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 #: 10-0808    Version: 1
Type: Agenda Item Status: Adopted
File created: 6/30/2010 In control: Procurement Committee
On agenda: 7/8/2010 Final action: 7/8/2010
Title: Issue a purchase order and enter into an agreement with Donohue and Associates, Inc., for professional services in connection with the vulnerability and risk assessment study for MWRDGC pumping stations in an amount not to exceed $1,537,649.00, Account 401-50000-601410, Requisition 1305026

TRANSMITTAL LETTER FOR BOARD MEETING OF JULY 8, 2010

 

COMMITTEE ON PROCUREMENT

 

Mr. Richard Lanyon, Executive Director

 

Title

Issue a purchase order and enter into an agreement with Donohue and Associates, Inc., for professional services in connection with the vulnerability and risk assessment study for MWRDGC pumping stations in an amount not to exceed $1,537,649.00, Account 401-50000-601410, Requisition 1305026

Body

 

Dear Sir:

 

Authorization is requested to issue a purchase order and enter into an agreement with Donohue and Associates, Inc. for professional services in connection with the vulnerability and risk assessment study for MWRDGC (District) pumping stations.

 

Pumping stations are vital to the mission and daily operations of the District.  The objectives of the subject professional services are to define vulnerabilities that threaten the integrity, proper functioning, and typical operations of the pumping stations and to develop a capital improvements plan that will ensure operations reliability and protect the physical assets of the pumping stations.

 

The level of expertise required includes professional engineers, structural engineers, and risk management analysts.

 

The total cost for these services is $1,537,649.00.  The estimated 2010 and 2011 expenditures are $799,577.48 and $738,071.52, respectively.

 

The duration for completion of the consultant work is 450 calendar days after award of the purchase order.  There are no provisions for extension of time except for such reasonable period as may be agreed upon between the parties.

 

The following six firms were invited to submit proposals for the above-mentioned work:  Donohue and Associates, Inc.; CH2M Hill Engineers, Inc.; Malcolm Pirnie, Inc.; MWH Americas, Inc.; Black & Veatch Corporation; and Camp, Dresser, McKee, Inc.  Of these six firms, only the following four firms submitted proposals:  Donohue and Associates, Inc., CH2M Hill Engineers, Inc., Malcolm Pirnie, Inc. and Black & Veatch Corporation.  All four proposals were identified as exceptional and all four firms were invited to interview.  Donohue and Associates, Inc. was selected by a panel of District engineers based on their expertise, experience, and ability to perform the required work.

 

Nineteen personnel are scheduled to work on this contract, at a current estimated average consultant payroll rate of $54.50 per hour.

 

Item                                                                                                                                                                                             Fee (Not to exceed)

1.                     Labor Cost

A.                     Direct Labor                                                                                                                              $368,557.00

B.                     Overhead and Profit                                                                                                         $669,299.00                                                                                    

C.                     Sub-Consultants                                                                                                         $474,901.00

2.                     Reimbursable Direct Costs                                                                                                         $24,892.00

 

Total Fee                                                                                                                                                                        $1,537,649.00

 

Revised Appendix D was included in this contract.  The type of work to be performed under the contract is within the “Professional Services” category for establishing PCE utilization goals.  The PCE tailored utilization goals for this contract are 20% Minority Business Enterprise (MBE), 10% Women’s Business Enterprise, and 10% Small Business Enterprise (SBE).

 

All MBE/SBE and WBE/SBE firms listed below will actively participate in providing services for the core elements required by the agreement.

 

Risk Management Professionals, Inc.                                                               MBE                                          1.8%                                          $28,090.00

MPR Engineering Corporation, Inc.                                                                                    MBE                                          11.1%                                          $170,344.00

Rubinos and Mesia Engineers, Inc.                                                                                    MBE                                          7.1%                                          $108,519.00

                                                                                                                                                                        MBE Total                     20.0%                                          $306,953.00

 

Intelligent Design and Construction Solutions, LLC                                          WBE                                          9.1%                                          $140,338.00

Cushing and Company                                                                                                         WBE                                          0.9%                                          $13,610.00

                                                                                                                                                                        WBE Total                     10.0%                                          $153,948.00

 

The Affirmative Action Section has reviewed the Agreement and has concluded that Donohue and Associates, Inc. is in accordance with the District’s Affirmative Action Policy.

 

Inasmuch as Donohue and Associates, Inc. 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 $1,537,649.00.

 

Funds for 2010 are available in Account 401-50000-601410.  

 

Requested, Manju Prakash Sharma, Acting Director of Maintenance and Operations, SO’C:LSC:AG:FC

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 July 8, 2010