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 #: 10-0572    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 MWH Americas, Inc. for professional engineering services for Contract 10-237-5C, Preliminary Engineering for Streambank Stabilization Projects on Oak Lawn Creek and Melvina Ditch, in an amount not to exceed $421,440.15, Account 501-50000-601410, Requisition 1302536 (Deferred from the April 15, 2010 Board Meeting) (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 MWH Americas, Inc. for professional engineering services for Contract 10-237-5C, Preliminary Engineering for Streambank Stabilization Projects on Oak Lawn Creek and Melvina Ditch, in an amount not to exceed $421,440.15, Account 501-50000-601410, Requisition 1302536 (Deferred from the April 15, 2010 Board Meeting) (As Revised)

Body

 

Dear Sir:

 

Authorization is requested to issue a purchase order and enter into an agreement with MWH Americas, Inc. (MWH) for professional engineering services for Contract 10-237-5C, Preliminary Engineering for Streambank Stabilization Projects on Oak Lawn Creek and Melvina Ditch, in an amount not to exceed $421,440.15.

 

On January 21, 2010, the Board of Commissioners approved various streambank stabilization projects identified under completed Detailed Watershed Plans (DWPs) for preliminary engineering.  Among the projects approved were Calumet-Sag Channel DWP projects OLCR-3 and MEDT-1.  Project OLCR-3 involves stabilizing the banks of Oak Lawn Creek between Mayfield Avenue and Central Avenue in the Village of Oak Lawn.  Project MEDT-1, also in the Village of Oak Lawn, involves stabilizing the banks of Melvina Ditch from 95th Street to 99th Street.

 

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 stabilization 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:

 

1.                     AECOM Technical Services, Inc. (formerly Consoer Townsend Envirodyne, Inc.)

2.                     Black and Veatch Corporation

3.                     Burns and McDonnell engineering Company, Inc.

4.                     Camp, Dresser and McKee, Inc.

5.                     CH2M Hill, Incorporated

6.                     Christopher B. Burke Engineering Ltd.

7.                     Engineering Resource Associates, Inc.

8.                     Hey and Associates, Inc.

9.                     HDR, Inc.

10.                     HNTB Corporation

11.                     Infrastructure Engineering, Inc.

12.                     MACTEC Engineering and Consulting, Inc.

13.                     Michael Baker, Jr. Inc.

14.                     MWH Americas, Inc.

15.                     Tetra Tech, Inc.

16.                     URS Corporation

 

While the qualifications of all of the above firms in the design of similar streambank stabilization projects were evaluated, the knowledge and experience exhibited by MWH were determined to be most suitable for these projects.  MWH has submitted a proposal in the amount of $421,440.15 for professional services for preliminary engineering for streambank stabilization projects on Oak Lawn Creek and Melvina Ditch, 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 stabilization 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 MWH be retained for final design services for the streambank stabilization projects on Oak Lawn Creek and Melvina Ditch under a separate purchase order, subject to the Board of Commissioners’ approval.

 

It is estimated that over 32 persons will be working on the contract at various times with an anticipated total of 3,646 man-hours.  The average payroll rate will be approximately $38.45.

 

MWH 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 2.97, plus reimbursable direct costs, up to a total amount not to exceed $421,440.15.

 

The components of the total fee are as follows:

 

                     Item                     Fee (Not to exceed)

 

1.                     Labor Cost

A.                     Direct Labor                     90,356.95

B.                     Overhead and Profit                     178,003.20

C.                     Total Labor Fee                     $268,360.15

 

2.                     Reimbursable Direct Costs                     $5,080.00

 

3.                     Subcontractors

A.                     MBE/SBE firms                     93,000.00

B.                     WBE/SBE firms                     45,000.00

C.                     Non-PCE firm                     10,000.00

D.                     Total Subcontractors Fee                     $148,000.00

 

Total Fee (Not to Exceed)                     $421,440.15

 

The firms American Surveying & Engineering, P.C. and K&S Engineers, Inc. are Minority-Owned Business Enterprises/Small Business Enterprises (MBE/SBE).  The firms Bauer Latoza Studio Ltd. and Cornerstone Construction Services, Inc. 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 Affirmative Action Section has reviewed the agreement and has concluded that MWH is in accord with the District’s Affirmative Action Policy.

 

Mr. Wade Moore, a professional engineer possessing a high degree of skill as Senior Hydraulic Engineer at MWH, will serve as the project manager.  Inasmuch as the firm of MWH, and Mr. Moore 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 $421,440.15.

 

Funds are available in Account 501-50000-601410.

 

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

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