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 #: 10-0995    Version: 1
Type: Agenda Item Status: Adopted
File created: 8/25/2010 In control: Procurement Committee
On agenda: 9/2/2010 Final action: 9/2/2010
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 $131,405.89, from an amount of $231,090,261.36, to an amount not to exceed $231,221,667.25, Account 401-50000-645650, Purchase Order 5000954
Attachments: 1. CO 07-220-3P

TRANSMITTAL LETTER FOR BOARD MEETING OF SEPTEMBER 2, 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 $131,405.89, from an amount of $231,090,261.36, to an amount not to exceed $231,221,667.25, 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, Calumet Water Reclamation Plant, to F.H. Paschen/S.N. Nielsen/IHC Construction, Joint Venture, in an amount not to exceed $228,474,000.00.  The scheduled contract completion date is November 18, 2012.

 

As of August 13, 2010, the attached list of change orders has been approved.  The effect of these change orders resulted in an increase in the amount of $2,616,261.36 from the original amount awarded of $228,474,000.00.  The current contract value is $231,090,261.36.  The prior approved change orders reflect a 1.15% increase to the original contract value.

 

Item 1:  A net extra in the amount of $53,831.44 to revise the flushing connections for eight grit classifiers.  The contract drawings show the grit classifier with a 3-inch drain line and pinch valve coming out of the bottom of the grit classifier hopper for draining.  However, there is no isolation valve indicated on the effluent water supply piping, which is connected to the drain for flushing.  This would cause continuous water flow to the plant drain.  Furthermore, the contract drawings do not require a grit classifier scour line to flush the classifier hopper.  Therefore, additional work is required to provide the necessary scour line connections to the 3-inch effluent water line and to add a 3-inch ball valve to the effluent water line in order to isolate and flush the grit classifier drain.  The contractor submitted a cost proposal (COR-110) for an extra in the amount of $54,482.64 and a credit in the amount of $651.20, for a net extra in the amount of $53,831.44The engineer reviewed the proposal, found it reasonable, and stated via correspondence 1601, that the Engineering Department would recommend its approval.

 

Item 2:  An extra in the amount of $45,767.88 to isolate and dewater a 72-inch reinforced concrete pipe (RCP). In order to perform the work on Diversion Chamber 2, the 72-inch RCP, which connects to this diversion chamber, must be isolated or plant water will back flow into the diversion chamber.  The contract drawings did not make provisions for this isolation.  Therefore, the contractor must provide a temporary stop log bulkhead in the stop log chamber at C Street.  Approximately 1200 feet of the 72-inch RCP will need to be dewatered and once the Diversion Chamber No. 2 work is complete, the stop log bulkhead will be removed.  The contractor submitted a cost proposal (COR-124) in the amount of $45,767.88.  The engineer reviewed the proposal, found it reasonable, and stated via correspondence 1613, that the Engineering Department would recommend its approval.

 

Item 3:  A net extra in the amount of $14,123.93 to revise the electrical conduit penetrations in the Grit Building.  The contract documents dictate that the electrical conduits penetrate the concrete slabs with pipe sleeves.  However, the contract drawings did not accommodate for the large quantity of conduits, which would require a substantial penetration of the concrete slabs at certain areas in the Grit Building, and therefore, preclude the use of pipe sleeves. In lieu of the pipe sleeves, the contractor proposed providing additional slab openings and support beams to facilitate these penetrations.  Additional structural reinforcement will also be required around the slab openings.  Furthermore, the layout of the conduits from Electric Rooms 02 to 15 will block the transfer area between the jib and bridge cranes.  Therefore, the conduit rack needs to be rerouted through the west wall of the electric room, which requires additional wall penetrations.  The contractor submitted a cost proposal (COR-130) for an extra in the amount of $14,564.07 and a credit in the amount of $440.14, for a net extra in the amount of $14,123.93The engineer reviewed the proposal, found it reasonable, and stated via correspondence 1656, that the Engineering Department would recommend its approval.

Item 4:  An extra in the amount of $17,682.64 to perform modifications to scum manholes SC1, SC2, SC3, and SC4.  The contract drawings incorrectly show the existing and new scum discharge piping as a gravity flow system.  The contractor installed the manholes for the new scum piping per the contract drawings and discovered during field installation that the existing system is pressurized.  Therefore, the contractor has submitted a proposal to modify scum manholes SC1, SC2, SC3, and SC4 to be airtight so that they can work with the existing pressurized system.  The contractor submitted a cost proposal (COR-132) in the amount of $17,682.64.  The engineer reviewed the proposal, found it reasonable, and stated via correspondence 1700, that the Engineering Department would recommend its approval.

The above four change orders are in compliance with the Illinois Criminal Code since the changes are germane to the contract.

 

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 $131,405.89 (0.06% of the current contract value), from an amount of $231,090,261.36, to an amount not to exceed $231,221,667.25.

 

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 September 2, 2010

 

Attachment