File #: 15-0268    Version: 1 Name:
Type: Bid Recommendation Status: Approved
File created: 3/25/2015 In control: Finance Committee
On agenda: 7/21/2015 Final action: 7/21/2015
Title: PROPOSED BID RECOMMENDATION Presented by: ARNOLD RANDALL, GENERAL SUPERINTENDENT Department: Planning and Development Request: Authorization for the Forest Preserve District of Cook County (the "Forest Preserves") to enter into a contract with Paul Borg Construction Co., Chicago, Illinois, for renovation and adaptive reuse of former warming shelter at Bemis Woods South in Western Springs for office/concession space. Reason: Contract 13-80-02-11C1 Adaptive Reuse - New Office: Bemis Woods. The work includes, but is not limited to, Interior and Exterior Building Improvements, Accessibility and other related work as specified in the plans & specifications. Bid Opening Date: 3/27/15 Bid Results: Firm Base Bid 1. Paul Borg Construction $431,253.00* 2. Outlook/GMA, JV $471,906.00 3. All-Bry Construction $497,000.00 4. FH Paschen, S.N. Nielsen Assoc. $499,970.00 5. Brown &Momen, Inc. $500,139.00 6. Reliable & As...
Indexes: (Inactive) ARNOLD RANDALL, General Superintendent

title

PROPOSED BID RECOMMENDATION

 

Presented by: ARNOLD RANDALL, GENERAL SUPERINTENDENT

 

Department:  Planning and Development 

 

Request:  Authorization for the Forest Preserve District of Cook County (the “Forest Preserves”) to enter into a contract with Paul Borg Construction Co., Chicago, Illinois, for renovation and adaptive reuse of former warming shelter at Bemis Woods South in Western Springs for office/concession space. 

 

Reason:   Contract 13-80-02-11C1 Adaptive Reuse - New Office: Bemis Woods. The work includes, but is not limited to, Interior and Exterior Building Improvements, Accessibility and other related work as specified in the plans & specifications.

 

Bid Opening Date:  3/27/15

 

Bid Results:

Firm                                                                                                                                                                                                                  Base Bid                     

1.  Paul Borg Construction                                                                                                                                                    $431,253.00*

2.  Outlook/GMA, JV                                                                                                                                                                        $471,906.00

3.  All-Bry Construction                                                                                                                                                    $497,000.00

4.  FH Paschen, S.N. Nielsen Assoc.                                                                                                                              $499,970.00

5.  Brown &Momen, Inc.                                                                                                                                                   $500,139.00

6.  Reliable & Associates                                                                                                                                                   $561,611.00

7.  Chicago Commercial Construction Holdings, Inc.                                                                                    $574,904.10

8.  Old Veterans Construction Inc.                                                                                                                              $659,900.00

 

* Paul Borg Construction’s bid was read into the record as $431,252.00, but after further examination, they made a mathematical error in their calculations. Their actual bid is $431,253.00.

 

 

Estimated Fiscal Impact: $431,253.00

 

Contract Period:  Six (6) Months after issuance of Notice to Proceed.

 

Account Name/Number:  Recreation Landscape Accounts: 51-6760, 52-6760, 54-6760 and 55-6760

 

District: 17 

 

Concurrence(s):

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

The Chief Attorney and Chief Financial Officer have approved this item.