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 #: 14-1475    Version: 1
Type: Agenda Item Status: Adopted
File created: 12/5/2014 In control: Procurement Committee
On agenda: 12/18/2014 Final action: 12/18/2014
Title: Authority to decrease Contract 06-212-3M Calumet TARP Pumping Station Improvements, Calumet Water Reclamation Plant, to Sollitt/Sachi/Alworth JV in an amount of $20,569.00, from an amount of $35,073,773.00, to an amount not to exceed $35,053,204.00, Account 401-50000-645600, Purchase Order 5001404
Attachments: 1. CO 06-212-3M.pdf
TRANSMITTAL LETTER FOR BOARD MEETING OF DECEMBER 18, 2014
 
COMMITTEE ON PROCUREMENT
 
Mr. David St. Pierre, Executive Director
 
Title
Authority to decrease Contract 06-212-3M Calumet TARP Pumping Station Improvements, Calumet Water Reclamation Plant, to Sollitt/Sachi/Alworth JV in an amount of $20,569.00, from an amount of $35,073,773.00, to an amount not to exceed $35,053,204.00, Account 401-50000-645600, Purchase Order 5001404
Body
 
Dear Sir:
 
On May 2, 2013, the Board of Commissioners authorized the Director of Procurement and Materials Management to award Contract 06-212-3M Calumet TARP Pumping Station Improvements, Calumet Water Reclamation Plant, to Sollitt/Sachi/Alworth JV, in an amount not to exceed $35,067,000.00.  The scheduled contract completion date is May 19, 2018.
 
As of December 5, 2014, the attached list of change orders has been approved.  The effect of these change orders resulted in an increase in an amount of $6,773.00 from the original amount awarded of $35,067,000.00.  The current contract value is $35,073,773.00.  The prior approved change orders reflect a 0.02% increase to the original contract value.
 
This contract includes installation of six pump, motor, and variable frequency drive (VFD) systems at the TARP Pumping Station at Calumet Water Reclamation Plant (WRP).
 
Item 1: Two of the systems will increase from 2500 horsepower (HP) to 6000 HP.  The new electrical conduit was sized as 5" by the design consultant.  However, only 4" conduit is required per Chicago Electrical Code.  The contractor submitted a revised cost proposal (CCO-004) for an extra in the amount of $45,272.00 and a credit in the amount of $72,082.00, for a net credit in the amount of $26,810.00.  The engineer reviewed the proposal, found it to be reasonable, and stated via correspondence 315, that the Engineering Department would recommend its approval.
 
Item 2: The electrical conduits specified for the pump and motor vibration and temperature sensors are undersized for the quantity of cables required.  It is necessary for the conduits to be increased in size to fit the required cables for all six systems.  The contractor submitted a cost proposal (CCO-007) for an extra in the amount of $25,503.00 and a credit in the amount of $19,262.00, for a net extra in the amount of $6,241.00.  The engineer reviewed the proposal, found it to be reasonable, and stated via correspondence 308, that the Engineering Department would recommend its approval.
 
The above two change orders are in compliance with the Illinois Criminal Code since the changes are 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 decrease Contract 06-212-3M in an amount of $20,569.00 (0.06% of the current contract value), from an amount of $35,073,773.00, to an amount not to exceed $35,053,204.00.
 
Funds will be restored to Account 401-50000-645600.
 
Requested, Catherine A. O'Connor, Director of Engineering, MVL:GG
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 December 18, 2014
 
Attachment