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 #: 24-0648    Version: 1
Type: Agenda Item Status: Adopted
File created: 7/24/2024 In control: Procurement Committee
On agenda: 8/8/2024 Final action: 8/8/2024
Title: Authority to award Contract 14-259-5F, Flood Control Project in the Vicinity of 131st Street and Cypress Lane in Palos Heights, to Meru Corporation, in an amount not to exceed $697,000.00, plus a five (5) percent allowance for change orders in an amount of $34,850.00, for a total amount not to exceed $731,850.00, Account 501-50000-645620, Requisition 1599293
Attachments: 1. Contract 14-259-5F Affirmative Action Goals Report and Revised Appendix D and Appendix V Reports - Meru COrporation

TRANSMITTAL LETTER FOR BOARD MEETING OF AUGUST 8, 2024

 

COMMITTEE ON PROCUREMENT

 

Mr. Brian A. Perkovich, Executive Director

 

Title

Authority to award Contract 14-259-5F, Flood Control Project in the Vicinity of 131st Street and Cypress Lane in Palos Heights, to Meru Corporation, in an amount not to exceed $697,000.00, plus a five (5) percent allowance for change orders in an amount of $34,850.00, for a total amount not to exceed $731,850.00, Account 501-50000-645620, Requisition 1599293

Body

 

Dear Sir:

 

On May 4, 2023, the Board of Commissioners authorized the Director of Procurement and Materials Management to advertise for bids Contract 14-259-5F, Flood Control Project in the Vicinity of 131st Street and Cypress Lane in Palos Heights.

 

In response to a public advertisement of April  17, 2024, a bid opening was held on June 4, 2024. The bid tabulation for this contract is:

 

MERU CORPORATION                     $697,000.00

AIRYS, INC                     $734,287.00

FOUNDATION MECHANICS, LLC                     $1,389,000.00   

 

Meru Corporation, the lowest responsible bidder, is proposing to perform the contract in accordance with the specifications. The estimated cost range for this contract is $452,541.60 to $553,106.40, placing their bid of $697,000.00 approximately 26.02 percent over the high end of the estimated cost range.

 

Meru Corporation 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, iron workers, laborers, operating engineers, plumbers, and truck drivers. 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), and Veteran-Owned Business Enterprise (VBE) utilization goals for this contract are 20 percent MBE, 10 percent WBE, and 3 percent VBE.

 

Meru Corporation 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: 31.56 percent MBE, 10 percent WBE, and 3.14 percent for VBE.

 

The contract will require approximately four (4) 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 14-259-5F to Meru Corporation, in an amount not to exceed $697,000.00, plus a five (5) percent allowance for change orders in an amount of $34,850.00, for a total amount not to exceed $731,850.00, 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 210 calendar days after approval of the contractor’s bond.

 

Funds in the amount of $509,283.00, plus the 5% contingency of $34,850.00, are available in Account 501-50000-645620 in 2024. Funds in the amount of $187,717.00 in 2025 are contingent on the Board of Commissioners’ approval of the District’s budget for that year.

 

Requested, Catherine A. O’Connor, Director of Engineering

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

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 August 8, 2024

 

Attachment