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 #: 10-0576    Version: 1
Type: Agenda Item Status: Adopted
File created: 4/29/2010 In control: Procurement Committee
On agenda: 5/6/2010 Final action: 5/6/2010
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 $166,669.70, from an amount of $229,999,604.19 to an amount not to exceed $230,166,273.89, Account 401-50000-645650, Purchase Order 5000954
Attachments: 1. CO 07-220-3P

TRANSMITTAL LETTER FOR BOARD MEETING OF MAY 6, 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 $166,669.70, from an amount of $229,999,604.19 to an amount not to exceed $230,166,273.89, 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 16, 2010, the attached list of change orders has been approved.  The effect of these change orders resulted in an increase in the amount of $1,525,604.19 from the original amount awarded of $228,474,000.00.  The current contract value is $229,999,604.19.  The prior approved change orders reflect a 0.67% increase to the original contract value.

 

Item 1:  An extra in the amount of $15,817.12, for additional equipment costs associated with an idle crane.  Unknown buried concrete obstructions were encountered during the drilling of tie-backs to support the sheet piling for Lagoon 17.  Work was stopped for a period of eleven days while the District and the contractor worked to find a solution to the problem.  Using alternate methods and approaches, the contractor was able to complete the installation of the tie-backs.  This additional work was previously approved under CORs 30 and 84.  The tie-back installation had to be completed in order to provide a secure trench to install the new 96-inch diameter concrete pipes.  The crane, which was used exclusively for the installation of the 96-inch pipe, sat idle for the eleven days, while the tie-back problem was resolved.  The contractor submitted a cost proposal (COR-62 Revision 1) for an extra in the amount of $15,817.12.  The engineer reviewed the proposal, found it to be reasonable, and stated via correspondence 1047 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, and is in the best interest of the District.

 

Item 2:  An extra in the amount of $12,352.45, for removing existing pavement along Cottage Grove Avenue and installing a bituminous pavement patch.  The contract documents did not detail the pavement connection between the new east gate house road and Cottage Grove Avenue.  Due to the deteriorated conditions of Cottage Grove Avenue, a section of the roadway must be removed and patched in order to properly connect it to the new east gate house entrance road.  The contractor submitted a cost proposal (COR-59 Revision 1) for an extra in the amount of $12,352.45.  The engineer reviewed the proposal, found it reasonable, and stated via correspondence 1127 that the Engineering Department would recommend its approval.

 

Item 3:  A net extra in the amount of $121,172.73, to provide additional pavement removal and replacement to install new effluent water lines in various locations of the plant.  Also included is additional curb and gutter replacement.  The contract documents incorrectly depict portions of the new effluent water lines to be installed in grass covered areas, which are actually paved areas.  Thus, additional work was required to properly restore the pavement after installation of the water lines in these areas. A credit is included for seed and blanket restoration of the incorrectly depicted grass areas. 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-109) for an extra in the amount of $123,922.73, and a credit in the amount of $2,750.00, for a net extra in the amount of $121,172.73.  The engineer reviewed the proposal, found it reasonable, and stated via correspondence 1346 that the Engineering Department would recommend its approval.

 

Item 4:  A net extra in the amount of $17,327.40, to revise the 12 inch reinforced concrete pipe connection between catch basin 17 and manhole 91.  Also included is deleting the specified 3 foot diameter type “B” catch basin and replacing it with a 5 foot diameter type “A” manhole.  These revisions are required to mitigate a conflict between the new stormwater drains and the new primary effluent conduit.   The contractor submitted a cost proposal (COR-3) for an extra in the amount of $23,050.37, and a credit in the amount of $5,722.97, for a net extra in the amount of $17,327.40.  The engineer reviewed the proposal, found it reasonable, and stated via correspondence 1378 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 increase Contract 07-220-3P in an amount of $166,669.70 (0.07% of the current contract value) from an amount of $229,999,604.19 to an amount not to exceed $230,166,273.89.

 

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 May 6, 2010

 

Attachment