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 #: 15-1119    Version: 1
Type: Agenda Item Status: Adopted
File created: 9/25/2015 In control: Procurement Committee
On agenda: 10/1/2015 Final action: 10/1/2015
Title: Authority to increase Contract 09-176-3P Sludge Thickening Facilities, Stickney Water Reclamation Plant, to McHugh Construction in an amount of $16,534.12, from an amount of $167,225,804.96, to an amount not to exceed $167,242,339.08, Account 401-50000-645650, Purchase Order 5001115
Attachments: 1. CO LOG 09-176-3P BM 10-1-15.pdf

TRANSMITTAL LETTER FOR BOARD MEETING OF OCTOBER 1, 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 $16,534.12, from an amount of $167,225,804.96, to an amount not to exceed $167,242,339.08, 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 September 18, 2015, the attached list of change orders has been approved. The effect of these change orders resulted in an increase in an amount of $4,993,460.96 from the original amount awarded of $162,232,344.00. The current contract value is $167,225,804.96. The prior approved change orders reflect a 3.08% increase to the original contract value.

 

Item 1: A net credit in the amount of $106,476.07 to delete the demolition and replacement of a portion of City Water Segment 6 and Effluent Water Segment 4 in the Southwest Preliminary Service Tunnel and the A/B and C/D Connecting Service Tunnel. Subsequent to award of this contract, design of Contract 04-132-3D, A/B and C/D Service Tunnel Rehabilitation - Phase Two, was initiated. Contract 04-132-3D will remove and replace all the piping in the existing service tunnels. Thus, it is prudent to eliminate the city water and effluent water replacement from this contract since it is going to be done in Contract 04-132-3D. The contractor submitted a cost proposal (CCO-216) for an extra in the amount of $275.00 and a credit in the amount of $106,751.07, for a net credit in the amount of $106,476.07. The engineer reviewed the proposal, found it to be reasonable, and stated via correspondence 5639, that the Engineering Department would recommend its approval.

 

Item 2: A credit in the amount of $23,173.41 to delete the landscaping and pavement restoration of the area north of the intersection of 6th and B Streets. Future work may be required in this area; therefore, it would be advantageous to perform restoration work after all future work is completed. The scope of work includes deleting the installation of 8" portland cement concrete pavement with 4" asphalt overlay on 6th Street, and deleting landscape restoration in the adjacent area disturbed by construction activities. The contractor submitted a cost proposal (CCO-223) for a credit in the amount of $23,173.41. The engineer reviewed the proposal, found it to be reasonable, and stated via correspondence 5653, that the Engineering Department would recommend its approval.

 

Item 3: An extra in the amount of $146,183.60 to revise the routing of the North Side Sludge (NSS) discharge line and to provide NSS pump station modifications. Subsequent to award of this contract, design of Contract 15-120-3P, Conversion of Old GCTs to the WASSTRIP Process, was initiated. Contract 15-120-3P will reuse some existing gravity concentration tanks and an influent channel, which were to be demolished under this contract. In order to accomplish the reuse of the tanks, the 12” NSS discharge line needs to be relocated from the bottom to the top of the influent channel to allow for proper channel mixing. Piping modifications in the NSS pump station are required to enable routing flow to the WASSTRIP process. The scope of work includes providing additional piping and fittings, a re-designed pipe support system, and large channel bulkheads. The contractor submitted a cost proposal (CCO-225) for an extra in the amount of $146,183.60. The engineer reviewed the proposal, found it to be reasonable, and stated via correspondence 5675, that the Engineering Department would recommend its approval.

 

The above three change orders are in compliance with the Illinois Criminal Code since the changes are due to circumstances not reasonably foreseeable at the time the contract was signed, and are 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 three change orders to increase Contract 09-176-3P in an amount of $16,534.12 (0.01% of the current contract value), from an amount of $167,225,804.96, to an amount not to exceed $167,242,339.08.

 

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 October 1, 2015.

 

Attachment