File #: 19-1074    Version: Name: Architectural and Engineering Services Task Order Contract
Type: Contract Status: Filed
File created: 1/4/2019 In control: Asset Management Committee
On agenda: 1/24/2019 Final action:
Title: PROPOSED SECOND AMENDMENT TO FILE 19-1074 (Asset Management Committee 5/22/2019) Department(s): Capital Planning and Policy Vendor: Various Vendors (See "Summary" Below) Request: Authorization for the Chief Procurement Officer to enter into and execute Good(s) or Service(s): Architectural and Engineering Services Contract Value: $30,000,000.00 $18,000,000.00 Contract period: 3/1/2019-2/28/2022, with two (2), one (1), year renewal options 6/1/2019 - 5/31/2021, with one (1), one (1), year renewal option Potential Fiscal Year Budget Impact: FY19 $10,000,000.00 $6,000,000.00 FY20 $10,000,000.00 $6,000,000.00 FY21 $10,000,000.00 $6,000,000.00 Accounts: Capital Improvement Program-580 Contract Number(s): Multiple (See "Summary" Below) Concurrences: The vendors have met the Minority-and Women-owned Business Enterprise Ordinance via direct participation. The Chief Procurement Officer Concurs. Summary: These contracts provide for Architectural and Engineering (A/E) ser...
Indexes: EARL MANNING, Director, Office of Capital Planning and Policy

title

PROPOSED SECOND AMENDMENT TO FILE 19-1074

(Asset Management Committee 5/22/2019)

 

Department(s):  Capital Planning and Policy

 

Vendor:  Various Vendors (See “Summary” Below)

 

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

 

Good(s) or Service(s):  Architectural and Engineering Services

 

Contract Value:  $30,000,000.00 $18,000,000.00

 

Contract period: 

3/1/2019-2/28/2022, with two (2), one (1), year renewal options

 

6/1/2019 - 5/31/2021, with one (1), one (1), year renewal option

 

Potential Fiscal Year Budget Impact: FY19 $10,000,000.00 $6,000,000.00 FY20 $10,000,000.00 $6,000,000.00 FY21 $10,000,000.00 $6,000,000.00

 

Accounts:  Capital Improvement Program-580

 

Contract Number(s):  Multiple (See “Summary” Below)

 

Concurrences:                     

The vendors have met the Minority-and Women-owned Business Enterprise Ordinance via direct participation.

 

The Chief Procurement Officer Concurs.

 

Summary:  These contracts provide for Architectural and Engineering (A/E) services for the Department of Capital Planning and Policy. A/E services will be requested as a task order on an as-needed basis. The use of the task order process will expedite the engagement of multiple projects simultaneously. The assignment of the projects will be distributed equitably amongst the selected vendors. The County is under no obligation to expend the amount requested, and is only obligated to pay the vendors when the work is completed.

 

Any task order with fees at or above $150,000.00 will require Board approval before that task order may be issued.

 

RFQ procedures were followed in accordance with the Cook County Procurement Code. The vendors listed below were selected based on the established evaluation criteria.

 

Contract Number(s) Vendor                     Amount

 

1855-17357A                      Bauer Latoza Studio, Ltd.                     $5,000,000.00                     $3,000,000.00

1855-17357B                     KOO, LLC                      $5,000,000.00                     $3,000,000.00

1855-17357C                     Moreno Architects, Ltd. dba JGMA                     $5,000,000.00                     $3,000,000.00

1885-17487A                     Studio AH, LLC, dba HPZS                      $5,000,000.00                     $3,000,000.00

1885-17487B                     JLK Architects                     $5,000,000.00                     $3,000,000.00

1885-17487C                     EXP U.S. Services, Inc.                     $5,000,000.00                     $3,000,000.00

 

                                                                                                         Totals $30,000,000.00                     $18,000,000.00

end