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 #: 09-1900    Version: 1
Type: Agenda Item Status: Adopted
File created: 12/29/2009 In control: Procurement Committee
On agenda: 1/7/2010 Final action: 1/7/2010
Title: Authority to increase Contract 07-220-3P Primary Settling Tanks and Grit Removal Facilities, Calumet Water Reclamation Plant to F.H. Paschen/S.N. Nielsen/IHC Construction Joint Venture, in an amount of $12,984.90, from an amount of $228,803,139.31 to an amount not to exceed $228,816,124.21, Account 401-50000-645650, Purchase Order 5000954
Attachments: 1. CO 07-220-3P

TRANSMITTAL LETTER FOR BOARD MEETING OF JANUARY 7, 2010

 

COMMITTEE ON PROCUREMENT

 

Mr. Richard Lanyon, Executive Director

 

Title

Authority to increase Contract 07-220-3P Primary Settling Tanks and Grit Removal Facilities, Calumet Water Reclamation Plant to F.H. Paschen/S.N. Nielsen/IHC Construction Joint Venture, in an amount of $12,984.90, from an amount of $228,803,139.31 to an amount not to exceed $228,816,124.21, Account 401-50000-645650, Purchase Order 5000954

Body

 

Dear Sir:

 

On November 6, 2008, the Board of Commissioners authorized the Director of Procurement and Materials Management to award Contract 07-220-3P Primary Settling Tanks and Grit Removal Facilities, to F.H. Paschen/S.N. Nielsen/IHC Construction, Joint Venture (FHP/IHC), in an amount not to exceed $228,474,000.00.  The contract expires on November 18, 2012.

 

As of December 29, 2009, the attached list of change orders has been approved.  The effect of these change orders resulted in an increase in the amount of $329,139.31 from the original amount awarded of $228,474,000.00.  The current contract value is $228,803,139.31.  The prior approved change orders reflect a 0.144% increase to the original contract value.

 

Item 1:  A net extra in the amount of $6,920.60 to revise the low voltage switchgear depicted in the contract drawings.  Revisions to the circuit breakers and panel board are required to improve protective device coordination.  These revisions include replacing circuit breaker trip units, upgrading the rating of the circuit breakers and adding a ground fault indicating circuit breaker to the panel board.  The contractor submitted a cost proposal (COR 024) for a credit in the amount of $25,321.37 and an extra in the amount of $32,241.97 for a net extra in the amount of $6,920.60.  The engineer reviewed the proposal, found it to be reasonable, and stated via correspondence 735 that the Engineering Department would recommend its approval.

 

Item 2:  A net extra in the amount of $3,383.45 to revise the design of the potable water main along C Street.  Changes to the design include the removal of an air release valve and associated valve vault, relocation of two fire hydrants, the addition of a new fire hydrant assembly, the addition of insulation to water main crossings over existing conduits, and the elimination of unnecessary fittings.  These changes are necessary to provide a functional water main system.  The contractor submitted a cost proposal (COR 011) for a credit in the amount of $8,133.60 and an extra in the amount of $11,517.05 for a net extra in the amount of $3,383.45.  The engineer reviewed the proposal, found it reasonable, and stated via correspondence 840 that the Engineering Department would recommend its approval.

 

Item 3:  A net credit in the amount of $9,752.91 to revise the installation of the electric water heaters.  Two water heaters, EWH-2 and EWH-4, will be eliminated from the contract due to safety concerns with installing water heaters in classified areas.  These water heaters are not essential.  Also, included are minor electrical modifications required for EWH-1 and EWH-3 to provide an adequate electrical installation.  The contractor submitted a cost proposal (COR 027) for a credit in the amount of $14,616.03 and an extra in the amount of $4,863.12 for a net credit in the amount of $9,752.91.  The engineer reviewed the proposal, found it reasonable, and stated via correspondence 871 that the Engineering Department would recommend its approval.

 

Item 4:  An extra in the amount of $12,433.76 to provide expansion joints at two locations in the concrete effluent conduit.  This change is being performed to provide expansion joints which are not currently shown on the Contract Documents to prevent the potential for developing cracks in the concrete conduit.  The contractor submitted a cost proposal (COR 026) for an extra in the amount of $12,433.76.  The engineer reviewed the proposal, found it reasonable, and stated via correspondence 896 that the Engineering Department would recommend its approval.

 

The above four change orders are in compliance with the Illinois Criminal Code since the changes are germane to the original contract as signed.

 

It is hereby recommended that the Board of Commissioners authorize the Director of Procurement and Materials Management to execute four change orders to increase Contract 07-220-3P in an amount of $12,984.90 (0.006% of the current contract value) from an amount of $228,803,139.31 to an amount not to exceed $228,816,214.21.

 

Funds are available in Account 401-50000-645650.

 

Requested, Joseph P. Sobanski, Director of Engineering, TEK: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 January 7, 2010

 

Attachment