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 #: 19-0273    Version: 1
Type: Agenda Item Status: Adopted
File created: 3/11/2019 In control: Procurement Committee
On agenda: 3/21/2019 Final action: 3/21/2019
Title: Authorization to increase cost estimate for Contract 17-134-3M Odor Control Facilities at Sludge Concentration, Southwest Coarse Screen, Overhead Weir, and Post-Centrifuge Building, Stickney Water Reclamation Plant, estimated cost range from $14,250,000.00 to $17,250,000.00, to estimated cost range from $15,485,000.00 to $18,745,000.00, Account 401-50000-645650, Requisition 1497121
Attachments: 1. 17-134-3MR Project Fact Sheet.pdf

TRANSMITTAL LETTER FOR BOARD MEETING OF MARCH 21, 2019

 

COMMITTEE ON PROCUREMENT

 

Mr. Brian A. Perkovich, Executive Director

 

Title

Authorization to increase cost estimate for Contract 17-134-3M Odor Control Facilities at Sludge Concentration, Southwest Coarse Screen, Overhead Weir, and Post-Centrifuge Building, Stickney Water Reclamation Plant, estimated cost range from $14,250,000.00 to $17,250,000.00, to estimated cost range from $15,485,000.00 to $18,745,000.00, Account 401-50000-645650, Requisition 1497121

Body

 

Dear Sir:

 

On August 2, 2018, the Board of Commissioners authorized the Director of Procurement and Materials Management to advertise Contract 17-134-3M Odor Control Facilities at Sludge Concentration, Southwest Coarse Screen, Overhead Weir, and Post-Centrifuge Building, Stickney Water Reclamation Plant, at an estimated cost between $14,250,000.00 and $17,250,000.00.

 

The contract was bid on October 23, 2018; however, all bids were deemed non-responsive and subsequently were rejected. This action was reported to the Board of Commissioners at the meeting of January 10, 2019.

 

The increase in the contract cost estimate is required to add 11 sludge pumps and to rehabilitate the existing hydrogen sulfide removal reactor.

 

The purpose of this contract is to provide odor control systems to treat odor emissions from Sludge Concentration and WASSTRIP tanks, Overhead Weir, Southwest Coarse Screen and Post-Centrifuge Building, replace 11 sludge pumps and install media into existing hydrogen sulfide reactor vessels and associated work. The biofilter units will remove 95% of the hydrogen sulfide (H2S) at the maximum H2S concentration of 20 ppm.

 

The project consists of the following:

 

1.                     Demolition of the Ozonator Building, including the removal of equipment and piping, as shown on the contract documents, to allow for the construction of one of the biofilter systems.

2.                     Removal from the Ozonator Building and reinstallation in the Sludge Biofilter Building of the sodium hypochlorite tanks and associated equipment for the plant effluent water system.

3.                     Construction of three biofilter odor control systems (two of 38,000 CFM and one of 22,500 CFM), including in-line fans and associated fiberglass and stainless steel ductwork.

4.                     Construction of structures for odor control equipment and biofilter media bed, including all utilities, electrical and controls.

5.                     Fabrication and installation of covers and ductwork to transfer the air from process areas to the odor control units.

6.                     Installation of fiberglass covers on four WASSTRIP tanks.

7.                     Construction of support columns for overhead ductwork.

8.                     Provide eleven sludge pumps at the Pre-Digestion Centrifuge building and Sludge Concentration areas.

9.                     Rehabilitation of the existing hydrogen sulfide reactor vessels, including ancillary process piping and electrical work.

 

It is estimated that 163 jobs will be created or saved as a result of award of this contract with an estimated 33,854 man-hours of skilled trades utilized.

 

The revised estimated cost for this contract is between $15,485,000.00 and $18,745,000.00. The cost range will be stated in the advertisement for bids.

 

The bid deposit for this contract is $600,000.00.

 

The contract specifications require that all work commence 30 calendar days after approval of the contractor’s bond and shall be completed within 680 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 and $200.00 for each calendar day that the contractor is in default of the time specified for completion of the entire work. 

 

The Multi-Project Labor Agreement will be included in this contract.

 

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 and Heavy Construction” category for establishing Minority-owned Business Enterprises (MBE), Women-owned Business Enterprises (WBE) and/or Small Business Enterprises (SBE) and Veteran-owned Small Business Enterprises (VBE) utilization goals. The tailored MBE, WBE, and/or SBE and VBE utilization goals for this contract are: 15 percent MBE, 7 percent WBE, 10 percent SBE and 3 percent VBE.

 

The revised tentative schedule for this contract is as follows:

Advertise                                                               April 24, 2019

Bid Opening                                                               June 18, 2019

Award                                                                                    August 8, 2019

Completion                                                               July 3, 2021

 

Funds are available in Account 401-50000-645650.

 

In view of the foregoing, it is recommended that authority be granted to increase the cost estimate and re-advertise under Contract 17-134-3M.

 

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

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 March 21, 2019

 

Attachment