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 #: 10-0713    Version: 1
Type: Agenda Item Status: Adopted
File created: 6/9/2010 In control: Procurement Committee
On agenda: 6/17/2010 Final action: 6/17/2010
Title: Authority to award Contract 10-673-11, Repair of Heavy Equipment at the Stickney Water Reclamation Plant and Lawndale Avenue Solids Management Area, to Christofano Equipment Co., Inc., in an amount not to exceed $520,000.00, Account 101-66000-612760, Requisition 1288599 (Deferred from the June 3, 2010 Board Meeting)
Attachments: 1. APP D 10-673-11.pdf

TRANSMITTAL LETTER FOR BOARD MEETING OF JUNE 17, 2010

 

COMMITTEE ON PROCUREMENT

 

Mr. Richard Lanyon, Executive Director

 

Title

Authority to award Contract 10-673-11, Repair of Heavy Equipment at the Stickney Water Reclamation Plant and Lawndale Avenue Solids Management Area, to Christofano Equipment Co., Inc., in an amount not to exceed $520,000.00, Account 101-66000-612760, Requisition 1288599 (Deferred from the June 3, 2010 Board Meeting)

Body

 

Dear Sir:

 

On January 21, 2010, the Board of Commissioners authorized the Director of Procurement and Materials Management to advertise for bids, Contract 10-673-11 Repair of Heavy Equipment at the Stickney Water Reclamation Plant and Lawndale Avenue Solids Management Area.

 

In response to a public advertisement of March 10, 2010, a bid opening was held on April 6, 2010.  The bid tabulation for this contract is:

 

CHRISTOFANO EQUIPMENT CO., INC.                     $520,090.00

PATTEN INDUSTRIES, INC.                     *$679,216.39

                     *corrected total

 

One hundred eighty-five (185) companies were notified of this contract being advertised and nine (9) 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 quantities, is not to exceed $520,000.00.

 

Christofano Equipment Co., Inc., the lowest responsible bidder, is proposing to perform the contract in accordance with the specifications.

 

The estimated cost for this contract was $520,000.00, placing the bid of $520,090.00, approximately equal to the estimate.

 

Christofano Equipment Co., Inc., is in compliance with the Revised Appendix D as indicated on the attached report.  The protected class utilization for this contract is 10 percent Minority Business Enterprise (MBE), 5 percent Women Business Enterprise (WBE), and the bidder offers themselves to satisfy the Small Business Enterprise (SBE).

 

Christofano Equipment Co., 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:  mechanics.  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 10-673-11, to Christofano Equipment Co., Inc., in an amount not to exceed $520,000.00, 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 $100,000.00, are available in Account 101-66000-612760.  The estimated expenditure for 2011 is $160,000.00, for 2012 is $160,000.00, and for 2013 is $100,000.00.  Funds for the 2011, 2012, and 2013 expenditures are contingent on the Board of Commissioners’ approval of the District’s budget for those years.

 

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 June 17, 2010

 

Attachment