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 #: 19-0842    Version: 1
Type: Agenda Item Status: Adopted
File created: 8/26/2019 In control: Procurement Committee
On agenda: 9/5/2019 Final action: 9/5/2019
Title: Authority to award Contract 17-134-3MR (Re-Bid), Odor Control Facilities at Sludge Concentration, Southwest Coarse Screen, Overhead Weir, and Post-Centrifuge Building at the Stickney Water Reclamation Plant, to IHC Construction Companies, L.L.C., in an amount not to exceed $16,485,000.00, plus a five (5) percent allowance for change orders in an amount of $824,250.00 for a total amount not to exceed $17,309,250.00, Account 401-50000-645650, Requisition 1497121
Attachments: 1. Contract 17-134-3MR (Re-Bid) Revised Appendix D Report.pdf, 2. Contract 17-134-3MR (Re-Bid) Project View.pdf

TRANSMITTAL LETTER FOR BOARD MEETING OF SEPTEMBER 5, 2019

 

COMMITTEE ON PROCUREMENT

 

Mr. Brian A. Perkovich, Executive Director

 

Title

Authority to award Contract 17-134-3MR (Re-Bid), Odor Control Facilities at Sludge Concentration, Southwest Coarse Screen, Overhead Weir, and Post-Centrifuge Building at the Stickney Water Reclamation Plant, to IHC Construction Companies, L.L.C., in an amount not to exceed $16,485,000.00, plus a five (5) percent allowance for change orders in an amount of $824,250.00 for a total amount not to exceed $17,309,250.00, Account 401-50000-645650, Requisition 1497121

Body

                    

Dear Sir:

 

On August 2, 2018, the Board of Commissioners authorized the Director of Procurement and Materials Management to advertise for bids Contract 17-134-3M, Odor Control Facilities at Sludge Concentration, Southwest Coarse Screen, Overhead Weir, and Post-Centrifuge Building at the Stickney Water Reclamation Plant.

 

In response to a public advertisement of August 29, 2018, a bid opening was held on October 23, 2018.  All bids were rejected as reported at the Board meeting of January 10, 2019.

 

Authorization to increase cost estimate from $14,250,000.00 to $17,250,000.00, to an estimated range from $15,485,000.00 to $18,745,000.00 was approved at the Board meeting of March 21, 2019. 

 

In response to a public re-advertisement of April 24, 2019, a bid opening was held on June 11, 2019.  The bid tabulation for this contract is:

 

IHC CONSTRUCTION COMPANIES, L.L.C.                     $16,485,000.00

JOSEPH J. HENDERSON & SON INC.                     $17,194,000.00

GEORGE SOLLITT CONSTRUCTION COMPANY, THE                     $18,039,657.00

                                                                                                          

Eight hundred ninety (890) companies were notified of this contract being advertised and fifty-five (55) 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 $15,485,000.00 to $18,745,000.00, placing their bid of $16,485,000.00 within cost range. 

 

IHC Construction Companies, L.L.C., has executed the Multi-Project Labor Agreement (MPLA) Certificate as required.  It is anticipated that the following trades will be utilized on this contract:  bricklayer, carpenters, cement mason, electrician, insulator, iron worker, laborer, operating engineers, pipefitter, plumber, roofer, sheet metal worker, steel erector, and truck driver.  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 and Appendix V as indicated on the attached report.  The Minority Business Enterprise (MBE), Women Business Enterprise (WBE), Small Business Enterprise (SBE), and Veteran-Owned Business Enterprise (VBE) utilization goals for this contract are 15% MBE, 7% WBE, and bidder offers MBE credits to satisfy the SBE participation.  The bidder offers .59% for the VBE and requests a partial waiver of the remaining VBE goal.

 

The contract will require approximately one hundred sixty-three (163) 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 17-134-3MR (Re-Bid) to IHC Construction Companies, L.L.C., in an amount not to exceed $16,485,000.00, plus a five (5) percent allowance for change orders in an amount of $824,250.00 for a total amount not to exceed $17,309,250.00, 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 680 calendar days.

 

Funds are available in Account 401-50000-645650. 

 

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 September 5, 2019

 

Attachments