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 #: 17-0098    Version: 1
Type: Agenda Item Status: Adopted
File created: 1/19/2017 In control: Procurement Committee
On agenda: 2/2/2017 Final action: 2/2/2017
Title: Issue a purchase order and enter into an agreement with Black & Veatch Corporation for professional engineering services for Contract 16-272-3P Conversion of Primary Tanks to High Strength Waste Receiving and Distribution - Design and Evaluation of Alternatives, Calumet Water Reclamation Plant in an amount not to exceed $1,010,764.00, Account 401-50000-612450, Requisition 1455232 (As Revised)
TRANSMITTAL LETTER FOR BOARD MEETING OF FEBRUARY 2, 2017

COMMITTEE ON PROCUREMENT

Mr. David St. Pierre, Executive Director

Title
Issue a purchase order and enter into an agreement with Black & Veatch Corporation for professional engineering services for Contract 16-272-3P Conversion of Primary Tanks to High Strength Waste Receiving and Distribution - Design and Evaluation of Alternatives, Calumet Water Reclamation Plant in an amount not to exceed $1,010,764.00, Account 401-50000-612450, Requisition 1455232 (As Revised)
Body

Dear Sir:

Authorization is requested to issue a purchase order and enter into an agreement with Black & Veatch Corporation for professional engineering services for Contract 16-272-3P Conversion of Primary Tanks to High Strength Waste Receiving and Distribution - Design and Evaluation of Alternatives, Calumet Water Reclamation Plant (CWRP).

The objectives of the work are: to advise the District on the optimum approach and feasibility for facilities required to ferment high strength waste (HSW), primary sludge, and return activated sludge; and to design and prepare construction contract documents for a HSW receiving, storage and distribution system.The project will require repurposing existing unused tanks and construction of new infrastructure, including pumps, receiving equipment, odor control systems, and ancillary mechanical and electrical equipment.

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

Project deliverables include technical memorandum, 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.

The total fee for the agreement is $1,010,764.00 to be distributed over one year.

The time allowed for services to be performed under this agreement is 365 days from the date the contract is awarded.

Fourteen firms were invited under the consolidated consultant interview process. The following twelve 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.
Stanley Consultants, Inc.

Black & Veatch Corporation 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 process evaluation, civil, mechanical, electrical and structural design, which are required in this project. In addition, Black & Veatch Corporation has experience with the CWRP through the process and hydraulic modeling it is completing. 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 will perform a majority of the work in the Chicago area.

The level of effort required for this work encompasses approximately 30 people, who will be working at various times over the course of the project, and approximately 6,900 man-hours. The estimated average payroll rate for the term of the agreement is $49.38/hour.

The components of the total fee are as follows:

ITEM: FEE:

1. Prime Consultant Fee
a. Direct Labor Cost $ 232,986.63
b. Overhead and Profit $ 456,352.37
c. Total Labor Fee $ 689,339.00

2. Reimbursable Direct Costs $ 10,025.00

3. PCE Sub-Consultants
a. MBE/SBE firms $ 207,600.00
b. WBE/SBE firms $ 103,800.00
c. Total PCE Sub-Consultants $ 311,400.00

TOTAL FEE (Not to Exceed) $ 1,010,764.00

The firms of Rubinos and Mesia Engineers, Inc. and Milhouse Engineering and Construction, Inc. are Minority-owned Business Enterprise/Small Business Enterprise (MBE/SBE) firms. The firm of Intelligent Design and Construction Solutions, LLC is a Women-owned Business Enterprise/Small Business Enterprise (WBE/SBE) firm. All MBE/SBE and WBE/SBE firms will actively participate in providing services for the core elements required by the agreement.

The agreement with Black & Veatch Corporation will be in accordance with the District’s Affirmative Action Policy.

In as much as the firm of Black & Veatch Corporation and Mr. David Koch, 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 $1,010,764.00.

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 February 2, 2017