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 #: 14-1351    Version: 1
Type: Agenda Item Status: Deleted
File created: 11/10/2014 In control: Procurement Committee
On agenda: 11/20/2014 Final action: 11/20/2014
Title: Authority to award Contract 04-128-3P, Westside Primary Settling Tanks 1-9 and Aerated Grit Facility at the Stickney Water Reclamation Plant, to IHC Construction Companies and F.H. Paschen, S.N. Nielsen Joint Venture, in an amount not to exceed $224,760,000.00, plus a five (5) percent allowance for change orders, in an amount of $11,238,000.00, for a total amount not to exceed $235,998,000.00. Accounts 401-50000-645650, 645680 and 645780 Requisition 1379868
Attachments: 1. 08-AA.pdf, 2. Project View.pdf
TRANSMITTAL LETTER FOR BOARD MEETING OF NOVEMBER 20, 2014
 
COMMITTEE ON PROCUREMENT
 
Mr. David St. Pierre, Executive Director
 
Title
Authority to award Contract 04-128-3P, Westside Primary Settling Tanks 1-9 and Aerated Grit Facility at the Stickney Water Reclamation Plant, to IHC Construction Companies and F.H. Paschen, S.N. Nielsen Joint Venture, in an amount not to exceed $224,760,000.00, plus a five (5) percent allowance for change orders, in an amount of $11,238,000.00, for a total amount not to exceed $235,998,000.00.  Accounts 401-50000-645650, 645680 and 645780 Requisition 1379868
Body
      
Dear Sir:
 
On June 5, 2014, the Board of Commissioners authorized the Director of Procurement and Materials Management to advertise for bids, Contract 04-128-3P, Westside Primary Settling Tanks 1-9 and Aerated Grit Facility at the Stickney Water Reclamation Plant.
 
On September 4, 2014, the Board of Commissioners approved an increase to the cost estimate from $198,571,643.00 to $206,457,683.00.
 
In response to a public advertisement of July 9, 2014, a bid opening was held on October 7, 2014.  The bid tabulation for this contract is:
 
IHC CONSTRUCTION AND F.H. PASCHEN, S.N. NIELSEN
  JOINT VENTURE      $224,760,000.00
WALSH/II IN ONE JOINT VENTURE XI      $241,500,000.00
JAMES MCHUGH CONSTRUCTION COMPANY      $257,641,283.00
ALBERICI/KENNY A JOINT VENTURE      $279,900,000.00
KIEWIT INFRASTRUCTURE COMPANY      $287,000,000.00
            
Five hundred ninety-seven (597) companies were notified of this contract being advertised and one hundred forty-two (142) companies requested specifications.
 
IHC Construction Companies and F.H. Paschen, S.N. Nielsen Joint Venture, the lowest responsible bidder, is proposing to perform the contract in accordance with the specifications.  The estimated cost for this contract was $206,457,683.00, placing the bid of $224,760,000.00, approximately 8.9 percent above the estimate.
 
IHC Construction Companies and F.H. Paschen, S.N. Nielsen Joint Venture, 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 20 percent MBE, 10 percent WBE and the bidder offers MBE and WBE credits to satisfy SBE participation.  
 
IHC Construction Companies and F.H. Paschen, S.N. Nielsen Joint Venture, has executed the Multi-Project Labor Agreement (MPLA) certificate as required.  It is anticipated that all construction trades will be utilized under this contract except asbestos abatement, lathers, elevator constructors, marble & terrazzo masons, marble & terrazzo finishers, sprinkler fitters and boilermakers.  The list of construction trades is not intended to confer any rights or jurisdiction upon any union or unions.
 
The contract will require approximately two thousand two hundred forty-eight (2,248) 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 04-128-3P to IHC Construction Companies and F.H. Paschen, S.N. Nielsen Joint Venture, in an amount not to exceed $224,760,000.00, plus a five (5) percent allowance for change orders, in an amount of $11,238,000.00, for a total amount not to exceed $235,998,000.00, 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 1,200 calendar days after approval of Contractor's Bond.
 
Funds are available in Accounts 401-50000-645650, 645680 and 645780.  
 
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 20, 2014
 
Attachments