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 #: 13-0675    Version: 1
Type: Agenda Item Status: Adopted
File created: 6/12/2013 In control: Procurement Committee
On agenda: 6/20/2013 Final action: 6/20/2013
Title: Authority to decrease Contract 91-177-CE Distributed Control System for Solids Processes at Stickney Water Reclamation Plant, Mainstream Pumping Station, and Other Remote Stations, SSA, to Divane Brothers Electric Company in an amount of $184,992.00, from an amount of $33,118,569.89, to an amount not to exceed $32,933,577.89, Account 401-50000-645650, Purchase Order 5000978
Attachments: 1. CO 91-177-CE.PDF
TRANSMITTAL LETTER FOR BOARD MEETING OF JUNE 20, 2013
 
COMMITTEE ON PROCUREMENT
 
Mr. David St. Pierre, Executive Director
 
Title
Authority to decrease Contract 91-177-CE Distributed Control System for Solids Processes at Stickney Water Reclamation Plant, Mainstream Pumping Station, and Other Remote Stations, SSA, to Divane Brothers Electric Company in an amount of $184,992.00, from an amount of $33,118,569.89, to an amount not to exceed $32,933,577.89, Account 401-50000-645650, Purchase Order 5000978
Body
 
Dear Sir:
 
On January 8, 2009, the Board of Commissioners authorized the Director of Procurement and Materials Management to award Contract 91-177-CE Distributed Control System for Solids Processes at Stickney Water Reclamation Plant (SWRP), Mainstream Pumping Station, and Other Remote Stations, SSA, to Divane Brothers Electric Company, in an amount not to exceed $32,242,242.89.  The scheduled contract completion date was September 15, 2012.
 
As of June 7, 2013, the attached list of change orders has been approved.  The effect of these change orders resulted in an increase in an amount of $876,327.00 from the original amount awarded of $32,242,242.89.  The current contract value is $33,118,569.89.  The prior approved change orders reflect a 2.72% increase to the original contract value.
 
Item 1: The contract includes installation of DCS equipment at the Mainstream Pumping Station (MSPS).  February 2009, the Dewatering Building at MSPS flooded.  The Maintenance and Operations Department awarded an emergency repair contract to address the various damages to the electrical system.  The scope of work under the emergency repair contract overlapped with the originally specified work under Contract 91-177-CE (this contract) and Contract 02-110-2E.  This change order addresses the deletions and additions to the scope of work of this contract due to the changes made under the emergency repair contract.  The contractor submitted a revised cost proposal (CCO-042) for an extra in the amount of $11,192.00 and a credit in the amount of $68,245.00, for a net credit in the amount of $57,053.00.  The engineer reviewed the proposal, found it to be reasonable, and stated via correspondence 501, 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.
 
Item 2: The contract includes the installation of a Distributed Control System (DCS) at Stickney WRP.  At the beginning of the contract, the DCS manufacturer pointed out that this contract did not follow the District's standard DCS architecture.  The District's standard DCS architecture is to have Remote Inputs/Outputs (I/Os) installed in process/operating areas that connect back to Distributed Control Units (DCUs) installed in control rooms.  Therefore, Remote I/Os were installed in the control chambers that connect back to DCUs in Digester control rooms instead of installing DCUs in the Digester control chambers.  This also required adjusting some cabinet sizes and locations.  The contractor submitted a revised cost proposal (CCO-044) for an extra in the amount of $254,138.00 and a credit in the amount of $382,077.00, for a net credit in the amount of $127,939.00.  The engineer reviewed the proposal, found it to be reasonable, and stated via correspondence 508, 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 two change orders to decrease Contract 91-177-CE in an amount of $184,992.00 (0.56% of the current contract value), from an amount of $33,118,569.89, to an amount not to exceed $32,933,577.89.
 
Funds will be restored to Account 401-50000-645650.
 
Requested, Catherine A. O'Connor, Director of Engineering, MVL: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 20, 2013
 
Attachment