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 #: 16-0566    Version: 1
Type: Agenda Item Status: Adopted
File created: 5/20/2016 In control: Procurement Committee
On agenda: 6/2/2016 Final action: 6/2/2016
Title: Authority to increase Contract 04-128-3P Westside Primary Settling Tanks 1-9 and Aerated Grit Facility, Stickney Water Reclamation Plant, to IHC Construction and F.H. Paschen/S.N. Nielsen Joint Venture, in an amount of $448,224.00, from an amount of $226,554,519.30, to an amount not to exceed $227,002,743.30, Accounts 401-50000-645650, 645780, 645680, Purchase Order 4000020
Attachments: 1. CO LOG 04-129-3P, BM 6.2.16.pdf, 2. 04-128-3P CO LOG Contingency.pdf

TRANSMITTAL LETTER FOR BOARD MEETING OF JUNE 2, 2016

 

COMMITTEE ON PROCUREMENT

 

Mr. David St. Pierre, Executive Director

 

Title

Authority to increase Contract 04-128-3P Westside Primary Settling Tanks 1-9 and Aerated Grit Facility, Stickney Water Reclamation Plant, to IHC Construction and F.H. Paschen/S.N. Nielsen Joint Venture, in an amount of $448,224.00, from an amount of $226,554,519.30, to an amount not to exceed $227,002,743.30, Accounts 401-50000-645650, 645780, 645680, Purchase Order 4000020

Body

 

Dear Sir:

 

On December 4, 2014, the Board of Commissioners authorized the Director of Procurement and Materials Management to award Contract 04-128-3P Westside Primary Settling Tanks 1-9 and Aerated Grit Facility, Stickney Water Reclamation Plant, to IHC Construction and F.H. Paschen/S.N. Nielsen Joint Venture, in an amount not to exceed $224,760,000.00 plus a five (5) percent allowance for change orders in an amount of $11,238,000.00, for a total amount not to exceed $235,998,000.00.  The scheduled contract completion date is April 6, 2018.

 

As of May 20 2016, the effect of change orders resulted in a net increase in the amount of $1,794,519.30 from the original amount awarded of $224,760,000.00.  The current contract value is $226,554,519.30.  The prior approved change orders reflect a 0.80% increase to the original contract value.

 

An extra in an amount of $448,224.00 is required to relocate and adjust existing piping, mechanical ductwork, lighting, fiber optic, and other miscellaneous wiring and conduits in the existing Westside Service Tunnel.  The contract requires two new 20” sludge pipes to be installed through the 1300 feet of existing service tunnel.  Upon laying out the sludge line routing, numerous existing utilities in the service tunnel differed in location from that indicated on the referenced as-built drawings utilized during design.  Therefore, multiple conflicts with the installation of the new 20” sludge pipes in the service tunnel exist.  In order to facilitate the installation of the pipelines, the interfering utilities need to be relocated.  The contractor submitted a cost proposal (CCO-025) for an extra in an amount of $448,224.00.  The engineer reviewed the proposal, found it to be reasonable, and stated via correspondence 1394, 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 increase Contract 04-128-3P in an amount of $448,224.00 (0.20% of the current contract value), from an amount of $226,554,519.30, to an amount not to exceed $227,002,743.30.

 

Funds are available in Account 401-50000-645650.

 

Requested, Catherine A. 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 June 2, 2016

 

Attachment