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 #: 14-0929    Version: 1
Type: Agenda Item Status: Adopted
File created: 8/22/2014 In control: Procurement Committee
On agenda: 9/4/2014 Final action: 9/4/2014
Title: Issue a purchase order and enter into an agreement with FluidClarity Ltd. for professional engineering services for Contract 14-065-5C Preliminary Engineering for a Flood Control Project on Central Road from the Des Plaines River to Greenwood Road, in an amount not to exceed $643,418.09, Account 501-50000-601410, Requisition 1384275
TRANSMITTAL LETTER FOR BOARD MEETING OF SEPTEMBER 4, 2014
 
COMMITTEE ON PROCUREMENT
 
Mr. David St. Pierre, Executive Director
 
Title
Issue a purchase order and enter into an agreement with FluidClarity Ltd. for professional engineering services for Contract 14-065-5C Preliminary Engineering for a Flood Control Project on Central Road from the Des Plaines River to Greenwood Road, in an amount not to exceed $643,418.09, Account 501-50000-601410, Requisition 1384275
Body
 
Dear Sir:
 
Authorization is requested to issue a purchase order and enter into an agreement with FluidClarity Ltd. (FluidClarity) for professional engineering services for Contract 14-065-5C Preliminary Engineering for a Flood Control Project on Central Road from the Des Plaines River to Greenwood Road, in an amount not to exceed $643,418.09.
 
On September 19, 2013, the Board of Commissioners granted its approval to assist local communities and agencies with various projects to address flooding problems through the District's Phase II Stormwater Management program.  Among the projects approved was a conceptual project submitted by the Illinois Department of Transportation (IDOT), which includes an evaluation of potential flood mitigation measures to address flooding on Central Road and adjacent roadways, and properties from the Des Plaines River to Greenwood Road in Northfield and Maine Townships and the Village of Glenview, Illinois.
 
The scope of work for the captioned project includes a detailed evaluation of potential solutions, analysis of right-of-way issues and state and federal government permit requirements, and the preparation of preliminary engineering plans for use in defining a detailed scope of work for the final design of these improvements should they prove feasible.  
 
The time allowed for services to be performed under this agreement is 370 days from the date the notice to proceed.  There are no provisions in the agreement for extension of time except for such reasonable period as may be agreed upon between parties.  
 
Deliverables to be provided under this agreement include:
 
•      Preliminary Plans and Specifications
•      Opinion of Probable Construction Cost based on Preliminary Plans and Specifications
 
Subsequent to review of the preliminary plans, the Engineering Department will make a recommendation as to the feasibility of the selected project.  If determined feasible to proceed, the Engineering Department intends to recommend FluidClarity be retained for final design services for a Flood Control Project on Central Road from the Des Plaines River to Greenwood Road under a separate purchase order, subject to the Board of Commissioners' approval.
 
The Engineering Department conducted a consolidated consultant selection process to assess prospective consulting engineering firms for design of Stormwater Management Phase II projects.  The following firms participated in the process:
 
1.      American Survey and Engineering, P.C.
2.      ARCADIS U.S., Inc.
3.      Burns & McDonnell Engineering Co., Inc.
4.      Cardno ENTRIX
5.      Ciorba Group, Inc.
6.      Chastain & Associates LLC
7.      David Mason & Associates of Illinois, Ltd.
8.      Donohue & Associates
9.      Engineering Resource Associates, Inc.
10.      Environmental Design International, Inc.
11.      Fluid Clarity, Ltd.
12.      Geosyntec Consultants, Inc.
13.      Globetrotters Engineering Corporation
14.      HR Green, Inc.
15.      Infrastructure Engineering, Inc.
16.      Robinson Engineering Ltd.
17.      V3 Companies of Illinois, Ltd.
 
While the qualifications of all of the above firms in the design of Stormwater Management Phase II projects were evaluated, the knowledge and experience exhibited by FluidClarity Ltd. was determined to be most suitable for this project.  FluidClarity has submitted a proposal in the amount of $643,418.09 for professional services for Preliminary Engineering for a Flood Control Project on Central Road from the Des Plaines River to Greenwood Road.  The Engineering Department has reviewed the proposal and found it to be acceptable.
 
It is estimated that over 10 persons will be working on the contract at various times with an anticipated total of 5,580 man-hours.  The average payroll rate will be approximately $45.89.
 
FluidClarity shall be paid an hourly rate based on the direct labor rate in effect for the year the work is performed, times an overall multiplier of 2.48, plus reimbursable direct costs, up to a total amount not to exceed $643,418.09.
 
      Item      Fee
 
1.      Prime Consultant Fee
A.      Direct Labor      $      203,213.46
B.      Overhead and Profit            301,385.88
C.      Total Labor Fee      $      504,599.34
 
2.      Reimbursable Direct Costs      $      7,626.00
 
3.      PCE Sub-Consultants
A.      MBE/SBE Firms      $      70,908.51
B.      WBE/SBE Firms             60,284.24
C.      Total PCE Sub-Consultants      $      131,192.75
 
Total Fee (Not to Exceed)      $      643,418.09
 
The firms FluidClarity Ltd. and Wang Engineering, Inc. are Minority-Owned Business Enterprises/Small Business Enterprises (MBE/SBE).  The firms Huff & Huff, Inc. and Environmental Soil Probing Corporation are Women-Owned Business Enterprises/Small Business Enterprises (WBE/SBE).  All MBE/SBE and WBE/SBE firms will actively participate in providing services for the core elements required by the agreement.
 
The Diversity Section has reviewed the agreement and has concluded that the MBE/SBE and WBE/SBE firms are in accordance with the District's Affirmative Action Policy.  The agreement shall be subject to the approval of the Law Department as to form and legality.
 
Inasmuch as the firm of FluidClarity Ltd. 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 $643,418.09.
 
Funds for the 2014 expenditure, in the amount of $175,000.00, are available in Account 501-50000-601410.  The estimated expenditure for 2015 is $468,418.09 and is contingent on the Board of Commissioners' approval of the District's budget for 2015.
 
Requested, Catherine A. O'Connor, Director of Engineering, WSS:JPM
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 September 4, 2014