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 #: 22-0462    Version: 1
Type: Agenda Item Status: Adopted
File created: 5/6/2022 In control: Procurement Committee
On agenda: 5/19/2022 Final action: 5/19/2022
Title: Authority to award Contract 14-111-5FR (Re-Bid), Flood Control Project on 1st Avenue from Roosevelt Road to Cermak Road, SSA (Re-Bid), to Rausch Infrastructure, LLC, in an amount not to exceed $9,577,000.00, plus a five (5) percent allowance for change orders in an amount of $478,850.00 for a total amount not to exceed $10,055,850.00, Account 501-50000-645620, Requisition 1582067 (As Revised)
Attachments: 1. Contract 14-111-5FR Revised Appendix D and Appendix V Report - Rausch Infrastructure, LLC.pdf

TRANSMITTAL LETTER FOR BOARD MEETING OF MAY 19, 2022

 

COMMITTEE ON PROCUREMENT

 

Mr. Brian A. Perkovich, Executive Director

 

Title

Authority to award Contract 14-111-5FR (Re-Bid), Flood Control Project on 1st Avenue from Roosevelt Road to Cermak Road, SSA (Re-Bid), to Rausch Infrastructure, LLC, in an amount not to exceed $9,577,000.00, plus a five (5) percent allowance for change orders in an amount of $478,850.00 for a total amount not to exceed $10,055,850.00, Account 501-50000-645620, Requisition 1582067 (As Revised)

Body

                    

Dear Sir:

 

On June 17, 2021, the Board of Commissioners authorized the Director of Procurement and Materials Management to advertise for bids Contract 14-111-5F, Flood Control Project on 1st Avenue from Roosevelt Road to Cermak Road, SSA.

 

In response to a public advertisement of August 4, 2021, a bid opening was held on September 14, 2021.  All bids were rejected as reported at the Board meeting of October 21, 2021.

 

In response to a public re-advertisement of December 1, 2021, a bid opening was held on January 11, 2022.  The bid tabulation for this contract is:

 

COPENHAVER CONSTRUCTION, INC.                      $6,707,036.92

RAUSCH INFRASTRUCTURE, LLC                     $9,577,000.00

JOEL KENNEDY CONSTRUCTING CORPORATION                     $9,655,160.00

                                                                                                          

The apparent low bidder, Copenhaver Construction, Inc, (Copenhaver), attempted to rescind its bid without forfeiture of its bid bond.  The District declined this request in accordance with the bidding requirements and Instructions to Bidders, paragraph 15.  The District has filed a claim against the bid bond in the amount of $288,220.00. 

 

In addition, Copenhaver Construction, Inc., will not be considered a responsible bidder for a one-year period in accordance with Section 70 ILCS  2605/11.11 of the Purchasing Act. 

 

Rausch Infrastructure, LLC, the lowest responsible bidder, is proposing to perform the contract in accordance with the specifications.  The estimated cost range for this contract is $5,952,358.00 to $7,205,486.00, placing their bid of $9,577,000.00 approximately 33% above the high end of the cost range. 

 

Rausch Infrastructure, 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: laborers, operating engineers and truck drivers.  The list of construction trades is not intended to confer any rights or jurisdiction upon any union or unions.

 

The associated goals for this contract are 20 percent Minority Business Enterprise (MBE), 10 percent Women Business Enterprise (WBE), 10 percent Small Business Enterprise (SBE) and 3 percent Veteran-Owned Business Enterprise (VBE).

 

Rausch Infrastructure, LLC, 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), Small Business Enterprise (SBE), and Veteran-Owned Business Enterprise (VBE) utilization goals for this contract are 20% MBE, 10.02% WBE, and bidder offers themselves to satisfy SBE participation.  The bidder offered 3.06% for the VBE goal.

 

The contract will require approximately thirty-four (34) 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 14-111-5FR (Re-Bid) to Rausch Infrastructure, LLC, in an amount not to exceed $9,577,000.00, plus a five (5) percent allowance for change orders in an amount of $478,850.00 for a total amount not to exceed $10,055,850.00, 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 will commence upon approval of the Contractor’s Bond and all work will be completed within 420 calendar days.

 

Funds for the 2022 expenditure, in the amount of $5,981,850.00 are available in Account 501-50000-645620. The estimated expenditures for 2023 are $4,074,000.00. 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:lc

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 19, 2022

 

Attachment