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 #: 19-0482    Version: 1
Type: Agenda Item Status: Adopted
File created: 5/6/2019 In control: Procurement Committee
On agenda: 5/16/2019 Final action: 5/16/2019
Title: Authorization to increase cost estimate and re-advertise Contract 15-266-4HR Odor Control Systems at Two TARP Shafts and Decommissioning of the Thornton Transitional Reservoir, Calumet Service Area, estimated revised cost between $8,616,000.00 and $10,430,000.00, Accounts 401-50000-645620 and 401-50000-645720, Requisition 1503413
Attachments: 1. 15-266-4HR Requisition 1503413.pdf, 2. 15-266-4HR Project Fact Sheet.pdf

TRANSMITTAL LETTER FOR BOARD MEETING OF MAY 16, 2019

 

COMMITTEE ON PROCUREMENT

 

Mr. Brian A. Perkovich, Executive Director

 

Title

Authorization to increase cost estimate and re-advertise Contract 15-266-4HR Odor Control Systems at Two TARP Shafts and Decommissioning of the Thornton Transitional Reservoir, Calumet Service Area, estimated revised cost between $8,616,000.00 and $10,430,000.00, Accounts 401-50000-645620 and 401-50000-645720, Requisition 1503413

Body

 

Dear Sir:

 

On February 7, 2019, the Board of Commissioners authorized the Director of Procurement and Materials Management to advertise Contract 15-266-4H, Odor Control Systems at Two TARP Shafts and Decommissioning of the Thornton Transitional Reservoir, Calumet Service Area, at an estimated cost between $4,750,000.00 and $5,750,000.00.  

 

The contract was originally advertised for bid on March 20, 2019.  However, no bids were received, which is being reported to the Board of Commissioners under a different item at the meeting of May 16, 2019.

 

The increase in contract cost estimate is required due to steel tariffs, risk of specialty underground contract work, working under live tunnel conditions, additional work added to the contract, and the expedited schedule required to perform the work. 

 

The purpose of this contract is to complete work required in preparation for the decommissioning of the Thornton Transitional Reservoir (TTR), to complete miscellaneous work related to the operation of the Thornton Composite Reservoir (TCR), and to install odor control systems at the Construction Shaft and Gate Shaft at the Thornton Composite Reservoir.

 

The work for which tenders are invited consists of furnishing all material, labor and equipment required for the following items:

 

1.                     Installation of two concrete plugs within the Thorn Creek Diversion Tunnel to the TTR;

 

2.                     Removal of the existing rock plug within the Thorn Creek Connection Tunnel to the TCR;

 

3.                     Completion of 254-ft of tunnel lining in the Thorn Creek Connection and Diversion Tunnels;

 

4.                     Construction Shaft concrete liner repairs;

 

5.                     Decommissioning the TTR Dewatering Valve Chamber;

 

6.                     Installation of stone pathways at groundwater monitoring wells and inclinometer instrumentation   locations along the west and north rim of the TCR;

 

7.                     Installation of reservoir level measurement equipment and rehabilitation of rockfall netting along  the north highwall of the TCR; and

 

8.                     Installation of 13,500 CFM carbon-filter Odor Control Systems at the Construction Shaft and Gate Shaft.

 

It is estimated that 51 jobs will be created or saved as result of award of this contract, with an estimated 8,230 man-hours of skilled trades utilized.

 

The revised estimated cost for this contract is between $8,616,000.00 and $10,430,000.00.  The cost range will be stated in the advertisement for bids.

 

The bid deposit for this contract is $418,000.00.

 

The contract specifications require that all work commence 30 calendar days after approval of the contractor’s bond and shall be completed within 550 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 will be included in this contract.  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), Small Business Enterprises (SBE), and/or Veteran-owned Business Enterprises (VBE) utilization goals. The MBE, WBE, SBE, and/or VBE utilization goals for this contract are: 20% MBE, 10% WBE, 10% SBE, and 3% VBE.  The requirements of the Special Training Provisions for Apprentices are 380 Minority and/or Female hours for the purpose of this contract.

 

The tentative schedule for this contract is as follows:

Advertise                                          May 22, 2019

Bid Opening                                          July 9, 2019

Award                                                               September 5, 2019

Completion                                          March 8, 2021

 

Funds are available in Accounts 401-50000-645620 and 401-50000-645720.

 

In view of the foregoing, it is recommended that the Director of Procurement and Materials Management be authorized to increase the cost estimate between $8,616,000.00 and $10,430,000.00 and re-advertise this contract.

 

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 May 16, 2019