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 #: 13-0616    Version: 1
Type: Agenda Item Status: Adopted
File created: 5/29/2013 In control: Procurement Committee
On agenda: 6/6/2013 Final action: 6/6/2013
Title: -- Authority to increase Contract 06-363-3D Gloria Alitto Majewski Reservoir Repair and Rehabilitation North Service Area, to IHC Construction Companies, LLC, in an amount of $162,169.00, from an amount of $5,728,926.00 to an amount not to exceed $5,891,095.00, Account 401-50000-645720, Purchase Order 5001286
Attachments: 1. CO 06-363-3D (IHC).pdf
TRANSMITTAL LETTER FOR BOARD MEETING OF JUNE 6, 2013
 
COMMITTEE ON PROCUREMENT
 
Mr. David St. Pierre, Executive Director      
 
Title--
Authority to increase Contract 06-363-3D Gloria Alitto Majewski Reservoir Repair and Rehabilitation North Service Area, to IHC Construction Companies, LLC, in an amount of $162,169.00, from an amount of $5,728,926.00 to an amount not to exceed $5,891,095.00, Account 401-50000-645720, Purchase Order 5001286
Body
 
Dear Sir:
On August 11, 2011, the Board of Commissioners authorized the Director of Procurement and Materials Management to award Contract 06-363-3D Gloria Alitto Majewski Reservoir Repair and Rehabilitation North Service Area, to IHC Construction Companies, LLC, in an amount not to exceed $5,644,000.00.  The scheduled contract completion date was May 20, 2013.
 
As of May 17, 2013, the attached list of change orders has been approved.  The effect of these changes resulted in an increase in an amount of $84,926.00 from the original amount awarded of $5,644,000.00.  The current contract value is $5,728,926.00.  The prior approved change orders reflect a 1.50% increase to the original contract value.
 
Various unforeseeable conditions were encountered during repairs and shutdown that could not have been known prior to award.  Four (4) claims were submitted for the following work that has been determined to be an extra to the contract.  These claims were reviewed by the Engineer, found acceptable, and the contractor was informed via correspondence 432 that the approval would be requested from the Board of Commissioners.   All work has been completed.
 
Concrete removal and placement - While excavating and removing the concrete around the reservoir bottom for the new toe block, undermining of the existing concrete pavement was encountered.  In order to provide a stable base for the reservoir bottom, the existing concrete was removed; the voids filled and new concrete was placed ($98,766.00).
 
Construction of toe block in the southeast area of the reservoir - Contract drawings indicate the subbase material beneath the existing concrete to be compacted clay.  During excavation the subbase material was found to contain sand, silt, stones, and gravel.  It is believed this was due to the failing underdrain system, as well as the conditions of the subbase.  Significant undermining and sloughing off of material occurred prior to construction activities.  Sloughed off areas were backfilled with stone and a 2 foot layer of compacted clay material was installed to provide adequate support to the new concrete
($27,038.00).
 
Slope repair of clay liner for toe block in northwest area of reservoir - Contract drawings indicate the subbase material beneath the existing concrete to be compacted clay.  During excavation, the subbase material was found to contain sand, silt, stones, and gravel.  It is believed this was due to the failing underdrain system, as well as the conditions of the subbase.  Significant undermining and sloughing off of material occurred prior to construction.  New compacted clay was installed to support the toe block ($26,000.00).
 
Location problems on Manhole #5 - In an attempt to find an existing under drain connection point delineated on the contract drawings that ultimately did not exist, the contractor had to perform substantial exploratory excavation.  Concrete restoration and additional man hours were required
($10,365.00).
 
The above four change orders are in compliance with the Illinois Criminal Code since the changes are due to circumstances not reasonably foreseeable at the time the contract was signed, and is 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 four change orders to increase Contract 06-363-3D in an amount of $162,169.00 (2.83% of the current contract value), from an amount of $5,728,926.00, to an amount not to exceed $5,891,095.00.
 
Funds are available in Account 401-50000-645720.
 
Requested, Catherine O'Connor, Director of Engineering, MVL:RL
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 June 6, 2013
 
Attachment