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 #: 10-0089    Version: 1
Type: Agenda Item Status: Adopted
File created: 1/27/2010 In control: Procurement Committee
On agenda: 2/4/2010 Final action: 2/4/2010
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 $126,164.68, from an amount of $228,981,841.45 to an amount not to exceed $229,108,006.13, Account 401-50000-645650, Purchase Order 5000954
Attachments: 1. C.O. 07-220-3P

TRANSMITTAL LETTER FOR BOARD MEETING OF FEBRUARY 4, 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 $126,164.68, from an amount of $228,981,841.45 to an amount not to exceed $229,108,006.13, 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 22, 2010, the attached list of change orders has been approved.  The effect of these change orders resulted in an increase in the amount of $507,841.45 from the original amount awarded of $228,474,000.00.  The current contract value is $228,981,841.45.  The prior approved change orders reflect a 0.22% increase to the original contract value.

 

Item 1:  An extra in the amount of $82,023.74, to revise the grading and storm sewer routing at the East Gate House.  The East Gate House has been constructed according to the architectural contract drawings.  However, the civil contract drawings were in conflict with the architectural drawings and show the curb and side walk elevations to be higher than the finished grade of the building.  New pavement, site grading, a concrete barrier wall, as well as a storm sewer and manhole realignment are necessary to accommodate the revised site grade.  The contractor submitted a cost proposal (COR-36) for an extra in the amount of $82,023.74.  The engineer reviewed the proposal, found it reasonable, and stated via correspondence 1022, that the Engineering Department would recommend its approval.

 

Item 2:  An extra in the amount of $19,278.46, to revise the roofs of the Tunnel Access Pump Stations (TAPS) 1, 2, 3, and 4.  It was discovered during the submittal review process that additional reinforcing steel at the perimeter of the TAPS buildings’ roofs is needed to ensure that no cracks can migrate into the parapets of the buildings.  The contractor submitted a cost proposal (COR-54) for an extra in the amount of $19,278.46.  The engineer reviewed the proposal, found it reasonable, and stated via correspondence 1060 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 germane to the contract as signed.

 

Item 3:  An extra in the amount of $14,714.98, to revise the design of a section of the roadway near the East Gate House.  During excavation, unsuitable soil material below the proposed grade was discovered.  The contractor was instructed to remove all unsuitable material and install fabric and CA-6 stone in its place.  This work was necessary to provide proper roadway foundation for heavy truck traffic.  The contractor submitted a cost proposal (COR-57) for an extra in an amount of $14,714.98.  The engineer reviewed the proposal, found it reasonable, and stated via correspondence 939, that the Engineering Department would recommend its approval.

 

Item 4:  An extra in the amount of $10,147.50, to add work required during the installation of the temporary Earth Retention System (ERS) for the Calumet drive.  The approved design for the ERS was based on the soil borings provided in the contract documents; however, different soil material not indicated in these soil borings were encountered during installation of the ERS.  Therefore, additional grout, tie-back installation, and soil testing is required.  The contractor submitted a cost proposal (COR-73) for an extra in the amount of $10,147.50.  The engineer reviewed the proposal, found it reasonable, and stated via correspondence 1030, 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.

 

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 $126,164.68 (0.06% of the current contract value) from an amount of $228,981,841.45 to an amount not to exceed $229,108,006.13.

 

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 February 4, 2010

 

Attachment