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 #: 19-1231    Version: 1
Type: Agenda Item Status: Deleted
File created: 11/26/2019 In control: Procurement Committee
On agenda: 12/5/2019 Final action: 12/5/2019
Title: Authority to award Contract 19-701-31, Installation of Disc Filters at the Hanover Park Water Reclamation Plant, to Joseph J. Henderson & Son, Inc., in an amount not to exceed $2,220,000.00, Account 401-50000-645650, Requisition 1513787
Attachments: 1. Contract 19-701-31 Revised Appendix D and Appendix A Report.pdf

TRANSMITTAL LETTER FOR BOARD MEETING OF DECEMBER 5, 2019

 

COMMITTEE ON PROCUREMENT

 

Mr. Brian A. Perkovich, Executive Director

 

Title

Authority to award Contract 19-701-31, Installation of Disc Filters at the Hanover Park Water Reclamation Plant, to Joseph J. Henderson & Son, Inc., in an amount not to exceed $2,220,000.00, Account 401-50000-645650, Requisition 1513787

Body

 

Dear Sir:

 

On July 11, 2019, the Board of Commissioners authorized the Director of Procurement and Materials Management to advertise for bids Contract 19-701-31, Installation of Disc Filters at the Hanover Park Water Reclamation Plant. 

 

In response to a public advertisement of September 4, 2019, a bid opening was held on October 1, 2019.  The bid tabulation for this contract is:

 

                     JOSEPH J. HENDERSON & SON, INC.                     $2,220,000.00

                     IHC CONSTRUCTION COMPANIES, L.L.C.                     $2,231,000.00

                                                              

Six hundred seventy-one (671) companies were notified of this contract being advertised and twenty-three (23) companies requested specifications.

 

Joseph J. Henderson & Son, Inc., the lowest responsible bidder, is proposing to perform the contract in accordance with the specifications.  The estimated cost for this contract is $1,500,000.00, placing their bid of $2,220,000.00, approximately 48 percent above the estimate.

 

A closer examination of the costs associated with performing the work, including comparing the subject contract to a similar 2017 contract, but with an expanded scope of work, lead to the bids received being over the District’s estimate.  The expanded scope of work for this contract includes the demolition of filter beds 1 and 2, the installation of access stairs/platforms, influent by-pass weir level instrumentation, effluent trough weir plates, enhanced DCS monitoring as well as by-pass actuators and disconnects.

 

Joseph J. Henderson & Son, Inc., 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) and Small Business Enterprise (SBE) utilization goals for this contract are 20 percent MBE, 9 percent WBE and the bidder offers MBE and WBE credits to satisfy SBE participation.  The bidder requested a waiver of the VBE goal. 

 

Joseph J. Henderson & Son, Inc., has executed the Multi-Project Labor Agreement (MPLA) certificate as required.  It is anticipated that the following construction trades to be utilized on this contract are pipefitters, electricians, laborers, iron workers, and operating engineers.  The list of construction trades is not intended to confer any rights or jurisdiction upon any union or unions.

 

The contractor shall complete all work within five hundred (500) calendar days after approval of the Contractor’s Bond.

 

The contract will require approximately fifteen (15) to twenty (20) 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 19-701-31 to Joseph J. Henderson & Son, Inc., in an amount not to exceed $2,220,000.00, 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.

 

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 December 5, 2019

 

Attachment