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 #: 13-0867    Version: 1
Type: Agenda Item Status: Adopted
File created: 8/5/2013 In control: Procurement Committee
On agenda: 8/8/2013 Final action: 8/8/2013
Title: Authority to award Contract 11-054-3P, Disinfection Facilities, Terrence J. O’Brien Water Reclamation Plant, to Walsh Construction Company II, LLC, in an amount not to exceed $59,899,650.00, plus a five (5) percent allowance for change orders in an amount of $2,994,982.50, for a total amount not to exceed $62,894,632.50, Account 401-50000-645650, Requisition 1358932
Attachments: 1. APP D 11-054-3P.pdf
TRANSMITTAL LETTER FOR BOARD MEETING OF AUGUST 8, 2013
 
COMMITTEE ON PROCUREMENT
 
Mr. David St. Pierre, Executive Director
 
Title
Authority to award Contract 11-054-3P, Disinfection Facilities, Terrence J. O'Brien Water Reclamation Plant, to Walsh Construction Company II, LLC, in an amount not to exceed $59,899,650.00, plus a five (5) percent allowance for change orders in an amount of $2,994,982.50, for a total amount not to exceed $62,894,632.50, Account 401-50000-645650, Requisition 1358932
Body
 
Dear Sir:
 
On April 18, 2013, the Board of Commissioners authorized the Director of Procurement and Materials Management to advertise for bids, Contract 11-241-3P Disinfection Facilities, Terrence J. O'Brien Water Reclamation Plant.
 
In response to a public advertisement of April 24, 2013, a bid opening was held on July 30, 2013.  The bid tabulation for this contract is:
 
WALSH CONSTRUCTION COMPANY II, LLC      $59,899,650.00
IHC/KED, A JOINT VENTURE      $66,140,000.00
F. H. PASCHEN, SN NIELSEN & ASSOCIATES LLC      *$66,150,000.00
JAMES MCHUGH CONSTRUCTION COMPANY      $68,000,000.00
KIEWIT INFRASTRUCTURE COMPANY      $70,579,000.00
JOSEPH J HENDERSON & SON, INC.      $70,616,000.00
KENNY CONSTRUCTION COMPANY      $72,469,604.00
      *corrected total
 
Seven hundred forty-six (746) companies were notified of this contract being advertised and one hundred ten (110) companies requested specifications.
 
Walsh Construction Company II, LLC, the lowest responsible bidder, is proposing to perform the contract in accordance with the specifications.
 
The estimated cost for this contract was $75,875,450.00, placing the bid of $59,899,650.00 approximately 21.1 percent below the estimate.
 
Walsh Construction Company II, LLC, is in compliance with the Affirmative Action Interim Ordinance Appendix D as indicated on the attached report.  The Socially and Economically Disadvantaged Individuals utilization goals for this contract are:  20 percent Minority Business Enterprise (MBE), 10 percent Women Business Enterprise (WBE), and the bidder offers MBE and WBE participation to satisfy their Small Business Enterprise (SBE) goals.
 
Walsh Construction Company II, LLC, has executed the Multi-Project Labor Agreement (MPLA) certificate as required.  It is anticipated that the following construction trades will be utilized on this contract:  carpenter, cement mason, laborer, operator, teamster, pipefitter, sheet metal, painter, electrician, and iron worker.  The list of construction trades is not intended to confer any rights or jurisdiction upon any union or unions.
 
In view of the foregoing, it is recommended that the Director of Procurement and Materials Management be authorized to award Contract 11-054-3P, to Walsh Construction Company II, LLC, in an amount not to exceed $59,899,650.00, plus a five (5) percent allowance for change orders in an amount of $2,994,982.50, for a total amount not to exceed $62,894,632.50, subject to the contractors 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:klv
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 August 8, 2013
 
Attachment