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 #: 24-0609    Version: 1
Type: Agenda Item Status: Adopted
File created: 7/3/2024 In control: Procurement Committee
On agenda: 7/11/2024 Final action: 7/11/2024
Title: Authority to award Contract 14-253-5FR (Re-Bid), Flood Control Project on Midlothian Creek in Robbins, Illinois, to V3 Construction Group, LTD. (V3), in an amount not to exceed $19,841,500.00, plus a five (5) percent allowance for change orders in an amount of $992,075.00, for a total amount not to exceed $20,833,575.00, Account 501-50000-645620, Requisition 1613092
Attachments: 1. Contract 14-253-5FR Affirmative Action Goals Report and Revised Appendix D and Appendix V Reports - V3 Construction Group, Ltd.

TRANSMITTAL LETTER FOR BOARD MEETING OF JULY 11, 2024

 

COMMITTEE ON PROCUREMENT

 

Mr. Brian A. Perkovich, Executive Director

 

Title

Authority to award Contract 14-253-5FR (Re-Bid), Flood Control Project on Midlothian Creek in Robbins, Illinois, to V3 Construction Group, LTD. (V3), in an amount not to exceed $19,841,500.00, plus a five (5) percent allowance for change orders in an amount of $992,075.00, for a total amount not to exceed $20,833,575.00, Account 501-50000-645620, Requisition 1613092

Body

 

Dear Sir:

 

On January 18, 2024, the Board of Commissioners authorized the Director of Procurement and Materials Management to advertise for bids, Contract 14-253-5F, Flood Control Project on Midlothian Creek in Robbins, Illinois.

 

In response to a public advertisement of February 14, 2024, a bid opening was held on April 2, 2024. All bids were rejected as reported at the May 16, 2024, Board meeting.

 

In response to a public re-advertisement of May 22, 2024, a bid opening was held on June 18, 2024. The bid tabulation for this contract is:

 

MICHELS CONSTRUCTION INC                     $19,449,533.00

V3 CONSTRUCTION GROUP, LTD.                     $19,841,500.00

JUDLAU CONTRACTING, INC.                     $19,999,999.00

F.H. PASCHEN, SN NIELSEN & ASSOCIATES LLC                      $22,853,000.00

 

Michels Construction, Inc. (Michels) submitted a bid and requested a partial waiver of the 10 percent WBE goal. Michels offered 33.71 percent MBE, 2.7 percent WBE, and 2.2 percent VBE. The waiver was reviewed by the Acting Diversity Administrator and was denied. Michels did not provide adequate documentation to demonstrate a good faith effort to meet the WBE goal of 10 percent. Therefore, Michels’ bid is considered non-responsive and rejected under Section 15, Utilization Plan Submission (e) (i) (v). The Director of Procurement and Materials Management has notified Michels of this action.

 

V3 Construction Group, LTD. (V3), the lowest responsible bidder, is proposing to perform the contract in accordance with the specifications. The estimated cost range for this contract is $17,225,823.70 to $20,852,312.90, placing their bid of $19,841,500.00 within the estimated cost range of this contract.

 

V3 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 masons, electricians, iron workers, equipment operators, laborers, pile drivers, 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.

 

V3 Construction Group, LTD., 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: 20.2 percent MBE, 10.4 percent WBE. Bidder provided 3.00 percent participation for the VBE.

 

The contract will require approximately eighty-four (84) 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 14-253-5FR to V3 Construction Group, LTD., in an amount not to exceed $19,841,500.00, plus a five (5) percent allowance for change orders in an amount of $992,075.00, for a total amount not to exceed $20,833,575.00, 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 540 calendar days thereafter.

 

Funds for 2024 in the amount of $5,777,522.30 are available in Account 501-50000-645620. The estimated expenditures for 2025 are $14,063,977.70, and $992,075.00 for the 5% contingency. Funds for 2025 expenditures 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 July 11, 2024

 

Attachment