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 #: 10-1264    Version: 1
Type: Agenda Item Status: Adopted
File created: 10/14/2010 In control: Procurement Committee
On agenda: 10/21/2010 Final action: 10/21/2010
Title: Authority to decrease Contract 02-010-3S (REBID) Evanston Intercepting Sewer Orrington Avenue Leg Rehabilitation, North Side Service Area, to Kenny Construction Company in an amount of $79,635.25, from an amount of $5,489,000.00, to an amount not to exceed $5,409,364.75, Account 401-50000-645700, Purchase Order 5001122

TRANSMITTAL LETTER FOR BOARD MEETING OF OCTOBER 21, 2010

 

COMMITTEE ON PROCUREMENT

 

Mr. Richard Lanyon, Executive Director

 

Title

Authority to decrease Contract 02-010-3S (REBID) Evanston Intercepting Sewer Orrington Avenue Leg Rehabilitation, North Side Service Area, to Kenny Construction Company in an amount of $79,635.25, from an amount of $5,489,000.00, to an amount not to exceed $5,409,364.75, Account 401-50000-645700, Purchase Order 5001122

Body

 

Dear Sir:

 

On September 3, 2009, the Board of Commissioners authorized the Director of Procurement and Materials Management to award Contract 02-010-3S (REBID) Evanston Intercepting Sewer Orrington Avenue Leg Rehabilitation, North Side Service Area, to Kenny Construction Company, in an amount not to exceed $5,489,000.00. The scheduled contract completion date is February 3, 2011.

 

This contract has no prior change orders.

 

This change order is for deletion of work involved with rehabilitation by the cured-in-place pipe lining process of a sewer located in Davis Street in the City of Evanston. The sewer consists of 275 feet of 24-inch diameter and 500 feet of 18-inch diameter pipes with four manholes. The pre-lining video inspection of the sewer conducted by the contractor revealed that the sewer cannot be rehabilitated as specified. The contractor submitted a proposal for replacing the sewer at a cost of $1.3 million. The proposal was rejected as the cost was considered to be excessive. The contractor was asked to submit a credit proposal for deletion of this work. This work will be included in a future contract.

 

The contractor submitted a credit cost proposal (COR-1) in the amount of $79,635.25. The engineer reviewed the proposal, found it reasonable, and stated via correspondence 90, that the Engineering Department recommends it for 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 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 a change order to decrease Contract 02-010-3S (REBID) in an amount of $79,635.25 (1.45% of the current contract value) from an amount of $5,489,000.00 to an amount not to exceed $5,409,364.75.

 

Funds will be restored in Account 401-50000-645700.

 

Requested, Kenneth A. Kits, Director of Engineering, WSS:AP

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 October 21, 2010