TRANSMITTAL LETTER FOR BOARD MEETING OF MARCH 6, 2008
COMMITTEE ON PURCHASING
Mr. Richard Lanyon, General Superintendent
Title
Issue purchase orders for Contract 08-681-11, for Window Washing Services at Various Locations to Alliance Window Cleaning, Inc., Groups A, B, C, and D, in a total amount not to exceed $92,800.00, Account 101-67000, 68000, 69000-612490, Requisitions 1228526, 1226844, 1228463, 1226841, 1226122 and 1228464
Body
Dear Sir:
On November 15, 2007, the Board of Commissioners passed an order directing the Purchasing Agent to advertise for bids for Window Washing Services at Various Locations.
In response to a public advertisement of December 12, 2007, a bid opening was held on January 8, 2008. The bid tabulation for this contract is:
GROUP: A STICKNEY WATER RECLAMATION PLANT
ALLIANCE WINDOW CLEANING, INC. $43,320.00
PROGRAM ONE PROFESSIONAL BUILDING
SERVICES, INC. $50,620.00
ARCHER WINDOW CLEANING $50,710.00
GROUP: B NORTH SIDE WATER RECLAMATION PLANT
ALLIANCE WINDOW CLEANING, INC. $13,200.00
PROGRAM ONE PROFESSIONAL BUILDING
SERVICES, INC. $13,200.00
GROUP: C EGAN WATER RECLAMATION PLANT
ALLIANCE WINDOW CLEANING, INC. $7,800.00
PROGRAM ONE PROFESSIONAL BUILDING
SERVICES, INC. $9,000.00
GROUP: D HANOVER PARK, KIRIE, CALUMET WRP
ALLIANCE WINDOW CLEANING, INC. $8,800.00
PROGRAM ONE PROFESSIONAL BUILDING
SERVICES, INC. $9,000.00
One hundred ninety-seven (197) companies were notified of this contract being advertised and twelve (12) companies requested specifications.
As indicated above, Alliance Window Cleaning, Inc., and Program One Professional Building Services, Inc., each submitted bids for Group B, in the amount of $13,200.00. The tied bidders each propose to perform this contract, all in accordance with our specifications. A drawing, which was mutually agreed to by the parties, was conducted between the tied bidders, resulting in the selection of Alliance Window Cleaning, Inc.
Alliance Window Cleaning, Inc., the lowest responsible bidder for Groups A, B, C, and D proposes to perform this contract, all in accordance with our specifications. The total estimated cost for these Groups to be awarded was $92,800.00, placing the total low bids of $73,120.00, approximately 21.2 percent below this estimate.
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 $92,800.00.
The Multi-Project Labor Agreement is not applicable to this contract.
In view of the foregoing, it is recommended that the Purchasing Agent be authorized to issue purchase orders for Groups A, B, C and D of this contract to Alliance Window Cleaning, Inc., in an amount not to exceed $92,800.00. The bid deposits, in the total amount of $4,700.00, for all Groups, 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 for Groups A, B, C, and D are $46,400.00 for each year. Funds for the 2008 expenditures are available in Accounts 101-67000, 68000, 69000-612490.
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