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 #: 16-0526    Version: 1
Type: Agenda Item Status: Adopted
File created: 5/10/2016 In control: Procurement Committee
On agenda: 5/19/2016 Final action: 5/19/2016
Title: Authority to award Contract 16-707-21, Scum Line Replacement at the O’Brien Water Reclamation Plant, to Morrison Construction Company, Inc., in an amount not to exceed $309,765.00, Account 201-50000-645650, Requisition 1418341
Attachments: 1. Contract 16-707-21 - Revised Appendix D Report.pdf

TRANSMITTAL LETTER FOR BOARD MEETING OF MAY 19, 2016

 

COMMITTEE ON PROCUREMENT

 

Mr. David St. Pierre, Executive Director

 

Title

Authority to award Contract 16-707-21, Scum Line Replacement at the O’Brien Water Reclamation Plant, to Morrison Construction Company, Inc., in an amount not to exceed $309,765.00, Account 201-50000-645650, Requisition 1418341

Body

 

Dear Sir:

 

On February 18, 2016, the Board of Commissioners authorized the Director of Procurement and Materials Management to advertise for bids, Contract 16-707-21, Scum Line Replacement at the O’Brien Water Reclamation Plant. 

 

In response to a public advertisement of March 9, 2016, a bid opening was held on April 5, 2016.  The bid tabulation for this contract is:

 

THIENEMAN CONSTRUCTION, INC.                     $252,000.00

MORRISON CONSTRUCTION COMPANY, INC.                     $309,765.00

INDEPENDENT MECHANICAL INDUSTRIES, INC.                     $311,000.00

AMS MECHANICAL SYSTEMS                     $325,000.00

 

Seven hundred eighty-one (781) companies were notified of this contract being advertised and twenty-one (21) companies requested specifications.

 

A review of the low bid, submitted by Thieneman Construction, Inc., revealed that they requested a waiver for the MBE and SBE participation on this contract.  A review by the Diversity Administrator indicates that Thieneman Construction, Inc., failed to make a good faith effort to meet the MBE and SBE goals in accordance to Section 12 (e) of the Affirmative Action Ordinance, Revised Appendix D.  The Director of Procurement and Materials Management concurs with the Diversity Administrator.  Therefore, the bid was considered non-responsive and rejected in accordance with Section 13 (a) (ii) of the Affirmative Action Ordinance, Revised Appendix D.  The Director of Procurement and Materials Management has informed Thieneman Construction, Inc., of this action.

 

Morrison Construction Company, Inc., the lowest responsible bidder for this contract, is proposing to perform the contract in accordance with the specifications.  The estimated cost for this contract is $300,000.00, placing their bid of $309,765.00 approximately 3.3 percent above the estimate.

 

Morrison 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 21.9 percent MBE, 10.8 percent WBE, and the bidder offers MBE and WBE credits to satisfy the SBE participation.

 

Morrison Construction Company, Inc., 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:  pipefitters, hoisters and laborers.  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 16-707-21 to Morrison Construction Company, Inc., in an amount not to exceed $309,765.00, 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 contractor shall commence work upon approval of the Contractor’s bond and complete all work within 120 days.

 

Funds are available in Account 201-50000-645650. 

 

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 19, 2016

 

Attachment