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 #: 17-1134    Version: 1
Type: Agenda Item Status: Adopted
File created: 10/23/2017 In control: Procurement Committee
On agenda: 11/2/2017 Final action: 11/2/2017
Title: Authority to award Contract 14-263-3F, Melvina Ditch Reservoir Improvements, to F.H. Paschen, S.N. Nielsen & Associates LLC, in an amount not to exceed $14,245,000.00, plus a five (5) percent allowance for change orders in an amount of $712,250.00, for a total amount not to exceed $14,957,250.00, Account 401-50000-645620, Requisition 1461610
Attachments: 1. Contract 14-263-3F Revised Appendix D Report.pdf, 2. Contract 14-263-3F PROJECT VIEW.pdf

TRANSMITTAL LETTER FOR BOARD MEETING OF NOVEMBER 2, 2017

 

COMMITTEE ON PROCUREMENT

 

Mr. David St. Pierre, Executive Director

 

Title

Authority to award Contract 14-263-3F, Melvina Ditch Reservoir Improvements, to F.H. Paschen, S.N. Nielsen & Associates LLC, in an amount not to exceed $14,245,000.00, plus a five (5) percent allowance for change orders in an amount of $712,250.00, for a total amount not to exceed $14,957,250.00, Account 401-50000-645620, Requisition 1461610

Body

                     

Dear Sir:

 

On May 18, 2017, the Board of Commissioners authorized the Director of Procurement and Materials Management to advertise for bids, Contract 14-263-3F, Melvina Ditch Reservoir Improvements.

 

In response to a public advertisement of June 14, 2017, a bid opening was held on September 26, 2017.  The bid tabulation for this contract is:

 

F.H. PASCHEN, S.N. NIELSEN & ASSOCIATES LLC                     $14,245,000.00

IHC CONSTRUCTION COMPANIES, L.L.C.                     $15,148,000.00

V3 CONSTRUCTION GROUP                     $22,670,000.00

JOSEPH J. HENDERSON & SON, INC.                     $23,538,000.00

                                                                                    

Two thousand one hundred fifty-four (2,154) companies were notified of this contract being advertised and one hundred fifteen (115) companies requested specifications.

 

F.H. Paschen, S.N. Nielsen & Associates LLC, the lowest responsible bidder, is proposing to perform the contract in accordance with the specifications.  The estimated cost range for this contract is $18,835,767.37 to $22,801,192.08, placing their bid of $14,245,000.00 below the estimated cost range. 

 

F.H. Paschen, S.N. Nielsen & Associates LLC 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 bidder offers MBE credits to satisfy SBE participation. 

 

F.H. Paschen, S.N. Nielsen & Associates LLC has executed the Multi-Project Labor Agreement (MPLA) Certificate as required.  It is anticipated that the following trades will be utilized on this contract:  laborers, operating engineers, carpenters, 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 one hundred forty-two (142) 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 14-263-3F to F.H. Paschen, S.N. Nielsen & Associates LLC, in an amount not to exceed $14,245,000.00, plus a five (5) percent allowance for change orders in an amount of $712,250.00, for a total amount not to exceed $14,957,250.00, 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 Contract will commence upon approval of the Contractor’s Bond and all work will be completed within 914 calendar days.

 

Funds are available in Account 401-50000-645620

 

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 November 2, 2017

 

Attachments