TITLE
AUTHORIZATION TO AWARD PROJECT AND ISSUE NOTICE TO PROCEED TO STRUCTURES CONSTRUCTION L.L.C. FOR DOJ POLLING SITE ADA IMPROVEMENTS TIER 2/3 GROUP 1
SPECIFICATION NO. P-23001-019
BODY
To the Honorable Board of Commissioners of the Chicago Park District:
I. Recommendation
Pursuant to Chapter XI, Section C.3(c) of the Code of the Chicago Park District, the Director of Purchasing and the Director of Planning and Development recommend that the Board of Commissioners of the Chicago Park District (the “Board”) authorize the Director of Purchasing or their designee to award the project bearing Specification No. P-23001-019 (the “Project”) to Structures Construction L.L.C. (the “Contractor”) in an award amount not to exceed $3,252,498.00. The Director of Purchasing and the Director of Planning and Development further recommend that the Board authorize the Director of Planning and Development or their designee to issue the notice to proceed (“NTP”) to the Contractor for the Project. The Contractor was selected pursuant to a request for proposal (“RFP”) for the Project issued to all members of the Park District’s General Construction Services Pre-Qualified Pool within the category of New Construction/Renovation Services.
II. Award Information
Contractor: Structures Construction L.L.C.
2300 W. Diversey Avenue
Chicago, IL 60647
Business: Construction
Company Type: Limited liability company
Year Established: 2004
Majority Interest: Constantine Fourlas 47.5% interest
Timothy Loucopoulos 47.5% interest
Abraham Kreml 5% interest
Amount: Not-to-exceed $3,252,498.00
Compliance Goals: The Minority Owned Business Enterprise (“MBE”) and Women Owned Enterprise (“WBE”) participation goals for the Project includes 25% MBE participation and 5% WBE participation.
Scope of Services: The fourteen (14) parks included in the Project serve as public polling sites during government elections, and the scope of the Project serves to provide proper accessibility to these polling sites pursuant to federal requirements. Accessibility improvement needs vary by site, with scopes including structural concrete, hardscape replacement, door frames and hardware, new signage, minor architectural alterations, and ramp, stair, and handrail reconstruction.
Authorization: Authorize the Director of Purchasing or their designee to award the Project to the Contractor in an award amount not to exceed $3,252,498.00. Authorize the Director of Planning and Development or their designee to issue the NTP to the Contractor for the Project. Authorize the Director of Purchasing and the Director of Planning and Development or their designees to perform any and all acts as shall be necessary and advisable in connection with awarding the Project to the Contractor and issuing the NTP to the Contractor for the Project.
III. Budget and Financial Information
Budget Classification: Capital
Fiscal Year: 2025-2026
Source of Funds: 081.8260.8260.627012.BD121.01.01.58244
086.8260.8260.627012.BD126.01.01.58244
034.8260.8260.627012.TS026.01.01.58244
IV. Procurement Information
Specification Number: P-23001-019
Date Issued: October 24, 2025
Number of Proposals Received: Six (6)
Date Proposals Due: November 21, 2025
Proposal Evaluation Detail: Lowest responsible and responsive submitter
Procurement History: Project was issued as an RFP
The RFP was issued to all members of the General Construction Services Pre-Qualified Pool within the category of New Construction/Renovation Services. Six (6) proposals were received in response to the RFP. The Department of Purchasing deemed two (2) of the six (6) proposals to be non-responsive. The Department of Planning and Development, along with the project architect, thoroughly reviewed the remaining four (4) responsive proposals as to the quality of the proposal, compliance with MBE/WBE goals, cost for the services, and past performance (where applicable). Staff from the Department of Purchasing and the Department of Planning and Development held interviews with three (3) of the four (4) responsive proposal submitters to further discuss their proposals.
The Contractor’s proposal was chosen by the evaluation committee in accordance with the evaluation criteria set forth in the RFP. The Contractor possesses the professional qualifications and experience necessary for the satisfactory performance of the required services for the Project. The Contractor’s proposal in the best interest of the Chicago Park District (“Park District”).
V. Explanation
The United States of America (“US”) and the Board of Election Commissioners for the City of Chicago (“Board of Elections”) entered into a settlement agreement on April 11, 2017, whereby the Board of Elections agreed that it had an obligation to ensure that all polling places within the City of Chicago were compliant with Title II of the Americans with Disabilities Act of 1990, as amended, 42 U.S.C. §§ 12131-12134, and the US Department of Justice’s Title-II implementing regulation, 28 C.F.R. Part 35 (collectively, the “ADA”).
The Park District currently has 139 polling places, which require certain levels of modifications to make them ADA accessible.
The Project spans across fourteen (14) sites: Bogan Park, Brainerd Park, Don Nash Community Center, Foster Park, Gage (George) Park, Grand Crossing Park, Jackson Park, Mann (James) Park, Marquette (Jacques) Park, Minuteman Park, Ogden Park, Tuley Park, West Lawn Park, and West Pullman Park.
The Project’s scope of work includes path of travel and polling place upgrades to meet current accessibility code requirements. This includes but is not limited to regrading existing ADA parking stalls, exterior walkway paving, constructing new compliant ramps, and providing ADA compliant doors and hardware.
The Contactor and the Park District are parties to that certain Master Independent Contractor Agreement for General Contractor Services dated as of January 17, 2024 (“Master Agreement”), by which Contractor joined the General Services Pre-Qualified Pool. The Board authorized the current General Services Pre-Qualified Pool on December 13, 2024, and in its authorization provided that any project award that exceeded $2,500,000.00 would be presented to the Board for approval before the project was awarded to a contractor or a contractor was issued a NTP.
VI. General Conditions
1. Conflicts: No agreement authorized herein shall be legally binding on the Chicago Park District if entered into in violation of the provisions of the Public Officer Prohibited Activities Act, 50 ILCS 105/0.01 et seq.
2. Ethics: The Master Agreement contains a provision requiring Contractor to comply with all laws, included but not limited to the Chicago Park District’s Ethics Code, Chapter III of the Code of the Chicago Park District.
3. Contingent Liability: Any agreement authorized herein that has a term of more than one year shall be executory only for the amounts for which the Park District may become liable in succeeding fiscal years pursuant to Section 17(i) of the Chicago Park District Act, 70 ILCS 1505/0.01 et seq.
4. Economic Disclosure Statement (“EDS”): Contractor has submitted a full and complete EDS.