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 #: 10-0552    Version: 1
Type: Agenda Item Status: Adopted
File created: 4/28/2010 In control: Procurement Committee
On agenda: 5/6/2010 Final action: 5/6/2010
Title: Authority to award Contract 73-161-JH, McCook Reservoir Stage 2 Miscellaneous Overburden Removal, to T. J. Lambrecht Construction, Inc., in an amount not to exceed $7,052,000.00, Account 401-50000-645620, Requisition 1292506
Attachments: 1. APP D 73-161-JH.pdf

TRANSMITTAL LETTER FOR BOARD MEETING OF MAY 6, 2010

 

COMMITTEE ON PROCUREMENT

 

Mr. Richard Lanyon, Executive Director

 

Title

Authority to award Contract 73-161-JH, McCook Reservoir Stage 2 Miscellaneous Overburden Removal, to T. J. Lambrecht Construction, Inc., in an amount not to exceed $7,052,000.00, Account 401-50000-645620, Requisition 1292506

Body

 

Dear Sir:

 

On December 3, 2009, the Board of Commissioners authorized the Director of Procurement and Materials Management to advertise for bids, Contract 73-161-JH McCook Reservoir Stage 2 Miscellaneous Overburden Removal.

 

In response to a public advertisement of January 13, 2010, a bid opening was held on March 2, 2010.  The bid tabulation for this contract is:

 

T. J. LAMBRECHT CONSTRUCTION, INC.                     $7,052,000.00

LINDAHL BROTHERS, INC.                     $7,500,000.00

PAN-OCEANIC ENGINEERING COMPANY, INC.                     $7,770,000.00

BRANDENBURG INDUSTRIAL SERVICE COMPANY                     *$7,924,247.12

SCHWARTZ EXCAVATING, INC.                     $7,926,989.00

BURLING BUILDERS, INC.                     $7,932,000.00

IHC CONSTRUCTION COMPANIES LLC                     $8,044,400.00

GRECO CONTRACTORS, INC.                     $8,512,672.00

FRED WEBER, INC.                     $8,661,135.00

R. W. DUNTEMAN COMPANY                     $8,980,000.00

LAKE COUNTY GRADING COMPANY LLC                     $9,262,025.00

CABO CONSTRUCTION CORPORATION                     $10,750,000.00

A LAMP CONCRETE CONTRACTORS, INC.                     $15,625,000.00

                     *corrected total

 

Six hundred six (606) companies were notified of this contract being advertised and forty-eight (48) companies requested specifications.

 

T. J. Lambrecht Construction, Inc., the lowest responsible bidder, is proposing to perform the contract in accordance with the specifications.

 

The estimated cost for this contract was $8,430,489.00, placing the bid of $7,052,000.00, approximately 16.3 percent below the estimate.

 

T. J. Lambrecht Construction, Inc., is in compliance with the Revised Appendix D as indicated on the attached report.  The protected class utilization for this contract is 20 percent Minority Business Enterprise (MBE), 10 percent Women Business Enterprise (WBE), and the bidder offers MBE and WBE participation to satisfy the Small Business Enterprise (SBE) goals.

 

T. J. Lambrecht Construction, Inc., has executed the Multi-Project Labor Agreement (MPLA) certificate as required.  The construction trades that are anticipated to be used on this contract are:  laborers, operating engineers, and truck drivers.  The list of construction trades is not intended to confer any rights or jurisdiction upon any union or unions.

 

In view of the foregoing, it is recommended that the Director of Procurement and Materials Management be authorized to award Contract 73-161-JH, to T. J. Lambrecht Construction, Inc., in an amount not to exceed $7,052,000.00, 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 are available in Account 401-50000-645620.

 

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 May 6, 2010

 

Attachment