TRANSMITTAL LETTER FOR BOARD MEETING OF NOVEMBER 20, 2025
COMMITTEE ON PROCUREMENT
Mr. John P. Murray, Acting Executive Director
Title
Issue purchase order and enter into an agreement with Hey and Associates, Inc. for Contract 24-CON-03 Professional Engineering Services for Project 25-800-5F Riparian Area Improvements at Multiple Locations in Cook County, in an amount not to exceed $2,291,377.39, Accounts 501-50000-612440 and 612450, Requisition 1648263
Body
Dear Sir:
Authorization is requested to issue a purchase order and enter into an agreement with Hey and Associates, Inc. (Hey) for Contract 24-CON-03 Professional Engineering Services for Project 25-800-5F Riparian Area Improvements at Multiple Locations in Cook County (Project), in an amount not to exceed $2,291,377.39.
The proposed project will provide preliminary engineering and/or final design engineering along Thorn Creek, Addison Creek, Stony Creek, Melvina Ditch and the Illinois and Michigan Canal Tributary D, as well as at flood control facilities at Northlake Reservoir, Plum Grove Reservoir, Techny Reservoir B, and Calumet Union Drainage Ditch Reservoir.
The scope of work for the Riparian Area Improvements at Multiple Locations in Cook County project includes data review and collection, analysis of right-of-way and permit requirements, and preparation of engineering plans, specifications, cost estimates and project schedules.
The time allowed for services to be performed under this agreement is 925 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 48 firms and 19 responded. After reviewing all the Statements of Qualifications, ten firms 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, Hey is being selected due to its next highest ranking after the first company, which has already 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.
Hey submitted a proposal in the amount of $2,291,377.39 for professional services for the design of the Riparian Area Improvements at Multiple Locations in Cook County. Engineering has reviewed the proposal and found it to be acceptable.
It is estimated that approximately 15 people will work on the contract at various times with an anticipated total of 7,306 man-hours. The average payroll rate will be approximately $55.21.
Hey shall be paid an hourly rate based on the direct labor rate in effect within the year the work is performed, times an overall multiplier of 2.7183, plus reimbursable direct costs, up to a total amount not to exceed $2,291,377.39.
Item Fee
1. Prime Consultant Fee
A. Direct Labor $ 404,881.68
B. Overhead and Profit $ 695,708.19
C. Total Labor Fee $ 1,100,589.87
2. Reimbursable Direct Costs $ 118,920.01
3. PCE Sub-Consultant Fee
A. MBE Firms $ 461,088.00
B. WBE Firms $ 277,965.00
C. VBE Firms $ 80,414.51
D. Total PCE Sub-Consultants $ 819,467.51
4. Non PCE Sub-Consultant Fee $ 252,400.00
Total Fee (Not to Exceed) $ 2,291,377.39
The firms Interra, Inc. and GSG Consultants, Inc., are Minority-owned Business Enterprises (MBE). The firms Claassen, White & Associates, PC and Contigo Engineering, PLLC are Women-owned Business Enterprises (WBE). The firm Orion Engineers, PLLC, 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 Hey 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 $2,291,377.39.
Funds for the 2025 expenditure, in the amount of $30,000.00, are available in Account 501-50000-612440. The estimated expenditure for 2026 is $1,000,000.00 and 2027 is $1,261,377.39 in Accounts 501-50000-612440 and 612450. Funds for the 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, KF: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 November 20, 2025
Attachment