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 #: 14-0397    Version: 1
Type: Agenda Item Status: Adopted
File created: 4/22/2014 In control: Procurement Committee
On agenda: 5/1/2014 Final action: 5/1/2014
Title: Authority to increase Contract 09-176-3P Sludge Thickening Facilities, Stickney Water Reclamation Plant, to McHugh Construction in an amount of $317,085.68, from an amount of $166,004,076.26, to an amount not to exceed $166,321,161.94, Account 401-50000-645650, Purchase Order 5001115
Attachments: 1. CO 09-176-3P.PDF
TRANSMITTAL LETTER FOR BOARD MEETING OF MAY 1, 2014
COMMITTEE ON PROCUREMENT
Mr. David St. Pierre, Executive Director
Title
Authority to increase Contract 09-176-3P Sludge Thickening Facilities, Stickney Water Reclamation Plant, to McHugh Construction in an amount of $317,085.68, from an amount of $166,004,076.26, to an amount not to exceed $166,321,161.94, Account 401-50000-645650, Purchase Order 5001115
Body
Dear Sir:
On March 18, 2010, the Board of Commissioners authorized the Director of Procurement and Materials Management to award Contract 09-176-3P Sludge Thickening Facilities, Stickney Water Reclamation Plant, to McHugh Construction, in an amount not to exceed $162,232,344.00. The scheduled contract completion date is November 11, 2016.
As of April 18, 2014, the attached list of change orders has been approved. The effect of these change orders resulted in an increase in an amount of $3,771,732.26 from the original amount awarded of $162,232,344.00. The current contract value is $165,965,457.01. The prior approved change orders reflect a 2.3% increase to the original contract value.  
 
Item 1: A credit in the amount of $55,810.70 to delete theprotective coating on the tank floors of Gravity Thickening Tanks 1 - 8. The contract requires coating the floors and wallsof Gravity Thickening Tanks 1-8 with coal-tar epoxy. Upon review of this issue, the Engineer has determined that coating of the tankfloors is not necessary for concrete protection and that protective coating of the tank floors can be deleted. The contractor submitted a cost proposal (CCO-047) for a credit in the amount of $55,810.70. The engineer reviewed the proposal, found it to be reasonable, and stated via correspondence 4476, that the Engineering Department would recommend its approval.
Item 2: An extra in the amount of $15,090.23 to make revisions to the wiringand components associated with Air Handling Unit 70-FC-01located in the new substation south of the SW Preliminary Tanks. Theserevisions arebeing made because certain wiring and other components were not depicted on the contractdrawings. The scope of work is as follows: 1) Modify conduit for theheating coil and blower motor, 2) Modify the local disconnect switch with a higher-amperage device, 3) Install a revised starter for the blower motor control, and 4) Provide a new power feed to thecontrol panel. The contractor submitted a cost proposal (CCO-177) for an extra in the amount of $15,090.23. The engineer reviewed the proposal, found it to be reasonable, and stated via correspondence 4486, that the Engineering Department would recommend its approval.
Item 3: An extra in the amount of $63,783.61 to modify the Manhole #1 connection to the Salt Creek-1 interceptor sewer. In RFI-718, the contractor stated that the existing interceptor was located approximately 3.5' north of the location shown on the contract drawing and thus the interceptor is located underneath the existing railroad tracks. In order not to compromise the integrity of the railroad tracks, the contractor was required to hand mine approximately 6' to the exterior of the interceptor. In addition, the configuration of MH #1 was revised to allow for a rectangular opening into the Salt Creek Interceptor and the overall depth was reduced. Furthermore, the contractor was required to provide a 12" thick concrete fill in order to allow for access to core into the existing interceptor. The contractor submitted a cost proposal (CCO-102) for an extra in the amount of $63,783.61. The engineer reviewed the proposal, found it to be reasonable, and stated via correspondence 4549, that the Engineering Department would recommend its approval.
Item 4: A net extra in the amount of $332,782.92 to perform additional work in the SW Preliminary Tank tunnels.  The additional work included furnishing and installing 2.9 times more conduit and cable in the Preliminary Tank tunnels than estimated during the bidding process due to an incorrect scale bar on Drawing CE-01-05, and for coring through a wall which was installed in the entrance to the Aerated Grit tunnel under Contract 06-156-3P shortly after Contract 09-176-3P was awarded. The contractor submitted a cost proposal (CCO-163) for an extra in the amount of $346,869.96 and a credit in the amount of $14,087.04 for a net extra in the amount of $332,782.92. The engineer reviewed the proposal, found it to be reasonable, and stated via correspondence 4532, that the Engineering Department would recommend its approval.
Item 5: A net credit in the amount of $38,760.38 for revising the power transmissions to the contractor's trailer complex from 480v to 12 KV and providing sufficient transformers for adjusting the voltage.  These changes are being made in order to reduce voltage drop and improve voltage stability of the trailer area service.  The contractor submitted a cost proposal (CCO-015) for an extra in the amount of $160,820.36 and a credit in the amount of $199,580.74 for a net credit in the amount of $38,760.38. The engineer reviewed the proposal, found it to be reasonable, and stated via correspondence 4536, that the Engineering Department would recommend its approval.
The above five change orders are in compliance with the Illinois Criminal Code since the changes are germane to the contract.
It is hereby recommended that the Board of Commissioners authorize the Director of Procurement and Materials Management to execute five change orders to increase Contract 09-176-3P in an amount of $317,085.68 (0.19% of the current contract value), from an amount of $166,004,076.26, to an amount not to exceed $166,321,161.94.
Funds are available in Account 401-50000-645650.
Requested, Catherine O'Connor, Director of Engineering, MVL
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 1, 2014
Attachment