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 #: 10-0375    Version: 1
Type: Agenda Item Status: Adopted
File created: 3/11/2010 In control: Procurement Committee
On agenda: 3/18/2010 Final action: 3/18/2010
Title: Issue a purchase order and enter into an agreement with AECOM Technical Services, Inc. for professional engineering services for Contract 09-365-5F, Heritage Park Flood Control Facility, in an amount not to exceed $3,097,495.00, Account 501-50000-601420, Requisition 1300353 (As Revised)

TRANSMITTAL LETTER FOR BOARD MEETING OF MARCH 18, 2010

 

COMMITTEE ON PROCUREMENT

 

Mr. Richard Lanyon, Executive Director

 

Title

Issue a purchase order and enter into an agreement with AECOM Technical Services, Inc. for professional engineering services for Contract 09-365-5F, Heritage Park Flood Control Facility, in an amount not to exceed $3,097,495.00, Account 501-50000-601420, Requisition 1300353 (As Revised)

Body

 

Dear Sir:

 

Authorization is requested to issue a purchase order and enter into an agreement with AECOM Technical Services, Inc. (AECOM) for professional engineering services for Contract 09-365-5F, Heritage Park Flood Control Facility, in an amount not to exceed $3,097,495.00.

 

The Heritage Park Flood Control Facility will provide compensatory storage required for the construction of Levee 37, a U.S. Army Corps of Engineers (Corps) sponsored project on the Des Plaines River.  On July 10, 2008, the Board of Commissioners authorized AECOM to perform a feasibility study for the proposed improvements associated with the flood control facility at Heritage Park.  The feasibility study, performed under Contract 09-366-5F, Heritage Park Flood Control Facility Preliminary Engineering, included hydrologic and hydraulic modeling, identification of required permits, environmental and geotechnical investigations, topographic and property surveys, development of a site plan, and preparation of a preliminary construction cost estimate.

 

Pursuant to the authority granted by the Board of Commissioners on November 6, 2008, agreement has been reached on the terms of an Intergovernmental Agreement (IGA) between the District, the Wheeling Park District (WPD) and the Village of Wheeling (Village) for the construction of stormwater storage facilities and improvements at Heritage Park.  Since execution of the IGA is imminent, and based on the findings of the feasibility analysis performed by AECOM, the Engineering Department recommends that final design documents for the construction of the Heritage Park Flood Control Facility be prepared.  AECOM has submitted a proposal in the amount of $3,097,495.00 for professional services involved in preparing the aforementioned final design documents, and the Engineering Department has reviewed the proposal and found it to be acceptable.  Retaining AECOM to perform the final design for the Hertiage Park Flood Control Facility represents the most efficient manner to provide the required professional services given their previous work on the feasibility study.

 

The scope of work for the final design services includes the preparation of plans and specifications and supporting permit documents related to the construction of the Heritage Park Flood Control Facility.  AECOM will also provide engineering services as needed during bidding through award of the ensuing construction contract.

 

The time allowed for services to be performed under this agreement is 708 days from the date the contract is awarded.  Deliverables to be provided under this agreement include:

 

                     Stamped Plans and Specifications

                     Final Opinion of Probable Construction Cost

                     Contract Document Addenda (if necessary)

 

The level of expertise required for the work under Contract 09-365-5F will require approximately 19,914 man-hours.  The estimated average payroll rate for the term of the agreement is $36.51 per hour.

 

AECOM 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 2.95, plus reimbursable direct costs, up to a total amount not to exceed $3,097,495.00.

 

                     Item                     Fee (Not to exceed)

 

1.                     Labor Cost

                     A.                     Direct Labor                     729,914.00

                     B.                     Overhead and Profit                     1,423,331.00

                     C.                     Total Labor Fee                     2,153,245.00

 

2.                     Reimbursable Direct Costs                     15,000.00

 

3.                     Subcontractors

                     A.                      MBE/SBE firms                     619,500.00

                     B.                      WBE/SBE firms                     309,750.00

 

Total Fee (Not to Exceed)                     $3,097,495.00

 

The firms DB Sterlin Consultants, Inc. and Rubinos & Mesia Engineers, Inc. are Minority-Owned Business Enterprises/Small Business Enterprises (MBE/SBE).  The firms Environmental Design International, Inc., McKissack & McKissack, O’Brien & Associates, Inc. and Terry Guen Design Associates 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 Agreement shall be subject to the approval of the Affirmative Action Section as to compliance with the District’s Affirmative Action Policy, and by the Law Department as to form and legality.

 

Mr. David Handwerk, a professional engineer possessing a high degree of skill with the firm of AECOM, will serve as the project manager.  Inasmuch as the firm of AECOM, and Mr. Handwerk of that firm, possess 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 $3,097,495.00.

 

Funds are available in Account 501-50000-601420.

 

Requested, Kenneth A. Kits, Acting Director of Engineering, WSS:JK

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 March 18, 2010