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 #: 10-0495    Version: 1
Type: Agenda Item Status: Adopted
File created: 4/8/2010 In control: Procurement Committee
On agenda: 4/15/2010 Final action: 4/15/2010
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 $139,202.04, from an amount of $229,858,266.20, to an amount not to exceed $229,997,468.24, Account 401-50000-645650, Purchase Order 5000954
Attachments: 1. CO 07-220-3P

TRANSMITTAL LETTER FOR BOARD MEETING OF APRIL 15, 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 $139,202.04, from an amount of $229,858,266.20, to an amount not to exceed $229,997,468.24, 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 scheduled contract completion date is November 18, 2012.

 

As of April 2, 2010, the attached list of change orders has been approved.  The effect of these change orders resulted in an increase in the amount of $1,384,266.20 from the original amount awarded of $228,474,000.00.  The current contract value is $229,858,266.20.  The prior approved change orders reflect a 0.61% increase to the original contract value.

 

Item 1:  An extra in the amount of $47,744.28, to provide a water service connection along D Street.  The contract drawings do not indicate a connection point between the contractually required new city water main and the existing city water line, which serves the Administration Building at station 4+50. The change is being performed to continue providing water service to the Administration Building.  The contractor submitted a cost proposal (COR-65) for an extra in the amount of $47,744.28. The engineer reviewed the proposal, found it reasonable, and stated via correspondence 1368 that the Engineering Department would recommend its approval.

 

Item 2:  An extra in the amount of $27,086.15 for providing a city water service connection at STA 7+25 to serve the Monitoring and Research Building (M&R).  The contract documents do not indicate a connection to the M&R from the new city water line being installed under the contract.  In order to maintain city water service to the building a connection to the existing line must be made.  This connection includes additional excavation, piping, fittings, and thrust blocks.  The contractor submitted a cost proposal (COR-86) for an extra in the amount of $27,086.15.  The engineer reviewed the proposal, found it reasonable, and stated via correspondence 1303 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 $16,540.31, for relocating water main valves and the respective valve vaults, providing fully restrained ductile iron piping connections between the valves and the existing water mains, and providing thrust blocks.  The relocation is required to avoid interferences with existing utilities including a major electrical duct.  The existing field conditions were found to be different than indicated on the contract drawings. The contractor submitted a cost proposal (COR-49) for an extra in the amount of $16,540.31.  The engineer reviewed the proposal, found it to be reasonable, and stated via correspondence 1113 that the Engineering Department would recommend its approval.

 

Item 4:  An extra in the amount of $47,831.30, for revisions to the installation of the Earth Retention System (ERS) for the support of Lagoon 17.  Change order 30 was approved on September 17, 2009 in the amount of $10,960.44, for extra work to drill nine (9) tie-backs for the ERS at a steeper angle of inclination than originally specified to avoid previously unknown concrete obstructions encountered behind the sheet piling to support Lagoon 17.  However, even at the increased angle of inclination, the contractor could not avoid the concrete obstructions.  The contractor proceeded to drill through the concrete obstructions in order to install the tie-backs for the ERS to support Lagoon 17.  This work has been completed.  Before the engineer’s determination on the change order, the contractor proceeded at his own risk with this work as determined in his own best interest in executing the overall contract. The engineer has now concluded that this work is additional scope to the contract.  The contractor submitted a cost proposal (COR-84) for an extra in the amount of $47,831.30.  The engineer reviewed the proposal, found it reasonable, and stated via correspondence 1318 that the Engineering Department would recommend its approval.

The above two change orders are in compliance with the Illinois Criminal Code since the change is due to circumstances not reasonably foreseeable at the time the contract was signed, and is in the best interest of the District.

 

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 $139,202.04 (0.06% of the current contract value), from an amount of $229,858,266.20, to an amount not to exceed $229,997,468.24.

 

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 15, 2010

 

Attachment