TRANSMITTAL LETTER FOR BOARD MEETING OF MARCH 5, 2026
COMMITTEE ON PROCUREMENT
Mr. John P. Murray, Executive Director
Title
Authority to award Contract 12-369-3S, Upper Des Plaines Intercepting Sewer 11D Rehabilitation, NSA, to Inliner Solutions, LLC, in an amount not to exceed $17,494,987.00, plus a five (5) percent allowance for change orders in an amount of $874,749.35, for a total amount not to exceed $18,369,736.35, Account 401-50000-645700, Requisition 1640399
Body
Dear Sir:
On August 14, 2025, the Board of Commissioners authorized the Director of Procurement and Materials Management to advertise for bids Contract 12-369-3S, Upper Des Plaines Intercepting Sewer 11D Rehabilitation, NSA.
In response to a public advertisement of October 29, 2025, a bid opening was held on January 27, 2026. The bid tabulation for this contract is:
INLINER SOLUTIONS LLC $17,494,987.00
INSITUFORM TECHNOLOGIES USA LLC $23,615,000.00
MICHELS TRENCHLESS INC $33,964,397.37
Inliner Solutions, LLC (Inliner), the lowest responsible bidder, is proposing to perform the contract in accordance with the specifications. The estimated cost range for this contract is $16,150,000.00 to $19,550,000.00, placing their bid of $17,494,987.00 within the cost range of the engineer’s estimate for this contract.
Inliner has executed the Multi-Project Labor Agreement (MPLA) Certificate as required. It is anticipated that the following trades will be utilized on this contract: carpenters, cement workers/masons, laborers, operating engineers, truck drivers, and skilled workers. The list of construction trades is not intended to confer any rights or jurisdiction upon any union or unions.
The associated tailored goals for this contract are 2% Minority-owned Business Enterprises (MBE) and/or Women-owned Business Enterprises (WBE). The Veteran-owned Businesses (VBE) policy goal is 3%.
Inliner 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: 2.20% MBE and 0% WBE. Bidder provided 5.91% for VBE participation.
The contract will require approximately fifty-nine (59) people for the services.
The contractor shall commence the work 30 calendar days after approval of the contractor’s bond and complete the work within 730 days thereafter.
In view of the foregoing, it is recommended that the Director of Procurement and Materials Management be authorized to award Contract 12-369-3S to Inliner Solutions, LLC, in an amount not exceed $17,494,987.00, plus a five (5) percent allowance for change orders in an amount of $874,749.35, for a total amount not to exceed $18,369,736.35, 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 401-50000-645700.
Requested, Catherine A. O’Connor, Director of Engineering
Recommended, Darlene A. LoCascio, Director of Procurement and Materials Management, DAL:SEB:gv
Respectfully Submitted, Precious Brady-Davis, Chairperson, 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 5, 2026
Attachment