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 #: 10-0972    Version: 1
Type: Agenda Item Status: Adopted
File created: 8/6/2010 In control: Procurement Committee
On agenda: 8/12/2010 Final action: 8/12/2010
Title: Issue a purchase order and enter into agreement with Crawford Murphy & Tilly, Inc., for professional engineering design services for Contract 09-042-3P Sludge Concentration Tank Improvements and for Contract 10-046-3P Battery D Aeration Tank No. 8 at the North Side Water Reclamation Plant, in the amount not to exceed $2,502,387.00, Account: 401-50000-601420, Requisition 1309913

TRANSMITTAL LETTER FOR BOARD MEETING OF AUGUST 12, 2010

 

COMMITTEE ON PROCUREMENT

 

Mr. Richard Lanyon, Executive Director

 

Title

Issue a purchase order and enter into agreement with Crawford Murphy & Tilly, Inc., for professional engineering design services for Contract 09-042-3P Sludge Concentration Tank Improvements and for Contract 10-046-3P Battery D Aeration Tank No. 8 at the North Side Water Reclamation Plant, in the amount not to exceed $2,502,387.00, Account: 401-50000-601420, Requisition 1309913

Body

 

Dear Sir:

 

Authorization is requested to issue a purchase order and enter into an agreement with Crawford Murphy & Tilly Inc. (CMT) for professional engineering design services associated with Contract 09-042-3P Sludge Concentration Tank Improvements and for Contract 10-046-3P Battery D Aeration Tank No. 8 at the North Side Water Reclamation Plant (WRP).

 

The District’s agreement with CMT consists of providing engineering design services for two projects identified under the North Side Master Plan.  Contract 09-042-3P Sludge Concentration Tank Improvements, involves the design of two additional sludge concentration tanks, separation of the waste activated sludge and the primary sludge, and an addition to the existing sludge concentration tank operations gallery.  The purpose of this project is to improve sludge thickening at the plant and thereby reduce the volume of water pumped to the Stickney WRP for further treatment.  The second project, Contract 10-046-3P Battery D Aeration Tank No. 8, involves the design of an additional aeration tank to Battery D to increase the biological treatment capacity of Battery D. This additional capacity will permit operations staff to relieve some of the loading on Batteries A, B, and C during peak loading periods, thus improving effluent quality.  For contractual purposes, both projects will be administered under a single purchase order identified as Contract 09-042-3P.

 

Twelve firms were invited to present their qualifications under the consolidated consultant interview process.  The following eleven firms were interested in performing the work under the Solids Treatment Process category:

 

AB&H, A Donohue Group                     Earth Tech, Inc.

Black & Veatch Corporation                     Greeley & Hansen LLP

Camp Dresser and McKee, Inc.                     MWH Americas, Inc.

CH2M Hill, Inc.                     Malcolm Pirnie, Inc.

CTE Engineers, Inc.                     Metcalf & Eddy, Inc.

Crawford, Murphy & Tilly, Inc.                      

 

All firms presented a team of personnel who were experienced in this type of work.  Based on the numerical scores from the Selection Advisory Committee, firms were placed in either the “Well Qualified” or “Qualified” categories.

 

A total of six firms are listed in the “Well Qualified” category.  Those firms are Black and Veatch, Camp Dresser and McKee, Inc., CH3M Hill, Inc., CTE Engineers, Inc., Earth Tech, Inc., and Metcalf & Eddy, Inc.  Presently all six firms are involved with other District projects.

 

The Selection Committee discussed the merits of each consultant listed in the “Qualified” category, the firms’ experience with the District, and the qualifications and staffing capability of the key personnel at each firm.  Based on the discussion, the Engineering Department recommends that Crawford, Murphy & Tilly be retained to perform the engineering design services for the project, based on the following reasons:

 

                     CMT presented a team of personnel who were experienced in work of this nature, have performed similar work for other utilities, and are recognized experts in their respective field.

 

                     The size of the project is commensurate with CMT’s capabilities as a mid-sized consulting engineering firm.

 

                     CMT presented a project team that includes thirteen PCE firms that will be involved in core elements of the work.

 

The total fee for the agreement is $2,502,387.00, to be distributed over two years.

 

The date of completion of the work is September 16, 2012.

 

The level of effort required for this work encompasses 20 people and approximately 19,630 man-hours. The estimated average payroll rate for the term of the agreement is $43.66/hour.

 

The components of the total fee are as follows:

 

ITEM:                     FEE:

 

1.                     Prime Consultant Fee - CMT

a. Direct Labor Cost                     536,858.69

b. Overhead and Profit                     1,030,661.31

c. Total Labor Fee                     $1,567,520.00

 

2.                     Reimbursable Direct Costs                     $184,150.00

 

3.                     Sub-Consultant

a. MBE/SBE firms                     500,478.00

b. WBE/SBE firms                     250,239.00

c. Total PCE Sub-Consultant                     $750,717.00

 

TOTAL FEE (Not to Exceed)                     $2,502,837.00

 

The firms of Altamanu, Inc., Hydro-Thermo Power Inc., Singh & Associates, Ltd., M.P.R. Engineering, Inc., Sigma Engineering Inc., ICCE. Ltd, GSG Environmental, Inc., Best Imaging Solutions are Minority-Owned Business Enterprises/Small Business Enterprises (MBE/SBE) firms.  The firms of Busking Engineering Services, LLC, Spectrum Engineering, Ltd., Zroka Engineering P.C., Cornerstone Construction Services, Inc., Raimonde Drilling Services, Inc. are 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 CMT will be in accordance with the District’s Affirmative Action Policy.

 

In as much as the firm of Crawford, Murphy & Tilly, Inc. and Mr. Bernard Held, 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 $2,502,837.00.

 

Funds are available in Account 401-50000-601420.

 

Requested, Kenneth A. Kits, Director of Engineering, TEK: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 August 12, 2010