TRANSMITTAL LETTER FOR BOARD MEETING OF AUGUST 12, 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 $155,569.99, from an amount of $30,407,802.48, to an amount not to exceed $30,563,372.47, 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 scheduled contract completion date is February 1, 2011.
As of July 9, 2010, the attached list of change orders has been approved. The effect of these change orders resulted in an increase in the amount of $1,917,802.48 from the original amount awarded of $28,490,000.00. The current contract value is $30,407,802.48. The prior approved change orders reflect a 6.73% increase to the original contract value.
Item 1: A net extra in the amount of $145,326.50 to install a Cold Applied SBS Modified Bituminous Roofing System in lieu of the Coal Tar Roofing System on roofs of the Pump and Blower Building, South-West Coarse Screen Building, Coal Tunnel Stair Enclosure, and Service Tunnel adjacent to the Pump and Blower Building. After contract award, the manufacturer of the Coal Tar Roofing System discontinued the specified roofing product and stated that they will not guarantee the roofs for 20 years, if they are not completely installed by August 31, 2010. It is not possible to complete the installation of roofs under this contract by August 31, 2010. It is imperative that the District maintains the warranty of the roofs for the proper maintenance and integrity of the buildings. Therefore, the engineer determined that a different product, Cold Applied SBS Modified Bituminous Roofing System, with a 20-year warranty, would be acceptable in lieu of the specified system and, in fact, is superior to the Coal Tar Roofing System. The contractor submitted a cost proposal CCO-38 for an extra in the amount of $345,573.80 and a credit in the amount of $200,247.30, for a net extra in the amount of $145,326.50. The engineer reviewed the proposal, found it reasonable, and stated via correspondence 580, 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, and is in the best interest of the District.
Item 2: A net extra in the amount of $10,243.49 to replace two windows and infill two louver wall openings at the east elevation of the Pump and Blower Building. The windows and louvers were not addressed in the contract. These windows need to be replaced and the louvers’ openings filled in with brick. The contractor submitted a cost proposal CCO-18 for an extra in the amount of $10,667.77 and a credit in the amount of $424.28, for a net extra in the amount of $10,243.49. The engineer reviewed the proposal, found it reasonable, and stated via correspondence 574, 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.
It is hereby recommended that the Board of Commissioners authorize the Director of Procurement and Materials Management to execute two change orders to increase Contract 01-198-AD in an amount of $155,569.99 (0.51% of the current contract value), from an amount of $30,407,802.48, to an amount not to exceed $30,563,372.47.
Funds are available in Accounts 101-50000-612680, 401-50000-645680, and 645780.
Requested, Kenneth A. Kits, 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 August 12, 2010
Attachment