TRANSMITTAL LETTER FOR BOARD MEETING OF JUNE 5, 2008
COMMITTEE ON PURCHASING
Mr. Richard Lanyon, General Superintendent
Title
Authority to advertise Contract 01-198-AD Demolition of Sludge Disposal Building, Rehabilitation of Pump and Blower House and Coarse Screen Building, at the Stickney Water Reclamation Plant, estimated cost is $21,000,000.00, Accounts 401-50000-645680, 645780, and 101-50000-612680, Requisition 1243856
Body
Dear Sir:
Contract documents and specifications have been prepared for the Demolition of Sludge Disposal Building, Rehabilitation of Pump and Blower House and Coarse Screen Building at the request of the Maintenance and Operations Department.
This contract includes the following items:
1. Demolition of the Sludge Disposal Building, the Ferric Chloride Building, the Oil Storage Building, the Guardhouse, the Healy Building and the Construction Office with associated utility rerouting, removal and legal disposal of hazardous and non-hazardous (regulated) wastes such as asbestos, mercury, PCB’s, petroleum products, lead base paint etc. from these buildings and re-grading the site to match the surrounding site.
2. Rehabilitation of the Pump & Blower House, including removal of abandoned electrical and mechanical equipment; replacement of the roof, skylights, doors, windows and air handling units; rehabilitation of the exterior walls.
3. Rehabilitation of the South West Coarse Screen Building, including construction of a new enclosure, removal of abandoned equipment, replacement of the existing skip hoist, and addition of a new skip hoist.
4. Construction of a prefabricated building to store used oil.
The purpose of this contract is to remove several abandoned buildings on the plant site that are beyond their useful life and pose a hazard, if allowed to continue to deteriorate. Remaining buildings in the complex will be rehabilitated to permit continued use.
The estimated cost for this contract is $21,000,000.00.
The bid deposit for this contract is $1,050,000.00.
The contract specifications require that all work commence 30 calendar days after approval of the Contractor’s Bond and shall be completed within 750 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 this contract is classified “Miscellaneous Building Construction” for the PCE utilization goals contained in the revised Appendix D. The associated goals are 20% Minority Business Enterprises (MBE), 9% Women-owned Business Enterprises (WBE), and 10% Small Business Enterprises (SBE).
The tentative schedule for this contract is as follows:
Advertise June 25, 2008
Bid opening August 12, 2008
Award October 16, 2008
Completion December 17, 2010
Funds for the current year are available in Accounts 401-50000-645680, 645780, and 101-50000-612680. Funds for subsequent years, 2009 and 2010 are contingent on the Board of Commissioners’ approval of the District’s budgets for those years.
In view of the foregoing, it is recommended that the Purchasing Agent be authorize to advertise Contract 01-198-AD.
Requested, Joseph P. Sobanski, Chief Engineer, TK:JKK:KFP
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 5, 2008. Approved, President Terrence J. O’Brien.