Locksmith Agency License and are not an authorized Medeco dealer, as required in the detail specifications. Therefore, the Purchasing Agent has notified this firm that their bid is considered non-responsive and rejected in the public’s best interest.
Fullmer Locksmith Service, Inc., the lowest responsible bidder for Groups A and B, is proposing to perform this contract, all in accordance with our specifications. The estimated cost for this contract was $60,000.00, placing the bid of $53,061.95, approximately 11.6 percent below this estimate.
Group C of this contract will be reviewed and re-advertised.
In view of the foregoing, it is recommended that this contract be awarded in the total amount not to exceed $60,000.00, as indicated in the Agenda Summary. The bid deposits in the amounts of $1,500.00 for Group A, and $1,500.00 for Group B, will be retained in lieu of a performance bond, which is satisfactory to our Legal Department and approved by the Purchasing Agent. The estimated 2008 and 2009 expenditures are $30,000.00 for each year. Funds for the 2008 expenditure are available in Account No. 101-68000, 69000-612680.
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