TRANSMITTAL LETTER FOR BOARD MEETING OF SEPTEMBER 18, 2025
COMMITTEE ON PROCUREMENT
Mr. John P. Murray, Acting Executive Director
Title
Issue purchase order and enter into an agreement with Bowman Consulting Group Ltd. for Contract 24-CON-03, Professional Engineering Services for Project 14-065-5F, Flood Control Project on Central Road from the Des Plaines River to Glenwood Lane, NSA in an amount not to exceed $2,204,293.84, Account 501-50000-612450, Requisition 1644812 (As Revised)
Body
Dear Sir:
Authorization is requested to issue a purchase order and enter into an agreement with Bowman Consulting Group Ltd. (Bowman) for Contract 24-CON-03, Professional Engineering Services for Project 14-065-5F, Flood Control Project on Central Road from the Des Plaines River to Glenwood Lane, NSA, (Project), in an amount not to exceed $2,204,293.84.
On July 14, 2022, the Board of Commissioners granted approval to enter into an agreement with FluidClarity Ltd. (FluidClarity) to begin Final Design for this Project. FluidClarity was able to complete initial tasks on this contract, but as time progressed it became clear that FluidClarity did not have the staffing necessary to complete the contract work. As such, on August 14, 2025, the Board of Commissioners granted authority to decrease the purchase order and amend the agreement with FluidClarity to close out that contract. Authority to enter into this new agreement with Bowman is requested to complete the Final Design engineering services for the Project.
The proposed project will address known flooding along Central Road that causes structure flooding and inhibits access on Central Road. The proposed project includes the construction of a new storm sewer in Central Road, which is under Illinois Department of Transportation (IDOT) jurisdiction, lateral storm sewers in the public right-of-way in Northfield Township, and a new stormwater detention facility. The proposed improvements will reduce flooding that impacts approximately 130 single and multi-family residential structures as well as several roadways in the project area located in Maine and Northfield Townships. IDOT previously provided a letter of intent for their cost participation in the construction efforts and negotiations for a cost-sharing agreement between IDOT and the District are underway.
The time allowed for services to be performed under this agreement is 720 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 under this agreement include:
• Project Management Reports
• Public Coordination Meetings (Presentations, Documents, and Exhibits)
• Technical Memorandums
• Geotechnical Reports
• Permit Applications
• Detailed Plans and Specifications
• Opinion of Probable Construction Cost
• Bid Phase Services
The Engineering Department (Engineering) conducted a consolidated consultant selection process to assess prospective consulting engineering firms for professional services for the planning and design of stormwater management projects. Requests for Statement of Qualifications were sent to forty-eight (48) firms and nineteen (19) responded. After reviewing all the Statements of Qualifications, ten (10) were chosen for interviews by the District’s selection advisory committee. Following scoring of the interview phase, Engineering determined the highest-scoring firms in the following order:
1. V3 Companies, Ltd.
2. Hey & Associates, Inc.
3. Christopher B. Burke Engineering, Ltd.
4. Arcadis U.S., Inc.
5. Bowman Consulting Group Ltd.
6. Strand Associates, Inc.
7. CDM Smith, Inc.
While all the above firms are determined to be suitable for this project, Bowman is being selected due to its next highest ranking after the first four companies, which have already begun negotiations or have entered into an agreement for different stormwater projects. Consultants for future stormwater planning and design contracts will be selected in the order of the above list until exhausted.
Bowman submitted a proposal in the amount of $2,204,293.84 for professional services for the design of the Flood Control Project on Central Road from the Des Plaines River to Glenwood Lane project. Engineering has reviewed the proposal and found it to be acceptable.
It is estimated that approximately 50 people will work on the contract at various times with an anticipated total of 10,924 man-hours. The average payroll rate will be approximately $67.70.
Bowman 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 2.940, plus reimbursable direct costs, up to a total amount not to exceed $2,204,293.84.
Item Fee
1. Prime Consultant Fee
A. Direct Labor $ 363,739.44
B. Overhead and Profit 705,652.40
C. Total Labor Fee 1,069,391.84
2. Reimbursable Direct Costs $ 30,000.00
3. PCE Sub-Consultant Fee
A. MBE Firms $ 744,845.00
B. WBE Firms 218,269.00
C. VBE Firms 67,570.00
D. Total PCE Sub-Consultants $1,030,684.00
4. Non PCE Sub-Consultant Fee $ 74,218.00
Total Fee (Not to Exceed) $ 2,204,293.84
The firms 2IM Group, LLC, and GSG Consultants, Inc., are Minority-owned Business Enterprises (MBE). The firms Kabbes Engineering, Inc., and Terra Engineering, Ltd. are Women-owned Business Enterprises (WBE). The firm Orion Engineers, LLC, is a Veteran-owned Business Enterprises (VBE). All MBE, WBE and VBE firms will actively participate in providing services for the core elements required by the agreement.
The Diversity Section has reviewed the agreement and concluded that the MBE, WBE, and VBE firms are in accordance with the District's Affirmative Action Policy. The agreement shall be subject to the approval of the Law Department as to form and legality.
Inasmuch as the firm of Bowman 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 $2,204,293.84.
Funds for the 2025 expenditure, in the amount of $783,622.84, are available in Account 501-50000-612450. The estimated expenditure for 2026 is $962,300.00, and 2027 is $458,371.00, Funds for 2026 and 2027 expenditures are contingent on the Board of Commissioners’ approval of the District’s budget for those years.
Requested, Catherine A. O’Connor, Director of Engineering, KMF:JK
Recommended, Darlene A. LoCascio, Director of Procurement and Materials Management
Respectfully Submitted, Precious Brady-Davis, Chairperson 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 18, 2025
Attachment