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 #: 19-0518    Version: 1
Type: Agenda Item Status: Adopted
File created: 5/22/2019 In control: Procurement Committee
On agenda: 6/6/2019 Final action: 6/6/2019
Title: Authority to award Contract 15-830-3D, Replacement of Tailrace Stop Logs, Headrace Gates, and Equipment at Lockport Powerhouse, Stickney Service Area, to IHC Construction Companies, L.L.C., in an amount not to exceed $12,075,000.00, plus a five (5) percent allowance for change orders in an amount of $603,750.00, for a total amount not to exceed $12,678,750.00, Account 401-50000-645720, Requisition 1498877
Attachments: 1. Contract 15-830-3D Revised Appendix D Report.pdf, 2. Contract 15-830-3D Project View.pdf

TRANSMITTAL LETTER FOR BOARD MEETING OF JUNE 6, 2019

 

COMMITTEE ON PROCUREMENT

 

Mr. Brian A. Perkovich, Executive Director

 

Title

Authority to award Contract 15-830-3D, Replacement of Tailrace Stop Logs, Headrace Gates, and Equipment at Lockport Powerhouse, Stickney Service Area, to IHC Construction Companies, L.L.C., in an amount not to exceed $12,075,000.00, plus a five (5) percent allowance for change orders in an amount of $603,750.00, for a total amount not to exceed $12,678,750.00, Account 401-50000-645720, Requisition 1498877

Body

                    

Dear Sir:

 

On October 4, 2018, the Board of Commissioners authorized the Director of Procurement and Materials Management to advertise for bids Contract 15-830-3D, Replacement of Tailrace Stop Logs, Headrace Gates, and Equipment at Lockport Powerhouse, Stickney Service Area.

 

In response to a public advertisement of January 23, 2019, a bid opening was held on March 26, 2019.  The bid tabulation for this contract is:

 

IHC CONSTRUCTION COMPANIES, L.L.C.                     $12,075,000.00

RAUSCH INFRASTRUCTURE LLC                     $14,822,525.00

F.H. PASCHEN, S.N. NIELSEN & ASSOCIATES LLC                     $16,272,000.00

                                                                                                          

Eight hundred eighty (880) companies were notified of this contract being advertised and sixty-two (62) companies requested specifications.

 

IHC Construction Companies, L.L.C., the lowest responsible bidder, is proposing to perform the contract in accordance with the specifications.  The estimated cost range for this contract is $8,360,000.00 to $10,120,000.00, placing their bid of $12,075,000.00 over the estimated cost range. 

 

IHC Construction Companies, L.L.C., has executed the Lockport-Project Labor Agreement (LPLA) Certificate as required.  It is anticipated that the following trades will be utilized on this contract:  carpenters, cement masons, electricians, iron workers, laborers, millwrights, operating engineers, pipefitters, steel erectors, truck drivers and skilled workers.  The list of construction trades is not intended to confer any rights or jurisdiction upon any union or unions.

 

IHC Construction Companies, L.L.C., 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), Small Business Enterprise (SBE) and Veterans Business Enterprise (VBE) utilization goals for this contract are 20% MBE, 10% WBE, and .59 percent VBE.  The bidder offers MBE credits to satisfy the SBE participation and requested partial waiver of the VBE goals. 

 

The contract will require approximately one hundred (100) 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 15-830-3D to IHC Construction Companies, L.L.C., in an amount not to exceed $12,075,000.00, plus a five (5) percent allowance for change orders in an amount of $603,750.00, for a total amount not to exceed $12,678,750.00, 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 contract will commence after approval of the Contractor’s Bond and all work will be completed within 900 calendar days.

 

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 June 6, 2019

 

Attachments