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 #: 19-0921    Version: 1
Type: Agenda Item Status: Adopted
File created: 9/13/2019 In control: Procurement Committee
On agenda: 9/19/2019 Final action: 9/19/2019
Title: Authorization to increase cost estimate and re-advertise Contract 15-266-4H3 Odor Control Systems at Two TARP Shafts and Decommissioning of the Thornton Transitional Reservoir, Calumet Service Area, estimated cost between $14,598,000.00 and $17,671,000.00, Accounts 401-50000-645620, 401-50000-645720, Requisition 1503413

TRANSMITTAL LETTER FOR BOARD MEETING OF SEPTEMBER 19, 2019

 

COMMITTEE ON PROCUREMENT

 

Mr. Brian A. Perkovich, Executive Director

 

Title

Authorization to increase cost estimate and re-advertise Contract 15-266-4H3 Odor Control Systems at Two TARP Shafts and Decommissioning of the Thornton Transitional Reservoir, Calumet Service Area, estimated cost between $14,598,000.00 and $17,671,000.00, Accounts 401-50000-645620, 401-50000-645720, Requisition 1503413

Body

 

Dear Sir:

 

On February 7, 2019, the Board of Commissioners authorized the Director of Procurement and Materials Management to advertise Contract 15-266-4H Odor Control Systems at Two TARP Shafts and Decommissioning of the Thornton Transitional Reservoir, Calumet Service Area, at an estimated cost between $4,750,000.00 and $5,750,000.00.  

 

The contract was originally advertised for bid on March 20, 2019.  A report to the Board of Commissioners at the meeting of May 16, 2019 detailed that no bids were received.

 

Also on May 16, 2019, the Board of Commissioners authorized the Director of Procurement and Materials Management to re-advertise Contract 15-266-4HR (Re-Bid) Odor Control Systems at Two TARP Shafts and Decommissioning of the Thornton Transitional Reservoir, Calumet Service Area, at an estimated cost between $8,616,000.00 and $10,430,000.00.  The contract was re-advertised for bid on May 22, 2019.  Two bids were received in the amounts of $20,627,000.00 and $20,950,000.00.  As reported to the Board of Commissioners at the meeting of September 5, 2019, it was in the best interest of the District to reject the bids and re-evaluate the contract for re-advertisement.

 

The contract cost estimate and contract documents have been revised to include some changes in scope for this project as follows:

 

1.                     The original contract documents (15-266-4H) and 15-266-4HR (Re-Bid) specified that the Thorn Creek Connection and Diversion Tunnels be lined with cast in-place concrete. To reduce the time period and mitigate some of the risk of working in the tunnel under live conditions, the contract specifications have been modified to allow shotcrete lining of the tunnel, which will not require extensive formwork that is susceptible to damage from fill events. 

2.                     The contract documents have been adjusted to include unit price work to establish compensation for de-mobilization, mobilization and idle equipment for each day that the contractor is not able to work due to a fill event in the tunnels and reservoirs.

3.                     Additional work was added to the 15-266-4HR (Re-Bid) via addenda but not included in the cost estimate.  This included removal of a concrete plug within the HMS quarry to allow for truck traffic, installation of a flap gate and concrete collar in the existing construction shaft, and replacement of conduit at the TCR Gap Dam that was damaged by rock fall.

4.                     The documents also now include the installation of radar level measurement instrumentation at CDS-55 to support the operation of the system. 

 

The purpose of this contract is to complete work required in preparation for the decommissioning of the TTR, to complete miscellaneous work related to the operation of the Thornton Composite Reservoir (TCR), and to install odor control systems at the Construction Shaft and Gate Shaft at the Thornton Composite Reservoir.

 

The work for which tenders are invited consists of furnishing all material, labor and equipment required for the following items:

 

1.                     Installation of two concrete plugs within the Thorn Creek Diversion Tunnel to the TTR;

2.                     Removal of the existing rock plug within the Thorn Creek Connection Tunnel to the TCR;

3.                     Removal of the existing haul tunnel plug between the West Lobe (TTR) and the Main Lobe of the Thornton Quarry;

4.                     Completion of 254-ft of tunnel lining in the Thorn Creek Connection and Diversion Tunnels;

5.                     Construction Shaft concrete liner repairs;

6.                     Decommissioning the TTR Dewatering Valve Chamber;

7.                     Installation of stone pathways at groundwater monitoring wells and inclinometer instrumentation locations along the west and north rim of the TCR;

8.                     Installation of radar level measurement instrumentation at Drop Shaft CDS-55;

9.                     Replacement of Piezometer Instrumentation Conduit along the downstream side of the TCR                      Gap Dam;

10.                     Installation of reservoir level measurement equipment and rehabilitation of rockfall netting along the north highwall of the TCR; and

11.                     Installation of 13,500 CFM carbon-filter Odor Control Systems at the Construction Shaft and                      Gate Shaft.

 

It is estimated that 51 jobs will be created or saved as result of award of this contract, with an estimated 8,230 man-hours of skilled trades utilized.

 

The revised estimated cost for this contract is between $14,598,000.00 and $17,671,000.00.  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 550 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 “Construction Services” category for establishing Minority-owned Business Enterprises (MBE), Women-owned Business Enterprises (WBE), Small Business Enterprises (SBE), and/or Veteran-owned Business Enterprises (VBE) utilization goals. The MBE, WBE, SBE and/or VBE utilization goals for this contract are: 15 percent MBE and/or WBE, 10 percent SBE, and 3 percent VBE.  The requirements of the Special Training Provisions for Apprentices are 400 Minority and/or Female hours for the purpose of this contract.

 

The tentative schedule for this contract is as follows:

Advertise                     September 25, 2019

Bid Opening                     November 5, 2019

Award                     January 9, 2020

Completion                     July 12, 2021

 

It is hereby recommended that the Board of Commissioners authorize the Director of Procurement and Materials Management increase the cost estimate and re-advertise this contract.

 

Funds are available in Accounts 401-50000-645620 and 401-50000-645720.

 

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 September 19, 2019