File #: 16-2493    Version: 1 Name: Countywide JOC Program
Type: Job Order Contract Status: Approved
File created: 3/29/2016 In control: Asset Management Committee
On agenda: 4/13/2016 Final action: 5/11/2016
Title: PROPOSED CONTRACT Department(s): The Department of Capital Planning & Policy, The Department of Facilities Management, The Department of Transportation and Highways Vendor: Various vendors (see "Summary" below) Request: Authorization for the Chief Procurement Officer to enter into and execute Good(s) or Service(s): Countywide Job Order Contract (JOC) Program Contract Value: $89,000,000.00 Contract period: 6/1/2016 - 5/31/2018, with two (2), one (1) year renewal options Potential Fiscal Year Budget Impact: FY 2016 $44,500,000.00, FY 2017 $44,500,000.00 Accounts: Capital Improvement Program - 580 Contract Number(s): 1555-14475 Concurrences: The vendor has met the Minority and Women Owned Business Enterprise Ordinance. The Chief Procurement Officer concurs. Summary: JOC is a quantity based procurement process that allows the facility owners to complete a multitude of repair/maintenance/replacement and construction projects with a single, co...
Indexes: (Inactive) JOHN YONAN, P.E., Superintendent, Department of Transportation and Highways, (Inactive) PHIL BOOTHBY, Director, Office of Capital Planning and Policy , BILQIS JACOBS-EL, Director, Department of Facilities Management

title

PROPOSED CONTRACT

 

Department(s):  The Department of Capital Planning & Policy, The Department of Facilities Management, The Department of Transportation and Highways

 

Vendor:  Various vendors (see ”Summary” below)

 

Request: Authorization for the Chief Procurement Officer to enter into and execute

 

Good(s) or Service(s):                       Countywide Job Order Contract (JOC) Program

 

Contract Value:  $89,000,000.00

 

Contract period:  6/1/2016 - 5/31/2018, with two (2), one (1) year renewal options

 

Potential Fiscal Year Budget Impact:                       FY 2016 $44,500,000.00, FY 2017 $44,500,000.00

 

Accounts:  Capital Improvement Program - 580

 

Contract Number(s):  1555-14475

 

Concurrences:                     

The vendor has met the Minority and Women Owned Business Enterprise Ordinance.

 

The Chief Procurement Officer concurs.

 

Summary:  JOC is a quantity based procurement process that allows the facility owners to complete a multitude of repair/maintenance/replacement and construction projects with a single, competitively bid contract.  The JOC process generally involves first selecting a vendor pool of potential contractors through a competitive procurement process, and then identifying projects for such selected contractors.

 

Explanation of Fiscal Impact: The County will award a series of JOC contracts for a not to exceed dollar amount.  The number of projects and dollar value of each are unknown at this time.  The potential fiscal impact of $44.5 million annually for (2) years.  The contracts that have $0.00 listed as a not to exceed amount are for use by other entities such as the Forest Preserve District of Cook County, the Chicago Housing Authority, and municipalities that utilize our program.

 

Competitive bidding procedures were followed in accordance with the Cook County Procurement Code. The contractors listed in the table below are the lowest, responsive and responsible bidders in each respective category.

 

Contract No.

Vendors Pool

Not to Exceed Base Term Amount  (2 years)

 

General Contractors

 

1555-14475 GC 1

F.H. Paschen, S.N. Nielsen & Associates LLC

$7,000,000.00

1555-14475 GC 2

AGAE Contractors, Inc.

$7,000,000.00

1555-14475 GC 3

Paul Borg Construction Company

$7,000,000.00

1555-14475 GC 4

Old Veteran Construction, Inc.

$7,000,000.00

 

Mechanical Contractors

 

1555-14475 MC 5

S Mechanical, Inc.

$5,000,000.00

1555-14475 MC 6

Paschen Autumn Joint Venture

$5,000,000.00

 

Electrical Contractors

 

1555-14475 EC 7

Paschen M. G. Joint Venture

$5,000,000.00

1555-14475 EC 8

Sharlen Electric Company

$5,000,000.00

 

Site Work Contractors

 

1555-14475 SW 9

F.H. Paschen, S.N. Nielsen & Associates LLC

$4,000,000.00

1555-14475 SW 10

MQ  Sewer & Water Contractors, Inc. dba MQ Construction Company

$4,000,000.00

 

Demolition Contractors

 

1555-14475 D 11

F.H. Paschen, S.N. Nielsen & Associates LLC

$10,000,000.00

1555-14475 D 12

Old Veteran Construction, Inc.

$10,000,000.00

 

Residential Contractors

 

1555-14475 RC 13

Pacific Construction Services, Inc.

$0.00

 

General Contractors   Small Business Enterprise

 

1555-14475 GC SBE 14

AGAE Contractors, Inc.

$3,000,000.00

1555-14475 GC SBE 15

Pacific Construction Services, Inc.

$3,000,000.00

 

Mechanical Contractor   Small Business Enterprise

 

1555-14475 MC SBE 16

Autumn Construction Services, Inc.

$2,000,000.00

 

Electrical Contractor   Small Business Enterprise

 

1555-14475 EC SBE 17

All Tech Energy, Inc.

$2,000,000.00

 

Site Work Contractor   Small Business Enterprise

 

1555-14475 SW SBE 18

MQ  Sewer & Water Contractors, Inc. dba MQ Construction Company

$1,500,000.00

 

Demolition Contractor   Small Business Enterprise

 

1555-14475 D SBE 19

AGAE Contractors, Inc.

$1,500,000.00

 

Residential Contractor   Small Business Enterprise

 

1555-14475 RC SBE 20

Accel Construction Services, Inc.

$0.00

 

end