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 #: 16-0487    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 15-711-22 (Re-Bid), Process Control Building Restoration at the O’Brien Water Reclamation Plant, to Dardon’s Roofing Ltd., in an amount not to exceed $483,895.00, Account 201-50000-645690, Requisition 1395564
Attachments: 1. Contract 15-711-22 (Re-Bid) Revised Appendix D Report.pdf

TRANSMITTAL LETTER FOR BOARD MEETING OF MAY 5, 2016

 

COMMITTEE ON PROCUREMENT

 

Mr. David St. Pierre, Executive Director

 

Title

Authority to award Contract 15-711-22 (Re-Bid), Process Control Building Restoration at the O’Brien Water Reclamation Plant, to Dardon’s Roofing Ltd., in an amount not to exceed $483,895.00, Account 201-50000-645690, Requisition 1395564

Body

 

Dear Sir:

 

On July 9, 2015, the Board of Commissioners authorized the Director of Procurement and Materials Management to advertise for bids, Contract 15-711-21 Process Control Building Restoration at the O’Brien Water Reclamation Plant. 

 

In response to a public advertisement of September 9, 2015, a bid opening was held on October 6, 2015.  All bids were rejected as reported at the Board meeting of November 5, 2015.

 

In response to a public re-advertisement of January 27, 2016, a bid opening was held on February 23, 2016.  The bid tabulation for this contract is:

 

DARDON’S ROOFING, LTD                     $483,895.00

RESTORE MASONRY, LLC                     $524,675.00

MBB ENTERPRISES OF CHICAGO, INC.                     $605,980.00

B.E.T.O.N. CONSTRUCTION CO.                     $673,850.00

GRIGGS MITCHELL & ALMA OF IL, LLC

                     D/B/A GMA CONSTRUCTION                     *$852,350.00

                     *corrected total

 

Seven hundred and three (703) companies were notified of this contract being advertised and thirty-four (34) companies requested specifications.

 

Dardon’s Roofing, Ltd., the lowest responsible bidder, is proposing to perform the contract in accordance with the specifications. The estimated cost for this contract was $525,000.00, placing their bid of $483,895.00 approximately 7.8 percent below the estimate.

 

The contractor shall complete all the required work by December 31, 2016.

 

Dardon’s Roofing, Ltd., 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 9 percent WBE and the bidder offers itself to satisfy MBE and SBE participation.

 

Dardon’s Roofing, Ltd., has executed the Multi-Project Labor Agreement (MPLA) certificate as required.  It is anticipated that the following construction trades will be utilized on this contract:  brick masons, hoisters, equipment operators, general laborers and tuckpointers.  The list of construction trades is not intended to confer any rights or jurisdiction upon any union or unions.

 

The contract will require approximately ten (10) 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 15-711-22 (Re-Bid), to Dardon’s Roofing, Ltd., in an amount not to exceed $483,895.00, 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.

 

Funds for the 2016 expenditures are available Account 201-50000-645690. 

 

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

 

Attachment