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