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 #: 10-0407    Version: 1
Type: Agenda Item Status: Adopted
File created: 3/23/2010 In control: Procurement Committee
On agenda: 4/1/2010 Final action: 4/1/2010
Title: Authority to award Contract 10-611-11, Repairs and Alterations to Various Water Reclamation Facilities in the Stickney Service Area and Other Installations, to Anchor Mechanical, Inc., in an amount not to exceed $5,720,000.00, Accounts 101-67000, 69000-612600, 612650 Requisitions 1291268 and 1294249
Attachments: 1. APP D 10-611-11.pdf

TRANSMITTAL LETTER FOR BOARD MEETING OF APRIL 1, 2010

 

COMMITTEE ON PROCUREMENT

 

Mr. Richard Lanyon, Executive Director

 

Title

Authority to award Contract 10-611-11, Repairs and Alterations to Various Water Reclamation Facilities in the Stickney Service Area and Other Installations, to Anchor Mechanical, Inc., in an amount not to exceed $5,720,000.00, Accounts 101-67000, 69000-612600, 612650 Requisitions 1291268 and 1294249

Body

 

Dear Sir:

 

On January 7, 2010, the Board of Commissioners passed an order directing the Director of Procurement and Materials Management to advertise for bids Contract 10-611-11 Repairs and Alterations to Various Water Reclamation Facilities in the Stickney Service Area and Other Installations.

 

In response to a public advertisement of January 20, 2010, a bid opening was held on February 23, 2010.  The bid tabulation for this contract is:

 

ANCHOR MECHANICAL, INC.                     $5,772,177.40

INDEPENDENT MECHANICAL INDUSTRIES, INC.                     $5,839,434.00

PATH CONSTRUCTION COMPANY, INC.                     $6,378.354.60

ENERFAB, INC.                     *$6,629,790.80

HAYES MECHANICAL LLC                     *$7,706,737.80

                     *corrected total

 

Five hundred twenty-four (524) companies were notified of this contract being advertised and thirty-five (35) companies requested specifications.

 

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 $5,720,000.00.

 

Anchor Mechanical, Inc., the lowest responsible bidder, is proposing to perform the contract in accordance with the specifications.

 

The estimated cost for this contract was $5,720,000.00, placing the bid of $5,772,177.40, approximately equal to the estimate.

 

Anchor Mechanical, Inc., has executed the Multi-Project Labor Agreement (MPLA) certificate as required.  The construction trades anticipated to be utilized on this contract are:  Boilermakers, Electrical Mechanics, Machinists, Hoisting Engineers, Carpenters, Pipefitters, Millwrights, Architectural Ironworkers, Structural Ironworkers, Pipecoverers, Plumbers, Bricklayers, Truck Drivers, Painters, Electrical Instrument and Testing Mechanics, and Sheetmetal Workers.  The list of construction trades is not intended to confer any rights or jurisdiction upon any union or unions.

 

Anchor Mechanical, Inc., is in compliance with the Revised Appendix D as indicated on the attached report.  The protected class utilization for this contract is 30 percent Minority Business Enterprise (MBE), 10 percent Women Business Enterprise (WBE), and 10 percent Small Business Enterprise (SBE).

 

In view of the foregoing, it is recommended that the Director of Procurement and Materials Management be authorized to award Contract 10-611-11, to Anchor Mechanical, Inc., in an amount not to exceed $5,720,000.00, 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.

 

Funds for the 2010 expenditure, in the amount of $2,860,000.00, are available in Accounts 101-67000, 69000-612600, 612650.  The estimated expenditure for 2011 is $2,860,000.00.  Funds for the 2011 expenditure are contingent on the Board of Commissioners’ approval of the District’s budget for that year.

 

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

Respectfully Submitted, Barbara J. McGowan, 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 April 1, 2010

 

Attachment