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 #: 10-1398    Version: 1
Type: Agenda Item Status: Adopted
File created: 11/9/2010 In control: Procurement Committee
On agenda: 11/18/2010 Final action: 11/18/2010
Title: Authority to award Contract 08-865-3P, Aeration Tanks and Elevators Rehabilitation at the North Side, Kirie, Egan and Hanover Park Water Reclamation Plants, to IHC Construction Companies, LLC, in an amount not to exceed $14,224,400.00, Accounts 401-50000-645750 and 645780, Requisition 1307554
Attachments: 1. APP D 08-865-3P.pdf

TRANSMITTAL LETTER FOR BOARD MEETING OF NOVEMBER 18, 2010

 

COMMITTEE ON PROCUREMENT

 

Mr. Richard Lanyon, Executive Director

 

Title

Authority to award Contract 08-865-3P, Aeration Tanks and Elevators Rehabilitation at the North Side, Kirie, Egan and Hanover Park Water Reclamation Plants, to IHC Construction Companies, LLC, in an amount not to exceed $14,224,400.00, Accounts 401-50000-645750 and 645780, Requisition 1307554

Body

 

Dear Sir:

 

On July 8, 2010, the Board of Commissioners authorized the Director of Procurement and Materials Management to advertise for bids, Contract 08-865-3P Aeration Tanks and Elevators Rehabilitation at the North Side, Kirie, Egan and Hanover Park Water Reclamation Plants.

 

In response to a public advertisement of August 4, 2010, a bid opening was held on October 5, 2010.  The bid tabulation for this contract is:

 

IHC CONSTRUCTION COMPANIES, LLC                     $14,224,400.00

F. H. PASCHEN, SN NIELSEN & ASSOCIATES, LLC                     *$15,851,000.00

MECCON INDUSTRIES, INC.                     $16,272,012.00

                     *corrected total

 

Seven hundred forty (740) companies were notified of this contract being advertised and thirty-two (32) companies requested specifications.

 

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 $18,270,000.00, placing the bid of $14,224,400.00, approximately 22.1 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), 10 percent Women Business Enterprise (WBE), and bidder offers MBE credits to satisfy the Small Business Enterprise (SBE) goal.

 

IHC Construction Companies, LLC, 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:  ceramic tile finishers, fence erectors, plasterers, stone masons, terrazzo finishers, tuckpointers, sprinkler fitters, and piledrivers.  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 08-865-3P to IHC Construction Companies, LLC, in an amount not to exceed $14,224,400.00, 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 401-50000-645750 and 645780.

 

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 November 18, 2010

 

Attachment