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 #: 13-0677    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 02-110-2E Electrical Distribution System and Conduit & Cable Replacement, SSA, to Divane Brothers Electric Company in an amount of $2,524.00, from an amount of $8,348,651.00, to an amount not to exceed $8,346,127.00, Accounts 201-50000-645700, 645750 and 645780, Purchase Order 5000890
Attachments: 1. CO 02-110-2E.PDF
TRANSMITTAL LETTER FOR BOARD MEETING OF JUNE 20, 2013
 
COMMITTEE ON PROCUREMENT
 
Mr. David St. Pierre, Executive Director
 
Title
Authority to decrease Contract 02-110-2E Electrical Distribution System and Conduit & Cable Replacement, SSA, to Divane Brothers Electric Company in an amount of $2,524.00, from an amount of $8,348,651.00, to an amount not to exceed $8,346,127.00, Accounts 201-50000-645700, 645750 and 645780, Purchase Order 5000890
Body
 
Dear Sir:
 
On June 5, 2008, the Board of Commissioners authorized the Director of Procurement and Materials Management to award Contract 02-110-2E Electrical Distribution System and Conduit & Cable Replacement, Stickney Service Area, to Divane Brothers Electric Company, in an amount not to exceed $7,707,000.00.  The scheduled contract completion date was February 17, 2010.
 
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 the amount of $641,651.00 from the original amount awarded of $7,707,000.00.  The current contract value is $8,348,651.00.  The prior approved change orders reflect an 8.33% increase to the original contract value.
 
Item 1: The contract included installation of DCS equipment at the Mainstream Pumping Station (MSPS).  February 2009, the Dewatering Building and Discharge 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 02-110-2E (this contract) and Contract 91-177-CE.  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-010) for an extra in the amount of $96,441.00 and a credit in the amount of $93,837.00, for a net extra in the amount of $2,604.00.  The engineer reviewed the proposal, found it to be reasonable, and stated via correspondence 254, 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 included replacement of conduit and wire for a tide gate at TARP Control Structure DS-79 in the Stickney Basin.  The work required street/lane closures for saw cutting the street and excavation to replace the broken/damaged conduit which contained the signal cables for the tide gate status.  Due to the heavy traffic at Logan Boulevard and Diversey Ave., the contractor proposed to investigate and find the locations of the broken/damaged conduit and replace only those locations instead of replacing the entire conduit run, thereby reducing the scope of work.  The contractor submitted a revised cost proposal (CCO-012) for a credit in the amount of $31,614.00.  The engineer reviewed the proposal, found it to be reasonable, and stated via correspondence 258, that the Engineering Department would recommend its approval.
 
Item 3: The contract included installation of sixteen motor control centers (MCCs) in the aeration batteries at the Stickney WRP.  Via addendum, the MCC type was changed to arc flash, however the designers were unaware that additional space would be required to fit them.  The additional space requirement was identified during the submittal stage.  This resulted in one additional section for each of twelve MCCs.  The additional costs are for the labor to install these twelve additional MCC sections.  Also, due to the increased space required, one MCC had to be reduced by one section to fit in the existing space resulting in a credit.  The contractor submitted a revised cost proposal (CCO-001) for an extra in the amount of $11,956.00 and a credit in the amount of $996.00, for a net extra in the amount of $10,960.00.  The engineer reviewed the proposal, found it to be reasonable, and stated via correspondence 267, that the Engineering Department would recommend its approval.
 
Item 4: The contract included re-wiring for gate actuator power and control points to the telemetry panel in 45 TARP control structures in the Stickney Basin.  As-built drawings were used for the design since access to the control structures would be extremely time consuming.  During construction, it was observed that additional wires were required since the contract documents did not match the actual conditions.  The resident engineer directed the contractor to add these additional wires where necessary and allowed them to reduce certain wire sizes and still meet codes.  The contractor submitted a revised cost proposal (CCO-011) for an extra in the amount of $82,778.00 and a credit in the amount of $67,252.00, for a net extra in the amount of $15,526.00.  The engineer reviewed the proposal, found it to be reasonable, and stated via correspondence 268, that the Engineering Department would recommend its approval.
 
The above three change orders are in compliance with the Illinois Criminal Code since the changes are germane to the original contract.
 
It is hereby recommended that the Board of Commissioners authorize the Director of Procurement and Materials Management to execute four change orders to decrease Contract 02-110-2E in an amount of $2,524.00 (0.03% of the current contract value) from an amount of $8,348,651.00, to an amount not to exceed $8,346,127.00.
 
Funds will be restored in Accounts 201-50000-645700, 645750 and 645780.
 
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