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 #: 18-1214    Version: 1
Type: Report Status: Filed
File created: 11/8/2018 In control: Procurement Committee
On agenda: 11/15/2018 Final action: 11/15/2018
Title: Report on advertisement of a Request for Proposal 18-RFP-23 Professional Services to Conduct Preliminary Engineering for a Flood Control Project in Various Locations in Cook County, estimated cost $1,500,000.00, Account 501-50000-612440, Requisitions 1506154, 1506155, 1506156, 1506157, 1506158, and 1506159

TRANSMITTAL LETTER FOR BOARD MEETING OF NOVEMBER 15, 2018

 

COMMITTEE ON PROCUREMENT

 

Mr. John P. Murray, Acting Executive Director

 

Title

Report on advertisement of a Request for Proposal 18-RFP-23 Professional Services to Conduct Preliminary Engineering for a Flood Control Project in Various Locations in Cook County, estimated cost $1,500,000.00, Account 501-50000-612440, Requisitions 1506154, 1506155, 1506156, 1506157, 1506158, and 1506159

Body                     

 

Dear Sir:

 

Request for Proposal (RFP) documents have been prepared for Professional Services to Conduct Preliminary Engineering for Flood Control Projects in Various Locations in Cook County.

 

On June 7, 2018, the Board of Commissioners authorized the District to assist various local municipalities and townships with Phase II Stormwater Management Projects. The six communities approved for assistance in the form of engineering by the District were the City of Harvey, City of Palos Hills, Village of Willow Springs, Village of South Holland, Village of Oak Lawn, and Northfield Township.

 

The purpose of this contract is to investigate and develop feasible alternatives to address flooding in the project areas in each of the aforementioned six communities.  The scope of work includes a review of existing flooding problems, evaluation of alternatives, and preliminary design of a preferred alternative.  It is anticipated that the District may select six different consulting firms for each of the six identified projects.  Deliverables to be provided under this agreement include:

 

                     Alternative Solutions Memorandum

                     Preliminary Plans and Specifications

                     Opinion of Probable Construction Cost

 

Subsequent to review of the preliminary design report and 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 the consultant firm selected for the specific project through this RFP process, to be retained for final design services for the recommended flood control project under a separate purchase order, subject to the Board of Commissioners’ approval.

 

The estimated cost for this RFP is a total of $1,500,000.00 split between the six different consultant agreements as indicated below:

 

                     18-249-5F - City of Harvey - $350,000.00,

                     18-250-5F - Village of Oak Lawn - $275,000.00,

                     18-251-5F - City of Palos Hills - $200,000.00,

                     18-082-5F - Northfield Township - $200,000.00,

                     18-146-5F - Village of Willow Springs - $200,000.00,

                     18-252-5F - Village of South Holland - $275.000.00. 

 

The estimated 2019 and 2020 expenditures are $1,000,000.00 and $500,000 respectively. A bid deposit is not required for this RFP.  The contract requires that all work be completed either in 365 or 540 calendar days, dependent on the individual project area scopes of work, upon the award of the purchase order.

 

Appendix A will be included in this RFP. The type of work to be performed under this contract is within the professional services category for establishing Minority-owned Business Enterprises (MBE), Women-owned Business Enterprises (WBE) and/or Small Business Enterprises (SBE) goals. The MBE, WBE and/or SBE goals for this contract are: 20 percent MBE, 10 percent WBE, and 10 percent SBE.

 

The tentative schedule for this contract is as follows:

Advertise                                                               November 28, 2018

Proposal Due Date                                          January 15, 2019

Finalist Interviews                                          January/February 2019

Contract Award                                          February/March 2019

Completion                                                               March or August 2020

 

Funds for the 2019 and 2020 expenditures, in Account 501-50000-612440, are contingent on the Board of Commissioners approval of the District’s budget for those years. 

 

Requested, Catherine A. O’Connor, Director of Engineering, WSS:JK

Respectfully Submitted, Darlene A. LoCascio, Director of Procurement and Materials Management