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 #: 23-0260    Version: 1
Type: Agenda Item Status: Adopted
File created: 3/2/2023 In control: Procurement Committee
On agenda: 3/16/2023 Final action: 3/16/2023
Title: Authority to increase Contract 15-266-4H5 Decommissioning of the Thornton Transitional Reservoir, Calumet Service Area, to IHC Construction Companies, LLC in an amount of $203,864.29, from an amount of $25,896,582.87, to an amount not to exceed $26,100,447.16, Account 401-50000-645620, Purchase Order 4000082
Attachments: 1. Change Order Log - Purchase Order 4000082

TRANSMITTAL LETTER FOR BOARD MEETING OF MARCH 16, 2023

 

COMMITTEE ON PROCUREMENT

 

Mr. Brian A. Perkovich, Executive Director                    

 

Title

Authority to increase Contract 15-266-4H5 Decommissioning of the Thornton Transitional Reservoir, Calumet Service Area, to IHC Construction Companies, LLC in an amount of $203,864.29, from an amount of $25,896,582.87, to an amount not to exceed $26,100,447.16, Account 401-50000-645620, Purchase Order 4000082

Body

 

Dear Sir:

 

On November 4, 2021, the Board of Commissioners authorized the Director of Procurement and Materials Management to award Contract 15-266-4H5 Decommissioning of the Thornton Transitional Reservoir, Calumet Service Area, to IHC Construction Companies, LLC in an amount not to exceed $24,689,000.00, plus a five (5) percent allowance for change orders in an amount of $1,234,450.00, for a total amount not to exceed $25,923,450.00. The scheduled contract completion date is June 3, 2023.

 

As of March 3, 2023, the attached list of change orders has been approved.

 

Original Contract Amount                                                                                    $24,689,000.00

Date of Board Approval                                                                                    11/04/2021

Cumulative Change Orders (3/3/2023)                                          $1,207,582.87

% Change of Original Contract Value                                                               4.89%

Current Contract Value                                                                                    $25,896,582.87

Requested Increase                                                                                                         $203,864.29                     

New Contract Value                                                                                                         $26,100,447.16

% Change of Current Contract Value                                                               0.79%

Total % Change of Original Contract Value                                          5.72%

 

Item 1: The scope of the contract required the contractor to remove an existing rock plug, install tunnel lining, and install a new concrete plug within the Thornton Diversion Tunnel. The contractor identified that the best means and methods to enter the tunnel was through the Thornton Transitional Reservoir (TTR), to construct a work platform within the Drop Shaft. For safety, the District issued evacuation notices of the work area when fill events were predicted within the TTR and the Thornton Composite Reservoir (TCR), after the District had approved the contractor’s mobilization requests. This generated three (3) separate standby time events, totaling 26 days of standby time, while the contractor waited for the TTR, TCR and Tunnel to be dewatered. Standby time was only considered for equipment and trades that were present in the work area and not working on any other construction or change order task within this time frame. This work was completed at the contractor’s risk to maintain the contract schedule and complete all scope items on time. The contractor accepted the engineer’s counter cost proposal (CCO-011) for an extra in the amount of $176,215.68 and a credit in the amount of $0.00, for a net extra in the amount of $176,215.68.

 

Item 2: The scope of the contract required the contractor to remove and dispose of the existing 42” diameter knife gate. Per RFI-40, due to safety concerns of excess groundwater in the tunnel, which exceeded capacity of the dewatering pumps, the contractor requested to leave the 42” knife gate in place and install the contract required blind flange onto the knife gate. The engineer found the request to be reasonable. As a result of leaving the knife gate in place and due to the weight of the gate, there was some concern regarding the stability of the wall to support the weight. As such, a stainless-steel pipe support for the knife gate is required. This change order includes a credit for leaving the knife gate valve in place and an extra for installing the pipe support for the knife gate. The contractor accepted the engineer’s counter cost proposal (CCO-015) for an extra in the amount of $8,729.13 and a credit in the amount of $1,887.92, for a net extra in the amount of $6,841.21.

 

Item 3: The scope of the contract required the contractor to perform concrete rehabilitation of the liner within the Calumet TARP Connection Tunnel Construction Shaft. During the shotcrete and grout application, it was brought to the engineer’s attention that there was active seepage through these repairs. Since there was concern that the new patches may prematurely fail due to the moisture infiltration, additional repair methods were necessary to complete the work within the Construction Shaft. This change order includes an extra for additional surface preparation on the Construction Shaft wall and installation of seepage control system at locations where active seepage was present. This work was completed at the contractor’s risk to maintain the contract schedule and complete all scope items on time. The contractor accepted the engineer’s counter cost proposal (CCO-016) for an extra in the amount of $20,807.40 and a credit in the amount of $0.00, for a net extra in the amount of $20,807.40.

 

The engineer has reviewed the proposals for the three change orders listed above, found them to be reasonable, and stated that the Engineering Department would recommend their approval.

 

These 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 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 three change orders to increase Contract 15-266-4H5 in an amount of $203,864.29 (0.79% of the current contract value), from an amount of $25,896,582.87, to an amount not to exceed $26,100,447.16.

 

Funds are available in Account 401-50000-645620.

 

Requested, Catherine A. O’Connor, Director of Engineering, KMF:LS

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

Respectfully Submitted, Marcelino Garcia, 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 16, 2023

 

Attachment