TRANSMITTAL LETTER FOR BOARD MEETING OF NOVEMBER 7, 2019
COMMITTEE ON PROCUREMENT
Mr. Brian A. Perkovich, Executive Director
Title
Authorization to decrease cost estimate for Contract 14-372-3SR Drop Shaft 5 Inspection and Rehabilitation, NSA, from estimated cost between $3,800,000.00 and $4,600,000.00, to an estimated cost between $3,610,000.00 and $4,370,000.00, Account 401-50000-645700, Requisition 1518103
Body
Dear Sir:
On April 4, 2019, the Board of Commissioners authorized the Director of Procurement and Materials Management to advertise Contract 14-372-3S, Drop Shaft 5 Inspection and Rehabilitation, NSA, at an estimated cost between $3,800,000.00 and $4,600,000.00.
The contract was originally advertised for bid on June 19, 2019. However, no bids were received, which was reported to the Board of Commissioners at the meeting of August 8, 2019.
The decrease in the contract cost estimate is due to the removal of work at the 39th Street Conduit and the Calumet TARP System.
The purpose of this project is to modify, rehabilitate and/or improve portions of Upper Des Plaines Drop Shafts 1/1A, 5 and 8, the Upper Des Plaines Tunnel, a collecting structure of Upper Des Plaines 11A and Upper Des Plaines Control Structures 10 and 11.
The contract consists of the rehabilitation of 100 LF of 108” diameter circular sewer by cured-in place pipe, 74 linear feet of 9 foot diameter drop shaft by form and pour or slip-lining, replacement of three (3) sluice gates, installation of three (3) louver systems, installation of a transient suppression weir and inspection of an exit conduit to determine if repairs are necessary.
It is estimated that 38 jobs will be created or saved as result of award of this contract, with an estimated 9,257 man-hours of skilled trades utilized.
The revised estimated cost for this contract is between $3,610,000.00 and $4,370,000.00. The cost range will be stated in the advertisement for bids.
The bid deposit for this contract is $190,000.00.
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 that the contractor is in default of the time specified for failing to achieve substantial work completion and $300.00 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 (MPLA) will be included in this contract.
The Affirmative Action Ordinance, Revised Appendix D and Appendix V 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: 20 percent MBE, 10 percent WBE, 10 percent SBE, and 3 percent VBE. The minority and/or female apprentice goals for this contract are 290 hours.
The tentative schedule for this contract is as follows:
Advertise December 11, 2019
Bid Opening January 28, 2020
Award March 5, 2020
Completion April 9, 2021
Funds are available in Account 401-50000-645700.
It is hereby recommended that the Board of Commissioners authorize the Director of Procurement and Materials Management to decrease the cost estimate and re-advertise this contract.
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 November 7, 2019
Attachment