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 #: 10-0654    Version: 1
Type: Agenda Item Status: Adopted
File created: 5/13/2010 In control: Procurement Committee
On agenda: 5/20/2010 Final action: 5/20/2010
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 $198,085.39, from an amount of $230,172,618.69, to an amount not to exceed $230,370,704.08, Account 401-50000-645650, Purchase Order 5000954
Attachments: 1. Attach 07-220-3P C.O.

TRANSMITTAL LETTER FOR BOARD MEETING OF MAY 20, 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 $198,085.39, from an amount of $230,172,618.69, to an amount not to exceed $230,370,704.08, 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 May 7, 2010, the attached list of change orders has been approved. The effect of these change orders resulted in an increase in the amount of $1,698,618.69 from the original amount awarded of $228,474,000.00. The current contract value is $230,172,618.69. The prior approved change orders reflect a 0.74% increase to the original contract value.

 

Item 1:  An extra in the amount of $39,247.36, to reroute an existing 4-inch water service line to the construction trailers along Tunnel A. The existing 4-inch water service was discovered during excavation for the Tunnel A extension to the new primary settling tanks. The water service line is not shown on the Contract Drawings and is in conflict with the installation of the Tunnel A extension. The water service to the construction trailers is required and the water line needs to be relocated. The contractor submitted a cost proposal (COR-37) for an extra in the amount of $39,247.36. The engineer reviewed the proposal, found it to be reasonable, and stated via correspondence 1385 that the Engineering Department would recommend its approval.

 

Item 2:  A net extra in the amount of $27,748.11, to lower the elevation of the 12 inch reinforced concrete pipe (RCP) connection between catch basin 16 and manhole 89. Also included is deleting the specified 3 foot diameter type “B” catch basin 16 and replacing it with a 5 foot diameter type “A” manhole 16. These revisions are required to mitigate a conflict between the new primary tank effluent conduit and the new RCP storm drain. The contractor submitted a cost proposal (COR-1) for an extra in the amount of $33,213.35 and a credit in the amount of $5,465.24, for a net extra in the amount of $27,748.11. The engineer reviewed the proposal, found it reasonable, and stated via correspondence 1381 that the Engineering Department would recommend its approval.

 

Item 3:  An extra in the amount of $13,120.19, to provide modifications to the East Gate House. The modifications include extending the seamless flooring up the sides of the concrete curbs; covering window mounting brackets on doors, window jambs and sills with 20 gauge pre-finished aluminum trim; installing plastic roller shades on all windows; installing window film on the glazing of exterior doors; installing a sidelight and transom at doors D-100A and D-100B; and adding two lighting fixtures to the northernmost wall of the East Gate House. These items were not included in the Contract Documents and are required to provide a usable installation for the District's police personnel. The contractor submitted a cost proposal (COR-92) for an extra in the amount of $13,120.19. The engineer reviewed the proposal, found it reasonable, and stated via correspondence 1399 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.

 

Item 4:  A net extra in the amount of $117,969.73, to remove and replace an 8 inch non-potable water pipeline. The location of this 8 inch line was incorrectly shown in the contract documents. The actual location of the 8 inch line and accessories is in conflict with the new primary tank effluent flow diversion chamber and must be relocated. As part of the pipeline replacement the following work was also required: removal and replacement of three 8-inch valves and valve vaults, removal of one 4-inch valve and valve vault and replacement with one 4-inch valve and valve box, and removal and replacement of one 6-inch service water hydrant. Also included in the proposal is removing a portion of an unused 4 inch utility line which is in conflict with the diversion chamber installation. This utility line was not shown in the contract documents and must be removed to facilitate the installation of the diversion chamber. Though incorrect, the engineer used the best information available to depict the 8 inch water line location in the contract documents and no information was available indicating the existence of the 4 inch utility line. The contractor submitted a cost proposal (COR-96) for an extra in the amount of $122,366.47, and a credit in the amount of $4,396.74, for a net extra in the amount of $117,969.73.  The engineer reviewed the proposal, found it reasonable, and stated via correspondence 1342 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.

 

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 $198,085.39 (0.09% of the current contract value), from an amount of $230,172,618.69, to an amount not to exceed $230,370,704.08.

 

Funds are available in Account 401-50000-645650.

 

Requested, Kenneth A. Kits, 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 20, 2010

 

Attachment