TRANSMITTAL LETTER FOR BOARD MEETING OF SEPTEMBER 6, 2018
COMMITTEE ON PROCUREMENT
Mr. John P. Murray, Acting Executive Director
Title
Authority to advertise Contract 17-844-3P Furnish and Install Odor Control System, Calumet, Hanover Park, and Kirie Water Reclamation Plants, estimated cost between $3,420,000.00 and $4,140,000.00, Account 401-50000-645650, Requisition 1499356
Body
Dear Sir:
Contract documents and specifications have been prepared for Contract 17-844-3P Furnish and Install Odor Control System, Calumet, Hanover Park, and Kirie Water Reclamation Plants (WRPs).
The purpose of this project is to install new odor control systems at various existing facilities within the Calumet, Hanover Park, and Kirie WRPs. The new odor control systems have been designed to treat actual measured hydrogen sulfide (H2S) concentrations at each of the facilities, and the most suitable type of odor control technology will be installed at each location.
The project consists of the following:
Calumet WRP
1. Remove two existing Calgon P-3000 activated carbon odor control units at the Screen Building.
Transport one of the units to Kirie WRP and the second unit to Hanover Park WRP.
2. Construct a new odor control system consisting of Bio-trickling Filter (BTF) with a separate
Carbon Polisher just south of the Screen Building. The new system will require electrical
service, water service and a sanitary drain line. Extend the existing 24” fiberglass duct, which
takes air from the South Park/Blue Island Diversion Chamber and Screen Building Influent
Chamber, to the new BTF. Install a new fiberglass duct to convey air from the Harvey Diversion
Chamber to the new BTF. Replace the steel grating on top of the Harvey Diversion Chamber
with solid, removable walk-on fiber reinforced plastic (FRP) covers to allow for odor capture.
Hanover Park WRP
1. Install one Calgon unit relocated from Calumet WRP to treat the exhaust air from the Coarse
Screen Chamber. The relocated Calgon unit will require new electrical service, water supply
line and sanitary drain line.
2. Construct a retaining wall, concrete base and concrete drive, and install a new Two-Stage
Rectangular Biological Odor Control System, consisting of a combination bio-filter and carbon
bed to treat the air from the Aerated Grit Tanks, Pretreatment Building and the Gravity Belt
Thickener (GBT) Building. Install new fiberglass ductwork to convey air from these areas to
the new odor control system. New system will require new electrical service, water supply
lines and sanitary drain lines. Demolish existing ozone odor control system at the GBT
Building. Install new plastic walk-thru curtains to isolate areas at the GBT Building and
Pretreatment Building. Install new removable walk-on FRP covers on the Aerated Grit Tanks.
Replace street lighting on the entrance road with high-efficiency LED lights.
Kirie WRP
1. Install the second Calgon unit relocated from Calumet WRP at the Airlift Station A-1. Demolish
the existing ozone odor control system. The relocated Calgon unit will require new electrical
service, water supply line and sanitary drain line. Replace yard lighting with high-efficiency
LED lights.
It is estimated that 36 jobs will be created or saved as a result of award of this contract with an estimated 5,337 man-hours of skilled trades utilized.
The estimated cost for this contract is between $3,420,000.00 and $4,140,000.00. The cost range will be stated in the advertisement for bids.
The bid deposit for this contract is $207,000.00.
The contract specifications require that all work commence 30 calendar days after approval of the contractor’s bond and shall be completed within 540 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.
An IEPA Construction Permit is required for this project and the application has been submitted to the IEPA for approval.
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 “General and Heavy Construction” category for establishing Minority-owned Business Enterprises (MBE), Women-owned Business Enterprises (WBE) and/or Small Business Enterprises (SBE) utilization goals. The MBE, WBE and/or SBE utilization goals for this contract are: 20 percent MBE, 10 percent WBE, and 10 percent SBE.
The tentative schedule for this contract is as follows:
Advertise September 26, 2018
Bid Opening November 6, 2018
Award December 16, 2018
Completion June 6, 2020
Funds are available in Account 401-50000-645650.
In view of the foregoing, it is recommended that the Director of Procurement and Materials Management be authorized to advertise Contract 17-844-3P.
Requested, Catherine A. O’Connor, Director of Engineering, ECB:PO’B:JFF
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 6, 2018
Attachment