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 #: 10-0221    Version: 1
Type: Agenda Item Status: Deleted
File created: 2/10/2010 In control: Procurement Committee
On agenda: 2/18/2010 Final action: 2/18/2010
Title: Authority to increase Contract 01-198-AD Demolition of Sludge Disposal Building and Rehabilitation of Pump and Blower House and Coarse Screen Building at the Stickney Water Reclamation Plant, to IHC Construction Companies, LLC, in an amount of $25,801.25, from an amount of $30,221,698.85, to an amount not to exceed $30,247,500.10, Accounts 101-50000-612680, 401-50000-645680, and 645780, Purchase Order 5000961
Attachments: 1. C.O. 01-198-AD

TRANSMITTAL LETTER FOR BOARD MEETING OF FEBRUARY 18, 2010

 

COMMITTEE ON PROCUREMENT

 

Mr. Richard Lanyon, Executive Director

 

Title

Authority to increase Contract 01-198-AD Demolition of Sludge Disposal Building and Rehabilitation of Pump and Blower House and Coarse Screen Building at the Stickney Water Reclamation Plant, to IHC Construction Companies, LLC, in an amount of $25,801.25, from an amount of $30,221,698.85, to an amount not to exceed $30,247,500.10, Accounts 101-50000-612680, 401-50000-645680, and 645780, Purchase Order 5000961

Body

 

Dear Sir:

 

On December 18, 2008, the Board of Commissioners authorized the Director of Procurement and Materials Management to award Contract 01-198-AD Demolition of Sludge Disposal Building and Rehabilitation of Pump and Blower House and Coarse Screen Building at the Stickney Water Reclamation Plant, to IHC Construction Companies, LLC, in an amount not to exceed $28,490,000.00.  The contract expires on February 1, 2011.

 

As of February 5, 2010, the attached list of change orders has been approved.  The effect of these change orders resulted in an increase in the amount of $1,731,698.85 from the original amount awarded of $28,490,000.00.  The current contract value is $30,221,698.85.  The prior approved change orders reflect a 6.08% increase to the original contract value.

 

Item 1:  An extra in the amount of $22,022.32 to install an additional fire hydrant south of the Pump and Blower House.  After a fire occurred at the Sludge Disposal Building due to demolition activities on March 19, 2009, it was noted that a fire hydrant does not exist on the south side of the structure and that it would be prudent to have one in this area.  The contractor submitted a cost proposal (COR-5) in the amount of $22,022.32.  The engineer reviewed the proposal, found it reasonable, and stated via correspondence 242, that the Engineering Department would recommend its approval.

 

This change order is in compliance with the Illinois Criminal Code since the change is in the best interest of the District, and is authorized by law.

 

Item 2:  A credit in the amount of $26,471.07 to reroute a low pressure air main in the Pump and Blower House, using a cleaner and less congested route than that shown in the contract drawings.  This less congested route will also minimize shutdown time.  The contractor submitted a cost proposal (COR-7) in the amount of $26,471.07.  The engineer reviewed the proposal, found it reasonable, and stated via correspondence 231 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 as signed.

 

Item 3:  A net extra in the amount of $30,250.00 to increase the thickness of the spray-on liner installed in the Battery A Effluent Conduit from 1/8” to 1/4” and for deleting charges for saw-cutting keyways into the conduit to hold the liner in place.  On August 6, 2009, Board approval was granted to perform structural repairs on the A/B and C/D Service Tunnels and to install a 1/8” thick lining in the Battery A Effluent Conduit to prevent leakage into the tunnels under CCO-4, for a not-to-exceed sum of $1,117,457.22.

 

When pressure washing was performed on the interior of the Battery A Effluent Conduit to prepare it for liner application, a layer of softened concrete was removed, creating a rough and irregular surface.  The concrete was sufficiently rough to lock the liner in place, and the saw-cut keyways were no longer required.  However, the liner thickness was increased to 1/4” to ensure that it would be water-tight.

 

The contractor submitted a cost proposal (CCO-353) for an extra in the amount of $33,000.00 and a credit in the amount of $2,750.00, for a net extra in the amount of $30,250.00 to complete the work.  The engineer reviewed the proposal, found it reasonable, and stated via correspondence 373, that the Engineering Department would recommend its approval.

 

This change order is in compliance with the Illinois Criminal Code since the change is due to circumstances not reasonably foreseeable at the time the contract was signed.

 

It is hereby recommended that the Board of Commissioners authorize the Director of Procurement and Materials Management to execute a change order to increase Contract 01-198-AD in an amount of $25,801.25 (0.09% of the current contract value), from an amount of $30,221,698.85, to an amount not to exceed $30,247,500.10.

 

Funds are available in Accounts 101-50000-612680, 401-50000-645680, and 645780.

 

Requested, Joseph P. Sobanski, Director of Engineering, TEK:JAW

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 February 18, 2010

 

Attachment