TRANSMITTAL LETTER FOR BOARD MEETING OF MAY 4, 2023
COMMITTEE ON PROCUREMENT
Mr. Brian A. Perkovich, Executive Director
Title
Authority to award Contract 19-155-3MR, Boilers 3, 4, 5 and MCC Replacement, Stickney Water Reclamation Plant (Re-Bid) to Path Construction Company, Inc., in an amount not to exceed $21,882,000.00, plus a five (5) percent allowance for change orders in an amount of $1,094,100.00, for a total amount not to exceed $22,976,100.00, Account 401-50000-645650, Requisition 1576462 (Deferred from the April 6, 2023 Board Meeting)(Deferred from the April 20, 2023 Board Meeting)
Body
Dear Sir:
On March 3, 2022, the Board of Commissioners authorized the Director of Procurement and Materials Management to advertise for bids Contract 19-155-3M, Boilers 3, 4, 5 and MCC Replacement, Stickney Water Reclamation Plant.
In response to a public advertisement of September 28, 2022, a bid opening was held on November 29, 2022. There were no bids received.
In response to a public re-advertisement of December 14, 2022, a bid opening was held on February 14, 2023. The bid tabulation for this contract is:
PATH CONSTRUCTION COMPANY, INC. $21,882,000.00
IHC CONSTRUCTION COMPAINES LLC $23,789,000.00
JOHN BURNS CONSTRUCTION *$331,686.535.00
*corrected total
Path Construction Company, Inc., the lowest responsible bidder, is proposing to perform the contract in accordance with the specifications. The estimated cost range for this contract is $14,725,000.00 to $17,825,000.00, placing their bid of $21,882,000.00 approximately 22.7 percent over the high end of the estimated cost range.
Path Construction Company, Inc., has executed the Multi-Project Labor Agreement (MPLA) Certificate as required. It is anticipated that the following trades will be utilized on this contract: boiler maker, roofer, carpenter, laborer, cement mason, bricklayer, operator, pipefitter, insulator, painter, electrician, sprinkler fitter, steel erector, truck driver and iron worker. The list of construction trades is not intended to confer any rights or jurisdiction upon any union or unions.
The Minority Business Enterprise (MBE), Women Business Enterprise (WBE), Small Business Enterprise (SBE) and Veteran-Owned Business Enterprise (VBE) utilization goals for this contract are 20 percent MBE, 9 percent WBE, 10 percent SBE, and 3 percent VBE.
Path Construction Company, Inc., is in compliance with the Affirmative Action Ordinance, Revised Appendix D and Appendix V as indicated on the attached report. The bidder has committed to the following utilization goals for this contract: 20 percent MBE, 9 percent WBE, and the bidder offers MBE and WBE credits to satisfy SBE participation. Bidder committed to 3 percent for VBE participation.
The contract will require approximately seventy-five (75) 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 19-155-3MR to Path Construction Company, Inc., in an amount not to exceed $21,882,000.00, plus a five (5) percent allowance for change orders in an amount of $1,094,100.00, for a total amount not to exceed $22,976,100.00, 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.
The contract specifications require that all work commence 30 days after approval of the contractor’s bond and shall be completed within 1000 calendar days after approval of the contractor’s bond.
Funds are available in Account 401-50000-645650.
Requested, Catherine A. O’Connor, Director of Engineering
Recommended, Darlene A. LoCascio, Director of Procurement and Materials Management, DAL:SEB:bn
Respectfully Submitted, Marcelino Garcia, 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 May 4, 2023
Attachments