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 #: 23-0616    Version: 1
Type: Agenda Item Status: Adopted
File created: 6/8/2023 In control: Procurement Committee
On agenda: 6/15/2023 Final action: 6/15/2023
Title: Authority to award Contract 21-091-3P, Phosphorus Removal Modifications to Battery D at the O’Brien Water Reclamation Plant to IHC Construction Companies LLC, in an amount not to exceed $14,850,000.00, plus a five (5) percent allowance for change orders in an amount of $742,500.00, for a total amount not to exceed $15,592,500.00, Account 401-50000-645650, Requisition 1595818
Attachments: 1. Contract 21-091-3P Affirmative Action Goals Report - IHC Construction Companies, LLC, 2. Contract 21-091-3P Revised Appendix D Report - IHC Construction Companies, LLC

TRANSMITTAL LETTER FOR BOARD MEETING OF JUNE 15, 2023

 

COMMITTEE ON PROCUREMENT

 

Mr. Brian A. Perkovich, Executive Director

 

Title

Authority to award Contract 21-091-3P, Phosphorus Removal Modifications to Battery D at the O’Brien Water Reclamation Plant to IHC Construction Companies LLC, in an amount not to exceed $14,850,000.00, plus a five (5) percent allowance for change orders in an amount of $742,500.00, for a total amount not to exceed $15,592,500.00, Account 401-50000-645650, Requisition 1595818

Body

                    

Dear Sir:                    

 

On March 16, 2023, the Board of Commissioners authorized the Director of Procurement and Materials Management to advertise for bids Contract 21-091-3P, Phosphorus Removal Modifications to Battery D at the O’Brien Water Reclamation Plant.

 

In response to a public advertisement of March 29, 2023, a bid opening was held on May 23, 2023. The bid tabulation for this contract is:

 

IHC CONSTRUCTION COMPANIES LLC                     $14,850,000.00

JOSEPH J. HENDERSON & SON, INC.                     $14,980,710.00

PATH CONSTRUCTION COMPANY, INC.                     *$15,781,221.50

JOHN BURNS CONSTRUCTION COMPANY LLC                     *$15,799,000.00

    *corrected total

                                                                                                         

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 $16,638,205.00 to $20,140,985.00, placing their bid of $14,850,000.00 approximately 10.7 percent below the low end of the cost 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, 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) 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: 20.32 percent MBE, 9.66 percent WBE. Bidder provided no participation for the VBE. 

 

The contract will require approximately eighty-two (82) jobs for the services.

 

In view of the foregoing, it is recommended that the Director of Procurement and Materials Management be authorized to award Contract 21-091-3P to IHC Construction Companies LLC, in an amount not to exceed $14,850,000.00, plus a five (5) percent allowance for change orders in an amount of $742,500.00, for a total amount not to exceed $15,592,500.00, 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 contract specifications require that all work commence 30 days after approval of the contractor’s bond and shall be completed within 548 calendar days after approval of the contractor’s bond.

 

Funds are available in Account 401-50000-645650.

 

Requested, Catherine A. O’Connor

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

Respectfully Submitted, Marcelino Garcia, 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 June 15, 2023

 

Attachments