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 #: 22-0107    Version: 1
Type: Agenda Item Status: Adopted
File created: 1/23/2022 In control: Procurement Committee
On agenda: 2/3/2022 Final action: 2/3/2022
Title: Authority to award Contract 19-159-3P, Chemical Addition Backup System at Stickney Water Reclamation Plant, Stickney, Illinois, to IHC Construction Companies, LLC., in an amount not to exceed $7,940,000.00, plus a five (5) percent allowance for change orders in an amount of $397,000.00, for a total amount not to exceed $8,337,000.00, Account 401-50000-645650, Requisition 1566435 (As Revised)
Attachments: 1. Contract 19-159-3P Revised Appendix D - IHC Construction Companies LLC.pdf, 2. Contract 19-159-3P Appendix V - IHC Construction Companies LLC.pdf

TRANSMITTAL LETTER FOR BOARD MEETING OF FEBRUARY 3, 2022

 

COMMITTEE ON PROCUREMENT

 

Mr. Brian A. Perkovich, Executive Director

 

Title

Authority to award Contract 19-159-3P, Chemical Addition Backup System at Stickney Water Reclamation Plant, Stickney, Illinois, to IHC Construction Companies, LLC., in an amount not to exceed $7,940,000.00, plus a five (5) percent allowance for change orders in an amount of $397,000.00, for a total amount not to exceed $8,337,000.00, Account 401-50000-645650, Requisition 1566435 (As Revised)

Body

                    

Dear Sir:                    

 

On August 5, 2021, the Board of Commissioners authorized the Director of Procurement and Materials Management to advertise for bids Contract 19-159-3P, Chemical Addition Backup System at Stickney Water Reclamation Plant, Stickney, Illinois.

 

In response to a public advertisement of September 15, 2021, a bid opening was held on October 26, 2021.  The bid tabulation for this contract is:

 

JOSEPH J. HENDERSON & SON, INC.                     $7,355,000.00

IHC CONSTRUCTION COMPANIES, LLC                     $7,940,000.00

SOLLITT/SACHI JOINT VENTURE                     $7,999,765.00                                          

                                                                                                        

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

 

A review by the Diversity Administrator of the Revised Appendix D, Affirmative Action Utilization Plan for the low bidder, Joseph J. Henderson & Son, Inc., revealed that they did not meet the contract goals and did not submit a waiver request with their bid. The bidder did not include all the pages in the utilization plan. The bidder’s Utilization Plan submission was incomplete, the MBE and SBE portions were not included.  Appendix V was included. 

 

Therefore, the bid submitted from Joseph J. Henderson & Son, Inc., is deemed non-responsive and rejected in accordance with Section 12 (c), Utilization Plan Submission and Section 13 (a) (ii), Compliance Review. The Director of Procurement and Materials Management has informed Joseph J. Henderson & Son, Inc. 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 $8,105,172.00 to $9,811,524.00, placing their bid of $7,940,000.00 below 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: laborer, plumber, pipefitter, electrician, painter, millwright, operator, and bricklayer. 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: 22.8 percent MBE, 12.7 percent WBE, and bidder offers WBE participation to satisfy SBE participation.  Bidder provided 1.2 percent for VBE participation.

 

The contract will require approximately two hundred and fifty-four (254) 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 19-159-3P to IHC Construction Companies, LLC, in an amount not to exceed $7,940,000.00, plus a five (5) percent allowance for change orders in an amount of $397,000.00, for a total amount not to exceed $8,337,000.00, 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 18 months after approval of the Contractor’s Bond.

 

Funds are available in Account 401-50000-645650. 

 

Requested, Catherine A. O'Connor, Director of Engineering

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 February 3, 2022

 

Attachments