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 #: 08-1534    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 decrease Contract 93-232-2M, Hydraulic Improvements at the Calumet Water Reclamation Plant to IHC Construction/FHP Techtonics, Joint Venture, in an amount of $586,236.46, from an amount of $120,918,202.12 to an amount not to exceed $120,331,965.66, Accounts 401-50000-645650 and 645750, Purchase Order 5000623
Attachments: 1. 93-232-2M log 6-9-08_0001.pdf

TRANSMITTAL LETTER FOR BOARD MEETING OF JUNE 19, 2008

 

COMMITTEE ON PURCHASING

 

Mr. Richard Lanyon, General Superintendent

 

Title

Authority to decrease Contract 93-232-2M, Hydraulic Improvements at the Calumet Water Reclamation Plant to IHC Construction/FHP Techtonics, Joint Venture, in an amount of $586,236.46, from an amount of $120,918,202.12 to an amount not to exceed $120,331,965.66, Accounts 401-50000-645650 and 645750, Purchase Order 5000623

Body

 

Dear Sir:

 

On October 19, 2006, the Board of Commissioners passed an order authorizing the Purchasing Agent to award Contract 93-232-2M, to IHC Construction/FHP Techtonics, Joint Venture,HCF in an amount not to exceed $120,890,000.00.  This contract expires on April 26, 2010.

 

As of June 5, 2008, the attached list of Change Orders has been approved.  The effect of these Change Orders resulted in an increase in the amount of $28,202.12 from the original amount awarded of $120,890,000.00. The current contract value is $120,918,202.12. The approved Change Orders reflect a 0.02% increase to the original contract value.

 

After further evaluation of the electrical power wiring and equipment specified for the six new raw sewage pumps, being supplied under this contract, the District decided to modify the electrical equipment configuration.  The District requested a proposal from the contractor to eliminate portions of the 13.2 kV and 4.16 kV switchgear, medium voltage variable frequency drives and reduced voltage starters VFD/RUS, and associated equipment items.  The request was initiated to reduce the complexity of the electrical equipment and to reduce future maintenance costs.

 

The contractor submitted a credit proposal (COR-006) in the amount of $586,236.46. The Engineer reviewed the proposal, found it reasonable, and stated via  file letter 417 that the Engineering Department would recommend its approval.

 

The Change Order is in compliance with the Illinois Criminal Code, since this Change Order is germane to the original contract.

 

It is hereby requested that the Board of Commissioners authorize the Purchasing Agent to execute a Change Order to decrease Contract 93-232-2M in an amount of $586,236.46 (0.49% of the current contract value) from an amount of $120,918,202.12 to an amount not to exceed $120,331,965.66.

 

Funds will be restored in Accounts 401-50000-645650 and 645750.

 

Requested, Joseph P. Sobanski, Chief Engineer, JPS:TEK:ECB

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