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 #: 10-0431    Version: 1
Type: Agenda Item Status: Adopted
File created: 3/24/2010 In control: Procurement Committee
On agenda: 4/1/2010 Final action: 4/1/2010
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 $247,537.46, from an amount of $229,610,728.74 to an amount not to exceed $229,858,266.20, Account 401-50000-645650, Purchase Order 5000954
Attachments: 1. CO 07-220-3P

TRANSMITTAL LETTER FOR BOARD MEETING OF APRIL1, 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 $247,537.46, from an amount of $229,610,728.74 to an amount not to exceed $229,858,266.20, 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, Calumet Water Reclamation Plant, 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 March 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 $1,136,728.74 from the original amount awarded of $228,474,000.00.  The current contract value is $229,610,728.74.  The prior approved change orders reflect a 0.50% increase to the original contract value.

 

Item 1:  A net extra in the amount of $149,830.36, to change the expansion-deflection fittings used on the electrical conduit runs within the grit service tunnels.  The DX model PVC conduit fittings specified in the contract documents are not the District’s standard and are unsatisfactory because these fittings are not appropriate for use with PVC conduit systems, not rated for hazardous areas, and require a neoprene sleeve to be replaced every 15 years.  This change order will provide the conduit fittings necessary for the application and allow an increased amount of deflection and expansion on the PVC coated conduit runs located in the tunnels without requiring additional maintenance.  The contractor submitted a cost proposal (COR-13) for an extra in the amount of $433,094.06 and a credit in the amount of $283,263.70 for a net extra in the amount of $149,830.36.  The engineer reviewed the proposal, found it reasonable, and stated via correspondence 1287, that the Engineering Department would recommend its approval.

 

Item 2:  An extra in the amount of $30,176.92, to make revisions to the control and distributed control system (DCS) rooms in the grit building in order to accommodate all communications and DCS equipment.  The revisions include creating a new telephone closet to the north of the control room to house the telephone node, expanding the control and DCS rooms to the east into the mechanical room, and expanding the DCS room to the north into the control room.  The contractor submitted a cost proposal (COR-94) for an extra in the amount of $30,176.62.  The engineer reviewed the proposal, found it reasonable, and stated via correspondence 1285, 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 $29,137.98, to revise the design of the temporary bypass road.  The subgrade material failed the proof roll tests and is therefore considered unacceptable for the construction of the temporary bypass road.  The unacceptable material will be excavated and replaced with CM-18 stone.  The change will provide a firm foundation for the road.  The contractor submitted a cost proposal (COR-58) for an extra in the amount of $29,137.98.  The engineer reviewed the proposal, found it reasonable, and stated via correspondence 1283, that the Engineering Department would recommend its approval.

 

The above change order is in compliance with the Illinois Criminal Code since the change is due to circumstances that were not reasonably foreseeable at the time the contract was signed.

 

Item 4:  An extra in the amount of $38,392.20 to add an additional tie circuit breaker and accessories to the low voltage switchgear.  Due to a malfunction at the Stickney WRP, the Engineering Department discovered that the Maintenance and Operations Department (M&O) was not able to effectively maintain tie breakers for major switchgear.  By providing an additional tie breaker to the system, M&O will be able to effectively maintain the tie breakers, which will improve the reliability of system.  The contractor submitted a cost proposal (COR-101) for an extra in the amount of $38,392.20.  The engineer reviewed the proposal, found it reasonable, and stated via correspondence 1288, that the Engineering Department would recommend its approval.

 

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

 

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 $247,537.46 (0.11% of the current contract value) from an amount of $229,610,728.74 to an amount not to exceed $229,858,266.20.

 

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 April 1, 2010

 

Attachment