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 #: 14-1288    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 14-646-51, Small Streams Maintenance in Cook County, Illinois, Group A to J & L Contractors, Inc., in an amount not to exceed $2,667,675.00, and Group B to Thornton Equipment Services, Inc., in an amount not to exceed $1,949,760.00, Account 501-50000-612620, Requisition 1372986
Attachments: 1. 08-AA J&L.pdf, 2. 08-AA THORNTON.pdf
TRANSMITTAL LETTER FOR BOARD MEETING OF NOVEMBER 6, 2014
 
COMMITTEE ON PROCUREMENT
 
Mr. David St. Pierre, Executive Director
 
Title
Authority to award Contract 14-646-51, Small Streams Maintenance in Cook County, Illinois, Group A to J & L Contractors, Inc., in an amount not to exceed $2,667,675.00, and Group B to Thornton Equipment Services, Inc., in an amount not to exceed $1,949,760.00, Account 501-50000-612620, Requisition 1372986
Body
 
Dear Sir:
 
On June 5, 2014, the Board of Commissioners authorized the Director of Procurement and Materials Management to advertise for bids, Contract 14-646-51 Small Streams Maintenance in Cook County, Illinois.
 
In response to a public advertisement of August 27, 2014, a bid opening was held on September 23, 2014.   The bid tabulation for this contract is:
 
GROUP A:  LABOR & SMALL EQUIPMENT
J & L CONTRACTORS, INC.      $2,667,675.00
PATH CONSTRUCTION COMPANY INC.      $3,167,000.00
CLEAN CUT TREE SERVICE, INC.      $3,524,220.00
 
GROUP B:  HEAVY EQUIPMENT
THORNTON EQUIPMENT SERVICES, INC.      $1,949,760.00
 
Six hundred forty-seven (645) companies were notified of this contract being advertised and nineteen (19) companies requested specifications.
 
J & L Contractors, Inc., the lowest responsible bidder for Group A, is proposing to perform the contract in accordance with the specifications. The estimated cost for Group A of this contract was $3,000,000.00, placing the bid for Group A of $2,667,675.00 approximately 11.1 percent below the estimate.  
 
J & L Contractors, 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 Group A of this contract are 20 percent MBE, 9 percent WBE and bidder offers MBE credits to satisfy SBE goals.
 
Thornton Equipment Services, Inc., the sole bidder for Group B, is proposing to perform the contract in accordance with the specifications.  The estimated cost for Group B of this contract was $2,000,000.00, placing the bid for Group B of $1,949,760.00, approximately 2.5 percent below the estimate.
 
Thornton Equipment Services, 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 Group B of this contract are 21 percent MBE, 9 percent WBE and the bidder satisfies the SBE goals.
 
J & L Contractors, Inc., and Thornton Equipment Services, Inc., have executed the Multi-Project Labor Agreement (MPLA) certificate as required.  The construction trades anticipated to be utilized on Group A and/or B of this contract are:  operating engineers and laborers.  The list of construction trades is not intended to confer any rights or jurisdiction upon any union or unions.
 
The contract will employ approximately one hundred and forty-nine (149) 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 14-646-51, Group A to J & L Contractors, Inc., in an amount not to exceed $2,667,675.00, and Group B to Thornton Equipment Services, Inc., in an amount not to exceed $1,949,760.00, subject to the contractors furnishing a performance bond in form satisfactory to the Law Department and approved by the Director of Procurement and Materials Management.
 
The contract will commence upon the approval of the Contractor's Bond and shall terminate two years thereafter.
 
Funds are being requested in 2015 for Group A, in the amount of $1,333,837.50, in Account 501-50000-612620.  The estimated expenditure for 2016 is $1,333,837.50.  Funds for the 2015 and 2016 expenditures are contingent on the Board of Commissioners' approval of the District's budget for those years.
 
Funds are being requested in 2015 for Group B, in the amount of $974,880.00, in Account 501-50000-612620.  The estimated expenditure for 2016 is $974,880.00.  Funds for the 2015 and 2016 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: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