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 #: 18-0573    Version: 1
Type: Agenda Item Status: Adopted
File created: 6/8/2018 In control: Procurement Committee
On agenda: 6/21/2018 Final action: 6/21/2018
Title: Authority to decrease Contract 02-111-3M (Re-Bid) TARP Pump #8 Rehabilitation, Mainstream Pumping Station, to Broadway Electric, Inc. in an amount of $162,080.00, from an amount of $4,743,139.68, to an amount not to exceed $4,581,059.68, Account 401-50000-645700, Purchase Order 4000023
Attachments: 1. CO LOG 02-111-3M, BM 6-21-18.pdf

TRANSMITTAL LETTER FOR BOARD MEETING OF JUNE 21, 2018

 

COMMITTEE ON PROCUREMENT

 

Mr. John P. Murray, Acting Executive Director

 

Title

Authority to decrease Contract 02-111-3M (Re-Bid) TARP Pump #8 Rehabilitation, Mainstream Pumping Station, to Broadway Electric, Inc. in an amount of $162,080.00, from an amount of $4,743,139.68, to an amount not to exceed $4,581,059.68, Account 401-50000-645700, Purchase Order 4000023

Body

 

Dear Sir:

 

On April 23, 2015, the Board of Commissioners authorized the Director of Procurement and Materials Management to award Contract 02-111-3M (Re-Bid) TARP Pump #8 Rehabilitation, Mainstream Pumping Station, to Broadway Electric, Inc., in an amount not to exceed $4,759,650.00. The scheduled contract completion date was May 8, 2016.

 

As of June 8, 2018, the attached list of change orders has been approved. The effect of these change orders resulted in a decrease in an amount of $16,510.32 from the original amount awarded of $4,759,650.00. The current contract value is $4,743,139.68. The prior approved change orders reflect a 0.35% decrease to the original contract value.

 

This contract required the rehabilitation of Mainstream Pump #8, including the repair of the pump, motor and auxiliary systems.  The contract included flow and electrical tests which were to be performed prior to the equipment being rehabilitated and after rehabilitation for comparison and documentation of improvements for use on future pump rehab design contracts.  The testing was to be performed at several different tunnel elevations and flow conditions.  Due to coordination with other contracts required to complete the McCook Reservoir, final testing was not able to be performed under this contract.  However, observations made during pump operation have confirmed a marked improvement in the pump’s operation and capacity, and the pump has been operating successfully since it was put into service in January of 2018. The specified testing can be performed independently in the future if it is still deemed valuable for informing future design work. The contractor submitted a revised cost proposal (CCO-029) for a credit in the amount of $162,080.00 and agreed to waive all past and future claims.  The engineer reviewed the proposal, found it to be reasonable, and stated via correspondence 465, 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 decrease Contract 02-111-3M (Re-Bid) in an amount of $162,080.00 (3.42% of the current contract value), from an amount of $4,743,139.68, to an amount not to exceed $4,581,059.68.

 

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

 

Requested, Catherine A. O’Connor, Director of Engineering, ECB:GG

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 June 21, 2018

 

Attachment