Skip to main content


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 #: 23-0719    Version: 1
Type: Agenda Item Status: Adopted
File created: 7/21/2023 In control: Procurement Committee
On agenda: 8/10/2023 Final action: 8/10/2023
Title: Authority to advertise Contract 24-645-11, Scavenger Services in the North Service Area and the Lockport Powerhouse, estimated cost $1,382,400.00, Accounts 101-66000/67000-612520, Requisitions 1600996, 1600069, 1600890, 1600291 and 1602429
Attachments: 1. Contract 24-645-11 Affirmative Action Goals Report - Groups A, B, C, D and E

TRANSMITTAL LETTER FOR BOARD MEETING OF AUGUST 10, 2023

 

COMMITTEE ON PROCUREMENT

 

Mr. Brian A. Perkovich, Executive Director

 

Title

Authority to advertise Contract 24-645-11, Scavenger Services in the North Service Area and the Lockport Powerhouse, estimated cost $1,382,400.00, Accounts 101-66000/67000-612520, Requisitions 1600996, 1600069, 1600890, 1600291 and 1602429

Body

 

Dear Sir:

 

Contract documents and specifications have been prepared for Contract 24-645-11, Scavenger Services in the North Service Area and the Lockport Powerhouse, at the request of the Maintenance and Operations Department.

 

The purpose of this contract is to procure scavenger services for the O’Brien, Egan, Kirie, and Hanover Park Water Reclamation Plants (WRPs), and the Lockport Powerhouse. Services include disposal of waste, trash, and debris generated from routine operations at District facilities. There will be five groups in this contract: Group A for the O’Brien WRP, Group B for the Egan WRP, Group C for the Kirie WRP, Group D for the Hanover Park WRP, and Group E for the Lockport Powerhouse. Separate contracts could be awarded for each group.

 

The estimated cost of this contract is not to exceed $1,382,400.00. The estimated 2024, 2025, 2026, and 2027 expenditures are $399,400.00, $460,700.00, $462,300.00, and $60,000.00, respectively.

 

The Multi-Project Labor Agreement (MPLA) will not be 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 will be included in this contract for Groups A and C. The type of work to be performed under the contract is classified as “Hauling Services” for establishing utilization goals for Minority-owned Business Enterprises (MBE) and Women-owned Business Enterprises (WBE). The utilization goals for Groups A and C are 20% MBE and/or WBE. Goals for Groups B, D, and E will not be included in this contract because Group B does not allow for subcontracting opportunities, and the estimates for both Groups D and E are less than the minimum threshold established by Section 4 of the Affirmative Action Ordinance.

 

The tentative schedule for this contract is as follows:

Advertise                              October 4, 2023

Bid Opening                     October 31, 2023

Award                                      December 7, 2023

Completion                       January 31, 2027

 

Funds are being requested in Accounts 101-66000/67000-612520 and are contingent upon the Board of Commissioners’ approval of the District’s budget for 2024, 2025, 2026, and 2027.

 

In view of the foregoing, it is recommended that the Director of Procurement and Materials Management be authorized to advertise Contract 24-645-11.

 

Requested, John P. Murray, Director of Maintenance and Operations, EJS:JS:JR:SSG

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

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 August 10, 2023

 

Attachment