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 #: 13-1118    Version: 1
Type: Agenda Item Status: Adopted
File created: 9/25/2013 In control: Procurement Committee
On agenda: 10/3/2013 Final action: 10/3/2013
Title: Authority to increase Contract 09-176-3P Sludge Thickening Facilities, Stickney Water Reclamation Plant, to McHugh Construction in an amount of $387,510.05, from an amount of $165,554,571.83, to an amount not to exceed $165,942,081.88, Account 401-50000-645650, Purchase Order 5001115
Attachments: 1. CO 09-176-3P.PDF
TRANSMITTAL LETTER FOR BOARD MEETING OF OCTOBER 3, 2013
 
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 $387,510.05, from an amount of $165,554,571.83, to an amount not to exceed $165,942,081.88, 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, 2015.
 
As of September 20, 2013, the attached list of change orders has been approved. The effect of these change orders resulted in an increase in an amount of $3,322,227.83 from the original amount awarded of $162,232,344.00. The current contract value is $165,554,571.83. The prior approved change orders reflect a 2.05% increase to the original contract value.
 
Item 1: A net credit in the amount of $12,095.07 to delete the tempering 3-way valves and controllers for the hot effluent water in the Area 51 - Predigestion Centrifuge Facility. The new centrifuges do not restrict the hot water feed to a maximum temperature, and the hot water temperature can be controlled at each individual centrifuge. Therefore, the 3-way valves and controllers are not required. The extra portion of the work includes additional as-built drawing revisions. The contractor submitted a cost proposal (CCO-166) for an extra in the amount of $1,666.61 and a credit in the amount of $13,761.68 for a net credit in the amount of $12,095.07. The engineer reviewed the proposal, found it to be reasonable, and stated via correspondence 3977, that the Engineering Department would recommend its approval.
 
Item 2: An extra in the amount of $3,382.50 to perform additional work to remove and reinstall the high-pressure cutoff sensors and discharge valves on Sludge Feed Pumps 4 and 5 in the Area 60 - Sludge Blending Facilities. The valves and sensors were incorrectly oriented in CCO-148. The high pressure sensors should be located upstream of the discharge valves, not downstream as installed. The work is necessary to automatically shut off the pumps when the discharge valve is closed. The contractor submitted a cost proposal (CCO-175) for an extra in the amount of $3,382.50. The engineer reviewed the proposal, found it to be reasonable, and stated via correspondence 3966, that the Engineering Department would recommend its approval.
 
Item 3: A net extra in the amount of $396,222.62 for making modifications to the controls for the Screenings Distribution Conveyors, Washer Compactors, and Diverter Chute in the Area 30 - Gravity Thickening Building. The contract did not include adequate controls and wiring for this equipment and the modifications are required to provide a functional system. The work includes furnishing and installing each Washer Compactor with a reversing starter and wiring the revised controls to the Local Control Panels (LCPs); furnishing and installing overload relays for the Washer Compactors at the Motor Control Center; deleting reversing starters from the Screenings Conveyors and Screenings Distribution Conveyors; furnishing and installing the Screenings Distribution Conveyors controls with automatic control of the Shuttle forward/reverse motors and limit switches; furnishing and installing the Diverter Chute controls with diverter position indicators in the LCP and relays for the Distributed Control System (DCS); wiring the revised Diverter Chute controls to the LCPs; and revisions to the DCS Input/Output points. The contractor submitted a cost proposal (CCO-107) for an extra in the amount of $696,366.51 and a credit in the amount of $300,143.89 for a net extra in the amount of $396,222.62. The engineer reviewed the proposal, found it to be reasonable, and stated via correspondence 4046, 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 germane to the contract.
 
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 $387,510.05 (0.23% of the current contract value), from an amount of $165,554,571.83, to an amount not to exceed $165,942,081.88.
 
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 3, 2013
 
Attachment