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 #: 10-0883    Version: 1
Type: Agenda Item Status: Adopted
File created: 8/4/2010 In control: Procurement Committee
On agenda: 8/12/2010 Final action: 8/12/2010
Title: Authority to award Contract 08-171-3P, Westside Imhoff Battery A and Skimming Tank Demolition at the Stickney Water Reclamation Plant, to Sollitt/Sachi/Alworth, Joint Venture, in an amount not to exceed $32,848,000.00, Account 401-50000-645650, Requisition 1287619
Attachments: 1. APP D 08-171-3P.pdf

TRANSMITTAL LETTER FOR BOARD MEETING OF AUGUST 12, 2010

 

COMMITTEE ON PROCUREMENT

 

Mr. Richard Lanyon, Executive Director

 

Title

Authority to award Contract 08-171-3P, Westside Imhoff Battery A and Skimming Tank Demolition at the Stickney Water Reclamation Plant, to Sollitt/Sachi/Alworth, Joint Venture, in an amount not to exceed $32,848,000.00, Account 401-50000-645650, Requisition 1287619

Body

 

Dear Sir:

 

On October 15, 2009, the Board of Commissioners authorized the Director of Procurement and Materials Management to advertise for bids, Contract 08-171-3P Westside Imhoff Battery A and Skimming Tank Demolition at the Stickney Water Reclamation Plant.

 

In response to a public advertisement of November 18, 2009, a bid opening was held on February 9, 2010.  The bid tabulation for this contract is:

 

SOLLITT/SACHI/ALWORTH, JOINT VENTURE                     $32,848,000.00

WALSH CONSTRUCTION CO.                     $37,220,000.00

F. H. PASCHEN, SN NIELSEN & ASSOCIATES, LLC                     $37,890,000.00

IHC CONSTRUCTION COMPANIES LLC                     $38,337,000.00

JAMES MCHUGH CONSTRUCTION COMPANY                     $40,467,999.60

 

Six hundred thirty-six (636) companies were notified of this contract being advertised and thirty-five (35) companies requested specifications.

 

Sollitt/Sachi/Alworth, Joint Venture, the lowest responsible bidder, is proposing to perform the contract in accordance with the specifications.

 

The estimated cost for this contract was $61,228,905.00, placing the bid of $32,848,000.00, approximately 46.4 percent below the estimate.

 

Sollitt/Sachi/Alworth, Joint Venture, 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), 11 percent Women Business Enterprise (WBE), and the bidder offers MBE  and WBE credits to satisfy the Small Business Enterprise (SBE) goals.

 

Sollitt/Sachi/Alworth, Joint Venture, has executed the Multi-Project Labor Agreement (MPLA) certificate, as required.  It is anticipated that all construction trades will be utilized on this contract, with the exception of:  lathers, elevator constructors, marble & terrazzo masons, marble & terrazzo finishers, sprinkler fitters, and boilermakers.  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 08-171-3P to Sollitt/Sachi/Alworth, Joint Venture, in an amount not to exceed $32,848,000.00, 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: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 12, 2010

 

Attachment