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 #: 26-0051    Version: 1
Type: Agenda Item Status: Adopted
File created: 1/12/2026 In control: Procurement Committee
On agenda: 1/22/2026 Final action: 1/22/2026
Title: Authority to award Contract 22-377-2DR (Re-Bid), Raw Sewage Discharge Pipe Support Modifications for Pumps 1-3, Kirie Water Reclamation Plant (KWRP), to John Burns Construction Company, LLC, in an amount not to exceed $9,657,000.00, plus a five (5) percent allowance for change orders in an amount of $482,850.00, for a total amount not to exceed $10,139,850.00, Account 201-50000-645750, Requisition 1629461
Attachments: 1. Contract 22-377-2DR Affirmative Action Goals Report and Revised Appendix D and Appendix V Report - JBCC

TRANSMITTAL LETTER FOR BOARD MEETING OF JANUARY 22, 2026

 

COMMITTEE ON PROCUREMENT

 

Mr. John P. Murray, Executive Director

 

Title

Authority to award Contract 22-377-2DR (Re-Bid), Raw Sewage Discharge Pipe Support Modifications for Pumps 1-3, Kirie Water Reclamation Plant (KWRP), to John Burns Construction Company, LLC, in an amount not to exceed $9,657,000.00, plus a five (5) percent allowance for change orders in an amount of $482,850.00, for a total amount not to exceed $10,139,850.00, Account 201-50000-645750, Requisition 1629461

Body

 

Dear Sir:

 

On December 19, 2024, the Board of Commissioners authorized the Director of Procurement and Materials Management to advertise for bids Contract 22-377-2D, Raw Sewage Discharge Pipe Support Modifications for Pumps 1-3, KWRP.

 

In response to a public advertisement of April 2, 2025, a bid opening was held on July 1, 2025. Bids were rejected as reported at the September 4, 2025 Board meeting. In addition, an authorization to increase the cost estimate was approved at the same Board meeting.

 

In response to a public re-advertisement of October 29, 2025, a bid opening was held on December 9, 2025. The bid tabulation for this contract is:

 

JOHN BURNS CONSTRUCTION COMPANY LLC                     $9,657,000.00

IHC CONSTRUCTION COMPANIES, LLC                     $10,444,000.00

 

John Burns Construction Company, LLC (John Burns), the lowest responsible bidder, is proposing to perform the contract in accordance with the specifications. The estimated cost range for this contract was $8,293,500.00 to $10,039,500.00, placing their bid of $9,657,000.00 within the engineer’s cost range estimate of the contract.

 

John Burns has executed the Multi-Project Labor Agreement (MPLA) Certificate as required. It is anticipated that the following trades will be utilized on this contract: carpenter, cement mason, electrician, iron worker, laborer, operating engineer, painter, plumber, skilled worker, steel erector, and truck driver. 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% MBE, 10% WBE, and 3% VBE policy goal.

 

John Burns 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: 20.17% MBE and 10.14% WBE. Bidder provided 3.15% for VBE policy goal participation.

 

The contract will require approximately thirty-three (33) jobs for the services.

 

The contract specifications require that all work commence after approval of the contractor’s bond and shall be completed within 740 calendar days after approval of the contractor’s bond.

 

In view of the foregoing, it is recommended that the Director of Procurement and Materials Management be authorized to award Contract 22-377-2DR, to John Burns Construction Company, LLC, in an amount not to exceed $9,657,000.00, plus a five (5) percent allowance for change orders in an amount of $482,850.00, for a total amount not to exceed $10,139,850.00, 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.

 

Funds for the 2026 expenditure, in the amount of $4,887,000.00, are available in Account 201-50000-645750. The estimated expenditures for 2027 and 2028 are $3,901,200.00 and $868,800.00, respectively. Funds for the 2027 and 2028 expenditures are contingent on the Board of Commissioners’ approval of the District’s budget for those years.

 

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 January 22, 2026

 

Attachment