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 #: 15-0974    Version: 1
Type: Agenda Item Status: Adopted
File created: 8/21/2015 In control: Procurement Committee
On agenda: 9/3/2015 Final action: 9/3/2015
Title: Authority to increase Contract 09-176-3P Sludge Thickening Facilities, Stickney Water Reclamation Plant, to McHugh Construction in an amount of $29,531.62, from an amount of $167,217,104.18, to an amount not to exceed $167,246,635.80, Account 401-50000-645650, Purchase Order 5001115
Attachments: 1. CO LOG 09-176-3P, BM 9-3-15.pdf

TRANSMITTAL LETTER FOR BOARD MEETING OF SEPTEMBER 3, 2015

 

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 $29,531.62, from an amount of $167,217,104.18, to an amount not to exceed $167,246,635.80, 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 August 7, 2015, the attached list of change orders has been approved. The effect of these change orders resulted in an increase in an amount of $4,984,760.18 from the original amount awarded of $162,232,344.00. The current contract value is $167,217,104.18. The prior approved change orders reflect a 3.07% increase to the original contract value.

 

Additional work is required to adjust the elevation of the sludge piping in the Area 23 North Side Sludge Pump Station. This change is being made because the existing 20” airlift header from existing concentration tanks 8, 10 and 12 conflicts with the new pump station discharge piping to the lower operating gallery. The contract originally required this airlift header to be removed, as concentration tanks 7 through 12 were to be retired from service. However, the airlift header is now required to remain in place because future Contract 04-132-3P will use tanks 7 through 12 for the new WASSTRIP process. Therefore, the new pump station discharge piping needs to be modified. The contractor submitted a cost proposal (CCO-220) for an extra in the amount of $29,531.62. The engineer reviewed the proposal, found it to be reasonable, and stated via correspondence 5589, that the Engineering Department would recommend its approval.

 

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 is in the best interest of the District.

 

It is hereby recommended that the Board of Commissioners authorize the Director of Procurement and Materials Management to execute a change order to increase Contract 09-176-3P in an amount of $29,531.62 (0.018% of the current contract value), from an amount of $167,217,104.18, to an amount not to exceed $167,246,635.80.

 

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 September 3, 2015

 

Attachment