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 #: 24-0574    Version: 1
Type: Agenda Item Status: Adopted
File created: 6/21/2024 In control: Procurement Committee
On agenda: 7/11/2024 Final action: 7/11/2024
Title: Authority to increase Contract 07-027-3SR North Side Sludge Pipeline Replacement - Section 1, NSA, Rebid, to Joel Kennedy Construction Corp. in an amount of $293,010.81, from an amount of $27,604,063.36, to an amount not to exceed $27,897,074.17, Account 401-50000-645750, Purchase Order 4000091
Attachments: 1. Change Order Log - Purchase Order 4000091.pdf

TRANSMITTAL LETTER FOR BOARD MEETING OF JULY 11, 2024

 

COMMITTEE ON PROCUREMENT

 

Mr. Brian A. Perkovich, Executive Director                    

 

Title

Authority to increase Contract 07-027-3SR North Side Sludge Pipeline Replacement - Section 1, NSA, Rebid, to Joel Kennedy Construction Corp. in an amount of $293,010.81, from an amount of $27,604,063.36, to an amount not to exceed $27,897,074.17, Account 401-50000-645750, Purchase Order 4000091

Body

 

Dear Sir:

 

On June 16, 2022, the Board of Commissioners authorized the Director of Procurement and Materials Management to award Contract 07-027-3SR North Side Sludge Pipeline Replacement - Section 1, NSA, Rebid, to Joel Kennedy Constructing Corp, in an amount not to exceed $27,120,000.00. The scheduled contract completion date is November 7, 2025.

 

As of June 21, 2024, the attached list of change orders has been approved.

 

Original Contract Amount                                                               $27,120,000.00

Date of Board Approval                                                               06/16/2022

Cumulative Change Order (6/21/2023)                     $484,063.36

% Change of Original Contract Value                                          1.78%

Current Contract Value                                                               $27,604,063.36

Requested Increase                                                                                    $293,010.81

New Contract Value                                                                                    $27,897,074.17

% Change of Current Contract Value                                          1.06%

Total % Change of Original Contract Value                     2.87%

 

Item 1: Upon field locating utilities along the route of the new sludge line, the contractor discovered conflicts along Devon Avenue at the locations of five concrete structures. The utility conflicts include a high-pressure gas main, ComEd duct bank, a clay sewer, a storm sewer, and water mains of varying sizes that were in different locations than shown on the plans. To avoid relocation of the utilities, it was determined that the proposed structures and the 20” HDPE sludge pipeline will be relocated 8’ to 10’ to the south on Devon Avenue. Work consists of traffic control installations, work to accommodate the revised detour, and removal and replacement of work areas not specified in the contract documents.

 

The relocation necessitates the adjustment of the proposed 20” HDPE sludge pipeline route, resulting in an expanded scope of excavation work. With the expanded excavation work, there is increased debris disposal and transportation, including increased trucking and labor requirements. The shift in the work area also impacts the restoration work. The original scope of work included restoration of grassed areas on Devon Avenue. With the relocation of the pipeline, restoration now requires pavement underlayment, base coarse, and surface coarse asphalt road resurfacing on Devon Avenue.

 

To relocate the 20” HDPE sludge pipeline both west bound lanes of Devon Avenue will be closed to through traffic and the west bound traffic will be routed to the south lanes of Devon Avenue. The south lanes of Devon Avenue will consist of one lane traveling west bound and one lane traveling east bound. Traffic detours will be implemented for access to side streets along Devon Avenue. Additional traffic control devices such as signage, temporary traffic signals, barricades, road markings and repeated road striping are required to accommodate the revised detour and lane closing. The revised detour also requires the removal and replacement of two concrete medians and the installation and removal of a temporary road on Devon Avenue to facilitate the westbound traffic lane change. The contractor submitted a cost proposal (CO-14) for an extra in the amount of $472,423.74. The engineer reviewed the proposal, found it to be reasonable, and stated via correspondence CO14 that the Engineering Department would recommend its approval.

 

Item 2: Similar to Item 1, upon locating utilities for work associated with the new clean-out and blow-off structure at Sta. 144+31.5, the contractor discovered utility conflicts in the work area. The engineer determined that the sludge line could be relocated and the structure eliminated from the contract scope. Therefore, the District will not pursue construction of the clean-out and blow-off structure at Sta. 144+31.5. The District requested a credit proposal for the cost of labor, materials and equipment used to construct the clean-out and blow-off structure. The contractor submitted a cost proposal (CO-13) for an extra in the amount of $0.00 and a credit in the amount of $179,412.93, for a net credit in the amount of $179,412.93. The engineer reviewed the proposal, found it to be reasonable, and stated via correspondence CO13, 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 increase Contract 07-027-3SR in an amount not to exceed $293,010.81 (1.06% of the current contract value), from an amount of $27,604,063.36, to an amount not to exceed $27,897,074.17.

 

Funds are available in Account 401-50000-645750.

 

Requested, Catherine A. O’Connor, Director of Engineering, KMF:LS

Recommended, Darlene A. LoCascio, Director of Procurement and Materials Management

Respectfully Submitted, Marcelino Garcia, 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, 2024

 

Attachment