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 #: 10-0234    Version: 1
Type: Agenda Item Status: Adopted
File created: 2/10/2010 In control: Procurement Committee
On agenda: 2/18/2010 Final action: 2/18/2010
Title: Authority to increase Contract 04-125-3S (Re-Bid), Upper Des Plaines Pumping Station Rehabilitation and TARP Connection, Stickney Service Area, to F.H. Paschen/S.N. Nielsen and Associates LLC, in an amount of $160,773.95, from an amount of $8,743,042.48, to an amount not to exceed $8,903,816.43, Accounts 401-50000-645600 and 645700, Purchase Order 5000812
Attachments: 1. C.O. 04-125-3S

TRANSMITTAL LETTER FOR BOARD MEETING OF FEBRUARY 18, 2010

 

COMMITTEE ON PROCUREMENT

 

Mr. Richard Lanyon, Executive Director

 

Title

Authority to increase Contract 04-125-3S (Re-Bid), Upper Des Plaines Pumping Station Rehabilitation and TARP Connection, Stickney Service Area, to F.H. Paschen/S.N. Nielsen and Associates LLC, in an amount of $160,773.95, from an amount of $8,743,042.48, to an amount not to exceed $8,903,816.43, Accounts 401-50000-645600 and 645700, Purchase Order 5000812

Body

 

Dear Sir:

 

On December 20, 2007, the Board of Commissioners authorized the Director of Procurement and Materials Management to award Contract 04-125-3S (Re-Bid), Upper Des Plaines Pumping Station Rehabilitation and TARP Connection, Stickney Service Area, to F.H. Paschen/S.N. Nielsen and Associates LLC, in an amount not to exceed $11,756,000.00.  The contract documents specify a completion date of April 8, 2009.  This contract is still in progress.

 

As of February 5, 2010, the attached list of change orders has been approved.  The effect of these change orders resulted in a decrease in the amount of $3,012,957.52 from the original amount awarded of $11,756,000.00.  The current contract value is $8,743,042.48.  The prior approved change orders reflect a 25.63% decrease to the original contract value.

 

A portion of the contract involved the construction of a structure to divert flow from the Upper Des Plaines Intercepting Sewer No. 3 to Des Plaines Tunnel drop shaft DS - 19, 23.  The purpose of this structure was to provide the Maintenance and Operations Department the ability to isolate the pumping station for future maintenance needs.  Upon excavation of the shaft, the District sewer was found not to be in the location shown on the drawings, making it impossible to build the diversion structure as shown on the plans and as bid by the contractor.  Change Order 2 removed this work from the contract.

 

Isolation of the pumping station will be accomplished by utilizing the existing three stop log assemblies.  The existing timber stop logs and sealing frame assemblies that make up the three stop log assemblies are no longer a reliable method of isolating the wet wells due to their age and deteriorated condition.  In order to provide the Upper Des Plaines Pumping Station with a reliable method of isolating the pumping station from the interceptor system, a change order to the contract is necessary to remove the existing stop log assemblies and to fabricate and install new stainless steel stop log and sealing frame assemblies into the three wet wells.  The three existing sealing frame assemblies will be removed and new stainless steel sealing frame assemblies will be fabricated and installed.  The stop logs and lifting beams will be provided by others.

 

The contractor submitted a cost proposal (COR-6) for an extra in the amount of $160,773.95.  The engineer reviewed the proposal, found it reasonable, and stated via correspondence 341, that the Engineering Department would recommend its approval.

 

This change order is in compliance with the Illinois Criminal Code since the change 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 04-125-3S in an amount of $160,773.95 (1.84% of the current contract value), from an amount of $8,743,042.48, to an amount not to exceed $8,903,816.43.

 

Funds are available in Accounts 401-50000-645600 and 645700.

 

Requested, Joseph P. Sobanski, Director of Engineering, WSS:MVL

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 February 18, 2010

 

Attachment