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 #: 18-0552    Version: 1
Type: Agenda Item Status: Adopted
File created: 5/30/2018 In control: Procurement Committee
On agenda: 6/7/2018 Final action: 6/7/2018
Title: Authority to increase Contract 06-155-3S Salt Creek Intercepting Sewer 2 Rehabilitation, Stickney Service Area, to Kenny Construction Company in an amount not to exceed $118,611.60, from an amount of $44,331,631.58, to an amount not to exceed $44,450,243.18, Account 401-50000-645700, Purchase Order 4000029
Attachments: 1. CO LOG 06-155-3S BM 6-7-18.pdf

TRANSMITTAL LETTER FOR BOARD MEETING OF JUNE 7, 2018

 

COMMITTEE ON PROCUREMENT

 

Mr. John P. Murray, Acting Executive Director                    

 

Title

Authority to increase Contract 06-155-3S Salt Creek Intercepting Sewer 2 Rehabilitation, Stickney Service Area, to Kenny Construction Company in an amount not to exceed $118,611.60, from an amount of $44,331,631.58, to an amount not to exceed $44,450,243.18, Account 401-50000-645700, Purchase Order 4000029

Body

 

Dear Sir:

 

On December 3, 2015, the Board of Commissioners authorized the Director of Procurement and Materials Management to award Contract 06-155-3S Salt Creek Intercepting Sewer 2 Rehabilitation, Stickney Service Area, to Kenny Construction Company, in an amount not to exceed $43,878,100.00. The scheduled contract completion date is November 12, 2018.

 

As of May 18, 2018, the attached list of change orders has been approved.  The effect of these change orders resulted in an increase in an amount of $453,531.58 from the original amount awarded of $43,878,100.00.  The current contract value is $44,331,631.58. The prior approved change orders reflect a 1.03% increase to the original contract value.

 

While inspecting the 42"x60" sewer prior to installation of the planned liner the contractor discovered that, for a 156’ long section of the sewer, the size of the sewer is significantly larger than previously believed and shown on the contract drawings.  While minor variations in size are not uncommon, the change in size in this section was substantial enough that the specified liner could not be installed as planned.  In order to remedy the situation, the contractor has elected to utilize a larger cured-in-place pipe liner in this section of sewer.  In order to accommodate the larger liner, the contractor is also required to install a new access shaft on the sewer. The contractor submitted a cost proposal (CCO-014) for an extra in the amount of $118,611.60.  The Engineer reviewed the proposal, found it to be reasonable, and stated via correspondence 403, that the Engineering Department would recommend its approval.

 

This change order is in compliance with the Illinois Criminal Code since the change is due to circumstances not reasonably foreseeable at the time the contract was signed, and is germane to the contract as signed.

 

It is hereby recommended that the Board of Commissioners authorize the Director of Procurement and Materials Management to execute a change order to increase Contract 06-155-3S in an amount not to exceed $118,611.60 (0.27% of the current contract value), from an amount of $44,331,631.58, to an amount not to exceed $44,450,243.18.

 

Funds are available in Account 401-50000-645700.

 

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

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 7, 2018

 

Attachment