TRANSMITTAL LETTER FOR BOARD MEETING OF MAY 7, 2020
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 $63,345.70, from an amount of $5,363,466.01, to an amount not to exceed $5,426,811.71, 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 September 6, 2020.
As of March 6, 2020, the attached list of change orders has been approved. The effect of these change orders resulted in an increase in the amount of $750,016.01 from the original amount awarded of $4,613,450.00. The current contract value is $5,363,466.01. The prior approved change orders reflect a 16.3% increase to the original contract value.
Item 1: A net extra in the amount of $53,165.20 for utilizing a 550-ton crane and alternate staging location in lieu of a 350-ton crane in the staging area identified in the contract documents. The contract included the removal of three sluice gates, frames and their associated actuators from the deck of the North Branch Pumping Station. Based on the estimated weights of the sluice gates and the contractor’s evaluation of the area shown as the proposed staging area, it was determined that the location would not be able to support the 350-ton crane that the contractor had initially planned to use. As a result, the contractor had to utilize a 550-ton crane at an alternate location in order to perform the removal work. 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 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 (CO-11) for an extra in the amount of $68,455.20 and a credit in the amount of $15,290.00 for a net extra in the amount of $53,165.20. The engineer reviewed the proposal, found it to be reasonable, and stated via correspondence CO11, that the Engineering Department would recommend its approval.
Item 2: An extra in the amount of $10,180.50 for formwork design. This contract includes partial depth concrete spall repair work on the pumping station deck. During construction, it was discovered that the concrete deck was in worse condition than anticipated and full depth concrete repairs would be required in lieu of the partial depth repairs specified in the base contract documents. A request for proposal (RFP) was issued to the contractor to perform full depth repairs on the concrete deck. Upon review of the proposal, the engineer determined that pursuing the change order would be economically unfeasible and that the concrete deck should be replaced in its entirety under a new contract. The contractor was notified that the RFP was canceled. Prior to notification, the contractor hired a consultant to perform the formwork design for full depth concrete repairs and has initiated a claim for the incurred costs. 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 best interest in executing the overall contract. The contractor submitted a cost proposal (CO-08) for an extra in the amount of $10,180.50. The engineer reviewed the proposal, found it to be reasonable, and stated via correspondence CO08, that the Engineering Department would recommend its approval.
Due to the aggregate amounts of all change orders being equal to 10% or greater of the original contract value an increase in the goals will apply in accordance with the Affirmative Action Ordinance Revised Appendix D, Section 14(j).
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 $63,345.70 (1.2% of the current contract value), from an amount of $5,363,466.01, to an amount not to exceed $5,426,811.71.
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 May 7, 2020
Attachment