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 #: 21-0457    Version: 1
Type: Agenda Item Status: PC Authority to Award Contract
File created: 5/12/2021 In control: Procurement Committee
On agenda: 5/20/2021 Final action: 5/20/2021
Title: Authority to award Contract 19-542-3M, Central Boiler Facility and Electrical Updates, Hanover Park Water Reclamation Plant, Hanover Park, Illinois, to IHC Construction Companies, LLC., in an amount not to exceed $13,730,000.00, plus a five (5) percent allowance for change orders in an amount of $686,500.00, for a total amount not to exceed $14,416,500.00, Account 401-50000-645650, Requisition 1548108
Attachments: 1. Contract 19-542-3M Revised Appendix D and Appendix V Reports.pdf

TRANSMITTAL LETTER FOR BOARD MEETING OF MAY 20, 2021

 

COMMITTEE ON PROCUREMENT

 

Mr. Brian A. Perkovich, Executive Director

 

Title

Authority to award Contract 19-542-3M, Central Boiler Facility and Electrical Updates, Hanover Park Water Reclamation Plant, Hanover Park, Illinois, to IHC Construction Companies, LLC., in an amount not to exceed $13,730,000.00, plus a five (5) percent allowance for change orders in an amount of $686,500.00, for a total amount not to exceed $14,416,500.00, Account 401-50000-645650, Requisition 1548108

Body

                    

Dear Sir:                    

 

On September 17, 2020, the Board of Commissioners authorized the Director of Procurement and Materials Management to advertise for bids Contract 19-542-3M, Central Boiler Facility and Electrical Updates, Hanover Park Water Reclamation Plant, Hanover Park, Illinois

 

In response to a public advertisement of October 7, 2020, a bid opening was held on December 8, 2020.  The bid tabulation for this contract is:

 

PACIFIC CONSTRUCTION SERVICES LLC                                          *$12,026,056.00

IHC CONSTRUCTION COMPANIES, LLC                                                $13,730,000.00

PATH CONSTRUCTION COMPANY, INC.                                                $13,866,000.00

GEORGE SOLLITT CONSTRUCTION COMPANY, THE                          $15,826.000.00

JOSEPH J. HENDERSON & SON, INC.                                                    $15,841.000.00

                                           *corrected total                                                                                                         

The associated Affirmative Action goals for this contract are 20% Minority-owned Business Enterprises (MBE), 9% Women-owned Business Enterprises (WBE), 10% Small Business Enterprises (SBE) and 3% Veteran-owned Business Enterprises (VBE).

 

A review by the Diversity Administrator of the Revised Appendix D, Affirmative Action Utilization Plan for the low bidder, Pacific Construction Services, LLC (Pacific), revealed the subcontractor’s letter of intent from Pagoda Electric and Construction, Inc., was not signed by the subcontractor. Therefore, the bid from Pacific is deemed non-responsive and rejected in accordance with Section 12(a), (d) and page UP-1 of the Revised Appendix D. The Director of Procurement and Materials Management has informed Pacific of this action.

 

IHC Construction Companies, LLC, the lowest responsible bidder, is proposing to perform the contract in accordance with the specifications.  The estimated cost range for this contract is $12,083,000.00 to $14,627,000.00, placing their bid of $13,730,000.00 within the cost range of the estimate. 

 

IHC Construction Companies, 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: asbestos abatement, carpenters, cement masons, electricians, insulators, iron workers, laborers, operators, painters, pipe fitters, plumbers, sprinkler fitters, roofers, and truck drivers.  The list of construction trades is not intended to confer any rights or jurisdiction upon any union or unions.

 

IHC Construction Companies, LLC is in compliance with the Affirmative Action Ordinance, Revised Appendix D and Appendix V as indicated on the attached report.  The bidder has committed to the following utilization goals for this contract: 20 percent MBE, 24 percent WBE, and bidder offers MBE and WBE participation to satisfy SBE participation.  Bidder provided a waiver for VBE participation.

 

The contract will require approximately one hundred and forty-seven (147) 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 19-542-3M to IHC Construction Companies, LLC, in an amount not to exceed $13,730,000.00, plus a five (5) percent allowance for change orders in an amount of $686,500.00, for a total amount not to exceed $14,416,500.00, 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 complete work within 1000 calendar days after approval of the Contractor’s Bond.

 

Funds are available in Account 401-50000-645650. 

 

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

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 May 20, 2021

 

Attachment