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 #: 10-1032    Version: 1
Type: Agenda Item Status: Adopted
File created: 8/26/2010 In control: Procurement Committee
On agenda: 9/2/2010 Final action: 9/2/2010
Title: Issue a purchase order and enter into an agreement with Infrastructure Engineering, Inc. for professional engineering services for Contract 10-885-5C, Preliminary Engineering for Streambank Stabilization Projects on Tinley Creek, I&M Canal Tributary D, and Calumet-Sag Tributary C, in an amount not to exceed $226,229.49, Account 501-50000-601410, Requisition 1310664

TRANSMITTAL LETTER FOR BOARD MEETING OF SEPTEMBER 2, 2010

 

COMMITTEE ON PROCUREMENT

 

Mr. Richard Lanyon, Executive Director

 

Title

Issue a purchase order and enter into an agreement with Infrastructure Engineering, Inc. for professional engineering services for Contract 10-885-5C, Preliminary Engineering for Streambank Stabilization Projects on Tinley Creek, I&M Canal Tributary D, and Calumet-Sag Tributary C, in an amount not to exceed $226,229.49, Account 501-50000-601410, Requisition 1310664

Body

 

Dear Sir:

 

Authorization is requested to issue a purchase order and enter into an agreement with Infrastructure Engineering, Inc. (IEI) for professional engineering services for Contract 10-885-5C, Preliminary Engineering for Streambank Stabilization Projects on Tinley Creek, I&M Canal Tributary D (I&M Canal), and Calumet-Sag Tributary C (Tributary C), in an amount not to exceed $226,229.49.

 

On July 8, 2010, the Board of Commissioners approved various streambank stabilization projects identified subsequent to the completion of the Calumet-Sag Channel Detailed Watershed Plan (DWP) for preliminary engineering.  The Tinley Creek project involves stabilizing its banks south of 127th Street in the Village of Crestwood.  The I&M Canal project involves stabilizing its banks north of Archer Avenue in the Village of Willow Springs.  The Tributary C project involves stabilizing its banks at 143rd Place in the Village of Midlothian.

 

The scope of work for the engineering services includes evaluation of Right-of-Way issues, evaluation of state and federal government permit compliance, analysis of alternative stabilization technologies, and 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 IEI were determined to be most suitable for these projects.  IEI has submitted a proposal in the amount of $226,229.49 for professional services for preliminary engineering for streambank stabilization projects on Tinley Creek, I&M Canal, and Tributary C; 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 185 calendar 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 at 30% completion 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 engineering 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 IEI be retained for final design services for the streambank stabilization projects on Tinley Creek, I&M Canal Tributary D, and Calumet-Sag Tributary C under a separate purchase order, subject to the Board of Commissioners’ approval.

 

It is estimated that over ten persons will be working on the contract at various times with an anticipated total of 1,646 man-hours.  The average payroll rate will be approximately $47.64.

 

IEI 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 2.86, plus reimbursable direct costs, up to a total amount not to exceed $226,229.49.

 

The components of the total fee are as follows:

 

                     Item                     Fee (Not to exceed)

 

1.                     Labor Cost

A.                     Direct Labor                     62,070.45

B.                     Overhead and Profit                     115,451.04

C.                     Total Labor Fee                     $177,521.49

 

2.                     Subcontractors

A.                     MBE/SBE firms                     19,230.00

B.                     WBE/SBE firms                     27,516.00

C.                     Total Subcontractors Fee                     $46,746.00

 

3.                     Reimbursable Direct Costs                     $1,962.00

 

 

Total Fee (Not to Exceed)                     $226,229.49

 

The firm Huff & Huff, Inc. is a Women-Owned Business Enterprise/Small Business Enterprise (WBE/SBE).  The firms IEI and Great Lakes Soil & Environmental Consultant, Inc. are Minority Owned Business Enterprises/Small Business Enterprises (MBE/SBEs).  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. Raspal Bajwa, a professional engineer possessing a high degree of skill as Senior Project Manager at IEI, will serve as the project manager.  Inasmuch as the firm of IEI and Mr. Bajwa 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.

 

Funds are available in Account 501-50000-601410.

 

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

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 September 2, 2010