TRANSMITTAL LETTER FOR BOARD MEETING OF JUNE 19, 2008
COMMITTEE ON PURCHASING
Mr. Richard Lanyon, General Superintendent
Title
Authority to advertise Contract 07-220-3P, Primary Settling Tanks and Grit Removal Facilities at the Calumet Water Reclamation Plant, estimated cost $244,600,000.00, Account 401-50000-645650, Requisition 1245108
Body
Dear Sir:
Contract documents and specifications have been prepared for Contract 07-220-3P, Primary Settling Tanks and Grit Removal Facilities, as recommended by the Calumet Master Plan and at the request of the Maintenance and Operations Department.
This contract includes the following items:
1. The construction of new grit removal facilities, which includes eight new aerated grit chambers, grit removal and dewatering systems and equipment, associated mechanical and electrical facilities and equipment, and service tunnels and connections.
2. The construction of twelve new 155-feet diameter, cast in place reinforced concrete, circular primary settling tanks and all associated sludge collection rake arms and drive mechanisms, scum removal equipment, inboard effluent weirs, and connecting piping for influent, effluent, sludge and scum removal. Several interconnecting service tunnels will also be constructed and will serve as galleries for piping and electrical conduits. All of the service tunnels are designed to be constructed as cast-in-place concrete facilities.
4. Four new tunnel access pump stations (TAPS buildings) will be constructed along the new service tunnels. The TAPS buildings will be constructed on top of the service tunnels and will provide locations for access to the tunnels through stairwells. The TAPS buildings will contain sludge airlift and scum pumps, and associated piping. An electric room, a mechanical room, a distributed equipment room, and scum dumpsters for the adjoining new primary settling tanks will also be included in the TAPS buildings.
5. Two new 96-inch force mains will be installed, extending to the new grit building. A new 20-inch primary sludge force main will be installed from the primary sludge pump station, through existing Tunnel A, to the existing sludge concentration building. Modifications will be made to the existing sludge concentration building to connect the new force main to the existing sludge screen channels.
6. Construction of a new East Gate House and associated roadways as well as new roads around the new primary settling tanks and grit removal facilities. Existing roads will be reconstructed and associated grading and site improvements will be provided.
The contract includes provisions for cost indexing. The construction materials market continues to be very volatile, making prediction of pricing more than one year into the future very difficult. Contractors hedge this risk by adding substantial mark-ups to their bids. The cost indexing provision will reduce this risk by allowing for adjustment, either up or down, for six selected materials, during the life of the contract. The adjustment will be made based upon U.S. Department of Labor published producer price indexes and will be paid for under a specified allowance item.
An IEPA Construction permit is required for this project and the application has been submitted to the IEPA for approval.
The purpose of this contract is to add primary settling tanks and grit removal facilities to increase efficiency and reduce maintenance requirements. The existing primary settling tanks and aerated grit chambers are undersized and are reaching the end of their useful life. There is insufficient space at the existing facilities to increase capacity.
The estimated cost of the contract is $244,600,000.00.
The contractor’s bid deposit is $2,446,000.00.
The contract specifications require that all work commence 30 calendar days after approval of the Contractor’s Bond and shall be completed within 1,460 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 the contractor is in default of the specified time for completion of the entire work.
The Multi-Project Labor Agreement will be included in this contract.
Revised Appendix D will be included in this contract. The type of work to be performed under the contract is in the “Miscellaneous Building Construction” category for which utilization goals have been set at 20% Minority Business Enterprises, 10% Women’s Business Enterprises, and 10% Small Business Enterprises.
The estimated schedule for the project is as follows:
Advertise July 16, 2008
Open Bids September 9, 2008
Award November 6, 2008
Completion December 4, 2012
Funds are available in Account 401-50000-645650.
In view of the foregoing, it is recommended that the Purchasing Agent be authorized to advertise Contract 07-220-3P.
Requested, Joseph P. Sobanski, Chief Engineer, JPS:TK:ECB
Recommended, Darlene A. LoCascio, Purchasing Agent
Respectfully Submitted, Barbara J. McGowan, Chairman Committee on Purchasing
ORDERED passed by affirmative roll call vote of a majority of the Commissioners present this June 19, 2008. Approved, President Terrence J. O’Brien