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 #: 13-0836    Version: 1
Type: Agenda Item Status: Adopted
File created: 7/30/2013 In control: Procurement Committee
On agenda: 8/8/2013 Final action: 8/8/2013
Title: Authority to advertise Contract 10-880-3H TARP Control Structure Rehabilitation, North Service Area, Stickney Service Area, and Calumet Service Area, estimated cost $13,750,000.00, Account 401-50000-645750, Requisition 1364055
TRANSMITTAL LETTER FOR THE BOARD MEETING OF AUGUST 8, 2013
 
COMMITTEE ON PROCUREMENT
 
Mr. David St. Pierre, Executive Director
 
Title
Authority to advertise Contract 10-880-3H TARP Control Structure Rehabilitation, North Service Area, Stickney Service Area, and Calumet Service Area, estimated cost $13,750,000.00, Account 401-50000-645750, Requisition 1364055
Body
 
Dear Sir:
 
Contract documents and specifications have been prepared for Contract 10-880-3H TARP Control Structure Rehabilitation, NSA, SSA, CSA.
 
The purpose of this project is to rehabilitate and/or replace various components of the control structures throughout the TARP system in order to eliminate hydraulic communication between the tunnels and the structures and to ensure reliable operations
 
The project consists of the rehabilitation and /or replacement of sluice gate actuators, equipment platforms, dehumidifiers, and other miscellaneous equipment, as well as the installation of new equipment including additional sump pumps, dehumidifiers, and gas detectors at the various TARP control structures.
 
Right-of-way for this work was included in the original construction documents and will be limited to previously obtained permanent and maintenance easements.  Copies of the original right-of-way documents will be included in this contract.
The estimated cost for this contract is $13,750,000.00.
 
The bid deposit for this contract is $550,000.00.
 
The contract specifications require all work to be completed within 973 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 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 Interim Ordinance Appendix D will be included in this contract. The type of work to be performed under the contract is within the "General Construction" category for establishing Socially and Economically Disadvantaged Individuals utilization goals. The Socially and Economically Disadvantaged Individuals utilization goals for this contract are: 20% Minority Business Enterprises (MBE), 10% Women Business Enterprises (WBE), and 10% Small Business Enterprises (SBE).
 
The tentative schedule for this contract is as follows:
Advertise      August 21, 2013
Bid Opening      September 24, 2013
Award      November 21, 2013
Completion      July 20, 2016
 
Funds are available in Account 401-50000-645750.
 
In view of the foregoing, it is recommended that the Director of Procurement and Materials Management be authorized to advertise Contract 10-880-3H.
 
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 August 8, 2013