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 #: 21-0118    Version: 1
Type: Agenda Item Status: Adopted
File created: 1/25/2021 In control: Procurement Committee
On agenda: 2/4/2021 Final action: 2/4/2021
Title: Authority to award Contract 21-646-51, Small Streams Maintenance in Cook County, Illinois, Group A to J & L Contractors, Inc., in an amount not to exceed $2,800,000.00, and Group B to Thornton Equipment Services, Incorporated, in an amount not to exceed $1,750,000.00, Account 501-50000-612620, Requisition 1544167
Attachments: 1. Contract 21-646-51 Affirmative Action Ordinance, Revised Appendix D Report - Group A.pdf, 2. Contract 21-646-51 Affirmative Action Ordinance, Revised Appendix D Report - Group B.pdf

TRANSMITTAL LETTER FOR BOARD MEETING OF FEBRUARY 4, 2021

 

COMMITTEE ON PROCUREMENT

 

Mr. Brian A. Perkovich, Executive Director

 

Title

Authority to award Contract 21-646-51, Small Streams Maintenance in Cook County, Illinois, Group A to J & L Contractors, Inc., in an amount not to exceed $2,800,000.00, and Group B to Thornton Equipment Services, Incorporated, in an amount not to exceed $1,750,000.00, Account 501-50000-612620, Requisition 1544167

Body

 

Dear Sir:

 

On August 6, 2020, the Board of Commissioners authorized the Director of Procurement and Materials Management to advertise for bids, Contract 21-646-51, Small Streams Maintenance in Cook County, Illinois.

 

In response to a public advertisement of November 18, 2020, a bid opening was held on December 15, 2020.   The bid tabulation for this contract is:

 

GROUP A:  LABOR & SMALL EQUIPMENT

J & L CONTRACTORS, INC.                     $2,739,150.00

GFL ENVIRONMENTAL SVS USA INC.                     $6,523,425.00

 

GROUP B:  HEAVY EQUIPMENT

THORNTON EQUIPMENT SERVICES, INCORPORATED                     $1,772,137.15

 

The quantities specified in the contract documents were used for the purpose of comparing bids and establishing unit prices. The total amount to be expended on this contract, should usage differ from the quantities, is not to exceed $2,800,000.00 for Group A and $1,750,000.00 for Group B.

 

J & L Contractors, Inc., the sole bidder for Group A, is proposing to perform the contract in accordance with the specifications. The estimated cost for Group A of this contract was $2,800,000.00, placing their bid of $2,739,150.00 approximately 2.2 percent below the estimate. 

 

J & L Contractors, Inc., 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 Group A of this contract are 20 percent MBE, 9 percent WBE and bidder offers MBE credits to satisfy SBE participation.

 

Thornton Equipment Services, Incorporated, the sole bidder for Group B, is proposing to perform the contract in accordance with the specifications.  The estimated cost for Group B of this contract was $1,750,000.00, placing their bid of $1,772,137.15 approximately 1.3 percent above the estimate.

 

Thornton Equipment Services, Incorporated, 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 Group B of this contract are 20 percent MBE, 9 percent WBE and the bidder offers themselves to satisfy SBE participation.                                                    .

 

J & L Contractors, Inc., and Thornton Equipment Services, Incorporated have executed the Multi-Project Labor Agreement (MPLA) certificate as required.  The construction trades anticipated to be utilized on Groups A and/or B of this contract are operating engineers, truck drivers and laborers.  The list of construction trades is not intended to confer any rights or jurisdiction upon any union or unions.

 

The contract will employ approximately ten (10) 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 21-646-51, Group A to J & L Contractors, Inc., in an amount not to exceed $2,800,000.00, and Group B to Thornton Equipment Services, Incorporated, in an amount not to exceed $1,750,000.00, 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 contract will commence upon the approval of the Contractors’ Bond, and terminate December 31, 2022, or upon expenditure of available funds, whichever occurs sooner.

 

Funds for the 2021 expenditures for Group A, in the amount of $1,200,000.00, are available in Account 501-50000-612620.  The estimated expenditure for 2022 is $1,600,000.00.  Funds for the 2022 expenditures are contingent on the Board of Commissioners’ approval of the District’s budget for that year.

 

Funds for the 2021 expenditures for Group B, in the amount of $750,000.00, are available in Account 501-50000-612620.  The estimated expenditure for 2022 is $1,000,000.00.  Funds for the 2022 expenditures are contingent on the Board of Commissioners’ approval of the District’s budget for that year.

 

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 February 4, 2021

 

Attachments