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 #: 18-1021    Version: 1
Type: Agenda Item Status: Adopted
File created: 9/25/2018 In control: Procurement Committee
On agenda: 10/4/2018 Final action: 10/4/2018
Title: Authority to advertise Contract 15-830-3D Replacement of Tailrace Stop Logs, Headrace Gates, and Equipment at Lockport Powerhouse, Stickney Service Area, estimated cost between $8,360,000.00 and $10,120,000.00, Account 401-50000-645720, Requisition 1498877
Attachments: 1. 15-830-3D Project Fact Data, BM 10-4-18.pdf

TRANSMITTAL LETTER FOR BOARD MEETING OF OCTOBER 4, 2018

 

COMMITTEE ON PROCUREMENT

 

Mr. John P. Murray, Acting Executive Director

 

Title

Authority to advertise Contract 15-830-3D Replacement of Tailrace Stop Logs, Headrace Gates, and Equipment at Lockport Powerhouse, Stickney Service Area, estimated cost between $8,360,000.00 and $10,120,000.00, Account 401-50000-645720, Requisition 1498877

Body

 

Dear Sir:

 

Contract documents and specifications have been prepared for Contract 15-830-3D Replacement of Tailrace Stop Logs, Headrace Gates, and Equipment at Lockport Powerhouse, Stickney Service Area.

 

The purpose of this project is to replace four headrace gates, one set of two headrace stop logs and one set of two tailrace stop logs in Bays 1 and 2, to allow the Lockport Powerhouse to dewater and service the turbines. Periodic maintenance of the turbine is required. However, due to the nonfunctioning head gates and tailrace stop logs, turbine maintenance cannot be performed. This project also includes concrete repair and a new tailrace deck to replace the steel hoist system, improving the overall structural integrity as well as aesthetics of the powerhouse.

 

The project consists of the following:

 

1.   Install one set of two carbon steel stop logs, including guides and bottom sill, to dewater the head gates area of Bays 1 and 2.

2.   Demolish existing hoist system, supporting steel frame, stop log guides and tailrace stop logs in Bays 1 and 2.

3.   Install a temporary cofferdam system to dewater the tailrace area of Bays 1 and 2.

4.   Install a concrete retaining wall, pier walls and deck over the tailrace area of Bays 1 and 2.

5.   Install one set of two stainless steel tailrace stop logs in Bays 1 and 2.

6.   Regrade the area next to the new concrete retaining wall and install concrete pavement.

7.   Replace existing headrace gates with new stainless steel gates in Bays 1 and 2, including replacement of existing hoist system with four new motor-operated hoist systems.

8.   Repair delaminated and deteriorated concrete at floors, walls and ceilings at headrace and tailrace areas in Bays 1 and 2, and concrete cracks in the headrace deck over Bays 1 and 2  and surrounding areas.

9.   Provide new lighting at tailrace side.

10. Install headrace handrails and guardrails.

 

It is estimated that 100 jobs will be created or saved as a result of award of this contract with an estimated 31,500 man-hours of skilled trades utilized.

 

The estimated cost for this contract is between $8,360,000.00 and $10,120,000.00. The cost range will be stated in the advertisement for bids.

 

The bid deposit for this contract is $506,000.00.

 

The contract specifications require that all work commence 30 calendar days after approval of the contractor’s bond and shall be completed within 900 calendar days after approval of the contractor’s bond. Liquidated damages are $1,000.00 for each calendar day that the contractor is in default of the time specified for failing to achieve substantial work completion, $200.00 for each calendar day that the contractor is in default of the time specified for completion of the entire work, and $1,000.00 for each calendar day that he is in default of the shutdown period of the Bay 1 and Bay 2 turbines in order to perform the contract work.

 

The Project Labor Agreement (PLA) with the Will & Grundy Countries Building Trades Council and the Three Rivers Construction Alliance will be included in this contract, pending authority from the Board to enter into the PLA.

 

The Affirmative Action Ordinance, Revised Appendix D will be included in this contract. The type of work to be performed under the contract is within the “General Construction Services” category for establishing Minority-owned Business Enterprises (MBE), Women-owned Business Enterprises (WBE) and/or Small Business Enterprises (SBE) utilization goals. The MBE, WBE and/or SBE utilization goals for this contract are: 20 percent MBE, 10 percent WBE, and 10 percent SBE.

 

The tentative schedule for this contract is as follows:

Advertise                                                               October 24, 2018

Bid Opening                                                               December 4, 2018

Award                                                                                    February 7, 2019

Completion                                                               August 9, 2021

 

Funds are available in Account 401-50000-645720.

 

In view of the foregoing, it is recommended that the Director of Procurement and Materials Management be authorized to advertise Contract 15-830-3D.

 

Requested, Catherine A. O’Connor, Director of Engineering, ECB:VPG

Recommended, Darlene A. LoCascio, Director of Procurement and Materials Management

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 October 4, 2018

 

Attachment