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 #: 26-0111    Version: 1
Type: Agenda Item Status: Adopted
File created: 2/5/2026 In control: Procurement Committee
On agenda: 2/19/2026 Final action: 2/19/2026
Title: Authority to increase Contract 19-542-3MR Central Boiler Facility and Electrical Updates, Hanover Park Water Reclamation Plant, Rebid, to IHC Construction Companies, LLC in an amount of $39,217.43, from an amount of $14,478,975.88, to an amount not to exceed $14,518,193.31, Account 401-50000-645650, Purchase Order 4000081
Attachments: 1. Change Order Log - Purchase Order 4000081.pdf

TRANSMITTAL LETTER FOR BOARD MEETING OF FEBRUARY 19, 2026

 

COMMITTEE ON PROCUREMENT

 

Mr. John P. Murray, Executive Director

 

Title

Authority to increase Contract 19-542-3MR Central Boiler Facility and Electrical Updates, Hanover Park Water Reclamation Plant, Rebid, to IHC Construction Companies, LLC in an amount of $39,217.43, from an amount of $14,478,975.88, to an amount not to exceed $14,518,193.31, Account 401-50000-645650, Purchase Order 4000081

Body

 

Dear Sir:

 

On November 4, 2021, the Board of Commissioners authorized the Director of Procurement and Materials Management to award Contract 19-542-3MR Central Boiler Facility and Electrical Updates, Hanover Park Water Reclamation Plant, Rebid, to IHC Construction Companies, LLC, in an amount not to exceed $13,760,000.00, plus a five (5) percent allowance for change orders in an amount of $688,000.00, for a total amount not to exceed $14,448,000.00. The scheduled contract completion date is December 31, 2026.

 

As of February 6, 2026, the attached list of change orders has been approved.

 

Original Contract Amount                     $13,760,000.00

Date of Board Approval                     11/4/2021

Cumulative Change Order (2/6/2026)                     $718,975.88

% Change of Original Contract Value                     5.23%

Current Contract Value                     $14,478,975.88

Requested Increase                     $39,217.43

New Contract Value                     $14,518,193.31

% Change of Current Contract Value                     0.27%

Total % of Change of Original Contract Value                     5.51%

 

Item 1: A net extra in the amount of $91,012.48 is requested as the engineer has determined that certain revisions to the contract documents are required due to current field conditions and existing equipment no longer utilized by the Maintenance and Operations Department. The Sludge Stirring Pumps 1, 2, 4A and 4B, no longer serve a purpose and replacement of equipment, power, and control feeds associated with these four pumps are no longer required. Removal of the existing motors, local disconnects, local control stations, conduit, and wire will be performed as part of the contract scope. Additionally, Sludge Stirring Pump 1 will be reused to replace existing Sludge Dewatering Pump 3/4. The conduit and wire for Conduits 31, 31A and 31B will remain unchanged. Furthermore, the engineer has determined that a credit is appropriate for one new 480V, 15HP, explosion-proof motor; two new 480V, 7.5HP, explosion-proof motors; four 480V, 30A, NEMA 7 disconnect switches; and four three-element, NEMA 7 control stations. The contractor submitted a cost proposal (CO-38) for an extra in the amount of $114,014.50, and a credit in the amount of $23,002.02, for a net extra in the amount of $91,012.48. The engineer reviewed the proposal, found it to be reasonable, and stated via correspondence CO38, that the Engineering Department would recommend its approval.

 

Item 2: A credit in the amount of $52,485.85 is provided to address a deficient installation. The engineer determined that the contractor did not satisfactorily execute the resurfacing of the asphalt pavement as stipulated in the previously approved CO-29. Upon review of material tickets received after the installation, the engineer determined that insufficient material thickness was installed, which will result in a reduction of the roadway life expectancy. Rather than perform a complete removal and replacement, the contractor was advised to provide a credit commensurate with the estimated reduction in service life. The contractor submitted a cost proposal (CO-40) for an extra in the amount of $0.00, and a credit in the amount of $10,912.00, for a net credit in the amount of $10,912.00. The engineer reviewed the proposal, found it to be unacceptable, and submitted a counterproposal for a credit in the amount of $52,485.85, which was accepted by the contractor. The Engineer then stated via correspondence CO40 that the Engineering Department would recommend its approval.

 

Item 3: An extra in an amount of $690.80 is requested to address a broken one (1) inch water pressure reducing valve at the new polymer skid. On December 8, 2025, IHC Construction Companies, LLC, was alerted of a broken one (1) inch water pressure reducing valve at the new polymer skid. Upon investigation, it appeared that the valve may have cracked due to severe temperatures and a door being left open by others. The contractor submitted a cost proposal (CO-43) for an extra in the amount of $690.80, and a credit in the amount of $0.00, for a net extra in the amount of $690.80. The engineer reviewed the proposal, found it to be reasonable, and stated via correspondence CO43, that the Engineering Department would recommend its approval.

 

These three change orders are in compliance with the Illinois Criminal Code since these changes are due to circumstances not reasonably foreseeable at the time the contract was signed and are in the best interest of the District.

 

It is hereby recommended that the Board of Commissioners authorize the Director of Procurement and Materials Management to execute these three change orders to increase Contract 19-542-3MR in an amount of $39,217.43 (0.27% of the current contract value), from an amount of $14,478,975.88, to an amount not to exceed $14,518,193.31.

 

Funds are available in Account 401-50000-645650.

 

Requested, Catherine A. O’Connor, Director of Engineering, CS:DS

Recommended, Darlene A. LoCascio, Director of Procurement and Materials Management

Respectfully Submitted, Precious Brady-Davis, Chairperson Committee on Procurement

Disposition of this agenda item will be documented in the official Regular Board Meeting Minutes of the Board of Commissioners for February 19, 2026

 

Attachment