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 #: 16-0886    Version: 1
Type: Agenda Item Status: Adopted
File created: 8/23/2016 In control: Procurement Committee
On agenda: 9/1/2016 Final action: 9/1/2016
Title: Authority to award Contract 10-237-3F, Streambank Stabilization on Oak Lawn Creek, Oak Lawn, Illinois, to Judlau Contracting, Inc. in an amount not to exceed $3,035,000.00, plus a five (5) percent allowance for change orders in an amount of $151,750.00, for a total amount not to exceed $3,186,750.00, Account 401-50000-645720, Requisition 1380198
Attachments: 1. Contract 10-237-3F Revised Appendix D Report.pdf, 2. Contract 10-237-3F Project View.pdf

 

TRANSMITTAL LETTER FOR BOARD MEETING OF SEPTEMBER 1, 2016

 

COMMITTEE ON PROCUREMENT

 

Mr. David St. Pierre, Executive Director

 

Title

Authority to award Contract 10-237-3F, Streambank Stabilization on Oak Lawn Creek, Oak Lawn, Illinois, to Judlau Contracting, Inc. in an amount not to exceed $3,035,000.00, plus a five (5) percent allowance for change orders in an amount of $151,750.00, for a total amount not to exceed $3,186,750.00, Account 401-50000-645720, Requisition 1380198

Body

                     

Dear Sir:

 

On May 19, 2016, the Board of Commissioners authorized the Director of Procurement and Materials Management to advertise for bids, Contract 10-237-3F, Streambank Stabilization on Oak Lawn Creek, Oak Lawn, Illinois.

 

In response to a public advertisement of June 1, 2016, a bid opening was held on July 12, 2016.  The bid tabulation for this contract is:

 

JUDLAU CONTRACTING, INC.                     $3,035,000.00

F.H. PASCHEN, SN NIELSEN & ASSOCIATES LLC                     $3,477,000.00

DUNNET BAY CONSTRUCTION COMPANY                     $3,521,809.50

KENNY CONSTRUCTION COMPANY                     $3,563,999.56

INDUSTRIA, INC.                     $3,641,612.00

IHC CONSTRUCTION COMPANIES, LLC                     $3,767,000.00

RAUSCH INFRASTRUCTURE LLC                     $4,144,700.00

PATH CONSTRUCTION COMPANY, INC.                     $5,962,000.00

                                                               

One thousand sixty-nine (1,069) companies were notified of this contract being advertised and sixty-five (65) companies requested specifications.

 

Judlau Contracting, Inc., the lowest responsible bidder, is proposing to perform the contract in accordance with the specifications.  The estimated cost for this contract was $4,500,000.00, placing their bid of $3,035,000.00 approximately 32.6 percent below the estimate.

 

Judlau Contracting, 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 19.97 percent MBE, 10 percent WBE and bidder offers MBE credits to satisfy SBE participation. 

 

Judlau Contracting, 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:  carpenters, iron workers, laborers, operating engineers, piledrivers 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 forty-five (45) 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 10-237-3F to Judlau Contracting, Inc., in an amount not to exceed $3,035,000.00, plus a five (5) percent allowance for change orders in an amount of $151,750.00, for a total amount not to exceed $3,186,750.00, 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 730 calendar days after approval of the Contractor’s Bond.

 

Funds are available in Account 401-50000-645720.   

 

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 September 1, 2016

 

Attachments