TRANSMITTAL LETTER FOR BOARD MEETING OF DECEMBER 21, 2023
COMMITTEE ON PROCUREMENT
Mr. Brian A. Perkovich, Executive Director
Title
Authority to increase Contract 14-111-5FR Flood Control Project on 1st Avenue from Roosevelt Road to Cermak Road, SSA to Rausch Infrastructure, LLC. in an amount of $107,526.52, from an amount of $10,087,799.57, to an amount not to exceed $10,195,326.09, Account 501-50000-645620, Purchase Order 4000090
Body
Dear Sir:
On May 19, 2022, the Board of Commissioners authorized the Director of Procurement and Materials Management to award Contract 14-111-5FR, Flood Control Project on 1st Avenue from Roosevelt Road to Cermak Road, SSA to Rausch Infrastructure, LLC., in an amount not to exceed $9,577,000.00, plus a five (5) percent allowance for change orders in an amount of $478,850.00, for a total amount not to exceed $10,055,850.00. The contract is expected to be completed in Spring 2024.
As of December 8, 2023, the attached list of change orders has been approved.
Original Contract Amount $9,577,000.00
Date of Board Approval 5/19/2022
Cumulative Change Order (12/8/2023) $510,799.57
% Change of Original Contract Value 5.33%
Current Contract Value $10,087,799.57
Date of Last Board Action 7/13/2023
Requested Increase $107,526.52
New Contract Value $10,195,326.09
% Change of Current Contract Value 1.07%
Total % Change of Original Contract Value 6.46%
Item 1: It was determined that open-cut sewer construction at one of the two street crossings along 1st Avenue could not be implemented as designed while maintaining traffic. The contractor therefore performed installation across 1st Avenue using a trenchless method. The contractor submitted a cost proposal (CO13) for an extra in the amount of $158,815.30 and a credit in the amount of $64,577.49, for a net extra in the amount of $94,237.81.
Item 2: The District identified ten structures located within a section of the roadway that required a larger type of curb frame and grate than originally anticipated. As a result, the District and the contractor agreed to substitute the correct size frame and grates. The contractor submitted a cost proposal (CO15) for an extra in the amount of $5,839.65 and a credit in the amount of $0.00, for a net total in the amount not to exceed $5,839.65.
Item 3: During excavation for the proposed storm sewer, the contractor discovered an existing private sanitary manhole which was determined to be in conflict with the proposed storm sewer. In order to proceed with installation of the proposed storm sewer, a re-alignment of the sewer around the existing sanitary manhole was required. The contractor submitted a cost proposal (CO19) for an extra in the amount of $7,449.06 and a credit in the amount of $0.00, for a net total in the amount not to exceed $7,449.06.
The engineer has reviewed the change orders listed above, found them to be acceptable, and is recommending approval to the Board of Commissioners.
The above three (3) 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 these change orders to increase Contract 14-111-5FR in an amount of $107,526.52 (1.07% of the current contract value), from an amount of $10,087,799.57 to an amount not to exceed $10,195,326.09.
Funds are available in Account 501-50000-645620.
Requested, Catherine A. O’Connor, Director of Engineering, KMF:JK
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 December 21, 2023
Attachment