Skip to main content


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 #: 08-0725    Version: 1
Type: Agenda Item Status: Adopted
File created: 4/24/2008 In control: Procurement Committee
On agenda: 5/1/2008 Final action: 5/1/2008
Title: Issue purchase order and enter into an agreement with Black & Veatch Corporation to provide professional engineering services for Contract 06-526-3P, Infrastructure and Process Needs Feasibility Study for the Hanover Park Water Reclamation Plant, in an amount not to exceed $3,500,000.00, Account 401-50000-601410, Requisition 1238463
Attachments: 1. Req. 06-526-3P

TRANSMITTAL LETTER FOR BOARD MEETING OF MAY 1, 2008

 

COMMITTEE ON PURCHASING

 

Mr. Richard Lanyon, General Superintendent

 

Title

Issue purchase order and enter into an agreement with Black & Veatch Corporation to provide professional engineering services for Contract 06-526-3P, Infrastructure and Process Needs Feasibility Study for the Hanover Park Water Reclamation Plant, in an amount not to exceed $3,500,000.00, Account 401-50000-601410, Requisition 1238463

Body

 

Dear Sir:

 

Approval is requested to issue a purchase order and enter into an agreement with Black & Veatch Corporation (B&V) for professional engineering services for Contract 06-526-3P, Infrastructure and Process Needs Feasibility Study, for the Hanover Park WRP.

 

The scope of work for this project consists of performing an infrastructure and process needs feasibility study for the Hanover Park WRP.  This will involve a current facility assessment, leading to a comprehensive review of the short-term and long-term needs of major unit processes.  Significant analysis includes the continued farm fields utilization for biosolids, new solids digestion technology, retention pond capacity, and effluent disinfection.  The final product of the study will be a Master Plan that will establish a prioritized sequence of major construction projects and financial needs for the next twenty years.

 

Fourteen firms were solicited for this project under the consolidated consultant interview process, and the ten firms that acknowledged interest in performing the work are as follows:

 

AB&H, A Donohue Group

Black & Veatch Corporation

Camp Dresser and McKee, Inc.

CH2M Hill, Inc.

Crawford, Murphy & Tilly, Inc.

Consoer Townsend Envirodyne Engineers, Inc.

Earth Tech, Inc.

Greeley & Hansen, LLC

Malcolm Pirnie, Inc.

Metcalf & Eddy, Inc.

 

B&V’s Statement of Qualifications indicates that their local personnel have extensive experience in planning studies.  This includes their collaboration with Greeley & Hansen on the Stickney Master Plan, in which they demonstrated their aptitude for this type of work, including excellent project management capabilities.  In addition to local personnel, B&V also has national process experts who can be utilized on this project as needed.  B&V presented a comprehensive approach for managing their projects, which includes a project management plan, budget and cost control, a quality assurance/quality control program, and project scheduling.

 

The time for completion of the project is 648 calendar days after award of the contract.  There are no provisions in the agreement for extension of time except for such reasonable period as may be agreed upon between the parties.

 

The level of effort required for the work encompasses approximately 19,873 man-hours. The estimated average payroll rate for the term of the agreement is $57/hour.

 

The components of the total fee are as follows:

 

ITEM                                                                                                                              FEE

 

1.                     Direct Labor Costs -

Black & Veatch                                          

                     A. Labor Cost                                                                                       $738,761.92

B. Overhead & Profit                                                               $1,501,238.10

C. Total Labor Fee                                                               $2,240,000.02

 

2.                     Reimbursable Direct Costs                                               $84,999.98

 

3.                     Sub-Consultant                                          

                     A. MBE/SBE firms                                                                  $700,000.00

                     B. WBE/SBE firms                                                                  $350,000.00

                     C. Non-PCE Sub-Consultant                                             $125,000.00

                                                                                                                              

                     Total Fee (Not to exceed)                                          $3,500,000.00

 

The firms Aqualyze, Inc., Milhouse Engineering & Construction, Inc., and M.P.R. Engineering, Corp., Inc. are Minority-Owned Business Enterprises (MBE)/Small Business Enterprises (SBE).  The firms Busking Engineering Services, LLC, McBride Engineering, Inc., and Best Imaging Solutions, Inc. are Women-Owned Business Enterprises (WBE)/Small Business Enterprises (SBE).  These firms will actively participate in providing services required by the agreement.  B&V will receive reimbursement on the basis of direct labor costs actually expended with an allowance for recovery of related indirect costs, profit, reimbursable direct costs, and any other relevant costs, as applicable.  The work to be performed by PCE Sub-Consultants represents 30.0% of the total dollar value of the Agreement.

 

The Affirmative Action Section has reviewed the agreement and has concluded that B&V is in accord with the District’s Affirmative Action Policy.

 

Funds are available in Account 401-50000-601410, Capital Improvements Bond Fund.

 

Mr. Gary Shimp, P.E., who will serve as the project manager, is an engineer possessing a high degree of professional engineering skill in the firm of B&V.  In as much as the firm of B&V and Mr. Shimp of that firm are possessed of a high degree of professional skill, it is recommended that the Purchase Order be issued without advertising, per Section 11.4 of the Purchasing Act.

 

In view of the foregoing, it is recommended that the Purchasing Agent be authorized to issue a Purchase Order and enter into an agreement with Black & Veatch Corporation in an amount not to exceed $3,500,000.00.

 

Requested, Joseph P. Sobanski, Chief Engineer, TK:ECB:MTS

Recommended, Darlene A. LoCascio, Purchasing Agent

Respectfully Submitted, Barbara J. McGowan, Chairman Committee on Purchasing

ORDERED passed by affirmative roll call vote of a majority of the Commissioners present this May 1, 2008.  Approved, President Terrence J. O’Brien

 

Attachment