TRANSMITTAL LETTER FOR BOARD MEETING OF JANUARY 18, 2024
COMMITTEE ON PROCUREMENT
Mr. Brian A. Perkovich, Executive Director
Title
Authority to award Contract 10-047-3S, North Shore 1 Rehabilitation, NSA, to Inliner Solutions, LLC, in an amount not to exceed $44,987,654.00, plus a five (5) percent allowance for change orders in an amount of $2,249,382.70, for a total amount not to exceed $47,237,036.70, Account 401-50000-645700, Requisition 1603453
Body
Dear Sir:
On August 10, 2023, the Board of Commissioners authorized the Director of Procurement and Materials Management to advertise for bids Contract 10-047-3S, North Shore 1 Rehabilitation, NSA.
In response to a public advertisement of September 6, 2023, a bid opening was held on November 14, 2023. The bid tabulation for this contract is:
INLINER SOLUTIONS, LLC $44,987,654.00
MICHELS TRENCHLESS INC. $47,490,777.00
Inliner Solutions, LLC, the lowest responsible bidder, is proposing to perform the contract in accordance with the specifications. The estimated cost range for this contract is $41,325,000.00 to $50,025,000.00, placing their bid of $44,987,654.00 within the range of the cost estimate.
Inliner Solutions, 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: bricklayer, carpenter, cement mason, laborer, operating engineer, skilled worker, and steel erector. The list of construction trades is not intended to confer any rights or jurisdiction upon any union or unions.
The Minority Business Enterprise (MBE) and Women Business Enterprise (WBE) goals for this contract are 7 percent MBE and/or WBE.
Inliner Solutions, LLC, is in compliance with the Affirmative Action Ordinance, Revised Appendix D as indicated on the attached report. The bidder has committed to the following utilization goals for this contract: 7 percent WBE and offered 10 percent VBE participation.
The contract will require approximately two hundred and five (205) 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 10-047-3S to Inliner Solutions, LLC, in an amount not to exceed $44,987,654.00, plus a five (5) percent allowance for change orders in an amount of $2,249,382.70, for a total amount not to exceed $47,237,036.70, 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 1000 calendar days after approval of the contractor’s bond.
Funds are available in Account 401-50000-645700.
Requested, Catherine A. O’Connor, Director of Engineering
Recommended, Darlene A. LoCascio, Director of Procurement and Materials Management, DAL:SEB:gv
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 January 18, 2024
Attachment