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 #: 10-0270    Version: 1
Type: Agenda Item Status: Adopted
File created: 2/24/2010 In control: Procurement Committee
On agenda: 3/4/2010 Final action: 3/4/2010
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 $196,328.60, from an amount of $229,074,918.26 to an amount not to exceed $229,271,246.86, Account 401-50000-645650, Purchase Order 5000954
Attachments: 1. CO 07-220-3P

TRANSMITTAL LETTER FOR BOARD MEETING OF MARCH 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 $196,328.60, from an amount of $229,074,918.26 to an amount not to exceed $229,271,246.86, 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, in an amount not to exceed $228,474,000.00.  The contract expires on November 18, 2012.

 

As of February 19, 2010, the attached list of change orders has been approved.  The effect of these change orders resulted in an increase in the amount of $600,918.26 from the original amount awarded of $228,474,000.00.  The current contract value is $229,074,918.26.  The prior approved change orders reflect a 0.26% increase to the original contract value.

 

Item 1:  An extra in the amount of $11,754.29, to cover the openings around the sluice gates and stop logs in the Grit Building.  Stainless steel grating will be provided to cover four sluice gate openings, and a stainless steel plate cover will be provided to cover the opening for stop log SLI-151 above the sludge wet well.  The change is being performed to provide protective coverings over concrete openings because no grating or plate cover is shown in the contract documents.  The contractor submitted a cost proposal (COR-15) in the amount of $11,754.29.  The engineer reviewed the proposal, found it reasonable, and stated via correspondence 1172 that the Engineering Department would recommend its approval.

 

Item 2:  A net extra in the amount of $11,334.42, to relocate the heat pump units serving the East Gate House.  The contract documents show the heat pumps installed at grade adjacent to the East Gate House.  The heat pumps should be relocated to the roof of the East Gate House in order to avoid damage from vehicular traffic and snow plowing.  The contractor submitted a cost proposal (COR-40) for an extra in the amount of $14,530.03 and a credit in the amount of $3,195.61 for a net extra in the amount of $11,334.42.  The engineer reviewed the proposal, found it reasonable, and stated via correspondence 1152 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 $116,377.38, to remove unsuitable sub-grade material and provide suitable sub-grade material for the Grit Building.  During excavation, it was discovered that the existing soil material was insufficient for use as an acceptable sub-grade material.  Although numerous soil borings were taken during design work, this pocket of unsuitable material was not in the area of any soil borings.  This unacceptable material has been excavated below the proposed foundation grade and a fabric liner and CA-6 stone installed in the void area.  This change was performed to provide an adequate foundation for the construction of the new Grit Building.  The contractor submitted a cost proposal (COR-95) in the amount of $116,377.38.  The engineer reviewed the proposal, found it reasonable, and stated via correspondence 1157 that the Engineering Department would recommend its approval.

 

Item 4:  An extra in the amount of $56,862.51, to remove unacceptable sub-grade material discovered below the proposed foundation grade for the East Primary Settling Tanks.  Although numerous soil borings were taken during design work, this pocket of unsuitable material was not in the area of any soil borings.  The existing unacceptable material has been excavated, and a fabric liner and CA-6 stone has been installed in the void area.  The change was performed to provide a proper sub-grade foundation for the East Primary Settling Tanks.  The contractor submitted a cost proposal (COR-89) in the amount of $56,862.51.  The engineer reviewed the proposal, found it reasonable, and stated via correspondence 1136 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 $196,328.60 (0.09% of the current contract value) from an amount of $229,074,918.26 to an amount not to exceed $229,271,246.86.

 

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 March 4, 2010

 

Attachment