TRANSMITTAL LETTER FOR BOARD MEETING OF SEPTEMBER 5, 2024
COMMITTEE ON PROCUREMENT
Mr. Brian A. Perkovich, Executive Director
Title
Authority to advertise Contract 23-378-3S Upper Des Plaines Dropshafts 1/1A and 5 Rehabilitation and Calumet Dropshaft 34 Modification, NSA and CSA, estimated cost between $6,175,000.00 and $7,475,000.00, Account 201-50000-645700, Requisition 1623142 (As Revised)
Body
Contract documents and specifications have been prepared for Contract 23-378-3S Upper Des Plaines Dropshafts 1/1A and 5 Rehabilitation and Calumet Dropshaft 34 Modification, NSA and CSA.
The purpose of Contract 23-378-3S is as follows:
Upper Des Plaines Dropshaft No. 5: Rehabilitation of 70 feet of 108-inch inlet sewer and 100 feet of 108-inch exit conduit sewer by cured-in-place pipe lining, rehabilitation of 100 vertical feet of 9-foot diameter dropshaft by form and pour lining or slip lining, installation of a louver system, replacement of deteriorated metal appurtenances, replacement of drain outlets, and performing an inspection of 2,000 feet of 108-inch diameter tunnel extending from the dropshaft.
Upper Des Plaines Intercepting Sewer 20B: Removal of existing control structure Gate #9 as it is no longer being operated near the intersection of Mt. Prospect Road and Fletcher Street.
Upper Des Plaines Tunnel near Dropshaft 1/1A: Installation of a suppression weir within the existing tunnel to reduce the occurrences of transient waves and geysering.
Calumet Dropshaft 34: Fabrication and re-installation of a defective timber backflow gate.
The necessary right-of-way documents are being acquired and will be approved and finalized by the relevant parties prior to award.
It is estimated that 34 jobs will be created or saved as result of award of this contract, with an estimated 14,261 man-hours of skilled trades utilized.
The engineer’s estimated cost for this contract is between $6,175,000.00 and $7,475,000.00. The estimated cost range will be stated in the advertisement for bids.
The bid deposit for this contract is $299,000.00.
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 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 work under this contract should be classified as “Construction Services.” The associated Minority-owned Business Enterprises (MBE), Women-owned Business Enterprises (WBE) and Veteran-owned Business Enterprises (VBE) utilization goals are: 12 percent MBE and/or WBE and 3 percent VBE. The requirements of the Special Training Provisions for Apprentices are 390 Minority and 140 Female hours for the purpose of this contract.
The tentative schedule for this contract is as follows:
Advertise September 25, 2024
Bid Opening November 19, 2024
Award January 16, 2025
Completion July 10, 2026
Funds are being requested in 2025 and 2026, in Account 201-50000-645700, and are contingent on the Board of Commissioners’ approval of the District’s budget for those years.
In view of the foregoing, it is recommended that the Director of Procurement and Materials Management be authorized to advertise Contract 23-378-3S.
Requested, Catherine A. O’Connor, Director of Engineering, KMF:LS
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 September 5, 2024
Attachment