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 #: 19-0367    Version: 1
Type: Agenda Item Status: Adopted
File created: 4/5/2019 In control: Procurement Committee
On agenda: 4/18/2019 Final action: 4/18/2019
Title: Authority to advertise Contract 17-842-3H Modifications to TARP Control Structures and Drop Shafts, SSA and CSA, estimated cost between $2,000,000.00 and $2,400,000.00, Account 401-50000-645600, Requisition 1518102
Attachments: 1. 17-842-3H Fact Sheet BM 4-18-19.pdf

TRANSMITTAL LETTER FOR BOARD MEETING OF APRIL 18, 2019

 

COMMITTEE ON PROCUREMENT

 

Mr. Brian A. Perkovich, Executive Director

 

Title

Authority to advertise Contract 17-842-3H Modifications to TARP Control Structures and Drop Shafts, SSA and CSA, estimated cost between $2,000,000.00 and $2,400,000.00, Account 401-50000-645600, Requisition 1518102

Body

 

Contract documents and specifications have been prepared for Contract 17-842-3H, Modifications to TARP Control Structures and Drop Shafts.

 

The purpose of Contract 17-842-3H is to reduce combined sewer overflows (CSO) by improving TARP connections to control structures at CDS-C1, CDS-45, and I-6. In addition, louvers are being added at DS-M27, DS-M28, DS-M29, DS-M30, DS-M32, DS-M41, DS-M45, DS-M48, DS-M60 and CS-4 for the purpose of odor control.  

 

Work at control structures CDS-C1 and CDS-45 consists of new permanent dry weather diversion bypass sewers and minor demolition and concrete work for removal of existing concrete flumes. Work associated with Interceptor Chamber I-6 consists of removing and disposing of a horizontal bulkhead. The addition of ten louvers will be completed at the locations mentioned above. 

 

The engineers estimated cost for this contract is between $2,000,000.00 and $2,400,000.00. The estimated cost range will be stated in the advertisement for bids.

 

The bid deposit for this contract is $120,000.00.

 

The contract specifications require that all work commence 30 calendar days after approval of the contractor’s bond and shall be completed within 430 calendar days after approval of the contractor’s bond. Liquidated damages are $900.00 for each calendar day beyond the specified date for substantial completion and $300.00 for each calendar day beyond the specified date for final completion.

 

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 this contract is classified “General and Heavy Construction” category for establishing Minority-owned Business Enterprises (MBE), Women-owned Business Enterprises (WBE), Small Business Enterprises (SBE) and Veteran-owned Enterprises utilization goals.  The MBE, WBE, SBE and VBE utilization goals for this contract are: 20 percent MBE, 10 percent WBE, 10 percent SBE and 3 percent VBE.  There are no apprentice hours for this contract.

 

The tentative schedule for this contract is as follows:

Advertise                                          May 8, 2019

Bid Opening                                          July 16, 2019

Award                                                               September 16, 2019

Completion                                          November 19, 2020

 

Funds are available in Account 401-50000-645600.

 

In view of the foregoing, it is recommended that the Director of Procurement and Materials Management be authorized to advertise Contract 17-842-3H.

 

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 April 18, 2019

 

Attachment