TRANSMITTAL LETTER FOR BOARD MEETING OF APRIL 5, 2018
COMMITTEE ON PROCUREMENT
Mr. David St. Pierre, Executive Director
Title
Issue purchase orders for Contract 18-676-11, Pest, Rodent, Termite and Animal Control at Various Service Areas, Groups A, B, C, D, E, F, and G, to Chicagoland Pest Services, Inc., in an amount not to exceed $103,340.00, and Group H to Pest Management Services, Inc., in an amount not to exceed $20,000.00, Accounts 101-15000, 69000-612370, 612390, 612420, Requisitions 1474791 AND 1477418
Body
Dear Sir:
On November 2, 2017, the Board of Commissioners authorized the Director of Procurement and Materials Management to advertise for bids, Contract 18-676-11, Pest, Rodent, Termite and Animal Control at Various Service Areas.
In response to a public advertisement of February 7, 2018, a bid opening was held on February 27, 2018. The bid tabulation for this contract is:
GROUP A: STICKNEY WATER RECLAMATION PLANT SERVICE AREA
CHICAGOLAND PEST SERVICES, INC. $22,080.00
PEST MANAGEMENT SERVICES, INC. $30,860.00
QUALITY & EXCELLENCE PEST CONTROL, INC. $36,400.00
TERMINIX $42,880.00
GROUP B: CALUMET WATER RECLAMATION PLANT
CHICAGOLAND PEST SERVICES, INC. $42,080.00
PEST MANAGEMENT SERVICES, INC. $42,400.00
QUALITY & EXCELLENCE PEST CONTROL, INC. $51,000.00
TERMINIX $67,800.00
GROUP C: O’BRIEN WATER RECLAMATION PLANT
CHICAGOLAND PEST SERVICES, INC. $11,440.00
TERMINIX $16,080.00
PEST MANAGEMENT SERVICES, INC. $16,100.00
QUALITY & EXCELLENCE PEST CONTROL, INC. $17,350.00
GROUP D: KIRIE WATER RECLAMATION PLANT
CHICAGOLAND PEST SERVICES, INC. $4,180.00
QUALITY & EXCELLENCE PEST CONTROL, INC. $7,900.00
PEST MANAGEMENT SERVICES, INC. $10,120.00
GROUP E: EGAN WATER RECLAMATION PLANT
CHICAGOLAND PEST SERVICES, INC. $7,480.00
TERMINIX $10,680.00
PEST MANAGEMENT SERVICES, INC. $10,700.00
QUALITY & EXCELLENCE PEST CONTROL, INC. $11,500.00
GROUP F: HANOVER PARK WATER RECLAMATION PLANT
CHICAGOLAND PEST SERVICES, INC. $4,600.00
QUALITY & EXCELLENCE PEST CONTROL, INC. $7,040.00
TERMINIX $7,600.00
PEST MANAGEMENT SERVICES, INC. $10,800.00
GROUP G: LOCKPORT POWERHOUSE
CHICAGOLAND PEST SERVICES, INC. $11,480.00
TERMINIX $13,720.00
QUALITY & EXCELLENCE PEST CONTROL, INC. $16,680.00
PEST MANAGEMENT SERVICES, INC. $20,560.00
GROUP H: MAIN OFFICE BUILDING AND MAIN OFFICE BUILDING ANNEX
PEST MANAGEMENT SERVICES, INC. $20,000.00
CHICAGOLAND PEST SERVICES, INC. $21,600.00
TERMINIX $23,200.00
QUALITY & EXCELLENCE PEST CONTROL, INC. $26,000.00
Fifty six (56) companies were notified of the contract being advertised and ten (10) companies requested specifications.
Chicagoland Pest Services, Inc., the lowest responsible bidder for Groups A, B, C, D, E, F and G, is proposing to perform the contract in accordance with the specifications. The total estimated cost for Groups A through G of this contract was $136,400.00, placing the total bid of $103,340.00 approximately 24.2 percent below the estimate.
Pest Management Services, Inc., the lowest responsible bidder for Group H, is proposing to perform the contract in accordance with the specifications. The estimated cost for Group H of this contract was $24,000.00, placing their bid of $20,000.00 approximately 16.7 percent below the estimate.
The Multi-Project Labor Agreement (MPLA) was not included in the contract because the classification of work does not fall within the provisions of the MPLA.
The Affirmative Action Ordinance, Revised Appendix D was not included in this contract due to the specialized nature of the services required and because the estimate for each group is less than the minimum threshold established by Section 4 of the Affirmative Action Ordinance.
In view of the foregoing, it is recommended that the Director of Procurement and Materials Management be authorized to issue purchase orders for Contract 18-676-11, Groups A, B, C, D, E, F, and G to Chicagoland Pest Services, Inc., in an amount not to exceed $103,340.00, and Group H to Pest Management Services, Inc., in an amount not to exceed $20,000.00.
There was no bid deposit required for this contract.
The contractor shall commence work within 5 days after the purchase order mailing date and terminate December 31, 2021 or upon expenditure of available funds, whichever occurs sooner.
Funds for the 2018 expenditure for Groups A, B, C, D, E, F, and G, in the amount of $25,835.00, are available in Account 101-69000-612420. The estimated expenditure for 2019 is $25,835.00, for 2020 is $25,835.00 and 2021 is $25,835.00. Funds for the 2019, 2020 and 2021 expenditures are contingent on the Board of Commissioners’ approval of the District’s budget for those years.
Funds for the 2018 expenditure for Group H, in the amount of $3,636.38, are available in Accounts 101-15000-68000-612370, 612390. The estimated expenditure for 2019 is $5,454.54, for 2020 is $5,454.54 and 2021 is $5,454.54. Funds for the 2019, 2020 and 2021 expenditures 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 April 5, 2018