
SUBJECT
title
Consideration to renew annual service contracts FY23-083 with Primary and Secondary vendors:
1). Total Termite and Pest Control, Laredo, TX in an amount up to $20,000.00 (Primary Vendor: Section 1.1 - Jefferson Water Treatment Plant)
(Secondary Vendor: Section 1.2 - El Pico Water Treatment Plant)
(Secondary Vendor: Section 1.3 - Laredo Water Museum)
2). JD's Pest Control, Laredo, TX in an amount up to $20,000.00 (Secondary Vendor: Section 1.1 - Jefferson Water Treatment Plant)
(Primary Vendor: Section 1.2 - El Pico Water Treatment Plant)
(Primary Vendor: Section 1.3 - Laredo Water Museum)
(Primary Vendor: Section 1.4 - Water Museum, El Pico & Jefferson WTP's)
(Primary Vendor: Section 1.5 - Water Museum, El Pico & Jefferson WTP’s)
(Primary Vendor: Section 2.1 - Main Office Utilities Department)
(Primary Vendor: Sections 3.4 & 3.5 Wastewater Treatment Plants)
(Primary Vendor: Sections 3.1, 3.2, 3.3, 3.6, 3.7, & 3.8 Wastewater Treatment Plants)
to provide pest control services for the water treatment plants, waste water treatment plants and utilities main office. This contract establishes a linear footage rate that includes all labor, materials, pesticides, equipment, and incidentals needed to perform these services. Bug Hunters has withdrawn their award from this contract (email documentation attached). The term of this contract shall be for a period of one year beginning as of the date of its execution and is contingent upon the availability of appropriated funds. There was no price increase during the last extension period. This contract can be extended two additional one-year periods, upon mutual agreement of the parties. All services will be purchased on an as needed basis and funding will be secured from the Waterworks and Sewer System Operating Funds.
body
PREVIOUS COUNCIL ACTION
Approved a one-year contract on 10/16/23.
BACKGROUND
This contract establishes a linear footage rate that includes all labor, materials, pesticides, equipment, and incidentals needed to perform these services. Bug Hunters has withdrawn their award from this contract (email documentation attached). There was no price increase during the last extension period. This is the first of three extension periods. All services will be purchased on an as needed basis. Each Utilities Division will have one primary and one secondary vendor. The term of this contract shall be for a period of one year beginning as of the date of its execution. This contract will be the responsibility of and administered by the vendor and the City of Utilities Department.
Summary:
Vendor Sections Award
Recommendation
Total Termite & Pest
Control
1.1 Primary Vendor
1.2, 1.3 Secondary Vendor
JD’s Pest Control
1.1,1.2,1.3,1.4, 1.5,
2.1,3.1,3.2, 3.3,3.4,
3.5, 3.6, 3.7, 3.8 Primary Vendor
1.1 Secondary Vendor
COMMITTEE RECOMMENDATION
None.
STAFF RECOMMENDATION
recommendation
Approval of motion.
end

Fiscal Impact
Fiscal Year: FY 25
Budgeted Y/N?: Y
Source of Funds: Water and Sewer Funds
Account #: See below
Change Order: Exceeds 25% Y/N: N
FINANCIAL IMPACT:
The purpose of this contract is to establish prices for the commodities or services needed should the City need to purchase these commodities or services. The City's obligation for performance of an annual supply contract beyond the current fiscal year is contingent upon the availability of appropriated funds from which payments for the contract purchases can be made. If no funds are appropriated and budgeted during the next fiscal year, these contracts become null and void.
557-4110-533-2010
557-4120-533-2010
559-4200-533-2010
559-4210-533-2010