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 #: 19-1031    Version: 1
Type: Agenda Item Status: Adopted
File created: 10/9/2019 In control: Procurement Committee
On agenda: 10/17/2019 Final action: 10/17/2019
Title: Authority to increase Contract 16-079-3D Rehabilitation of North Branch Pumping Station, NSA, to Path Construction Company, Inc. in an amount of $571,565.17, from an amount of $4,691,900.84, to an amount not to exceed $5,263,466.01, Account 401-50000-645780, Purchase Order 4000060
Attachments: 1. CO Log 16-379-3D BM 10.17.19.pdf

TRANSMITTAL LETTER FOR BOARD MEETING OF OCTOBER 17, 2019

 

COMMITTEE ON PROCUREMENT

 

Mr. Brian A. Perkovich, Executive Director

 

Title

Authority to increase Contract 16-079-3D Rehabilitation of North Branch Pumping Station, NSA, to Path Construction Company, Inc. in an amount of $571,565.17, from an amount of $4,691,900.84, to an amount not to exceed $5,263,466.01, Account 401-50000-645780, Purchase Order 4000060

Body

 

Dear Sir:

 

On August 2, 2018, the Board of Commissioners authorized the Director of Procurement and Materials Management to award Contract 16-079-3D Rehabilitation of North Branch Pumping Station, NSA, to Path Construction Company, Inc., in an amount not to exceed $4,613,450.00, plus a five (5) percent allowance for change orders in an amount of $230,672.50, for a total amount not to exceed $4,844,122.50. The scheduled contract completion date is January 3, 2020.

 

As of October 4, 2019, the attached list of change orders has been approved. The effect of these change orders resulted in an increase in the amount of $78,450.84 from the original amount awarded of $4,613,450.00. The current contract value is $4,691,900.84. The prior approved change orders reflect a 1.70% increase to the original contract value.

 

Item 1: This contract includes underwater concrete repair work which consists of installing new Fiberglass Reinforcing (FRP) Jackets on five (5) deteriorated concrete columns. The contract specifies a column jacket length which extends down to the typical mud level of the river, with the expectation that this would adequately repair the deteriorated areas. However, during construction, heavy rainfalls resulted in excessive operation of the storm discharge pumps, well beyond their typical usage. As a result, the river’s mud level was pushed down several feet, exposing additional column depths which were not accessible during previous inspections by the engineer. Recently, the contractor performed underwater inspections, and it was discovered that the columns have significantly greater deterioration than previously documented in the diver’s original inspection report from 2015. Therefore, it is necessary to extend the length of the FRP jackets to the bottom of the river in order to effectively repair the deteriorated columns and ensure adequate structural support of the pumping station deck. The contractor submitted a cost proposal (CO-5) for an extra in the amount of $479,474.00. The engineer reviewed the proposal, found it to be reasonable, and stated via correspondence C005, that the Engineering Department would recommend its approval.

 

Item 2: Additionally, this contract includes concrete spall repair work and lead abatement/painting work on the walls of the pumping station deck. During construction, it was discovered that certain wall areas were in worse condition than anticipated, as the existing paint had previously masked the condition of concrete. Although unit price items for additional concrete repairs were established in the contract, the available quantities are not sufficient to cover all areas which require repair. These additional areas require repair and repainting in order to adequately rehabilitate the structure. The contractor submitted a cost proposal (CO-3) for an extra in the amount of $92,091.17. The engineer reviewed the proposal, found it to be reasonable, and stated via correspondence C003, 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 16-079-3D in an amount of $571,565.17 (12.18% of the current contract value), from an amount of $4,691,900.84, to an amount not to exceed $5,263,466.01.

 

Funds are available in Account 401-50000-645780.

 

Requested, Catherine A. O’Connor, Director of Engineering, ECB:VPG

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 17, 2019

 

Attachment