Quantcast

Chicago City Wire

Saturday, April 27, 2024

Cook County Board of Commissioners Asset Management Committee met Nov. 15

Webp 5

Alma Anaya, County Board Commissioner, 7th District | Cook County Website

Alma Anaya, County Board Commissioner, 7th District | Cook County Website

Cook County Board of Commissioners Asset Management Committee met Nov. 15.

Here are the minutes provided by the board:    

ATTENDANCE 

Present: Miller, Aguilar, Anaya, Britton, Degnen, Gordon, Moore, K. Morrison, and S. Morrison (9) 

PUBLIC TESTIMONY 

Chairwoman Miller asked the Secretary to the Board to call upon the registered public speakers, in accordance with Cook County Code.

1. Mark Armstrong -Chicago Urban Fine Arts Commonwealth NFP

23-5726 

COMMITTEE MINUTES 

Approval of the minutes from the meeting of 10/18/2023

A motion was made by Vice Chairman Aguilar, seconded by Commissioner Degnen, to approve 23-5726. The motion carried by the following vote: 

Ayes: Miller, Aguilar, Anaya, Britton, Degnen, Gordon, Moore, K. Morrison, and S. Morrison (9)

23-3908 

Presented by: EARL MANNING, Director, Office of Capital Planning and Policy

PROPOSED CONTRACT 

Department(s): Department of Capital Planning and Policy

Vendor: Beam Global, San Diego, California

Request: Authorization for the Chief Procurement Officer to enter into and execute Good(s) or Service(s): Mobile Solar Electric Vehicle Charging Supply- Equipment (EVSE)

Contract Value: $500,000.00

Contract period: 11/1/2023 - 6/23/2025 with two (2), one (1) year renewals

Potential Fiscal Year Budget Impact: FY 2023 $480,000.00, FY 2024 $5,000.00, FY 2025 $5,000.00, FY 2026 $5,000.00, FY 2027 $5,000.00

Accounts: 11569.1031.11190.560105/7.00000.00000 (Capital Improvement Program) Contract Number(s): 2306-05041

Concurrences: 

The contract-specific goal set on this contract is zero.

The Chief Procurement Officer concurs.

Summary: The Department of Capital Planning and Policy requests authorization for the Chief Procurement Officer to enter into and execute a contract with Beam Global for standalone Mobile Solar Charging Station Equipment, delivery, installation, commissioning, and annual remote monitoring for the Board approved CIP projects.

This is a Comparable Government Procurement pursuant to Section 34-140 of the Cook County Procurement Code. Beam Global was previously awarded a contract by the State of California Dept. of General Services - Procurement Division through an Invitation for Bid (IFB). Cook County wishes to leverage this procurement effort.

A motion was made by Vice Chairman Aguilar, seconded by Commissioner Britton, to recommend for approval 23-3908. The motion carried by the following vote: 

Ayes: Miller, Aguilar, Anaya, Britton, Degnen, Gordon, Moore, K. Morrison, and S. Morrison (9)

23-4585 

Presented by: EARL MANNING, Director, Office of Capital Planning and Policy

PROPOSED CONTRACT 

Department(s): Department of Capital Planning and Policy

Vendor: Specialty Consulting, Inc., Chicago, Illinois

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

Good(s) or Service(s): Architectural and Engineering Services for Corporate Portfolio - CCL Leakage Contract Value: $1,805,159.00

Contract period: 11/1/2023 - 10/31/2026, with two (2), one-year (1) renewal options

Potential Fiscal Year Budget Impact: FY 2023 $60,000.00, FY 2024 $1,000,000.00, FY 2025 $372,579.50, FY 2026 $372,579.50

Accounts: 11569.1031.11190.560105/7.00000.00000 (Capital Improvement Program) Contract Number(s): 2123-07012

Concurrences: 

The Vendor has met the Minority-and Women-Owned Business Enterprise Ordinance via: Direct Participation.

The Chief Procurement Officer concurs.

Summary: Specialty Consulting, Inc shall provide Architectural and Engineering Services to the County Building, completing drawings and specifications for bidding and construction to address water intrusion, façade cleaning and restoration, fire escape restoration, and window-washing anchoring system redesign.

The contract was awarded through a publicly advertised Request for Qualifications in accordance with the Cook County Procurement Code. Specialty Consulting, Inc was selected based on established evaluation criteria.

A motion was made by Vice Chairman Aguilar, seconded by Commissioner Britton, to recommend for approval 23-4585. The motion carried by the following vote: 

Ayes: Miller, Aguilar, Anaya, Britton, Degnen, Gordon, Moore, K. Morrison, and S. Morrison (9)

23-4916 

Presented by: EARL MANNING, Director, Office of Capital Planning and Policy

PROPOSED CONTRACT 

Department(s): Department of Capital Planning and Policy

Vendor: Studio AH, LLC dba HPZS, Chicago, Illinois

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

Good(s) or Service(s): Architectural & Engineering Services for Branch Courthouses - Various Buildings Interior Finishes

Contract Value: $243,789.95 $775,130.85 

Contract period: 11/1/2023 - 10/31/2025

Potential Fiscal Year Budget Impact: FY 2023 $20,789.95, FY 2024 $121,000.00, FY 2025 $102,000.00

Accounts: 11569.1031.11190.560105/7.00000.00000 (Capital Improvement Program) Contract Number(s): 2038-18472

Concurrences: 

The Vendor has met the Minority-and Women-Owned Business Enterprise Ordinance via: Direct Participation.

The Chief Procurement Officer concurs.

Summary: Studio AH, LLC dba HPZS will provide traditional design, engineering, project management, and field services for the renovations to the County's leased space within the Branch Courthouses located at Flourney, 111th, and Grand to address the Life Safety, Security, ADA issues, and General Building updates. These renovations require professional architectural and engineering services to complete a design in order to procure the needed construction services to complete the renovations.

This contract is awarded through Request for Qualifications (RFQ) procedures in accordance with Cook County Procurement Code. Studio AH, LLC dba HPZS of Chicago, IL was selected based on established evaluation criteria.

A motion was made by Vice Chairman Aguilar, seconded by Commissioner Britton, to approve as amended in the errata 23-4916. The motion carried by the following vote: 

Ayes: Miller, Aguilar, Anaya, Britton, Degnen, Gordon, Moore, K. Morrison, and S. Morrison (9)

23-4918 

Presented by: EARL MANNING, Director, Office of Capital Planning and Policy

PROPOSED CONTRACT 

Department(s): Department of Capital Planning and Policy

Vendor: The HOH Group, Inc., Schaumburg, Illinois

Request: Authorization for the Chief Procurement Officer to enter into and execute Good(s) or Service(s): Architectural and Engineering Services

Contract Value: $5,279,837.66

Contract period: 11/1/2023 - 10/31/2027 with one (1) one-year renewal option

Potential Fiscal Year Budget Impact: FY 2023 $279,000.00, FY 2024 $1,300,000.00, FY 2025 $1,300,000.00, FY 2026 $1,300,000.00, FY 2027 $1,100,837.66

Accounts: 11569.1031.11190.560105/7.00000.00000 (Capital Improvement Program) Contract Number(s): 2215-01181

Concurrences: 

The Vendor has met the Minority-and Women-owned Business Enterprise Ordinance via: Direct Participation, Prime vendor is Certified MBE

The Chief Procurement Officer concurs.

Summary: The vendor will provide A/E design services for the renovation of courthouses to upgrade security from the exterior to the interior security checkpoints at Leighton Courthouse, Juvenile West Courthouse, Juvenile Temporary Detention Center, Domestic Violence Courthouse, Circuit Court Branch 35/38, Maywood Courthouse, Rolling Meadows Courthouse, Skokie Courthouse, Bridgeview Courthouse, and Markham Courthouse.

The County previously hired a consultant to conduct a state-of-the-art threat assessment for all of its courthouses to develop preliminary designs for hardening measures for each individual site. This contract, to a local A/E firm, is to produce the construction drawings for those preliminary designs, issued for permit documents, and provide construction phase services. This contract is awarded through RFQ procedures in accordance with Cook County Procurement Code. The HOH Group, Inc. was selected based on established evaluation criteria

A motion was made by Vice Chairman Aguilar, seconded by Commissioner Britton, to recommend for approval 23-4918. The motion carried by the following vote: 

Ayes: Miller, Aguilar, Anaya, Britton, Degnen, Gordon, Moore, K. Morrison, and S. Morrison (9) 23-5115

Sponsored by: TONI PRECKWINKLE (President), Cook County Board Of Commissioners PROPOSED ACQUISITION OF LAND RESOLUTION 

REQUESTING AUTHORIZATION TO PURCHASE LAND FROM SOUTH SUBURBAN COLLEGE 

WHEREAS, Cook County Department of Real Estate Management has been working closely with the Department of Environment and Sustainability to locate a suitable site to construct a new Household Hazardous Waste Facility; and

WHEREAS, a 1.15-acre site identified at South Suburban College meets the needs of programming for the facility and will complement the current partnership the County has with its Center for Hard to Recycle Materials (“CHaRM”) Center in the immediate vicinity; and

WHEREAS, the site that will house the new facility, which will be managed by the Department of Environment and Sustainability, was approved for dissolution by South Suburban College and will be divided from a larger parcel of land on the campus. The newly defined rectangular shaped parcel is located on the East side of Suntone Drive, roughly 2,000’ North of Route 8 (162nd St.) in South Holland within Cook County Commissioner District 5; and

WHEREAS, South Suburban College has agreed to sell the parcel of land for $200,000 based upon an appraisal obtained by the College.

NOW, THEREFORE, BE IT RESOLVED, that the Cook County Board of Commissioners does hereby authorize:

(i) For the Real Estate Director to execute any and all notices

(ii) For the President or the Real Estate Director to execute any and all documents and instruments and to take such other action as may be necessary to effectuate the purchase of the parcel.

(iii) For the Comptroller to pay the agreed upon purchase price per the purchase and sale agreement as well as any fees/closing costs detailed in said purchase and sale agreement.

Fiscal Impact: 

FY 2023 $200,000.00 - 11286.1161.64576.560305.00000.00000 (NT005-ARPA)

A motion was made by Vice Chairman Aguilar, seconded by Commissioner Britton, to recommend for approval 23-5115. The motion carried by the following vote: 

Ayes: Miller, Aguilar, Anaya, Britton, Degnen, Gordon, Moore, K. Morrison, and S. Morrison (9)

ADJOURNMENT 

A motion was made by Vice Chairman Aguilar, seconded by Commissioner Degnen, to adjourn the meeting. The motion carried by the following vote: 

Ayes: Miller, Aguilar, Anaya, Britton, Degnen, Gordon, Moore, K. Morrison, and S. Morrison (9)

A complete record of this meeting is available at https://cook-county.legistar.com.