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 #: 22-0381    Version: 1
Type: Agenda Item Status: Adopted
File created: 4/9/2022 In control: Procurement Committee
On agenda: 4/21/2022 Final action: 4/21/2022
Title: Authority to award Contract 14-253-AF, Diversion Channel for Flood Control Project on Midlothian Creek in Robbins, CSA to F.H. Paschen, S.N. Nielsen & Associates, LLC, in an amount not to exceed $9,543,000.00, plus a five (5) percent allowance for change orders in an amount of $477,150.00, for a total amount not to exceed $10,020,150.00, Account 501-50000-645620, Requisition 1547234
Attachments: 1. Contract 14-253-AF Affirmative Action Revised Appendix D and Appendix V Report.pdf

TRANSMITTAL LETTER FOR BOARD MEETING OF APRIL 21, 2022

 

COMMITTEE ON PROCUREMENT

 

Mr. Brian A. Perkovich, Executive Director

 

Title

Authority to award Contract 14-253-AF, Diversion Channel for Flood Control Project on Midlothian Creek in Robbins, CSA to F.H. Paschen, S.N. Nielsen & Associates, LLC, in an amount not to exceed $9,543,000.00, plus a five (5) percent allowance for change orders in an amount of $477,150.00, for a total amount not to exceed $10,020,150.00, Account 501-50000-645620, Requisition 1547234

Body

                    

Dear Sir:                    

 

On September 3, 202-, the Board of Commissioners authorized the Director of Procurement and Materials Management to advertise for bids Contract 14-253-AF, Diversion Channel for Flood Control Project on Midlothian Creek in Robbins, CSA.

 

In response to a public advertisement of January 12, 2022, a bid opening was held on March 1, 2022.  The bid tabulation for this contract is:

 

F.H. PASCHEN, S.N. NIELSEN & ASSOCIATES, LLC                                                     *$9,543,000.00

V3 CONSTRUCTION GROUP, LTD.                     $9,555,000.00

IHC CONSTRUCTION COMPANIES LLC                     $11,930,000.00

RAUSCH INFRASTRUCTURE, LLC                     $12,217,383.00

    *Corrected Total

                                                                                                                               

F.H. Paschen, S.N. Nielsen & Associates, LLC. the lowest responsible bidder, is proposing to perform the contract in accordance with the specifications. The estimated cost range for this contract is $7,582,033.00 to $9,187,250.00, placing their bid of $9,543,000.00 above the high end of the cost range. 

 

F.H. Paschen, S.N. Nielsen & Associates, 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: carpenters, cement masons, electricians, iron workers, equipment operators, laborers, pile drivers, plumbers and truck drivers. The list of construction trades is not intended to confer any rights or jurisdiction upon any union or unions.

 

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 20 percent MBE 10 percent WBE, 10 percent SBE and 3 percent VBE.

 

F.H. Paschen, S.N. Nielsen & Associates, 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: 21.5 percent MBE, 10.6 percent WBE, and the bidder offers MBE credits to satisfy SBE participation.  The bidder provided 4.3 percent VBE participation.

 

The contract will require approximately eighty (80) 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 14-253-AF to F.H. Paschen, S.N. Nielsen & Associates, LLC, in an amount not to exceed $9,543,000.00, plus a five (5) percent allowance for change orders in an amount of $477,105.00, for a total amount not to exceed $10,020,150.00, 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 contract specifications require that all work commence 30 days after approval of the contractor’s bond and shall be completed within 540 calendar days after approval of the contractor’s bond.

 

Funds for the 2022 expenditure, in the amount of $2,989,150.00 are available in Account 501-50000-645620.  The estimated expenditure for 2023 is $7,031,000.00.  Funds for 2023 are contingent on the Board of Commissioners’ approval of the District’s budget for those years. 

 

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

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

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 April 21, 2022

 

Attachment