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 #: 21-0772    Version: 1
Type: Agenda Item Status: Adopted
File created: 8/24/2021 In control: Procurement Committee
On agenda: 9/2/2021 Final action: 9/2/2021
Title: Authority to decrease Contract 11-186-3F Addison Creek Reservoir, Bellwood, Illinois, to IHC Construction Companies in an amount of $720,790.10, from an amount of $90,528,020.04, to an amount not to exceed $89,807,229.94, Account 401-50000-645620, Purchase Order 4000068
Attachments: 1. Change Order Log - Purchase Order 4000068.pdf

TRANSMITTAL LETTER FOR BOARD MEETING OF SEPTEMBER 2, 2021

 

COMMITTEE ON PROCUREMENT

 

Mr. Brian A. Perkovich, Executive Director                    

 

Title

Authority to decrease Contract 11-186-3F Addison Creek Reservoir, Bellwood, Illinois, to IHC Construction Companies in an amount of $720,790.10, from an amount of $90,528,020.04, to an amount not to exceed $89,807,229.94, Account 401-50000-645620, Purchase Order 4000068

Body

 

Dear Sir:

 

On January 24, 2019, the Board of Commissioners authorized the Director of Procurement and Materials Management to award Contract 11-186-3F Addison Creek Reservoir, Bellwood, Illinois to IHC Construction Companies in an amount not to exceed $63,280,000.00, plus a five (5) percent allowance for change orders in amount of $3,164,000.00, for a total amount not to exceed $66,444,000.00.  The contract expires on August 18, 2022.

 

As of August 18, 2021 the attached list of change orders has been approved.

 

Original Contract Amount                                                                                    $63,280,000.00

Date of Board Approval                                                                                                         1/24/2019

Cumulative Change Order (8/18/2021)                                          $27,248,020.04

% Change of Original Contract Value                                                               43.06%

Current Contract Value                                                                                                         $90,528,020.04

Requested Decrease                                                                                                         ($720,790.10)

New Contract Value                                                                                                         $89,807,229.94

% Change of Current Contract Value                                                               (0.80%)

% Change of Original Contract Value                                                               41.92%

 

Item 1: As a result of an onsite meeting between the District and ComEd in June 2019, the engineer determined that a number of electrical components were oversized and should be downsized based on the current and future loads at the reservoir pump station. In addition, proposed buried electrical conduits needed to be encased in concrete and mechanical modifications were identified that would be beneficial for the operation of the reservoir pump station. The contractor submitted a cost proposal (COR-9) in the amount of $223,259.01 and a credit in the amount of $164,820.62, for a net extra in the amount of $58,438.39.

 

Item 2: The engineer determined modifications to the reservoir pump station concrete structure were needed in order to properly support the proposed trash rack and modifications to the reservoir intake structure were necessary to accommodate a proposed davit system to help service the trash rack. The contractor submitted a cost proposal (COR-14) for an extra in the amount of $12,571.73 and a credit in the amount $0.00, for a net extra in the amount of $12,571.73.

 

Item 3: Based on minimal amounts of groundwater observed during construction, the engineer reevaluated and determined that the grout curtain specified in the contract documents would not be effective and is no longer recommended for the construction and operation of the reservoir. The contractor submitted a cost proposal (COR-15) for an extra in the amount of $0.00 and a credit in the amount $850,407.61, for a net credit in the amount of $850,407.61.

 

Item 4: While tunneling the two 87.5-inch diameter reservoir intake pipes, the subcontractor’s tunnel boring machine ran into unforeseen boulders that required manual removal. The tunneling downtime due to boulder removal was documented, and the contractor submitted a proposal for costs related to this downtime. The contractor accepted the engineer’s counter cost proposal (COR-16) for an extra in the amount of $6,647.71 and a credit in the amount of $0.00, for a net extra in the amount of $6,647.71.

 

Item 5: During submittal review for the perimeter fence around the reservoir, the engineer determined that the gates and a portion of fence along Washington Boulevard should be changed from a chain-link fence to a decorative metal fence so that all fencing along Washington Boulevard would be the same type. The contractor submitted a cost proposal (COR-17) for an extra in the amount of $54,824.00 and a credit in the amount of $5,940.00, for a net extra in the amount of $48,884.00.

 

Item 6: During placement of structural concrete for a 12-inch wide knee wall at the top of the drop structure, the District’s resident engineer noted that the approved structural concrete did not have entrained air. A structural concrete mix with entrained air is required for this knee wall, because it will be exposed to freeze thaw cycles. Prior to pouring concrete, the contractor was directed to use a structural concrete mix with entrained air; however, a truck carrying the structural concrete with no entrained air had already arrived at the site. The contract submitted a cost proposal (COR-18) for an extra in the amount of $2,344.49 and a credit in the amount of $0.00, for a net extra in the amount of $2,344.49.

 

Item 7: While tunneling the 48-inch diameter reservoir discharge pipe, the subcontractor’s micro-tunneling boring machine (MTBM) ran into unforeseen boulders that required manually removal. The MTBM downtime due to boulder removal was documented, and the contractor submitted a proposal for costs related to this downtime. The contractor submitted a cost proposal (COR-19) for an extra in the amount of $731.19 and a credit in the amount of $0.00, for a net extra in the amount of $731.19.

 

The engineer has reviewed the seven (7) proposals, found them to be reasonable, and stated via correspondences for COR-9, COR-14, COR-15, COR-16, COR-17, COR-18, and COR-19, that the Engineering Department would recommend them for 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 seven change order to decrease Contract 11-186-3F in an amount of $720,790.10 (-0.80% of the current contract value), from an amount of $90,528,020.04, to an amount not to exceed $89,807,229.94.

 

Funds are available in Account 401-50000-645620.

 

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

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 September 2, 2021

 

Attachments