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 #: 25-0236    Version: 1
Type: Agenda Item Status: PC Authority to Award Contract
File created: 3/12/2025 In control: Procurement Committee
On agenda: 4/3/2025 Final action:
Title: Authority to award Contract 20-087-3P, Chemical Phosphorus Removal, OWRP, to IHC Construction Companies, LLC, in an amount not to exceed $14,226,000.00, plus a five (5) percent allowance for change orders in an amount of $711,300.00, for a total amount not to exceed $14,937,300.00, Account 401-50000-645650, Requisition 1627083 (Deferred from the March 20, 2025 Board Meeting)
Attachments: 1. Contract 20-087-3P Affirmative Action Goals Report and Revised Appendix D and Appendix V Report -IHC Construction Companies., LLC

TRANSMITTAL LETTER FOR BOARD MEETING OF APRIL 3, 2025

 

COMMITTEE ON PROCUREMENT

 

Mr. Brian A. Perkovich, Executive Director

 

Title

Authority to award Contract 20-087-3P, Chemical Phosphorus Removal, OWRP, to IHC Construction Companies, LLC, in an amount not to exceed $14,226,000.00, plus a five (5) percent allowance for change orders in an amount of $711,300.00, for a total amount not to exceed $14,937,300.00, Account 401-50000-645650, Requisition 1627083 (Deferred from the March 20, 2025 Board Meeting)

Body

 

Dear Sir:

 

On November 7, 2024, the Board of Commissioners authorized the Director of Procurement and Materials Management to advertise for bids Contract 20-087-3P, Chemical Phosphorus Removal, OWRP.

 

In response to a public advertisement of December 11, 2024, a bid opening was held on January 14, 2025. The bid tabulation for this contract is:

 

IHC CONSTRUCTION COMPAINES, LLC                                                                $14,226,000.00

JOHN BURNS CONSTRUCTION COMPANY, LLC                                           $14,587,000.00

JOSEPH J. HENDERSON & SON, INC.                                                               $15,874,000.00

 

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 $15,949,033.20 to $19,306,724.40, placing their bid of $14,226,000.00 below the engineer’s cost range estimate of the contract.

 

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: electrician, iron worker, carpenter, mason,  painter, laborer, operating engineer, pipefitter, plumber, truck driver, 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), Women Business Enterprise (WBE), and Veteran-Owned Business Enterprise (VBE) utilization goals for this contract are 15% MBE and/or WBE and 3% VBE policy goal.

 

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: 10.1% MBE and 5.09% WBE. Bidder provided 3.76 percent for VBE policy goal participation.

 

The contract will require approximately seventy-three (73) jobs for the services.

 

The contract specifications require that all work commence 30 days after approval of the contractor’s bond and shall be completed within 730 calendar days after approval of the contractor’s bond.

 

In view of the foregoing, it is recommended that the Director of Procurement and Materials Management be authorized to award Contract 20-087-3P to IHC Construction Companies, LLC, in an amount not to exceed $14,226,000.00, plus a five (5) percent allowance for change orders in an amount of $711,300.00, for a total amount not to exceed $14,937,300.00, 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.

 

Funds are available in Account 401-50000-645650.

 

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

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

Respectfully Submitted, Precious Brady-Davis, Chairperson, 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 3, 2025

 

Attachment