05.10.2014 Views

Forensic Audit Report-WPCA Phase IV, Part B. Contract ... - Trumbull

Forensic Audit Report-WPCA Phase IV, Part B. Contract ... - Trumbull

Forensic Audit Report-WPCA Phase IV, Part B. Contract ... - Trumbull

SHOW MORE
SHOW LESS

You also want an ePaper? Increase the reach of your titles

YUMPU automatically turns print PDFs into web optimized ePapers that Google loves.

<strong>Forensic</strong> Consulting Services <strong>Report</strong><br />

Town of <strong>Trumbull</strong>, Connecticut<br />

Page 18<br />

• A site inspection of the project area indicates there were multiple “Crossings” throughout the<br />

<strong>Contract</strong>. Naturally these “Crossings” varied in size and complexity especially in regards to<br />

their particular locations, and the amount of work actually necessary to complete each. Since<br />

the <strong>Contract</strong> Specifications fail to address this issue or provide any basic requirements for the<br />

work, the actual amount and type of work required by the contractor, and paid for by the<br />

Town to complete the crossings, is a matter of interpretation and therefore must be<br />

considered questionable. Based on the contractors most recent Application for Payment, a<br />

total of eighteen crossing completed at a total cost of $320,000 of which $45,000 was in the<br />

base bid and $275,000 represented change orders.<br />

‣ Under Specification Section 4.4 (Bituminous Concrete Surface Overlay):<br />

• The last sentence of Subsection A (Description) states, “If necessary, the Engineer may<br />

direct that prior to the surface overlay the road shall be scarified and brought to Town<br />

Standards”. Although this provision is specified, and as such considered part of the unit<br />

price (pay item No. 53 set at a unit price of $9.00 per S.Y.), there is no indication any of the<br />

roadways involved under <strong>Contract</strong> 3 were “scarified” prior to receiving the bituminous<br />

concrete overlay despite the fact that it was indeed part of the Unit Price. Also, despite the<br />

fact that a separate pay item for gutter milling was being carried under Pay Item No. 51,<br />

Specification Section 4.3, Subsection E (Measurement and Payment) specifically referring to<br />

the bituminous concrete overlay (Pay Item No. 53) states, “The Unit Price” for the overlay<br />

“shall include gutter milling, as directed”. Such a discrepancy only adds uncertainty to the<br />

elements of work being required and the unit prices associated therewith.<br />

• The first sentence of Subsection D (Measurement and Payment), indicates that the unit price<br />

method of payment would be by the square yard, which is consistent with Pay Item No. 53.<br />

However the remainder of this paragraph clearly describes procedures and parameters<br />

typically used and related to a tonnage type of measurement process.<br />

‣ The “BID” Section of the contract documents did not list several items of work ultimately found<br />

necessary to complete the overall contract resulting in the need for change orders with the<br />

contractor. Although some of these items may have been added specifically as a result of the<br />

“Jog Hill Extension” and/or “Extra Work” unrelated to the design documents as originally bid in<br />

April 2007, these items include the following:<br />

• Furnish and Install Concrete for Encasements (Change Order No. 1)<br />

• Remove & Dispose of Existing Catch Basins (Change Order No. 2)<br />

• Tie into Existing Catch Basins (Change Order No. 3)<br />

• Removal and Disposal of Existing Drainage Pipe (Change Order No. 5)<br />

• Gravel Access Drive for Easement Areas (Change Order No. 7)<br />

• Grass Access Drives for Easement Areas (Change Order No. 8)<br />

• Abandon Septic Tank (Change Order No. 11)

Hooray! Your file is uploaded and ready to be published.

Saved successfully!

Ooh no, something went wrong!