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 #: 17-0892    Version: 1
Type: Agenda Item Status: Adopted
File created: 8/22/2017 In control: Procurement Committee
On agenda: 9/14/2017 Final action: 9/14/2017
Title: Authority to award Contract 15-124-3P, Conversion of Two Gravity Concentration Tanks to Primary Sludge Fermenters, to Independent Mechanical Industries, Inc., in an amount not to exceed $4,094,860.00, plus a five (5) percent allowance for change orders in an amount of $204,743.00, for a total amount not to exceed $4,299,603.00, Account 401-50000-645650, Requisition 1439576 (Deferred from the August 31, 2017 Board Meeting)
Attachments: 1. Contract 15-124-3P Revised Ordinance Appendix D.pdf, 2. Contract 15-124-3P Project View.pdf

TRANSMITTAL LETTER FOR BOARD MEETING OF SEPTEMBER 14, 2017

 

COMMITTEE ON PROCUREMENT

 

Mr. David St. Pierre, Executive Director

 

Title

Authority to award Contract 15-124-3P, Conversion of Two Gravity Concentration Tanks to Primary Sludge Fermenters, to Independent Mechanical Industries, Inc., in an amount not to exceed $4,094,860.00, plus a five (5) percent allowance for change orders in an amount of $204,743.00, for a total amount not to exceed $4,299,603.00, Account 401-50000-645650, Requisition 1439576 (Deferred from the August 31, 2017 Board Meeting)

Body

                    

Dear Sir:

 

On December 1, 2016, the Board of Commissioners authorized the Director of Procurement and Materials Management to advertise for bids, Contract 15-124-3P, Conversion of Two Gravity Concentration Tanks to Primary Sludge Fermenters.

 

In response to a public advertisement of May 17, 2017, a bid opening was held on July 11, 2017.  The bid tabulation for this contract is:

 

INDEPENDENT MECHANICAL INDUSTRIES, INC.                     $4,094,860.00

MECCON INDUSTRIES, INC.                     $4,314,000.00

                                                                                   

One thousand three hundred thirty-three (1,333) companies were notified of this contract being advertised and fifty-eight (58) companies requested specifications.

 

Independent Mechanical Industries, Inc., the lowest responsible bidder, is proposing to perform the contract in accordance with the specifications.  The estimated cost for this contract is $3,800,000.00, placing their bid of $4,094,860.00 approximately 7.7 percent above the estimate. 

 

Independent Mechanical Industries, Inc., is in compliance with the Affirmative Action Ordinance, Revised Appendix D as indicated on the attached report.  The Minority Business Enterprise (MBE), Women Business Enterprise (WBE) and Small Business Enterprise (SBE) utilization goals for this contract are 16 percent MBE, 19 percent WBE and bidder offers MBE and WBE credits to satisfy SBE participation. 

 

Independent Mechanical Industries, Inc., has executed the Multi-Project Labor Agreement (MPLA) Certificate as required.  It is anticipated that the following trades will be utilized on this contract:  carpenters, cement masons, electricians, ironworkers, laborers, operating engineers, painters, pipefitters, plumbers, sheet metal workers, steel erectors and truck drivers.  The list of construction trades is not intended to confer any rights or jurisdiction upon any union or unions.

 

The contract will require approximately forty (40) people for the services.

 

In view of the foregoing, it is recommended that the Director of Procurement and Materials Management be authorized to award Contract 15-124-3P to Independent Mechanical Industries, Inc., in an amount not to exceed $4,094,860.00, plus a five (5) percent allowance for change orders in an amount of $204,743.00, for a total amount not to exceed $4,299,603.00, 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.

 

The estimated completion date is within 365 calendar days after approval of the Contractor’s Bond.

 

Funds are available in Account 401-50000-645650.  

 

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

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 September 14, 2017

 

Attachments