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 #: 19-0323    Version: 1
Type: Agenda Item Status: Adopted
File created: 3/22/2019 In control: Procurement Committee
On agenda: 4/4/2019 Final action: 4/4/2019
Title: Authority to advertise Contract 14-372-3S Drop Shaft 5 Inspection and Rehabilitation, NSA, estimated cost between $3,800,000.00 and $4,600,000.00, Account 401-50000-645700, Requisition 1518103
Attachments: 1. Fact Sheet 14-372-3S.pdf

TRANSMITTAL LETTER FOR THE BOARD MEETING OF APRIL 4, 2019

 

COMMITTEE ON PROCUREMENT

 

Mr. Brian A. Perkovich, Executive Director

 

Title

Authority to advertise Contract 14-372-3S Drop Shaft 5 Inspection and Rehabilitation, NSA, estimated cost between $3,800,000.00 and $4,600,000.00, Account 401-50000-645700, Requisition 1518103

Body

 

Contract documents and specifications have been prepared for Contract 14-372-3S Drop Shaft 5 Inspection and Rehabilitation, NSA.

 

The purpose of this project is to modify, rehabilitate and/or improve portions of Upper Des Plaines Drop Shafts 5 and 8, the Upper Des Plaines Tunnel, a collecting structure of Upper Des Plaines 11A, Upper Des Plaines Control Structures 10 and 11, DS-P1 at 39th Street, CDS-55 and the Thornton Composite Reservoir.

 

The contract consists of the rehabilitation of 100 LF of 108” circular sewer by cured-in place pipe, 74 VLF of 9 feet diameter drop shaft by form and pour or slip-lining, replacement of 3 sluice gates, installation of 3 louver systems, installation of a transient suppression weir, inspection of an exit conduit to determine if repairs are necessary, installation of radar level measurement instruments and installation of two flap gates.

 

The engineer's cost estimate for this contract is between $3,800,000.00 and $4,600,000.00. The estimated cost range will be stated in the advertisement for bids.

 

The bid deposit for this contract is $230,000.00.

 

The contract specifications require that all work commence 30 calendar days after approval of the contractor’s bond and shall be completed within 400 calendar days after approval of the contractor’s bond. Liquidated damages are $900.00 for each calendar day beyond the specified date for substantial completion and $300.00 for each calendar day beyond the specified date for final completion.

 

The Multi-Project Labor Agreement (MPLA) 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 Construction Tailored Goals” category for establishing Minority-owned Business Enterprises (MBE), Women-owned Business Enterprises (WBE), Small Business Enterprises (SBE) and Veteran-owned Business Enterprises (VBE) utilization goals. The MBE, WBE, SBE and VBE utilization goals for this contract are: 20 percent MBE, 10 percent WBE, 10 percent SBE and 3 percent VBE.  The minority and/or female apprentice goals for this contract are 420 hours.

 

The tentative schedule for this contract is as follows:

Advertise                                          April 24, 2019

Bid Opening                                May 22, 2019

Award                                                               July 11, 2019

Completion                                   July 25, 2020

 

Funds are available in Account 401-50000-645700.

 

In view of the foregoing, it is recommended that the Director of Procurement and Materials Management be authorized to advertise Contract 14-372-3S.

 

Requested, Catherine A. O’Connor, Director of Engineering, WSS:KMF

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 April 4, 2019

 

Attachment