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 #: 15-1173    Version: 1
Type: Agenda Item Status: Adopted
File created: 10/9/2015 In control: Procurement Committee
On agenda: 10/15/2015 Final action: 10/15/2015
Title: Authority to decrease Contract 04-203-4F Final Reservoir Preparation, Thornton Composite Reservoir, Calumet Service Area, to Walsh/II in One, Joint Venture in an amount of $1,412,746.99, from an amount of $50,483,367.95, to an amount not to exceed $49,070,620.96, Account 401-50000-645600, Purchase Order 5001224
Attachments: 1. CO Log 04-203-4F.pdf, 2. Change Order Costs Updated 10-07-2015.pdf

TRANSMITTAL LETTER FOR BOARD MEETING OF OCTOBER 15, 2015

 

COMMITTEE ON Procurement

 

Mr. David St. Pierre, Executive Director                    

 

Title

Authority to decrease Contract 04-203-4F Final Reservoir Preparation, Thornton Composite Reservoir, Calumet Service Area, to Walsh/II in One, Joint Venture in an amount of $1,412,746.99, from an amount of $50,483,367.95, to an amount not to exceed $49,070,620.96, Account 401-50000-645600, Purchase Order 5001224

Body

 

Dear Sir:

 

On December 2, 2010, the Board of Commissioners authorized the Director of Procurement and Materials Management to award Contract 04-203-4F Final Reservoir Preparation, Thornton Composite Reservoir, Calumet Service Area, to Walsh/II in One, Joint Venture, in an amount not to exceed $50,763,937.00. The scheduled contract completion date is November 1, 2015.

 

As of October 2, 2015, the attached list of change orders has been approved. The effect of these change orders resulted in a decrease in an amount of $280,569.05 from the original amount awarded of $50,763,937.00. The current contract value is $50,483,367.95. The prior approved change orders reflect a 0.55% decrease to the original contract value.

 

Item 1: This year, the Metropolitan Water Reclamation District of Greater Chicago (District) negotiated an agreement with Hansen Material Service (HMS) to extend the use of the existing Thornton Transitional Reservoir (TTR), the west lobe of the Thornton Quarry, for an additional five years. This agreement will allow the District to continue to accept flows from Thorn Creek floodwaters through the existing Thorn Creek Diversion Structure and Diversion Tunnel to the TTR while utilizing the newly operational Thornton Composite Reservoir (TCR) exclusively for CSO events. To accommodate this agreement, some of the scope of work being performed under Contract 04-203-4F needs to be deferred to the future, resulting in the following modifications to the contract:

 

                     The existing rock plug in the TCR Upper Connection Tunnel should not be removed.

                     The tunnel plugs and concrete mass to seal the Thorn Creek Diversion Tunnel should not be installed.

                     The demolition of the TTR portal into the west lobe should not be performed.

                     The removal and replacement of valves, gates, and hydraulic equipment in the existing TTR dewatering Valve Chamber, along with associated mechanical and electrical work, is not required.

                     The drip ceiling in the TTR dewatering valve chamber should not be installed.

                     The flow meter in the TCR Connection Tunnel should not be installed.

 

The contractor submitted a cost proposal (CCO-015) for a credit in the amount of $1,504,874.00. The engineer reviewed the proposal, found it to be reasonable, and stated via correspondence 674 that the Engineering Department would recommend its approval.

 

Item 2: The contract documents specify the installation of a water main at the north rim of the TCR, to be used for a fire hydrant at the vehicle wash-down pad. The contractor notified the District that, to allow for a connection to the Village of Thornton's potable water main, the Village plumbing code requires a water meter and a reduced pressure zone (RPZ) backflow preventer in a protective, heated enclosure. These items were not specified in the contract documents. This change order includes installation of the water meter, RPZ valve, heated enclosure, electrical service and removal of abandoned piping encountered near the newly installed utilities. The contractor submitted a cost proposal (CCO-020) for an extra in the amount of $92,127.01. The engineer reviewed the proposal, found it to be reasonable, and stated via correspondence 680 that the Engineering Department would recommend its approval.

 

This change order is in compliance with the Illinois Criminal Code since the change is germane to the contract.

 

It is hereby recommended that the Board of Commissioners authorize the Director of Procurement and Materials Management to execute a change order to decrease Contract 04-203-4F in an amount of $1,412,746.99 (2.80% of the current contract value), from an amount of $50,483,367.95, to an amount not to exceed $49,070,620.96.

 

Funds will be restored to Account 401-50000-645600.

 

Requested, Catherine A. O’Connor, Director of Engineering, WSS:KMF

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 15, 2015

 

Attachments