TRANSMITTAL LETTER FOR BOARD MEETING OF NOVEMBER 17, 2011
COMMITTEE ON PROCUREMENT
Mr. David St. Pierre, 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 $62,017.03, from an amount of $232,528,778.17, to an amount not to exceed $232,590,795.20, 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 November 4, 2011, the attached list of change orders has been approved. The effect of these change orders resulted in an increase in the amount of $4,054,778.17 from the original amount awarded of $228,474,000.00. The current contract value is $232,528,778.17. The prior approved change orders reflect a 1.77% increase to the original contract value.
Item 1: A net credit in the amount of $6,254.96 to revise the seamless flooring application. The contract specifies the application of seamless flooring and divider strips in the Grit Building loading area and Tunnel Access Pump Station scum rooms. At areas where the seamless flooring comes into contact with the steel products embedded into the concrete floor, the presence of divider strips creates a tripping hazard. Therefore, the seamless flooring application should be modified to address this safety concern by utilizing only the primer coat and topcoat and eliminating the divider strips. The contractor submitted a cost proposal (CCO-178) for an extra in the amount of $4,539.22 and a credit in the amount of $10,794.18 for a net credit in the amount of $6,254.96. The engineer reviewed the proposal, found it to be reasonable, and stated via correspondence 2319, that the Engineering Department would recommend its approval.
This change order is in compliance with the Illinois Criminal Code since the change is germane to the contract.
Item 2: An extra in the amount of $36,527.99 to replace the existing Sludge Building loading dock drainage. The existing 8” drain pipe serving the Sludge Building loading dock has blockages at the north and south ends causing loading dock flooding during rain events. This restricts access to the loading area and interferes with plant operations, and therefore should be repaired. The existing drain pipe should be plugged and abandoned. A new catch basin and a new 8” drain pipe should be installed to convey drainage from the loading dock to an existing storm manhole. Additionally, the pavement and grass areas should be restored per contract requirements. The contractor submitted a cost proposal (CCO-181) for an extra in the amount of $36,527.99. The engineer reviewed the proposal, found it to be reasonable, and stated via correspondence 2366, that the Engineering Department would recommend its approval.
Item 3: An extra in the amount of $20,422.71 to remove and replace a sanitary drain line. An existing sanitary drain that services the Police Sergeant’s office building backed-up recently, partially flooding the building. The investigation of the existing drain line determined that the sanitary pipe had not been damaged by construction activities but that the blockage was caused by a high point in the line created by crossing over an existing steel pipe. To resolve the issue, sections of the sanitary drain line should be removed and replaced with new sections of pipe to provide positive drainage. The contractor submitted a cost proposal (CCO-188) for an extra in the amount of $20,422.71. The engineer reviewed the proposal, found it to be reasonable, and stated via correspondence 2368, that the Engineering Department would recommend its approval.
Item 4: An extra in the amount of $11,321.29 to remove and replace an existing city water line. Upon completion of the contractual city water line replacement work near 6th Street, a leak was discovered as water was introduced into the city water system. The leak occurred on an existing city water line, east of valve vault 36, that crosses under Calumet Drive and is part of a plant loop system. To maintain the Calumet Drive paving schedule, the leaking existing water line needed to be removed and replaced prior to the installation of the new pavement. The contractor submitted a cost proposal (CCO-189) for an extra in the amount of $11,321.29. The engineer reviewed the proposal, found it to be reasonable, and stated via correspondence 2370, 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 due to circumstances 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 $62,017.03 (0.03% of the current contract value) from an amount of $232,528,778.17 to an amount not to exceed $232,590,795.20.
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 November 17, 2011
Attachment