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 #: 14-0660    Version: 1
Type: Agenda Item Status: Adopted
File created: 6/26/2014 In control: Procurement Committee
On agenda: 7/10/2014 Final action: 7/10/2014
Title: Issue a purchase order and enter into an agreement with Flood Testing Laboratories, Inc., for professional engineering services on Contract 13-814-3C Testing and Inspection of Concrete and Construction Materials for Years 2014 - 2016, in an amount not to exceed $390,000.00, Accounts 201-50000-612240, 401-50000-612240, and 501-50000-612240, Requisition 1379882
 TRANSMITTAL LETTER FOR BOARD MEETING OF JULY 10, 2014
 
COMMITTEE ON PROCUREMENT
 
Mr. David St. Pierre, Executive Director
 
Title
Issue a purchase order and enter into an agreement with Flood Testing Laboratories, Inc., for professional engineering services on Contract 13-814-3C Testing and Inspection of Concrete and Construction Materials for Years 2014 - 2016, in an amount not to exceed $390,000.00, Accounts 201-50000-612240, 401-50000-612240, and 501-50000-612240, Requisition 1379882
Body
 
Dear Sir:
 
Authorization is requested to issue a purchase order and enter into an agreement with Flood Testing Laboratories, Inc. (Flood) for professional engineering services on Contract 13-814-3C Testing and Inspection of Concrete and Construction materials for Years 2014 - 2016.
 
The proposed work consists of the inspection and testing of concrete and other construction materials.  The items to be inspected will include, but will not be limited to, fresh and hardened properties of ready-mix concrete, precast concrete, asphalt, shotcrete and other construction materials. The Consultant will prepare and submit written reports of all tests and inspections performed.  Concrete cylinder reports are to be submitted weekly, with other reports to be submitted within a pre-agreed timeframe.
 
The Consultant will function as a technical advisor to the Engineering Department by providing training, review of submittals, and recommendations for specifications.
 
This purchase order will be in effect for the remainder of 2014 through December 31, 2016. However, the District reserves the right to extend the expiration date by mutual agreement.
 
This purchase order with Flood is in an amount not to exceed $390,000.00.
 
This is an open-ended purchase order, with the work performed to be dependent on the contracts awarded and the schedule of the contractors.
 
The following eight firms were invited to submit a Statement of Qualifications (SOQ) and participate in an interview.
 
·      Design Consulting Engineers
·      ECS Midwest, LLC
·      Everest Engineering Company
·      Flood Testing Laboratories, Inc.
·      GSG Consultants, Inc.
·      SEECO Consultants, Inc.
·      Wang Engineering, Inc.
·      Testing Services Corporation
 
Of the eight consultants invited to interview, Design Consulting Engineers, Everest Engineering Company, Wang Engineering, Inc., and Testing Services Corporation declined.  ECS Midwest, LLC, Flood Testing Laboratories, Inc., GSG Consultants, Inc. and SEECO Consultants, Inc. were interviewed by a panel of three licensed Professional Engineers in the Engineering Department.  Due to only four firms accepting interviews, all four were invited to submit non-priced technical proposals.  The proposals were evaluated by the same panel of engineers.
 
After evaluating the proposals, Flood was selected by the Engineering Department to provide the needed professional services, based on the experience of the firm, project manager, support personnel, office locations and performance on similar work.
 
The approximate components of the total fee are as follows:
 
ITEM      FEE
 
1. Total Labor Costs      $164,000.00
2. Reimbursable Costs
      A. Testing      $109,000.00
      B. Subcontractors      $117,000.00
      Total Reimbursable Direct Costs      $226,000.00
 
Total Fee (NOT TO EXCEED)      $390,000.00
 
Flood is recognized by the District as a Women Business Enterprise (WBE) and has issued a letter of intent to Interra, Inc., a Minority Business Enterprise (MBE). Interra, Inc. will actively participate in providing the services required by the Agreement. The work to be performed by the MBE firm will be 20% of the contract value.
 
The Affirmative Action Section has reviewed the agreement and has concluded that Flood is in accordance with the District's Affirmative Action Policy.
 
The Multi-Project Labor Agreement is applicable to the services required and included in the Agreement.
 
In as much as the firm of Flood possesses 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 $390,000.00.
 
Funds for the 2014 expenditure, in the amount of $330,000.00 are available in  Accounts 201-50000-612240, 401-50000-612240, and 501-50000-612240. The estimated expenditure for 2015 is $30,000.00, and 2016 is $30,000.00. Funds for the 2014 and 2015 expenditures are contingent on the Board of Commissioners' approval of the District's budget for those years.
 
Requested, Catherine A. O'Connor, Director of Engineering, MVL:JFK
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 July 10, 2014