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 #: 14-0395    Version: 1
Type: Agenda Item Status: Adopted
File created: 4/22/2014 In control: Procurement Committee
On agenda: 5/1/2014 Final action: 5/1/2014
Title: Authorization to utilize contingency funds on Contract 11-054-3P Disinfection Facilities, Terrence J. O’Brien Water Reclamation Plant, to Walsh Construction Company II, LLC in an amount of $177,612.78, Account 401-50000-645650, Purchase Order 4000005 (As revised)
Attachments: 1. CO11-054-3P.pdf
TRANSMITTAL LETTER FOR BOARD MEETING OF MAY 1, 2014      
 
COMMITTEE ON PROCUREMENT
 
Mr. David St. Pierre, Executive Director
 
Title
Authorization to utilize contingency funds on Contract 11-054-3P Disinfection Facilities, Terrence J. O'Brien Water Reclamation Plant, to Walsh Construction Company II, LLC in an amount of $177,612.78, Account 401-50000-645650, Purchase Order 4000005 (As revised)
Body
 
Dear Sir:
 
On August 8, 2013, the Board of Commissioners authorized the Director of Procurement and Materials Management to award Contract 11-054-3P Disinfection Facilities, Terrence J. O'Brien Water Reclamation Plant, to Walsh Construction Company II, LLC., in an amount not to exceed $59,899,650.00 plus a five (5) percent contingency for change orders in an amount of $2,994,982.50, for a total amount not to exceed $62,894,632.50. The scheduled contract completion date is December 19, 2015.
 
As of April 18, 2014, the attached list of change orders has been approved. The effect of these change orders resulted in a decrease in an amount of $1,603.00 from the original amount awarded of $62,894,632.50. The current contract value is $62,893,029.50. The prior approved change orders reflect a 0.0025% decrease to the original contract value.
 
An extra in the amount of $177,612.78 to be added to the allowance item under Cost Proposal E (ComEd) for removal of four (4) existing dead-end poles and associated anchor and guys, removal of two (2) runs of unused overhead wires that now cross the CTA tracks, removal of two (2) existing poles and associated anchor and guys on either side of the FCS-3 location, installation of two (2) new approximately 80-foot poles and associated anchor and guys on either side of the flow control structure #3 (FCS-3) location, installation of one (1) new approximately 75-foot pole and associated anchor and guys on either side west of the FCS-3 location, modifying dead-ends at four (4) locations on either side of the FCS-3 location, removal of existing wire that now crosses the FCS-3 work site, and installation of new wire to cross the FCS-3 work site at a higher elevation.  Cost for initial work completed by ComEd under Cost Proposal E (ComEd) (CCO-004) for future work necessary for the allowance under Cost Proposal E (ComEd) requires $149,622.59 in additional funds for a total extra of $177,612.78 over the contract allowance amount.  The engineer reviewed the proposal, found it to be reasonable, and stated via correspondence 222, 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 a change order to increase Contract 11-054-3P in an amount of $177,612.78 (0.003% of the current contract value).
Funds are available in Account 401-50000-645650.
 
Requested, Catherine A. O'Connor, Director of Engineering, MVL:BB
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 May 1, 2014
 
Attachment