Loading...
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