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 #: 16-1016    Version: 1
Type: Agenda Item Status: Adopted
File created: 9/23/2016 In control: Procurement Committee
On agenda: 10/6/2016 Final action: 10/6/2016
Title: Issue a purchase order and enter into an agreement with Greeley and Hansen LLC for professional engineering services for Contract 16-270-3P Covered Composting System, Calumet Water Reclamation Plant in an amount not to exceed $4,145,644.00, Account 401-50000-612450, Requisition 1435241
TRANSMITTAL LETTER FOR BOARD MEETING OF OCTOBER 6, 2016

COMMITTEE ON PROCUREMENT

Mr. David St. Pierre, Executive Director

Title
Issue a purchase order and enter into an agreement with Greeley and Hansen LLC for professional engineering services for Contract 16-270-3P Covered Composting System, Calumet Water Reclamation Plant in an amount not to exceed $4,145,644.00, Account 401-50000-612450, Requisition 1435241
Body

Dear Sir:

Authorization is requested to issue a purchase order and enter into an agreement with Greeley and Hansen LLC for professional engineering services for Contract 16-270-3P Covered Composting System, Calumet Water Reclamation Plant (CWRP).

The objective of the work is to prepare construction contract documents for a covered composting system at the CWRP. The project will require construction of new infrastructure. The new infrastructure will include three phases with up to fifty-six individual bunkers with four-foot high walls with movable laminated covers. Also included are conveyors to move material between phases, a receiving and mixing building, a bio-filter system, blowers, and ancillary mechanical and electrical equipment. The post-award engineering services will include review of submittals, field visits, design support, response to requests for information and analysis of change orders.

The level of expertise required consists of engineers and draftsmen experienced in process, structural, mechanical, electrical and civil engineering design.

Project deliverables include preliminary design reports, workshops, construction contract documents (submitted at 60% and 98% completion), pre-bid assistance, addenda (as required) and a final set of construction contract documents. It also includes construction cost estimates for all stages of the project and post-award work.

The total fee for the agreement is $4,145,644.00 to be distributed over one and one-half years.

The time allowed for services to be performed under this agreement is 545 days from the date the contract is awarded.

Fourteen firms were invited under the consolidated consultant interview process. The following eleven firms presented proposals for the category encompassing this project:

AECOM Technical Services, Inc.
ARCADIS U.S., Inc.
Baxter & Woodman, Inc.
Black & Veatch Corporation
CDM Smith, Inc.
CH2M Hill Engineers, Inc.
Crawford, Murphy & Tilly, Inc.
Donohue & Associates, Inc.
Greeley and Hansen LLC
MWH Americas, Inc.
Parsons Water & Infrastructure, Inc.

Greeley and Hansen LLC has been selected by the Engineering Department to provide the needed professional services primarily because of the quality of the staff and prior experience in civil, mechanical, electrical and structural design, which are required in this project. It has substantial experience in the design of similar types of facilities and has an excellent project manager and design team. Also, it submitted a quality assistance/quality control plan, committed to meet the District’s Affirmative Action policy and has agreed to perform all of the work in the Chicago area.

The level of effort required for this work encompasses 40 people, who will be working at various times over the course of the project, and approximately 25,005 man-hours. The estimated average payroll rate for the term of the agreement is $54.00/hour.

The components of the total fee are as follows:

ITEM: FEE:

1. Prime Consultant Fee
a. Direct Labor Cost $ 890,906.26
b. Overhead and Profit $ 1,812,608.74
c. Total Labor Fee $ 2,703,515.00

2. Reimbursable Direct Costs $ 20,000.00

3. PCE Sub-Consultants
a. MBE/SBE firms $ 975,682.00
b. WBE/SBE firms $ 446,443.00
c. Total PCE Sub-Consultants $ 1,422,129.00

TOTAL FEE (Not to Exceed) $ 4,145,644.00

The firm of Rubinos & Mesia Engineers, Inc. is a Minority-owned Business Enterprise/Small Business Enterprise (MBE/SBE) firm. The firms of Best Imaging Solutions, Environmental Design International, Inc., O’Brien & Associates and Raimonde Drilling Corp. are Women-owned Business Enterprise/Small Business Enterprise (WBE/SBE) firms. All MBE/SBE and WBE/SBE firms will actively participate in providing services for the core elements required by the agreement.

The agreement with Greeley and Hansen LLC is in accordance with the District’s Affirmative Action Policy.

In as much as the firm of Greeley and Hansen LLC and Mr. Paul Vogel, PE, of that firm possess a high degree of professional skill, it is recommended that the Director of Procurement and Materials Management be authorized to issue a purchase order and enter into an agreement without advertising, per Section 11.4 of the Purchasing Act, in an amount not to exceed $4,145,644.00.

Funds are available in Account 401-50000-612450.

Requested, Catherine A. O’Connor, Director of Engineering, MVL:ECB
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 October 6, 2016