Skip to main content


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 #: 09-1005    Version: 1
Type: Agenda Item Status: Adopted
File created: 6/30/2009 In control: Procurement Committee
On agenda: 7/9/2009 Final action: 7/9/2009
Title: Authority to award Contract 09-963-11, Pavement Repairs in the Stickney Service Area, Lawndale Avenue Solids Management Area and Outlying District Property, Groups A and B, to Northwest General Contractors, Inc., in an amount not to exceed $435,000.00, Account 101-69000-612420, Requisition 1264171 (As Revised)
Attachments: 1. APP D 09-963-11 B.pdf

TRANSMITTAL LETTER FOR BOARD MEETING OF JULY 9, 2009

 

COMMITTEE ON PROCUREMENT

 

Mr. Richard Lanyon, Executive Director

 

Title

Authority to award Contract 09-963-11, Pavement Repairs in the Stickney Service Area, Lawndale Avenue Solids Management Area and Outlying District Property, Groups A and B, to Northwest General Contractors, Inc., in an amount not to exceed $435,000.00, Account 101-69000-612420, Requisition 1264171 (As Revised)

Body

 

Dear Sir:

 

On April 2, 2009, the Board of Commissioners authorized the Director of Procurement and Materials Management to advertise for bids, Contract 09-963-11, Pavement Repairs in the Stickney Service Area, Lawndale Avenue Solids Management Area and Outlying District Property.

 

In response to a public advertisement of April 8, 2009, a bid opening was held on May 12, 2009.   The bid tabulation for this contract is:

 

GROUP A - LAWNDALE AVENUE SOLIDS MANAGEMENT AREA

NORTHWEST GENERAL CONTRACTORS, INC.                     $75,950.00

SUMIT CONSTRUCTION COMPANY, INC.                     $77,350.00

SEVEN-D CONSTRUCTION COMPANY                     $148,500.00

 

GROUP B - STICKNEY WATER RECLAMATION PLANT

NORTHWEST GENERAL CONTRACTORS, INC.                     $388,042.00

SUMIT CONSTRUCTION COMPANY, INC.                     $455,191.00

SEVEN-D CONSTRUCTION COMPANY                     $911,515.00

 

Five hundred forty-eight (548) companies were notified of this contract being advertised and twenty-nine (29) companies requested specifications.

 

The quantities specified in Groups A and B of the contract documents were used for the purpose of comparing bids and establishing unit prices.  The total amount to be expended on this contract, should usage differ from the quantities, is not to exceed $85,000.00 for Group A, and $350,000.00 for Group B.

 

Northwest General Contractors, Inc., the lowest responsible bidder for Groups A and B, is proposing to perform the contract in accordance with the specifications.

 

The estimated cost for Groups A and B of this contract was $435,000.00, placing the bid of $463,992.00 approximately 10.6 percent above the estimate.

 

Northwest General Contractors, Inc., has executed the Multi-Project Labor Agreement (MPLA) certificate as required.  The construction trades anticipated to be utilized on this contract are:  labor foremen, laborers, equipment operators, cement finishers, iron workers, and carpenters.  The list of construction trades is not intended to confer any rights or jurisdiction upon any union or unions.

 

The revised Appendix D was not included in Group A of this contract because the estimate is less than the minimum threshold established by Section 4 of the Affirmative Action Ordinance.

 

Northwest General Contractors, Inc., is in compliance with the Revised Appendix D for Group B of this contract, as indicated on the attached report.  The protected class utilization goals for Group B of this contract are 18 percent Minority Business Enterprise (MBE) and/or Women Business Enterprise (WBE), and 10 percent Small Business Enterprise (SBE).  The bidder is utilizing themselves to satisfy the MBE and SBE goals.

 

In view of the foregoing, it is recommended that the Director of Procurement and Materials Management be authorized to award Contract 09-963-11, Groups A and B, to Northwest General Contractors, Inc., in an amount not to exceed $435,000.00, 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 101-69000- 612420.

 

Recommended, Darlene A. LoCascio, Director of Procurement and Materials Management, DAL:SEB:klv

Respectfully Submitted, Barbara J. McGowan, Chairman, Committee on Purchasing

Disposition of this agenda item will be documented in the official Regular Board Meeting Minutes of the Board of Commissioners for July 9, 2009

 

Attachment