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 #: 24-0331    Version: 1
Type: Agenda Item Status: Adopted
File created: 4/22/2024 In control: Procurement Committee
On agenda: 5/2/2024 Final action: 5/2/2024
Title: Authority to advertise Contract 08-174-3D Battery A Improvements and Battery B Installation of Mechanical Mixers, Stickney Water Reclamation Plant, estimated cost between $51,775,000.00 and $62,675,000.00, Account 401-50000-645750, Requisition 1617419
Attachments: 1. Contract 08-174-3D-Project Fact Sheet, 2. Contract 08-174-3D, Affirmative Action Goals Report.pdf

TRANSMITTAL LETTER FOR BOARD MEETING OF MAY 2, 2024

 

COMMITTEE ON PROCUREMENT

 

Mr. Brian A. Perkovich, Executive Director

 

Title

Authority to advertise Contract 08-174-3D Battery A Improvements and Battery B Installation of Mechanical Mixers, Stickney Water Reclamation Plant, estimated cost between $51,775,000.00 and $62,675,000.00, Account 401-50000-645750, Requisition 1617419

Body

 

Dear Sir:

 

Contract documents and specifications have been prepared for Contract 08-174-3D Battery A Improvements and Battery B Installation of Mechanical Mixers, Stickney Water Reclamation Plant.

 

The purpose of this project is to replace the upper portion of the Battery A final settling tank walls and provide guardrails for fall protection at each of the tanks. The project also includes the replacement of paving along “F” Street and installation of a transfer slab below the new road to protect the Battery A main effluent conduit and increase allowable loads on the road. Finally, the project also provides mechanical mixers for the Battery B aeration tanks.

 

The project consists of the following:

 

1. Removal and replacement of “F” Street in Battery A to increase the load rating of the road and accommodate construction traffic. This work includes the construction of a new load transfer slab supported on micropiles below “F” Street and above the Battery A main effluent conduit to protect the conduit from increased traffic loads.

 

2. Rehabilitation of all Battery A final settling tanks (1 through 24) and influent channels. Work includes replacement of the top three (3) feet of concrete of the tanks and the top slab of the influent channels, replacement of the sludge level indicator bubbler system, and scum collection improvement. In addition, galvanized steel railing will be installed around the tanks, the return sludge channel, and the mixed-liquor channel. Electrical conduit, junction boxes, mounting hardware, combination starters, supporting devices, and miscellaneous electrical items for Battery A final settling tanks will be replaced. Site improvements include removal of existing topsoil and gravel around the final settling tanks and replacing with one (1) foot of CA-7 stone, removal and replacement of existing walkways, and landscape restoration along “G” Street 6th and 8th Avenues.

 

3. Replacement of air piping drops and drain gates in the Battery A aeration tanks and installation of effluent water hose connections in the operating gallery.

 

4. Installation of mechanical mixers in the Battery B aeration tanks, and interface and programming to display read-only aeration tank mixers status in DCS in Batteries A, B, C and D.

 

It is estimated that 261 jobs will be created or saved as a result of award of this contract with an estimated 136,843 man-hours of skilled trades utilized.

 

The estimated cost for this contract is between $51,775,000.00 and $62,675,000.00. The cost range will be stated in the advertisement for bids.

 

The bid deposit for this contract is $626,750.00.

 

The contract specifications require that all work commence 30 calendar days after approval of the contractor’s bond and shall be completed within 740 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 “General Construction” 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                                          May 22, 2024

Bid Opening                                          July 2, 2024

Award                                          August 8, 2024

Completion                                          August 30, 2026

 

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 08-174-3D.

 

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

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

Respectfully Submitted, Marcelino Garcia, 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 2, 2024

 

Attachments