Skip to main content


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 #: 22-0972    Version: 1
Type: Agenda Item Status: Adopted
File created: 10/24/2022 In control: Procurement Committee
On agenda: 11/3/2022 Final action: 11/3/2022
Title: Authority to award Contract 22-942-11, Job Order Contracting Services, Groups A and C, to McDonagh Demolition, Inc., in an amount not to exceed $6,000,000.00, and Group B, to Anchor Mechanical, Inc., in an amount not to exceed $6,000,000.00, Accounts 101, 201, 401, 501, and 901 Funds
Attachments: 1. Contract 22-942-11 (Group A and Group C) Affirmative Action Goals Report.pdf, 2. Contract 22-942-11 (Group B) Affirmative Action Goals Report.pdf

TRANSMITTAL LETTER FOR BOARD MEETING OF NOVEMBER 3, 2022

 

COMMITTEE ON PROCUREMENT

 

Mr. Brian A. Perkovich, Executive Director

 

Title

Authority to award Contract 22-942-11, Job Order Contracting Services, Groups A and C, to McDonagh Demolition, Inc., in an amount not to exceed $6,000,000.00, and Group B, to Anchor Mechanical, Inc., in an amount not to exceed $6,000,000.00, Accounts 101, 201, 401, 501, and 901 Funds

Body

 

Dear Sir:

 

On June 16, 2022, the Board of Commissioners authorized the Director of Procurement and Materials Management to advertise for bids for Contract 22-942-11 Job Order Contracting Services, in an amount not to exceed $12,000,000.00.  The term of the contract will be for 36 months.

 

In response to a public advertisement of August 24, 2022, a bid opening was held on September 27, 2022.  The bid tabulation for this contract is:

                                                                                        COMBINED ADJUSTMENT FACTOR                                                              

GROUP A  NORTH SIDE AREA (NSA)

MCDONAGH DEMOLITION INC.                     0.7698

ANCHOR MECHANICAL, INC.                     0.8319

ROBE, INC.                     0.8370

F. H. PASCHEN, SN NIELSEN & ASSOCIATES, LLC                     0.8575

PACIFIC CONSTRUCTION SERVICES, INC.                     0.8800

LEOPOLD COMPANIES, INC.                     0.9160

AUTUMN CONSTRUCTION SERVICES, INC.                     0.9710                     

 

GROUP B  STICKNEY AREA (SWRP)

ANCHOR MECHANICAL,INC.                     0.8319

ROBE, INC.                     0.8370

F. H. PASCHEN, SN NIELSEN & ASSOCIATES, LLC                     0.8575

PACIFIC CONSTRUCTION SERVICES, INC.                     0.8800

MCDONAGH DEMOLITION INC.                     0.8850

LEOPOLD COMPANIES, INC.                     0.9160

AUTUMN CONSTRUCTION SERVICES, INC.                     0.9710

 

GROUP C  CALUMET AREA (CWRP)

MCDONAGH DEMOLITION INC.                     0.7698

ANCHOR MECHANICAL, INC.                     0.8319

ROBE, INC.                     0.8370

F. H. PASCHEN, SN NIELSEN & ASSOCIATES, LLC                     0.8575

PACIFIC CONSTRUCTION SERVICES, INC.                     0.8800

LEOPOLD COMPANIES, INC.                     0.9160

AUTUMN CONSTRUCTION SERVICES, INC.                     0.9710

 

The basis for award of contract is determined by the firm who submitted the lowest combined adjustment factor. The Job Order Contract expects to complete approximately 50-80 projects over a three-year period.  Due to the projects not being identified at this time, the job creation numbers cannot be determined.

 

McDonagh Demolition, Inc., the lowest responsible bidder for Groups A and C, is proposing to perform this contract in accordance with the specifications and contract documents.

 

McDonagh Demolition, Inc., has executed the Multi-Project Labor Agreement certificates as required.  It is anticipated that various types of trades may be utilized on this contract based on the scope of work to be completed.  The utilization of any construction trades is not intended to confer any rights or jurisdiction upon any union or unions.

 

McDonagh Demolition, Inc., agrees to comply with the percentage requirements for utilization, established at 20 percent for Minority Business Enterprise (MBE), 10 percent for Women Business Enterprise (WBE), and 10 percent for Small Business Enterprise (SBE) goals, and 3 percent Veteran-Owned Business Enterprise (VBE).

 

In view of the foregoing, it is recommended that the Director of Procurement and Materials Management be authorized to award Contract 22-942-11, Groups A and C, to McDonagh Demolition, Inc., in an amount not to exceed $6,000,000.00, subject to the contractor furnishing a performance and payment bond in form satisfactory to the Law Department and approved by the Director of Procurement and Materials Management.

 

Anchor Mechanical, Inc., the lowest responsible bidder for Group B, is proposing to perform this contract in accordance with the specifications and contract documents.

 

Anchor Mechanical, Inc., has executed the Multi-Project Labor Agreement certificates as required.  It is anticipated that various types of trades may be utilized on this contract based on the scope of work to be completed.  The utilization of any construction trades is not intended to confer any rights or jurisdiction upon any union or unions.

 

Anchor Mechanical, Inc., agrees to comply with the percentage requirements for utilization, established at 20 percent for Minority Business Enterprise (MBE), 10 percent for Women Business Enterprise (WBE), and 10 percent for Small Business Enterprise (SBE) goals, and 3 percent Veteran-Owned Business Enterprise (VBE).

 

In view of the foregoing, it is recommended that the Director of Procurement and Materials Management be authorized to award Contract 22-942-11, Group B, to Anchor Mechanical, Inc., in an amount not to exceed $6,000,000.00, subject to the contractor furnishing a performance and payment bond in form satisfactory to the Law Department and approved by the Director of Procurement and Materials Management.

 

Funds for the 2022 expenditure in the amount of $100,000.00 are available in Accounts 101, 201, 401, 501, and 901.  The estimated expenditure for 2023 is $4,000,000.00, for 2024 is $4,000,000.00 and for 2025 is $3,900,000.00.  Funds for the 2023, 2024 and 2025 expenditures are contingent on the Board of Commissioners’ approval of the District’s budget for that year.

 

Requested, John P. Murray, Director of Maintenance and Operations

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

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 November 3, 2022

 

Attachments