TRANSMITTAL LETTER FOR BOARD MEETING OF MARCH 5, 2015
COMMITTEE ON PROCUREMENT
Mr. David St. Pierre, Executive Director
Title
Authority to increase Contract 06-494-3P Centrifuge Building and Sludge Loading System Upgrades at the Egan Water Reclamation Plant and the Hanover Park Water Reclamation Plant, North Service Area, to IHC Construction Companies, LLC in an amount of $282,722.50, from an amount of $8,907,758.80, to an amount not to exceed $9,190,481.30, Accounts 201-50000-645650, 401-50000-645650 and 645750, Purchase Order 5001400
Body
Dear Sir:
On March 7, 2013, the Board of Commissioners authorized the Director of Procurement and Materials Management to award Contract 06-494-3P Centrifuge Building and Sludge Loading System Upgrades at the Egan Water Reclamation Plant and the Hanover Park Water Reclamation Plant (WRP), North Service Area, to IHC Construction Companies, LLC, in an amount not to exceed $9,044,000.00. The scheduled contract completion date is March 25, 2015.
As of February 20, 2015, the attached list of change orders has been approved. The effect of these change orders resulted in a decrease in an amount of $136,241.20 from the original amount awarded of $9,044,000.00. The current contract value is $8,907,758.80. The prior approved change orders reflect a 1.51% decrease to the original contract value.
Item 1: An extra in the amount of $15,153.00 is necessary to install local safety disconnect switches for six electric actuators related to the silo system at the Dewatering facility at Egan WRP. These safety switches were not in the original contract documents, but are required by the National Electrical Code (NEC). The contractor submitted a cost proposal (CCO-016) for an extra in the amount of $15,153.00. The engineer reviewed the proposal, found it to be reasonable, and stated via correspondence 468, that the Engineering Department would recommend its approval.
Item 2: An extra in the amount of $267,569.50 is necessary for wiring and control changes to the Egan WRP Sludge Loading System. The revisions will reconcile discrepancies between the contract documents and the supplied conduit and wire tabulations, control system points, and local control panel wiring. The majority of the changes are associated with equipment supplied by Schwing, specifically the four sludge silos, the piston pump, and the three slip ring injection pumps. Upon realizing the differences, design staff was able to reconcile the Schwing changes with the original design, and to discover that the original wire and conduit tabulation had not accounted for all equipment being wired. The modifications will allow for the installation and proper operation of the sludge handling equipment being installed on this contract. The contractor submitted a cost proposal (CCO-015) for an extra in the amount of $267,569.50. The engineer reviewed the proposal, found it to be reasonable, and stated via correspondence 478, 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 increase Contract 06-494-3P in an amount of $282,722.50 (3.17% of the current contract value), from an amount of $8,907,758.80, to an amount not to exceed $9,190,481.30.
Funds are available in Accounts 201-50000-645650, 401-50000-645650 and 645750.
Requested, Catherine A. O'Connor, Director of Engineering, MVL:GR
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 March 5, 2015
Attachment