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 #: 08-1503    Version: 1
Type: Agenda Item Status: Adopted
File created: 6/12/2008 In control: Procurement Committee
On agenda: 6/19/2008 Final action: 6/19/2008
Title: Authority to increase Contract 03-RFP-03 (73-161-CH) McCook Reservoir Overburden Removal, Lawndale Avenue Solids Management Area, to Walsh Construction Company of Illinois in an amount of $311,556.50, from an amount of $63,306,900.00, to an amount not to exceed $63,618,456.50, Account 401-50000-645620, Purchase Order 5000113
Attachments: 1. CO 03-RFP-03

TRANSMITTAL LETTER FOR BOARD MEETING OF JUNE 19, 2008

 

COMMITTEE ON PURCHASING

 

Mr. Richard Lanyon, General Superintendent

 

Title

Authority to increase Contract 03-RFP-03 (73-161-CH) McCook Reservoir Overburden Removal, Lawndale Avenue Solids Management Area, to Walsh Construction Company of Illinois in an amount of $311,556.50, from an amount of $63,306,900.00, to an amount not to exceed $63,618,456.50, Account 401-50000-645620, Purchase Order 5000113

Body

 

Dear Sir:

 

On September 4, 2003 the Board of Commissioners passed an order authorizing the Purchasing Agent to award Contract 03-RFP-03 (73-161- CH) McCook Reservoir Overburden Removal, Lawndale Avenue Solids Management Area, to Walsh Construction Company of Illinois in an amount not to exceed $58,770.500.00.  The contract terms called for the completion of all work by September 5, 2007.  This contract is still in progress.

 

As of June 9, 2008, the attached list of Change Orders has been approved.  The effect of these Change Orders resulted in an increase in the amount of $4,536,400.00 from the original amount awarded of 58,770,500.00.  The current contract value is 63,306,900.00.  The prior approved Change Orders reflect a 7.72% increase to the original contract value.

 

Item 1: An extra in an amount not to exceed $158,849.61 for the installation and subsequent removal of the temporary access ramp at Lagoon 8.  This work was required to facilitate access to the Stage 1 reservoir while the permanent ramp is temporarily taken out of service by the Army Corps of Engineers to install the grout curtain and slurry wall.

 

The contractor submitted a cost proposal (COR-005) in the amount of $158,849.61.  After reviewing the contractor’s proposal and performing an independent estimate, the District counter-proposed (FL-191) that Walsh include the relocation of protective barriers in the scope of the Change Order and that all the work be performed for the originally proposed cost.  The contractor accepted the District’s counterproposal.  The District now recommends approval for the above extra.

 

Item 2:  An extra in an amount not to exceed $119,650.46 for the removal of grout pipes in Stage 2.  During the Stage 1 Grout Curtain contract, the Army Corps’ contractor, Nicholson Construction Company, installed casing pipes through the overburden for drilling and grouting.  These pipes now need to be removed to enable the contractor to cut the final reservoir slope.

 

The contractor submitted a cost proposal (COR-006) in the amount of $151,758.25.  The contractor revised and resubmitted this proposal upon realizing that removal of the pipe would be less labor intensive than originally estimated.  The revised cost proposal of $119,650.46 was submitted via WC-81.  After reviewing the contractor’s proposal and performing an independent estimate, the District accepted the proposal (FL-193).  The District now recommends approval for the above extra.

 

Item 3:  An extra in an amount not to exceed $33,056.43 for the removal of the concrete work pad in Stage 1.  The concrete work pad was used by the Army Corps’ contractor to facilitate construction of the grout curtain.  The work pad must now be removed to enable the contractor to cut the final reservoir slope.

 

The contractor submitted a cost proposal (COR-008) in the amount of $33,056.43.  After reviewing the contractor’s proposal and performing an independent estimate, the District accepted the proposal (FL-198).  The District now recommends approval for the above extra.

 

All three of these Change Orders are in compliance with the Illinois Criminal Code, since the Change Orders are due to circumstances not reasonably foreseeable, and are in the best interest of the District.

 

It is hereby requested that the Board of Commissioners authorize the Purchasing Agent to execute three Change Orders for increases of $158,849.61, $119,650.46, and $33,056.43, consisting of an increase to Contract 03-RFP-03 in a total amount of $311,556.50 (.5% of the current contract value) from an amount of $63,306,900.00 to an amount not to exceed $63,618,456.50.

 

Funds are available in Account 401-50000-645620

 

Requested, Joseph Sobanski, Chief Engineer, JPS:NV:MVL

Recommended, Darlene A. LoCascio, Purchasing Agent     

Respectfully Submitted, Barbara J. McGowan, Chairman Committee on Purchasing

ORDERED passed by affirmative roll call vote of a majority of the Commissioners present this June 19, 2008.  Approved, President Terrence J. O’Brien

 

Attachment