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 #: 10-0575    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 Black & Veatch Corporation for professional engineering services for Contract 10-884-5C, Preliminary Engineering for Flood Control Projects on Upper Salt Creek and Deer Creek, in an amount not to exceed $454,689.51, Account 501-50000-601410, Requisition 1303508 (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 Black & Veatch Corporation for professional engineering services for Contract 10-884-5C, Preliminary Engineering for Flood Control Projects on Upper Salt Creek and Deer Creek, in an amount not to exceed $454,689.51, Account 501-50000-601410, Requisition 1303508 (As Revised)
Body

Dear Sir:

Authorization is requested to issue a purchase order and enter into an agreement with Black & Veatch Corporation (B&V) for professional engineering services for Contract 10-884-5C, Preliminary Engineering for Flood Control Projects on Upper Salt Creek and Deer Creek, in an amount not to exceed $454,689.51.

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 Upper Salt Creek DWP project SCAH-50 and Little Calumet River DWP project DRCR-G1. Project SCAH-50 involves conveyance improvements on Upper Salt Creek between Dundee Road and Cherrywood Drive in the Village of Palatine. Project DRCR-G1 consists of constructing a floodwall, providing additional compensatory storage, and improving conveyance along Deer Creek from 8th to 16th Streets in the Village of Ford 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 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 Veatch 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 B&V were determined to be most suitable for these projects. B&V has submitted a proposal in the amount of $454,689.51 for professional services for preliminary engineering for flood control projects on Deer Creek and Upper Salt 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 226 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 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 B&V be retained for final design services for the flood control projects on Deer Creek and Upper Salt Creek 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 3,314 man-hours. The average payroll rate will be approximately $46.39.

B&V 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 2.9382, plus reimbursable direct costs, up to a total amount not to exceed $454,689.51.

The components of the total fee are as follows:

Item Fee (Not to exceed)

1. Labor Cost
A. Direct Labor 106,822.76
B. Overhead and Profit 207,043.87
C. Total Labor Fee $313,866.63

2. Reimbursable Direct Costs $3,000.00

3. Subcontractors
A. MBE/SBE firms 91,250.00
B. WBE/SBE firms 46,572.88
C. Total Subcontractors Fee $137,822.88

Total Fee (Not to Exceed) $454,689.51

The firms FluidClarity Ltd., Geo Services, Inc., Grace Analytical Laboratory, Inc., and Infrastructure Engineering, Inc. are Minority-Owned Business Enterprises/Small Business Enterprises (MBE/SBE). The firms Best Imaging Solutions, Inc., Molly O’Toole and Associates, Limited, and Terry Guen Design Associates, 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 B&V is in accord with the District’s Affirmative Action Policy.

Mr. Paul Boersma, a professional engineer possessing a high degree of skill as Senior Water Resource Engineer in the firm of B&V, will serve as the project manager. Inasmuch as the firm of B&V, and Mr. Boersma 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 $454,689.51.

Funds are available in Account 501-50000-601410.

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