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 #: 17-0497    Version: 1
Type: Agenda Item Status: Adopted
File created: 4/26/2017 In control: Procurement Committee
On agenda: 5/4/2017 Final action: 5/4/2017
Title: Authority to award Contract 17-613-11, Scavenger Services at Various Service Areas, Group A to Chicago Disposal, Inc., in an amount not to exceed $2,034,674,74, Group B to Independent Recycling Services, Inc., in an amount not to exceed $650,491.00, Group C to Allied Waste Transportation, Inc., in an amount not to exceed $699,557.27, and Groups D, E, F and G to Flood Bros. Disposal Co., in an amount not to exceed $488,889.00, Accounts 101, 501-66000, 67000, 68000, 69000-50000, 612520 Requisitions 1445212, 1437175, 1449772,1440568, 1449774, 1449775, and 1449762

TRANSMITTAL LETTER FOR BOARD MEETING OF MAY 4, 2017

 

COMMITTEE ON PROCUREMENT

 

Mr. David St. Pierre, Executive Director

 

Title

Authority to award Contract 17-613-11, Scavenger Services at Various Service Areas, Group A to Chicago Disposal, Inc., in an amount not to exceed $2,034,674,74, Group B to Independent Recycling Services, Inc., in an amount not to exceed $650,491.00, Group C to Allied Waste Transportation, Inc.,  in an amount not to exceed $699,557.27, and Groups D, E, F and G to Flood Bros. Disposal Co., in an amount not to exceed $488,889.00, Accounts 101, 501-66000, 67000, 68000, 69000-50000, 612520 Requisitions 1445212, 1437175, 1449772,1440568, 1449774, 1449775, and 1449762

Body

 

Dear Sir:

 

On January 19, 2017, the Board of Commissioners authorized the Director of Procurement and Materials Management to advertise for bids, Contract 17-613-11 Scavenger Services at Various Service Areas.

 

In response to a public advertisement of March 29, 2017, a bid opening was held on April 18, 2017.  The bid tabulation for this contract is:

 

GROUP A:  STICKNEY WRP

CHICAGO DISPOSAL, INC.                     $2,034,674.74

INDEPENDENT RECYCLING SERVICES, INC.                     $2,181,296.00

ALLIED WASTE TRANSPORTATION, INC.                     $2,352,628.32

 

GROUP B:  CALUMET WRP

INDEPENDENT RECYCLING SERVICES, INC.                     $650,491.00

WASTE MANAGEMENT OF ILLINOIS, INC.                     $720,857.00

CHICAGO DISPOSAL, INC.                     $744,106.94

ALLIED WASTE TRANSPORTATION, INC.                     $998,377.97

                     

GROUP C:  O’BRIEN WRP

ALLIED WASTE TRANSPORTATION, INC.                     $699,557.27

WASTE MANAGEMENT OF ILLINOIS, INC.                     $743,297.00

 

GROUP D:  EGAN WRP

FLOOD BROS DISPOSAL CO.                     $118,124.00

WASTE MANAGEMENT OF ILLINOIS, INC.                     $155,902.00

ALLIED WASTE TRANSPORTATION, INC.                     $188,252.12

 

GROUP E:  KIRIE WRP

FLOOD BROS DISPOSAL CO.                     *$309,375.00

WASTE MANAGEMENT OF ILLINOIS, INC.                     $440,068.00

ALLIED WASTE TRANSPORTATION, INC.                     $475,966.77

 

 

GROUP F:  HANOVER PARK WRP

FLOOD BROS DISPOSAL CO.                     *$34,608.00

ALLIED WASTE TRANSPORTATION, INC.                     $41,683.76

WASTE MANAGEMENT OF ILLINOIS, INC.                     $84,144.00

 

 

GROUP G:  LOCKPORT POWERHOUSE

FLOOD BROS DISPOSAL CO.                     *$26,782.00

ALLIED WASTE TRANSPORTATION, INC.                     $43,196.00

WASTE MANAGEMENT OF ILLINOIS, INC.                     $46,574.00

*corrected total

 

One hundred and thirty-six (136) companies were notified of this contract being advertised and fourteen (14) companies requested specifications.

 

Chicago Disposal, Inc., the lowest responsible bidder for Group A, proposes to perform the contract in accordance with the specifications.  The estimated cost for Group A was $1,795,300.00, placing the bid of $2,034,674.74 approximately 13.3 percent over the estimate.

 

Independent Recycling Services, Inc., the lowest responsible bidder for Group B, proposes to perform the contract in accordance with the specifications.  The estimated cost for Group B was $814,000.00, placing the bid of $650,491.00 approximately 20 percent below to the estimate.

 

Allied Waste Transportation, Inc., the lowest responsible bidder for Group C, proposes to perform the contract in accordance with the specifications.  The estimated cost for Group C was $820,000.00, placing the bid of $699,557.27 approximately 14.6 percent below to the estimate.

 

Flood Bros. Disposal Co., the lowest responsible bidder for Groups D, E, F and G, proposes to perform the contract in accordance with the specifications.  The total estimated cost for Groups D, E, F and G was $565,600.00, placing the total bid of $488,889.00 approximately 13.5 percent below the estimate.

 

The Multi-Project Labor Agreement was not included in this contract because of the specialized nature of the work, which includes the transportation and disposal of material classified as “special waste,” which requires appropriate State of Illinois chemical analysis, licenses, disposal and site permits.

 

The Affirmative Action Ordinance, Revised Appendix D was not included in this contract because this contract does not provide practical or cost effective opportunities for direct or indirect subcontracting and only a single vendor is required for each group.

 

In view of the foregoing, it is recommended that the Director of Procurement and Materials Management be authorized to award Contract 17-613-11, Group A to Chicago Disposal, Inc., in an amount not to exceed $2,034,674,74, Group B to Independent Recycling Services, Inc., in an amount not to exceed $650,491.00, Group C to Allied Waste Transportation, Inc.,  in an amount not to exceed $699,557.27, and Groups D, E, F and G to Flood Bros. Disposal Co., in an amount not to exceed $488,889.00, subject to the contractors furnishing performance bonds in form satisfactory to the Law Department and approved by the Director of Procurement and Materials Management.

 

Funds for the 2017 expenditure for Group A, in the amount of $414,900.00, are available in Accounts 101, 501-69000-50000, 612520.  Estimated expenditures for the 2018 is $664,500.00, for 2019 is $664,500.00, and for 2020 is $290,774.74.  Funds for the 2018, 2019 and 2020 expenditures are contingent on the Board of Commissioners’ approval of the District’s budget for those years.

 

Funds for the 2017 expenditure for Group B, in the amount of $118,700.00, are available in Account 101-68000-612520.  Estimated expenditures for 2018 are $211,130.00, for 2019 are $224,654.00, and for 2020 are $96,007.00.  Funds for 2018, 2019 and 2020 are contingent on the Board of Commissioners’ approval of the District’s budget for those years.

 

Funds for the 2017 expenditure for Group C, in the amount of $130,623.73, are available in Account 101-67000-612520.  Estimated expenditures for 2018 are $230,342.03, for 2019 are $238,873.21, and for 2020 are $99,718.30.  Funds for 2018, 2019 and 2020 are contingent on the Board of Commissioners’ approval of the District’s budget for those years.

 

Funds for the 2017 expenditure for Groups D, E, F and G, in the amount of $92,462.08, are available in Accounts 101-66000, 67000-612520.  Estimated expenditures for 2018 are $159,828.75, for 2019 are $163,405.00, and for 2020 are $73,193.17.  Funds for 2018, 2019 and 2020 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 May 4, 2017