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 #: 08-1048    Version: 1
Type: Agenda Item Status: Deferred
File created: 2/21/2008 In control: Procurement Committee
On agenda: 2/21/2008 Final action: 2/21/2008
Title: Authority to award Contract 08-611-11 to Anchor Mechanical, Inc., for Repairs and Alterations to Various Water Reclamation Facilities at the Stickney Water Reclamation Plant and Other Installations, in an amount not to exceed $10,950,000.00, Account 101-67000, 68000, 69000-612650, 612600 Requisitions 1224436, 1223961, and 1221853

TRANSMITTAL LETTER FOR BOARD MEETING OF FEBRUARY 21, 2008

 

COMMITTEE ON PURCHASING

 

Mr. Richard Lanyon, General Superintendent

 

Title

Authority to award Contract 08-611-11 to Anchor Mechanical, Inc., for Repairs and Alterations to Various Water Reclamation Facilities at the Stickney Water Reclamation Plant and Other Installations, in an amount not to exceed $10,950,000.00, Account 101-67000, 68000, 69000-612650, 612600 Requisitions 1224436, 1223961, and 1221853

Body

 

Dear Sir:

 

On September 20, 2007, the Board of Commissioners passed an order directing the Purchasing Agent to advertise for bids for Repairs and Alterations to Various Water Reclamation Facilities at the Stickney Water Reclamation Plant and Other Installations.

 

In response to a public advertisement of October 31, 2007, a bid opening was held on November 20, 2007.  The bid tabulation for this contract is:

 

ANCHOR MECHANICAL, INC.                     $10,693,843.00

INDEPENDENT MECHANICAL INDUSTRIES, INC.                     *$11,122,235.40

                     *corrected total

 

Four hundred seventy-nine (479) companies were notified of this contract being advertised and thirteen (13) 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 $10,950,000.00.

 

Anchor Mechanical, Inc., the lowest responsible bidder, is proposing to perform this contract, all in accordance with our specifications.  The estimated cost for this contract was $10,950,000.00, placing the bid of $10,693,843.00 approximately 2.3% percent below this estimate.  Anchor Mechanical, Inc. is in compliance with Revised Appendix D as indicated on the attached report.  The utilization goals are 20 percent MBE and 10 percent WBE.  The contractor offers MBE credits to fulfill the SBE goal.

 

Anchor Mechanical, Inc., has executed the Multi-Project Labor Agreement certificate as required.  The trades anticipated to be utilized on this contract are Boilermakers, Hoisting Engineers, Machinists, Millwrights, Carpenters, Structural Ironworkers, Architectural Ironworkers, Electrical Mechanics, Pipefitters, Plumbers, Bricklayers, Pipecoverers, Sheet Metal Workers, Truck Drivers, Painters, and Electrical Instrument & Testing 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 this contract be awarded to Anchor Mechanical, Inc., in an amount not to exceed $10,950,000.00, subject to the contractor furnishing a performance bond in form satisfactory to our Legal Department and approved by the Purchasing Agent.  The estimated expenditure for 2008 is $5,465,000.00 and 2009 is $5,485,000.00.  Funds for the 2008 expenditure are available in Account 101-67000, 68000, 69000-612650, 612600.

 

Requested, Osoth Jamjun, Chief of Maintenance and Operations, DAL:SEB:klv

Recommended, Darlene A. LoCascio, Purchasing Agent

Respectfully Submitted, Barbara J. McGowan, Chairman Committee on Purchasing

ORDERED passed by affirmative roll call vote of a majority of the Commissioners present this February 21, 2008.  Approved, President Terrence J. O’Brien

Attachment