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 #: 15-1093    Version: 1
Type: Agenda Item Status: Adopted
File created: 9/22/2015 In control: Procurement Committee
On agenda: 10/1/2015 Final action: 10/1/2015
Title: Authority to award Contract 14-714-21, Parking Lot Replacement at the Egan Water Reclamation Plant, to Path Construction Company, Inc., in an amount not to exceed $1,461,900.00, plus a five (5) percent allowance for change orders in an amount of $73,095.00, for a total amount not to exceed $1,534,995.00. Account 201-50000-645790, Requisition 1397584
Attachments: 1. PROJECT VIEW.pdf, 2. 08-AA

TRANSMITTAL LETTER FOR BOARD MEETING OF OCTOBER 1, 2015

 

COMMITTEE ON PROCUREMENT

 

Mr. David St. Pierre, Executive Director

 

Title

Authority to award Contract 14-714-21, Parking Lot Replacement at the Egan Water Reclamation Plant, to Path Construction Company, Inc., in an amount not to exceed $1,461,900.00, plus a five (5) percent allowance for change orders in an amount of $73,095.00, for a total amount not to exceed $1,534,995.00. Account 201-50000-645790, Requisition 1397584

Body

                     

Dear Sir:

 

On May 7, 2015, the Board of Commissioners authorized the Director of Procurement and Materials Management to advertise for bids Contract 14-714-21, Parking Lot Replacement at the Egan Water Reclamation Plant.

 

In response to a public advertisement of June 24, 2015, a bid opening was held on August 4, 2015.  The bid tabulation for this contract is:

 

                     PATH CONSTRUCTION COMPANY, INC.                     $1,461,900.00

                     COPENHAVER CONSTRUCTION, INC.                     *$1,978,000.00

                     INDUSTRIA, INC.                     $2,172,697.00

                                          *corrected total

                     

Five hundred eighty-seven (587) companies were notified of this contract being advertised and twenty-five (25) companies requested specifications.

 

The purpose of Contract 14-714-21 is to replace the existing parking lot at the Egan Water Reclamation Plant with a new permeable pavement parking lot.  The existing parking lot is 44 years old and is in poor condition.  Due to the increased level of maintenance and costs, it is economically justified to replace it at this time.  The permeable pavement will provide several green benefits, including improved water quality, ground water recharge, and delayed discharge of stormwater to the receiving waterway.  The new design will also contribute towards compliance with the green infrastructure program requirements of the Consent Decree.

 

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 $1,380,000.00, placing the bid of $1,461,900.00, approximately 5.9 percent above the estimate.

 

Path Construction Company, 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 32.4 percent MBE, 10 percent WBE and the bidder offers MBE 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 trades will be utilized on this contract:  bricklayers, carpenters, cement masons, electricians, laborers, operating engineers, plumbers 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 fourteen (14) 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 14-714-21 to Path Construction Company, Inc., in an amount not to exceed $1,461,900.00, plus a five (5) percent allowance for change orders in an amount of $73,095.00, for a total amount not to exceed $1,534,995.00, 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 465 calendar days after approval of Contractor’s Bond.

 

Funds for the 2015 expenditure, in the amount of $165,000.00, are available in Account 201-50000-645790. The estimated expenditures for 2016 are $1,296,900.00.  Funds for the 2017 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 October 1, 2015

 

Attachments