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 #: 10-0425    Version: 1
Type: Agenda Item Status: Adopted
File created: 3/24/2010 In control: Procurement Committee
On agenda: 4/1/2010 Final action: 4/1/2010
Title: Authority to decrease 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 $4,188.12, from an amount of $30,279,348.91 to an amount not to exceed $30,275,160.79, Accounts 101-50000-612680, 401-50000-645680, and 645780, Purchase Order 5000961 (As Revised)
Attachments: 1. CO 01-198-AD

TRANSMITTAL LETTER FOR BOARD MEETING OF APRIL 1, 2010

 

COMMITTEE ON PROCUREMENT

 

Mr. Richard Lanyon, Executive Director

 

Title

Authority to decrease 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 $4,188.12, from an amount of $30,279,348.91 to an amount not to exceed $30,275,160.79, Accounts 101-50000-612680, 401-50000-645680, and 645780, Purchase Order 5000961 (As Revised)

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 March 19, 2010, the attached list of change orders has been approved.  The effect of these change orders resulted in an increase in the amount of $1,789,348.91 from the original amount awarded of $28,490,000.00.  The current contract value is $30,279,348.91.  The prior approved change orders reflect a 6.28% increase to the original contract value.

 

Item 1:  A net extra in the amount of $9,698.48 to replace the lintels above doors and windows of the pump and blower house that were different from the lintels specified in the contract documents.  In addition, several lintels scheduled for replacement were found in good physical condition but needed to be painted.  The contractor submitted a cost proposal (CCO-11) for an extra in the amount of $14,270.52 and a credit in the amount of $4,572.04 for a net extra in the amount of $9,698.48.  The engineer reviewed the proposal, found it reasonable, and stated via correspondence 416, that the Engineering Department would recommend its approval.

 

Item 2:  A credit in the amount of $24,848.03 to place compacted backfill without first installing temporary bracing prior to the demolition of the ferric chloride and oil storage buildings.  The compacted backfill is specified to be installed later in the construction sequence; however, under this proposal, it will be placed prior to the demolition of the building.  The revised method was proposed because it would eliminate the risk of damaging the temporary steel bracing during the demolition work.  The contractor submitted a credit proposal (CCO-9) in the amount of $24,848.03.  The engineer reviewed the proposal, found it reasonable, and stated via correspondence 415, that the Engineering Department would recommend its approval.

 

Item 3:  An extra in the amount of $10,961.43 to install new supports for approximately 335 feet of an existing 2-inch air line and a short length of 3-inch air line.  The air lines are currently supported by an abandoned city water line that is to be demolished under the contract.  The contractor submitted a cost proposal (COR-8) in the amount of $10,961.43.  The engineer reviewed the proposal, found it reasonable, and stated via correspondence 428, 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.

 

It is hereby recommended that the Board of Commissioners authorize the Director of Procurement and Materials Management to execute three change orders to decrease Contract 01-198-AD in an amount of $4,188.12 (0.01% of the current contract value) from an amount of $30,279,348.91 to an amount not to exceed $30,275,160.79.

 

Funds will be restored in Accounts101-50000-612680, 401-50000-645680, and 645780.

 

Requested, Kenneth A. Kits, Acting Director of Engineering, TEK:JKK

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 April 1, 2010

 

Attachment