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 #: 10-0028    Version: 1
Type: Agenda Item Status: Adopted
File created: 1/13/2010 In control: Procurement Committee
On agenda: 1/21/2010 Final action: 1/21/2010
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 $155,950.49, from an amount of $228,825,890.96, to an amount not to exceed $228,981,841.45, Account 401-50000-645650, Purchase Order 5000954
Attachments: 1. C.O. 07-220-3P

TRANSMITTAL LETTER FOR BOARD MEETING OF JANUARY 21, 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 $155,950.49, from an amount of $228,825,890.96, to an amount not to exceed $228,981,841.45, 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 January 8, 2010, the attached list of change orders has been approved.  The effect of these change orders resulted in an increase in the amount of $351,890.96 from the original amount awarded of $228,474,000.00.  The current contract value is $228,825,890.96.  The prior approved change orders reflect a 0.15% increase to the original contract value.

 

Item 1:  A net extra in the amount of $44,519.30 to change the size of the electrical manhole frames and covers from 22-inches to 48-inches in diameter.  The contract documents specify 22-inch diameter electrical manholes and frames.  However, to provide adequate accessibility for maintenance these manholes need to be replaced with 48-inch diameter manholes.  The contractor submitted a cost proposal (COR 41) for a credit in the amount of $3,201.00 and an extra in the amount of $47,720.30 for a net extra in the amount of $44,519.30.  The engineer reviewed the proposal, found it reasonable, and stated via correspondence 919 that the Engineering Department would recommend its approval.

 

Item 2:  An extra in the amount of $62,962.85 to revise the design of the drainage culvert at the East Gate House.  The existing 12-inch diameter culvert pipe is insufficient to provide proper drainage of the proposed site grading for the East Gate House area.  Two parallel 12-inch diameter concrete encased ductile iron pipes are required to provide proper drainage for this area.  The contractor submitted a cost proposal (COR 17) for an extra in the amount of $62,962.85.  The engineer reviewed the proposal, found it reasonable, and stated via correspondence 925 that the Engineering Department would recommend its approval.

 

Item 3:  An extra in the amount of $10,938.75 to revise the design of the drainage at the proposed East Gate House entrance.  A new catch basin and a 12-inch reinforced concrete storm sewer, which were not included in the original contract documents, are required.  Also, the pavement grades need to be adjusted to coincide with the catch basin.  This change is required to provide adequate drainage for the East Gate House entrance.  The contractor submitted a cost proposal (COR 19) for an extra in the amount of $10,938.75.  The engineer reviewed the proposal, found it reasonable, and stated via correspondence 932 that the Engineering Department would recommend its approval.

 

Item 4:  An extra in the amount of $37,529.59 to furnish and install reinforcement rebar in the concrete communication duct bank for the Grit Building.  The reinforcement rebar of the proposed duct bank is not shown in the contract documents.  The rebar is required to provide adequate reinforcement in the concrete conduit.  The contractor submitted a cost proposal (COR 55) for an extra in the amount of $37,529.59.  The engineer reviewed the proposal, found it reasonable, and stated via correspondence 936 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 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 $155,950.49 (0.07% of the current contract value), from an amount of $228,825,890.96, to an amount not to exceed $228,981,841.45.

 

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 21, 2010

 

Attachment