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 #: 20-0145    Version: 1
Type: Agenda Item Status: Adopted
File created: 2/7/2020 In control: Procurement Committee
On agenda: 2/20/2020 Final action: 2/20/2020
Title: Issue a purchase order and enter into an agreement with Black & Veatch Corporation, for Contract 19-RFP-28 professional engineering services for Contract 19-151-4C Geotechnical Related Work Associated with the McCook and Thornton Reservoirs in an amount not to exceed $1,000,000.00, Account 401-50000-612430, Requisition 1538913
Attachments: 1. 19-151-4C_Fact Sheet.pdf, 2. 19-151-4C (19-RFP-28) Appendix A Report

TRANSMITTAL LETTER FOR THE BOARD MEETING OF FEBRUARY 20, 2020

 

COMMITTEE ON PROCUREMENT

 

Mr. Brian A. Perkovich, Executive Director

 

Title

Issue a purchase order and enter into an agreement with Black & Veatch Corporation, for Contract 19-RFP-28 professional engineering services for Contract 19-151-4C Geotechnical Related Work Associated with the McCook and Thornton Reservoirs in an amount not to exceed $1,000,000.00, Account 401-50000-612430, Requisition 1538913

Body

 

Dear Sir:

 

Authorization is requested to issue a purchase order and enter into an agreement with Black & Veatch Corporation (B&V) for Contract 19-RFP-28 professional engineering services for Contract 19-151-4C Geotechnical Related Work Associated with the McCook and Thornton Reservoirs, in an amount not to exceed $1,000,000.00.

 

The purpose of this contract is to provide professional services to assist the Engineering Department in the preparation of plans and specifications for geotechnical related work associated with the McCook and Thornton Reservoirs.  This work includes analyses and recommendations for monitoring instrumentation and stability measures for reservoir walls, design of twin inter-stage 30-foot connecting tunnels between Stage 1 and Stage 2 of the McCook Reservoir and foundations for solar powered aerator anchoring systems within Stage 2 of the McCook Reservoir, and other reservoir related geotechnical engineering services as may be required. 

 

On July 24, 2019, Request for Proposal 19-RFP-28 was publicly advertised. Five Hundred thirty-seven (537) firms were notified with forty-nine (49) requesting proposal documents. Six (6) acceptable proposals were received on August 23, 2019, from the following firms:

 

- McMillen Jacobs Associates

- Stantec Consulting Services, Inc.

- Golder Associates, Inc.

- Brierley Associates Corporation

- GZA GeoEnvironmental, Inc.

- Black & Veatch Corporation 

 

The proposals were reviewed and evaluated by a panel consisting of three members from the Engineering Department and one member from the Procurement and Materials Management Department. The criteria for these evaluations were outlined in Request for Proposal 19-RFP-28 and included: understanding of the project, approach to the work, experience, team effectiveness, cost of services, compliance with insurance requirements, compliance with affirmative action and submission of all necessary licenses and permits. Following the preliminary evaluation of proposals, the top three (3) proposers were determined to be finalists and were interviewed on October 3, 2019.

 

Based on the review of the proposals and the interviews, the evaluation team determined that B&V is the most suitable firm to address the scope of work at the McCook and Thornton reservoirs. B&V’s highest matrix score reflects the firm’s extensive expertise and experience and proposed comprehensive plan for accomplishing the required tasks.

 

Deliverables to be provided under this agreement include:

                     Final Highwall Stability Report for McCook and Thornton Reservoirs

                     Plans and Specifications for Highwall Stability Design for Stage 2 of the McCook Reservoir

                     Plans and Specifications for Twin Inter-Stage Connecting Tunnels for Stage 2 of the McCook Reservoir

                     Plans and Specifications for Aerator Anchorage System for Stage 2 of the McCook Reservoir

                     Final Updated Instrumentation and Monitoring Plan for the McCook Reservoir

                     On-going geotechnical services that arise for the stability of McCook and Thornton Reservoir

 

It is estimated that B&V and the MBE, WBE, SBE and VBE firms will be working on the contract at various times with an anticipated total of 5,338 man-hours. 

 

B&V is registered to transact business and is in good standing with the State of Illinois.

 

The total fee for the agreement is $1,000,000.00.

 

The engineering services under this agreement are scheduled to last approximately 36 months and are expected to be completed by February 2023.

 

The Diversity Section has reviewed the Proposal and has concluded that B&V meets the District’s Affirmative Action goals of 20 percent Minority-owned Business Enterprises (MBE), 10 percent Women-owned Business Enterprises (WBE), 10 percent Small Business Enterprises (SBE) and 3 percent Veteran-owned Business Enterprises (VBE). Assuming the maximum cost of the agreement is reached, the MBE, WBE, SBE and VBE firms listed will receive approximately $330,000.00 in total compensation, or 33 percent of the total contract value.

 

The firm ABNA of Illinois, Inc. is a Minority-owned Business Enterprise (MBE). The firm SpaanTech, Inc., is a Women-owned Business Enterprise/Small Business Enterprise (WBE/SBE). The firm Raimonde Drilling Corporation is a Women-owned Business Enterprise (WBE). The firm Juneau Associates, Inc. is a Veteran-owned Business Enterprise (VBE). All MBE, WBE, SBE and VBE firms will actively participate in providing services for the core elements required by the agreement.

 

Inasmuch as the firm of Black & Veatch Corporation 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 $1,000,000.00.

 

Funds are available in Account 401-50000-612430.

 

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

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 February 20, 2020

 

Attachments