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 #: 17-0551    Version: 1
Type: Agenda Item Status: Adopted
File created: 5/10/2017 In control: Procurement Committee
On agenda: 5/18/2017 Final action: 5/18/2017
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 $2,438,890.44, from an amount of $229,413,031.94, to an amount not to exceed $231,851,922.38, Accounts 401-50000-645650, 645780, 645680, Purchase Order 4000020
Attachments: 1. CO LOG 04-128-3P BM 5.18.17.pdf, 2. CO LOG 04-128-3P Continguency BM 5.18.17.pdf, 3. 04-128-3P Presentation for Board

 

TRANSMITTAL LETTER FOR BOARD MEETING OF MAY 18, 2017                    

 

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 $2,438,890.44, from an amount of $229,413,031.94, to an amount not to exceed $231,851,922.38, 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 5, 2017, the attached list of change orders has been approved. The effect of change orders resulted in a net increase in the amount of $4,653,031.94 from the original amount awarded of $224,760,000.00. The current contract value is $229,413,031.94. The prior approved change orders reflect a 2.07% increase to the original contract value.

 

Item 1: An extra in an amount not to exceed $2,270,393.34 to perform additional repairs to the existing steel columns in the Westside Fine Screens and Grit Building. The contract requires that all steel spandrels and lintels be replaced, and the top 2'-4" of the columns be evaluated for condition and replaced, if necessary, under a unit price item included in the contract. During evaluation of the column tops, the engineer determined that the extent of the column corrosion was much more severe than anticipated. Additional masonry openings were created at lower heights on the columns, and extensive corrosion was discovered throughout the entire height of the inspected columns. Therefore, it is necessary to perform additional column repairs. Since it is not possible to determine the extent of the corrosion on the existing columns until the masonry is removed, the engineer has determined that this work will be tracked on a time and material basis with a not to exceed value. The contractor submitted a cost proposal (CCO-081) for an extra in an amount not to exceed $2,270,393.34. The engineer reviewed the proposal, found it to be reasonable, and stated via correspondence 1997, 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.

 

Item 2: An extra in amount of $168,497.10 to raise the top elevations of Junction Chamber (JC) Nos. 1, 4, 5, 6, and 8. This change is being made to allow the primary effluent conduit to be surcharged without overtopping the stop log openings in the top slab of the JC-8, and to prevent leakage from precast manhole sections in JC-1, 4, 5, and 6. During wet weather events, the influent from the Westside portion of the plant is restricted by sluice gates to the NPDES permitted maximum value. The restriction from the gates increases the upstream elevation of primary effluent in the junction chambers. The junction chamber design does not account for this increase in water elevation and needs to be revised accordingly. The scope of work includes raising the elevation of the top slab and walls of JC-8 and modifying the stop logs and replacing the 36" precast manhole risers with 36" cast-in-place manhole risers for JC-1, JC-4, JC-5. The contractor submitted a cost proposal (CCO-070) for an extra in an amount $168,497.10. The engineer reviewed the proposal, found it to be reasonable, and stated via correspondence 2023, 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 two change orders to increase Contract 04-128-3P in an amount of $2,438,890.44 (1.06% of the current contract value), from an amount of $229,413,031.94, to an amount not to exceed $231,851,922.38.

 

Funds are available in Account 401-50000-645780.

 

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 May 18, 2017

 

Attachment