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 #: 10-0753    Version: 1
Type: Agenda Item Status: Adopted
File created: 6/25/2010 In control: Procurement Committee
On agenda: 7/8/2010 Final action: 7/8/2010
Title: Authority to advertise Contract 08-865-3P Aeration Tanks and Elevators Rehabilitation, North Side, Kirie, Egan & Hanover Park Water Reclamation Plants, estimated cost $19,019,000.00, Accounts 401-50000-645750 and 645780, Requisition 1307554

TRANSMITTAL LETTER FOR BOARD MEETING OF JULY 8, 2010

 

COMMITTEE ON PROCUREMENT

 

Mr. Richard Lanyon, Executive Director

 

Title

Authority to advertise Contract 08-865-3P Aeration Tanks and Elevators Rehabilitation, North Side, Kirie, Egan & Hanover Park Water Reclamation Plants, estimated cost $19,019,000.00, Accounts 401-50000-645750 and 645780, Requisition 1307554

Body

 

Dear Sir:

 

Contract documents and specifications have been prepared for Contract 08-865-3P Aeration Tanks and Elevators Rehabilitation, North Side, Kirie, Egan & Hanover Park Water Reclamation Plants (WRPs), at the request of the Maintenance and Operations Department.

 

The purpose of this contract is to replace aged and failing pipes and equipment at various locations throughout the North Service Area.  The contract consists of the following portions:

 

1.                     North Side WRP - installation of a new experimental non-clog, horizontal, centrifugal pump for return activated sludge pumping from Final Settling Tank No. B-6; and rehabilitation of a freight elevator in the Pump and Blower House.

 

2.                     Kirie WRP - replacement of aeration tank fine bubble diffuser plates, air drop piping and couplings, spray water piping and nozzles, differential pressure transmitters, and repair or replacement of concrete diffuser plate holders as necessary in Aeration Batteries A and B; removal of fine bubble diffuser system and replacement with a more efficient coarse bubble diffuser system in the channels of Batteries A and B; repair of concrete cracks, expansion joints, and spalled concrete in the Operating Galleries and aeration tanks in Batteries A and B; replacement of air drop piping, spray water piping and nozzles in the Post Aeration Tanks; modifications to ductwork and drain piping at the four airlift stations; and rehabilitation of four passenger elevators in various buildings.

 

3.                     Egan WRP - replacement of aeration tank fine bubble diffuser plates, air drop piping and repair or replacement of concrete diffuser plate holders as necessary in the South Aeration Battery (SAB); repair of concrete cracks, expansion joints, and spalled concrete in the Operating Galleries and aeration tanks in the SAB and in the North Aeration Battery (NAB); replacement of three concrete stairs with steel stairs in the SAB and in the NAB; replacement of six air flow meters and controls on the air headers of the NAB; replacement of grating, one slide gate and controls, and supply of a new stop log in the PreTreatment Building; installation of one new flow meter and controls for the 8-inch air line supply to the Aerated Grit Tanks; and replacement of aeration piping supply to the Aerated Grit Tanks.

 

4.                     Hanover Park WRP - configuring an automatic start/throwover scheme for controlling the automatic starting of the existing 250kW diesel generator upon loss of plant power.

 

5.                     Bartlett Pump Station - installation of a new 200kW natural gas backup generator to operate the sewage pumps and ancillary equipment upon loss of station power.

 

The estimated cost for the contract is $19,019,000.00.

 

The bid deposit for the contract is $600,000.00.

 

The contract specifications require all work to be completed within 730 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 time for completion of the entire work.

 

The Multi-Project Labor Agreement will be included in the contract; however it will not apply to the elevator work, since the Elevator Constructors Union is not a signatory to the Multi-Project Labor Agreement.

 

Revised Appendix D will be included in the contract.  The type of work to be performed under the contract is within the “Construction Services” category for establishing PCE utilization goals.  The PCE utilization goals for this contract are 20% Minority Business Enterprises (MBE), 10% Women’s Business Enterprises (WBE), and 10% Small Business Enterprises (SBE).

 

The tentative schedule for this contract is as follows:

Advertise                      July 28, 2010

Bid Opening                      September 14, 2010

Award                     November 18, 2010

Completion                      November 18, 2012

 

Funds are available in Accounts 401-50000-645750 and 645780.

 

In view of the foregoing, it is recommended that the Director of Procurement and Materials Management be authorized to advertise Contract 08-865-3P.

 

Requested, Kenneth A. Kits, Director of Engineering, TEK:GR

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 July 8, 2010