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 #: 10-0285    Version: 1
Type: Agenda Item Status: Adopted
File created: 2/25/2010 In control: Procurement Committee
On agenda: 3/4/2010 Final action: 3/4/2010
Title: Authority to advertise Contract 10-676-11 Pest and Rodent Control and Termite Eradication at Various Locations in the Stickney and Calumet Service Areas, the Main Office Building and Main Office Building Annex, estimated cost $137,400.00, Accounts 101-15000/68000/69000-612370/612390/612420, Requisitions 1296535, 1297580 and 1297591

TRANSMITTAL LETTER FOR BOARD MEETING OF MARCH 4, 2010

 

COMMITTEE ON PROCUREMENT

 

Mr. Richard Lanyon, Executive Director

 

Title

Authority to advertise Contract 10-676-11 Pest and Rodent Control and Termite Eradication at Various Locations in the Stickney and Calumet Service Areas, the Main Office Building and Main Office Building Annex, estimated cost $137,400.00, Accounts 101-15000/68000/69000-612370/612390/612420, Requisitions 1296535, 1297580 and 1297591

Body

 

Dear Sir:

 

Contract documents and specifications have been prepared for pest and rodent control services and termite eradication at the Calumet (Group A) and Stickney (Group B) Service Areas; and Main Office Building and Main Office Building Annex (Group C), over a three year period, at the request of the Maintenance and Operations Department.

 

The purpose of this contract is to obtain the services of licensed pest and rodent control technicians to maintain pest, rodent and termite-free environments at various District facilities.

 

The estimated cost of this contract is $84,600.00 for Group A, $38,800.00 for Group B and $14,000.00 for Group C, or $137,400.00 for all Groups combined. The estimated 2010, 2011, 2012, and 2013 expenditures are $21,800.00, $45,400.00, $44,300.00 and $25,900.00 respectively.

 

The bid deposits for this contract are $4,230.00 for Group A, $1,940.00 for Group B and $700.00 for Group C.

 

The Multi-Project Labor Agreement (MPLA) was not included in this contract because the classification of work does not fall within the provisions of the MPLA.

 

Revised Appendix D will not be included in this contract because a bidder may submit a bid for one group, or any combination of groups and the estimate for each group is less than the minimum threshold established by Section 4 of the Affirmative Action Ordinance.

 

The tentative schedule for this contract is as follows:

Advertise                     March 24, 2010

Bid Opening                     April 13, 2010

Award                     May 20, 2010

Completion                     June 6, 2013

 

Funds for the current year are available in Accounts 101-15000/68000/69000-612370/612390/612420. Funds for subsequent years, 2011, 2012, and 2013 are contingent on the Board of Commissioners’ approval of the District’s budget for those years.

 

In view of the foregoing, it is recommended that the Director of Procurement and Materials Management be authorized to advertise Contract 10-676-11.

 

Requested, Osoth Jamjun, Director of Maintenance and Operations, OJ:MPS:SO’C:MAG:LSC:MW

Recommended, Darlene A. LoCascio, Director of Procurement and Materials Management

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 March 4, 2010