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 #: 15-0357    Version: 1
Type: Agenda Item Status: Adopted
File created: 3/27/2015 In control: Procurement Committee
On agenda: 4/9/2015 Final action: 4/9/2015
Title: Authority to increase 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 $566,776.55, from an amount of $60,093,131.29 to an amount not to exceed $60,659,897.84, Account 401-50000-645650, Purchase Order 4000005
Attachments: 1. 11-054-3P CO Log Contingency Extra.xlsx, 2. Adjusted Bid Value Report.pdf
TRANSMITTAL LETTER FOR BOARD MEETING OF APRIL 9, 2015
 
COMMITTEE ON PROCUREMENT
 
Mr. David St. Pierre, Executive Director
 
Title
Authority to increase 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 $566,776.55, from an amount of $60,093,131.29 to an amount not to exceed $60,659,897.84, Account 401-50000-645650, Purchase Order 4000005
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 allowance 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 March 20, 2015, the effect of change orders resulted in a net increase in the amount of $193,481.29 from the original amount awarded of $59,899,650.00. The current contract value is $60,093,131.29. The prior approved change orders reflect a 0.32% increase to the original contract value.
 
The engineer has determined that revisions to the Flow Control Structure (FCS)-1 Earth Retention System (ERS) and to the UV facility influent conduit are required. The contractor informed the District that the existing effluent conduit's actual location was found to be north of the location shown in the contract documents. The scope of the extra work requires the construction of an additional 8 lineal feet of 20'x8' concrete influent conduit needed to connect to the existing effluent conduit. Also, the ERS for FCS-1 needs to be re-designed and expanded because it is 8 feet closer to the CTA Yellow Line tracks, resulting in additional excavation and reinforcement. The contractor submitted a cost proposal (CCO-09) for an extra in the amount of $566,776.55. The engineer reviewed the proposal, found it to be reasonable, and stated via correspondence 1005, 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 $566,776.55 from an amount of $60,093,131.29, to an amount not to exceed $60,659,897.84
 
Funds are available in Account 401-50000-645650.
 
Requested, Catherine A. O'Connor, Director of Engineering, MVL:ECB
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 April 9, 2015
Attachment