TRANSMITTAL LETTER FOR BOARD MEETING OF JUNE 16, 2016
COMMITTEE ON PROCUREMENT
Mr. David St. Pierre, Executive Director
Title
Authority to award Contract 13-106-4F, McCook Reservoir Des Plaines Inflow/Tunnel, SSA, to Walsh Construction Company II, LLC, in an amount not to exceed $107,770,362.00, plus a five (5) percent allowance for change orders in an amount of $5,388,518.10, for a total amount not to exceed $113,158,880.10, Account 401-50000-645630, Requisition 1404340
Body
Dear Sir:
On September 17, 2015, the Board of Commissioners authorized the Director of Procurement and Materials Management to advertise for bids, Contract 13-106-4F, McCook Reservoir, Des Plaines Inflow Tunnel, SSA.
In response to a public advertisement of January 20, 2016, a bid opening was held on March 29, 2016. The bid tabulation for this contract is:
WALSH CONSTRUCTION COMPANY II, LLC $107,770,362.00
SOUTHLAND CONTRACTING, INC. $109,180,000.00
JUDLAU CONTRACTING, INC. $113,285,000.00
JAY DEE-TRAYLOR JV. $114,668,540.00
KIEWIT-REYES, JV. $136,523,570.00
KENNY CONSTRUCTION COMPANY $161,262,900.00
BARNARD CONSTRUCTION COMPANY, INC. $162,740,700.00
One thousand four hundred (1,400) companies were notified of this contract being advertised and one hundred forty-four (144) companies requested specifications.
Walsh Construction Company II, LLC, the lowest responsible bidder, is proposing to perform the contract in accordance with the specifications. The estimated cost for this contract was $139,000,000.00, placing their bid of $107,770,362.00, approximately 22.5 percent below the estimate.
Walsh Construction Company II, LLC is in compliance with the Affirmative Action Ordinance, Revised Appendix D as indicated on the attached report. The Minority Business Enterprise (MBE), Women Business Enterprise (WBE) and Small Business Enterprise (SBE) utilization goals for this contract are 20 percent MBE, 10 percent WBE and bidder offers MBE and WBE credits to satisfy SBE participation.
Walsh Construction Company II, LLC has executed the Multi-Project Labor Agreement (MPLA) certificate as required. It is anticipated that the following trades will be utilized on this contract: boilermakers, bricklayers, carpenters, cement workers/masons, electricians, laborers, operating engineers, painters, pipe fitters/plumbers, sheet metal workers, steel erectors, and truck drivers. The list of construction trades is not intended to confer any rights or jurisdiction upon any union or unions.
The contract will require approximately one thousand seventy-seven (1,077) 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 13-106-4F to Walsh Construction Company II, LLC, in an amount not to exceed $107,770,362.00, plus a five (5) percent allowance for change orders in an amount of $5,388,518.10, for a total amount not to exceed $113,158,880.10, 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 estimated completion date is within 1,294 calendar days after approval of the Contractor’s Bond.
Funds are available in Account 401-50000-645630.
Recommended, Darlene A. LoCascio, Director of Procurement and Materials Management, DAL:SEB:cm
Respectfully Submitted, Barbara J. McGowan, 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 June 16, 2016
Attachments