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 #: 21-0158    Version: 1
Type: Agenda Item Status: Adopted
File created: 2/9/2021 In control: Procurement Committee
On agenda: 2/18/2021 Final action: 2/18/2021
Title: Authority to award Contract 20-701-31, Installation of Disc Filters and Other Improvements at the Hanover Park Water Reclamation Plant, Group A to Independent Mechanical Industries, Inc., in an amount not to exceed $2,078,000.00, and Group B to IHC Construction Companies, L.L.C., in an amount not to exceed $448,000.00, Account 401-50000-645650, Requisition 1513787
Attachments: 1. Contract 20-701-31 Revised Appendix D and Appendix V Reports, Group A.pdf, 2. Contract 20-701-31 Revised Appendix D and Appendix V Reports, Group B.pdf

TRANSMITTAL LETTER FOR BOARD MEETING OF FEBRUARY 18, 2021

 

COMMITTEE ON PROCUREMENT

 

Mr. Brian A. Perkovich, Executive Director

 

Title

Authority to award Contract 20-701-31, Installation of Disc Filters and Other Improvements at the Hanover Park Water Reclamation Plant, Group A to Independent Mechanical Industries, Inc., in an amount not to exceed $2,078,000.00, and Group B to IHC Construction Companies, L.L.C., in an amount not to exceed $448,000.00, Account 401-50000-645650, Requisition 1513787

Body

 

Dear Sir:

 

On August 6, 2020, the Board of Commissioners authorized the Director of Procurement and Materials Management to advertise for bids Contract 20-701-31, Installation of Disc Filters at the Hanover Park Water Reclamation Plant. 

 

In response to a public advertisement of November 18, 2020, a bid opening was held on January 12, 2021.  The bid tabulation for this contract is:

 

                     GROUP A:  INSTALL DISC FILTERS

                     INDEPENDENT MECHANICAL INDUSTRIES, INC.                     $2,078,000.00

                     JOSEPH J. HENDERSON & SON, INC.                     $2,488,000.00

                     IHC CONSTRUCTION COMPANIES, L.L.C.                     $2,573,000.00

 

                     GROUP B:  INSTALL CHEMICAL TANKS

                     IHC CONSTRUCTION COMPANIES, L.L.C.                     $448,000.00

                     INDEPENDENT MECHANICAL INDUSTRIES, INC.                     $456,500.00

                     JOSEPH J. HENDERSON & SON, INC.                     $605,000.00

 

                     GROUP C:  EFFLUENT PIPE LINING & VAULT REHAB

                     IHC CONSTRUCTION COMPANIES, L.L.C.                     $330,000.00

                                                              

Independent Mechanical Industries, Inc., the lowest responsible bidder for Group A, is proposing to perform the contract in accordance with the specifications.  The estimated cost for Group A of this contract is $2,740,000.00, placing their bid of $2,078,000.00, approximately 24.2 percent below the estimate.

 

IHC Construction Companies, L.L.C., the lowest responsible bidder for Group B, is proposing to perform the contract in accordance with the specifications.  The estimated cost for Group B of this contract is $629,626.00, placing their bid of $448,000.00, approximately 29 percent below the estimate.

 

Group C of this contract is still under review.

 

The Minority Business Enterprise (MBE), Women Business Enterprise (WBE), Small Business Enterprise (SBE) and Veteran-Owned Business Enterprise (VBE) utilization goals for this contract are 13 percent MBE and/or WBE, 10 percent SBE, and 3 percent VBE.

 

Independent Mechanical Industries, Inc., is in compliance with the Affirmative Action Ordinance, Revised Appendix D and Appendix V 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 4.81 percent MBE, 11.21 percent WBE, and the bidder offers MBE and WBE credits to satisfy SBE participation.  The bidder commits to 6.8 percent for VBE participation. 

 

IHC Construction Companies, L.L.C., is in compliance with the Affirmative Action Ordinance, Revised Appendix D and Appendix V 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 16.43 percent MBE and/or WBE, and the bidder offers MBE credits to satisfy SBE participation.  The bidder commits to 7.44 percent for VBE participation. 

 

Independent Mechanical Industries, Inc., and IHC Construction Companies, L.L.C., have executed the Multi-Project Labor Agreement (MPLA) certificate as required.  It is anticipated that the following construction trades to be utilized on this contract are electricians, ironworkers, machinists, millwrights,  laborers, carpenters, painters, and truck drivers.  The list of construction trades is not intended to confer any rights or jurisdiction upon any union or unions.

 

The contractors shall commence work upon approval of the contractor’s bond and complete all work within five hundred (500) calendar days for Group A and one hundred and eighty (180) calendar days for Group B

 

The contract will require approximately fifteen (15) 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 20-701-31 to Group A to Independent Mechanical Industries, Inc., in an amount not to exceed $2,078,000.00, and Group B to IHC Construction Companies, L.L.C., in an amount not to exceed $448,000.00subject 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 are available in account 401-50000-645650. 

 

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 18, 2021

 

Attachment