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 #: 10-0800    Version: 1
Type: Agenda Item Status: Adopted
File created: 6/30/2010 In control: Procurement Committee
On agenda: 7/8/2010 Final action: 7/8/2010
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 $186,278.10, from an amount of $230,514,590.84 to an amount not to exceed $230,700,868.94, Account 401-50000-645650, Purchase Order 5000954
Attachments: 1. CO 07-220-3P

TRANSMITTAL LETTER FOR BOARD MEETING OF JULY 8, 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 $186,278.10, from an amount of $230,514,590.84 to an amount not to exceed $230,700,868.94, 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 June 18, 2010, the attached list of change orders has been approved.  The effect of these change orders resulted in an increase in the amount of $2,040,590.84 from the original amount awarded of $228,474,000.00.  The current contract value is $230,514,590.84.  The prior approved change orders reflect a 0.89% increase to the original contract value.

 

Item 1:  A net extra in the amount of $26,952.25 to provide structural reinforcement for the concrete dividing wall of the grit building stairwell.  The civil and architectural drawings indicate a concrete dividing wall in stair 1.  However, this dividing wall is not shown on the structural drawings.  The change is being performed to provide the support and reinforcement required for this dividing wall.  The contractor submitted a cost proposal (COR-56) for an extra in the amount of $34,482.99, a credit in the amount of $7,530.74, for a net extra in the amount of $26,952.25.  The engineer reviewed the proposal, found it to be reasonable, and stated via correspondence 1506, that the Engineering Department would recommend its approval.

 

Item 2:  An extra in the amount of $24,675.97 to relocate existing 8-inch city water and effluent water lines, which are in conflict with the new Tunnel A extension.  The contract documents did not provide for these lines to be relocated.  Under this proposal, the portion of the 8- inch city water and 8 -inch effluent water lines in conflict with the Tunnel A extension will be removed and replaced with new 8-inch ductile iron pipe and appurtenances to be routed above the new Tunnel A extension.  The contractor submitted a cost proposal (COR-78) in the amount of $24,675.97. The engineer reviewed the proposal, found it reasonable, and stated via correspondence 1561, that the Engineering Department would recommend its approval.

 

Item 3:  A net extra in the amount of $14,205.24 to revise the alignment and elevations of the yard piping and grit tank plant drains.  The five foot diameter manholes specified in the Contract Documents are not adequately sized for multiple pipe penetrations, and thus yard piping and manhole reconfiguration is required.  Additionally, realignment and adjustment of yard piping and drain piping inverts are required to eliminate conflicts. The contractor submitted a cost proposal (COR-10) for an extra in the amount of $33,594.18 and a credit in the amount of $19,388.94 for a net extra in the amount of $14,205.24The engineer reviewed the proposal, found it reasonable, and stated via correspondence 1563, that the Engineering Department would recommend its approval.

 

Item 4:  A net extra in the amount of $120,444.64 to provide revisions to the route of the fiber optic cables for communication systems to the east gate house and between the administration and centrifuge buildings.  The contractor submitted a cost proposal (COR-83) for an extra in the amount of $175,928.94 and a credit in the amount of $55,484.30 for a net extra in the amount of $120,444.64.  The engineer reviewed the proposal, found it reasonable, and stated via correspondence 1459, that the Engineering Department would recommend its approval.

 

This work is a consolidation of the following four-related fiber optic issues:

 

                     Existing manholes EX-EMH-33 and EX-EMH-34 do not have spare capacity, as shown on the drawings and thus cannot accommodate the new fiber optic cables.  In order to free up capacity for the new fiber optic cables, existing cables that are not being used in these manholes must be removed, and additional fiber optic cables must be installed, in order to create a proper communication network.

 

                     The new fiber optic cables to the east gate house were to come from the new grit building.  However, since the existing main gate house is being demolished in 2010, prior to completion of the grit building, the required in-service date for the permanent communications at the east gate house has been moved up and a new routing for the fiber optic cable must be provided.  The communication systems for the east gate house will come directly from the administration building, which will be routed via Service Tunnel C.

 

                     The new fiber optic cables that transfer the distributed control system, telephone, and data between the administration and centrifuge building are shown on the contract drawings going through manholes EX-EMH-3, EX-EMH-5, and EX-EMH-6, respectively.  However, there is not a direct connection between manholes EX-EMH-5 and EX-EMH-6.  Consequently, the fiber optic cables must be rerouted to go through manholes EX-EMH-6, EX-EMH-3, and EX-EMH-5, respectively, requiring a longer length of fiber optic cable.

 

                     Due to the above field complications, the contractor was unable to complete the installation of the new fiber optic cables before the construction of the Tunnel A extension.  As a consequence the contractor accrued additional costs to temporarily support the existing duct bank and fiber optic cables in the vicinity of the Tunnel A extension, which cannot be decommissioned until the new fiber optic loop is operational.  Also, additional costs are required to selectively remove the duct bank after the Tunnel A extension is installed.

 

The above four 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 $186,278.10 (0.08% of the current contract value) from an amount of $230,514,590.84 to an amount not to exceed $230,700,868.94.

 

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 July 8, 2010

 

Attachment