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 #: 17-1064    Version: 1
Type: Agenda Item Status: Adopted
File created: 10/6/2017 In control: Procurement Committee
On agenda: 10/19/2017 Final action: 10/19/2017
Title: Authority to increase Contract 15-123-3D Safety Railing Around Tanks, Stickney Water Reclamation Plant, to IHC Construction Companies, LLC and F.H. Paschen, S.N. Nielsen & Associates LLC Joint Venture in an amount of $301,634.31, from an amount of $5,271,460.61, to an amount not to exceed $5,573,094.92, Account 401-50000-645650, Purchase Order 4000038
Attachments: 1. CO Log 15-123-3D.pdf

TRANSMITTAL LETTER FOR BOARD MEETING OF OCTOBER 19, 2017

 

COMMITTEE ON PROCUREMENT

 

Mr. David St. Pierre, Executive Director

 

Title

Authority to increase Contract 15-123-3D Safety Railing Around Tanks, Stickney Water Reclamation Plant, to IHC Construction Companies, LLC and F.H. Paschen, S.N. Nielsen & Associates LLC Joint Venture in an amount of $301,634.31, from an amount of $5,271,460.61, to an amount not to exceed $5,573,094.92, Account 401-50000-645650, Purchase Order 4000038

Body

 

Dear Sir:

 

On July 7, 2016, the Board of Commissioners authorized the Director of Procurement and Materials Management to award Contract 15-123-3D Safety Railing Around Tanks, Stickney Water Reclamation Plant, to IHC Construction Companies, LLC and F.H. Paschen, S.N. Nielsen & Associates LLC Joint Venture, in an amount not to exceed $5,239,000.00. The scheduled contract completion date was October 3, 2017.

 

As of October 6, 2017, the attached list of change orders has been approved. The effect of these change orders resulted in an increase in an amount of $32,460.61 from the original amount awarded of $5,239,000.00. The current contract value is $5,271,460.61. The prior approved change orders reflect a 0.62% increase to the original contract value.

 

Item 1: During the installation of the 95,300 linear feet of new galvanized steel safety railing throughout the primary tanks and aeration tanks, it was noted that some of the 38,120 expansion anchors required to mount the handrail were located in or directly adjacent to cracks in the concrete. The contract required mechanical expansion anchors which are not suitable for this application. In order to properly mount the handrail in this condition, adhesive anchors need to be used. The engineer has determined that 2,500 adhesive anchors are required to be installed in the cracked concrete conditions in lieu of mechanical anchors to secure the handrails safely. Therefore, extra work is required for material and labor costs to install 2,500 adhesive anchors. Credit work includes installation costs for 2,500 mechanical expansion anchors that will not be installed. The contractor submitted a cost proposal (CCO-001) for an extra in the amount of $206,699.30 and a credit in the amount of $18,700.00, for a net extra in the amount of $187,999.30. The engineer reviewed the proposal, found it to be reasonable, and stated via correspondence 99, that the Engineering Department would recommend its approval.

 

Item 2: The contract required 8,900 linear feet of existing handrail located along the South and North walkways of aeration Batteries A and B to be sandblasted and painted. Prior to commencement of the work, the resident engineer reported poor connection conditions for some of the existing handrail post anchors into the concrete. The anchor nuts for the handrail post connections were visibly intact; however, moderate force applied to the post connections displaced the handrail beyond safe conditions and revealed that the handrail fasteners had fully corroded beneath the base plate. The engineer determined that 1,826 linear feet of existing handrail needed to be replaced with new handrail. Credit work included deletion of cleaning and painting work not required. The contractor submitted a cost proposal (CCO-004) for an extra in the amount of $187,877.81 and a credit in the amount of $74,242.80, for a net extra in the amount of $113,635.01. The engineer reviewed the proposal, found it to be reasonable, and stated via correspondence 109, that the Engineering Department would recommend its approval.

 

The above two change orders are in compliance with the Illinois Criminal Code since the changes are due to circumstances not reasonably foreseeable at the time the contract was signed, and are 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 two change orders to increase Contract 15-123-3D in an amount of $301,634.31 (5.72% of the current contract value), from an amount of $5,271,460.61, to an amount not to exceed $5,573,094.92.

 

Funds are available in to Account 401-50000-645650.

 

Requested, Marcella V. Landis, Acting Director of Engineering, ECB:VG

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 19, 2017

 

Attachment