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 #: 10-1019    Version: 1
Type: Agenda Item Status: Adopted
File created: 8/26/2010 In control: Procurement Committee
On agenda: 9/2/2010 Final action: 9/2/2010
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 $31,878.00, from an amount of $8,908,669.66, to an amount not to exceed $8,940,547.66, Accounts 401-50000-645600 and 645700, Purchase Order 5000812
Attachments: 1. CO 04-125-3S

TRANSMITTAL LETTER FOR BOARD MEETING OF SEPTEMBER 2, 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 $31,878.00, from an amount of $8,908,669.66, to an amount not to exceed $8,940,547.66, 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 August 13, 2010, the attached list of change orders has been approved.  The effect of these change orders resulted in a decrease in the amount of $2,847,330.34 from the original amount awarded of $11,756,000.00.  The current contract value is $8,908,669.66.  The prior approved change orders reflect a 24.22% decrease to the original contract value.

 

A portion of the contract involves electrical work to feed the new equipment being installed.  The furnished pumps and motors include a greater number of sensors than anticipated in the contract documents.  Additional work includes additional conduit in the intrinsically safe area and additional wiring for pump and motor resistance temperature detectors and vibration switches.  The contract also specifies the replacement of the sump pump in the dry well of the pumping station.  Upon further review of the performance data for the sump pump specified, it has been determined that a larger sump pump is required.

 

The contractor submitted a cost proposal (COR-10) for a credit in the amount of $15,363.70 and an extra in the amount of $47,241.70, for a net extra in the amount of $31,878.00.  The engineer reviewed the proposal, found it reasonable, and stated via correspondence 461, 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.

 

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 (Re-Bid) in an amount of $31,878.00 (0.36% of the current contract value), from an amount of $8,908,669.66, to an amount not to exceed $8,940,547.66.

 

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 September 2, 2010

Attachment