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 #: 10-0775    Version: 1
Type: Agenda Item Status: Adopted
File created: 6/29/2010 In control: Procurement Committee
On agenda: 7/8/2010 Final action: 7/8/2010
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 $15,129.62, from an amount of $8,897,548.31 to an amount not to exceed $8,912,677.93, Accounts 401-50000-645600 and 645700, Purchase Order 5000812
Attachments: 1. CO 04-125-3S

TRANSMITTAL LETTER FOR BOARD MEETING OF JULY 8, 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 $15,129.62, from an amount of $8,897,548.31 to an amount not to exceed $8,912,677.93, 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 scheduled contract completion date was April 8, 2009.

 

As of June 18, 2010, the attached list of change orders has been approved.  The effect of these change orders resulted in a decrease in the amount of $2,858,451.69 from the original amount awarded of $11,756,000.00.  The current contract value is $8,897,548.31.  The prior approved change orders reflect a 24.31% decrease to the original contract value.

 

A portion of the contract involves replacing the three vertical non-clog centrifugal pumps.  Upon placement of the new pumps on the existing suction elbow flanges, the contractor notified the District that each pump was out of plumb by up to a quarter of an inch.  The tolerances of installation of the extension shafting, used to connect the pumps to the motors, are very precise, and being out of plumb would cause the entire installation to be out of tolerance.  Flowserve, the pump manufacturer, inspected the installation and advised the contractor that the pumps must sit perfectly level on the suction elbow flange for proper service life and connection to the extension shafting.  Furthermore, Flowserve recommended using a millwright machine to level the suction elbow flanges for a proper installation.  This work consists of milling three existing suction elbow flanges to provide a level surface for placement of the three new pumps.  It was not reasonably foreseeable at the time the contract was signed that the existing suction elbow flanges were not level as the existing pumps were sitting on the flanges.

 

The contractor submitted a cost proposal (COR-17) for an extra in the amount of $15,129.62.  The engineer reviewed the proposal, found it reasonable, and stated via correspondence 417, 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 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 increase Contract 04-125-3S in an amount of $15,129.62 (0.17% of the current contract value) from an amount of $8,897,548.31 to an amount not to exceed $8,912,677.93.

 

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

 

Requested, Kenneth A. Kits, 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 July 8, 2010

 

Attachment