TRANSMITTAL LETTER FOR BOARD MEETING OF SEPTEMBER 5, 2019
COMMITTEE ON PROCUREMENT
Mr. Brian A. Perkovich, Executive Director
Title
Authority to advertise Contract 18-144-3M Mainstream TARP Pumps Rehabilitation, Stickney Water Reclamation Plant, estimated cost between $19,484,000.00 and $23,585,000.00, Account 401-50000-645700, Requisition 1526688
Body
Dear Sir:
Contract documents and specifications have been prepared for Contract 18-144-3M Mainstream TARP Pumps Rehabilitation, Stickney Water Reclamation Plant.
The purpose of this contract is to overhaul TARP Pumps 1 and 3 in the South Pump House and Pump 5 in the North Pump House of the Mainstream Pumping Station. These pumps were placed into service in 1985 and this contract will be the first rehabilitation for these pumps. The project consists of pump overhaul, including the associated motors, butterfly suction valves, discharge cone valves and actuators, in order to restore capacity and reliability. The complete overhaul of the pump and motor involves the furnishing and installing new parts, refurbishing existing salvageable parts, replacing motor exciter panels and upgrading pump control components.
The project consists of the following:
1. Inspection of Main Sewage Pumps 1, 3 and 5, with a report of the as-found conditions provided to the District prior to the start of each overhaul.
2. Rehabilitation of the main sewage pumps to like-new condition, including the replacement of the rotating assembly, wear rings, bearings, etc.
3. Inspection, cleaning and repair of the interior protective coatings on the pumps and motors.
4. Inspection of the suction valves, in place, with replacement of the valve’s seats, seat retaining ring and associated hardware.
5. Removal, repair and reinstallation of the discharge cone valves and their associated hydraulic actuators and hydraulic control cabinets.
6. Fabrication and installation of structural support frames to support the motor rotors during the rehabilitation work.
7. Overhaul of the pump motors to like-new condition. The refurbishment shall include cleaning, inspecting, varnishing, balancing and reinstalling the rotors associated with the main sewage pump motors. The motor overhauls shall also include rewinding, vacuum pressure impregnating and reinstalling the stators associated with the pump motors.
8. Removal and replacement of the existing motor exciter panels associated with the refurbished motors.
9. Reassembly, testing and commissioning of the main sewage pumps and motors.
10. Furnishing and installing a new mechanical seal on Main Sewage Pump 8, in addition to inspection of the internal coatings and measurement of the wear ring clearances.
11. Reconditioning of the removed pump rotating assemblies to like-new condition.
12. Rebabbitting of the removed pump and motor bearings to like-new condition.
13. Furnishing, delivering and installing new 24 inch plug valves and electric gate valve actuators on the dewatering lines.
14. Inspection and load testing of the District’s four overhead cranes serving the pump rooms.
It is estimated that 205 jobs will be created or saved as a result of award of this contract with an estimated 39,172 man-hours of skilled trades utilized.
The estimated cost for this contract is between $19,484,000.00 and $23,585,000.00. 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 days after approval of the contractor’s bond and shall be completed within 1,278 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.
An IEPA Construction Permit is required for this project, and the application has been submitted to the IEPA for approval.
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 “Mechanical” 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 tailored MBE, WBE, SBE and VBE utilization goals for this contract are: 12 percent MBE, 5 percent WBE, 10 percent SBE and 3 percent VBE.
The tentative schedule for this contract is as follows:
Advertise September 18, 2019
Bid Opening October 22, 2019
Award December 5, 2019
Completion June 18, 2023
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 18-144-3M.
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 September 5, 2019
Attachment