Skip to main content


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 #: 25-0547    Version: 1
Type: Agenda Item Status: Adopted
File created: 7/8/2025 In control: Procurement Committee
On agenda: 7/17/2025 Final action: 7/17/2025
Title: Authority to increase Contract 17-135-3V, Roof Replacement of the Lue-Hing M&R Complex, Stickney Water Reclamation Plant, to IHC Construction Companies, L.L.C. in an amount of $318,712.06, from an amount of $11,563,638.59, to an amount not to exceed $11,882,350.65, Account 401-50000-645780, Purchase Order 4000094
Attachments: 1. Change Order Log - Purchase Order 4000094.pdf

TRANSMITTAL LETTER FOR BOARD MEETING OF JULY 17, 2025

 

COMMITTEE ON PROCUREMENT

 

Mr. John P. Murray, Acting Executive Director

 

Title

Authority to increase Contract 17-135-3V, Roof Replacement of the Lue-Hing M&R Complex, Stickney Water Reclamation Plant, to IHC Construction Companies, L.L.C. in an amount of $318,712.06, from an amount of $11,563,638.59, to an amount not to exceed $11,882,350.65, Account 401-50000-645780, Purchase Order 4000094

Body

 

Dear Sir:

 

On December 1, 2022, the Board of Commissioners authorized the Director of Procurement and Materials Management to award Contract 17-135-3V, Roof Replacement of the Lue-Hing M&R Complex, Stickney Water Reclamation Plant, to IHC Construction Companies, L.L.C. in an amount not to exceed $10,909,000.00, plus a five (5) percent allowance for change orders in an amount of $545,450.00.00, for a total amount not to exceed $11,454,450.00. The scheduled contract completion date is January 1, 2026.

 

As of June 27, 2025, the attached list of change orders has been approved.

 

Original Contract Amount                                                               $10,909,000.00

Date of Board Approval                                                               12/1/2022

Cumulative Change Order (6/27/2025)                     $654,638.59

% Change of Original Contract Value                                          6.0%

Current Contract Value                                                               $11,563,638.59

Requested Increase                                                                                    $318,712.06

New Contract Value                                                                                    $11,882,350.65

% Change of Current Contract Value                                          2.76%

Total % Change of Original Contract Value                     8.92%

 

Item 1: An extra in an amount of $157,104.45 is requested to address roof assembly modifications in some areas along the perimeter of the SWRP Laboratory. During construction of the final roofing assembly, it was discovered that additional layers of treated blocking were required in some areas to accommodate the increased thickness of roofing insulation. The heights of the fascia metal and cap in these areas were subsequently increased to cover the new blocking and ensure the building envelope could be made weathertight. Finally, additional roofing work was required to properly strip in and seal the fascia cap in the areas with additional blocking. The work has been completed. Before the engineer’s determination on the change order, the contractor proceeded at his own risk with work as determined in his own best interest in executing the overall contract. The contractor submitted cost proposal (CO-51) for an extra in the amount of $167,493.32 and a credit in the amount of $0.00, for a net extra in the amount of $167,493.32. The engineer reviewed the proposal and submitted a counterproposal for an extra in the amount of $157,104.45 and a credit in the amount of $0.00, for a net extra in the amount of $157,104.45, which was accepted by the contractor and stated, via correspondence CO51, that the Engineering Department would recommend its approval.

 

Item 2: An extra in the amount of $3,740.11 is requested to replace an existing lateral drain line that was filled with tar, as well as replacing two glass 90-degree bends. This work has been completed. Before the engineer’s determination on the change order, the contractor proceeded at his own risk with work as determined in his own best interest in executing the overall contract. The contractor submitted cost proposal (CO-52) for an extra in the amount of $3,740.11 and a credit in the amount of $0.00, for a net extra in the amount of $3,740.11. The engineer reviewed the proposal, found it to be reasonable and stated, via correspondence CO52, that the Engineering Department would recommend its approval.

 

Item 3: An extra in the amount of $59,328.53 is requested to repair three leaks located at the intersection of the West Pedestrian Tunnel and the M&R Lab Cafeteria (Cafeteria). This work was required to eliminate leakage into the building which was preventing installation of new epoxy flooring near the exterior entrance to the Cafeteria. The contractor submitted cost proposal (CO-53) for an extra in the amount of $59,328.53 and a credit in the amount of $0.00, for a net extra in the amount of $59,328.53. The engineer reviewed the proposal, found it to be reasonable and stated, via correspondence CO53, that the Engineering Department would recommend its approval.

 

Item 4: An extra in the amount of $98,538.97 is requested to repair concrete pavement south of the LC254 vestibule, replacement of structurally deficient lintels above the Cafeteria intake louvers, replacement of a non-compliant roof access ladder located above the Cafeteria, and the installation of a new downspout extension at the Trace Metals Lab to manage roof runoff. The changes are required to ensure that the Lue-Hing M&R Complex meets safety and building code standards. The contractor submitted cost proposal (CO-55) for an extra in the amount of $98,538.97 and a credit in the amount of $0.00, for a net extra in the amount of $98,538.97. The engineer reviewed the proposal, found it to be reasonable and stated, via correspondence CO55, that the Engineering Department would recommend its approval.

 

The above four change orders are in compliance with the Illinois Criminal Code since these changes are due to circumstances not reasonably foreseeable at the time the contract was signed and are 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 17-135-3V in an amount of $318,712.06 (2.76% of the current contract value), from an amount of $11,563,638.59, to an amount not to exceed $11,882,350.65.

 

Funds are available in Account 401-50000-645780.

 

Requested, Catherine A. O’Connor, Director of Engineering, CS:GRR

Recommended, Darlene A. LoCascio, Director of Procurement and Materials Management

Respectfully Submitted, Precious Brady-Davis, Chairperson 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 17, 2025

 

Attachment