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 #: 22-0657    Version: 1
Type: Agenda Item Status: Adopted
File created: 7/14/2022 In control: Procurement Committee
On agenda: 8/11/2022 Final action: 8/11/2022
Title: Authority to award Contract 18-254-3P, Chemical Phosphorus Removal Facility, Calumet Water Reclamation Plant to IHC Construction Companies, LLC, in an amount not to exceed $15,577,000.00, plus a five (5) percent allowance for change orders in an amount of $778,850.00, for a total amount not to exceed $16,355,850.00, Account 201-50000-645650, Requisition 1579842
Attachments: 1. Contract 18-254-3P Revised Appendix D and Appendix V - IHC Construction Companies LLC, 2. Contract 18-254-3P Affirmative Action Goals Report

TRANSMITTAL LETTER FOR BOARD MEETING OF AUGUST 11, 2022

 

COMMITTEE ON PROCUREMENT

 

Mr. Brian A. Perkovich, Executive Director

 

Title

Authority to award Contract 18-254-3P, Chemical Phosphorus Removal Facility, Calumet Water Reclamation Plant to IHC Construction Companies, LLC, in an amount not to exceed $15,577,000.00, plus a five (5) percent allowance for change orders in an amount of $778,850.00, for a total amount not to exceed $16,355,850.00, Account 201-50000-645650, Requisition 1579842

Body

                    

Dear Sir:                    

 

On April 21, 2022, the Board of Commissioners authorized the Director of Procurement and Materials Management to advertise for bids Contract 18-254-3P, Chemical Phosphorus Removal Facility, Calumet Water Reclamation Plant.

 

In response to a public advertisement of May 18, 2022, a bid opening was held on June 28, 2022. The bid tabulation for this contract is:

 

IHC CONSTRUCTION COMPAINES LLC                                                                                    $15,577,000.00

THE GEORGE SOLLITT CONSTRUCTION COMPANY                                                              $16,231,097.00

ACCEL CONSTRUCTIONS SERVICES GROUP, LLC                                                                 $17,328,246.00

JOHN BURNS CONSTRUCTION                                                                                                                              $18,419,200.00

                                                                                                                               

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 $13,585,000.00 to $16,445,000.00, placing their bid of $15,577,000.00 within the estimated cost range. 

 

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, pipefitter, electrician, painter, and operator. 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, 9 percent WBE, 10 percent SBE, and 3 percent VBE.

 

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: 20.3 percent MBE, 11.4 percent WBE, and the bidder offers MBE credits to satisfy SBE participation. Bidder offered 0.87% for VBE participation.

 

The contract will require approximately eighty-five (85) 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 18-254-3P to IHC Construction Companies LLC, in an amount not to exceed 15,577,000.00, plus a five (5) percent allowance for change orders in an amount of $778,850.00, for a total amount not to exceed $16,355,850.00, 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 specifications require that all work commence 30 days after approval of the contractor’s bond and shall be completed within 530 calendar days after approval of the contractor’s bond.

 

Funds for 2022 expenditures in the amount of $1,500,000.00 are available in Account 201-50000-645650. The estimated expenditure for 2023 is $14,077,000.00.   Funds for 2023 expenditures are contingent on the Board of Commissioner’s approval of the 2023 Budget.

 

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 August 11, 2022

 

Attachments