Skip to main content


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 #: 08-1103    Version: 1
Type: Agenda Item Status: Adopted
File created: 3/6/2008 In control: Procurement Committee
On agenda: 3/6/2008 Final action: 3/6/2008
Title: Issue purchase orders for Contract 08-610-11 to Furnish and Deliver Trucks to Various Locations to Patson, Inc., d/b/a TransChicago Truck Group, for Group A and Group B, in a total amount not to exceed $416,254.00, Account 101-67000, 68000, 69000-634860, Requisitions 1226800, 1226069, and 1226029

TRANSMITTAL LETTER FOR BOARD MEETING OF MARCH 6, 2008

 

COMMITTEE ON PURCHASING

 

Mr. Richard Lanyon, General Superintendent

 

Title

Issue purchase orders for Contract 08-610-11 to Furnish and Deliver Trucks to Various Locations to Patson, Inc., d/b/a TransChicago Truck Group, for Group A and Group B, in a total amount not to exceed $416,254.00, Account 101-67000, 68000, 69000-634860, Requisitions 1226800, 1226069, and 1226029

Body

 

Dear Sir:

 

On November 15, 2007 the Board of Commissioners passed an order directing the Purchasing Agent to advertise for bids to Furnish and Deliver Trucks to Various Locations.

 

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

FREEWAY FORD-STERLING TRUCK SALES, INC.                     $139,995.00

PATSON INC. D/B/A TRANSCHICAGO TRUCK GROUP                     $142,048.00

CHICAGO INTERNATIONAL TRUCKS                     $147,000.00

 

GROUP B

PATSON INC. D/B/A TRANSCHICAGO TRUCK GROUP                     $274,206.00

 

One hundred thirty-two (132) companies were notified of this contract being advertised and thirteen (13) companies requested specifications.

 

Freeway Ford-Sterling Truck Sales, Inc., the low bidder for Group A, included a list of exceptions and/or clarifications with their bid.  One exception states that the “order must be placed by March 5, 2008, no exceptions.”  Based on the order deadline and the other exceptions stated by this bidder, the Purchasing Agent has informed Freeway Ford-Sterling Truck Sales, Inc., that their bid is non-responsive and rejected.

 

Patson Inc., d/b/a TransChicago Truck Group, the lowest responsible bidder for Groups A and B, is proposing to perform this contract, all in accordance with the specifications.  The total estimated cost for Groups A and B of this contract was $466,000.00, placing the total bid of $416,254.00, approximately 10.6 percent below the estimate for both groups.

 

In view of the foregoing, it is recommended that the Purchasing Agent be authorized to issue purchase orders as indicated in the Agenda Summary.  The bid deposits in the amounts of $450.00 for Group A, $750.00 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 101-67000, 68000, 69000-634860.

 

Recommended, Darlene A. LoCascio, Purchasing Agent, DAL:SAB: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 March 6, 2008.  Approved, President Terrence J. O’Brien