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 #: 18-0367    Version: 1
Type: Agenda Item Status: Adopted
File created: 4/6/2018 In control: Procurement Committee
On agenda: 4/19/2018 Final action: 4/19/2018
Title: Authority to decrease 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 $22,326.89, from an amount of $232,300,662.02, to an amount not to exceed $232,278,335.13, Accounts 401-50000-645650, 645780, 645680, Purchase Order 4000020
Attachments: 1. 04-128-3P CO Log BM 4-19-18.pdf, 2. 04-128-3P CO Log Continguency BM 4-19-18.pdf

TRANSMITTAL LETTER FOR BOARD MEETING OF APRIL 19, 2018

 

COMMITTEE ON PROCUREMENT

 

Mr. David St. Pierre, Executive Director

 

Title

Authority to decrease 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 $22,326.89, from an amount of $232,300,662.02, to an amount not to exceed $232,278,335.13, 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 was April 6, 2018.

 

As of March 16, 2018, the attached list of change orders has been approved. The effect of these change orders resulted in an increase in the amount of $7,540,662.02 from the original amount awarded of $224,760,000.00. The current contract value is $232,300,662.02. The prior approved change orders reflect a 3.35% increase to the original contract value.

 

Item 1: A credit in the amount of $100,167.46 to revise the installation of structural glazed face tile (SGFT) in the Aerated Grit Facility. The contractor notified the District that there are inconsistencies between the Room Finish Schedule shown on contract Drawing A-32-26 and the various architectural plan view and section view drawings. In order to rectify a non-uniform installation of SGFT, the engineer has determined that the amount of SGFT utilized in the Aerated Grit Facility can be reduced without negatively affecting the building. Therefore, the 2” SGFT room finish in Stair Towers D and E, the 2” SGFT room finish above elevation +51’-10” in the Grit Processing Area and the Grit Tanks Area shall be deleted from the contract. The contractor submitted a cost proposal (CCO-110) for a credit in an amount of $100,167.46. The engineer reviewed the proposal, found it to be reasonable, and stated via correspondence 2327, that the Engineering Department would recommend its approval.

 

Item 2: A credit in the amount of $120,030.27 to make revisions to the sludge valve vault. Per RFI-327, the contractor noted that, after exploratory excavation near the new sludge valve vault, the underground utilities were located differently than shown on the contract drawings. The engineer determined that modifications would need to be made to the support pile layout and that changes to the structural design of the sludge valve vault would be required to eliminate conflicts with the existing underground utilities. The modifications include revising the concrete sludge valve vault, adjusting the support pile locations to avoid conflicts with the underground utilities, revising the sludge valve vault drain system, revising the location of the stairs, removing the tension struts and removing the sidewalk west of new Column Line 4. Through a cooperative effort between the contractor and the engineer, the design of all these revisions resulted in a credit to the contract. The contractor submitted a cost proposal (CCO-051) for a credit in an amount of $120,030.27. The engineer reviewed the proposal, found it to be reasonable, and stated via correspondence 2372, 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 germane to the contract.

 

Item 3: An extra in the amount of $197,870.84 for additional earthwork required for the construction of the primary settling tanks (PSTs). While excavating for the PSTs, the contractor encountered unsuitable soil and needed to over-excavate to reach soil with the required bearing capacity of 1.5 TSF. After the suitable soil was reached, additional select fill was required to fill in the over-excavation. In the area taken up by the PSTs, unsuitable soil was discovered at several locations. The Unit Price Items Cost Proposal F, Additional Earth Excavation, and Cost Proposal G, Additional Select Fill, were fully utilized to cover a portion of the cost of the additional work. The total allowances of Cost Proposals F and G are $30,000.00 and $35,000.00, respectively. The remaining work is an extra to the contract. The work has been completed. Before the engineer’s determination on the change order, the contractor proceeded at his own risk with this work as determined in his own best interest in executing the overall contract. The engineer has now concluded that this work is a revision to the contract. The contractor submitted a cost proposal (CCO-130) for an extra in an amount of $197,870.84. The engineer reviewed the proposal, found it to be reasonable, and stated via correspondence 2452, 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 three change orders to decrease Contract 04-128-3P in an amount of $22,326.89 (.01% of the current contract value), from an amount of $232,300,662.02, to an amount not to exceed $232,278,335.13.

 

Funds will be restored to Account 401-50000-645780.

 

Requested, Catherine O’Connor, Director of Engineering, 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 April 19, 2018

 

Attachment