TRANSMITTAL LETTER FOR BOARD MEETING OF JULY 15, 2021
COMMITTEE ON PROCUREMENT
Mr. Brian A. Perkovich, Executive Director
Title
Authorization to amend the scope of work and re-advertise Contract 15-266-4H5 Decommissioning of the Thornton Transitional Reservoir, Calumet Service Area, estimated cost between $20,981,000.00 and $25,398,000.00, Account 401-50000-645620, Requisition 1563942 (Deferred from the June 17, 2021 Board Meeting)
Body
Dear Sir:
On May 6, 2021, it was reported to the Board of Commissioners that the sole bid received for Contract 15-266-4H4 Odor Control Systems at Two TARP Shafts and Decommissioning of the Thornton Transitional Reservoir (TTR), Calumet Service Area, was significantly higher than the Engineer’s estimate and was rejected in the best interest of the District. This contract has been advertised four times without award.
The District’s agreement with Hanson Material Service (HMS) allows us to use the West Lobe of their Quarry for the Thornton Transitional Reservoir until December 31, 2022. Staff investigated several alternatives for trying to extend the agreement and maintain the extra storage within the quarry but none of the alternatives were acceptable to HMS. Therefore, floodwater from Thorn Creek needs to be re-routed to the Thornton Composite Reservoir, as originally planned, and the TTR turned back over to HMS. Due to the approaching deadline, the current contract which we are seeking authority to re-advertise has been amended to include only the TTR decommissioning work.
The contract documents have been revised to remove the “Odor Control Systems at Two TARP Shafts” scope, along with all associated work. Removal of this work should attract more bidders. The odor control work will be considered for a future contract as the District continues to monitor and evaluate odors in the vicinity of the Thornton Composite Reservoir (TCR).
The purpose of this contract is to complete work required for the decommissioning of the TTR and to complete miscellaneous work related to the TCR.
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 reservoir level measurement equipment and rehabilitation of rockfall netting along the north highwall of the TCR.
It is estimated that 112 jobs will be created or saved as result of award of this contract, with an estimated 5,749 man-hours of skilled trades utilized.
The estimated cost for this contract is between $20,981,000.00 and $25,398,000.00. 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: 8 percent MBE and/or WBE, 8 percent SBE, and 3 percent VBE. The requirements of the Special Training Provisions for Apprentices are 270 Minority and/or Female hours for the purpose of this contract.
The tentative schedule for this contract is as follows:
Advertise July 7, 2021
Bid Opening August 10, 2021
Award September 23, 2021
Completion March 27, 2023
It is hereby recommended that the Board of Commissioners authorize the Director of Procurement and Materials Management to revise the scope of work and re-advertise Contract 15-266-4H5.
Funds are available in Account 401-50000-645620.
Requested, Catherine A. O’Connor, Director of Engineering, 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 July 15, 2021
Attachment