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 #: 24-0827    Version: 1
Type: Agenda Item Status: Adopted
File created: 9/11/2024 In control: Procurement Committee
On agenda: 9/19/2024 Final action: 9/19/2024
Title: Authority to award Contract 24-651-21, Remove and Replace Pavement at Various Locations, Groups A, B, and D, to McGill Construction Co. (McGill), in an amount not to exceed $682,317.00, and Group C to K-Five Construction Corporation (K-Five), in an amount not to exceed $393,500.00, Account 201-50000-645750, Requisition 1616892
Attachments: 1. Contract 24-651-21 (Groups A, B and D) - Affirmative Action Revised Appendix D and Appendix V Report - McGill Construction Co..., 2. 24-651-21 (Group A) Affirmative Action Goals Review - McGill Construction Co., 3. 24-651-21 (Group B) Affirmative Action Goals Review - McGill Construction Co., 4. 24-651-21 (Group D) Affirmative Action Goals Review - McGill Construction Co., 5. Contract 24-651-21 (Group C) - Affirmative Action Revised Appendix D and Appendix V Report - K-Five Construction Corp., 6. 24-651-21 (Group C) Affirmative Action Goals Review - K-Five Construction Corp.

TRANSMITTAL LETTER FOR BOARD MEETING OF SEPTEMBER 19, 2024

 

COMMITTEE ON PROCUREMENT

 

Mr. Brian A. Perkovich, Executive Director

 

Title

Authority to award Contract 24-651-21, Remove and Replace Pavement at Various Locations, Groups A, B, and D, to McGill Construction Co. (McGill), in an amount not to exceed $682,317.00, and Group C to K-Five Construction Corporation (K-Five), in an amount not to exceed $393,500.00, Account 201-50000-645750, Requisition 1616892

Body

 

Dear Sir:

 

On May 16, 2024, the Board of Commissioners authorized the Director of Procurement and Materials Management to advertise for bids Contract 24-651-21, Remove and Replace Pavement at Various Locations.

 

In response to a public advertisement of July 10, 2024, a bid opening was held on July 30, 2024. The bid tabulation for this contract is:

 

GROUP A:  STICKNEY WATER RECLAMATION PLANT (SWRP)

MCGILL CONSTRUCTION CO.                     $178,175.00

ROSSI CONTRACTORS, INC.                     $267,000.00

K-FIVE CONSTRUCTION CORPORATION                     $318,875.00

MCDONAGH DEMOLITION, INC.                     $431,250.00

 

GROUP B:  EGAN WATER RECLAMATION PLANT (EWRP)

MCGILL CONSTRUCTION CO.                     $372,181.00

K-FIVE CONSTRUCTION CORPORATION                     $451,700.00

ROSSI CONTRACTORS, INC.                     $472,360.00

MCDONAGH DEMOLITION, INC.                     $765,800.00

 

GROUP C:  CALUMET WATER RECLAMATION PLANT (CWRP)

K-FIVE CONSTRUCTION CORPORATION                     $393,500.00

MCGILL CONSTRUCTION CO.                     $404,000.00

 

GROUP D:  LAWNDALE AVENUE SOLIDS MANAGEMENT AREA (LASMA)

MCGILL CONSTRUCTION CO.                     $131,961.00

K-FIVE CONSTRUCTION CORPORATION                     $185,375.00

 

McGill Construction Co. (McGill), the lowest responsible bidder for Groups A, B, and D, is proposing to perform the contract in accordance with the specifications. The estimated cost for Groups A, B, and D is $861,000.00, placing the bid of $682,317.00, approximately 20.7 percent below the estimate.

 

K-Five Construction Corporation (K-Five), the lowest responsible bidder for Group C, is proposing to perform the contract in accordance with the specifications. The estimated cost for Group C is $689,000.00, placing the bid of $393,500.00, approximately 42.8 percent below the estimate.

 

The Affirmative Action Ordinance Revised Appendix D goals for this contract are 20 percent Minority Business Enterprise (MBE), 10 percent Women Business Enterprise (WBE), and 3 percent Veteran-owned Business Enterprises (VBE) for all groups.

 

McGill is in compliance with the Affirmative Action Ordinance Revised Appendix D for Groups A, B, and D as indicated on the attached report. The Minority Business Enterprise (MBE), Women Business Enterprise (WBE), and Veteran-owned Business Enterprises (VBE) utilization goals for this contract are 20 percent MBE, 10 percent WBE, and 3 percent VBE.

 

McGill has executed the Multi-Project Labor Agreement (MPLA) certificate as required. It is anticipated that the following trades will be utilized on this contract: cement masons and masonry assistants, laborers, operating engineers, and truck drivers. The list of construction trades is not intended to confer any rights or jurisdiction upon any union or unions.

 

In view of the foregoing, it is recommended that the Director of Procurement and Materials Management be authorized to award Contract 24-651-21, Groups A, B, and D, to McGill Construction Co., in an amount not to exceed $682,317.00, subject to the contractors furnishing a performance bond in form satisfactory to the Law Department and approved by the Director of Procurement and Materials Management.

 

K-Five is in compliance with the Affirmative Action Ordinance Revised Appendix D for Group C as indicated on the attached report. The Minority Business Enterprise (MBE), Women Business Enterprise (WBE), and Veteran-owned Business Enterprises (VBE) utilization goals for this contract are 20.84 percent MBE, 10.67 percent WBE, and 3 percent VBE.

 

K-Five has executed the Multi-Project Labor Agreement (MPLA) certificate as required. It is anticipated that the following trades will be utilized on this contract: cement masons and masonry assistants, laborers, operating engineers, and truck drivers. The list of construction trades is not intended to confer any rights or jurisdiction upon any union or unions.

 

In view of the foregoing, it is recommended that the Director of Procurement and Materials Management be authorized to award Contract 24-651-21, Group C, to K-Five Construction Corporation, in an amount not to exceed $393,500.00, subject to the contractors furnishing a performance bond in form satisfactory to the Law Department and approved by the Director of Procurement and Materials Management.

 

The contractor shall commence work upon approval of the contractor’s bond and terminate thirteen (13) months thereafter, or upon expenditure of available funds, whichever occurs sooner.

 

The contract will employ approximately 16 people for each group of services.

 

Funds for the 2024 expenditures for Group A, in the amount of $23,700.00, are available in Account 201-50000-645750. The estimated expenditures for 2025 are $154,475.00. Funds for the 2025 expenditures are contingent on the Board of Commissioners’ approval of the District’s budget for that year.

 

Funds for the 2024 expenditures for Group B, in the amount of $60,000.00, are available in Account 201-50000-645750. The estimated expenditures for 2025 are $312,181.00. Funds for the 2025 expenditures are contingent on the Board of Commissioners’ approval of the District’s budget for that year.

 

Funds for the 2024 expenditures for Group C, in the amount of $103,400.00, are available in Account 201-50000-645750. The estimated expenditures for 2025 are $290,100.00. Funds for the 2025 expenditures are contingent on the Board of Commissioners’ approval of the District’s budget for that year.

 

Funds for the 2024 expenditures for Group D, in the amount of $45,400.00, are available in Account 201-50000-645750. The estimated expenditures for 2025 are $86,561.00. Funds for the 2025 expenditures are contingent on the Board of Commissioners’ approval of the District’s budget for that year.

 

Requested, John P. Murray, Director of Maintenance and Operations

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 September 19, 2024

 

Attachments