February 21, 2017 Item No. 7 RECOMMENDATION TO AWARD CONTRACTS FOR THE AUTHORITY-WIDE ARCHITECTURAL AND ENGINEERING PROGRAM

Similar documents
TORONTO TRANSIT COMMISSION REPORT NO.

Board of Directors authorization is required for all goods and services contracts obligating TriMet to pay in excess of $500,000.

ACTION: ESTABLISH LIFE-OF-PROJECT BUDGET FOR UP TO 100 NEW COMPO BUSES

MEETING: DATE: TYPE OF ACTION: STAFF CONTACT: Recommend to Board. Final Action

35 One Gateway Plaza Los Angeles, CA

APPROVE VANPOOL VEHICLE SUPPLIER BENCH CONTRACTS

MOTION NO. M Purchase of Thirty-two Double Deck Buses for Increased Passenger Capacity, Bus Replacement and Service Expansion

MOTION NO. M Purchase of Thirty-one Articulated Hybrid Diesel Expansion and Replacement Buses

QUEENS LIBRARY BUILDINGS AND GROUNDS COMMITTEE THURSDAY, DECEMBER 21, Central Library Merrick Blvd., Jamaica, NY AGENDA

STAFF REPORT ACTION REQUIRED

The Regional Municipality of Halton. Chair and Members of the Planning and Public Works Committee

Tel metro. net

SYSTEM SAFETY, SECURITY AND OPERATIONS COMMITTEE JULY 17, 2014 PURCHASE OF HYBRID SEDANS APPROVE CONTRACT AWARD ACTION: RECOMMENDATION

SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY

Greater Cleveland Regional Transit Authority

MSRC CLEAN TRANSPORTATION FUNDING LOCAL GOVERNMENT PARTNERSHIP

From: Arthur Canafe, P.E. Approved by: /s/ General Manager

Mobile Food Vendors Policy. 1.0 Purpose. 2.0 Policy NO Virginia Polytechnic Institute and State University

Metro OPERATIONS COMMITTEE JANUARY 20,201 1 SUBJECT: CNG ENGINE OIL AWARD CONTRACT FOR CNG ENGINE OIL RECOMMENDATION

To: Honorable Public Utilities Board Submitted by: /s/ Rebecca Irwin Interim AGM Customer Resources. From: Kelly Birdwell Approved by: /s/

APPROVE CONTRACT MODIFICATION AWARD

Request for Qualifications. for

The Regional Municipality of York. Purchase of Six Battery Electric Buses

Targeted Group Business and Veteran- Owned Small Business Programs

SUBJECT: CONTRACT C080S, HOIST REPLACEMENT AT BUS MAINTENANCE DIVISIONS 3, 5, 9, 10, AND 18, PETERSON HYDRAULICS AND ROTARY LIFT, A JOINT VENTURE

REGULATIONS OF THE DEPARTMENT OF PROCUREMENT SERVICES FOR CLEAN DIESEL CONTRACTING

ARLINGTON COUNTY, VIRGINIA. County Board Agenda Item Meeting of November 18, 2017

Chief Operating Officer. Nigel Bell, Energy Resource Manager

v Deborah Flint - Chief ecutive e, ficer

Metro. Board Report. SYSTEM SAFETY, SECURITY AND OPERATIONS COMMITTEE MAY 21, 2015 SUBJECT: PURCHASE OF MID-SIZE SUVs

Webinar Etiquette. Safety Tip: July Personal Protective Equipment Job & Home. Participants will be muted during this webinar.

Request for Assistance (RFA)

STAFF REPORT ACTION REQUIRED

Electric Vehicle Charging Station Incentives PROGRAM HANDBOOK

Targeted Group Business and Veteran- Owned Small Business Programs

Alternatives to an Open Competitive Commercial Collection Program Presented by Robert Craggs RAM/SWANA Conference

Report for Action. Wilson Bus Garage - Upgrades. Summary. Date: March 20, 2018 To: TTC Board From: Chief Capital Officer

MOTION No. M Purchase of Five 40-foot Buses PROPOSED ACTION

One Gateway Plaza Metropolitan Transportation Authority Los Angeles, CA EXECUTE CONTRACT MODIFICATIONS FOR BUS INSPECTION SERVICES

Recharge Kick-off Meeting Recharge Activity Review Process for

RFQ Fleet Vehicles. The City of Dawson Creek is requesting quotations for the supply and delivery of:

Request for Proposal for Trolley Security Services

PRINTING OF BMI WHEELS

DEBBIE COMIS, CHIEF ADMINISTRATIVE OFFICER AERIAL LADDER FIRE RESCUE APPARATUS REPLACEMENT PURCHASE

CITY OF SIMI VALLEY MEMORANDUM

Summary of Proposed Award. Driver Behavior Performance Monitoring System

AWARD CONTRACT FOR LINE BREAKERS

SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY

Re: Further Notice of Proposed Rulemaking, 45 C.F.R. 1627, Subgrants and Membership Fees or Dues

From: Tito R. Nagrampa Jr, P.E. Approved by: /s/ General Manager Juan M. Ulloa, P.E. Engineering Supervisor

CITY OF PORTSMOUTH PURCHASING DEPARTMENT PORTSMOUTH, NEW HAMPSHIRE. Annual Fuel Bid - #01-18 INVITATION TO BID

Our Focus: Your Future 2008 FLEET REPLACEMENT PLAN AWARD OF TENDERS FOR THE PURCHASE OF REPLACEMENT VEHICLES

ORANGE COUNTY TRANSPORTATION AUTHORITY. Agreement to Purchase Compressed Natural Gas Articulated Buses. Staff Report

COMPONENT HOMOLOGATION POLICY AND PROCEDURE

7000 Series Railcar Program Overview

FITCHBURG GAS AND ELECTRIC LIGHT COMPANY NET METERING SCHEDULE NM

REQUEST FOR QUOTES Invitation to Bid. Purchase of Two (2) Class 8A Tandem Axle Tractors

City Council Report. Mayor and City Council

AGENDA STAFF REPORT FISCAL YEAR FLEET REPLACEMENT

BACS APPROVED BUREAU SCHEME SUPPORT GUIDELINES

P2000 RAIL CAR AUXILIARY INVERTERS

Solar-Wind Specific Request for Proposals

Alternative and Renewable Fuel and Vehicle Technology Program. Advisory Committee Meeting

Contract Awards December 22, Composite Report

The Director, Purchasing and Materials Management recommends that the Bid Award Panel grant authority to award the following contract:

REMOVE II VANPOOL VOUCHER INCENTIVE PROGRAM

Merger of the generator interconnection processes of Valley Electric and the ISO;

LANCASTER CHOICE ENERGY S BIENNIAL ENERGY STORAGE PROCUREMENT COMPLIANCE REPORT

REQUEST FOR QUOTATIONS

Commuter Vanpool Program Scope of Work

Business and Noninstructional Operations

Chicago Smart Lighting Project. Pre-Submittal Conference & Networking Event Tuesday May 3, 2016

Telecommunications Services for FHI360. Request for Quote/Proposal #

COMPRESSED NATURAL GAS (CNG) BUS ENGINES

DISTRICT ADMINISTRATIVE RULE

ASSEMBLY JOINT RESOLUTION No. 64 STATE OF NEW JERSEY. 218th LEGISLATURE INTRODUCED FEBRUARY 1, 2018

DATE: MAY 3, 2007 ENVIRONMENTAL MANAGEMENT DIVISION

City of Dallas. Agenda Information Sheet. File #: Item #: 26.

May 11, 2018 On or before 2:00pm

Contract Award for Rideshare Services to Supplement GoLink Service

City of Grand Forks Staff Report

Exhibit A Sound Transit Board Resolution R Selecting the bicycle, pedestrian, and parking access improvements to be built for the Puyallup

Public Works and Infrastructure Committee. Director, Purchasing and Materials Management General Manager, Transportation Services

6 York Region Transit (YRT/Viva) On-board Security Camera System Upgrade Contract Award

Request for Quotation (RFQ) for the provision of electrical construction services to the CSIR CSIR RFQ:

Department of Environmental Protection PROJECT SOLICITATION

The Director, Purchasing and Materials Management recommends that:

SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY

Provision of Proprietary Software Licences and Maintenance from Innovyze Inc. for Hydraulic Modelling and Asset Management

Los Angeles County One Gateway Plaza q.200n Tpl Metropolitan Transportation Authority Los Angeles, CA metro.4 I

Washington Metropolitan Area Transit Authority

City Transfer Stations: Loading Services and Fees

Date: November 13, Board of Directors. Neil McFarlane

Part 3 Agreement Programs for 2017 and Greenhouse Gas Reduction (Renewable and Low Carbon Fuel Requirements) Act

Muni Forward: Get On Board! Siemens S200 SF Light Rail Vehicle

Illinois Renewable Energy Portfolio Net Metering Grid Interconnection Requirements Financing Options

MOTION NO. M Light Rail Vehicle Oil-less Rotary Scroll Air Compressor Upgrade PROPOSED ACTION

SYNOPSIS OF PROPOSED GEORGIA DEPARTMENT OF PUBLIC SAFETY RULES CHAPTER TRANSPORTATION NETWORK COMPANIES AND TAXI SERVICES

Request for Qualification for Comprehensive Plan Services RFQ#

SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY

Transcription:

February 21, 2017 Item No. 7 RECOMMENDATION TO AWARD CONTRACTS FOR THE AUTHORITY-WIDE ARCHITECTURAL AND ENGINEERING PROGRAM Address: Various; Authority-Wide Services Alderman: Various Ward: Various Presenter: Diana C. Liu, Chief Development & Construction Officer Recommendation The Chief Executive Officer recommends that the Board of Commissioners of the Chicago Housing Authority authorize the award of thirty-nine (39) Indefinite Delivery and Indefinite Quantity (IDIQ) contracts to the below listed contractors for a not-to-exceed amount of $24,050,000.00 to provide authority-wide architectural and engineering services for various CHA properties. Each contract will be for an amount not-to-exceed $750,000.00 or $350,000.00 based on the category of services assignment for a base term of two (2) years with two (2) oneyear renewal options. An additional $10,950,000.00 will be set-aside as reserve capacity from which funds can be allocated. The total aggregate amount of the thirty-nine (39) contracts and the reserve capacity fund is a not-to-exceed $35,000,000.00. These contractors will provide complete architectural/engineering services in connection with modernization, rehabilitation, and capital maintenance at selected CHA properties. Count Recommended Awardee Base Term Option Terms Contract Value Category of Service 1 BLDD Architects 2 Years Two (2) One Year Options $750,000 -Architectural 2 Boeman 2 Years Two (2) One Year Options $750,000 -Architectural 3 Booth Hansen Ltd. 2 Years Two (2) One Year Options $750,000 -Architectural 4 Canopy Architecture +, LLC 2 Years Two (2) One Year Options $750,000 -Architectural 5 6 CCJM Engineers, Ltd. 2 Years Two (2) One Year Options $350,000 d Escoto, Inc. 2 Years Two (2) One Year Options $350,000 -Civil & Landscape

Count Recommended Awardee Base Term Option Terms Contract Value Category of Service 7 bridge, Ltd. 2 Years Two (2) One Year Options $750,000 -Architectural 8 Build Realty Group LLC dba Coyne Architects 2 Years Two (2) One Year Options $750,000 -Architectural 9 EC Purdy & Associates 2 Years Two (2) One Year Options $750,000 -Architectural 10 Environmental International, Inc. 2 Years Two (2) One Year Options $350,000 -Civil & Landscape 11 Fox & Fox Architects, LLC 2 Years Two (2) One Year Options $750,000 -Architectural 12 13 Globetrotters Corporation dba GEC Group, Ltd. 2 Years Two (2) One Year Options $750,000 Gloger Engineers, Ltd. 2 Years Two (2) One Year Options $350,000 -Architectural -Civil & Landscape -Structural -Civil & Landscape 14 Gregory Ramon Group 2 Years Two (2) One Year Options $750,000 -Architectural 15 16 17 GSG Consultants 2 Years Two (2) One Year Options $350,000 Hitchcock Group 2 Years Two (2) One Year Options $350,000 Holabird & Root 2 Years Two (2) One Year Options $750,000 -Civil & Landscape -Civil & Landscape -Architectural -Structural 18 Studio AH, LLC dba HPZS 2 Years Two (2) One Year Options $750,000 -Architectural 19 husarchitecture, Inc. 2 Years Two (2) One Year Options $750,000 -Architectural 20 Infrastructure, Inc. 2 Years Two (2) One Year Options $350,000 -Civil & Landscape 21 JA Architects, Ltd. 2 Years Two (2) One Year Options $750,000 -Architectural 22 KJWW Corporation 2 Years Two (2) One Year Options $350,000 -Structural, 23 KOO, LLC 2 Years Two (2) One Year Options $750,000 -Architectural 2

Count Recommended Awardee Base Term 24 Option Terms Contract Value Melvin Cohen & Associates 2 Years Two (2) One Year Options $350,000 Category of Service 25 Moreno Architects, Ltd. 2 Years Two (2) One Year Options $750,000 -Architectural 26 Nest Builders, Inc. dba HMS 2 Years Two (2) One Year Options $350,000 27 Pappageorge Haymes Partners 2 Years Two (2) One Year Options $750,000 -Architectural 28 Perimeter Architects 2 Years Two (2) One Year Options $750,000 -Architectural 29 Primera Engineers, Ltd. 2 Years Two (2) One Year Options $350,000 -Civil & Landscape 30 RADA Architects, Ltd. 2 Years Two (2) One Year Options $750,000 -Architectural 31 Rubinos & Mesia Engineers, Inc. 2 Years Two (2) One Year Options $350,000 -Civil & Landscape -Structural 32 Site Group, Ltd. 2 Years Two (2) One Year Options $350,000 -Civil 33 SMNG A Ltd. 2 Years Two (2) One Year Options $750,000 -Architectural 34 Smith Harding JV 2 Years Two (2) One Year Options $750,000 -Architectural 35 Solomon Cordwell Buenz 2 Years Two (2) One Year Options $750,000 -Architectural 36 SPAAN Tech, Inc. 2 Years Two (2) One Year Options $750,000 -Architectural -Civil & Landscape -Structural 37 Stantec Architecture, Inc. 2 Years Two (2) One Year Options $750,000 -Architectural 3

38 Studio Architecture, LLC 2 Years Two (2) One Year Options $750,000 -Architectural 39 UrbanWorks, Ltd. 2 Years Two (2) One Year Options $750,000 -Architectural Contracts: $24,050,000 Reserve Capacity Fund $10,950,000 Aggregate Total: $35,000,000 The requested action complies in all material respects with all applicable federal, state and local laws, and Chicago Housing Authority board policies. Staff have completed all necessary due diligence to support the submission of this initiative. Funding Capital Construction Department Budget Background CHA is seeking the services of licensed architectural and engineering firms to provide complete architectural/engineering services in connection with modernization, rehabilitation, and capital maintenance at CHA properties as part of the Architectural/ Indefinite Delivery Indefinite Quantity (IDIQ) Program. These services have been customarily performed by architects and engineers by means of assessments, preparation of drawings and specifications, construction administrative support and other professionally related services for all dwelling and non-dwelling buildings. The CHA s current Architectural/ IDIQ Program is in the last option year and expired on December 31, 2016. The current program was previously approved by the Board in November 2013 and is comprised of twelve architectural vendors that receive task orders through a next in line rotation. The Architectural/ IDIQ Program enables the CHA to issue task orders for architectural and engineering services to the prequalified firms as projects are identified. The CHA amends base contract amounts as necessary utilizing the set aside reserve capacity fund, as task orders are assigned. Task Order and IDIQ contracts streamline the procurement process. The CHA s new Architectural/ IDIQ Program will utilize the same next in line rotation for assignments but will also assign task orders based on a vendor s specialization or category or service. work will be assigned through two processes; 1) For projects with an estimated professional design fee of $1,000,000 or less, task orders will be assigned through a next in line rotation, 2) For projects with an estimated professional design fee greater than $1,000,000 to $1,999,999, the CHA will solicit the task order opportunity to all vendors in the applicable Category of Service. The Request for Qualifications detailed four categories of services: 1) Architectural, 2) Civil and Landscape, 3) Structural and 4) Mechanical, Electrical, Plumbing Fire Protection, and. The CHA will assign vendors to a particular category of service as outlined in this recommendation to award. 4

Procurement Process CHA issued Request for Qualifications (RFQ) Event No. 1647 on September 16, 2016 to solicit professional architectural and engineering firms The intent of this RFQ was to qualify vendors to participate in CHA s authority-wide architectural and engineering Indefinite Delivery Indefinite Quantity (IDIQ) Program for design work at various CHA properties. Specific scopes of work will be provided to the awardees through individual task orders. CHA solicited fifty-one (51) vendors, 389 Section 3 Business Concern, thirty-one (31) Assist Agencies and Procurement Database Infor Rich Client Administration Commodity Codes 906 for Architectural Services, Professional, 906-7 for Architect Services, Professional, 918-15 Architectural Consulting. Proposals were evaluated and scored based on the evaluation criteria below: o Organization: 45 Points Demonstrated understanding of the requirements of the RFQ Demonstrated ability to implement the requirements Demonstrated ability of the proposed individual team members o Experience: 55 Points Evidence the firm has the minimum years of required experience Evidence the firm has the appropriate experience Evidence that the individual team members have the appropriate experience The Evaluation Committee was comprised of three (3) CHA employees from the Capital Construction Department and the Property Office. Since this is a master contract with task orders to be issued in the future, compliance affidavits were obtained from respondents but not scored. Awardees will be expected to meet compliance requirements for each individual task order. Thirty-nine (39) Respondents submitted proposals for four Categories of Services: 1) Architectural, 2) Civil and Landscape, 3) Structural, and 4) Mechanical, Electrical, Plumbing Fire Protection, and Information Technology. The CHA is recommending to award a total of thirty-nine contracts by the following Categories of Service. Six vendors will be assigned to more than one Category of Service. A Summary of the Category of Service assignments is below: o 26 vendors for the Architectural Category o 11 vendors for the Civil and Landscaping Category o 5 vendors for the Structural Category o 7 vendors for the Mechanical, Electrical, and Category 5

Respectfully Submitted: Diana C. Liu Chief Development & Construction Officer 6

RESOLUTION NO. 2017-CHA- WHEREAS, the Board of Commissioners of the Chicago Housing Authority has reviewed the Board Letter dated February 21, 2017 entitled Recommendation to Award Contracts for the Authority-wide Architectural and Program. THEREFORE, BE IT RESOLVED BY THE BOARD OF COMMISSIONERS OF THE CHICAGO HOUSING AUTHORITY: THAT, the Board of Commissioners authorizes the Chief Executive Officer or his designee to enter into thirty-nine (39) Indefinite Delivery and Indefinite Quantity (IDIQ) contracts to provide authority-wide architectural and engineering services at various CHA properties to the following vendors, in an aggregate not-toexceed amount of $24,050,000: Count Recommended Awardee Base Term Option Terms Contract Value Category of Service 1 BLDD Architects 2 Years Two (2) One Year Options $750,000 -Architectural 2 Boeman 2 Years Two (2) One Year Options $750,000 -Architectural 3 Booth Hansen Ltd. 2 Years Two (2) One Year Options $750,000 -Architectural 4 Canopy Architecture +, LLC 2 Years Two (2) One Year Options $750,000 -Architectural 5 CCJM Engineers, Ltd. 2 Years Two (2) One Year Options $350,000 Plumbing, Fire Protection, 6 d Escoto, Inc. 2 Years Two (2) One Year Options $350,000 -Civil & Landscape 7 bridge, Ltd. 2 Years Two (2) One Year Options $750,000 -Architectural 8 Build Realty Group LLC dba Coyne Architects 2 Years Two (2) One Year Options $750,000 -Architectural 9 EC Purdy & Associates 2 Years Two (2) One Year Options $750,000 -Architectural 10 Environmental International, Inc. 2 Years Two (2) One Year Options $350,000 -Civil & Landscape 11 Fox & Fox Architects, LLC 2 Years Two (2) One Year Options $750,000 -Architectural 12 Globetrotters Corporation dba GEC Group, Ltd. 2 Years Two (2) One Year Options $750,000 -Architectural -Civil & Landscape -Structural Plumbing, Fire Protection, 13 Gloger Engineers, Ltd. 2 Years Two (2) One Year Options $350,000 -Civil & Landscape 7

Count Recommended Awardee Base Term Option Terms Contract Value Category of Service 14 Gregory Ramon Group 2 Years Two (2) One Year Options $750,000 -Architectural 15 GSG Consultants 2 Years Two (2) One Year Options $350,000 -Civil & Landscape 16 Hitchcock Group 2 Years Two (2) One Year Options $350,000 -Civil & Landscape 17 Holabird & Root 2 Years Two (2) One Year Options $750,000 -Architectural -Structural 18 Studio AH, LLC dba HPZS 2 Years Two (2) One Year Options $750,000 -Architectural 19 husarchitecture, Inc. 2 Years Two (2) One Year Options $750,000 -Architectural 20 Infrastructure, Inc. 2 Years Two (2) One Year Options $350,000 -Civil & Landscape 21 JA Architects, Ltd. 2 Years Two (2) One Year Options $750,000 -Architectural 22 KJWW Corporation 2 Years Two (2) One Year Options $350,000 8 -Structural Plumbing, Fire Protection,, 23 KOO, LLC 2 Years Two (2) One Year Options $750,000 -Architectural 24 25 26 27 Plumbing, Fire Melvin Cohen & Associates 2 Years Two (2) One Year Options $350,000 Protection, Moreno Architects, Ltd. 2 Years Two (2) One Year Options $750,000 -Architectural Plumbing, Fire Nest Builders, Inc. Protection, dba HMS 2 Years Two (2) One Year Options $350,000 Pappageorge Haymes Partners 2 Years Two (2) One Year Options $750,000 -Architectural 28 Perimeter Architects 2 Years Two (2) One Year Options $750,000 -Architectural 29 Primera Engineers, Ltd. 2 Years Two (2) One Year Options $350,000 -Civil & Landscape Plumbing, Fire Protection, 30 RADA Architects, Ltd. 2 Years Two (2) One Year Options $750,000 -Architectural 31 32 Rubinos & Mesia Engineers, Inc. 2 Years Two (2) One Year Options $350,000 -Civil & Landscape -Structural Site Group, Ltd. 2 Years Two (2) One Year Options $350,000 -Civil 33 SMNG A Ltd. 2 Years Two (2) One Year Options $750,000 -Architectural 34 Smith Harding JV 2 Years Two (2) One Year Options $750,000 -Architectural 35 Solomon Cordwell Buenz 2 Years Two (2) One Year Options $750,000 -Architectural 36 SPAAN Tech, Inc. 2 Years Two (2) One Year Options $750,000 -Architectural -Civil & Landscape -Structural Plumbing, Fire Protection, 37 Stantec Architecture, Inc. 2 Years Two (2) One Year Options $750,000 -Architectural

38 Studio Architecture, LLC 2 Years Two (2) One Year Options $750,000 -Architectural 39 UrbanWorks, Ltd. 2 Years Two (2) One Year Options $750,000 -Architectural Contract Value $24,050,000 Reserve Capacity Fund $10,950,000 Aggregate Total $35,000,000 An additional $10,950,000 will be set aside as reserve capacity from which funds can be allocated. The total aggregate amount of the thirty-nine (39) contracts and the reserve capacity is a not-to-exceed amount of $35,000,000.00. The Chief Executive Officer is authorized to use his discretion to exercise the renewal options. Any options exercised by the Chief Executive Officer must be exercised individually and within the aggregate amount of approved funding. This award is subject to the Contractor s compliance with the CHA s MBE/WBE/DBE, Section 3 and insurance requirements for each assigned task order. Eugene E. Jones, Jr. Chief Executive Officer Chicago Housing Authority 9