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 #: 16-0464    Version: 1
Type: Agenda Item Status: Adopted
File created: 4/26/2016 In control: Procurement Committee
On agenda: 5/5/2016 Final action: 5/5/2016
Title: Authority to award Contract 04-132-3D, A/B and C/D Service Tunnel Rehabilitation - Phase Two, Stickney Water Reclamation Plant, to IHC Construction Companies, LLC and F.H. Paschen, S.N. Nielsen Joint Venture, in an amount not to exceed $20,519,000.00, plus a five (5) percent allowance for change orders in an amount of $1,025,950.00, for a total amount not to exceed $21,544,950.00, Account 401-50000-645750, Requisition 1403971 (As Revised)
Attachments: 1. CONTRACT 04-132-3D REVISED APPENDIX D REPORT.pdf, 2. CONTRACT 04-132-3D PROJECT VIEW

 

TRANSMITTAL LETTER FOR BOARD MEETING OF MAY 5, 2016

 

COMMITTEE ON PROCUREMENT

 

Mr. David St. Pierre, Executive Director

 

Title

Authority to award Contract 04-132-3D, A/B and C/D Service Tunnel Rehabilitation - Phase Two, Stickney Water Reclamation Plant, to IHC Construction Companies, LLC and F.H. Paschen, S.N. Nielsen Joint Venture, in an amount not to exceed $20,519,000.00, plus a five (5) percent allowance for change orders in an amount of $1,025,950.00, for a total amount not to exceed $21,544,950.00, Account 401-50000-645750, Requisition 1403971 (As Revised)

Body

                     

Dear Sir:

 

On September 17, 2015, the Board of Commissioners authorized the Director of Procurement and Materials Management to advertise for bids, Contract 04-132-3D, A/B and C/D Service Tunnel Rehabilitation - Phase Two, Stickney Water Reclamation Plant.

 

In response to a public advertisement of October 4, 2015, a bid opening was held on January 26, 2016.  The bid tabulation for this contract is:

 

IHC CONSTRUCTION COMPANIES, LLC AND

                     F.H. PASCHEN, S.N. NIELSEN JOINT VENTURE                     $20,519,000.00

SOLLITT/SACHI JOINT VENTURE                     *$24,715,000.00

WALSH CONSTRUCTION COMPANY II                     $25,115,750.00

JOSEPH J. HENDERSON & SON, INC.                     $29,080,000.00

                     *corrected total

                                          

Two thousand thirty-nine (2039) companies were notified of this contract being advertised and ninety-two (92) companies requested specifications.

 

IHC Construction Companies, LLC 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 $22,000,000.00, placing their bid of $20,519,000.00 approximately 6.8 percent below the estimate.

 

IHC Construction Companies, LLC and F.H. Paschen, S.N. Nielsen Joint Venture, 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 20 percent MBE, 10 percent WBE, and the bidder offers MBE and WBE credits to satisfy SBE participation. 

 

IHC Construction Companies, LLC 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 on this contract except:  boilermakers, elevator constructors and millwrights.  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 hundred five (205) 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 04-132-3D to IHC Construction Companies, LLC and F.H. Paschen, S.N. Nielsen Joint Venture, in an amount not to exceed $20,519,000.00, plus a five (5) percent allowance for change orders in an amount of $1,025,950.00, for a total amount not to exceed $21,544,950.00, 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 1,095 calendar days after approval of Contractor’s Bond.

 

Funds are available in Account 401-50000-645750.   

 

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 May 5, 2016

 

Attachments