TRANSMITTAL LETTER FOR BOARD MEETING OF MAY 4, 2023
COMMITTEE ON PROCUREMENT
Mr. Brian A. Perkovich, Executive Director
Title
Authority to increase purchase order and amend the agreement with AECOM Technical Services, Inc. for Contract 16-836-3S Civil Consulting Support Services in an amount of $400,000.00, from an amount of $2,100,000.00, to an amount not to exceed $2,500,000.00, Account 401-50000-612450, Purchase Order 3111933
Body
Dear Sir:
On October 1, 2020, the Board of Commissioners authorized the Director of Procurement and Materials Management to issue a purchase order and enter into an agreement with AECOM Technical Services, Inc., for Contract 16-836-3S, Civil Consulting Support Services, in an amount not to exceed $1,500,000.00. The contract expires on September 30, 2023.
As of April 21, 2023, the attached list of change orders has been approved. The contract has one prior change order. On November 18, 2021, the Board of Commissioners authorized an increase in the purchase order in an amount of $600,000.00.
Original contract Amount $1,500,000.00
Date of Board Approval 10/01/2020
Cumulative Change Order (4/21/23) $600,000.00
% Change of Original Contract Value 40%
Current Contract Value $2,100,000.00
Requested Increase $400,000.00
New Contract Value $2,500,000.00
% Change of Current Contract Value 19%
Total % Change of Original Contract Value 67%
The District has two additional significant projects that need expeditious engineering support or design under this task order contract. The first project is flow monitoring within the Calumet WRP intercepting sewer system in support of a Monitoring and Research Department study to detect sources of phosphorus. The second project is the preliminary design of a storm sewer near Pulaski Road and the Cal-Sag Channel in Alsip, Illinois, to convey stormwater that currently discharges to TARP, in conjunction with a Cook County Department of Highways and Transportation road improvement. To complete all of this work, additional funds are needed.
The work to be completed by the Minority-owned Business Enterprises (MBE), Small Business Enterprises (SBE), and Women-owned Business Enterprises (WBE) represents approximately 30 percent of the total dollar value of the agreement. Assuming the maximum cost of the agreement is reached, the MBE, SBE, and WBE firms listed will receive approximately $120,000.00 as part of this change, in addition to the $630,000.00 in total compensation from the original contract and the change order. All MBE and WBE firms will actively participate in providing services for the core elements of the work in accordance with their areas of expertise.
The Sub-Consultant firms are as follow:
a. MBE/SBE firm:
DB Sterlin Consultants, Inc.
Fluid Clarity Ltd.
Rubinos and Mesia Engineers, Inc.
Spaan Tech, Inc.
Material Service Testing, Inc.
b. WBE/SBE firm:
Environmental Design International, Inc.
Primera Engineering
c. VBE/SBE firm:
Orion Engineers
This change order is in compliance with the Illinois Criminal Code since the change is due to circumstances not reasonably foreseeable at the time the contract was signed and is in the best interest of the District.
It is hereby recommended that the Board of Commissioners authorize the Director of Procurement and Materials Management to execute a change order to increase the purchase order and amend the agreement in an amount of $400,000.00 (19% of the current contract value), from an amount of $2,100,000.00, to an amount not to exceed $2,500,000.00.
Funds are available in Account 401-50000-612450.
Requested, Catherine A. O’Connor, Director of Engineering, KMF
Recommended, Darlene A. LoCascio, Director of Procurement and Materials Management
Respectfully Submitted, Marcelino Garcia, 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 4, 2023
Attachment