HomeMy WebLinkAboutResolutions - 1987.12.10 - 18183Miscellaneous Resolution #87345 December 10, 1987
BY: PLANNING AND BUILDING COMMITTEE - Anne M. Hobart, Chairperson
IN RE: DEPARTMENT OF PUBLIC WORKS - SOLID WASTE - APPROVE AMENDMENT TO
ENGINEERING AGREEMENT FOR INITIAL VENDOR PROCUREMENT EFFORTS
FOR IMPLEMENTATION OF RESOURCE RECOVERY FACILITY (FAST TRACK)
TO THE OAKLAND COUNTY BOARD OF COMMISSIONERS
Mr. Chairperson, Ladies and Gentlemen:
WHEREAS this Board of Commissioners with the adoption of
Miscellaneous Resolution 87213 on September 3, 1987, did agree to advance
funds on behalf of the Municipal Solid Waste Board (M.S.W.B.) for up to
$250,000 to pay the costs of certain "fast-track" activities which will
be undertaken simultaneously with the preparation of the Plan of
Financing; and
WHEREAS this Board of Commissioners with the adoption of
Miscellaneous Resolution 87319 on November 19, 1987, approved an
agreement with Camp, Dresser & McKee, Inc., (C.D.M.) for professional
services involved in the performance of a portion of those "fast-track"
activities also called "Initial Vendor Procurement Efforts:" and
WHEREAS the M.S.W.B., in order to expeditiously get underway with
other "fast-track" activities, is desirous of having certain financial
advisory services added to the existing C.D.M. contract.
NOW THEREFORE BE IT RESOLVED that the Chairperson of the Oakland
County Board of Commissioners and the County Executive are hereby
authorized and directed to execute the attached amendment to Agreement
for consulting engineering services by and between the County of Oakland
and Camp Dresser & McKee, Inc.
BE IT FURTHER RESOLVED that the maximum fee for these added
consulting engineering services shall not exceed $67,280.
BE IT FURTHER RESOLVED that this cost shall be considered a "System
Cost" in accordance with Miscellaneous Resolution 85234, adopted on
August 8, 1985, and paid for by the participating municipalities under
the terms of the Intergovernmental Agreement for the Disposal of Solid
AMENDMENT NO. 1
TO THE
AGREEMENT FOR PROFESIONAL SERVICES
THE COUNTY OF OAKLAND, MICHIGAN
AND
CAMP DRESSER & McKEE
For Initial Vendor Procurement Efforts
in Conjunction with the
Implementation of the
Oakland County Solid Waste
Management Plan
THIS IS AMENDMENT NO. 1 TO THE ABOVE AGREEMENT made as of the
day of in the year Nineteen Hundred and
Eighty-Seven by and between the of Oakland, Michigan (hereinafter
called OWNER) and Camp Dresser & McKee, Detroit, Michigan, a Michigan
Partnership (hereinafter called ENGINEER).
WHEREAS, the OWNER is empowered to assign and direct the scope,
scheduling, and limitations of the work of the ENGINEER under an Agree-
ment dated , hereinafter referred to as the VENDOR
PROCUREMENT AGREEMENT, which was entered into for the purpose of having
the ENGINEER perform services required in connection with initial vendor
procurement efforts for a resource recovery facility to serve the Muni-
cipal Solid Waste Board in Oakland County; and
WHEREAS, the OWNER desires that the ENGINEER include the services
of a financial consultant, Public Financial Management, Inc., whose ad-
dress is 2000 Walnut Street, Philadelphia, Pennsylvania 19103, as a sub-
consultant (hereinafter called SUBCONSULTANT) within the aforementioned
VENDOR PROCUREMENT AGREEMENT; and
WHEREAS, all parties have agreed to the performance of work as defined
in the aforementioned VENDOR PROCUREMENT AGREEMENT.
NOW, THEREFORE, IT IS MUTUALLY AGREED between all parties hereto
that the VENDOR PROCUREMENT AGREEMENT be amended and the work performed
in accordance with this Amendment No. 1.
1. SCOPE OF WORK
The scope of work of the ENGINEER is modified to include the ser-
vices of the SUBCONSULTANT. Specifically, the SUBCONSULTANT will assist
with Tasks 1, 2, 4, and 5 of the VENDOR PROCUREMENT AGREEMENT as de-
scribed below:
Task 1. Negotiate Electric Power Sales Agreement
The SUBCONSULTANT will review and comment in writing on two drafts
of the proposed power sales agreement. The SUBCONSULTANT will
OAK10:13,11/30/87 Page 1 of 5
comment on all major issues relating to the financial and business
aspects of the proposed agreement and, where appropriate, suggest
alternatives to the structure being proposed. The SUBCONSULTANT's
comments will be provided to the ENGINEER and the OWNER within 30
days of receipt of each contract draft.
Estimated hours of work and labor expense: 30 hours and $3,600
Task 2. Negotiate Steam Sales Agreement
As in the case of the power sales agreement, the SUBCONSULTANT will
review and comment in writing on two drafts of the steam purchase
agreement. The SUBCONSULTANT will comment on all major issues re-
lating to the financial and business aspects of the proposed agree-
ment and, where appropriate, suggest alternatives to the structure
being proposed. The SUBCONSULTANT's comments will be provided to
the ENGINEER and the OWNER within 30 days of receipt of each con-
tract draft.
Estimated hours of work and labor expense: 30 hours and $3,600
Task 4. Prepare Vendor Request for Qualifications (RFC))
Working with the ENGINEER and the OWNER's legal representatives,
the SUBCONSULTANT will prepare in writing financial and business
sections of a Request for Qualifications (RFQ) and will develop a
suggested procurement and negotiating approach. The financial sec-
tion of the RFQ will recommend criteria for evaluating the vendor's
willingness to comply with certain business provisions which are
expected to be included in the vendor agreement, The SUBCONSULTANT
and the ENGINEER will jointly propose to the MSWB an evaluation
procedure which will be used to identify a group of vendors for
further consideration.
This task does not include issuing the RFQ to the vendor community
and evaluating responses; this work will be done under a separate
contract after the Plan of Financing (POF) is approved. The work
is anticipated to be completed before the POF is approved by the
municipalities. Modifications to the RFQ may be necessary after
the approval of the POF in order to properly reflect the require-
ments of the project as determined by the final configuration of
the POF and the final size of the facility.
Such modifications, if necessary, are not within the scope of work
described by this contract. The cost estimates set forth below
were prepared assuming that the SUBCONSULTANT will prepare a final
draft of the work for MSWB review and then incorporate MSWB com-
ments into a final document to be sent to the Oakland County Board
of Commissioners for review and approval.
Estimated hours of work and labor expense: 86 hours and $10,560
Estimated travel expenses (4 trips): $4,500
OAK10:13,11/30/87 Page 2 of 5
Task 5. Prepare Draft Vendor Request for Proposals (RFP)
The purpose of this task will be to prepare the first draft of
those portions of the vendor request for proposals (RFP) that can
be defined based on decisions and information developed by and
available to the MSWB and the OWNER and available for inclusion in
the RFP. The SUBCONSULTANT will work with the ENGINEER to compile
certain information to be included in a first draft of the RFP;
such information will include but not be limited to the proposed
business and financing structure, the proposed method of calculat-
ing the vendor's fee and the RFP evaluation methodology. The out-
put of this task will be a draft of a portion of the RFP that will
serve as input to the preparation of the final RFP. The first com-
plete draft of the RFP will be completed under another contract.
Estimated hours of work and labor expense: 252 hours and $29,280
Estimated travel expenses (10 trips): $12,740
Estimate of non-travel expenses for above tasks: $3,000
2. REVISED BUDGET
Paragraph 5 on page 2 of 2 of the VENDOR PROCUREMENT AGREEMENT is
amended as follows:
OWNER has approved the following budget for the project:
$35,765
69,835
30,000
67,280
4,000
2,400
209,280
Direct Labor
Overhead, Indirect Costs, and Fee on Labor
Soils Subconsultant (Neyer Tiseo & Hindo)
Financial Subconsultant (Public Financial Management)
Other Direct Costs
Fee on Soils Subconsultant
TOTAL
3. PAYMENT PROVISIONS
The SUBCONSULTANT shall submit monthly statements for services
rendered. If the ENGINEER objects to any statement submitted by the
SUBCONSULTANT, the ENGINEER shall so advise the SUBCONSULTANT in writing
giving reasons therefore within 21 days of receipt of such statement.
If no such objection is made, the statement will be considered accept-
able by the ENGINEER.
The ENGINEER shall bill the OWNER monthly on a separate invoice on
account of the SUBCONSULTANT's services and expenses within 14 days af-
ter receipt of the SUBCONSULTANT's statement, and shall pay the SUBCON-
SULTANT within 14 days of the time the ENGINEER receives payment from
the OWNER on account thereof. The OWNER shall pay the ENGINEER for the
OAK10:13,11/30/87 Page 3 of 5
SUBCONSULTANT's services on a cost reimbursible basis with no fee. It
is intended that payments to the SUBCONSULTANT will be made as the
ENGINEER is paid by the OWNER and that the ENGINEER shall exert reason-
able and diligent efforts to collect prompt payment from the OWNER.
However, whether or not the OWNER pays the ENGINEER in full, the ENGI-
NEER shall pay all amounts due the SUBCONSULTANT within a reasonable
time after completion of the SUBCONSULTANT's services.
The OWNER has approved the amount of $67,280 for the SUBCONSUL-
TANT's services. The total amount of the VENDOR PROCUREMENT AGREEMENT
as modified by Amendment No. 1 is $209,280.
4. OTHER PROVISIONS
Paragraph 6.5 on page 4 of 5 of the VENDOR PROCUREMENT AGREEMENT is
amended to add the following: ",except that the OWNER may, with the
written consent of the ENGINEER, deal directly with any subconsultant
contracting with the ENGINEER pursuant to this agreement."
The second paragraph of paragraph 5 on page 2 of 2 of the VENDOR
PROCUREMENT AGREEMENT is amended to add the following: ",except that
the financial subconsultant may adjust the allocation of time or expen-
ses between and among the tasks without changing the total level of com-
pensation under their agreement. The ENGINEER shall require the SUBCON-
SULTANT to furnish notification to the ENGINEER and to the OWNER as soon
as practicable (as part of each monthly invoice) of any actual or expec-
ted reallocation of labor or expenses between the four contract tasks
covered by this agreement."
Pages 5 of 16, 9 of 16, and 14 of 16 of Exhibit B to the VENDOR
PROCUREMENT AGREEMENT are amended to indicate that only Dickinson,
Wright, Moon, VanDusen & Freeman will act as a prime consultant to the
OWNER; Public Financial Management will act as a subconsultant to the
ENGINEER.
All other provisions of the VENDOR PROCUREMENT AGREEMENT are made
part of this Amendment No. 1 to the VENDOR PROCUREMENT AGREEMENT.
OAK10:13,11/30187 Page 4 of 5
Date: Date:
THIS AMENDMENT NO. 1 TO THE VENDOR PROCUREMENT AGREEMENT is entered
into as of the day and year first above appearing.
OWNER ENGINEER
Roy Rewold, Chairperson
Board of Commissioners
J. W. Hawthorne
Senior Vice President
Date: Date:
Daniel T. Murphey A. Barry Seymour
County Executive Associate
APPROVED AS TO FORM:
Gordon R. Wylie
Assistant Corporation Counsel
Date:
OAK10:13,11/30/87 Page 5 of 5
RESOLUTION # 87345
December 10, 1987
Moved by Hobart supported by Susan Kuhn the resolution be adopted.
AYES: Caiandro, Crake, Gosling, Hobart, Jensen, R. Kuhn, S. Kuhn, Lanni,
Law, Luxon, McConnell, McDonald, A. McPherson, R. McPherson, Moffitt, Oaks, Page,
Pernick, Rewold, Skarritt, Wilcox, Aaron, Bishop, Caddell. (24)
NAYS: Price, Rowland. (2)
A sufficient majority having voted therefor, the resolution was adopted.
STATE OF MICHIGAN)
COUNTY OF OAKLAND)
I, Lynn D. Allen, Clerk of the County of Oakland and having a seal,
do hereby certify that I have compared the annexed copy of
this Miscellaneous Resolution adopted by the Oakland County Board of Commissioners
At thrnir" mnatinn halrl nn in ino7