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 #: 10-0224    Version: 1
Type: Agenda Item Status: Adopted
File created: 2/10/2010 In control: Procurement Committee
On agenda: 2/18/2010 Final action: 2/18/2010
Title: Authority to decrease 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 $38,594.82, from an amount of $229,113,513.08, to an amount not to exceed $229,074,918.26, Account 401-50000-645650, Purchase Order 5000954
Attachments: 1. C.O. 07-220-3P

TRANSMITTAL LETTER FOR BOARD MEETING OF FEBRUARY 18, 2010

 

COMMITTEE ON PROCUREMENT

 

Mr. Richard Lanyon, Executive Director

 

Title

Authority to decrease 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 $38,594.82, from an amount of $229,113,513.08, to an amount not to exceed $229,074,918.26, 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 February 5, 2010, the attached list of change orders has been approved.  The effect of these change orders resulted in an increase in the amount of $639,513.08 from the original amount awarded of $228,474,000.00.  The current contract value is $229,113,513.08.  The prior approved change orders reflect a 0.28% increase to the original contract value.

 

Item 1:  A net credit in the amount of $123,444.24, to revise the method of tunnel and primary settling tank foundation preparation and backfill.  In lieu of the foundation specified in the contract documents, a concrete mudslab, geotextile fabric and CA-6 and CA-7 stone will be used.  These changes will provide a more stabilized base for the reinforcement steel used to construct the tunnel and primary settling tanks.  The contractor submitted a cost proposal (COR-6) for a credit in the amount of $741,037.26 and an extra in the amount of $617,593.02, for a net credit in the amount of $123,444.24.  The engineer reviewed the proposal, found it to be reasonable, and stated via correspondence 944, that the Engineering Department would recommend its approval.

 

The above change order is in compliance with the Illinois Criminal Code since the change order is in the best interest of the District, and is authorized by law.

 

Item 2:  An extra in the amount of $25,815.97, to install tracer wire and warning tape, which were not specified in the contract documents, for all buried high density polyethylene (HDPE) pipes.  Copper tracer wire and yellow warning tape will be installed in open cut installation.  Copper tracer wire will be installed where directional drilling has been performed.  A copper wire test station will be installed where pipe segments cannot be accessed through valve vaults or along foundation walls.  Installation of the copper tracer wire, yellow warning flags and the test stations will facilitate the future location of the buried HDPE pipes.  The contractor submitted a cost proposal (COR-25) for an extra in the amount of $25,815.97.  The engineer reviewed the proposal, found it reasonable, and stated via correspondence 1087, that the Engineering Department would recommend its approval.

 

Item 3:  A net extra in the amount of $48,040.43, to change the motor control center feeder conduit sizes.  The three, 3-inch diameter conduits specified in the contract documents are not adequately sized to feed the motor control centers.  Three, 3.5-inch diameter conduits will be installed instead.  The contractor submitted a cost proposal (COR-14) for a credit in the amount of $182,546.39 and an extra in the amount of $230,586.82, for a net extra in the amount of $48,040.43.  The engineer reviewed the proposal, found it reasonable, and stated via correspondence 1105, that the Engineering Department would recommend its approval.

 

Item 4:  An extra in the amount of $10,993.02, for the excavation and disposal of additional material encountered in the Calumet Drive Bypass Road.  The existing subgrade elevations are higher than what was shown in the contract documents.  The contract documents were revised such that the roadway centerline and existing elevations were accurately depicted.  The revised centerline and existing elevations yielded additional roadway excavation and spoils required to be removed.  The contractor submitted a cost proposal (COR-63) for an extra in the amount of $10,993.02.  The engineer reviewed the proposal, found it reasonable, and stated via correspondence 1079, that the Engineering Department would recommend its approval.

 

The above three 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 decrease Contract 07-220-3P in an amount of $38,594.82 (0.02% of the current contract value), from an amount of $229,113,513.08, to an amount not to exceed $229,074,918.26.

 

Funds will be restored to 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 18, 2010

 

Attachment