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 #: 14-1285    Version: 1
Type: Agenda Item Status: Adopted
File created: 10/28/2014 In control: Procurement Committee
On agenda: 11/6/2014 Final action: 11/6/2014
Title: Authority to award Contract 11-403-2P, Membrane Gas Holder Replacement and Digester Cleaning at Egan Water Reclamation Plant, Cook County, to Path Construction Company, Inc., in an amount not to exceed $4,364,000.00, plus a five (5) percent allowance for change orders, in an amount of $218,200.00, for a total amount not to exceed $4,582,200.00, Account 201-50000-645750, Requisition 1379898
Attachments: 1. 08-AA.pdf, 2. Project View.pdf
TRANSMITTAL LETTER FOR BOARD MEETING OF NOVEMBER 6, 2014
 
COMMITTEE ON PROCUREMENT
 
Mr. David St. Pierre, Executive Director
 
Title
Authority to award Contract 11-403-2P, Membrane Gas Holder Replacement and Digester Cleaning at Egan Water Reclamation Plant, Cook County, to Path Construction Company, Inc., in an amount not to exceed $4,364,000.00, plus a five (5) percent allowance for change orders, in an amount of $218,200.00, for a total amount not to exceed $4,582,200.00, Account 201-50000-645750, Requisition 1379898
Body
 
Dear Sir:
 
On June 19, 2014, the Board of Commissioners authorized the Director of Procurement and Materials Management to advertise for bids, Contract 11-403-2P, Membrane Gas Holder Replacement and Digester Cleaning.
 
In response to a public advertisement of July 2, 2014, a bid opening was held on August 12, 2014.  The bid tabulation for this contract is:
 
PATH CONSTRUCTION COMPANY, INC.      $4,364,000.00
IHC CONSTRUCTION COMPANIES, LLC      $4,778,000.00
F.H. PASCHEN, SN NIELSEN & ASSOCIATES LLC      $5,190,000.00
INDEPENDENT MECHANICAL INDUSTRIES, INC.      $5,341,850.00
      
Five hundred and ninety-eight (598) companies were notified of this contract being advertised and thirty-eight (38) companies requested specifications.
 
Path Construction Company, Inc., the lowest responsible bidder, is proposing to perform the contract in accordance with the specifications.  The estimated cost for this contract was $4,800,000.00, placing the bid of $4,364,000.00, approximately 9.1 percent below the estimate.
 
Path Construction Company, Inc., is in compliance with the Affirmative Action Interim Ordinance 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 22 percent MBE, 10 percent WBE and the bidder offers MBE and WBE credits to satisfy SBE participation.
 
Path Construction Company, Inc., has executed the Multi-Project Labor Agreement (MPLA) certificate as required.  It is anticipated that the following construction trades will be utilized under this contract:  carpenter, laborer, cement mason, operator, painter, plumber, electrician and truck driver.  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-three (43) 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 11-403-2P to Path Construction Company, Inc., in an amount not to exceed $4,364,000.00, plus a five (5) percent allowance for change orders, in an amount of $218,200.00, for a total amount not to exceed $4,582,200.00, 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 720 calendar days after approval of Contractor's Bond.
 
Funds are available in Account 201-50000-645750.  
 
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 November 6, 2014
 
Attachments