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 #: 13-0197    Version: 1
Type: Agenda Item Status: Adopted
File created: 2/27/2013 In control: Procurement Committee
On agenda: 3/7/2013 Final action: 3/7/2013
Title: Authority to award Contract 06-494-3P, Centrifuge Building and Sludge Loading System Upgrades, Egan and Hanover Park Water Reclamation Plants, to IHC Construction Companies, LLC, in an amount not to exceed $9,044,000.00, Accounts 201, 401-50000-645750, 645650, Requisition 1353992
Attachments: 1. APP D 06-494-3P.pdf
TRANSMITTAL LETTER FOR BOARD MEETING OF MARCH 7, 2013
 
COMMITTEE ON PROCUREMENT
 
Mr. David St. Pierre, Executive Director
 
Title
Authority to award Contract 06-494-3P, Centrifuge Building and Sludge Loading System Upgrades, Egan and Hanover Park Water Reclamation Plants, to IHC Construction Companies, LLC, in an amount not to exceed $9,044,000.00, Accounts 201, 401-50000-645750, 645650, Requisition 1353992
Body
 
Dear Sir:
 
On June 7, 2012, the Board of Commissioners authorized the Director of Procurement and Materials Management to advertise for bids, Contract 06-494-3P Centrifuge Building and Sludge Loading System Upgrades, Egan and Hanover Park Water Reclamation Plants.
 
In response to a public advertisement of July 25, 2012, a bid opening was held on October 9, 2012.  The bid tabulation for this contract is:
 
SOLLITT/SACHI/ALWORTH JOINT VENTURE      *$8,043,923.00
IHC CONSTRUCTION COMPANIES LLC      $9,044,000.00
MECCON INDUSTRIES, INC.      $9,946,500.00
F. H. PASCHEN, SN NIELSEN & ASSOCIATES, LLC      $10,343,000.00
WALSH CONSTRUCTION COMPANY      $10,545,500.00
      *corrected total
 
Six hundred fifty-one (651) companies were notified of this contract being advertised and thirty (30) companies requested specifications.
 
The bid submitted by Sollitt/Sachi/Alworth Joint Venture (Sollitt/Sachi/Alworth) was withdrawn.  Prior to the bid opening, Sollitt/Sachi/Alworth indicated that an error may have been made in their bid price. After the bid opening, the bids were reviewed and it was revealed, a discrepancy between the written in words amount and the written in figures amount was made on page P-3X of Sollitt/Sachi/Alworth's bid. Due to discrepancy, the error reduced their total bid amount from $8,966,000.00 to $8,043,923.00. Therefore, Solitt/Sachi/Alworth withdrew their bid. Because the District was informed prior to the bid opening that an error may have occurred, the District will return Solitt/ Sachi/Alworth's bid deposit.
 
IHC Construction Companies, LLC, the lowest responsible bidder, is proposing to perform the contract in accordance with the specifications.
 
The estimated cost for this contract was $10,600,000.00, placing the bid of $9,044,000.00, approximately 14.6 percent below the estimate.
 
IHC Construction Companies, LLC, is in compliance with the Revised Appendix D as indicated on the attached report.  The protected class utilization for this contract is 20 percent Minority Business Enterprise (MBE), 9 percent Women Business Enterprise, bidder offers MBE credits to satisfy Small Business Enterprise (SBE) participation.
 
IHC Construction Companies, 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:  bricklayers, carpenters, cement masons, electricians, iron workers, laborers, operating engineers, painters, pipefitters, plumbers, programmer, roofers, sheet metal workers, steel erectors, and truck drivers.  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 06-494-3P, to IHC Construction Companies, LLC, in an amount not to exceed $9,044,000.00, 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 Accounts 201, 401-50000-645750, 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 March 7, 2013
 
Attachment