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 #: 15-0886    Version: 1
Type: Agenda Item Status: Adopted
File created: 7/27/2015 In control: Procurement Committee
On agenda: 8/6/2015 Final action: 8/6/2015
Title: Authority to increase Contract 10-880-3H, TARP Control Structure Rehabilitation, North Service Area, Stickney Service Area, and Calumet Service Area, in an amount not to exceed $149,400.55, from an amount of $15,304,268.74 to an amount not to exceed $15,453,669.29, Account 401-50000-601440, Purchase Order 4000009
Attachments: 1. CO Log 10-880-3H BM_8-6-15.pdf

TRANSMITTAL LETTER FOR THE BOARD MEETING OF AUGUST 6, 2015

 

COMMITTEE ON PROCUREMENT

 

Mr. David St. Pierre, Executive Director

 

Title

Authority to increase Contract 10-880-3H, TARP Control Structure Rehabilitation, North Service Area, Stickney Service Area, and Calumet Service Area, in an amount not to exceed $149,400.55, from an amount of $15,304,268.74 to an amount not to exceed $15,453,669.29, Account 401-50000-601440, Purchase Order 4000009

Body

 

Dear Sir:

 

On December 5, 2013, the Board of Commissioners authorized the Director of Procurement and Materials Management to award Contract 10-880-3H, TARP Control Structure Rehabilitation, North Service Area, Stickney Service Area, and Calumet Service Area, in an amount not to exceed $15,130,500.00. The scheduled contract completion date is August 22, 2016.

 

As of July 10, 2015, the attached list of change orders has been approved. The effect of these change orders resulted in an increase in the amount of $173,768.74 from the original amount of $15,130,500.00. The current contract value is $15,304,268.74. The prior approved change orders reflect a 1.15% net increase to the original value.

 

Part of the subject contract work included replacement of twelve (12) control structure access hatches on the Upper Des Plaines TARP system. This work included concrete removal, placement of new concrete for the upper access hatch, installation of a new access hatch, and the installation of water stops to prevent infiltration at the concrete cold joints and access hatch casting. Water stops were specified to be installed at the interface of existing and new concrete as well as beneath the rim of the new access hatch casting in an attempt to minimize future infiltration.

 

On March 4, 2015, the contractor reported to the Metropolitan Water Reclamation District of Greater Chicago (District) that substantial cracks had been observed on the new concrete at all the completed access hatch replacement locations. The cracks occurred at the perimeter of the hatch frame as well as through the new portions of the concrete shaft walls. The cracking and spalling is substantial enough to require complete removal and replacement of the newly completed work. The Engineering Department believes that the concrete cracking and spalling is the result of the expansion of the upper water stop located beneath the rim of the hatch, and must be corrected.  The design has been revised to prevent further damage while maintaining maximum infiltration protection. The contractor submitted a cost proposal (CCO-021) for an extra in the amount of $149,400.55. The engineer reviewed the proposal, found it to be reasonable, and stated via correspondence 273, 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 10-880-3H in the amount of $149,400.55 (0.98% of the current contract value), from an amount of $15,304,268.74, to an amount not to exceed $15,453,669.29.

 

Funds are available in Account 401-50000-601440.

 

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 August 6, 2015

 

Attachment