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 #: 19-0903    Version: 1
Type: Report Status: Filed
File created: 9/10/2019 In control: Procurement Committee
On agenda: 9/19/2019 Final action: 9/19/2019
Title: Report on advertisement of a Request for Proposal 19-RFP-32 Professional Services for Stormwater Master Planning in six areas throughout Cook County, estimated cost $1,500,000.00, Account 501-50000-612440, Requisitions 1528595, 1528596, 1528597, 1528594, 1528433, and 1528435

TRANSMITTAL LETTER FOR BOARD MEETING OF SEPTEMBER 19, 2019

 

COMMITTEE ON PROCUREMENT

 

Mr. Brian A. Perkovich, Executive Director

 

Title

Report on advertisement of a Request for Proposal 19-RFP-32 Professional Services for Stormwater Master Planning in six areas throughout Cook County, estimated cost $1,500,000.00, Account 501-50000-612440, Requisitions 1528595, 1528596, 1528597, 1528594, 1528433, and 1528435

Body                    

 

Dear Sir:

 

Request for Proposal (RFP) documents have been prepared for professional services to conduct stormwater master planning in six areas throughout Cook County.

 

On May 17, 2018, the Board of Commissioners authorized agreements for professional engineering services for Program Management of Stormwater Master Planning in the combined and separate sewer areas within Cook County, to be performed by Geosyntec Consultants, Inc. and V3 Companies of Illinois, Ltd., respectively.  The focus of the master planning effort is to address urban flooding using a multi-faceted and holistic approach.

 

The Engineering Department has been working with, Geosyntec Consultants, Inc. and V3 Companies of Illinois, Ltd.,  over the past year to develop the program.  Through a transparent process, including extensive research and evaluation of flooding risk and socio-economic data, six initial areas were selected for preparation of individual study profiles (ISP).  These ISPs provide an existing conditions assessment, identification of potential flood problem areas, core concepts that may be used to reduce urban flooding, possible barriers to solutions, and potential partners for program implementation.  

 

The purpose of this RFP contract is to use these ISPs to develop detailed Stormwater Master Plans for each of the aforementioned six study areas.  It is anticipated that the District may select a different consulting firm for each study area. 

 

The scope of work includes the preparation of a Stormwater Master Plan for each study area, which includes a review and update of ISP information, prioritization of flood problem areas, development of concept level recommendations and solutions, suggestions for program and policy development, establishment of an implementation plan, and additional on-call services.  Deliverables for each study area to be provided under these agreements include:

 

                     Executive Summary

                     Final Report and Appendices

 

The estimated cost for this RFP is $1,500,000.00, with an estimated cost per study area of $250,000.00 The six study areas are indicated below:

 

                     18-848-AF - Stormwater Master Plan for the Butterfield Creek Study Area;

                     18-848-BF - Stormwater Master Plan for the North Creek and Deer Creek Study Area;

                     18-848-CF - Stormwater Master Plan for the Weller Creek and Willow Creek Study Area;

                     18-849-AF - Stormwater Master Plan for the Dixmoor, Dolton, Harvey, Phoenix, Posen, and Riverdale Study Area;

                     18-849-BF - Stormwater Master Plan for the Austin, Humboldt Park, and West Garfield Park Study Area; and

                     18-849-CF - Stormwater Master Plan for the Avalon Park, Englewood, Greater Grand Crossing, and South Shore Study Area. 

 

The estimated 2020 and 2021 expenditures are $1,000,000.00 and $500,000.00 respectively.

A bid deposit is not required for this RFP.  The contract requires that all work be completed in 365 calendar days 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), Small Business Enterprises (SBE), and Veteran-owned Business Enterprises goals.  The affirmative action goals for this contract are: 20 percent MBE, 10 percent WBE, 10 percent SBE, and 3 percent VBE.

 

The tentative schedule for this contract is as follows:

Advertise                                                                                                         September 25, 2019

Proposal Due Date                                                               November 8, 2019

Finalist Interviews                                                               December 2019

Contract Award                                                                                    February 2020

Completion                                                                                    February 2021

 

Funds for the 2020 and 2021 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:KMF

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