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 #: 10-0706    Version: 1
Type: Agenda Item Status: Adopted
File created: 5/27/2010 In control: Procurement Committee
On agenda: 6/3/2010 Final action: 6/3/2010
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 $64,254.36, from an amount of $230,371,774.93 to an amount not to exceed $230,436,029.29, Account 401-50000-645650, Purchase Order 5000954
Attachments: 1. CO 07-220-3P

TRANSMITTAL LETTER FOR BOARD MEETING OF JUNE 3, 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 $64,254.36, from an amount of $230,371,774.93 to an amount not to exceed $230,436,029.29, 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 21, 2010, the attached list of change orders has been approved.  The effect of these change orders resulted in an increase in the amount of $1,897,774.93 from the original amount awarded of $228,474,000.00.  The current contract value is $230,371,774.93.  The prior approved change orders reflect a 0.83% increase to the original contract value.

 

Item 1:  A net credit in the amount of $12,334.74, to revise the valve used on the air diffuser drop leg flange on the air main for the aerated grit system from a lugged style valve to a wafer style valve.  This change is required to allow the drop leg air diffuser pipe to be removed for maintenance.  The contractor submitted a cost proposal (COR-38) for an extra in the amount of $68,587.64 and a credit in the amount of $80,922.38, for a net credit in the amount of $12,334.74.  The engineer reviewed the proposal, found it reasonable, and stated via correspondence 1466 that the Engineering Department would recommend its approval.

 

Item 2:  An extra in the amount of $22,120.68, to provide modifications to the concrete sidewalks at the perimeters of the Tunnel Access Pump Station 1 (TAPS1), TAPS2, TAPS3 and TAPS4 buildings.  Due to discrepancies between the architectural and structural drawings, there is a consistent 2 inch overhang of the pre-cast concrete wall over the edge of the foundation slab around the perimeter of each TAPS building.  To remedy this overhang, a concrete lip and expansion joint will be constructed at the edge of the sidewalks flush with the underside of the pre-cast concrete walls.  The contractor submitted a cost proposal (COR-72) for an extra in the amount of $22,120.68.  The engineer reviewed the proposal, found it reasonable, and stated via correspondence 1473 that the Engineering Department would recommend its approval.

 

Item 3:  A net extra in the amount of $40,941.56, to modify various drain lines and force mains from the new Grit Building and the four Tunnel Access Pump Stations (TAPS).  The work includes changing four 12” diameter Reinforced Concrete Pipe (RCP) drain lines to 6” diameter Ductile Iron (DI) drain lines, changing four 12” diameter RCP drain lines to 12” diameter DI drain lines, changing one 24” diameter RCP overflow line to a 24” diameter DI overflow line, extending the 6” sanitary drain force main from the four TAPS to the associated drain manholes, and extending the 4” sump pump discharge force main from the four TAPS to the associated drain manholes.  The work is required because the contract documents contained discrepancies between the process and civil drawings pertaining to drain line sizes and materials of construction.  Also, the contract documents did not dictate a connection for the sanitary and sump pump discharges to the associated drain manholes.  The contractor submitted a cost proposal (COR-88) for an extra in the amount of $59, 921.71 and a credit in the amount of $18,980.15, for a net extra in the amount of $40,941.56.  The engineer reviewed the proposal, found it to be reasonable, and stated via correspondence 1414 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:  An extra in the amount of $13,526.86, to repair an existing utility line damaged during the installation of the city water piping at station 4+50 along D Street.  The active communication cable provides telephone services to the guard house.  The active communication cable was not shown in the Contract Documents and was not expected to be encountered at this location.  The change is being provided to repair the damaged communication cable and return telephone service to the guard house.  The contractor submitted a cost proposal (COR-68) for an extra in the amount of $13,526.86.  The engineer reviewed the proposal, found it reasonable, and stated via correspondence 1455 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 $64,254.36 (0.03% of the current contract value) from an amount of $230,371,774.93 to an amount not to exceed $230,436,029.29.

 

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 June 3, 2010

 

Attachment