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 #: 10-0569    Version: 1
Type: Agenda Item Status: Adopted
File created: 4/29/2010 In control: Procurement Committee
On agenda: 5/6/2010 Final action: 5/6/2010
Title: Issue a purchase order and enter into an agreement with CH2M Hill, Inc. for professional engineering services for Contract 10-883-5C, Preliminary Engineering for Flood Control Projects on Cherry Creek East Branch, Little Calumet River, Thorn Creek, Tinley Creek, Plum Creek, and Navajo Creek in an amount not to exceed $698,771.00, Account 501-50000-601410, Requisition 1304010 (As Revised)
TRANSMITTAL LETTER FOR BOARD MEETING OF MAY 6, 2010

COMMITTEE ON PROCUREMENT

Mr. Richard Lanyon, Executive Director

Title
Issue a purchase order and enter into an agreement with CH2M Hill, Inc. for professional engineering services for Contract 10-883-5C, Preliminary Engineering for Flood Control Projects on Cherry Creek East Branch, Little Calumet River, Thorn Creek, Tinley Creek, Plum Creek, and Navajo Creek in an amount not to exceed $698,771.00, Account 501-50000-601410, Requisition 1304010 (As Revised)
Body

Dear Sir:

Authorization is requested to issue a purchase order and enter into an agreement with CH2M Hill, Inc. (CH2M) for professional engineering services for Contract 10-883-5C, Preliminary Engineering for Flood Control Projects on Cherry Creek East Branch, Little Calumet River, Thorn Creek, Tinley Creek, Plum Creek, and Navajo Creek in an amount not to exceed $698,771.00.

On February 18, 2010, the Board of Commissioners approved various flood control projects identified under completed Detailed Watershed Plans (DWPs) for preliminary engineering. Among the projects approved were Little Calumet River DWP projects CHEB-G3, LCRW-G5, THCR-G2, and PLCR-G1 and Calumet-Sag Channel DWP projects TICR-3, TICR-5, and NVCR-3. Project CHEB-G3 involves implementing a conveyance improvement in Cherry Creek at Governors Highway and Braemer Road in the Village of Homewood. Project LCRW-G5 involves constructing a floodwall near 158th Street and Church Drive in the Village of South Holland. Project THCR-G2 involves modifying the conveyance of Thorn Creek under Sauk Trail Road in the Village of Park Forest. Project PLCR-G1 consists of constructing a floodwall and the required compensatory storage near St. Margaret Mercy hospital, a hospital used by Cook County residents, in Dyer, Indiana. Project TICR-3 is a recommended levee system along Tinley Creek to reduce flooding in the Village of Crestwood. Project TICR-5 involves conveyance improvements along Tinley Creek in the Village of Orland Hills. Project NVCR-3 consists of modifying an existing berm along Lake Arrowhead to provide for extra storage in the Navajo Creek watershed in the Village of Palos Heights.

The scope of work for the preliminary engineering services includes a detailed review of assumptions, including evaluation of right-of-way issues and state and federal government permit compliance, made with respect to these projects in the DWP, an analysis of alternative flood control technologies, and the preparation of preliminary engineering plans for use in defining a detailed scope of work for the engineering services necessary for final design of these projects.

The Engineering Department conducted a consolidated consultant selection process to assess prospective consulting engineering firms for design of stormwater management projects; the following firms participated in the process:

AECOM Technical Services, Inc. (formerly Consoer Townsend Envirodyne, Inc.)
Black and Veach Corporation
Burns and McDonnell Engineering Company, Inc.
Camp, Dresser and McKee, Inc.
CH2M Hill, Incorporated
Christopher B. Burke Engineering Ltd.
Engineering Resource Associates, Inc.
Hey and Associates, Inc.
HDR, Inc.
HNTB Corporation
Infrastructure Engineering, Inc.
MACTEC Engineering and Consulting, Inc.
Michael Baker, Jr. Inc.
MWH Americas, Inc.
Tetra Tech, Inc.
URS Corporation

While the qualifications of all of the above firms in the design of similar flood control projects were evaluated, the knowledge and experience exhibited by CH2M were determined to be most suitable for these projects. CH2M has submitted a proposal in the amount of $698,771.00 for professional services for preliminary engineering for flood control projects on Cherry Creek East Branch, Little Calumet River, Thorn Creek, Tinley Creek, Plum Creek and Navajo Creek, and the Engineering Department has reviewed the proposal and found it to be acceptable.

The time allowed for services to be performed under this agreement is 210 days from the date the contract is awarded. 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 design report describing suitable alternative flood control technologies and permitting and right-of-way requirements
· Preliminary drawings with details sufficient to develop final design plans
· Comprehensive list of specifications
· Preliminary opinion of probable construction cost
· Estimate of construction schedule

Subsequent to review of the preliminary design report, the Engineering Department will make a recommendation as to the feasibility of these projects. If determined feasible to proceed, the Engineering Department intends to recommend CH2M be retained for final design services for the flood control projects on Cherry Creek East Branch, Little Calumet River, Thorn Creek, Tinley Creek, Plum Creek and Navajo Creek under a separate purchase order, subject to the Board of Commissioners’ approval.

It is estimated that over 45 persons will be working on the contract at various times with an anticipated total of 5280 man-hours. The average payroll rate will be approximately $49.21.

CH2M 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 2.643, plus reimbursable direct costs, up to a total amount not to exceed $698,771.00.

The components of the total fee are as follows:

Item Fee (Not to exceed)

1. Labor Cost
A. Direct Labor 180,012.00
B. Overhead and Profit 295,759.00
C. Total Labor Fee $475,771.00

2. Reimbursable Direct Costs $12,000.00

3. Subcontractors
A. MBE/SBE firms 141,000.00
B. WBE/SBE firm 70,000.00
C. Total Subcontractors Fee $211,000.00

Total Fee (Not to Exceed) $698,771.00

The firms Infrastructure Engineering, Inc., MPR Engineering Corp., Inc., Sanchez & Associates, P.C. and Everest Engineering, Inc. are Minority-Owned Business Enterprises/Small Business Enterprises (MBE/SBE). The firm Kabbes Engineering, Inc. is a Women-Owned Business Enterprises/Small Business Enterprise (WBE/SBE). All MBE/SBE and WBE/SBE firms will actively participate in providing services for the core elements required by the agreement.

The Affirmative Action Section has reviewed the agreement and has concluded that CH2M is in accord with the District’s Affirmative Action Policy.

Mr. Tim Coleman, a professional engineer possessing a high degree of skill as Principal Technologist at CH2M, will serve as the project manager. Inasmuch as the firm of CH2M, and Mr. Coleman 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 $698,711.00.

Funds are available in Account 501-50000-601410.

Requested, Kenneth A. Kits, Acting Director of Engineering, WSS:JSG
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 May 6, 2010