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 #: 14-0780    Version: 1
Type: Agenda Item Status: Adopted
File created: 7/24/2014 In control: Procurement Committee
On agenda: 8/7/2014 Final action: 8/7/2014
Title: Authority to increase Contract 09-176-3P Sludge Thickening Facilities, Stickney Water Reclamation Plant, to McHugh Construction in an amount of $63,141.92, from an amount of $166,350,439.42, to an amount not to exceed $166,413,581.34, Account 401-50000-645650, Purchase Order 5001115
Attachments: 1. CO 09-176-3P.PDF
TRANSMITTAL LETTER FOR BOARD MEETING OF AUGUST 7, 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 $63,141.92, from an amount of $166,350,439.42, to an amount not to exceed $166,413,581.34, 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 July 11, 2014, the attached list of change orders has been approved. The effect of these change orders resulted in an increase in an amount of $4,118,095.42 from the original amount awarded of $162,232,344.00. The current contract value is $166,350,439.42. The prior approved change orders reflect a 2.54% increase to the original contract value.  
 
Item 1: An extra in the amount of $75,236.15 to make revisions to the pumping capacity of the Waste Activated Sludge (WAS) pump station.  This change is being made due to an unacceptable buildup of solids in the plant caused by an inadequate pumping capacity within the WAS pump station.  Due to changes being implemented under the subject contract, all solids generated at the facility, plus solids from the O'Brien Water Reclamation Plant, are currently being pumped by the WAS pump station to the Pre-Digestion Centrifuge Facility.  The pump station, which formerly pumped this material, is currently being converted to a facility to pump only southwest primary sludge to the new gravity thickening facility.  While the WAS pumps are of sufficient capacity to pump the normal full solids load for the Stickney plant, they have recently required extensive maintenance, and the pump station is operating at reduced capacity due to multiple pumps being out of service.  Therefore, additional temporary pumping is required to reduce the solids inventory.  The work includes rental and installation of a diesel driven pump to add capacity to the WAS pump station and rental and installation of a diesel driven pump to convey solids from the Battery A return activated sludge channel to two new contractually required centrifuges.  The temporary pumps will be required until the southwest primary sludge pumping facility is completed.  Due to the critical nature of this change order, this work shall be performed on a time and material basis not to exceed $75,236.15.  The engineer issued correspondence 4848 stating that the Engineering Department would recommend its approval of a directed change order of an extra in the amount not to exceed $75,236.15
This change order is in compliance with the Illinois Criminal Code since the change is due to circumstances not reasonably foreseeable at the time the contract was signed, and are in the best interest of the District.
Item 2: A net credit in the amount of $12,094.23 todelete the demolition work on the 24-inch sludge line in the basement of Area 25.  This change is being made due to the presence of asbestos-containing anti-sweat coating on the 24" existing line, which was not shown on the abatement schedule in the contract documents.  Asbestos containing material has been contractually abated from the 24" pipe adjacent to Concentration Tank 4, where the existing 24" pipe will be replaced with two tees and a spool piece.  The remaining portion of the 24" pipe can remain in place, and thus abatement will not be required.  The work includes the deletion of the removal of the existing 24" sludge line from the dresser coupling near the wall between Concentration Tanks 4 and 6 to the eastern end of the pipe, providing a 24" blind flange on the west end of the pipe to be abandoned in place, and installing a 2" drain with gate valve at the bottom of the abandoned 24" pipe.  The contractor submitted a cost proposal (CCO-184) for an extra in the amount of$7,944.20 and a credit in the amount of $20,038.43, for a net credit in the amount of $12,094.23.  The engineer reviewed the proposal, found it to be reasonable, and stated via correspondence 4829, that the Engineering Department would recommend its approval.
This change order is 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 two change orders to increase Contract 09-176-3P in an amount of $63,141.92 (0.038% of the current contract value), from an amount of $166,350,439.42 to an amount not to exceed $166,413,581.34.
Funds are available in Account 401-50000-645650.
Requested, Catherine O'Connor, Director of Engineering, MVL:ECB
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 August 7, 2014
Attachment