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 #: 24-0220    Version: 1
Type: Agenda Item Status: Adopted
File created: 3/12/2024 In control: Procurement Committee
On agenda: 3/21/2024 Final action: 3/21/2024
Title: Authority to award Contract 24-645-12 (Re-Bid), Scavenger Services in the North Service Area and the Lockport Powerhouse, Group A to Allied Waste Transportation, Inc. dba Republic Services of Chicago, in an amount not to exceed $762,000.00, and Groups B, C, D, and E to Flood Bros. Disposal Co., in an amount not to exceed $620,400.00. Accounts 101-66000/67000-612520 Requisitions 1600996, 1600069, 1600890, 1600291, and 1602429
Attachments: 1. Contract 24-645-12 Affirmative Action Goals and Revised Appendix D Report - Group A - Allied Waste Transportation, Inc. dba Republic Services of Chicago.pdf, 2. Contract 24-645-12 Affirmative Action Goals and Revised Appendix D Report - Group C - Flood Bros.pdf

TRANSMITTAL LETTER FOR BOARD MEETING OF MARCH 21, 2024

 

COMMITTEE ON PROCUREMENT

 

Mr. Brian A. Perkovich, Executive Director

 

Title

Authority to award Contract 24-645-12 (Re-Bid), Scavenger Services in the North Service Area and the Lockport Powerhouse, Group A to Allied Waste Transportation, Inc. dba Republic Services of Chicago, in an amount not to exceed $762,000.00, and Groups B, C, D, and E to Flood Bros. Disposal Co., in an amount not to exceed $620,400.00. Accounts 101-66000/67000-612520 Requisitions 1600996, 1600069, 1600890, 1600291, and 1602429

Body

 

Dear Sir:

 

On August 10, 2023, the Board of Commissioners authorized the Director of Procurement and Materials Management to advertise for bids, Contract 24-645-11 Scavenger Services in the North Service Area and the Lockport Powerhouse.

 

In response to a public advertisement of October 11, 2023, a bid opening was held on November 7, 2023. No bids were received.

 

In response to a public re-advertisement of on December 6, 2023, a bid opening was held on January 9, 2024. The bid tabulation for this contract is:

 

GROUP A: O'BRIEN WRP

ALLIED WASTE TRANSPORTATION, INC. D/B/A REPUBLIC

SERVICES OF CHICAGO                     *$1,085,252.16

INDEPENDENT RECYCLING SERVICES, INC.                     *$1,549,435.20

 

GROUP B: EGAN WRP

FLOOD BROS. DISPOSAL COMPANY                     *$192,510.02

 

GROUP C: KIRIE WRP

FLOOD BROS. DISPOSAL COMPANY                     *$357,647.50

 

GROUP D: HANOVER PARK WRP

FLOOD BROS. DISPOSAL COMPANY                     *$120,054.26

 

GROUP E: LOCKPORT POWERHOUSE

FLOOD BROS. DISPOSAL COMPANY                     *$23,960.28

  *corrected total

 

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, B, C, D, and E should usage differ from the quantities, is not to exceed $762,000.00 for Group A, $150,000.00 for Group B, $369,000.00 for Group C, $77,400.00 for Group D, and $24,000.00 for Group E.

 

Allied Waste Transportation, Inc. dba Republic Services of Chicago, the lowest responsible bidder for Group A, proposes to perform the contract in accordance with the specifications. The estimated cost for Group A was $762,000.00, placing the bid of $1,085,252.16 approximately 42.4 percent above the estimate.

 

Flood Bros. Disposal Co., the sole bidder for Groups B, C, D, and E proposes to perform the contract in accordance with the specifications. The estimated cost for Groups B through E equals $620,400.00, placing the bids for Groups B through E of $694,172.06 approximately 11.8 percent above the combined estimates.

 

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 five (5) people for the services.

 

The Minority Business Enterprise (MBE) and Women Business Enterprise (WBE) utilization goals for this contract are 20 percent MBE and/or WBE for Groups A and C only.

 

Allied Waste Transportation, Inc. dba Republic Services of Chicago, is in compliance with the Affirmative Action Ordinance Revised Appendix D for this contract as indicated on the attached report. For Group A, the bidder offers 17.5 percent MBE and 2.5 percent WBE participation.

 

Flood Bros. Disposal Co. is in compliance with the Affirmative Action Ordinance Revised Appendix D for this contract as indicated on the attached report. For Group C, the bidder offers 0 percent MBE and 40 percent WBE participation.

 

In view of the foregoing, it is recommended that the Director of Procurement and Materials Management be authorized to award Contract 24-645-12 (Re-Bid), Group A to Allied Waste Transportation, Inc. dba Republic Services of Chicago, in an amount not to exceed $762,000.00, subject to the contractor furnishing a performance bond in form satisfactory to the Law Department and approved by the Director of Procurement and Materials Management.

 

In view of the foregoing, it is recommended that the Director of Procurement and Materials Management be authorized to award Contract 24-645-12 (Re-Bid), Groups B, C, D, and E to Flood Bros. Disposal Co., in a combined amount not to exceed $620,400.00, subject to the contractor furnishing a performance bond in form satisfactory to the Law Department and approved by the Director of Procurement and Materials Management.

 

The contractors 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 $202,000.00, are available in Account 101-67000-612520. Estimated expenditure for 2025 is $260,000.00, for 2026 is $260,000.00, and for 2027 is $40,000.00. Funds for the 2025, 2026, and 2027 expenditures are contingent on the Board of Commissioners’ approval of the District’s budget for those years.

 

Funds for the 2024 combined expenditure for Groups B, C, D, and E in the amount of $160,000.00, are available in Accounts 101-66000/67000-612520. Estimated combined expenditures for 2025 are $205,700.00, for 2026 are $210,300.00, and for 2027 are $44,400.00. 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 March 21, 2024

 

Attachments