HomeMy WebLinkAboutContract Addendum - Greeley & Hansen LLC- Water Plant 4160 V Electrical System Reliability Project (RFP #22-30)Page 1 of 1
Memorandum
To: Luke Stowe, City Manager
From: Paul Moyano, Senior Project Manager
Subject: Water Plant 4160V Electrical System Reliability Project (RFP 22-30)
Amendment 1 – Engineering Services During Construction
Date: May 8, 2023
City Council authorized the City Manager to execute Amendment 1 to the Professional
Services Agreement for engineering related to the Water Plant 4160V Electrical System
Reliability Project (RFP 22-30) for Engineering Services During Construction on May 12,
2025.
The Amendment is attached for your signature. The council memo is also attached for
your reference. Council Action has not been published yet.
Please sign the Amendment and email it back to Paul Moyano. If you need any additional
information, please contact Paul Moyano at x8217.
Attachments:
1. Amendment (for signature on Page 3 of the PDF)
2. Council Memo (for reference)
Doc ID: fdc246c5696bb25f1984d9474e09eb946ac96bd3
Attachment 1 – Amendment
Doc ID: fdc246c5696bb25f1984d9474e09eb946ac96bd3
CITY OF EVANSTON
ADDENDUM
Addendum No. 001
Date: May 12, 2025
Agreement Date: September 23, 2022
PROJECT: Water Plant 4160V Electrical System Reliability Project (RFP 22-30)
OWNER: City of Evanston
CONTRACTOR: Greeley and Hansen, LLC
The following changes are hereby made to the AGREEMENT:
Addition of Engineering Services During Construction and Arc Flash Study as detailed in the
attached letter from Greeley and Hansen May 1, 2025.
Original CONTRACT PRICE: $ 597,280.00
Current CONTRACT PRICE adjusted by previous CHANGE ORDERS $ 895,891.00
Total change in CONTRACT PRICE for this ADDENDUM 001 $ 1,345,832.00
The CONTRACT PRICE including this ADDENDUM will be $ 2,241,723.00
Original COMPLETION DATE November 22, 2023
Current COMPLETION DATE adjusted by previous CHANGE ORDERS December 1, 2024
Total Change in CONTRACT TIME for this ADDENDUM 1552 Days
The COMPLETION DATE including this ADDENDUM will be March 2, 2029
Accepted by
(Contractor):
Greeley and Hansen, LLC Date
Approved by
(Owner):
City of Evanston Date
5/2/25
05 / 16 / 2025
Doc ID: fdc246c5696bb25f1984d9474e09eb946ac96bd3
1
May 1, 2025
Mr. Paul Moyano, P.E.
Senior Project Manager - Water and Sewer
Public Works Agency | Capital Planning & Engineering Bureau
City of Evanston
2100 Ridge Avenue
Evanston, IL 60201
Subject: Construction Services Changes to Contract 22-30: Water Plant 4160V Electrical System
Reliability Project
Mr. Moyano,
Thank you for the opportunity to submit our proposal for the Construction Services for Contract 22-30:
Water Plant 4160V Electrical System Reliability Project. This proposal includes a revised scope of services
and level of effort to support the additional project scope added during the Design services phase and the
increased construction duration, including Low Voltage Electrical Improvements and the Garage 4 Second
Floor Expansion Improvements. The additional construction services scope and fee required to
accommodate this additional project scope is $1,345,832, as detailed in Attachment A – Change Order No.
1 Level of Effort and Fee Table and Attachment B – Contract 22-30 Revised Construction Services Scope
of Services.
Construction Services – Revisions:
1) Construction Administration
Level of effort for the construction administration is increased because of the increase to the
overall construction time which includes more progress meetings and coordination with the
Contractor. Additionally, there is also an increased level of submittal and RFI review assumed
based on the expanded design scope.
2) Construction Inspection
Level of effort for the inspection is higher based on the three-year duration vs. the previously
one-year construction period assumed, there is also escalation due to construction beginning
later than anticipated and having the longer duration. Under Construction Inspection, we also
included more effort and a more experienced professional assumed during the Start-up and
Commissioning phase as there's a larger focus on startup and commissioning than original
requested in the RFP.
3) Arc Flash Safety Program Update
Revised the effort to the arc flash study based on a more experienced team member performing
the update, this resulted in a credit.
4) Construction Administration
Scope and level of effort increased 80 hours to complete the site restoration design at the
construction staging site.
Construction Services Revised Scope of Services:
The Contract 22-30 Scope of Services is structured in updates to three (3)) project tasks, as follows, and
Doc ID: fdc246c5696bb25f1984d9474e09eb946ac96bd3
2
is detailed in Attachment B – Contract 22-30 Scope of Services.
Task 6 Construction Administration
Task 7 Construction Inspection
Task 8 Arc Flash Safety Program Update
See breakdown of the task level of effort in Attachment A – Construction Services Revised Level of Effort
and Fee Table.
Assumptions:
· Revised Scope of Work project tasks and sub-tasks will be performed in a similar propositional
manner for professional services with each new scope item as compared to the existing project
scope items within the Scope of Services.
· The additional professional services corresponding disciplines, staff, and level of effort are
detailed Attachment B: Level of Effort and Fee Table
· Revised Scope of Work will amend the existing Scope of Work deliverables to accommodate
these additional scope items.
· Revised Construction Duration is 39 months, with six months of submittal review prior to
mobilization and 36 months anticipated for on-site construction.
· Submittal Review: Assumes 137 submittals at 4 hours per submittal.
· RFI Coordination: Assumes 116 total items for RFIs, field orders or change orders at 6 hours per
item.
· Record Drawings: 66 drawings will be updated at two hours a sheet.
Attachments:
1) Attachment A – Change Order No. 1 Level of Effort and Fee Table
2) Attachment B – Contract 22-30 Scope of Services
Thank you for the opportunity to submit our proposal for the Construction services for the Contract 22-30: Water Plant
4160V Electrical System Reliability Project. The Greeley and Hansen Team is ready to execute these additional
engineering services in conjunction with our ongoing professional services to deliver this project successfully and to
your expectations. Should you have any questions regarding this proposal, please contact me at (262) 290-2254 or
catharine.richardson@tylin.com
Yours very truly,
Greeley and Hansen LLC
Catharine Richardson, P.E., ENV SP
Associate Vice President
C: Michael Monte, Project Manager
Doc ID: fdc246c5696bb25f1984d9474e09eb946ac96bd3
CITY OF EVANSTON
Water Plant 4160V Electrical System Reliability Project
Proposed Changes to the Scope of Services for Construction Services
1
Attachment A
APRIL 202 5
PROPOSED HOURS AND LEVEL OF EFFORT
We propose to provide these services for a do not to exceed fee of $1,345,823 based on the following
breakdown that shows the hour changes from our original proposal:
Task Original Proposed
Hours
Revised Proposed
Hours
Task 6 – Construction Administration
1224 1906
Task 7 – Construction Inspection
1920 6264
Task 8 – Arc Flash Safety Program Update
256 88
Total 3400 8258
Task
Original Proposed Cost
Revised Proposed
Cost
Task 6 - Construction Administration (6/2025-
12/2028) $ 218,966 $ 368,319
Task 7 - Construction Inspection (10/2025 -
10/2028) $ 289,951 $ 957,030
Task 8 - Arc Flash Safety Program Update (5/2028 -
11/2028) $ 41,042 $ 20,474
Total $ 549,958 $ 1,345,823
Break down on the following page.
Doc ID: fdc246c5696bb25f1984d9474e09eb946ac96bd3
Item Description
Project
Manager:
Michael
Monte
Project
Manager:
Michael
Monte
Project
Manager:
Michael
Monte
Project
Manager:
Michael
Monte
Project
Director: Katie
Richardson
Project
Director: Katie
Richardson
Project
Director: Katie
Richardson
Project
Director: Katie
Richardson
Constr.
Inspector:
Scott Murray
Constr.
Inspector:
Scott Murray
Constr.
Inspector:
Patrick
Lodding
Constr.
Inspector:
Patrick
Lodding
Constr.
Inspector:
Patrick
Lodding
Constr.
Inspector:
Scott Murray
Sr. Electrical
Engineer:
Dwayne Allen
2025 2026 2027 2028 2025 2026 2027 2028 2025 2026 2026 2027 2028 2028 2025
Direct Labor Rate $73.61 $76.44 $79.27 $82.44 $84.13 $87.50 $91.00 $94.63 $65.17 $67.78 $40.00 $41.60 $43.26 $73.20 $56.01
Salary Cost Multiplier 3.15 3.15 3.15 3.15 3.15 3.15 3.15 3.15 2.6 2.6 2.6 2.6 2.6 2.6 3.15
Billing Rate $231.88 $240.79 $249.71 $259.70 $265.01 $275.61 $286.63 $298.10 $169.44 $176.22 $104.00 $108.16 $112.49 $190.32 $176.45
Tasks
Task 6 - Construction Administration (6/1/2025-12/1/2028) 56 78 78 86 8 12 12 12 4 0 0 0 0 0 46
Final Site Restoration Plan
Task 7 - Construction Inspection (10/2025 - 10/2028) 0 0 0 0 0 0 0 0 320 1760 320 2080 1670 90 0
Satrt-up and Commisioning (included in Task 7) 90
Task 8 - Arc Flash Safety Program Update (10/2027 - 4/2028) 0 0 0 40 0 0 0 0 0 0 0 0 0 0 0
Total Labor 56 78 78 126 8 12 12 12 324 1760 320 2080 1670 90 46
Other Costs
Direct Reimbursible Expenses 125,700$
Fees and Overhead Costs 1,220,123$
TOTAL NOT-TO-EXCEED COST 1,345,823$
NTP Friday, August 1, 2025
Substantial Completion Sunday, July 16, 2028
Final Completion Saturday, October 14, 2028
Budgeted Labor Hours
Doc ID: fdc246c5696bb25f1984d9474e09eb946ac96bd3
Item Description
Direct Labor Rate
Salary Cost Multiplier
Billing Rate
Tasks
Task 6 - Construction Administration (6/1/2025-12/1/2028)
Final Site Restoration Plan
Task 7 - Construction Inspection (10/2025 - 10/2028)
Satrt-up and Commisioning (included in Task 7)
Task 8 - Arc Flash Safety Program Update (10/2027 - 4/2028)
Total Labor
Other Costs
Direct Reimbursible Expenses 125,700$
Fees and Overhead Costs 1,220,123$
TOTAL NOT-TO-EXCEED COST 1,345,823$
NTP Friday, August 1, 2025
Substantial Completion Sunday, July 16, 2028
Final Completion Saturday, October 14, 2028
Sr. Electrical
Engineer:
Dwayne Allen
Sr. Electrical
Engineer:
Dwayne Allen
Sr. Electrical
Engineer:
Dwayne Allen
Electrical
Engineer:
Electrical
Engineer:
Architect:
Jonathan
Walters
Architect:
Jonathan
Walters
Architect:
Jonathan
Walters
Architect:
Jonathan
Walters
Mechanical
Engineer: Wei
Qian
Mechanical
Engineer: Wei
Qian
Mechanical
Engineer: Wei
Qian
Mechanical
Engineer: Wei
Qian
I&C Engineer:
Jin Lee
2026 2027 2028 2026 2027 2025 2026 2027 2028 2025 2026 2027 2028 2025
$58.17 $60.32 $62.74 $43.20 $44.80 $58.00 $60.32 $62.73 $65.24 $66.89 $69.56 $72.34 $75.24 $66.89
3.15 3.15 3.15 3.15 3.15 3.15 3.15 3.15 3.15 2.61 2.61 3.61 3.61 2.61
$183.23 $190.02 $197.62 $136.08 $141.12 $182.70 $190.01 $182.70 $182.70 $174.57 $181.56 $261.16 $271.61 $174.57
64 72 42 88 96 218 138 138 178 18 14 14 34 36
80
0 0 0 0 0 6 6 6 6 0 0 0 0 0
0 0 48 0 0 0 0 0 0 0 0 0 0 0
64 72 90 88 96 224 144 144 184 18 14 36
Budgeted Labor Hours
Doc ID: fdc246c5696bb25f1984d9474e09eb946ac96bd3
Item Description
Direct Labor Rate
Salary Cost Multiplier
Billing Rate
Tasks
Task 6 - Construction Administration (6/1/2025-12/1/2028)
Final Site Restoration Plan
Task 7 - Construction Inspection (10/2025 - 10/2028)
Satrt-up and Commisioning (included in Task 7)
Task 8 - Arc Flash Safety Program Update (10/2027 - 4/2028)
Total Labor
Other Costs
Direct Reimbursible Expenses 125,700$
Fees and Overhead Costs 1,220,123$
TOTAL NOT-TO-EXCEED COST 1,345,823$
NTP Friday, August 1, 2025
Substantial Completion Sunday, July 16, 2028
Final Completion Saturday, October 14, 2028
I&C Engineer:
Jin Lee
I&C Engineer:
Jin Lee
Structural
Engineer:
Eduardo
DeSantiago
Structural
Engineer:
Eduardo
DeSantiago
Structural
Engineer:
Eduardo
DeSantiago
Structural
Engineer:
Eduardo
DeSantiago
Civil
Engineer:
Noah
Blaustein
Civil
Engineer:
Noah
Blaustein
Civil
Engineer:
Noah
Blaustein
Civil
Engineer:
Noah
Blaustein
CAD Designer:
Rob Mason
CAD Designer:
Rob Mason
CAD Designer:
Rob Mason
CAD Designer:
Rob Mason
Admin:
Rochel Reid
2026 2027 2025 2026 2027 2028 2025 2026 2027 2028 2025 2026 2027 2028 2025
$69.56 $72.34 $75.17 $78.06 $75.17 $78.06 $41.43 $43.09 $44.81 $46.60 $46.80 $48.67 $50.62 $52.64 $44.05
2.61 2.61 2.6 2.6 2.6 2.6 3.15 3.15 3.15 3.15 3.15 3.15 3.15 3.15 3.15
$181.56 $188.82 $195.45 $202.96 $195.45 $202.96 $130.50 $135.72 $163.30 $163.30 $147.42 $153.32 $159.45 $165.83 $138.77
32 32 44 40 40 40 6 6 6 6 24 8 8 48 8
0 0 0 0 0 0 0 0 0 0 0 0 0 0 0
0 0 0 0 0 0 0 0 0 0 0 0 0 0 0
32 32 44 40 40 40 6 6 24 8 8 48 8
Budgeted Labor Hours
Doc ID: fdc246c5696bb25f1984d9474e09eb946ac96bd3
Item Description
Direct Labor Rate
Salary Cost Multiplier
Billing Rate
Tasks
Task 6 - Construction Administration (6/1/2025-12/1/2028)
Final Site Restoration Plan
Task 7 - Construction Inspection (10/2025 - 10/2028)
Satrt-up and Commisioning (included in Task 7)
Task 8 - Arc Flash Safety Program Update (10/2027 - 4/2028)
Total Labor
Other Costs
Direct Reimbursible Expenses 125,700$
Fees and Overhead Costs 1,220,123$
TOTAL NOT-TO-EXCEED COST 1,345,823$
NTP Friday, August 1, 2025
Substantial Completion Sunday, July 16, 2028
Final Completion Saturday, October 14, 2028
Admin:
Rochel Reid
Admin:
Rochel Reid
Admin:
Rochel Reid
Total Labor
Hours
2026 2027 2028
$45.82 $47.65 $49.56
3.15 3.15 3.15
$144.32 $150.10 $156.10
Total Labor Cost GH Labor CCJM Labor Primera Labor GH ODCs Total
8 8 8 1906 368,219$ 320,832$ 30,670$ 16,718$ 100$ 368,319$
0 0 0 6264 832,030$ -$ 125,000$ 957,030$
0 0 0 88 19,874$ 19,874$ -$ -$ 600$ 20,474$
8 8 8 8258 1,220,123$ 340,705$ 30,670$ 16,718$ 125,700$ 1,345,823$
Doc ID: fdc246c5696bb25f1984d9474e09eb946ac96bd3
CITY OF EVANSTON
Water Plant 4160V Electrical System Reliability Project
Proposed Changes to the Scope of Services for Construction Services
1
Attachment B
APRIL 202 5
PROJECT UNDERSTANDING
Greeley and Hansen will perform the following tasks as modified to the assumed scope of services
originally presented in Section 1 of the RFP based on the changes to the scope of the project made
during the Design phase. These changes include changes both to the scope of the project, outlined in
the cover letter and a change in the construction duration.
SCOPE OF SERVICES
Task 1 Preliminary Design – Completed
Task 2 Detailed Design - Completed
Task 3 IEPA SRF Loan Support – No Changes
The City will manage the IEPA SRF Loan Application process, and submit
materials. Greeley and Hansen will support the loan application effort as
described below:
3.1 Develop the Project Plan.
3.1.1 Submit a draft of the Project Plan to the City for review.
3.1.2 Revise the Project Plan to incorporate comments
from the City. The City will provide financial
information needed to complete the Plan.
3.1.3 Submit four hard-copies of the project plan to the
City, and a complete electronic set in both Adobe
PDF format Microsoft Word. The City will submit the
Project Plan to the IEPA.
Doc ID: fdc246c5696bb25f1984d9474e09eb946ac96bd3
3.2 Provide information as needed for the City to prepare and
submit the following items:
3.2.1 Environmental Checklist,
3.2.2 IDNR and IHPA sign-offs
3.2.3 Public notice for Categorical Exclusion and public
hearing, if required
3.2.4 Loan Application Form
3.2.5 Design Submittal
3.2.6 Engineering Checklist
3.2.7 Bid Package Submittal
3.2.8 Supplemental forms required for the IEPA SRF Loan
Application.
3.3 Work with the City and IEPA Project Manager to ensure the
contract documents are in accordance with IEPA
requirements.
3.4 Provide a construction cost estimate to the City in IEPA’s
required format.
3.5 During construction, assist in preparation of submittals to
IEPA, including change orders and disbursement requests.
3.6 Following construction, work with the City to provide
necessary documentation to close out the project with the
IEPA.
Task 4 Bidding - Completed
Task 5 Project Management – Changed due to Construction Duration Increase
5.1 Manage scope, schedule, and budget of the work
associated with Tasks 1 through 4, and perform
administrative tasks needed for the successful completion
of this work.
5.2 Prepare and submit monthly invoices with brief progress
report/cover letter.
5.3 Provide quality assurance and quality control of the work
produced by staff and subcontractors.
Doc ID: fdc246c5696bb25f1984d9474e09eb946ac96bd3
5.4 Maintain regular communication with City staff, including
weekly telephone/virtual progress updates. Meetings for
review of significant deliverables or milestones should be
in person. Prepare agenda and minutes for meetings.
Task 6 Construction Administration
A 42 month construction duration is now assumed, which includes 6 months for
submittals and equipment delivery, and contractors mobilized for 36 months.
6.1 Manage scope, schedule, and budget of the work
associated with Tasks 6 through 8, and perform
administrative tasks needed for the successful
completion of the construction.
6.2 Develop a conformed set of construction documents
incorporating the addenda into the Bid Set. Furnish eight
sets of hard copies of the construction documents in final
form. Submit documents to the City electronically in
AutoCAD and PDF.
6.3 Lead the pre-construction meeting with the City and
Contractor. Prepare the agenda and distribute meeting
minutes.
6.4 Consult with the City concerning decisions as to the
acceptability of Subcontractors and other persons and
organizations proposed by the Contractor for those
portions of the work for which such acceptability is
required by the Contract Documents.
6.5 Manage, review and approve submittals from the
Contractor, including but not limited to schedule of
values, work schedule, and technical submittals.
• Assumes 137 submittals at 4 hours per
submittal.
6.6 Manage, review and respond to requests for information,
review proposed field changes, and prepare
recommendations for change orders.
Doc ID: fdc246c5696bb25f1984d9474e09eb946ac96bd3
• Assumes 116 total items for RFIs, field
orders or change orders at 6 hours per
item.
6.7 Attend and document factory testing of major equipment,
including generators and switchgear.
6.8 Review and approve contractor applications for payment
and updated construction schedules.
6.9 Prepare drawings of record within thirty (30) days after
final completion of the project. Submit two sets of hard
copies of drawings of record to the City, and complete sets
electronically in AutoCAD, and PDF. These drawings will
show those changes made during the construction
process, based on the marked-up prints, drawings and
other data furnished by the Contractor to Greeley and
Hansen and which Greeley and Hansen considers
significant.
• Assumes 66 drawings will be updated at
two hours a sheet.
6.10 Prepare final drawings for site restoration at the
construction staging location.
• Assumes two drawings and 80 hours.
Task 7 Construction Inspection
A 42 month construction duration is now assumed, which includes 6 months for
submittals and equipment delivery, and contractors mobilized for 36 months.
7.1 Provide full-time field observation services for compliance
with the Contract Documents.
7.2 Perform digital scanning using Matterhorn technology of
existing conditions to aid in RFI and field order review from
design team and reduce site visits.
7.3 Advise the City of noncompliance and assist the City to
inform the Contractor accordingly.
7.4 Keep the City informed of the work progress by submitting
Doc ID: fdc246c5696bb25f1984d9474e09eb946ac96bd3
weekly progress reports and daily inspection sheets.
7.5 Lead weekly progress meetings during construction to
review project status and schedules. Prepare agendas and
distribute meeting minutes for each meeting.
7.6 Support responses to requests for information, review of
proposed field changes, and preparation of
recommendations for change orders.
7.7 In cooperation with the City and the Contractor, prepare a
punch list when the project is substantially completed and
monitor completion.
7.8 Conduct a final inspection to determine if the project has
been completed in accordance with the Contract
Documents and the Contractor has fulfilled their
obligations thereunder so that Greeley and Hansen may
approve, in writing, final payment to the Contractor.
7.9 Support City of Evanston staff during training, start-up,
and commissioning, working with the Contractor and their
Manufacturers to facilitate a smooth transition of the
Ownership of the new equipment and systems by
attending and overseeing the training and testing
conducted by the Contractor.
7.10 Greeley and Hansen will not be responsible for the
construction means, methods, techniques, sequences,
procedures or safety precautions incidental thereto.
Greeley and Hansen will not be responsible for the
Contractor's failure to perform the construction work in
accordance with the Contract Documents. Greeley and
Hansen will endeavor to guard the City against defects and
deficiencies in the work of the Contractor and may
disapprove or reject work as failing to conform to the
Contract Documents.
7.11 Construction Material Testing (CMT) services will be
provided by a separate City Consultant as needed. The
resident engineer will be required to schedule CMT
Doc ID: fdc246c5696bb25f1984d9474e09eb946ac96bd3
services directly with the City Consultant in coordination
with the Contractor.
Doc ID: fdc246c5696bb25f1984d9474e09eb946ac96bd3
Task 8 Arc Flash Safety Program Update
Arc flash safety program for data collection and completion of
three analyses that are to be documented in a final report for the
Water Plant, North Standpipe Pump Station and South Standpipe
Pump Station.
8.1 Data collection and inspection requiring de-energizing of
equipment at the three sites will be coordinated with the
construction contract.
8.1.1 Electrical short circuit analysis. Evaluate motor
control panels and switchgear panels rated at 480
volts or more.
8.1.2 Perform short circuit analysis for each location
under normal operating mode and the worst case
scenario for the power distribution system.
Determine the worst case scenario for the arc flash
energy based on the available fault current and the
duration of the fault.
8.1.3 Determine the maximum RMS symmetrical three
phase, single phase, and line to line short circuit
current at each switchgear bus, medium voltage
motor control center, unit substation, low voltage
motor control center, distribution panelboard,
pertinent branch circuit panel, and other significant
locations.
8.1.4 Calculate short circuit currents, X/R ratios, and
equipment short circuit interrupting or withstand
current ratings.
8.1.5 For each fault location, provide a list of the total
duty on the bus, as well as individual contribution
from each connected branch, with its respective
X/R ratio.
8.1.6 Provide one-line diagrams of each location’s
Doc ID: fdc246c5696bb25f1984d9474e09eb946ac96bd3
distribution system identifying major equipment
and components, bus numbers used in the short
circuit analysis, cable and bus connections
between equipment, calculated maximum short
circuit current at each bus location, transformer
ratings, and voltage at each bus.
8.1.7 Calculate momentary and interrupting fault duties at
each location.
8.1.8 Calculate bus to bus impedance values reduced to
a common MVA base for equipment.
8.1.9 Provide a draft report including tables to identify
electrical devices including operating voltage,
device rating, calculated short circuit currents, and
X/R ratios; input on the adequacy or inadequacy of
each piece of equipment; and recommended
changes where appropriate.
8.1.10 Meet with Utilities Dept. staff to review the
recommended changes before they are finalized.
8.2 Protective device coordination analysis
8.2.1 Determine the settings for protective relays and
circuit breakers, such that the lowest level
protective device operates first to isolate the
affected equipment and to minimize the extent of
shutdown of the power distribution system.
8.2.2 Provide burden calculations for transformers to
confirm that the existing transformers will not
saturate under a fault current condition and
jeopardize operation of the protective relays.
8.2.3 Provide the calculations and logic utilized to select
or check the selection of power fuse ratings,
protective relay characteristics and settings, ratios
and characteristics of associated current
transformers, and low voltage breaker trip
characteristics and settings.
Doc ID: fdc246c5696bb25f1984d9474e09eb946ac96bd3
8.2.4 Provide a protective device evaluation report for
each operating scenario in standard SKM Power
Tools format. Provide a draft report with time
current coordination drawings, associated one-line
diagrams, deficiencies in protection and/or
coordination, and recommended improvements.
Include tables showing the suggested settings for
each protective device, location of each device,
and corresponding device number on the one-line
diagrams.
8.2.5 Meet with Utilities Dept. staff to review the report
before it is finalized.
8.3 Arc flash hazard analysis
8.3.1 Evaluate Motor Control Panels and Switchgear
Panels rated at 480 volts or more.
8.3.2 Utilize the latest version of SKM Power Tools arc-
flash analysis software.
8.3.3 Hazard Risk Assessment – analyze the appropriate
panels to determine the following data:
8.3.3.1 Flash hazard boundary (inches)
8.3.3.2 Incident energy (Cal/cm2) at 18 inches
8.3.3.3 Hazard risk category (Level, 2, 3, or 4)
8.3.3.4 Glove class
8.3.3.5 Required PPE
8.3.3.6 Shock hazard (volts)
8.3.3.7 Limited approach boundary
8.3.3.8 Equipment name and ID
8.3.3.9 Date of analysis
8.3.4 Labeling
8.3.4.1 Provide and attach an equipment warning
sticker at each panel evaluated in the Hazard
Risk Assessment.
8.3.4.2 The warning stickers shall clearly show the
hazard risk category of the equipment.
Doc ID: fdc246c5696bb25f1984d9474e09eb946ac96bd3
8.3.5 Arc Flash Hazard Reduction Plan – provide a written
plan with the following components:
8.3.5.1 Summarize the ratings and settings of
each protective device evaluated in the
study.
8.3.5.2 Outline the arc flash incident energy at
each specified panel.
8.3.5.3 Recommend modifications at each
specified panel, if needed.
8.3.5.4 Provide theoretical arc flash incident
energy and replacement warning stickers for
each specified panel after the recommended
modifications have been completed.
8.3.5.5 Cost/benefit analysis for the recommended
modifications.
8.3.5.6 Provide a draft report for review by the City.
8.3.5.7 Meet with City staff to review the
recommendations before the report is
finalized.
8.4 Program report
8.4.1 At the conclusion of the project, provide a
comprehensive final report containing the
individual reports and recommendations from the
above tasks as a single volume. Provide five copies
in three- ring binders in tabular format.
8.4.2 Provide an electronic copy of the final project
report in Adobe PDF format
8.4.3 Provide a set of updated electrical system one-line
diagrams in AutoCAD format, including nameplate
data for electrical components within the electrical
system from the utility feeders through the lowest
rated panels. Cable sizes, types, and lengths
between electrical equipment components and
updated utility source data shall be provided for an
Doc ID: fdc246c5696bb25f1984d9474e09eb946ac96bd3
accurate one-line representation of the electrical
system.
8.4.4 Provide model files in standard SKM Power Tool format.
8.4.5 Data files shall be formatted for ease of use by the
City to perform arc flash and/or short circuit
analyses in the future as old equipment is replaced
or new equipment is added.
Doc ID: fdc246c5696bb25f1984d9474e09eb946ac96bd3
SCHEDULE
A draft project schedule is summarized as follows. Although this schedule is subject to change, it is
assumed that the project will be completed by the end of 2025.
DRAFT PROJECT SCHEDULE
Milestone Date Notes
Notice to Proceed Contractor By August 1, 2025 (1)
Generator Shop Drawing and Equipment
Release
November 15, 2025 (2)
Substantial Completion July 16, 2028 --
Final Completion October 14, 2028 --
Notes:
(1). Provides 45-days for City’s internal review, approval, and signatures and
coordination with IEPA.
(2). This milestone assumes 90 days for shop drawing development, review, and
approval following the contractor’s NTP with one revision.
Doc ID: fdc246c5696bb25f1984d9474e09eb946ac96bd3
PROPOSED HOURS
We propose to provide these services for a do not to exceed fee of $1,331,207 based on the following
breakdown that shows the hour changes from our original proposal:
Task Original
Proposed
Hours
Revised
Proposed
Hours
Task 6 – Construction Administration
1224 1826
Task 7 – Construction Inspection
1920 6264
Task 8 – Arc Flash Safety Program Update
256 88
Total 3400 8178
Original
Proposed
Cost
Revised
Proposed
Cost
Task 6 - Construction Administration (6/2025-12/2028) $ 218,966 $ 353,703
Task 7 - Construction Inspection (10/2025 - 10/2028) $ 289,951 $ 957,030
Task 8 - Arc Flash Safety Program Update (5/2028 - 11/2028) $ 41,042 $ 20,474
Total $ 549,958 $ 1,331,207
Doc ID: fdc246c5696bb25f1984d9474e09eb946ac96bd3
Attachment 2 – Council Memo
Doc ID: fdc246c5696bb25f1984d9474e09eb946ac96bd3
Memorandum
To: Honorable Mayor and Members of the City Council
CC: Members of Administration and Public Works Committee
From: Paul Moyano, Senior Project Manager
CC: Edgar Cano, Public Works Agency Director; Lara Biggs, Capital
Planning & Engineering Bureau Chief / City Engineer
Subject: Approval of Amendment No.1 to the Agreement with Greeley and
Hansen LLC for Water Plant 4160 V Electrical System Reliability
Project (RFP 22-30)
Date: May 12, 2025
Recommended Action:
Staff recommends that the City Council authorize the City Manager to execute Amendment
No. 1 to the agreement with Greeley and Hansen LLC (100 South Wacker Drive, Suite 1400,
Chicago, IL 60606) for the Water Plant 4160V Electrical System Reliability Project (RFP 22-
30) in the amount of $1,345,832.00. This will increase the overall contract amount from
$895,891.00 to $2,241,723.00. This Amendment includes a time extension of 1552 days,
extending the contract completion date from December 1, 2024, to March 2, 2029.
Funding Source:
Funding is provided from a loan from the IEPA that will be routed through the Water Fund
(Account No. 510.40.7330.62145 – 722002). The fund has an approved FY 2025 budget of
$5,105,000.00 and a YTD balance of $3,418,696.33. Engineering Services during
Construction for the Water Plant 4160V Electrical System Reliability Project has a FY 2025
budget allocation of $300,000 and a total funding budget of $1,600,000.
City staff is pursuing a low-interest loan from the Illinois Environmental Protection Agency
(IEPA) State Revolving Fund (SRF). The loan is only issued after the design is complete and
a contractor has been selected. If the City successfully obtains the loan, eligible engineering
and construction costs would be funded by the loan.
CARP:
Municipal Operations, Renewable Energy, Emergency Preparedness & Management
Council Action:
For Action
A13.Page 101 of 184
Doc ID: fdc246c5696bb25f1984d9474e09eb946ac96bd3
Page 2 of 25
A13.Page 102 of 184
Doc ID: fdc246c5696bb25f1984d9474e09eb946ac96bd3
Page 3 of 25
A13.Page 103 of 184
Doc ID: fdc246c5696bb25f1984d9474e09eb946ac96bd3
On November 13, 2023, the City Council approved Ordinance 112-O-23, authorizing the City
to borrow funds from the Illinois Environmental Protection Agency Public Water Supply Loan
Program.
Page 4 of 25
A13.Page 104 of 184
Doc ID: fdc246c5696bb25f1984d9474e09eb946ac96bd3
Contract Addendum - Greeley and Hansen LLC for Water Plant...
4160V_ESDC_Luke_Memo_20250515.pdf
fdc246c5696bb25f1984d9474e09eb946ac96bd3
MM / DD / YYYY
Signed
05 / 16 / 2025
10:56:57 UTC-5
Sent for signature to Luke Stowe (lstowe@cityofevanston.org)
from lthomas@cityofevanston.org
IP: 66.158.65.76
05 / 16 / 2025
16:17:53 UTC-5
Viewed by Luke Stowe (lstowe@cityofevanston.org)
IP: 50.230.108.29
05 / 16 / 2025
16:18:15 UTC-5
Signed by Luke Stowe (lstowe@cityofevanston.org)
IP: 50.230.108.29
The document has been completed.05 / 16 / 2025
16:18:15 UTC-5