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 #: 10-0324    Version: 1
Type: Agenda Item Status: Adopted
File created: 3/10/2010 In control: Procurement Committee
On agenda: 3/18/2010 Final action: 3/18/2010
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 $313,343.47, from an amount of $229,289,356.10, to an amount not to exceed $229,602,669.57, Account 401-50000-645650, Purchase Order 5000954
Attachments: 1. CO 07-220-3P

TRANSMITTAL LETTER FOR BOARD MEETING OF MARCH 18, 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 $313,343.47, from an amount of $229,289,356.10, to an amount not to exceed $229,602,669.57, 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 March 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 $815,356.10 from the original amount awarded of $228,474,000.00.  The current contract value is $229,289,356.10.  The prior approved change orders reflect a 0.36% increase to the original contract value.

 

Item 1:  A net credit in the amount of $132,572.42, to relocate the remote HVAC motor starters from the classified areas of the grit building and tunnel access pump station buildings to the motor control centers.  The change is being performed to install the remote HVAC motor starters in unclassified areas and avoid the requirement for explosion proof motor starters.  The contractor submitted a cost proposal (COR-22) for a credit in the amount of $553,171.19 and an extra in the amount of $420,598.77, for a net credit in the amount of $132,572.42.  The engineer reviewed the proposal, found it reasonable, and stated via correspondence 1243, that the Engineering Department would recommend its approval.

 

Item 2:  A net extra in the amount of $402,464.70, to provide pipe supports and expansion joints to comply with revised working and maximum pressure ratings for certain process piping systems.  The contract documents specified incorrect pressure ratings for the working pressures of the primary sludge, scum, and effluent water lines.   Furthermore, high pressure air purge connections are specified for the primary sludge and scum lines.  The maximum pressure ratings for these pipes should have matched the pressure rating of the high pressure air system.  Therefore, the changes in the pressure ratings for the piping systems require enhancements to the piping expansion joints and supports.  Also, the maximum pressure of the high pressure air piping was revised from 200 psi to 125 psi, which resulted in a credit for the reduction in the support requirements for the air piping system.  The contractor submitted a cost proposal (COR-28) for an extra in the amount of $552,491.39 and a credit in the amount of $150,026.69, for a net extra in the amount of $402,464.70.  The engineer reviewed the proposal, found it reasonable, and stated via correspondence 1279, that the Engineering Department would recommend its approval.

 

Item 3:  An extra in the amount of $33,615.47, to revise the under slab drain piping in the West Service Tunnel and Tunnel A.  The floor drains were shown on the contract drawings at an elevation which puts the elbow of the drain pipe in conflict with the rebar of the floor slab.  The change is being performed to modify the under slab drainage to avoid interference with the slab reinforcement while maintaining proper slope for drainage.  The contractor submitted a cost proposal (COR-44) for an extra in the amount of $33,615.47.  The engineer reviewed the proposal, found it reasonable, and stated via correspondence 1236, that the Engineering Department would recommend its approval.

 

Item 4:  A net extra in the amount of $9,835.72, to revise the East Gate House concrete pavement and joint configuration.  Due to the height of the culvert installed per Change Order 17, the concrete encasement of the culvert will protrude into the East Gate House concrete pavement, which may cause cracking due to restricting the normal expansion and contraction of the culvert encasement by the concrete pavement.  Expansion joints will be added and construction joints will be reconfigured to reduce the potential for cracking.  The contractor submitted a cost proposal (COR-52) for an extra in the amount of $11,150.96, a credit in the amount of $1,315.24, for a net extra in the amount of $9,835.72.  The engineer reviewed the proposal, found it reasonable, and stated via correspondence 1156, 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 $313,343.47 (0.14% of the current contract value), from an amount of $229,289,356.10, to an amount not to exceed $229,602,699.57.

 

Funds are available in Account 401-50000-645650.

 

Requested, Kenneth A. Kits, Acting 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 18, 2010

 

Attachment