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 #: 25-0166    Version: 1
Type: Agenda Item Status: Adopted
File created: 2/23/2025 In control: Procurement Committee
On agenda: 3/6/2025 Final action: 3/6/2025
Title: Authority to award Contract 25-699-11, Services of Heavy Equipment with Operators, to McGill Construction, LLC, Group A and B, in an amount not to exceed $3,775,803.00, Accounts 101-68000,69000-612520, Requisitions 1610008, 1610249
Attachments: 1. Contract 25-699-11 (Groups A and B) Affirmative Action Goals Report and Revised Appendix D and Appendix V Report - McGill Construction, LLC.pdf

TRANSMITTAL LETTER FOR BOARD MEETING OF MARCH 6, 2025

 

COMMITTEE ON PROCUREMENT

 

Mr. Brian A. Perkovich, Executive Director

 

Title

Authority to award Contract 25-699-11, Services of Heavy Equipment with Operators, to McGill Construction, LLC, Group A and B, in an amount not to exceed $3,775,803.00, Accounts 101-68000,69000-612520, Requisitions 1610008, 1610249

Body

 

Dear Sir:

 

On August 8, 2024, the Board of Commissioners authorized the Director of Procurement and Materials Management to advertise for bids, Contract 25-699-11, Services of Heavy Equipment with Operators.

 

In response to a public advertisement of October 9, 2024, a bid opening was held on November 5, 2024.  The bid tabulation for this contract is:

 

GROUP A: LAWNDALE AVENUE SOLIDS MANAGEMENT AREA (LASMA)

ENGER-VAVRA INC                     $1,582,899.65

MCGILL CONSTRUCTION, LLC                     $1,892,491.00

K.L.F. ENTERPRISES, INC.                     $2,462,149.00

M.A.T. LEASING, INC.                     $3,049,646.50

DOETSCH CONTRACTORS INC                      $6,018,008,903.14

 

GROUP B; CALUMET AVENUE SOLIDS MANAGEMENT AREA (CALSMA)

ENGER-VAVRA, INC.                     $1,532,880.96

MCGILL CONSTRUCTION, LLC                     $1,883,312.00

K.L.F. ENTERPRISES, INC.                     $2,473,628.00

M.A.T. LEASING, INC.                     $3,096,860.60

DOETSCH CONTRACTORS INC                     $7,302,112,309.10

                     *Corrected Total         

 

Enger-Vavra, Inc. (Enger), the apparent low bidder for Groups A and B sent an email on November 6, 2024, to withdraw their bid due to their clerical errors and uploading wrong files for their bid.  Based on the above information, Enger’s bid is considered rejected in the public’s best interest.  Enger was notified of this action.

 

McGill Construction, LLC, the lowest responsible bidder, is proposing to perform the contract in accordance with the specifications.  The estimated cost for Groups A and B combined was $3,462,000.00, placing their bid of $3,775,803.00 approximately 9 percent above the engineers estimate. 

 

The Minority Business Enterprise (MBE), and Women Business Enterprise (WBE) goals are 20% MBE and 9% WBE.  The Veteran-Owned Business Enterprise (VBE) policy goal is 3%.

 

McGill Construction, LLC, is in compliance with the Affirmative Action Ordinance, Revised Appendix D as indicated on the attached reports.  The bidder has committed to 20 percent MBE and 10 percent WBE participation for Group A and B.  Bidder commits to 3 percent to the policy goal for VBE participation for Group A and B also. 

 

McGill Construction, LLC., has executed the Multi-Project Labor Agreement (MPLA) certificate as required.  The construction trades anticipated to be utilized on this contract is operating engineers.  The list of construction trades is not intended to confer any rights or jurisdiction upon any union or unions.    

 

The contract will require approximately nine (9) 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 25-699-11, Groups A and B to McGill Construction, LLC., in an amount not to exceed $3,775,803.00, 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 contractor shall commence work upon approval of the Contractor’s Bond or March 1, 2025, whichever occurs later, and shall terminate work on December 31, 2027, or upon expenditure of available funds, whichever occurs sooner.

 

Funds for the 2025 expenditure for Group A, in the amount of $569,000.00 are available in Account 101-69000-612520.  The estimated expenditures for 2026 are $569,000.00, and for 2027 is $754,491.00.  Funds for 2026 and 2027 expenditures are contingent on the Board of Commissioners’ approval of the District’s budget for those years.  

 

Funds for the 2025 expenditure for Group B, in the amount of $585,000.00 are available in Account 101-68000-612520.  The estimated expenditures for 2026 are $635,000.00, and for 2027 is $663,312.00.  Funds for 2026 and 2027 expenditures are contingent on the Board of Commissioners’ approval of the District’s budget for those years.  

 

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

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

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 March 6, 2025

 

Attachment