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 #: 24-0344    Version: 1
Type: Agenda Item Status: Adopted
File created: 4/23/2024 In control: Procurement Committee
On agenda: 5/2/2024 Final action: 5/2/2024
Title: Authority to award Contract 24-613-11, Scavenger Services in the Stickney and Calumet Service Areas, Group A, to Independent Recycling Services, Inc., in an amount not to exceed $2,594,500.00, Accounts 101/501-69000/50000-612520 Requisition 1610757
Attachments: 1. Contract 24-613-13 Affirmative Action Goals and Revised Appendix D Report (Group A) - Independent Recycling Services, Inc..pdf

TRANSMITTAL LETTER FOR BOARD MEETING OF MAY 2, 2024

 

COMMITTEE ON PROCUREMENT

 

Mr. Brian A. Perkovich, Executive Director

 

Title

Authority to award Contract 24-613-11, Scavenger Services in the Stickney and Calumet Service Areas, Group A, to Independent Recycling Services, Inc., in an amount not to exceed $2,594,500.00, Accounts 101/501-69000/50000-612520 Requisition 1610757

Body

 

Dear Sir:

 

On January 18, 2024, the Board of Commissioners authorized the Director of Procurement and Materials Management to advertise for bids Contract 24-613-11, Scavenger Services in the Stickney and Calumet Service Areas.

 

In response to a public advertisement of on March 6, 2024, a bid opening was held on April 2, 2024.

The bid tabulation for this contract is:

 

GROUP A:  STICKNEY SERVICE AREA

INDEPENDENT RECYCLING SERVICES, INC.                      $2,593,747.00

 

GROUP B:  CALUMET SERVICE AREA

INDEPENDENT RECYCLING SERVICES, INC.                     $835,677.00

 

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 for Groups A and B should usage differ from the quantities, is not to exceed $2,594,500.00 for Group A, and $765,000.00 for Group B.

 

The Director of Procurement and Materials Management has reviewed the bidders’ list for this contract and is satisfied that the market for this service has been adequately solicited. A planholders’ survey revealed the following reason for not bidding: do not perform the services requested and do not have the equipment required to do the work. In light of these findings, the Director of Procurement and Materials Management is of the opinion that the bid received is a fair and reasonable price, and nothing would be gained by rejecting the sole bid and re-advertising this contract.

 

Independent Recycling Services, Inc., the sole bidder for Group A, proposes to perform the contract in accordance with the specifications. The estimated cost for Group A was $2,594,500.00, placing the bid of $2,593,747.00 less than 1.0 percent below the estimate.

 

Group B is still under review.

 

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 contract will require approximately six (6) people for the services.

 

The Minority Business Enterprise (MBE), and Women Business Enterprise (WBE) utilization goals for this contract are 20 percent MBE and 13 percent WBE.

 

Independent Recycling Services, Inc., is in compliance with the Affirmative Action Ordinance Revised Appendix D as indicated on the attached report for Group A by offering 20 percent MBE and 13 percent WBE participation.

 

In view of the foregoing, it is recommended that the Director of Procurement and Materials Management be authorized to award Contract 24-613-11, Group A, to Independent Recycling Services, Inc., in an amount not to exceed $2,594,500.00, subject to the contractors furnishing a performance bond in form satisfactory to the Law Department and approved by the Director of Procurement and Materials Management.

 

The contractor will commence work upon approval of the contractor’s bond and terminate three years thereafter, or upon expenditure of available funds, whichever occurs sooner.

 

Funds for the 2024 expenditure for Group A, in the amount of $478,500.00, are available in Accounts 101/501-69000/50000-612520. Estimated expenditures for the 2025 is $847,500.00, for 2026 is $896,500.00, and for 2027 is $372,000.00. Funds for the 2025, 2026, and 2027 expenditures are contingent on the Board of Commissioners’ approval of the District’s budget for those years.

 

Requested, John P. Murray, Director of Maintenance and Operations

Recommended, Darlene A. LoCascio, Director of Procurement and Materials Management, DAL:SEB:gv

Respectfully Submitted, Marcelino Garcia, 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 2, 2024

 

Attachment