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 #: 13-0769    Version: 1
Type: Agenda Item Status: Adopted
File created: 7/3/2013 In control: Procurement Committee
On agenda: 7/11/2013 Final action: 7/11/2013
Title: Authority to decrease Contract 08-171-3P Westside Imhoff Battery A and Skimming Tank Demolition, Stickney Water Reclamation Plant to Sollitt/Sachi/Alworth JV, in an amount of $37.00, from an amount of $41,577,080.74, to an amount not to exceed $41,577,043.74, Account 401-50000-645650, Purchase Order 5001182
Attachments: 1. CO 08-171-3P.PDF
TRANSMITTAL LETTER FOR BOARD MEETING OF JULY 11, 2013
 
COMMITTEE ON PROCUREMENT
 
Mr. David St. Pierre, Executive Director
 
Title
Authority to decrease Contract 08-171-3P Westside Imhoff Battery A and Skimming Tank Demolition, Stickney Water Reclamation Plant to Sollitt/Sachi/Alworth JV, in an amount of $37.00, from an amount of $41,577,080.74, to an amount not to exceed $41,577,043.74, Account 401-50000-645650, Purchase Order 5001182
Body
 
Dear Sir:
 
On August 12, 2010, the Board of Commissioners authorized the Director of Procurement and Materials Management to award Contract 08-171-3P Westside Imhoff Battery A and Skimming Tank Demolition, to Sollitt/Sachi/Alworth JV, in an amount not to exceed $32,848,000.00.  The scheduled contract completion date was December 28, 2012.
 
As of June 21, 2013, the attached list of change orders has been approved.  The effect of these change orders resulted in an increase in the amount of $8,729,080.74 from the original amount awarded of $32,848,000.00.  The current contract value is $41,577,080.74.  The prior approved change orders reflect a 26.57% increase to the original contract value.
 
Item 1:  A credit in the amount of $26,782.00 to revise the Imhoff Battery "A" Effluent Conduit bulkhead installations.  The interior "high" bulkhead walls that extend to EL. 36'-0", as shown on the drawings, can be omitted if demolition of the existing effluent channel top slab at EL 17-6" and the installation of the bulkhead are both performed during the same shutdown.  The intent of the extension of the new walls to EL 36'-0" was to allow demolition work for the existing effluent channel top slab at EL 17-6" to be performed after the shutdown.  The contractor's means and methods include the demolition of the existing effluent channel top slab and the installation of the bulkhead during the same shutdown.  Thus, the construction of the 16" thick shaft wall extensions from EL 17-6" to EL 36'-0" on the existing effluent channel and the subsequent demolition can be deleted from the contract.  In addition, the smaller concrete bulkhead on the effluent channel branch is not required and can be deleted.  This 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 and adhering to the contract schedule.  The contractor submitted a cost proposal (CCO-034) for a credit in the amount of $26,782.00.  The engineer reviewed the proposal, found it to be reasonable, and stated via correspondence 965 that the Engineering Department would recommend its approval.
 
Item 2:  An extra in the amount of $26,745.00 to address exfiltration from the existing 4'-6" x 4'-6" Return Sewage Conduit adjacent to the Westside Fine Screens and Grit Building.  The conduit is still live, as it remains connected to Skimming Tanks 9-16.  There is a leak in the conduit near an area where improvements, under this and future contracts, are scheduled to take place.  The contract required one bulkhead to be installed at elevation +4.0', close to the confluence of flow from Skimming Tanks 9-16.  The District's response to RFI-145 allowed the bulkhead to be moved to a point further north, and higher in elevation (approximately +13.0') at the request of the contractor, due to safety concerns.  It has been determined that the conduit is leaking from a point upstream of the bulkhead. Exfiltration caused by this leak has compromised the soil integrity in the vicinity, and necessitates an additional bulkhead in order to complete the contract work.  RFQ-064 compensates the contractor for installing a bulkhead in the revised location and for removal of grit present in the conduit which was not noted in the contract.  This 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 and adhering to the contract schedule.  The contractor submitted a cost proposal (CCO-064) for an extra in the amount of $26,745.00.  The engineer reviewed the proposal, found it to be reasonable, and stated via correspondence 1011 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 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 two change orders to decrease Contract 08-171-3P in an amount of $37.00 (0.0001% of the current contract value) from an amount of $41,577,080.74 to an amount not to exceed $41,577,037.74.
 
Funds will be restored to Account 401-50000-645650.
 
Requested, Catherine 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 July 11, 2013
 
Attachment