Skip to main content


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 #: 25-0628    Version: 1
Type: Agenda Item Status: Adopted
File created: 8/5/2025 In control: Procurement Committee
On agenda: 8/14/2025 Final action: 8/14/2025
Title: Authority to advertise Contract 24-384-3D Rehabilitation of Service Tunnel Expansion Joints and Replacement of Road E, Kirie Water Reclamation Plant, estimated cost between $6,655,400.00 and $8,056,500.00, Account 401-50000-645750, Requisition 1642951
Attachments: 1. Contract 24-384-3D Project View, 2. Contract 24-384-3D Affirmative Action Goal Review Report

TRANSMITTAL LETTER FOR BOARD MEETING OF AUGUST 14, 2025

 

COMMITTEE ON PROCUREMENT

 

Mr. John P. Murray, Acting Executive Director

 

Title

Authority to advertise Contract 24-384-3D Rehabilitation of Service Tunnel Expansion Joints and Replacement of Road E, Kirie Water Reclamation Plant, estimated cost between $6,655,400.00 and $8,056,500.00, Account 401-50000-645750, Requisition 1642951

Body

 

Dear Sir:

 

Contract documents and specifications have been prepared for Contract 24-384-3D Rehabilitation of Service Tunnel Expansion Joints and Replacement of Road E, Kirie Water Reclamation Plant.

 

The service tunnels are approximately 50 years old and were built as a part of the original plant construction. Over time, a number of tunnel expansion joints have deteriorated, and leaking cracks have developed in tunnel walls and slabs. The tunnels/galleries and associated utilities are essential to the plant’s functionality and need to remain operational indefinitely. Rehabilitating the deteriorated expansion joints and cracks will eliminate water infiltration, thereby extending serviceability of the tunnels and preventing damage to the utilities. Road E will also be removed and replaced under this contract.

 

The project consists of the following:

 

1.                     Rehabilitate deteriorated expansion joints, cracks, and concrete spalls in approximately 4,550 linear feet of underground service tunnels located throughout the plant.

 

2.                     Remove and replace waterproofing membrane on exterior tunnel surfaces at locations which are excavated and/or exposed to perform the tunnel rehabilitation.

 

3.                     Remove existing brick paver walkway, concrete pavement, and concrete curbs above Utility Gallery Tunnel A and Air Main Tunnel B to expose the tunnel top slab for structural rehabilitation. Replace with new concrete walkway,  pavement, and curbs following tunnel rehabilitation.

 

4.                     Replace Road E pavement and adjacent concrete driveways north of the Blower Building.

 

5.                     Remove existing precast concrete panels and replace them with removable glass fiber reinforced polymer cover assemblies for six (6) roof openings in Airlift Stations A-1, A-2, B-1, and B-2.

 

6.                     Repair joints between precast concrete panels and install new waterproofing membrane over existing panels for two (2) roof openings in Airlift Stations A-1 and A-2.

 

7.                     Selectively demolish concrete top slab and concrete stairs and replace with new concrete slab and prefabricated metal stairs in Airlift Station B-2.

 

8.                     Perform all other work as detailed in the specifications, and as shown on the plans, including all incidental work.

 

It is estimated that 30 jobs will be created or saved as a result of award of this contract with an estimated 22,593 man-hours of skilled trades utilized.

 

The estimated cost for this contract is between $6,655,400.00 and $8,056,500.00. The cost range will be stated in the advertisement for bids.

 

The bid deposit for this contract is $323,000.00.

 

The contract specifications require that all work commence 30 calendar days after approval of the contractor’s bond and shall be completed within 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 for completion of the entire work.

 

The Multi-Project Labor Agreement will be included in this contract.

 

The Affirmative Action Ordinance Revised Appendix D and Appendix V will be included in this contract. Appendix C and Appendix K do not apply. 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) and Veteran-owned Business Enterprises (VBE) utilization goals. The MBE, WBE and VBE utilization goals for this contract are 20 percent MBE, 10 percent WBE and 3 percent VBE.

 

The tentative schedule for this contract is as follows:

Advertise                                          September 10, 2025

Bid Opening                         October 21, 2025

Award                                                               December 4, 2025

Completion                         January 17, 2028

 

Funds are available in Account 401-50000-645750.

 

In view of the foregoing, it is recommended that the Director of Procurement and Materials Management be authorized to advertise Contract 24-384-3D.

 

Requested, Catherine A. O’Connor, Director of Engineering, CS:GRR

Recommended, Darlene A. LoCascio, Director of Procurement and Materials Management

Respectfully Submitted, Precious Brady-Davis, Chairperson Committee on Procurement

Disposition of this agenda item will be documented in the official Regular Board Meeting Minutes of the Board of Commissioners for August 14, 2025

 

Attachment