| Contract Summary Sheet |
| Contract (PO) Number: 1553 |
|
|
| Specification Number: 3858 |
| [Name of Contractor: V3 INFRASTRUCTURE SRVCS, LTD |
|
|
| City Department: DEPARTMENT OF CONSTRUCTION AND PERMITS |
| Title of Contract: Municipal Code Review Services |
|
|
| ‘Term of Contract: Start Date: 4/10/03 |
| End Date: 4/10/06 |
|
|
| Dollar Amount of Contract (or maximum compensation if a Term Agreement) (DUR): |
| $1,000,000.00 |
|
|
| Brief Description of Work: Municipal Code Review Services |
|
|
| Procurement Services Contact Person: EDDIE LANCE JR |
|
|
| ‘Vendor Number: 1061196 |
|
|
| may 2 1 2003 |
|
|
| UNTITLED |
| N |
| ee Ne [St ae |
| PROFESSIONAL SERVICES AGREEMENT |
| STANDARD TERMS AND CONDITIONS |
| FOR |
| MUNICIPAL CODE COMPLIANCE REVIEW SERVICES |
| BETWEEN |
|
|
| THE CITY OF CHICAGO |
| DEPARTMENT OF CONSTRUCTION AND PERMITS |
|
|
| AND |
|
|
| V3 INFRASTRUCTURE SERVICES, LTD. |
| START Dates 419-03 Ex» DATE’ 4-/D-D@ |
|
|
| RICHARD M. DALEY |
| MAYOR |
|
|
| (City Funds) |
|
|
| ‘These terms and cndons are subject a change by te City of CReage |
|
|
| Revised (0307031 |
|
|
| UNTITLED-002 |
| ARTICLE I. DEFINITIONS. |
|
|
| 1 |
| 12 |
| 13 |
|
|
| 210 |
| 2 |
| 212 |
|
|
| ARTICLE 3. |
| 31 |
| 32 |
| 33 |
|
|
| ARTICLE 4. |
|
|
| 4 |
| 42 |
| 43 |
| 44 |
| 43 |
|
|
| ARTICLE 5, |
|
|
| ARTICLE 6, |
| 6 |
|
|
| PROFESSIONAL SERVICES AGREEMENT |
| ‘STANDARD TERMS AND CONDITIONS |
|
|
| ‘TABLE OF CONTENTS |
| PAGE |
| 1 |
| Definitions . 1 |
| Interpretation 02.2.2... : 2 |
| (Order of Precedence of Component Parts, 3 |
| . DUTIES AND RESPONSIBILITIES OF CONTRACTOR 3 |
| ‘Scope of Services ....... 3 |
| Deliverables ..... a4 |
| Standard of Performance 5 |
| Personnel . 5 |
| Indemnification... 7 |
| ‘Ownership of Documents <2... 2.2.2.2 es2s : 9 |
| Copyright Ownership ..... 9 |
| Visual Arists Rights Act Waiver - vere HO |
| Records and Audits : 10 |
| (a) Records oes cece : s10 |
| () Audits . cieeeeeeeeee Siecteeeeeees lO |
| Confidentiality... : err |
| Assignments and Subcontracts : : B |
| Limitation of Liability .......2.2.2. coe 4 |
| TIME LIMITS FOR PERFORMANCE 1s |
| Schedule for Performance |
| Timeliness of Performance |
| Agreement Extension Option |
| COMPENSATION 16 |
| Basis of Payment coe : 16 |
| Method of Payment : 16 |
| Criteria for Payment fe : ” |
| Funding .. con |
| Non-Appropriation coteseeseeese cold |
| DISPUTES . 18 |
| COMPLIANCE WITH ALL LAWS 18 |
| Compliance with All Laws Generally o vo l8 |
|
|
| evised (030703) i |
|
|
| UNTITLED-003 |
| 62 Nondiscrimination ..... 19 |
| 63 Compliance with the Americans with Disabilities Actand Other Laws Coesrsing |
| ‘Accessibility |
| 64 Inspector General |
| 65 Business Relationships with Elected Officials |
| 66 Chicago "Living Wage" Ordinance : |
| 6.7 Deemed Inclusion |
| ARTICLE 7. SPECIAL CONDITIONS secseee sevens 2B |
| 7.1 Warranties and Representations ren cee BB |
| 72 Ethics ... 25 |
| 7.3. Joint and Several 25 |
| 74 Business Documents 25 |
| 7S Conflicts of Interest . ... 25 |
| 18 — Non-Liablity of Public Officials 227 |
| ARTICLE 8, EVENTS OF DEFAULT, REMEDIES, TERMINATION, SUSPENSION AND |
| RIGHT TO OFFSET . 28 |
| 8.1 Events of Default Defined sees . seeeee eee 28 |
| 82 Remedies : 29 |
| 83 Early Termination o feeeteeecees 3 |
| 84 Suspension ..........+. . 232 |
| 8S Right to Offset . 2 |
| ARTICLE 9, GENERAL CONDITIONS ... 34 |
| 9.1 Entire Agreement .......+ cee severe 38 |
| (a) General ‘ 34 |
| (b) No Collateral Agreements ...... ones |
| (©) No Omissions 35 |
| 92 — Counterparts .. 35 |
| 9.3 Amendments 38 |
| 9.4 Governing Law and Jurisdiction 35 |
| 95 Severability : seteeereeeeseerse re 36 |
| 96 Assigns... sevens see 36 |
| 9.7 Cooperation 36 |
| 98 Waiver... +4 |
| 9.9 Independent Contractor 37 |
| ARTICLE 10. NOTICES ........ 38 |
| ARTICLE 11. AUTHORITY. . sd |
| ARTICLE 12. SPECIAL CONDITIONS REGARDING MBE/WBE COMMITMENT 39 |
| ‘Revised (030703) it |
|
|
| UNTITLED-004 |
| Exhibit! - |
|
|
| Exhibit? - |
|
|
| Exhibit} - |
|
|
| Exhibitd |
| Exhibit |
| Exhibité —- |
|
|
| Exhibit? - |
|
|
| Revised (020709) |
|
|
| List of Exhibits |
| Scope of Services |
|
|
| Attachment A - Key Personnel |
|
|
| ‘Attachment B - Schedule of Performance |
|
|
| Attachment C - Project Insurance Requirements |
|
|
| ‘Compensation and Method of Payment |
|
|
| ‘Attachment A - Maximum Hourly Rates |
|
|
| ‘Attachment B - City of Chicago Travel Reimbursement Guidelines |
| ‘Attachment C - Contractor and Subcontractor Overhead Absorption Rates |
|
|
| MBE/WBE Commitments |
|
|
| Economie Disclosure Statement and Affidavit |
| Confidentiality Agreement |
| ‘Task Order Form |
|
|
| Plan Compliance with Municipal Code |
|
|
| UNTITLED-005, |
| PROFESSIONAL SERVICES AGREEMENT |
|
|
| by and ance nt Taseedctiee. Services, sea———————" 5 |
| Corporation ‘Giateofincorporation/organization and ype of |
| iegal eaiy) (Contractor) located at 120 _North LaSalle St., Suite 1550, |
| 1h. 60602 and the City of Chicago (City), a municipal |
| orporation and home rule unit of focal goverment existing unde the laws ofthe tae of |
| iois, acting through its Department of Construction and Permits (“Department”). |
|
|
| ‘The City and Contractor agree as follows: |
|
|
| ‘TERMS AND CONDITIONS |
|
|
| ARTICLE 1. DEFINITIONS |
| L.A Definitions |
|
|
| The following words and phrases have the following meanings for purposes of |
| this Agreement: |
|
|
| “Additional Services” means those services which are within the general scope of |
| Services ofthis Agreement, but beyond the description of services required under |
| Section 2.1 and Exhibit | and all services reasonably necessary to complete the |
| Additional Services tothe standards of performance required by this Agreement |
| ‘Any Additional Services requested by the Department require the approval ofthe |
| City ina written amendment under Section 9.3 of this Agreement before |
| Contractor is obligated 1 perform those Additional Services and before the City |
| ‘becomes obligated to pay for those Additional Services. |
|
|
| “Agreement” means this Professional Services Agreement, including all exhibits, |
| ‘which are attached to it and incorporated in it by reference, and all amendments, |
| ‘modifications or revisions made in accordance with its terms |
|
|
| “Chief Procurement Officer” means the Chief Procurement Officer of the City |
| of Chicago and any representative duly authorized in writing to act on his behalf |
|
|
| “Customer” means a Project owner and/or hisher design professional |
|
|
| Revised [0207031 Fy |
|
|
| UNTITLED-006 |
| 12 |
|
|
| “Executive Director" means the Executive Director ofthe Department of |
| Construction and Permits, and any representative authorized in writing to act on |
| the Executive Directors's behalf. |
|
|
| “Project” means medium to large/complex public and/or private projects located |
| throughout the City, for which the City seeks municipal code compliance review |
| and related services. |
|
|
| “Services” or "Code Compliance Services” means, collectively, the services, |
| <duties and responsibilities described in Article 2 and Exhibit | ofthis Agreement |
| and any and all work necessary to complete them or cary them out flly and 0 |
| ‘the standard of performance required in this Agreement |
|
|
| “Subcontractor” means any person or entity with whom Contractor contracts 19 |
| provide any part of the Services, including subcontractors and subconsultants of |
| ‘any tier, whether or notin privity with Contractor. |
|
|
| Interpretation |
|
|
| (a) The term “include” (in all its forms) means “include, without limitation” |
| ‘unless the context clearly states otherwise. |
|
|
| (b) _Allrreferences inthis Agreement to Articles, Sections or Exhibits, unless |
| ‘otherwise expressed or indicated are tothe Articles, Sections or Exhibits |
| of this Agreement. |
|
|
| (©) Words importing persons include firms, associations, partnerships, trusts, |
| corporations and other legal entities, including public bodies, as well as |
| ‘natural persons. |
|
|
| (4) Any headings preceding the text ofthe Articles and Sections of this, |
| Agreement, and any table of contents ot marginal notes appended to it, are |
| Solely for convenience or reference and do not constitute a part ofthis |
| ‘Agreement, nor do they affect the meaning, construction or effect of this |
| Agreement. |
|
|
| (©) Words importing the singular include the plural and vice versa. Words of |
| the masculine gender include the correlative words ofthe feminine and |
| ‘neuter genders. |
|
|
| ( Allreferences to a number of days mean calendar days, unless expressly |
| indicated otherwise. |
|
|
| ‘Revised (030703) 2 |
|
|
| UNTITLED-007 |
| 13 |
|
|
| ARTICLE 2. |
|
|
| 2 |
|
|
| Order of Precedence of Component Parts |
|
|
| In the event of any conflict or inconsistency between the terms set forth in Atcle |
| | through Article 12 of this Agreement and the terms set forth in Exhibit | |
| trough Exhibit 7, including the Attachment to the Exhibits, the terms and |
| provisions contained in Article | through Article 12 of this Agreement will take |
| precedence over the terms and provisions contained in Exhibit | through Exhibit 7 |
| excep to the extent such terms and provisions are more favorable to the City, |
|
|
| ‘Amticle | through Article 12 gover the legal relationship between the parties and |
| Exhibit and Exhibit2 scribe the Services Contractor i o perform under this |
| Agresmeat, set forth the Key Personnel, et fort the time limits for Contractor's |
| performance st forth the insurance requirements, and set forth the compensation |
| for Contractor. As a result the City and Contractor agree that any terms or |
| matters set forth in either Exhibit | or Exhibit, including the Attachments to the |
| Exhibits, that do not exclusively pertain o defining the Services Contractor isto |
| perform, the Key Personnel, the time limits for Contractors performance, the |
| Insurance requirements, andthe compensation schedule for Contactar are of no |
| effect as to this Agreement and, regardless of whether or not the City approves |
| such terms or matters, are not binding onthe City, except tothe extent that they |
| ‘would diminish the City’s obligations under this Agreement or increase |
| Contractor's obligations or liabilities under this Agreement. |
|
|
| DUTIES AND RESPONSIBILITIES OF CONTRACTOR |
| ‘Scope of Services |
|
|
| Contractor must perform those Services described in Exhibit 1, Scope of Services, |
| and services ofa similar nature to the Services described in Exhibit I, that are |
| assigned to it by the City pursuant to a task order signed by the Executive Director |
| and approved by the Chief Procurement Office, subject to the compensation |
| provisions of Article 4. Contractor must provide the Services in accordance with |
| the standards of performance set forth in Section 2.3. |
|
|
| Contractor understands that its not an exclusive provider of the Services and the |
| City may contract with other individuals/entites to provide similar services and |
| seek to qualify additional individuals/entities inthe future, at the City’s sole |
| discretion |
|
|
| ‘The form of the task order will be generally as shown in Exhibit 6, but the format |
| is subject to change by the Executive Director. The City is under no obligation to |
|
|
| revised (0207091 3 |
|
|
| UNTITLED-008 |
| 22 |
|
|
| isaue any task orders. A task order is void and of no effect as to the City: (i) ifit |
| isnot for services described in Exhibit | or for services ofa similar nature to the |
| Services described in Exhibit 1; (i) to the extent it contains any terms or |
| conditions that conflict with, are inconsistent with, or address matters not |
| addressed in the tenms and conditions ofthis Agreement; (i) if isnot signed by |
| the Executive Director and approved by the Chief Procurement Officer; or, (iv) if |
| it is for services for which no or insufficient funds have been appropriated, |
|
|
| ‘The procedures for assigning a task order are outlined in Exhibit 1. Any of |
| Contractor's costs associated with the preparation of task orders are deemed to be |
| included in Contractor's hourly rates for the actual Services and are not separately |
| reimbursable under this Agreement. Contractor must not commence any Services, |
| and the City will not be liable for any costs incurred by Contractor, without a task |
| ‘order signed by the Executive Director and approved by the Chief Procurement |
| Officer for those Services. |
|
|
| I any additional service to be assigned is not ofa nature similar to those Services |
| ‘described in Exhibit 1, Scope of Services, then this Agreement must be amended |
| incorporate the additional service and executed in accordance with Section 9.3 |
| "Amendments" of the Agreement. |
|
|
| Each of Contractor's employees and the employees of each Subcontractor who |
| ‘will be performing Services relating to this Agreement must attend all training |
| sessions provided by the City and scheduled by the Executive Director, but neither |
| Contractor nor Subcontractor are permitted to bill the ity for the employees’ |
| time, |
|
|
| Deliverables |
|
|
| In carying out its Services, Contractor must prepare or provide tothe City various |
| Deliverables, “Deliverables” include work product, such as design, plans and |
| specifications written reviews, recommendations, reports and analyses, produced |
| by Contractor for the City. |
|
|
| ‘The City may reject Deliverables that do not include relevant information or data, |
| ‘0 do not include all documents or other materials specified inthis Agreement or |
| reasonably necessary forthe purpose for which the City made this Agreement or |
| for which the City intends to use the Deliverables. Ifthe City determines that |
| Contractor has failed to comply with the foregoing standards, it has 30 days from |
| the discovery to notify Contractor of is failure. If Contractor does not correct the |
| failure, ifit is possible todo so, within 30 days ater receipt of notice from the |
|
|
| wsed (030703) 4 |
|
|
| UNTITLED-009 |
| City specifying the failure, then the City, by written notice, may treat the failure as |
| ‘a default ofthis Agreement under Section 8.1 |
|
|
| anil or incomplete Deliverables may be accepted for review only when required |
| for a specific and well-defined purpose for the benefit ofthe City and when |
| ‘consented to in advance by the City. Such Deliverables will not be considered as |
| satisfying the requirements of this Agreement and partial or incomplete |
| Deliverables in no way relieve Contractor of its commitments under this |
| Agreement. |
|
|
| Standard of Performance |
|
|
| Contractor must perform all Services required of it under this Agreement with that |
| degree of skill, care and diligence normally shown by a contractor performing |
| services of a scope and purpose and magnitude comparable with the nature ofthe |
| Services to be provided under this Agreement. Contractor acknowledges tha itis |
| entrusted with or has access to valuable and confidential information and records. |
| of the City and with respect to that information, Contractor agrees to be held to |
| the standard of care ofa fiduciary. |
|
|
| Contractor must assure that all Services that require the exercise of professional |
| skill or judgment are accomplished by professionals qualified and competent in |
| the applicable discipline and appropriately licensed, as required by law or |
| applicable regulations. Contractor must provide copies of any such licenses. |
| Contractor remains responsible for the professional and technical accuracy of all |
| Services or Deliverables furished, whether by Contractor or its Subcontractors or |
| others on its behalf. All Deliverables must be prepared in a form and content |
| satisfactory to the Department and delivered ina timely manner consistent with |
| the requirements of this Agreement. |
|
|
| If Contractor fails to comply with the foregoing standards, Contractor must |
| ‘perform again, at its own expense, all Services required to be re-performed as a |
| director indirect result of that failure. Any review, approval, acceptance or |
| payment for any ofthe Services by the City does not relieve Contractor of its |
| responsibilty for the professional sill and care and technical accuracy ofits |
| Services and Deliverables, This provision in no way limits the Citys rights |
| against Contractor either under this Agreement, at law or in equity |
|
|
| 24 Personnel |
| (a) Adequate Staffing |
| neviaed (0107091 5 |
|
|
| UNTITLED-010 |
| tl See eS Cane re et |
|
|
| () |
|
|
| © |
|
|
| 020709) |
|
|
| Contractor must, upon receiving a filly executed copy of this Agreement, |
| assign and maintain during the term of this Agreement and any extension |
| oft an adequate staff of competent personnel that is fully equipped, |
| licensed as appropriate, available as needed, qualified and assigned to |
| perform the Services. Each Contractor and Subcontractor and each |
| ‘employee who will perform Services must be licensed or certified, a8 |
| applicable, by the State of Ilinos forthe Services it isto provide under |
| this Agreement. If Contacto sa joint venture, then it and each member |
| ofthe joint venture must be "frm-licensed" by the State of Ilinois forthe |
| Services being provided pursuant to this Agreement (see Exhibit for |
| Scope of Services). Contractor must include among its staff the Key |
| Personnel identified in Exhibit |, Contractor must provide a resume for |
| ‘each of the Key Personnel. Those resumes are included in Exhibit. The |
| level of staffing may be revised from time to time by notice in writing |
| from Contactor tothe City and with written consent ofthe Cty, which |
| ‘consent the ity will not withhold unreasonably. If the City fils to object |
| to the revision within 14 days after receiving the notice, then the revision |
| ‘will be deemed accepted by the City |
|
|
| Key Personnel |
|
|
| Contractor must not reassign or replace Key Personnel without the written |
| ‘consent of the City, which consent the City will not unreasonably |
| ‘withhold. "Key Personnel” means those job titles and the persons |
| assigned to those positions in accordance with the provisions of this |
| Section 2.4(b), and set forth in Exhibit 1, Attachment 1-A.. The |
| Department may at any time in writing notify Contractor that the City will |
| ro longer accept performance of Services under this Agreement by one or |
| more Key Personnel listed. Upon that notice Contractor must immediately |
| suspend the services of the key person or persons and must replace him or |
| her or them in accordance with the terms of this Agreement. From time to |
| time, Contractor may request revisions to Exhibit |; upon written approval |
| from the Executive Director, Exhibit | will be considered revised as |
| ‘memorialized in the Executive Director's approval |
|
|
| Salaries and Wages |
| Contractor and Subcontractors must pay all salaries and wages due all |
| employees performing Services under this Agreement unconditionally and |
| at least once a month without deduction or rebate on any account, except |
| only for those payroll deductions that are mandatory by law or are |
|
|
| 6 |
|
|
| UNTITLED-011 |
| tee Sr pet Ng nt Cm te a, |
|
|
| permitted under applicable law and regulations. fin the performance of |
| this Agreement Contractor underpays any such salaries or wages, the |
| ‘Comptroller for the City may withhold, out of payments due to Contactor, |
| ‘an amount sufficient pay to employees underpaid the difference between |
| the salaries or wages required tobe paid under this Agreement and the |
| salaries of wages actually paid these employees for the total number of |
| hours worked. The amounts withheld may be disbursed by the |
| ‘Comptroller for and on account of Contractor tothe respective employees |
| to whom they are due. The partis acknowledge that this Section 2.4(c) is |
| solely for th benefit ofthe City and that it does not grant any third party |
| beneficiary rights |
|
|
| 25 Indemnification |
|
|
| @ |
|
|
| ©) |
|
|
| neviged (0207001 |
|
|
| Contractor must defend, indemnify, keep and hold harmless the City, its |
| officers, representatives, elected and appointed officials, agents and |
| ‘employees fom and against any and all Losses, including those related to: |
|
|
| (injury, death or damage of orto any person or property; |
|
|
| Gi) any infringement or violation of any property right (including any |
| patent, trademark or copyright); |
|
|
| (iit) Contractor's failure to perform or cause to be performed |
| Contractor's covenants and obligations as and when required under |
| this Agreement, including Contractor's failure to perform its |
| obligations to any Subcontractor, |
|
|
| Gv) the City’s exercise ofits rights and remedies under Section 8.2 of |
| this Agreement; and |
|
|
| (8) injuries to or death of any employee of Contractor or any |
| ‘Subcontractor under any workers compensation statute |
|
|
| "Losses" means, individually and collectively, liabilities of every kind, |
| including losses, damages and reasonable costs, payments and Expenses |
| (such as, but not limited to, court costs and reasonable attorneys fees and |
| disbursements), claims, demands, actions, suits, proceedings, judgments or |
| settlements, any oral of which in any way arise out of or relate 10 |
| Contractor's breach ofthis Agreement or to Contractor's negligent or |
| otherwise wrongful acs or omissions or those of its officers, agents, |
| employees, consultants, Subcontractors or licensees. |
|
|
| 7 |
|
|
| UNTITLED-012 |
| nt Sat tm Sn Cnn ve ee |
|
|
| © |
|
|
| @ |
|
|
| iC) |
|
|
| © |
|
|
| Revised (020707) |
|
|
| Contractor's obligations to indemnify, keep, and hold harmless the Cty, |
| its officers, representatives, elected and appointed officals, agents and |
| employees from and against any and all Losses excludes that portion of. |
| Losses caused by any act, error or omission on the part of the particular |
| City officer), representatve(s, elected and appointed officia(s),agent(s) |
| cor employees) seeking indemnification under this Section 2.5 if |
| Contractor's indemnification would violate the provisions ofthe |
| Construction Contract Indemnification for Negligence Act, 740 ILCS |
| 3510.01 et seg. |
|
|
| ‘At the City Corporation Counsel's option, Contractor, subject to Section |
| 2.5(6) above, must defend all suits brought upon all such Losses and must |
| pay all costs and expenses incidental to them, but the Cty has the right, at |
| its option, to participate, at its own cost, in the defense of any suit, without |
| relieving Contractor of any of its obligations under this Agreement. Any |
| ‘settlement must be made only with the prior written consent ofthe City |
| ‘Corporation Counsel, ifthe settlement requires any action on the part of |
| the City |
|
|
| To the extent permissible by law, Contractor waives any limits tothe |
| ‘amount ofits obligations to indemnify, defend or contribute to any sums |
| ‘due under any Losses, including any claim by any employee of Contractor |
| that may be subject to the Workers Compensation Act, $20 ILCS 305/1 er |
| seq. or any other related law or judicial decision (such as, Koreckiv |
| Gpelops Welding Corporation, 146 Il 24 155(1991)). The City, |
| ‘however, does not waive any limitations it may have on its liability under |
| the Illinois Workers Compensation Act, the Ilinois Pension Code, any |
| ‘other statute or judicial decision, |
|
|
| ‘The indemnities in this section survive expiration or termination of this, |
| Agreement for matters occurring or arising during the term of this |
| ‘Agreement or asthe result of or during the Contractor's performance of |
| Services beyond the term. Contractor acknowledges thatthe requirements |
| set forth in this section to indemnify, keep and save harmless and defend |
| the City are apart from and not limited by Contractor's duties under this |
| ‘Agreement, including the insurance requirements in Exhibit 1 of this |
| Agreement. |
|
|
| UNTITLED-013 |
| 26 |
|
|
| 27 |
|
|
| ‘Ownership of Documents |
|
|
| All Deliverables, data, findings or information in any form prepared, assembled or |
| ‘encountered by or provided to Contractor under this Agreement are property of |
| the City, including, as further described in Section 2.7 below, all copyrights |
| inherent in them or their preparation. During performance of its Services, |
| Contractor is responsible for any loss or damage to the Deliverables, data, |
| findings or information while in Contractors or any Subcontractors possession. |
| ‘Any such lost or damaged Deliverables, data, findings or information must be |
| restored atthe expense of Contractor. Ifnotrestorable, Contractor must bear the |
| ‘cost of replacement and of any loss suffered by the City on account of the |
| destruction, as provided in Section 25. |
|
|
| Copyright Ownership |
|
|
| ‘Contractor and the City intend tha, to the extent permitted bylaw, the |
| Deliverables tobe produced by Contactor atthe City’s instance and expense |
| under this Agreement are conclusively deemed "works made for hire’ within the |
| meaning and purview of Section 101 ofthe United States Copyright Act, 17 |
| USC. §101 er seq. and that the City will be the sole copyright owner ofthe |
| Deliverables and of ll aspects, elements and components of them in which |
| copyright can subsist, and of al rights to apply for copyright registration or |
| prosecute any claim of inftingement |
|
|
| To the extent that any Deliverable does not qualify asa “work made for hire," |
| Contractor hereby irevocably grants, conveys, bargains, sll, assigns, transfers |
| and delivers tothe City its successors and assigns, allright, tle and interest in |
| and to the copyrights and all U.S. and foreign copyright registrations, copyright |
| applications and copyright renewals for them, and other intangible, intellectual |
| property embodied in or pertaining to the Deliverables prepared forthe City under |
| this Agreement, and all goodwill relating o them, free and clear of any liens, |
| claims or other encumbrances, tothe fullest extent permitted by law. Contractor |
| will, and will cause all of its Subcontractors, employees, agents and other persons |
| ‘within its control to, execute all documents and perform all acts thatthe City may |
| reasonably request in order to assist the ity in perfecting its rights in and to the |
| copyrights relating tothe Deliverables, atthe sole expense ofthe City. Contractor |
| ‘warrants to the City, its successors and assigns, that on the date of transfer |
| ‘Contractor is the lawful owner of good and marketable tite in and to the |
| copyrights for the Deliverables and has the legal rights to fully assign them. |
| ‘Contractor further warrants that it has not assigned and will not assign any |
| copyrights and that it has not granted and will not grant any licenses, exclusive or |
| nonexclusive, to any other party and that it is not a party to any other agreements |
|
|
| Revised [0907031 9 |
|
|
| UNTITLED-014 |
| ‘Sra Sa ngs re eet |
|
|
| or subject to any other restrictions with respect to the Deliverables. Contractor |
| warrants thatthe Deliverables are complete, entire and comprehensive within the |
| standard of performance under Section 2.3 ofthis Agreement and thatthe |
| Deliverables constitute a work of original authorship. The City will not reuse the |
| Deliverables to build other project, without the written consent of Contractor. |
|
|
| 28 Visual Artists Rights Act Waiver |
| ‘Contractor waives any and all rights, in any work of visual art that may be |
| provided pursuant to this Agreement, that may be granted or conferred under |
| Section 106A and Section 113 of the United States Copyright Act (17 USC. § |
| 101 et sea) (the "Copyright Act") |
|
|
| 2.9 Records and Audits |
|
|
| (a) Records |
|
|
| Contractor must deliver or cause tobe delivered to the City all |
| documents, including all Deliverables prepared fr the City under |
| the terms ofthis Agreement, to the ity promptly in accordance |
| withthe time limits prescribed inthis Agreement, and ifn time |
| limitis specified, then upon reasonable demand for them or upon |
| termination or completion ofthe Services under this Agreement |
| In the event ofthe failure by Contractor to make such dlivery |
| upon demand, then and in that event, Contactor must pay othe |
| City any damages the City may sustain by reason of Contractors |
| failure, |
|
|
| Gi) Contractor must maintain any such records including Deliverables |
| not delivered to the City or demanded by the City fora period of S |
| ‘years afte the final payment made in connection with this |
| ‘Agreement. Contractor must not dispose of such documents |
| following the expiration of this period without notification of and |
| written approval from the City in accordance with Article 10. |
|
|
| ©) Audits |
|
|
| (Contractor and any of Contractor's Subcontractors must furnish the |
| Department wit all information that may be requested pertaining |
| to the performance and cost of the Services. Contractor must |
| ‘maintain records showing actual time devoted and costs incurred. |
| Contractor must keep books, documents, paper, records and |
|
|
| (ororen) 10 |
|
|
| UNTITLED-015, |
| Revsged (0307031 |
|
|
| [o} |
|
|
| ai, |
|
|
| ) |
|
|
| w |
|
|
| ‘accounts in connection with the Services open to audit, inspection, |
| copying, abstracting and transcription and must make these records |
| available to the City and any other interested governmental agency, |
| at reasonable times during the performance of its Services. |
|
|
| ‘To the extent that Contractor conducts any business operations |
| separate and apart ffom the Services required under this Agreement |
| using, for example, personnel, equipment, supplies or facilites also |
| used in connection with this Agreement, then Contractor must |
| maintain and make similarly available tothe City detailed records |
| supporting Contractor's allocation o this Agreement of the costs |
| and expenses attributable to any such shared usages. |
|
|
| Contractor must maintain its books, records, documents and other |
| evidence and adopt accounting procedures and practices sufficient |
| to reflect properly all costs of whatever nature claimed to have |
| ‘been incurred and anticipated to be incurred for or in connection |
| with the performance of this Agreement. This system of |
| accounting must bein accordance with generally accepted |
| ‘accounting principles and practices, consistently applied |
| throughout. |
|
|
| ‘No provision in this Agreement granting the City a right of access |
| to records and documents is intended to impair, fimit or affect any |
| right of access to such records and documents which the City |
| ‘would have had inthe absence of such provisions, |
|
|
| ‘The City may in its sole discretion audit the records of Contractor |
| or its Subcontractors, or both, at any time during the term of this, |
| ‘Agreement or within five years after the Agreement ends, in |
| ‘connection with the goods, work, or services provided under this |
| ‘Agreement. Each calendar year or partial calendar year is |
| ‘considered an “audited period.” If as a result of such an audit, 1s |
| ‘determined that Contractor or any of its Subcontractors has |
| ‘overcharged the City in the audited period, the City will notify |
| Contractor. Contractor must then promptly reimburse the City for |
| any amounts the City has paid Contractor due to the overcharges, |
| and also some or all ofthe cost ofthe audit, as follows: |
|
|
| ‘A. Ifthe audit has revealed overcharges to the City |
| representing less than 5% of the total valu, based on the |
| Agreement prices, ofthe goods, work, or services provided |
|
|
| nu |
|
|
| UNTITLED-016 |
| la Sees pee ce tna ve et |
|
|
| {in the audited period, then the Contractor must reimburse |
| the City for 50% of the cost ofthe audit and $0% of the |
| cost of each subsequent audit thatthe City conducts; |
|
|
| B. Lf however, the audit has revealed overcharges to the City |
| representing 5% or more of the total value, based on the |
| ‘Agreement prices, ofthe goods, work, or services provided |
| {n the audited period, then Contractor must reimburse the |
| City forthe full cost ofthe audit and of each subsequent |
| audit. |
|
|
| Failure of Contractor to reimburse the City in accordance with Section A. |
| or B is an event of default under this Agreement, and Contractor will be |
| liable for all ofthe City’s costs of collection, including any court costs |
| and attorneys’ fees. |
|
|
| 210 Confidentiality |
|
|
| @ |
|
|
| ) |
|
|
| Revised (030709) |
|
|
| All documents (‘Documents"), including plans, minutes of meetings, |
| review comments, drawings data and materials (e.g. comection shets, |
| “Municipal Code of Chicago information and specifications), prepared, |
| assembled or encountered by or provided to Contractor or its |
| ‘Subcontractors under this Agreement are property of the City or of permit |
| applicants and are confidential, except as specifically authorized inthis |
| ‘Agreement or as may be required by law. Contractor mast not allow the |
| ‘Documents to be made availabe to any individual or organization, other |
| than the Key Personnel Listed in Exhibit | and those individuals expressly |
| authorized in writing by the Executive Director, without the written |
| ‘consent ofthe City. Ifthe Executive Director determines that any of |
| Contractor's Subcontractors has a conflict of interest regarding a particular |
| Project assigned to Contractor pursuant toa task order, Contractor must |
| ‘not allow any Documents tobe dislosed to that (those) Subcontractors) |
| Further, all Documents and other information provided to Contractor or ts |
| Subcontractors by the Cty or permit applicants are confidential and must |
| not be made available to any other individual or organization without the |
| written consent ofthe City. Contractor must implement such measures as |
| ray be necessary to ensure that its staff and§its Subcontractors are bound |
| by the confidentiality provisions contained inthis Agreement. |
|
|
| Contractor must not issue any publicity news releases or grant press |
| interviews, and except as may be required by law during or after the |
| performance of this Agreement, disseminate any information regarding ts |
|
|
| 2 |
|
|
| UNTITLED-017 |
| lt re ee el aCe Set |
|
|
| 2a |
|
|
| ‘Services or the Project to which the Services pertain without the prior |
| ‘written consent of the Executive Director. |
|
|
| (©) If Contractor is presented with a request for documents by any |
| ‘administrative agency or with a subpoena dices tecum regarding any |
| records, data or documents which may be in Contractor's possession by |
| reason of this Agreement, Contractor must immediately give notice to the |
| Executive Director and the Corporation Counsel for the Cty with the |
| understanding thatthe City will have the opportunity to contest such |
| process by any means available to it before the records or documents are |
| submitted toa court or other third party. Contractor, however, is not |
| ‘obligated to withhold the delivery beyond the time ordered by the cour or |
| administrative agency, unless the subpoena or request is quashed or the |
| time to produce is otherwise extended. |
|
|
| (@ Contractor must maintain the security at all times of any Documents that it |
| is reviewing pursuant to this Agreement. At a minimum, Contractor must |
| ensure that only personnel authorized by this Agreement have access 10 |
| areas in which Contractor stores and reviews those Documents. |
| Contractor must lock all of those Documents in limited access storage |
| room. The storage room must be protected by a burglar alarm system, |
| motion detector, smoke detectors and a sprinkler system. |
|
|
| (©) Contractor must obtain an executed "Confidentiality Agreement," in the |
| form attached to this Agreement as Exhibit S, from each individual |
| assigned to a Project pursuant to this Agreement. |
|
|
| Assignments and Subcontracts |
|
|
| Contractor must not assign, delegate or otherwise transfer all or any part ofits |
| rights or obligations under this Agreement or any part of it, unless otherwise |
| provided for inthis Agreement or without the express written consent of the Chief |
| Procurement Officer and the Department. The absence of such a provision or |
| writen consent voids the attempted assignment, delegation or transfer and is of no |
| effect as to the Services or this Agreement. No approvals given by the Chief |
| Procurement Officer operate to relieve Contractor of any of its obligations or |
| liabilities under this Agreement, |
|
|
| All subcontracts and all approvals of Subcontractors ae, regardless of their form, |
| ‘considered conditioned upon performance by the Subcontractor in accordance |
| with the terms and conditions ofthis Agreement. If any Subcontractor fils to |
| ‘observe or perform the terms and conditions of this Agreement tothe satisfaction |
|
|
| Revised (0307001 3 |
|
|
| UNTITLED-018 |
| 2a |
|
|
| of the Department, the City has the absolute right upon written notification to |
| immediately rescind approval and to require the performance of this Agreement |
| by Contractor personally or through any other City-approved Subcontractor. Any |
| approval for the use of Subcontractors in the performance of the Services under |
| this Agreement under no circumstances operates to relieve Contractor of any ofits |
| obligations or liabilities under this Agreement. |
|
|
| Contractor, upon entering into any agreement with a Subcontractor, must furnish |
| ‘upon request of the Chief Procurement Officer or Department a copy of its |
| agreement. All subcontracts must contain provisions that require the Services be |
| performed in strict accordance withthe requirements ofthis Agreement, provide |
| thatthe Subcontractors are subject to all the terms of this Agreement and are |
| subject tothe approval of the Department and the Chief Procurement Officer. If |
| the agreements do not prejudice any of the Citys rights under this Agreement, |
| such agreements may contain different provisions than are provided inthis |
| Agreement with respect to extensions of schedule, time of completion, payments, |
| ‘guarantees and matters not affecting the quality ofthe Services. |
|
|
| Contractor must not transfer or assign any funds or claims due or to become due |
| under this Agreement without the prior written approval ofthe Chief Procurement |
| Officer. The attempted transfer or assignment of any funds, either in whole or in |
| part, or any interest in them; which are due or to become due to Contractor under |
| this Agreement, without such prior written approval, has no effect upon the City |
|
|
| ‘Under the Municipal Code of Chicago, ch. 2-92, Section 2-92-245, the Chief |
| Procurement Officer may make direct payments to Subcontractors for Services |
| performed under this Agreement. Any such payment has the same effect a ifthe |
| City had paid Contractor that amount directly. Such payment by the City to |
| Contractor's Subcontractor under no circumstances operates to relieve Contractor |
| of any of ts obligations or liabilities under this Agreement. This section is solely |
| forthe benefit ofthe City and does not grant any third party beneficiary rights |
|
|
| Limitation of Liability |
|
|
| (a) Except as provided under Section 2.12 (b)below, Contractor's liability for |
| any and all claims brought against it by the City, individually or in the |
| aggregate arising out of or relating to this Agreement, whether sounding |
| in contract, warranty, tort, strict liability or any other cause of action, is |
| limited to $2.0 million or the aggregate amount of fees paid or tobe paid |
| under this Agreement, whichever amount is greater. |
|
|
| evised [0907091 1s |
|
|
| UNTITLED-019 |
| (O) |
|
|
| ‘The following claims are excluded from the lability limitation ofthis |
| section, and any losses liability or damages from such clams do not |
| operat to diminish Contractors liability for elaims that would be subject |
| to the above limitation: |
|
|
| (any losses, liability or damages resulting from Contractor's fraud, |
| criminal acts, intentional misconduct, bad faith or willful and |
| ‘wanton misconduct; |
|
|
| (i) any third-party claims under Section 2.5 of this Agreement. |
|
|
| ARTICLE 3. TIME LIMITS FOR PERFORMANCE, |
|
|
| 3.1 Schedule for Performance |
|
|
| ‘This Agreement takes effect as of the date in the preamble ("Effective Date") and |
| continues for 36 months from the Effective Date, o until the Agreement is |
| ‘terminated in accordance with its terms, whichever occurs first. Contractor must |
| ‘complete all Services assigned to it by a task order, in accordance with Section |
|
|
| 2.1, to the satisfaction of the City no later than as specified in the task order. If |
| this Agreement is not extended, then no new task orders will be assigned 10 |
| Contractor beginning 12 months from the Effective Date, |
|
|
| 3.2 Timeliness of Performance |
|
|
| @ |
|
|
| () |
|
|
| Revised [0007001 |
|
|
| ‘Contractor must perform the Services as expeditiously as is consistent |
| with professional skill and care and must provide the Services and |
| Deliverables within th schedule required under Exhibit | ofthis |
| ‘Agreement. Further, Contractor acknowledges that TIME IS OF |
| ‘THE ESSENCE and that the failure of Contractor to comply withthe |
| time limits described in this Section 3.2 may result in economic or |
| other losses tothe City. |
|
|
| Neither Contractor nor Contractor's agents, employees or Subcontractors |
| are entitled to any damages from the City, nor is any party entitled to be |
| reimbursed by the City, for damages, charges or other losses or expenses |
| incurred by Contractor by reason of delays or hindrances in the |
| performance of the Services, whether or not caused by the City |
|
|
| UNTITLED-020 |
| a Set Sy nl Cama Sen |
|
|
| 33 |
|
|
| ARTICLE 4. |
|
|
| 4a |
|
|
| 42 |
|
|
| ‘Agreement Extension Option |
|
|
| ‘The Chief Procurement Officer may at any time before this Agreement expires |
| lect to extend this Agreement for up to 2 additional one-year periods under the |
| same terms and conditions as this original Agreement, except as provided |
| otherwise in this Agreement, by notice in writing to Contractor. |
|
|
| COMPENSATION |
| Basis of Payment |
|
|
| ‘The City will compensate Contractor according to the Schedule of Compensation |
|
|
| ‘contained in Exhibit 2 ofthis Agreement for the satisfactory completion ofthe |
| Services. |
|
|
| Notwithstanding anything in the Schedule of Compensation set forth in Exhibit 2 |
| to the contrary, Contractor's compensation under this Agreement is limited to |
| those amounts allowable and allocable to this Agreement under 48 CFR. Part 31, |
| ‘Subpart 31.6 (the Federal Acquistion Regulation), OMB Circular A-87 |
| (incorporated by reference into 48 C.F-R. Part 31, Subpart 31.6), and the cost |
| principles set forth in 48 C.F.R. Part 31, Subpart 31.2, but only to the extent that |
| the cost principles in Subpart 31,2 do not conflict withthe terms of 48 CFR, Part |
| 31, Subpart 31.6 and OMB Circular A-87. To the extent that an audit reveals that |
| Contractor has received payment in excess of such amounts, the City may offset |
| ssuch excess payments against any future payments due to Contractor and, if no |
| future payments are due or if future payments are less than such excess, |
| Contractor must promptly refund the amount of the excess payments tothe City |
|
|
| ‘Method of Payment |
|
|
| Contractor must submit monthly invoices to the City for labor and other direct and |
| indirect costs as billed, as outlined in the Schedule of Compensation in Exhibit 2. |
| The invoices must be signed, dated, reference the City contract number and name, |
| and must be in such other detail as the City requests. If Contractor has more than |
| ‘one agreement with the City, Contractor must prepare and submit separate |
| invoices for each agreement. Contractor must not submit invoices for les than |
| ‘$500 unless a particular invoice is fr last payment related to closeout ofthe |
| Services, |
|
|
| Revised (0207091 16 |
|
|
| UNTITLED-021 |
| 44 |
|
|
| ‘The City will process payment within 60 days after receipt of invoices and all |
| supporting documentation necessary forthe City to verify the Services provided |
| under this Agreement. |
|
|
| Criteria for Payment |
|
|
| The reasonableness, allocability, and allowability of any costs and expenses |
| charged by Contractor under this Agreement will be determined by the Chief |
| Procurement Officer and the Executive Director in their sole discretion. |
|
|
| In the event of a dispute between Contractor and the ity as to whether any |
| particular charge will be paid, or as to whether the amount of such charge is |
| reasonable, allocable tothe Services, or allowable, Contractor must, andthe |
|
|
| iy or individually, refer such dispute tothe Chief |
| Procurement Officer for resolution in accordance with the Disputes section of this, |
| Agreement. The City will not withhold payment for undisputed sums on such |
| invoice while a dispute is being resolved. All invoice disputes will be handled as |
| described in Section B.3 of Exhibit 2. |
|
|
| Funding |
|
|
| ‘The source of funds for payments under this Agreement isthe Fund Number set |
| forth in Exhibit 2. Payments under this Agreement will not be made or due to |
| Contractor in excess of the dollar amount set forth in Exhibit 2 without a written |
| amendment in accordance with Section 9.3. |
|
|
| Non-Appropriation |
|
|
| [If no funds or insufficient funds are appropriated and budgeted in any fiscal period |
| of the Cty for payments to be made under this Agreement, then the City will |
| notify Contractor in writing ofthat occurrence, and this Agreement will terminate |
| ‘on the earlier of the last day of the fiscal period for which sufficient appropriation |
| was made or whenever the funds appropriated for payment under this Agreement |
| are exhausted. Payments for Services completed to the date of notification will be |
| ‘made to Contractor except that no payments will be made or due to Contractor |
| lunder this Agreement beyond those amounts appropriated and budgeted by the |
| City to fund payments under this Agreement. |
|
|
| Revised (0307091 ” |
|
|
| UNTITLED-022 |
| ARTICLE 5. DISPUTES |
|
|
| Except as otherwise provided in this Agreement, Contractor must and the Executive |
| Director may bring any dispute conceming a question of fact arising under this |
| ‘Agreement which is not disposed of to the Chief Procurement Officer for decision based |
| ‘upon written submissions ofthe parties. (A copy of the "Regulations of the Department |
| ‘of Procurement Services for Resolution of Disputes between Contractors and the City of |
| Chicago” is available in City Hall, 121 N, LaSalle Street, Room 301, Bid and Bond |
| Room.) The Chief Procurement Officer will reduce his decision to writing and mail or |
| ‘otherwise furnish a copy of't to Contractor. The decision of the Chief Procurement |
| (Officer is final and binding. If Contractor does not agree with the decision ofthe Chief |
| Procurement Officer, the sole and exclusive remedy is judicial review by a common law |
| writ of certiorari, |
|
|
| ARTICLE 6, COMPLIANCE WITH ALL LAWS |
|
|
| 6.1 Compliance with All Laws Generally |
|
|
| Contractor must observe and comply with all applicable federal, state, |
| ‘county and municipal laws, statutes, ordinances and executive orders, in |
| effect now or later and whether or not they appear in this Agreement, |
| including those set forth in this Article 6, and Contractor must pay all |
|
|
| taxes and obtain all licenses, certificates and other authorizations required |
| by them, Contractor must require all Subcontractors to do so, also. |
| Contractor must have filed, within 1 year prior tothe Effective Date, an |
| executed Economic Disclosure Statement and Affidavit ("Disclosure |
| Affidavit") in the form incorporated into this Agreement as Exhibit 4 |
| ‘Notwithstanding acceptance by the City of the Disclosure A fidavit, failure |
| of the Disclosure Affidavit to include all information required under the |
| Municipal Code renders this Agreement voidable atthe option ofthe City, |
|
|
| (©) Notwithstanding anything in this Agreement tothe contrary, references to |
| a statute or law are considered to be a reference to (i) the statute or aw as |
| itmay be amended from time to time; (i) all regulations and rules |
| pertaining to or promulgated pursuant to the statute or law; and (ii ll |
| future statutes, laws, regulations, rules and executive orders pertaining to |
| the same or similar subject mater. |
|
|
| fonoven 8 |
|
|
| UNTITLED-023 |
| mt St op a CR et |
|
|
| 62 Nondiscrimination |
|
|
| @ |
|
|
| Revised (0207091 |
|
|
| Contractor |
|
|
| In performing its Services under this Agreement, Contractor must comply |
| ‘with applicable laws prohibiting discrimination against individuals and |
| groups. |
|
|
| ) |
|
|
| Federal Requirements |
|
|
| In performing its Services under this Agreement, Contractor must |
| not engage in unlawful employment practice, suchas (1) failing or |
| refusing to hire or discharging any individual, or otherwise |
| diseriminating against any individual with respect to compensation |
| or the terms, conditions, or privileges ofthe individual’ |
| employment, because of the individuals race, color, religion, Sex, |
| age, handicap/disability or national origin; or (2) limiting, |
|
|
| segrezating or classifying Contractor's employees or applicants for |
| employment in any way that would deprive or tend to deprive any |
| individual of employment opportunities or otherwise adversely |
| affet the individuals staus a an employee, because of the |
| individual's race, color, religion, sex, age, handicap/issbility or |
| national origin. |
|
|
| Contractor must comply with, andthe procedures Contractor |
| utilizes and the Services Contractor provides under this Agreement |
| ‘must comply with the Civil Rights Act of 1964, 42 U.S.C. sec. |
| 2000¢ et seq. (1981), as amended and the Civil Rights Act of 1991, |
| PLL. 102-166. Attention is called to: Exec. Order No. 11246, 30 |
| Fed. Reg. 12,319 (1965), reprinted in 42 U-S.C. 2000¢ note, as |
| amended by Exec. Order No. 11375, 32 Fed. Reg. 14.303 (1967) |
| and by Exec. Order No. 12086, 43 Fed. Reg. 46,501 (1978); Age |
| Discrimination Act, 42 U.S.C. §§ 6101-6106 (1981); Age |
| Discrimination in Employment Act, 29 U.S.C. §§621-34; |
| Rehabilitation Act of 1973, 29 U.S.C. §§ 793-794 (1981); |
| ‘Americans with Disabilines Act, 42 US.C. §12101 erseq.; 41 |
| CER. Part 60 er seq. (1990); Drug Abuse Office and Treatment |
| Act of 1972, PLL, 92-255, as amended; and Comprehensive |
| Alcohol Abuse and Alcoholism Prevention Act of 1970, P.L. 91- |
| 616, as amended; and all other applicable federal statutes, |
|
|
| UNTITLED-024 |
| St ee ep a a Se |
|
|
| Gi) State Requirements |
|
|
| ‘Contractor must comply with, and the procedures Contractor |
| utilizes and the Services Contactor provides under this Agreement |
| ‘must comply with, the Mlinois Human Rights Act, 775 ILCS 5/1- |
| 101 et seq (1990), a8 amended and any rules and regulations |
| promulgated in accordance with it, including the Equal |
| Employment Opportunity Claus, 4 Il. Admin. Code § 750, |
| Appendix A. Furthermore, Contractor must comply with the |
| Public Works Employment Discrimination Act, 775 1LCS 10/0.01 |
| et seq. (1990), as amended; and all other applicable state statutes, |
| regulations and other laws. |
|
|
| Gi) City Requirements |
|
|
| Contractor must comply with, and the procedures Contractor |
| utilizes and the Services Contractor provides under this Agreement |
| ‘must comply with, the Chicago Human Rights Ordinance, ch. - |
| 160, Section 2-160-010 et seq. ofthe Municipal Code of Chicago |
| (1990), as amended, and all other applicable City ordinances and |
| rules. Further, Contractor must fumish and must cause each ofits. |
| ‘Subcontractor(s) to furnish such reports and information as |
| requested by the Chicago Commission on Human Relations |
|
|
| (b) Subcontractors |
|
|
| Contractor must incorporate this Section 6.2 by reference in all agreements |
| centered into with Subcontractors and labor organizations that furnish |
| skilled, unskilled and craft union skilled labor, or any other services in |
| connection with this Agreement. |
|
|
| 63 Compliance with the Americans with Disabilities Act and Other Laws |
| Concerning Accessibility |
|
|
| Contractor covenants that all designs, plans and drawings produced or utilized |
| under this Agreement will address and comply with all federal, state and local |
| laws and regulations regarding accessibility standards for persons with disabilities |
| or environmentally limited persons including the following: the Americans with |
| Disabilities Act of 1990, 42 U'S.C. § 12101 et seq. and the Americans with |
| Disabilities Act Accessibility Guidelines for Buildings and Facilities |
| (ADAAG?); the Architectural Barriers Act, Pub, L, 90-480 (1968), and the |
| Uniform Federal Accessibility Standards ("UFAS"); and the Illinois |
|
|
| evised (030703 20 |
|
|
| UNTITLED-025 |
| Se em ti Ct Cant |
|
|
| Environmental Barriers Act, 410 ILCS 25/1 et seq, and all regulations |
| promulgated thereunder , se Illinois Administrative Code, Title 71, Chapter 1, |
| Section 400.110. Ifthe above standards are inconsistent, Contractor must assure |
| that its designs, plans and drawings comply with te standard providing the |
| ‘greatest accessibility. Also, Contractor mus, prio to construction, review the |
| plans and specifications to insure compliance with these standards. If Contractor |
| fails to comply with the foregoing standards, the City may, without limiting any of |
| its remedies set forth in Section 8.2 or otherwise available a lw, in equity or by |
| statute, require Contractor to perform again at no expense, all Services required |
| to be reperformed as a director indirect result of such failure. |
|
|
| 64 hk |
|
|
| pector General |
|
|
| Itis the duty of any bidder, proposer or Contractor, all Subcontractors, every |
| applicant for certification of eligibility for a City contract or program, and all |
| officers, directors, agents, partners and employees of any bidder, proposer, |
| ‘Contractor, Subcontractor or such applicant to cooperate with the Inspector |
| ‘General in any investigation or hearing undertaken pursuant to Chapter 2-56 ofthe |
| ‘Municipal Code of Chicago. Contractor understands and will abide by all |
| provisions of Chapter 2-56 of the Municipal Code of Chicago. All subcontracts |
| ‘must inform Subcontractors of the provision and require understanding and |
| ‘compliance with it. |
|
|
| 65 Business Relationships with Elected Officials |
|
|
| Pursuant to Section 2-156-030(b) of the Municipal Code of the City of Chicago, it |
| is illegal for any elected offical ofthe City, or any person acting at the direction |
| ‘of such official, to contact, ether orally or in writing, any other City offic |
| ‘employee with respect to any matter involving any person with whom the elected |
| offical has a business relationship, or to participate in any discussion in any City |
| ‘Council committee hearing or in any City Council meeting of to vote on any |
| ‘matter involving the person with whom an elected official has a business |
| relationship. Violation of Section 2-156-030(b) by any elected official with |
| respect to this Agreement is grounds for termination ofthis Agreement. The term |
| business relationship is defined as set forth in Section 2-156-080 of the Municipal |
| Code of Chicago. |
|
|
| Section 2-156-080 defines a "business relationship" as any contractual or other |
| private business dealing of an official, or his or her spouse, or of any entity in |
| Which an official or his or her spouse has a financial interest, with a person of |
| entity which entites an offical to compensation or payment in the amount of |
| ‘$2,500 or more in a calendar year, provided, however, a financial interest shall not |
|
|
| eviaed (090703) 2 |
|
|
| UNTITLED-026 |
| @ |
|
|
| (O) |
|
|
| © |
|
|
| include: (i) any ownership through purchase at fair market value or inheritance of |
| Jess than one percent ofthe share ofa corporation, or any corporate subsidiary, |
| parent or afiliate thereof, regardless of the value of or dividends on such shares, if |
| such shares are registered on a securities exchange pursuant to the Securities, |
| Exchange Act of 1934, as amended; (i) the authorized compensation paid to an |
| official or employee for his office or employment; (ii) any economic benefit |
| provided equally to all residents ofthe City; (iv) atime or demand deposit in a |
| financial institution; or (¥) an endowment or insurance policy or annuity contract |
| purchased from an insurance company. A “contractual or other private |
| business dealing” shall not include any employment relationship ofan official's |
| spouse with an entity when such spouse has no discretion concerning or input |
| relating tothe relationship between that entity andthe City. |
|
|
| Chicago "Living Wage” Ordinance |
|
|
| Section 2-92-610 of the Municipal Code of Chicago proves fora living wage for |
| certain categories of workers employed in the performance of City contacts, |
| specifically non-City employed security guards, parking attendants, day laborers, |
| home and healthcare workers, cashiers, elevator operators, custodial workers and |
| clerical workers ("Covered Employees"). Accordingly, pursuant o Section |
| 2-92-610 and regulations promulgated under it: |
|
|
| (If Contractor has 25 or more full-time employees, and |
|
|
| (i) __Tfat any time during the performance of this Agreement, |
| Contractor and/or any Subcontractor or any other entity that provides any portion |
| of the Services (collectively "Performing Parties") uses 25 or more fulltime |
| security guards, or any number of other full-time Covered Employees, then |
|
|
| (iii) Contractor must pay its Covered Employees, and must assure that |
| all other Performing Parties pay their Covered Employees, not less than the |
| ‘minimum hourly rate as determined in accordance with this provision (the "Base |
| Wage’) forall Services performed under this Agreement, |
|
|
| Contractor's obligation to pay, and to assure payment of, the Base Wage will |
| begin at any time during the term of this Agreement when the conditions set forth |
| in (ai) and (ai) above are met, and will continue until the end of the term of |
| this Agreement. |
|
|
| Prior to January 1, 2003, the Base Wage is $7.60 per hour; beginning January 1, |
| 2003, the Base Wage is $9.05 per hour. As of July 1, 2003, and each July 1 |
| thereafter, the Base Wage will be adjusted, using the most recent federal poverty |
|
|
| Revised (030709) 2 |
|
|
| UNTITLED-027 |
| @ |
|
|
| © |
|
|
| 67 |
|
|
| ARTICLE 7. |
|
|
| mM |
|
|
| ‘guidelines fora family of four as published annually by the U.S. Department of |
| Health and Human Services, to constitute the following: the poverty guidelines for |
| 4 family of four divided by 2000 hours or the curent base wage, whichever is |
| higher. Atal times during the term ofthis Agreement, Contactor and all ther |
| Performing Parties must pay the Base Wage (as adjusted in acordance with the |
| above). Ifthe payment of prevailing wages is required for Services done under |
| this Agreement, and the prevailing wages for Covered Employees are higher than |
| the Base Wage, then Contractor and all other Performing Parties must pay the |
| prevailing wage rates, |
|
|
| Contractor must include provisions in all subcontracts requiring its Subcontractors |
| to pay the Base Wage to Covered Employees. Contractor agrees to provide the |
| City with documentation acceptable to the Chief Procurement Officer |
| demonstrating that all Covered Employees, whether employed by Contractor or by |
| 1 Subcontractor, have been paid the Base Wage, upon the City’s request for such |
| documentation. The City may independently audit Contractor and/or |
| Subcontractors to verify compliance with this section. Failure to comply with the |
| requirements of this section wil be an event of default under this Agreement, and |
| further, failure to comply may result in ineligibility for any award of a City |
| contractor subcontract for up to 3 yeas |
|
|
| [Not-for-Profit Corporations: If Contractor sa corporation having federal tax- |
| exempt satus under Section 501(c)(3) ofthe Internal Revenue Code and is |
| recognized under Illinois not-for-profit law, then the provisions of Section (a) |
| through () above donot apply |
|
|
| Deemed Inclusion |
| Provisions required by law, ordinances, rules, regulations, o executive orders to |
|
|
| bbe inserted in this Agreement are deemed inserted in this Agreement whether or |
| ‘not they appear in this Agreement or, upon application by either party, this |
|
|
| ‘Agreement will be amended to make the insertion; however, in no event will the |
| failure to insert the provisions before or after this Agreement is signed prevent its |
| enforcement. |
|
|
| ‘SPECIAL CONDITIONS |
|
|
| ‘Warranties and Representations |
|
|
| In connection with signing and carrying out this Agreement, Contractor: |
|
|
| Reviaed (020700) 2B |
|
|
| UNTITLED-028 |
| @ |
|
|
| (O) |
|
|
| © |
|
|
| @ |
|
|
| © |
|
|
| oO |
|
|
| @ |
|
|
| neviaed [0107031 |
|
|
| ‘warrants that Contractor is appropriately licensed under Ilinois law to |
| perform the Services required under this Agreement and will perform no |
| Services for which a professional license is required by law and for which |
| Contractor is not appropriately licensed; |
|
|
| ‘warrants it is financially solvent; it and each ofits employees, agents and |
| Subcontractors are competent to perform the Services required under this |
| Agreement; and Contractor is legally authorized to execute and perform or |
| ‘cause to be performed this Agreement under the terms and conditions |
| stated in this Agreement, |
|
|
| warrants that it will not knowingly use the services of any ineligible |
| ‘contractor or Subcontractor for any purpose inthe performance ofits |
| Services under this Agreement; |
|
|
| ‘warrants that Contractor isnot in default atthe time this Agreement is |
| signed, and has not been deemed by the Chief Procurement Officer to |
| have, within 5 years immediately preceding the date ofthis Agreement, |
| bbeen found to be in default on any contract awarded by the City of |
| Chicago, and has obtained warranties from its Subcontractors substantially |
| similar in form and substance; |
|
|
| represents that it has carefully examined and analyzed the provisions and |
| requirements of this Agreement; it understands the nature of the Services |
| required; from its own analysis it has satisfied itself as to the nature of all |
| things needed forthe performance ofthis Agreement; this Agreement is |
| feasible of performance in accordance with al of its provisions and |
| requirements, and Contractor warrants it can and will perform, or cause |
| bbe performed, the Services in accordance with the provisions and |
| requirements of this Agreement, |
|
|
| represents that Contractor and, to the best of its knowledge, its |
| ‘Subcontractors are notin violation of the provisions of Section 2-92-20 |
| ‘of Chapter 2-92 of the Municipal Code of Chicago, and in connection with |
| it, and additionally in connection withthe Dlinois Criminal Code, 720 |
| ILCS 5/33E as amended, and the Illinois Municipal Code, 65 ILCS $/11- |
| 421-1; and |
|
|
| acknowledges that any certification, affidavit or acknowledgment made |
| under oath in connection with this Agreement is made under penalty of |
|
|
| perjury and, if false, is also cause for termination under Sections 8.1 and |
| 833 of this Agreement. |
|
|
| 4 |
|
|
| UNTITLED-029 |
| 72 |
|
|
| 13 |
|
|
| 14 |
|
|
| 78 |
|
|
| Ethics |
|
|
| (a) Inaddition to the foregoing warranties and representations, Contractor |
| ‘warrants: |
|
|
| (_nwofficer, agent or employee ofthe City is employed by |
| ‘Contractor or has a financial interest directly or indirectly in this |
| ‘Agreement or the compensation tobe paid under thi Agreement |
| ‘except as may be permite in writing by the Board of Ethics |
| ‘sablshed under the Municipal Code of Chicago (Chapter 2-156). |
|
|
| (i) no payment, gratuity or offer of employment will be made in |
| ‘connection with this Agreement by or on behalf of any |
| ‘Subcontractors tothe prime Contractor or higher tier |
| Subcontractors or anyone associated with them, as an inducement |
| for the award ofa subcontract or order. |
|
|
| (©) Contractor further acknowledges that any Agreement entered into, |
| ‘negotiated or performed in violation of any ofthe provisions of Chapter 2- |
| 136 is voidable as tothe City |
|
|
| Joint and Several Liability |
|
|
| If Contractor, or its successors or assigns, if any, is comprised of more than one |
| individual or other legal entity (or a combination of them), then under this |
| Agreement, each and without limitation every obligation or undertaking in this |
| Agreement tobe fulfilled or performed by Contractor is the joint and several |
| ‘obligation or undertaking of each such individual or other legal entity. |
|
|
| Business Documents |
|
|
| ‘At the request ofthe City, Contractor must provide copies of its latest articles of |
| incorporation, by-laws and resolutions, or partnership or joint venture agreement, |
| as applicable. |
|
|
| Conflicts of Interest |
|
|
| (@)__ Nomember ofthe governing body of the City or other unit of government |
| and no other officer, employee or agent ofthe City or other unit of |
| government who exercises any functions or responsibilities in connection |
| withthe Services to which this Agreement pertains is permitted to have |
| ‘any personal interest, direct or indirect, inthis Agreement. No member of |
|
|
| wiaed (030703) 2s |
|
|
| UNTITLED-030 |
| et eA ng at me |
| ‘or delegate tothe Congress of the United States or the Ilinois General Assembly and no |
|
|
| alderman of the City or City employee is allowed to be admitted to any share or part of this |
| ‘Agreement orto any financial benefit to arise from it, |
|
|
| o |
|
|
| © |
|
|
| revised (0307031 |
|
|
| Contractor covenants that it, and tothe best of ts knowledge, its |
| ‘Subcontractors if any (collectively, "Contracting Parties”) presently have |
| no direct or indirect interest and will not acquire any interest, direct or |
| indirect, in any projector contract that would conflict in any manner or |
| degree with the performance of its Services under this Agreement. |
|
|
| Contractor must disclose tothe City its and any of its Subcontractors’ past |
| and curent business arrangements or relationships, whether writen or oral |
| and whether executed or inthe process of negotiation or discussion, with |
| any individual or entity having an interest ina Project that isthe subject of. |
| ‘task order assigned, or proposed tobe assigned, to Contractor pursuant to |
| this Agreement. Coriractor and its Subcontractors must also disclose any |
| such individual or entity with whom they anticipate having an arrangement |
| ‘or business relationship within the reasonably foreseeable fare. |
| (Contractor and its Subcontractors must provide the City with such detailed |
| information relating to any such arrangements asthe City may reasonably |
| request o enable the Cty to determine whether an actual or potential |
| confit of interest exists or may arise |
|
|
| Contractor is not permitted to perform any Services for the City on task |
| ‘orders, applications or other documents submitted tothe Cty by any of |
| Contractor's or any ofits Subcontractors’ (i) past clients, ifthe Services |
| relate to a Project that isthe subject ofa task order for which Contractor or |
| any of its Subcontractors developed, caused to be developed or began to |
| develop designs, plans, documents, cst propostls, or other work on behalf |
| ofthat past clint (i) present client; or (ii) anticipated future clint, as |
| described above. |
|
|
| Contractor must ensure that it its officers, directors and employees, and |
| the officers, directors and employees of each of its members if a joint |
| venture, and any Subcontractor have no interest and will acquire no |
| interest, director indirect, in any Project that would conflict in any manner |
| or degree with the performance of the Services. Contractor must further |
| ensure that in the performance of the Services no person having any such |
| interest will be employed. If the Executive Director in his reasonable |
| judgment determines that any of Contractor's services (or those of its |
| Subcontractors) for others would conflict withthe Services Contractor is |
| to provide pursuant to any given ask order, Contractor must ether |
|
|
| 6 |
|
|
| UNTITLED-031 |
| terminate such ther services immediately upon request ofthe City or |
| CContracor would not be assigned the task order (or, if previously assigned |
| it, Contractors participation in the task order or that ofits affected |
| Subcontractors would be terminated, upon the recommendation ofthe |
| Executive Director inthe sole discretion ofthe Chief Procurement |
| Officer) |
|
|
| [Neither Contractor nor any person nor entity affiliated with it will, during |
| or after the term of this Agreement, participate in any Project, or any |
| portion of any Project, the code compliance of which Contractor or they |
| participated in reviewing under this Agreement. |
|
|
| (@) Without limiting the foregoing, ifthe Contracting Parties assist the City in |
| determining the advisability or feasibility of a Projector in recommending, |
| researching, preparing, drafting or issuing a request for proposals or bid |
| specifications for a Project, the Contracting Parties must not participate, |
| directly or indirectly, as a prime, subcontractor or joint venture in that |
| Projector in the preparation of proposal or bid for that Project during the |
| ‘term of this Agreement or afterwards. The Contracting Parties may, |
| ‘however, assist the City in reviewing the proposals or bids for the Project |
| iffnone ofthe Contracting Parties have a relationship with the persons or |
| ‘entities that submited the proposals or bids for that Project. |
|
|
| (©) Contractor further covenants that, in the performance of this Agreement, |
| no person having any conflicting interest will be assigned to perform any |
| Services or have access to any confidential information, as defined in |
| Section 2.10 of this Agreement. Ifthe City, by the Executive Director in |
| his reasonable judgment, determines that any of Contractor's Services for |
| ‘others conflict with the Services Contractor is to render for the City under |
| this Agreement, Contractor must terminate such other services |
| immediately upon request ofthe City |
|
|
| 7.6 Non-Liability of Public Officials |
|
|
| Contractor and any assignee or Subcontractor of Contractor must not charge any |
| official, employee or agent ofthe City personally with any liability or expenses of |
| defense or hold any official, employee or agent of the City personally liable to |
| them under any term or provision of this Agreement or because of the Citys |
| execution, attempted execution or any breach of this Agreement. |
|
|
| evised (010700) n |
|
|
| UNTITLED-032 |
| Seve ee Sc Cnn ro ee |
|
|
| ARTICLE 8. EVENTS OF DEFAULT, REMEDIES, TERMINATION, SUSPENSION |
| AND RIGHT TO OFFSET |
|
|
| 8.1 Events of Default Defined |
| The following constitute events of default: |
|
|
| (®) Any material misrepresentation, whether negligent or willful and whether |
| in the inducement or in the performance, made by Contractor to the City. |
|
|
| (©) Contractor's material failure to perform any ofits obligations under this |
| Agreement including the following: |
|
|
| (Failure due to a reason or circumstances within Contractor's |
| reasonable control to perform the Services with sufficient |
| personnel and equipment or with sufficient material to ensure the |
| performance of the Services; |
|
|
| i) Failure to perform the Services in a manner reasonably satisfactory |
| to the Executive Director or the Chief Procurement Officer or |
| inability to perform the Services satisfactorily as a result of |
| insolvency, filing for bankruptcy or assignment for the benefit of |
| creditors; |
|
|
| (Gil) Failure to promptly r-perform within a reasonable time Services |
| that were rejected as erroneous or unsatisfactory; |
|
|
| (iv) Discontinuance ofthe Services for reasons within Contractor's |
| reasonable control; and |
|
|
| (¥) Failure to comply with any other material term of this Agreement, |
| including the provisions concerning insurance and |
| nondiscrimination |
|
|
| (vi) Failure to complete Services assigned to Contractor within the time |
| limits specified in the applicable task order, unless the failure to |
| timely complete the Services is due to reasons outside Contractor's |
| reasonable control, and only if Contractor advised the Executive |
| Director in writing within 48 hours following the beginning ofthe |
| event claimed to excuse performance, |
|
|
| eviged (0107091 28 |
|
|
| UNTITLED-033 |
| (©) Any change in ownership or control of Contractor without the prior writen |
| approval ofthe Chief Procurement Officer, which approval the Chief |
| Procurement Officer will not unreasonably withhold. |
|
|
| (@) Contractors default under any other agreement it may presently have or |
| ‘may enter into with the City during the life ofthis Agreement. Contractor |
| acknowledges and agrees that in the event of a default under this |
| ‘Agreement the City may also declare a default under any such other |
| agreements. |
|
|
| (©) Failure to comply with Section 6.1 in the performance of the Agreement. |
|
|
| (Contractor's repeated or continued violations of City ordinances unrelated |
| to performance under the Agreement that in the opinion of the Chief |
| Procurement Officer indicate a willful or reckless disregard for City laws |
| and regulations. |
|
|
| 82 Remedies |
|
|
| ‘The occurrence of any event of default permits the City, atthe City's sole option, |
| to declare Contractor in default. The Chief Procurement Officer may in his sole |
| discretion give Contractor an opportunity to cure the default within 2 certain |
| period of time, which period of time must not exceed 30 days, unless extended by |
| the Chief Procurement Officer. Whether to declare Contractor in default is within |
| the sole discretion of the Chief Procurement Officer and neither that decision nor |
| the factual basis for itis subject to review or challenge under the Disputes |
| provision ofthis Agreement. |
|
|
| ‘The Chief Procurement Officer will give Contractor written notice ofthe default, |
| either in the form of a cure notice "Cure Notice"), of, ifno opportunity to cure |
| ‘willbe granted, a default notice ("Default Notice”). ifthe Chief Procurement |
| Officer gives a Default Notice, he wll also indicate any present intent he may |
| hhave to terminate this Agreement, and the decision to terminate (but not the |
| decision nat to terminate) is final and effective upon giving the notice. The Chief |
| Procurement Officer may give a Default Notice if Contractor fails to effet a cure |
| ‘within the cure petiod given in a Cure Notice, When a Default Notice with intent |
| to terminate is given as provided in this Section 8.2 and Anicle 10, Contractor |
| ‘must discontinue any Services, unless otherwise directed in the notice, and deliver |
| all materials accumulated inthe performance ofthis Agreement, whether |
| ‘completed or in the process, to the City. After giving a Default Notice, the City |
| ‘may invoke any or all of the following remedies, individually or collectively: |
|
|
| ‘Revised (030703) 0 |
|
|
| UNTITLED-034 |
| (a) The right to take over and complete the Services, o any part of them, at |
| Contractor's expense and as agent for Contractor, either directly or |
| through others, and bill Contractor forthe cost of the Services, and |
| Contractor must pay the difference between the total amount ofthis bill |
| and the amount the City would have paid Contractor under the terms and |
| conditions ofthis Agreement forthe Services that were assumed by the |
| City as agent for Contractor under this Section 8.2; |
|
|
| {b) The right to terminate this Agreement as to any or all of the Services yet to |
| be performed effective a time specified by the City, |
|
|
| (©) The right of specific performance, an injunction or any other appropriate |
| equitable remedy; |
|
|
| (8) The right to money damages; |
|
|
| (©) The right to withhold all or any part of Contractor's compensation under |
| this Agreement; |
|
|
| (The right to deem Contractor non-responsible in future contracts to be |
| awarded by the City. |
|
|
| Ifthe Chief Procurement Officer considers it to be in the City's best interest, he |
| ‘may elect not to declare default orto terminate this Agreement. The parties |
| acknowledge that this provision is solely forthe benefit ofthe City and that if the |
| City permits Contractor to continue to provide the Services despite one or more |
| events of default, Contractor isin no way relieved of any of its responsibilities, |
| <uties or obligations under this Agreement, nor does the City waive or relinquish |
| any of its rights. |
|
|
| ‘The remedies under the terms of this Agreement are not intended to be exclusive |
| of any other remedies provided, but each and every such remedy is cumulative and |
| is in addition to any other remedies, existing now or late, at law, in equity or by |
| statute. No delay or omission to exercise any right or power accruing upon any |
| ‘event of default impairs any such right or power, nor is ita waiver of any event of |
| default nor acquiescence init, and every such right and power may be exercised |
| from time to time and as often as the City considers expedient. |
|
|
| Revised (030709) 30 |
|
|
| UNTITLED-035, |
| 83 Early Termination |
|
|
| {In addition to termination under Sections 8.1 and 8.2 ofthis Agreement, the City |
| ‘may terminate this Agreement, or all or any portion ofthe Services to be |
| performed under it, at any time by a notice in writing from the City to Contractor. |
| ‘The City will give notice to Contractor in accordance with the provisions of |
| Article 10. The effective date of termination will be the date the notice is received |
| bby Contractor or the date stated in the notice, whichever is later. Ifthe City elects |
| to terminate this Agreement in full, all Services to be provided under it must cease |
| and all materials that may have been accumulated in performing this Agreement, |
| ‘whether completed or in the process, must be delivered tothe City effective 10 |
| days after the date the notice is considered received as provided under Article 10 |
| ‘of this Agreement (if no dat is given) or upon the effective date stated in the |
| notice. |
|
|
| [Afer the notice is received, Contractor mus restrict its activites, and thse of its |
| Subcontractors, to winding down any reports analyses, or other activities |
| previously begun. No costs incured afer the effective date ofthe termination are |
| allowed. Payment for any Services actually and satisfactorily performed before |
| the effective date ofthe termination ison the same basi asset forth in Aticle 4, |
| ‘but if any compensation is described or provided for on the bass of a period |
| Jonger than 10 days, then the compensation must be prorated accordingly. No |
| amount of compensation, however, is permitted for anticipated profits on |
| unperformed Services. The City and Contractor mus attempt o agree onthe |
| amount of compensation tobe paid to Contractor, but if not agreed on the dispute |
| ‘must be settled in accordance with Article Sof this Agreement. The payment 50 |
| made to Contractor is in ull settlement forall Services satisfactorily performed |
| under this Agreement. |
|
|
| Contractor must include in its contracts with Subcontractors an early termination |
| provision in form and substance equivalent to this early termination provision to |
| prevent claims against the City arising from termination of subcontracts after the |
| early termination, Contractor will not be entitled to make any early termination |
| claims against the City resulting from any Subcontractor’s claims against |
| Contractor or the City to the extent inconsistent with this provision. |
|
|
| Ifthe Citys election to terminate tis Agreement for default under Sections 8.1 |
| and 8.2 is determined in a court of competent jurisdiction to have been wrong |
|
|
| ‘then in that case the termination is o be considered to be an early termination |
| under this Section 8.3 |
|
|
| nevised (030703) 3 |
|
|
| UNTITLED-036 |
| Sat Nt Sa ge eee |
|
|
| 84 |
|
|
| 8s |
|
|
| Suspension |
|
|
| “The City may at anytime request that Contractor suspend its Services, or any part |
| of them, by giving 15 days prior written notice to Contractor or upon informal |
| oral, or even no notice, inthe event of emergency. A delay or lapse inthe City's |
| assigning a task order (if any) to Contractor does not constitute a suspension for |
| purposes of this Section 8.4. No costs incured ater the effective date of such |
| suspension are allowed. Contractor must prompily resume its performance ofthe |
| Services under the same terms and conditions as stated in this Agreement upon |
| written notice by the Chief Procurement Officer and such equitable extension of |
| time as may be mutually agreed upon by the Chief Procurement Officer and |
| Contractor when necessary for continuation or completion of Services. Any |
| auditional costs or expenses actually incurred by Contractor asa result of |
| recommencing the Services must be treated in accordance with the compensation |
| provisions under Exhibit 2 of this Agreement. |
|
|
| [No suspension of this Agreement is permitted in the aggregate to exceed a period |
| ‘of 45 days within any one year ofthis Agreement. Ifthe total number of days of |
| suspension exceeds 45 days, Contractor by written notice to the City may treat the |
| suspension as an early termination of this Agreement under Section 8.3. |
|
|
| Right to Offset |
| (@) —_Inconnection with performance under this Agreement: |
| ‘The City may offset any excess costs incurred: |
|
|
| (@ ifthe City terminates this Agreement for default or any other |
| reason resulting from Contractor's performance or non- |
|
|
| performance; |
|
|
| Gi) if the City exercises any of its remedies under Section 8.2 of this, |
| Agreement; of |
|
|
| (ii) ifthe City has any credits due or has made any overpayments under |
| this Agreement. |
|
|
| The City may offset these excess costs by use of any payment due for |
| Services completed before the City terminated this Agreement or before |
| the City exerised any remedies. Ifthe amount offset is insufficient to |
| cover those excess costs, Contractor is liable for and must promptly emt |
| to the City the balance upon written demand for it. Ths right to offset is |
|
|
| Revised [0307031 2 |
|
|
| UNTITLED-037 |
| Sra et a oa ea |
|
|
| {in addition to and not a limitation of any other remedies available to the |
| City. |
|
|
| (®) _Inconnection with Section 2-92-380 of the Municipal Code of Chicago: |
|
|
| (_Inaccordance with Section 2-92-380 of the Municipal Code of |
| ‘Chicago and in addition to any other rights and remedies (including |
| any of set-off available tothe City under this Agreement or |
| ‘permitted at law or in equity the City is entitled to set off portion |
| ‘ofthe price or compensation due under this Agreement in an |
| ‘amount equal to the amount ofthe fines and penalties for each |
| ‘outstanding parking violation complaint and/or the amount of aay |
| debt owed by Contractor tothe City. For purposes of tis Section |
| 8.5 “outstanding parking violation complaint” means parking |
| ticket, notice of parking violation or parking violation complaint |
| ‘on which no payment has been made or appearance filed inthe |
| ‘Circuit Court of Cook County within the time specified on the |
| complaint. "Debt" means a specified sum of money owed to the |
| City for which the period granted for payment has expired. |
|
|
| Gi) Notwithstanding the provisions ofthe above subsection, no such |
| debi(s) or outstanding parking violation complaint(s) will be offset |
| from the price or compensation due under this Agreement ifone or |
| ‘more of the following conditions are met: |
|
|
| ‘A. Contractor has entered into an agreement withthe |
| Department of Revenue, or other appropriate City |
| <epartment, for the payment ofall outstanding parking |
| violation complaints and/or debts owed tothe City and |
| Contractor isin compliance with the agreement, of |
|
|
| Contractor is contesting lability for or the amount of the |
| <debt in a pending administrative or judicial proceeding, or |
|
|
| C. Contractor has filed 2 petition in bankruptcy and the debis, |
| ‘owed the City are dischargeable in bankruptcy. |
|
|
| (©) Inconnection with any liquidated or unliquidated claims against |
| Contractor: |
|
|
| Without breaching this Agreement, the City may set off a portion of the |
| price or compensation due under this Agreement in an amount equal tothe |
|
|
| nevised [0007001 3 |
|
|
| UNTITLED-038 |
| amount of any liquidated or unliquidated claims thatthe City hs against |
| Contractor unrelated to this Agreement. When the City’s claims aguinst, |
| ‘Contractor are finally adjudicated in a court of competent jurisdiction or |
| otherwise resolved, the City will reimburse Contractor to the extent of the |
| amour the City has offset aginst this Agreement inconsistently with such |
| determination or resolution |
|
|
| ARTICLE 9. GENERAL CONDITIONS |
|
|
| 9.1 Entire Agreement |
|
|
| ) |
|
|
| o |
|
|
| evised (0207091 |
|
|
| General |
|
|
| ‘This Agreement, and the exhibits, which are attached to it and |
| incorporated init, constitute the entire agreement between the parties and |
| ‘no other terms, conditions, warranties, inducements, considerations, |
| promises or interpretations are implied or impressed upon this Agreement |
| that are not expressly addressed in this Agreement. |
|
|
| No Collateral Agreements |
|
|
| Contractor acknowledges that, except only for those representations, |
| statements or promises expressly contained inthis Agreement and any |
| exhibits attached to it and incorporated by reference in it, no |
| representation, statement or promise, oral or in writing, of any kind |
| whatsoever, by the City, is officals, agents or employees, has induced |
| Contractor to enter into this Agreement or has been relied upon by |
| Contractor, including any with reference to: (i) the meaning, correctness, |
| suitability or completeness of any provisions or requirements of this |
| ‘Agreement; (i) the nature ofthe Services to be performed; (ii) the nature, |
| quantity, quality or volume of any materials, equipment, labor and other |
| facilities needed for the performance of this Agreement; (iv) the general |
| conditions which may in any way affect this Agreement or its |
| performance; (v) the compensation provisions of this Agreement; or (vi) |
| ‘any other matters, whether similar to or different from those referred to in |
| through (vi) immediately above, affecting or having any connection |
| ‘with this Agreement, its negotiation, any discussions of its performance or |
| those employed or connected or concerned with it. |
|
|
| 3 |
|
|
| UNTITLED-039 |
| 92 |
|
|
| 93 |
|
|
| (©) No Omissions |
|
|
| Contractor acknowledges that Contractor was given ample opportunity and |
| time and was requested by the City to review thoroughly all documents |
| forming this Agreement before signing this Agreement in order that it |
| ‘might request inclusion in this Agreement of any statement, representation, |
| promise or provision that it desired or on that it wished to place reliance. |
| Contractor did so review those documents, and either every such |
| statement, representation, promise or provision has been included in this |
| Agreement or else, if omitted, Contractor relinquishes the benefit of any |
| ‘such omitted statement, representation, promise or provision and is willing |
| to perform this Agreement in its entirety without claiming reliance on it or |
| ‘making any other claim on account of its omission. |
|
|
| Counterparts |
|
|
| ‘This Agreement is comprised of several identical counterparts, each to be fully |
| signed by the parties and each to be considered an original having identical legal |
| effect. |
|
|
| Amendments |
|
|
| Except as provided in Section 3.3 of this Agreement, no changes, amendments, |
| ‘modifications or discharge of this Agreement, or any part of it are valid unless in |
| writing and signed by the authorized agent of Contractor and by the Mayor, |
| Comptroller, and Chief Procurement Officer of the City or their respective |
| successors and assigns. The City incurs no libility for Additional Services |
| ‘without a writen amendment to this Agreement under this Section 9.3. |
|
|
| ‘Whenever in this Agreement Contractor is required to obtain prior writen |
| approval, the effect of any approval that may be granted pursuant to Contractor's |
| request is prospective only from the later of the date approval was requested or the |
| date on which the action for which the approval was sought isto begin. In no |
| event is approval permitted to apply retroactively toa date before the approval |
| was requested, |
|
|
| Governing Law and Jurisdiction |
|
|
| ‘This Agreement is governed as o performance and interpretation in accordance |
| withthe laws ofthe State of Mlinois. |
|
|
| Revised [030703) 35 |
|
|
| UNTITLED-040 |
| 9s |
|
|
| 97 |
|
|
| ‘Contractor irevocably submits itself tothe original jurisdiction of those courts |
| located within the County of Cook, State of Ilinois, with regard to any |
| ‘controversy arising out of, relating to, or in any way conceming the execution or |
| ‘performance ofthis Agreement. Service of process on Contractor may be made, |
| at the option of the City either by registered or certified mail addressed tothe |
| applicable office as provide for in this Agreement, by registered or certified mail |
| addressed to the office actually maintained by Contractor, or by personal delivery |
| on any office, director, or managing or general agent of Contractor. If any action |
| is brought by Contractor against the City concerning this Agreement, the action |
| ‘must be brought only in those courts located within the County of Cook, State of |
| ii |
|
|
| Severability |
|
|
| any provision ofthis Agreement is held or deemed tobe ori infact invalid, |
| illegal, inoperative or unenforceable as applied in any particular casein any |
| jurisdiction orn all cases because it conflicts with any other provision or |
| provisions ofthis Agreement or of any constitution, statute, ordinance, rule of aw |
| a public policy, o for any other reason, those circumstances donot have the |
| effect of rendering the provision in question invalid illegal, inoperative or |
| ‘unenforceable in any other ease o ircumstances, or of rendering any other |
| provision or provisions in this Agreement invalid, illegal, inoperative or |
| unenforceable to any extent whatsoever. The invalidity, illegality, inoperativeness |
| or unenforceability of anyone or more phrases, sentences, clauses or sections in |
| this Agreement does not affect the remaining portion of this Agreement or any |
| par oft |
|
|
| Assigns |
|
|
| ‘All ofthe terms and conditions of this Agreement are binding upon and inure to |
| the benefit ofthe parties and their respective legal representatives, successors and |
| assigns. |
|
|
| Cooperation |
|
|
| Contractor musta all times cooperate fully wit the City and actin the City’s best |
| interests. Ifthis Agreement is terminated for any reason, or if it is to expire on ts |
| ‘own terms, Contractor must make every effort to assure an orderly transition to |
| another provider of the Services, if any, orderly demobilization of its own |
| ‘operations in connection with the Services, uninterrupted provision of Services |
| <during any transition period and must otherwise comply with the reasonable |
|
|
| Revsged [0907031 6 |
|
|
| UNTITLED-041 |
| 98 |
|
|
| 99 |
|
|
| ‘requests and requirements of the Department in connection withthe termination |
| cor expiration, |
|
|
| Waiver |
|
|
| ‘Nothing in this Agreement authorizes the waiver of a requirement or condition |
| ‘contrary to law or ordinance or that would result in or promote the violation of |
| any federal, state or local law or ordinance, |
|
|
| Whenever under this Agreement the City by a proper authority waives |
| Contractor's performance in any respect or waives a requirement or condition to |
| either the City’s or Contractor's performance, the waiver So granted, whether |
| express or implied, only applies tothe particular instance and is not a waiver |
| forever or for subsequent instances of the performance, requirement or condition. |
| No such waiver is a modification of this Agreement regardless of the number of |
| times the City may have waived the performance, requirement or condition. Such |
| ‘waivers must be provided to Contractor in writing. |
|
|
| Independent Contractor |
|
|
| ‘This Agreement is not intended to and will not constitute, create, give rise 10, or |
| ‘otherwise recognize a joint venture, partnership, corporation or other formal |
| ‘business association of organization of any kind between Contractor and the City |
| The rights and the obligations of the partes are only those expressly set forth in |
| this Agreement. Contractor must perform under this Agreement as an |
| independent contractor and not as a representative, employee, agent, or partner of |
| the City |
|
|
| ‘This Agreement is between the City and an independent contractor and, if |
| Contractor is an individual, nothing provided for under this Agreement constitutes |
| lies an employer-employee relationship such that: |
|
|
| (@) The City will not be liable under or by reason of this Agreement forthe |
| ‘payment of any compensation award or damages in connection with |
| Contractor performing the Services required under this Agreement. |
|
|
| (®) Contractor is not enttied to membership in the Cty of Chicago Pension |
| Fund, Group Medical Insurance Program, Group Dental Program, Group |
| Vision Care, Group Life Insurance Program, Deferred Income Program. |
| vacation, sick leave, extended sick leave, or any other benefits ordinarily |
| provided to individuals employed and paid through the regular payrolls of |
| the City of Chicago. |
|
|
| Revised (030703) 37 |
|
|
| UNTITLED-042 |
| (©) The City of Chicago is not required to deduct or withhold any taxes, FICA, |
| ‘or other deductions from any compensation provided to Contractor. |
|
|
| ARTICLE 10. NOTICES |
|
|
| "Notices provided for in this Agreement, unless expressly provided for otherwise in this |
| Agreement, must be given in writing and may be delivered personaly or by placing in the United. |
| ‘States mail, first class and certified, return receipt requested, with postage prepaid and addressed |
| 1s follows: |
|
|
| Ifto the City: City of Chicago Department of Construction and Permits |
| Room __, City Hall |
| 121 North LaSalle Street |
| Chicago, Minois 60602 |
| Attention: Executive Director |
|
|
| and |
|
|
| Department of Procurement Services |
| Room 403, City Hall |
|
|
| 121 North LaSalle Street |
|
|
| Chicago, Minois 60602 |
|
|
| Attention: Chief Procurement Officer |
|
|
| With Copies to: Department of Law |
| Room 600, City Hall |
| 121 North LaSalle Street |
| Chicago, Mlinois 60602 |
|
|
| Attention: Corporation Counsel |
|
|
| Ifto Contractor: To the address set forth in the preamble of this Agreement |
| ‘Changes in these addresses must be in writing and delivered in accordance with the provisions of |
| this Article 10. Notices delivered by mail are considered received three days after mailing in |
|
|
| accordance with this Article 10. Notices delivered personally are considered effective upon |
| receipt. Refusal to accept delivery has the same effect as receipt. |
|
|
| Revised (0207031 38 |
|
|
| UNTITLED-043, |
| ARTICLE 11. AUTHORITY |
|
|
| [Execution of this Agreement by Contractor is authorized by a resolution of ts Board of |
| Directors, if a corporation, or similar governing document, and the signature(s) of each person |
| signing on behalf of Contractor have been made with complete and full authority to commit |
| ‘Contractor to all terms and conditions of this Agreement, including each and every |
| ‘representation, certification and warranty contained in it, including the representations, |
| certifications and warranties collectively incorporated by reference in it. |
|
|
| ARTICLE 12. SPECIAL CONDITIONS REGARDING MBE/WBE COMMITMENT |
|
|
| In the performance ofthis Agreement, including the procurement and lease of materials or |
| ‘equipment, Contractor must abide by the minority and women's business eaterprise commitment |
| requirements ofthe Municipal Code of Chicago, ch. 2-92, Sections 2-92-420 et seg. (1990), |
| ‘excepto the extent waived by the Chief Procurement Officer and the Special Conditions |
| ‘Regarding MBW/WBE Commitment set forth in this Article 12. Contactor’ completed |
| Schedules C-1 and D-1 in Exhibit, evidencing its compliance with this requirement, are a pat |
| ‘ofthis Agreement upon acceptance by the Chief Procurement Officer. Contractor must utilize |
| ‘minority and women's business enterprises at the greater ofthe amounts listed in those Schedules |
| (C-1 and D-1 or the percentages listed in them as applied to all payments received from the City |
|
|
| Revised (030703) 9 |
|
|
| UNTITLED-044 |
| St pe Nene nC rp |
| EXHIBIT 1 |
|
|
| Scope of Services |
|
|
| Revised [0307031 |
|
|
| UNTITLED-045, |
| SCOPE OF SERVICES |
|
|
| INTRODUCTION |
|
|
| ‘The City of Chicago (“City”), Department of Construction and Permits ("DCAP"), seeks |
| Architectural and Engineering firms (“Firms”) to provide municipal code compliance review |
| and related services (“Reviews”) for various medium to large/complex public andor private |
| projects (“Projects”) located throughout the City. Selected Firms (“Contractors”) willenter |
| ‘non-specific Task Order driven, Depending Upon Requirements ("DUR"), erm agreements. |
| Contractors must perform the Reviews in accordance with DCAP standards and the |
| ‘Municipal Code ofthe City of Chicago ("Code") and within the time frame as approved by |
| the Executive Director of DCAP. |
|
|
| ‘The City requires the issuance of permits for construction to ensure that specific minimum |
| standards, a8 specified in the Code are met in constructing, altering or repairing buildings. |
| These standards are based on well-established health, safety and environmental |
| considerations intended to protect the integrity of the buildings and the welfare ofthe public. |
|
|
| ‘The City is establishing a Web-based project management system to: |
|
|
| Provide for electronic plan submissions, Reviews and corrections, |
|
|
| Provide for document management and control; |
|
|
| ‘Compress Review and correction document transmittal time; |
|
|
| Provide collaboration and meeting space for Project participants; |
|
|
| Provide an electronic library fora variety of Project documents; |
|
|
| Provide a means for on-going Customer outreach and community awareness; |
| Facilitate the dissemination of the Project status and other critical reports. |
|
|
| ‘The City requires permits for, among other things, the following: new construction, major |
| repairs, renovations and demolition, including the installation of utilities, foundations, |
| foundation retention systems, boilers, furnaces, plumbing fixtures, garages, additions. |
| porches and decks. The ity performs Code reviews and permit issuance foreverything from |
| single-family residents to large/complex high-rises, institutions, assemblies and industnal- |
| use projects. These Code reviews include, but are not limited to, the following disciplines |
| architectural, plumbing, electrical, ventilation, refigeration, fie prevention, accessibility |
| ‘environmental, sewer, water, structural and civil, ie. foundations and foundation retention |
| systems, |
|
|
| The services contemplated under the Reviews are professional in nature. Contractors acting |
| ‘as an individual, partnership, corporation or other legal entity and the Contractors’ Kes |
| Personnel must be of professional status, licensed to perform in the State of Illinois and |
| licensed forall applicable professional displines requiring licensing and will be governed |
| by the professional ethics in their relationship to the City. All reports, information or dats |
|
|
| t |
|
|
| UNTITLED-046 |
| prepared or assembled by Contractors are confidential in nature and must not be made |
| ‘valable to any individual or organization, except the City, without prior written approval |
| ‘of the City. Contractors are required to execute Confidentiality Agreement (attached as |
| Exhibit 5). |
|
|
| GENERAL SCOPE OF SERVICES |
|
|
| In an effort to streamline the City’s permit process and provide a Project owner and/or |
| hishher design professional (“Customer”) witha predictable, consistent and timely permit |
| process, the ity intends to out-source the Code review of medium to large/complex public |
| andlor private projects to Contractors. |
|
|
| ‘The objectives for out-sourcing these Code Reviews ae as follows: |
|
|
| + Greatly reduce the amount of time and resources it takes the City to perform Code |
| Reviews and to issue permits |
|
|
| + Provide Customers with a permit process in which they can specify the date they would |
| like to receive their permit(s) and a process which will provide various means o achieve |
| ther targeted permit date. |
|
|
| + Provide Customers with the ability to submit their permit application(s) and/or plans on- |
| line with the additional ability to review and/or make corrections to their plans on-line |
|
|
| + Provide Customers with instant access to their permit information/status, Le, provide |
| Project status information available on-line during the entite permit process. |
|
|
| + Provide additional Review capacity to offset the City’s in-house staff workload onan as- |
| needed bass |
|
|
| + Improve Customer service by providing Customers with a permit process that 1s |
| consistent, timely, accurate and allows Customers easy access to all their permit |
| information. |
|
|
| ‘The City estimates the outsourced workload to be approximately 3000 medium 0 |
| large/complex public and/or private projects per year. The City anticipates that the workload |
| will be split among Contractors based on each fiam’s ability to meet the time frame and |
| Review cost budget specified by the Customer and mutually agreed upon by the Contractor |
|
|
| UNTITLED-047 |
| ‘The DCAP defines medium to large/complex public and/or private projects as follows: |
|
|
| 1. New Construction |
|
|
| b, |
|
|
| High-Rises - over 80" high |
|
|
| Residential - more than 12 units |
|
|
| + May be under any type hotel, apartments, condos, shelters, townhouses, |
| ‘oF part of mixed use |
|
|
| Large assembly |
|
|
| Institutional |
|
|
| Schools |
|
|
| Open Air Assembly |
|
|
| Technology Centers |
|
|
| Mercantile - over 100,000 Sq.Ft. |
|
|
| Industrial Units - any |
|
|
| Aiport Work |
|
|
| Public Building Commission Projects |
|
|
| 2. Renovation/additions/change of use |
|
|
| b |
|
|
| ‘Change of occupancy projects with a Hazard Index Number of 2 or more |
| ‘Additions to above new construction projects that are more than 25% of the |
| original area |
|
|
| Airport Work - any scale |
|
|
| 3. Optional - various projects that would typically be reviewed under the normal City |
| process but, due to the project's schedule and/or other circumstances, the Customer |
| and/or Cty decided to use the Municipal Code Compliance Review Services option |
|
|
| a |
|
|
| New Construction |
|
|
| ‘Storage Units ~ including stand-alone garages |
|
|
| Residential construction between 6 and 12 units |
|
|
| ‘Strip mall construction between 50,000 and 100,000 Sq. Ft. |
| ‘Small Assembly |
|
|
| Renovations/additions/change of use |
|
|
| ‘Tenant/condo renovations larger than self-certification limits |
| Daycare centers - within existing space |
|
|
| Hial-way houses |
|
|
| ‘Shelters - not for profit and will have low budgets |
|
|
| ‘Change of occupancy projects with a Hazard Index Number of 1 or less |
|
|
| UNTITLED-048 |
| + Mixed-use occupancies with more than 6 residential units |
| + Residential construction between 6 and 12 units - Including conversions |
| from other occupancies and/or renovations/repairs |
|
|
| 4. Repairs |
| + Only on pre-spproval |
|
|
| The medium to large/complex public andor private type of project requires greater amount |
| of Code review ime due to their scale, scope and complexity. The City will require owners |
| ofthese medium to large/complex projects to pay forall he time associated with the Review |
| of their Projects. ‘The Review costs will consist of, but are not limited 1, Project |
| introduction time, preliminary Review ime, Code Review time (for I" Review, 2 Review, |
| etc,), clarification meetings) time and final Review time. |
|
|
| Contractors are responsible for Code Reviews, corrections, management, performance and |
| schedule ofthe entire Review and permit approval process for all medium to large/complex |
| projects assigned to them. ‘The Contractors are required to perform the services for each |
| ‘Task Order within the time fame specified by the Customer and agreed upon by the |
| Contractor. |
|
|
| ‘Contractor and its Subcontractors must perfor a conflict of interest review of each Project |
| assigned to Contractor and must disciose to the City any past or current business |
| relationships with any individual or entity having an interest in the Project hat isthe subject |
| ‘of a Task Order. Contractor andor its Subcontractors are not permitted to perform any |
| tervices forthe City on applications or other documents submited othe City by any of |
| Contractor's Subcontractor's: (i) past clients, if the services relate to a Project which |
| Contractor and/or its Subcontractor developed, caused to be developed or for which it began |
| to develop designs, plans, documens, cost proposals or other work on behalf of apast cle |
| or (i present clients. If Contactor andor Subcontractor becomes aware ofa conic. |
|
|
| ‘ust immediately stp work onthe Task Order causing the conflict and notify the Ci |
|
|
| Contractors are responsible for the preparation and submission of all Project Task Orders and |
| schedules. Each Project must have a separate Task Order and schedule that has been |
| reviewed and approved by the Customer and City tobe valid. A Task Orders must prepared |
| by Contractor and submitted first to the Customer for approval and then tothe City within |
| 2 business days of the Project being assigned to Contractor. The specific time limits for |
| performance of services must be set forth in each Task Order, |
|
|
| ‘Contractor willbe required to conduct meetings with the Customer forthe purpose of Project |
|
|
| introduction and preliminary Review proro the submittal ofthe plans/documentsto the Cis |
| for complete Code Review. |
|
|
| UNTITLED-049 |
| c |
|
|
| Contractor will further conduct the complete Code Review and approval process upon |
| submission ofthe Project tothe City. ‘The actual Reviews are to be performed off site by |
| Contractor, and it will be the responsibility of Contractor to arrange for pickup and return of |
| all documents/plans from andto the City. Contractor willbe responsible forthe issuance of| |
| all wnitten plan correction identifying which items do not comply with the Code, nating |
| corresponding Code sections; conducting face-to-face and/or on-line clarification meetings |
| with the Customer, verifying all Project calculations; conducting corection resubmital |
| Reviews; performing final Review and certification approving all design/construction |
| documents, plansdrawings and recommending that the City issue a permit. |
| Contractor must document each phase ofthe entire Review proces up oand including inal |
| approval in both a hard copy and electronic file copy. Contractor must use a Web-based |
| project management system thatthe Cit is in the process of establishing. Once this system |
| is established by the ity, all writen communications between the City and the Contractor, |
| including all intermediate and final document ansmital, will be made va the City Project |
| Website |
|
|
| ‘Contractors are required to establish Internet connectivity to access the Cty Project Website |
|
|
| DETAILED SCOPE OF SERVICES |
|
|
| ‘Contractors must provide the following services on an as-needed basis: |
|
|
| 1. Provide the City with written certification (attached as Exhibit 7) that all Project |
| plans/documents are in compliance with the Code and recommend the issuance of |
| permit for the Project. |
|
|
| 2. Maintain Project Review information/status for Customers and/or City on City Project, |
| ‘Website and/or ther method as approved by DCAP. |
|
|
| 3. Implement quality assurance and quality control plan. |
| 4. Draft correspondence for City’s review and transmittal, |
| 5. Identify and notify DCAP of proposed modifications and/or problems inthe services. |
|
|
| 6. Prepare actual monthly costs for Reviews performed and percentage of the series |
| completed including, but not limited to, the following: |
|
|
| '& _Centification by Contractor thatthe services have been done by the Contractor |
| andlor Subcontractor. |
|
|
| UNTITLED-050 |
| a |
|
|
| ‘Spreadsheets showing percentage complete and dollar value foreach Task Order |
| forthe period and for cumulative to dat, including itemized modifications, if |
| any, and total Task Order amount |
|
|
| ‘MBE/WBE participation and utilization information. |
|
|
| “Maintenance of all supporting records required for Subcontractor invoices. |
|
|
| Provide recommendations regarding modifications. |
|
|
| 7. Prepare modifications to the Task Orders with the required supporting documentation. |
|
|
| a |
|
|
| Establish scope of services for all modifications and perform an independent |
| ‘estimate ofthe cost of the modifications and the impact on schedules. |
|
|
| Make appropriate recommendations to DCAP asto the value ofall modifications, |
| additive or deductive, and any impact on the schedule. |
|
|
| Negotiate all Task Order modifications with Customer for DCAP approval. |
| Process modifications for approval in accordance with established procedures. |
|
|
| Maintain a modification notice log for each Task Order that tracks the status of |
| all known or anticipated Task Order modification documentation. |
|
|
| 8, Progress Reports, Deliverables, Mectings and Conferences |
|
|
| Provide monthly progress reports by Task Order on activities completed, work: |
| in-progress and plans for succeeding month for each Task Order. Include cost |
| data, schedule status and other pertinent information, Also, include Contractor's |
| services, MBE/WBE compliance. |
|
|
| Progress Reports must include status of the Review schedules and the effect on |
| the Project schedule with curren progress of activities and forecasted completion |
| of the activities. Deviations from the approved Task Order (including those that |
| ‘may result inimpacting the Customer'scriical path and delaying the Project) and |
| problems and/or potential problem areas must be identified, and remediation or |
| ‘mitigation measures must be recommended. |
|
|
| ‘The Contractor must attend, chair or participate in any and all conferences |
| ‘meetings or other discussions with Customer in connection with the services or |
| incidental to the performance of the services, as required or directed by the |
| Executive Director of DCAP. The Contractor must prepare minutes of meetins |
|
|
| UNTITLED-051 |
| 10. |
|
|
| land distribute them. Such meetings must include but not be limited to the |
| following: |
|
|
| (1) Meet with appropriate DCAP staff and/or Customer to Review Code |
| corrections, Task Order status, validate cost, schedule and/or other required |
| action. |
|
|
| (2) Attend and/or conduct introduction, preliminary and/or Review meetings |
| ‘on and/or off site with the Customer or other interested government |
| agencies as may be required in connection with these services. |
|
|
| Contractor's Fummishing of Equipment |
| (1) Web-based Communications |
|
|
| All written communications between the City and Contractors, including |
| all intermediate and final document transmittal, must be made via the City |
| Project Website, once set up. |
|
|
| Contractor is required to establish Internet connectivity to access the City |
| Project Website. Contractor will be solely responsible for furnishing the |
| hhardware and software required to establish and maintain access to the |
| Project Website. Contractor also willbe solely responsible fr coordination |
| between the City Project Website and the Contractor's Subcontractors. |
|
|
| (2) Contractor is solely responsible at its own cost for providing all furniture, |
| computer hardware and/or software, office space, conference space, |
| telecommunications equipment, office equipment, tools, training and |
| ‘transportation for staff and/or plans and all materials as required to perform |
| the services under any term agreement resulting from this RFQ document. |
|
|
| Record Keeping |
|
|
| Maintain Task Order records, This includes, but is not limited to, |
| preparation and transmission of meeting agendas, meeting minutes |
| (internaVextemal) and maintarning and updating DCAP management |
| reports and the preparation of monthly/quartely executive summaries, |
|
|
| b. Develop and maintain Project costs and schedule control system foreach |
| ‘Task Onder. |
|
|
| Document each phase of the entie Review process up to and including |
| final approval in both hard copy and electronic file copy. |
|
|
| UNTITLED-052 |
| 1, Miscellaneous |
| Any other Review and/or related services as directed by the Executive Director |
| ‘of CAP. |
|
|
| [End of Scope of Services} |
|
|
| UNTITLED-053, |
| Schedule of Performance |
|
|
| ‘This Agreement takes effect as ofits execution by the City (“Effective Date”), and will continue for |
| 36 months, or until the agreement is terminated in accordance with its terms, whichever occurs fist. |
|
|
| ‘Task Orders |
|
|
| “Task Order form is attached as Exhibit 6. All services must be authorized by a writen Task |
| (Order. Contractors are responsible forthe preparation and submission of al Project Task Orders |
| and schedules. Each Project must have a separate Task Order and schedule that has been |
| reviewed and approved by the Customer and City tobe valid. A Task Orders must prepared by |
| Contractor and submitted fist to the Customer for approval and then tothe City within 2 |
| ‘business days of the Project being assigned to Contractor. The specific time limits for |
| performance of services must be set fort in each Task Onder. |
|
|
| UNTITLED-054 |
| ‘Request for Qualifications for |
| “Municipal Code Compliance Review Services for |
| ‘Medium to Large/Complex Project Cirywide |
|
|
| ‘Consultant mast provide and maintain at Consultan’s ownexpense durngthe term ofthe Agreement and |
| ‘ume period following expiration if Consultant i required to return and perform any of the Services or |
| ‘Additional Services under this Agreement, the insurance coverage and requirements specified below, |
| insunng all operations related tothe Agreement. |
|
|
| » |
|
|
| Ba) |
|
|
| » |
|
|
| 4 |
|
|
| INSURANCE TO BE PROVIDED |
| ‘Workers Compensation and Emalovers Liability |
|
|
| ‘Workers Compensation Insurance, asprescnbedby applicable law, coveringall employees who |
| are to provides service under this Agreement and Employers Liability coverage with limits of |
| not les than $ $00,000 each accident or ilness |
|
|
| ‘Commersial General Liability (Primary and Umbrella |
|
|
| ‘Commercial General Liability Insurance or equivalent wth mits of not less than $2,000,000 |
| peroccurence for bodily injury, personal nur and property damage ability. Coverages mast |
| include the following: All premises and operations, products/completed operations, separation |
| of insureds, defense and contractual labity (sith ng limtation endorsement). The Ciy of |
| (Chicago is to be named as an additional sured on a pmary, non-contributory basis for any |
| liabilty arising directly or indirectly from the Services |
|
|
| ‘Subcontractors performing Services for Consultant must maintam limits of not less than |
| $1,000,000 with the same terms n ths subsection. |
|
|
| ‘Automobile Liability (Primary and Umbrella) |
|
|
| ‘When any motor vehicles (owned, non-owned and hired) are used in connection with Services |
| tobe performed, Consultant must provide Automobile Liability Insurance wath limits of not ess |
| ‘than $2,000,009 per occurrence for bodily injury and property damage. The City of Chicago |
| 1s to be named as an additional inured on a prmary, non-contributory basis, |
|
|
| Subcontractors performing Services for Consultant must mauntain limits of not less than |
| $1,000,000 with the same terms inthis subsection |
|
|
| Professional Liability |
|
|
| When any professional consultants perform Services in connection with this Agreement |
| Professional Liability Insurance covering act, errors or omussions must be maintained wih |
| lumuts of not less than $2,000,000. Coverage must include contractual ability. When policies |
| are renewed or replaced, the policy retroactive date must coincide with, or precede, sar of |
| Servceson the Agreement. A claums-made policy which isnot renewed or replaced must have |
| an extended reporting penod of 2 years |
|
|
| UNTITLED-055, |
| Subcontractors performing Services for Consultant must maintain limts of not less than |
| $1,000,000. with the same terms inthis subsecton, |
|
|
| 5) Valuable Papers |
|
|
| ‘When any plans, designs, drawmngs, media data, records and other documents are produced or |
| used under this Agreement, Valuable Papers Insurance must be mamtained in an amount 0 |
| sngure aguinst any Toss whatsoever, nd must have limits sufficient to pay forthe re-creation and |
| reconstruction of such records. |
|
|
| ©) Property |
| ‘Consultant is responsible fr all loss or damage to City property a fll replacement cost. |
|
|
| Consultant is responsible forall loss or damage to personal property (mcluding materals, |
| ‘equipment, tls and supplies) owned, rented or used by Consultant. |
|
|
| b, ADDITIONAL REQUIREMENTS: |
|
|
| ‘Consultant must furnish the City of Chicago, Department of Procurement Services, City Hall, Room 403, |
| 121 North LaSalle Street 60602, original Cernficates of Insurance or such simular evidence, tobe in force |
| on the date of this Agreement, and Renewal Ceruificates of Insurance, or such simular evidence, ifthe |
| ‘coverages have an expiration or renewal date occuring during the term of this Agreement. Consultant |
|
|
| ‘ust submit evidence of insurance on th Cup of Chicago Instance Cericais Fama (copy stashed ss |
| Exhibit) or equivalent prior to Agreement receipt of any cet not constrate |
|
|
| agreement by the City thatthe insurance requirements in the Agreement have been flly met or thatthe |
| insurance policies indicated on the certificate are in compliance with ll Agreement requrements. The |
| failure of the City to obtain certificates or other insurance evidence from Consultant is nota waiver by |
| the City of any requirements forthe Consultan obtain nd maintain the specified coverages. Consultant |
| must advse all insurers of the Agreement provisions regarding insurance, Non-conformng surance |
| does not relieve Consultant of the obligation to provide insurance as specified in this Agreement |
| "Nonfulfilment of the insurance conditions may constitute a violation ofthe Agreement, and the City |
| retains the right to suspend this Agreement until proper evdence of insurance is provided, or the |
| ‘Agreement may be terminated. |
|
|
| ‘The insurance must provide for 60 days prior wnitten notice tobe given tothe ity inthe event coverage |
| Is substantially changed, canceled or non-renewed. |
|
|
| ‘Any deductibles or selfinsured retentions on referenced insurance coverages must be bome by |
| Consultant. |
|
|
| Consultant agrees that insurers waive thesr nghts of subrogation agamnst the City of Chicago. ss |
| employees, elected officials, agents or representatives. |
|
|
| The coverages and limits fumished by Consultant in no way limit the Consultant's liabilities and |
| responsibilities specified within the Agreement or by law. |
|
|
| ‘Any insurance or self-insurance programs maintained by the City of Chicago do not contnbute 7h |
| insurance pronded by Consultant under this Agreement |
|
|
| UNTITLED-056 |
| ‘The required insurance to be cared isnot limted by any limtatons expressed in the indermificaton |
| language mn this Agreement or any limitation placed on the indemnity m this Agreement given asa mater |
| of aw. |
|
|
| Consultant must requite all Subcontractors to prowide the msurance required in this Agreement, of |
| Consultant may provide the coverages for Subcontractors. All Subcontractors are subject to the same |
| ‘ngurance requirements of Consultant unless otherwise specified inthis Agreement. |
|
|
| Consultant or Subcontractor desire additional coverages, the party desiring the additional coverages |
| 1s responsible forthe acquisition and cost. |
|
|
| ‘The Cty of Chicago Risk Managerent Department maintains the nght to modify delete alter or change |
| these requirements. |
|
|
| sept at Compact |
|
|
| UNTITLED-057 |
| AcorD. CERTIFICATE OF LIABILITY INSURANCE 233, | “S7s273, |
| ser TRS CERTIIGATE is SSUED AR A WATER |
|
|
| ca7os Je) |
| i |
| Brera cours somone now ne conTpoe |
| ava zeaurance Agesey, 116 SOuser ne denen boas re) mae" on |
| 5S Hotere ipgede sa, #sao0 [ther Te eevense vanbeney ee PoOeS oa Oe |
| schatawues tt cote |
| Phone: 847-517-! 300 Fax:847-517-3033 CREEL STORIED COVENAEE |
| a Sao Tage © Gaaraney CS |
| strantricture Services, aso vesacuriey Inn G2. of artfocd |
| Boise, siete vat Pasi Neeley faa, Company |
| sgh aa _ |
|
|
| COERAGES |
|
|
| ISE)—rreorommncr | —_rosernomen | ESSERE re |
| al Core a OFT |
| 1 [x]eomercn srnemry | 802322748 01/02/03 | 01/01/06 [rt onmatonyonts [4,080,080 |
| Jovaawe [z) ocan sae on eser [10,008 |
| Bda'i toeured | cu/ar 2245 0599 oxyexyea| 03/01/04 [rewosu woveuar [83,600,990 |
| a nan ssowane [62 °600-080 |
| cmammraar are oxo [43,680,090 |
| I roase Le [luce |
| —— tan |e |
| ear a |
| Sa | coma —_ |
| | cee SST |
| . 1 [eoroxwnmet — [45,000,005 |
| a [Joon [LJoumamce | sxors32746 | 01/01/03 | 01/03/04 [saoneoare Tes, 000,000 |
| —_ | —- |
| ssrorot + i = |
| oor z |
| e irene wvA2622179 02/02/03} 02/02/04 [ec eoraccom [$2,000,000 |
| sctsoae-vsmnoveds 1,090,009 |
| [ex psust-roucruwr| 1,000.00 |
| 2 | professional mnov02028 ex/or/es| 01/01/04] er ciata $2,000,000 |
| Liability i Aggregate $4,000,000 |
|
|
| “axcept 20 days for non-payment. **Except 20 days for non-paynent. |
| RE: V2 Project #602059 |
|
|
| Additional Insured - General Liability (primary/non-contributory) city of |
| Chicago. A Waiver of Subrogation 4s included on the General Liability, |
| Workers’ Compe! _ |
|
|
| CERTRGATE OLDER |
|
|
| city of cateago |
| Sept. oe brocsrenent |
| Clty mal’ Room 403, |
| Sai’ tasaiie street |
| Ghteago te sao |
|
|
| Bo ZivleO— |
|
|
| TOTES TAT CREORS CORPORATION TH |
|
|
| UNTITLED-058 |
| ACORD, CERTIFICATE OF LIABILITY INSURANCE |
|
|
| 02/05/2003, |
|
|
| FSG C6TOYSTE-1550 FAK CGSOVSTE“SETS |
|
|
| (ak Brook, TL 60523-1852 |
| Karen Ryan |
|
|
| GNEYAND CouPERS No Rlgwig UPON THE CERTIFCATE ON |
| ROUbeR thas CERTircATe DOES NOT AMEND, EXTEND Of |
| eS BELOW, |
|
|
| INSURERS AFFORDING COVERAGE |
|
|
| [asta V3 Infrastracture |
| 7225 Janes Avenue |
| Suite 100 |
| Woodridge, TL 60517 |
| FAX: 630-726-9111 |
|
|
| ssoans Cincinnati Tasurance Co |
|
|
| (SOWERAGES |
| Si POUcES OF NERUNCE USTED BELO LAE BEER SEUED TO TE DE |
| seus roast on nen Gacnann win aearect fone Tas Comrie be mao |
|
|
| TAGS ASOIE FOR THE POUT RCO ROCATED NOTITIETRIONS |
|
|
| ‘Sabhrons oe Sus |
|
|
| sence (yocon |
|
|
| | roucef ae []ece |
|
|
| j |
| i |
|
|
| HX] awvnro |
|
|
| $100 Ded |
| 1 S500 bed Colt —— |
|
|
| CASTES |
|
|
| TH7TO7E0GE | T37i07R005 |
|
|
| 1,000,00 |
|
|
| [Jocom TJemauoe |
|
|
| Sosemererseyeoee |
|
|
| aca |
|
|
| Ke |
|
|
| fe"pol ey tncVudest |
|
|
| "City oF Chicago as an additional Insured on a primary, |
|
|
| pon-contributory basis as respects work done for thes by V3 Infrastructure during the policy period. |
|
|
| /SERTFIGATE HOLDER |
|
|
| City of chicago. |
|
|
| Department of Procurement Services |
| City Hat oom 403, |
|
|
| TRY’ orth Lasatie Street |
|
|
| Chicago, TL 60602 |
|
|
| "60" exe werreonee oe cenTvenTenccoennant7 6. |
|
|
| pms ne a - |
|
|
| ‘ACORD 25 R00) |
|
|
| John Adams /cAR |
| “EACORD CORPORATION # |
|
|
| UNTITLED-059 |
| 2/05/2003 13:45 FA 6475178099 AELINE agexey |
|
|
| ""acaab: CERTIFICATE OF LIABILITY INSURANCE tis, [irr |
| = TC RTRREATE ISSUED AS A MATTER <rION |
|
|
| utara |
| bas |
|
|
| yggintrastracture services, |
|
|
| ESP ihe, i |
|
|
| eee |
|
|
| 1 [Ffczanoceoma mir | nonanans |
|
|
| Semen tian | |
|
|
| SIRT taeeseh|envae anes ovls | axsexen |
|
|
| imei Dis. |
|
|
| — | ies |
| aes i | ! ene s |
| | eae |
|
|
| aaa [ T onan |
|
|
| Sear 7 t ae |
|
|
| A ee BD ae |
| ==. | | |
|
|
| «Ree Lepore vasenron] oavsaron |
|
|
| ameoro2028 | | 01/02/03 | 01/01/08] par ctein |
| een |
|
|
| Ty [orem memati |
|
|
| gasy 02 catcnge |
|
|
| RECS TET |
|
|
| UNTITLED-060 |
| wana |
|
|
| Aeplacamant Cost |
|
|
| 33/83703 |
|
|
| a |
|
|
| BE: V3 Progece #002059 |
|
|
| tases |
| SBletge Be ee003 |
|
|
| ie Sezeot, |
|
|
| UNTITLED-061 |
| EXHIBIT 2 |
|
|
| ‘Compensation and Method of Payment |
|
|
| UNTITLED-062 |
| arnt Sen Apel aCe Sees |
|
|
| COMPENSATION AND METHOD OF PAYMENT |
| (COSTS PLUS FIXED FEE |
| ‘A. Compensation Component |
|
|
| Contractor wil be compensated for its Services based on actual costs plus fixed fee. Allowability |
| and allocability of costs will be determined in accordance with the terms and conditions of this |
| ‘Agreement. Compensation will consist of: 1] the cost of labor; 2] the overhead and burden, |
| ‘including but not limited to payroll related taxes, insurance and fringe benefits; 3} certain direct costs; |
| 4] Subcontractors; and 5} fixed fee, as deseribed below: |
|
|
| 1. Labor Costs: Labor costs will consist of the actual costs of all allowable and allocable slares |
| and wages (exclusive of overtime premiums and payroll related taxes, insurance and fhinge |
| ‘benefits) paid toContractor'sand Subcontractors’ employees forthe time spent inthe performance |
| ‘of Services under this Agreement (collectively, "Labor Coss"). Labor Coss for Contractor and |
| ‘Subcontractors by postion classificaton are set forth in Attachment A to this Exhibit. Labor |
| Costs associated with Contractor and Subcontractor principals for admnisvative tasks ae not |
| reimbursable, Principals may bil for Labor Cost for non-admanisrative tasks directly applicable |
| to the Services only by request and prior approval ofthe City. |
|
|
| 2. Overhead and Burdea: Overhead and burden will consist of actual indirect costs of the home |
| and branch offices of Contractor and Subcontractors which are allowable and allocable to the |
| ‘Sermces (collectively, Overhead”). The Overhead rats set forth in subsection (b) below willbe |
| applied to Labor Costs for purposes of invoteing |
| a Audits |
|
|
| ‘The City reserves the right to audit Contractor's and/or Subcontractors’ Overhead rates) |
| andior any ofthe components of the compensation. |
|
|
| 1b. Overhead rates |
|
|
| ‘Subject tothe limitation set forth n 2¢) below, the Overhead rate applicable to Contractor |
| ‘employees who perform Services relation to this Agreements % |
| ‘Overhead rates applicable to Subcontractors’ employees are sted in Attachment Band are |
|
|
| not permitted to exceed the Contractor's. Contractor must grant the City Overhead rates, |
| ‘generally offered to Contractor's preferred clients subect to limitations desenbed here |
|
|
| Revised [030703] |
|
|
| UNTITLED-063 |
| ‘& Limtation on Overhead |
|
|
| ‘The compensation due to Contractor and Subcontractors will not exceed 150% of Labor Costs. |
| IFIDOT has determined acurentrate,or an audit acceptable by the City has been determined, |
| the Contractor's and Subcontractors’ overhead rate wall not exceed the lessor ofthe rates |
| specified |
|
|
| Contractor's and Subcontractors’ Oveead rate may not exceed the lowest of (the at |
| Specified above; (6) the ate determined later date by DOT; or (the rate deterned a |
| 1a later date by an audit acceptable to the City. The City has the right to recapture the |
| Gifeence between te amount thas acualy aidto Contractor andthe amount shuld ave |
| ‘psi under the preceding sentence. |
|
|
| 3. Direct Costs: Direct cost wil consist of those costs described below which: |
|
|
| 4] are incurred in the performance of Services under this Agreement, |
|
|
| ‘i}are allowable and allocable to the Project; |
|
|
| sil) are not included in Overhead and |
|
|
| 1] are routinely and uniformly charged to specific Projects under Contractor's accountng system |
| (collectively, "Direct Coss). |
|
|
| Any expenditure in excess of $5,000 which qualifies as a Direct Cost wll require pror approval |
| ofthe Executive Director. Contractor may not break down an expenditure which would otherwise |
| be greater than $5,000 in order to avoxd this approval requirement. Direct Costs will mclude the |
| following: |
|
|
| ‘2. Drawings, Printing and Reproduction Costs. The costs of all printing, binding and |
| reproduction related only tothe production ofthe milestone submittals to the Cty. |
|
|
| Long Distance Telephone Telegr |
| . postage, messenger and overnight |
|
|
| Shipping Costs. Long distance telephone cals, |
| very casts. |
|
|
| Travel and Related Expenses. Out of town travels not antirpated under this Agreement |
| However, should out of town travel become necessary inthe performance of the Services, |
| (Contractor must obtain prior wnitten approval from the City for expenses related totavel nto |
| ‘or out of the City. All such expenses must conform with the City's travel reimbursement |
| ‘guidelines, copy of which is anached here as Attachment C. Expenses ineured for ravel |
| ‘im Chicago willbe subject to Group I Limutations asset forth inthe Cxy’s guidelines. |
|
|
| In accordance with Attachment C, the City wil pay 31.5 cents per mile to Contractor and/or |
| Subcontractors for travel associated with Project site visits as required by the Executive |
| Directo. |
|
|
| 4 Equipment, Tools and Vehicles. Cost of any equipment, tools, furniture, computer |
| ‘equipment or vehicles hied/eased or purchased fr Contractor's performance of the Sences. |
| provided that any such stem purchased will become the property of the City and further |
|
|
| Revised (0307037 |
|
|
| UNTITLED-064 |
| provided that Contractor must obtain prior wntten approval ofthe City forthe purchase, hire |
| orlease of such equipment, tols, fumiture, computer equipment or vehicles tothe extent any |
| ‘one such item will cost in excess of $500. |
|
|
| ‘€ Premium on overtime. To the extent that Contractor pays its employees premium in excess |
| ‘ofits hourly rates for overtime spent on the Projet, the cost of the premium willbe treated |
| a5 2 Direct Cost wich will ot be included m Labor Cost and which will not be subject to |
| application ofany Overheadrate. Any such overtime must be in accordance with Contractors |
| policies which are subject to prior approval bythe City |
|
|
| { Miscellaneous. Any other costs or expenses incurred by Contactor as reasonable and |
| necessary forthe proper performance ofthe Services and allowable and directly allocable to |
| the Project. Any expenditure in excess of $1,000 will require prior approval of the Executive |
| Dueetor. |
|
|
| 4. Subcontractors. The City will reumburse Contractor for the costs of Subcontractors as those |
| ‘cost are incurred under o in connection with Subcontracts awarded by Contactor in accordance |
| ‘th the terms and conditions ofthis Agreement, subject to the City’s prior written approval, |
|
|
| ‘The costs of Subcontractors which are reimbursable to Contractor will mlude the Subcontractors! |
| Labor Costs, Overhead, fixed fee and Direct Costs and, except as otherwise provided in |
| Attachment B to this Exhibt, are subject fo those terms and Iimtations established for Labor |
| Costs, Overhead and Direct Costs mths Exhubst 2A. In no event is Contractor entitled to any |
| markup of Subcontractor cost. |
|
|
| ‘5. Fixed Fee. The City wil pay Contractor a fixed fee ("Fixed Fee") amount as an allowance for |
| profttobe eared in the performance of Services under this Agreement by Contractor. Contactor |
| ‘may receive progress payments on Fixed Fee only in such amount proportionate to the Services |
| satisfactonly performed as of the date of the mvoice. However, Contractor wall not be entitled t0 |
| ‘receive a portion ofthe Fixed Fee which exceeds the percent of progress achieved by Contractor |
| asof the date of the invoice i relanon tothe Services. In any event, progress payments on Fixed |
| Fee will not exceed the amount set forth above mn the aggregate. For purposes of payment ofthis |
| Fixed Fee satisfactory competion ofthe Services means the provision by Contractor of acceptable |
| Deliverables and the timely achievement of milestones, and will not be construed solely sn terms |
| of expenditure of Contractor's ume. |
|
|
| For purposes of determining the fixed fee foreach task order, the City |
| wall negotiate the Contractor's profit ata fixed fee dollar amount. The maximum fixed fee |
| applicable to each task order will not exceed 10% of an amount equal to the sum of labor cots |
|
|
| plus overhead and burden. |
|
|
| ‘6 Maximum Compensation. The maximum compensation under this Agreement may not exce6 |
| ‘$1,000,000 00 . |
| Fund Number Dug o 220147 |
|
|
| Revised [020703] |
|
|
| UNTITLED-065, |
| el Set en a ot Cn Sra |
|
|
| Method of Payment |
|
|
| Invoices. Once each month, Contractor must submit the City an invoice for Services performed |
| during the preceding month. Contractor mast support each invoice with reasonable deta |
| including Subcontractor costs. In accordance with the terms of the Agreement, Contactor must |
| ‘maintain complete documentation ofall costs incurred for review and audit by the City of 1s |
| <esignated audit representative(s). Contractor must also include in its invoice a portion ofthe |
| Fixed Fee as stipulated above. Contractor must submit each invoice in the format directed bythe |
| City and provide with it a progress report in a format acceptable to the City. The progress report |
| ‘must dentfy any variances ffom budget or schedule and explain the reasons forthe variances. |
|
|
| ‘Payment. Payment will be processed within 60 day after the City’s approval of an acceptable |
|
|
| Invoice Disputes. [fcertain items contained in Contractors invoices are disputed by the City, the |
| amount not mn question must be paid in full. The amount in question must be resolved in |
| accordance with the Disputes provision of this Agreement. |
|
|
| Revised [0207031 |
|
|
| UNTITLED-066 |
| ATTACHMENT A. |
|
|
| MAXIMUM HOURLY LABOR RATES |
|
|
| Reviged (0907001 |
|
|
| UNTITLED-067 |
| ATTACHMENT 1-4. |
|
|
| KEY PERSONNEL |
|
|
| Key Personnel for this contract shall be: |
|
|
| Name ‘Company |
|
|
| Jeffery T. Kline, PE. V3 Infrastructure Services, Ltd. |
| Phillip Maloney, P.E.,S.E. V3 Infrastructure Services, Ltd |
| Michael Spolar, PE. V3 Infrastructure Services, Ltd. |
| Keith Oswald, PE. V3 Infrastructure Services, Ltd. |
| Dale Carter V3 Infrastructure Services, Ltd. |
| Victoria Sykes V3 Infrastructure Services, Ltd |
| Jennifer Leden V3 Infrastructure Services, Ltd. |
|
|
| Title |
|
|
| Division Director |
|
|
| Senior Structural Project Manager |
| Project Manager |
|
|
| Senior Environmental Project Manager |
| ‘Senior Project Manager |
|
|
| Project Engineer |
|
|
| Project Engineer |
|
|
| UNTITLED-068 |
| tm es Apne Ming Cotman Re en |
|
|
| ATTACHMENT L-A |
|
|
| KEY PERSONNEL |
| Key Personnel for this contract shall be: |
| Name Company Title |
| Jeffery T. Kline, PE. V3 Infrastructure Services, id. Division Director |
| Philip Maloney, PE, S.E, V3 Infastracture Services. Ltd. Senior Structural Project Manager |
| Michael Spolas, PE, V3 Infrastructure Services. Ltd. Project Manager |
| Keith Oswald, PE. €3, Ltd. Senior Environmental Project Manager |
| Dale Carter V3 Infrastructure Services, Lid. Senior Project Manager |
| Victoria Sykes V3 Infrastructure Services. Ltd. Project Engineer |
| Jennifer Leden ‘V3 Infrastructure Services, Ltd, Project Engineer |
|
|
| UNTITLED-069 |
| Pn Seve Aarne Man Cab Cin |
|
|
| ATTACHMENT 2-A. |
|
|
| MAXIMUM RATES. |
|
|
| Labor Classification ‘Maximum Hourly Rate |
| Pancipal $60.00 |
| Division Director 54.00 |
| Senior Structural Project Manager 54.00 |
| ‘Senior Environmental Project Manager 50.00 |
| ‘Senior Project Manager 50.00 |
| Project Manager 45.00 |
| ‘Senior Structural Engineer 40.00 |
| Senior Engineer 42.00 |
| Senior Technician 35.00 |
| Project Engineer 35.00 |
| ‘Senior Scientist 30.00 |
| Engineer it 3300 |
| Engineer tit 3000 |
| Technician it 28.00 |
| Scientist 25.00 |
| Technician It 25.00 |
| ‘Administrative it 23.00 |
|
|
| UNTITLED-070 |
| wPR.1712993 25428 |
|
|
| tame Rem Cte Cogn eee ns |
|
|
| ATTACHMENT 2-4. |
|
|
| MAXIMUM RATES |
|
|
| Labor Classification ‘Maximum Hourly Rate |
| Principal $60.00 |
| Division Director 54.00 |
| ‘Senior Structural Project Manager $4.00 |
| ‘Senior Environmental Project Manager 50.00 |
| ‘Senioe Project Manager 50.00 |
| Project Manager 45.00 |
| ‘Senior Structural Engineer 40.00 |
| Senior Engineer 4200 |
| ‘Senior Technician 35.00 |
| Project Engineer 35.00 |
| ‘Senior Scientist 30.00 |
| Engineer i! 33.09 |
| Engineer Vit 30.00 |
| Technician i! 28.00 |
| Scientist 25.00 |
| Technician i 25.00 |
| Adeinistratve Ut 23.00 |
|
|
| UNTITLED-071 |
| ATTACHMENT A (continued) |
| SUBCONTRACTORS |
|
|
| Position Classification == Maximum Hourly Rate |
|
|
| Revised (0307031 |
|
|
| UNTITLED-072 |
| ake Seve Arne Man opin re em |
|
|
| ATTACHMENT B |
|
|
| SUBCONTRACTOR |
| OVERHEAD AND BURDEN RATES |
| AND ESTABLISHED FIXED FEES |
| IDOT AUDITED OVERHEAD RATE |
| CONSULTANT (MAX. 150.0%) |
| V3 Infrastructure Services, Ltd 150.0% |
| IDOT AUDITED OVERHEAD RATE |
| ‘SUBCONSULTANT (MAX. 150.0%) |
| Guajardo Associates LLC *150.0% |
| Shah Engineering, Ine 150.0% |
| Environmental Design Intemational, Inc. 146.1 % |
| Jacobs/Ryan Associates 150.0% |
| Schirmer Engineering Corporation #7150.0% |
|
|
| Hitchcock Design Group |
| Robinson Engineering, Ltd. |
|
|
| supporting documents. |
|
|
| IDOT Audited Overhead Rate not available. Overhead rate based on attached |
|
|
| IDOT Audited Overhead Rate not available, Overhead rate per US. Defense |
|
|
| Department Contract Audit Agency (supporting documents attached). |
|
|
| ‘s** IDOT Audited Overhead Rate not available. Overhead rate based on [DOT |
| approved Metra contract ~ 4400 Form for Technical Services (copy attached). |
|
|
| ravaged (020702) |
|
|
| UNTITLED-073 |
| v20-031LILNN |
|
|
| a Tiere eae] |
| af es) |
| i |
| xt pesndo Sunn pew Sua Sea] |
| Pi Te nwo per gaayeg wae |
| z ream Sion sets ae |
| cacy poe nceyi a poasiers ou soa nate |
| 3 pet - |
| ode “tenrenyindat enssts forpopoe sey |
| R rE |
| ee o iy weneiig ui] |
| 4 og 2 ‘vee Supeyd pod weponpeldeay |
| * 5 [ seHates puv selva | jai3es PUB [vous |p Zopunore aviio| |
| % 1 | HGS Eevumng ats surimobos saceisias Ueneoeps pee |
|
|
| Py Iauyehosn Bustouser oars yee nfeesreo wapersieiU ey |
| ae) Sinema raw Uap Hoe |
| ota arse gas AEM Tapes Sep |
| x 8 ssonsnsuj oansnehy dtucog dione vortioney mann |
| En reat cepa nea |
| Tosivanisoneet ae |
| La wa |
|
|
| wetog szeirpat pe prowaang 1 |
|
|
| Bd |
|
|
| OTT SALVID0Ssv omrvrvaAD |
|
|
| 4:2 Payrotitiorden and Feings Coss |
|
|
| ie vencervornacer |
| yk iy «| efobeerrreraraste |
|
|
| feieilienanaGeteinneas ka : |
| Steve Uneenplayment compensation Te . |
| Fcdetal Unemployment Conpesiaties T é |
| Workriest Cunpessaron Tastraece Pea) |
|
|
| paid Holidays, Veeation, Sick Lewes rs |
| i Te |
| 2 |
|
|
| "FOTALPAYROME BURDEN A PRINGECORTS. |
|
|
| “y & Suiamary Overhead & Burden Raw |
|
|
| Overbeid end tairerrcox abe |
| plus Pjae Batten Fringe Cos +s |
| Total Overhiad a Burden Rate 2 zs u |
|
|
| ‘Estimated Profit |
|
|
| ‘Baplalk how she fer war commpavet |
|
|
| agenesis |
|
|
| UNTITLED-075, |
| Illinois Department of Transportation |
| 2300 Sou Dizon Parkway Spring, lols / 62764 |
| RECEIVED |
|
|
| May 23, 2002 MAY 2 8 2002 |
|
|
| Subject: PRELIMINARY ENGINEERING ow |
| Consultant Unit cme me, |
| Prequalification Fle |
|
|
| Mr. Manu Shab |
|
|
| Shah Engineering, nc. |
|
|
| ‘One Ibm Plaza |
|
|
| ‘Suite 3200 |
|
|
| Chicago, Il 60614 |
|
|
| Dear Mr. Shah: |
| We have completed our review ofthe corporate and financial information portion |
| ‘of your "Statement of Experience and Financial Condition” (SEFC) which you |
| ‘submitted for the fiscal year ending December 31, 2001. Based on your reported |
| lois staff, your firm's annual Ilinois transportation fee is $3,800,000. |
|
|
| ‘Your firm's payroll burden and fringe expense rate and general and administrative |
|
|
| ‘expense rate totaling 155% are approved on a provisional basis and will be used |
| {in evaluating your Statement(s) of Interest in our selection process, The actual |
|
|
| rate used in agreement negotiations will be determined by our Bureau of |
| ‘Accounting and Audiing ina pre-award auc |
|
|
| ‘Your firm is required to report to this office any additions of deletions of your |
| licensed professional staff or any other key personnel that would affect your fm's |
| ‘Prequalification in a particular category. This report must be submited within 15 |
| Calendar days of the change. |
|
|
| Your fr is prequalified until December 31, 2002. You willbe given an addtional |
| ‘sb« months from this date to submit the enti "Statement of Experience and |
| Financial Condition” (SEFC) to remain prequalified. |
|
|
| Very truly yours, |
|
|
| Cnt Gi |
|
|
| Cheryl Cathey P.E. |
| Chief of Preliminary Engineering |
|
|
| UNTITLED-076 |
| Illinois Department of Transportation |
|
|
| 12300 South Diecsen Parkway ! Springfield, lincis / 62764 |
|
|
| uly 28, 2002 |
|
|
| ‘Subject: PRELIMINARY ENGINEERING |
| ‘Consultant Unit |
| Prequalification File |
|
|
| Ms. Deborah Sawyer |
| Enviconmental Design International |
| 200 S. Michigan Ave, |
|
|
| ‘Suite 700 |
|
|
| Chicago, IL 0604 |
|
|
| Dear Ms. Sawyer: |
| We have completed our review of your “Statement of Experience and Financial |
| Condition’ (SEFC) which you submitted forthe fiscal year ending December 31, |
| 2001. Based on your reported transportation related staff and experience, you |
| hhave been prequalified inthe transportation specialization categories indicated on |
| the attached summary. Based on your reported ilinis stat, your frm's annual |
| lincis transportation fee is $3,100,000. |
|
|
| ‘Your firm's payroll burden and fringe expense rate and general and administrative |
| ‘expense rate totaling 146.09% are approved on a provisional basis and wil be |
| used in evalusting your Statemrent(s) of interest in our selection process. The |
| ‘actual rate used in agreement negotiations will be determined by our Bureau of |
| ‘Accounting and Auditing in a pre-award aucit. |
|
|
| ‘Your frm is required to report to this office any additions or deletions of your |
| licensed professional staff or any other koy personnel that would affect your frm's |
| Drequaliication in a particular catagory. This report must be submitted within 15 |
| calendar days of the change. |
|
|
| ‘Your firm is prequalified until December 31, 2002. You wil be given an adcitonsl |
| ‘six months from this data to submit the Corporate and Financial Information |
| portion of the "Statoment of Experience and Financial Condition” (SEFC) to |
| remain prequalified. |
|
|
| Very truly yours, |
|
|
| Cha Gig |
|
|
| Chery! Cathey PE. |
| Chel of Praiminary Engineering |
|
|
| ce: D, G. Campbell- Attn: Wayne MeMilan |
| Design & Environment File |
| Unit Fle |
|
|
| UNTITLED-077 |
| Illinois Department of Transportation |
|
|
| 2300 South Dirksen Parkway / Springfield, tlincis (62764 |
|
|
| June 28, 2002 |
|
|
| Subject: PRELIMINARY ENGINEERING |
| ‘Consuitant Unit |
| Prequalfication File |
|
|
| Me. Tery W. Ryan |
| Jacobs/Ryan Associates |
| 41527 No, Sandburg Terrace |
| Chicago, I 60610 |
|
|
| Dear Mr. Ryan: |
|
|
| ‘We have completed our review of the corporate and financial information portion |
| cof your "Statement of Experience and Financial Condition” (SEFC) which you |
| submitted forthe fiscal year ending December 31, 2001. Your firm's total annual |
| ‘transportation fee capacity will be $700,000. |
|
|
| ‘Your firm's payroll burden and fringe expense rate and general and administrative |
| expense rate totaling 250.26% are approved on a provisional basis and will be |
| sed in evaluating your Staterent(s) of interes in our selection process. The |
| ‘actual rate used in agreement negotiations wil be determined by our Bureau of |
| ‘Accounting and Auditing in a pre-award audit. |
|
|
| ‘Your firm is required to report to this office any additions or deletions of your |
| licensed professional staff or any other key personnel that would affect your firm's |
| Drequelification in a particular category. This report must be submitted within 15 |
| Calendar days of the change. |
|
|
| Your fem is prequalified until December 31, 2002. You willbe given an additional |
|
|
| ‘sic months from this date to submit the entire “Statement of Experience and |
| Financial Condition” (SEFC) to remain prequalified. |
|
|
| Very truly yours, |
|
|
| On ing |
|
|
| Chery! Cathey PE. |
| Chief of Preiminary Engineering |
|
|
| UNTITLED-078 |
| eugugees, jogs, sizes va copauies |
| Bie) Big wes oonerene eer ze 2m Peed |
|
|
| DEFENSE CONTRACT AUDIT AGENCY |
| AUDIT REPORT NO. 3141-2001B17740008 |
|
|
| October 18, 2001, |
|
|
| PREPARED FOR: U. S. Department of Transporation |
| John A. Volpe Transporation Systems Center |
| ‘ATTN: Mr. Thomas A. Wilga, DTS-852 |
| 55 Broadway, Kendall Square |
| Cambridge, MA 02142-1093 |
|
|
| PREPARED BY: Chicago Branch Office |
| 635 Butertield Road, Sute 210 |
| Oakbrook Terrace, IL 60181-4041 |
| Telephost Ne. - (630) 268-8590 |
| FAXNe. (630) 268-8895 |
| Enmail Addrss _deaz-fto31¢1@deaamil |
|
|
| SUBJECT: [Report on Preaward Accounting System Survey |
|
|
| REFERENCES: PCO: Solicitation No, DTRSS7-01-R-20023 |
| Relevant Dates: See Page 4 |
| Chrea. No. 0017 |
|
|
| CONTRACTOR: Schirmer Engineering Corporation |
| 707 Lake Cook Read |
| Deerfield, 1. 60015 |
|
|
| REPORT RELEASE RESTRICTIONS: See Page 5 |
|
|
| CONTENTS: Subject of Audit |
| Scope of Audit |
| Resuns of Audit |
| Contractor Organization and Systems |
| ‘DCAA Personnel and Report Authorization |
| ‘Audit Report Distribution ané Restictions 3 |
| ‘Standard Form 1408 ATTACHMENT |
|
|
| FOR OFFICIAL USE ONLY |
|
|
| UNTITLED-079 |
| 03/31/2003 30:3 |
| ad |
|
|
| ay HIS vs comwanes , |
| 2 Fe sees eonesrie woman 0” |
|
|
| ‘Audit Report No. 3141-2001B 17760008 |
|
|
| SUBJECT OF AUDIT |
|
|
| ‘As requested by the U.S, Department of Transporation. Volpe National Teansporttion |
| ‘Systema Center on September 23, 2001, and in conjunction with our evaluation of Schirmer |
| Engineering Corporation's Cost Plus Fixed Fee ~ Completion Type, Cost Plus Fixed Fee ~ Tern |
| ‘Type and Fim Foxed Price Proposal, dated August 28 2001, reference Solicitation No, DTRSS7- |
| O1-R-20023. we ‘performed a pre-award accounting system survey ‘0 determine whether |
| Sebirmes Engineering Corporation's sccouaring system is adequate forthe accumulation of casts |
| ‘under prospective Government contacts. BY proposing to request payment under the sbows |
| referenced type of Government contrat, Schirmer Eoginerrng assets that it intemal conzols |
| ae adequate to provide reasonable assurance |
|
|
| applicable laws and regulations are complied with; |
| ‘the accounding system and cout data ae reliable; |
|
|
| Fisk of misallecations and mischarges is minimized: and |
|
|
| contact allocations and charges are consistent with involee procedures. |
|
|
| We have examined the Schirmer Engineering accounting system as of October 15, 2001 |
| tw assure that Schirmer Engineering's system of accounting controls is adequaze to provide costs |
| ‘that are reasonable, compliant with applicable lews, regulstions and subject to applicable |
| financial contol systens, and to evaluate Schirmer Engineering's compliance with the system's |
| intemal control requirement. |
|
|
| Schinner Engineetisg Corporation is responsible for establishing and maintaining an |
| ‘adequate accounting system. Our responsibility isto express an opinion on the adequacy of the |
| secounting system based on our examination, |
|
|
| ‘SCOPE OF AUDIT |
|
|
| We conducted our examination in accordance with generally accepted government |
| suiting standards. Those standards require that we obtain a sufficient understanding of incernal |
| controls to plan Sinancial audits and determine the narue, timing and extent of tests to be |
| performed. An examination of internal controls includes: |
|
|
| + identifying relevant system contro! objectives and associated control activities; |
|
|
| * obtaining an understanding of all applicable components of intemal control for the |
| identified control objectives and activities; |
|
|
| ‘= determining (fhe internal eonesla ace adequate and in operation; and. |
|
|
| ‘assessing control risk co use as a basis fer planning the nature, timing and extent of |
| substantive testing in other financial related audite |
|
|
| FOR OFFICIAL USE ONLY |
|
|
| UNTITLED-080 |
| 99/31/2009 20:92, 2AL1BE v3 coMPENTES pace 04 |
|
|
| 8 URMER ENGINEERING 067 272 2639 Bei? |
|
|
| ‘Audit Report No, 3161-2001817740008 |
|
|
| We evaluated the accounting system uting the applicable requirements contained in the: |
|
|
| ‘+ Federal Acquisition Regulations (FAR); and, |
| + Deparment of Transportation FAR Supplement |
|
|
| Our examination insluded evaluation of accounting system intemal control procedures |
| ‘ssociated with the following contro] objectives: |
|
|
| + direct and Indirect costs are appropriately idenified, secumlaed, and reported; |
|
|
| ‘+ unallowable costs are apptepriaely idensifed and segregated: |
|
|
| + indirect comm are allocated oquitably and consistently to contract and other cost |
| objectives; |
|
|
| +) thetimekeeping and labor distribution syrems are adequate; and, |
|
|
| + cost information used in billings is based on curent pasted accountng system data. |
|
|
| ‘Test procedures were applied from October &to October 15, 2001. |
|
|
| ‘We belive hat our examination provides «reasonable basa fo ou opinion |
|
|
| ‘Because of inherent limlatons in any internal contol, missaemens due t9 eror or |
| ‘ravd may ocear and not be detected. Also, projections of any evaluxon of the internal convsl |
| ver the accounting system fo fuze pexods are subject fo the ik tat the intemal cntel may |
|
|
| become inadequate becuse of changes in conditions, or thatthe degree of compliance wish the |
| policies or procedures may deteriorate. |
|
|
| RESULTS OF AUDIT |
|
|
| In our opinion, Schirmer Engineering Corporation's accounting system is considered |
| adequate for the accumulation of casts under prospective Government connacis. See the |
| "Amachmest for the Sundard Form 1408 - Presward Survey of Prospective Contactor |
| ‘Accounting Syste. |
|
|
| We examined only the accounting system. Accordingly, we express no opinion on |
| Schinmer Engineering Corporation’ systam of internal conto taken as 2 whole |
|
|
| Exit Conference: |
|
|
| ‘The results of our sudlt were dlsuased with Me. Crug Zalest, Chief Financial Officer at |
| Sehirmer Engineering Corportion on Oeteber 17, 2001. Mr. Zaleski concurred with the results |
| ofoursudie |
|
|
| FOR OFFICIAL USE ONLY |
|
|
| UNTITLED-081 |
| 03/24/2009 18:32 sizarsiges |
| we SEruveese eNuIMEERING |
|
|
| ‘Audit Report No. 3141-2001817740008 |
|
|
| v3 cowmanres |
| Pace es |
| 807 272 2853 lee |
|
|
| CONTRACTOR ORGANIZATION AND SYSTEMS |
| Organization: |
|
|
| Schimner Engineering Corporation was incorporated in the State of Delaware in June |
| 1966, Schirmer Engineering has two main business segments: the first segment inciudes the |
| design of fre protection systems including spcnkler and fire alarm ayaters, security sytem |
| exign and building code consultation; andthe second segment involves property casualty loss |
| control enginetring services for insurance carriers. brokers and clients directly. The rs |
| business segment, “angineering™, accouncs for approximately 70% of revenues. The second |
| business segment, “loss contol”, azcounts for 30% of revenues. Total revenues for |
| FYE December 31, 1999 and 2000 were $15.5 million and $20.1 million, respectively |
|
|
| ‘Accounting System: |
|
|
| Schirmer Engineering utilizes a software package called Advantage produced by |
| Deltearper & Scurman, According tothe contractor, Deltek's noftwate i used by 70% of he |
| 500 largest architectural end cogineeringfiras in the U.S. |
|
|
| ‘The software requires that every transaction be coded with a project mumbec. Direct and |
| Indirect labor costs are reflected in the general ledger and project cost repors, based on |
| employer's timecards, Employees input their time tough the Internat. Hours are multipled by |
| standard labor rates for biliable work and are couted 10 projects, and reflecad In direct labor |
| {eneral ledger account 602.00; white indirect labor is shown in agcount 102.00. The difference |
| between actual payroll expense paid and the sum ofthe 602.00 and 702.00 aceounts is reflected |
| tn the variance seeount 703.00. |
|
|
| Reimbursable expenses charged to jobs; including outsige consultant cons, rave, |
| reproduction, and other job related cons, are veuted as dirsct costs regardies of wheter he |
| lie actually pays the company for these expenses. Direc: expenses billed to clicns ere shown |
| inthe $00 series of accounts while direct expenses not billed to client ae ceflected inthe 600 |
| series, Overhead expenses are shown in the 700 series of general ledger accounts, Cost |
| considered unallowable per FAR PART 31 are excluded, |
|
|
| Direct and indirect costs are separately accounted for in both tho engineering segment and |
| he loss control segment of the business. Costs are alto separately accounted for atthe corporue |
| level. These expenses are then allocated to each business segment based om the ratio of exch |
| segment’ direct Ltbor dollar to total direct labor dollars, excluding any corporate direct labor |
| olla, An indirect rate is developed for each acemen using direct labor as» bat, |
|
|
| In our opinion, Schiemer Engineering Corporation's accounting system is considered |
| adequate for the accumutttion of costs under prospective Goverment contracis, See 4 |
| ‘Atvaetaent forthe SF 1408 - Survey of Prospective Contractor Accounting System |
|
|
| 3 |
| FOR OFFICIAL USE ONLY’ |
|
|
| € |
|
|
| UNTITLED-082 |
| 25/21/2003 Je:32 ai2a191986 v3 comes |
| (Bad Ba SSE GINEERING anes |
|
|
| ‘Audit Report No. 3141-2001B177¢0008 |
| DCAA PERSONNEL |
| Primary contacts regarding this examination: |
|
|
| Pamela M. Zelazo, Senior Auditor |
| William M. Glacken, Supervisory Auditor |
|
|
| (ter comets regarding this audit repo: |
|
|
| Pace 06 |
| 27 272 2539 Pei? |
|
|
| Telephone No. |
|
|
| (630) 268-4590x 317 |
| (630) 268-8590 X 303, |
|
|
| Harvey L, Smith, Branch Manager (630) 268-8590 |
| FAX No. |
| (Chicago Branch Office Cis |
| E-mail Address |
| “Cae hos Gece |
| ‘Genera infocmation on audit maccers is available at katplinww.deaa rail |
| RELEVANT DATES |
| Enmrance Conference October 04, 200 |
| Exit Conserence ‘Oetober 17,2001 |
| AUDIT REPORT AUTHORIZED BY: |
| Original signed by |
| William M. Giacken for |
| Harvey L. Smith |
| ‘Branch Manager |
| CAA Chicago Branch Office |
| FOR OFFICIAL USE ONLY |
| & |
|
|
| UNTITLED-083 |
| 05/72/2009 20:32, 312e151995 va comes 7 |
| See ea See ener PS acy mE? |
|
|
| ‘Audit Report No, 3141-200181 7740008 |
|
|
| AUDIT REPORT DISTRIBUTION AND RESTRICTIONS |
|
|
| ‘U.S. Department of Transportation ©” E-mail Address |
| Joba A. Volpe Transporation Systems Center |
| ATTN: Mr, Thomas A. Wilga, DTS-852 wilga@volpe.dot gov |
|
|
| 55 Broadway, Kendall Square |
| ‘Cambridge, MA 02142-1093 |
|
|
| ‘Schirmer Engineering Corporation (Thyough DOT) |
|
|
| RESTRICTIONS |
|
|
| 1 Information concained inthis aut report may be propeitary. It isnot pracical to identify |
| acing the conduct of the examination those elements of the data, which are proprietary |
| ‘Make proprietary determizatons in te event of an extemal request for access. Consider the |
| sestrictions of 18 U.S.C. 1905 before releasing this information tothe pubic. |
|
|
| 2 Under the provisions of Title 32, Code of Federal Regulations, Part 290.76), DCA will |
| refer any Freedom of Information Act request for audit reports received to the cognizant |
| conmacting agency for determination af to releasabilty and a direct response t the requestor. |
|
|
| 3, Do not use he information contained in tis audit repon for purposes oer than action oa the |
| subject ofthis examination without first discussing its applicability withthe auditor, |
|
|
| FOR OFFICIAL USE ONLY |
|
|
| UNTITLED-084 |
| Pace 08 |
|
|
| 09/24/2008_38:72... 22015 men ensirecnine’? APES gen are a9 plawiz |
| ‘Audit Repor No. 3141-2001817740008 |
| ATTACHMENT |
| Page | of2 |
| Pans - Fors |
| ry ened ‘9000-0011 |
| PREAWARD SURVEY OF PROSPECTWE CONTRACTOR |s4 |
|
|
| ‘ACCOUNTING SYSTEM |
| ikea panne vo er 5a Tao © iB Pee Ee aE TS REET |
|
|
| pe |
| ‘ncn ram, teavengeotig fa tet. eberng ont rareng ea rae, nd coring oe ees he |
| ‘Seton oleae people rewerang ine bréon everate o ary oar sane ie etecton |
|
|
| ‘agents fr eveng na bucen tw FAR Secunia (VRB. Ses of Fase Aettan nd Repay Poy, COX |
| iene Sc ik nw eer rape a eae Pure ese Prs SDS, Wasmnger D |
|
|
| Coe OFT aces poet eT — |
| SEAT [Siro ager (yy | emt |
| a ie St |
| “pay PES ae |
| BES" [ottapetny writ Ona a |
| Peart |
| recente nasa petro — rere |
|
|
| ‘ |
|
|
| FOR OFFICIAL USE ONLY |
|
|
| UNTITLED-085, |
| 980-03 LILNN |
|
|
| “ae |
|
|
| XINO 380 TVIDLEIO wos |
|
|
| es Uw ert YEO PR wore |
|
|
| Tyo raed |
| INDRDVLLY |
| so00PLL1@1002-19TE “oN Woden EPH |
|
|
| zie" cee 2u2 108 rrnverauiens ae, oy area |
| ea Be samnvanao En Seerernere " EessTedae/t2/e0 |
| v3 COMPANIES pace 18 |
| poten ear 272 2699 PiBi2 |
|
|
| MARKT INTHE APPROPRUTE COLLIN (gn ry haan SECTION} RAARATIVE) we | |
| 1. EXCEIT AS STATED IN BECTON 1 MARRATWVE. 4TH ACCOUNTING SYSTEM N ACCORD HTH |
| ‘GRMENLLY ACCEPTED ACCOUNTING PRNCIPLES APPLCABLE NTE CACRBUSTANCEST |
| {2 ACCOUNTING SYETEM PROVIDES FOR: |
| 2 Pron snr ec cous fom ect a, |
| dansenen an accom of rc ens emis. |
| ‘ge va evar nabs ty a socaten of hrc et Mamnadale oh st eben |
| ‘Reorant vate nt ceca |
| 1 Mamet of on degre ae con |
| ‘tr alg atm Pal dents eye aby tec fet ee eco. |
| {. aluer deinen gram tat Gaye ec went Wr De sop at nts. |
| ‘im stant mney) Soumina of carts arpa # at mug oe aspen of |
| te gorenean canta d wa wih 1 et be re |
| Fan Corel Cat Panipat tn Press oe cnr pro, |
| 1 larinton cut year tts do wis Tach ue Me waa ga |
|
|
| x |
|
|
| OX 20K OOK |
|
|
| x x |
|
|
| . |
| FOR OFFICIAL USE ONLY |
|
|
| m!, |
|
|
| UNTITLED-087 |
| ‘adit Assignment to, 314-2001021000016 SCHIRMER ENGINEERING CORPORATION vor 5 |
| setter Pesce DEERFIELD, ULOKS uz © |
| Filo Name: N-2 Overhead Anaiysis | 3 |
| ‘Shoe! Mame: Propased and Adjusted OH Rate: SUMMARY OF OVERHEAD RATE ANALYSIS. r |
| Ay ts |
| wr ‘Total ‘Total tow Totat 8 |
| Teal Ownead Expense Re Scomoary = Saarate Gnatial ———Enalogaring ' |
| Ts Onthend Espenee FeWrnar sogmnsr2 a ze0eT «STIS $55,120 FA |
| 00 Unaoweblas: 3 |
| ‘erst pense $08 & |
| Sot Eine : |
| ‘Sustext Osecopmant 6008 “309-463 mes 26.264 3 |
| Aaveriahg Expense mai “8267 a) ‘aan 4 |
| ¢ |
| “Tolat Namabia Overhead Expenses ae sl) H |
| seat Capen Ont mae i |
| @ |
| De seen Cre ea ee 5 |
| Doct ater Tota (ee Note) S518 § |
| Dect Leber Engiooeding shoorr RBA —______, 100,028 Fa |
| eect ahr Foal (See Hols) as FA |
| 1e0.0900% u |
| Ted Atonbie Ove Pea) |
|
|
| eas eT © |
|
|
| overtone fe) suessea — saocagr(6) g |
| ut Ase Ova ate ms EE = * |
| Popaad Omens rep an ee |
| ote |
|
|
| rroty ose, |
|
|
| rT |
|
|
| MOTE: Alscaton of corpora expenses s based on O/L$s. The $5,232,518 dows |
|
|
| ‘at che $86,495 that wae charged ax dec uber at corpouan. Toll Dirctiobars $5,220,019. |
| SEE WAP NAN |
|
|
| UNTITLED-088 |
| 3 |
|
|
| ‘Asien Mo. 244 22018210015 |
| ‘lr Pasa |
|
|
| ‘OEERPIELE, LINE |
| ‘tata: 2 OvsnendAesile |
| ‘Shs Nana OM by tee SUMMARY OF OVERHEAD RATES BY URAL |
| raul |
|
|
| eperate Aleem on on on Oran |
| an often Mcaten = eipemice—_ bate * mae |
| (aa Vena ncn au a 1% |
| saniscaree sas 24% nie vem ne |
| ont tac oso oom om 7100 orm const |
| Paniegantanen avon ee ee oY |
| nfo Bane man woamn a oY |
| Catan eae zane ac’ |
|
|
| te eget ach sro |
| Sen Ogotanch mw |
| set gomeng a |
| apc tach rasa |
| ne Catch ames |
| ston Sevens Branch wast |
| re ea [Ee |
| wna |
|
|
| Frmer nar |
|
|
| aes |
|
|
| a8 |
|
|
| ry |
| acy |
|
|
| esr oaarr |
| ome wars |
| ae ease |
|
|
| 0s |
| aang an |
| ans |
| az Eg |
|
|
| von |
|
|
| om |
|
|
| nw |
| oe |
|
|
| “We pps papcog hs wodgape wat o nou ow tha Capa ace compas wth fs ofthe cas. The WEAF papa er |
| ‘hers Engetog ce oy. Mower’ te er operat comVanon oma diem fics. Ouse wn 3A Contac testes |
| ‘ty fn anni canbe clea yo, ba aly Bn Chica ace In bing pcpeed, wena Ceeage ia. Hvtenledia wel! ie |
|
|
| ‘soca ee ade on BL 3. |
|
|
| as 00% |
|
|
| tara304 |
|
|
| UNTITLED-089 |
|
|
| caez/t2/e0 |
|
|
| zeet |
|
|
| ‘SBererscte |
|
|
| samwsieo n |
|
|
| ese 212 Je |
|
|
| Late |
| COST AND PRICE ANALYSIS - PROFESSIONAL SERVICES CONTRACTS |
|
|
| retested sn rg os |
|
|
| IRrOUERT NO |
|
|
| EOF ORT |
|
|
| esr Anal |
|
|
| ne |
|
|
| [siomsic Deng i |
|
|
| Desig Deeapsen 7) |
|
|
| aoe |
|
|
| [Cossrucon Doses 3, |
|
|
| ig Nap a |
|
|
| 115) (EDS |
|
|
| Sa |
|
|
| =a |
|
|
| Tw |
|
|
| [Toes sour es re papa RR |
|
|
| cece |
|
|
| ose te |
|
|
| UNTITLED-090 |
| Mlinois Department of Transportation |
|
|
| 2300 South Dirksen Parkway ! Springfield, linors | 62764 |
|
|
| October 1, 2002 |
|
|
| ‘Subject: PRELIMINARY ENGINEERING |
| Consultant Unit |
| Prequalification Fle |
|
|
| Me. Chris King |
|
|
| Robinson Engineering, Lid. |
| 117000 South Park Ave. |
|
|
| P.O Box 386 |
|
|
| South Holland, '_ 69473.0388 |
|
|
| Dear Mr. King: |
|
|
| We have completed our review ofthe corporate and financial information portion |
| cof your "Statement of Experience and Financial Condition" (SEFC) which you |
| ‘submitted for the fiscal year ending March 31, 2002. Your firm's total annual |
| transportation fee capacity will be $8,400,000. |
|
|
| ‘Your firm's payroll burden and finge expense rate and general and administrative |
| ‘expense rate totaling 147.33% are approved on a provisional basis and will be |
| Used in evaluating your Stalement(s) of Interest in our selection process, The |
| ‘actual rate used in agreement negotiations may be determined by our Bureau of |
| ‘Accounting and Auditing in a pre-award audi. |
|
|
| ‘Your frm ia required to report to this office any additions or deletions of your |
| licensed professional staff or any other key personnel that would affect your firm's |
| ‘requalification ina particular category. This report must be submitted within 15 |
| Calendar days of the change. |
|
|
| Your frm is prequaified until March 31. 2003. You willbe given an additional so |
| ‘months from this date to submit the entire "Statement of Experience and Financial |
| Condition” (SEFC) to remain prequalified |
|
|
| Very truly yours, |
|
|
| Cneg Ging |
|
|
| ‘Cheryl Cathey PE. |
| Chief of Preliminary Engineering |
|
|
| UNTITLED-091 |
| ATTACHMENT C |
|
|
| cir oF carcaco |
| ‘TRAVEL REIMBURSEMENT GUIDELINES |
|
|
| All maasporation costs must be accounted for with separate categories fo each type of wansporaton (ie, il. bus, |
| ab fares ot other lea! wansportatin, and private automobiles) The use ofa private sutorabile im ew of public |
| ‘Eansprtat willbe renbused a 36 O cents per mae, bat no event wil the reinbursement exceed the costo coach |
| 2 fae, Te manu daly sigue rho afer mel wale ep engres. AySpr ty |
|
|
| Origizl temzed recep foal costs mast be atached ote approved travel request and submited with he monthly |
|
|
| Reimbursement rates are categorized by relative travel cost associated with certain tes. Group and I te ae not |
| all inchsive. For cites not listed, plese consult with the Office of Budget & Management for appropriate |
| ‘eimburerent ates |
|
|
| (Per diem based upon | STAND. GROUP GRourt ‘GROUP |
| Federal Goverament |
| seereneamte [NewYor Cty [adina.ca | Bakimore MD | Kansas Ciy, MO |
| aa are |Manbatas’ | Boston MA | Cleveland, OH | Lousvill KY |
| pasted annual). | New York City | Chicago,IL | Cinciamas, OH | Madson, WI |
| rmevoares | Lor Angeles, CA | Columbus OH | St Louis, MO |
| Philadephia PA | Dallas, TX ‘Springfield |
| San Francisco, | Denver, CO |
| ca Dewalt, Mi |
|
|
| ‘Washington, DC/ | Houston, TX |
| Washingoa DC | Indianapolis, IN |
| mewo-area Las Vegas, NV |
| Mem, TN |
| Alinternatonat | Mian, FL |
| esnnanens | Milwaukee, WI |
| Minaeapois! |
| St Paul, MN |
|
|
| [New Orleasn, LA |
| Ovando, FL |
| Phoenix, AZ |
| Pitsburg PA |
| Portand, OR |
| San Diego, CA |
| San ose, CA |
| Seale, WA |
| Tampa, FL |
|
|
| ‘GROUND |
| ‘TRANSPORTATION |
| shuttle, tax, or public $45.00 $85.00 $35.00 $25.00 |
| transportation |
|
|
| ‘One allowance per trip |
|
|
| "TRANSPORTATION |
|
|
| coach fare | couch fare couch fare coach fare |
| economy fae | economy fre fconomy fre | cconomy fre |
| conomy fare | economy fire comomy fre | economy fare |
| So3c0mates | $0315 mies S0.360/miles So 360imes |
|
|
| UNTITLED-092 |
| LODGING |
| ‘The maximum daily |
| rate exclusive of, |
| 220.00 195.00 |
| ee tes | s 150.00 5100.00 |
| be cluded Inthe |
| Feimbureement. |
| PER DIEM |
| breakfast: si100 $10.00 $9.00 $8.00 |
| Tpeh: $13.00 $12.00 sui.00 10.00 |
| diner — 2600 S4@ 2 _ f_ _ 2000 |
| Teta inctading tax $80.00 $46.00 $42.00 $38.00 |
|
|
| UNTITLED-093, |
| EXHIBIT 3 |
|
|
| MBE/WBE Special Conditions |
|
|
| Revised [0307001 |
|
|
| UNTITLED-094 |
| SPECIAL CONDITION REGARDING MINORITY BUSINESS ENTERPRISE |
| COMMITMENT AND WOMEN BUSINESS ENTERPRISE COMMITMENT |
|
|
| olicy and Terms |
|
|
| Its the policy ofthe City of Chicago that Local Businesses certified as Minority Business Enterprises (MBE) |
| and Women Busines Enterprises WBE) in accordance with Section 292-420 e eq, of the Municipal Code |
| of Chicago and Regulations Govering Certification of Minority and Women-owned Businesses, and all ther |
| Reguaions promulgated under the aforementioned sections f the Municipal Cade shall have the maximum |
| ‘opportunity to participate flyin the performance ofthis agreement. Therefore, the contractor shal not |
| discriminate against any person or business onthe bass of race, coor, national origin or sex, and shall take |
| affirmative action to ensure that women and minority businesses shall have the maximum opportunity to |
| compete for and perform subcontract for supplies or services. |
|
|
| ‘The Chief Procurement Officer has established a goal of awarding not less than 25% of the |
| annual dollar value ofall contracts to certified MBEs and 5% of the annual dollar value of all |
| contracts to certified WBES. |
|
|
| ‘Accordingly, the contractor commits to expend at least the following percentages of the total contract price |
| (inclusive of any and all modifications and amendments, i awarded, for contract participation by MBEs and |
| WES: |
|
|
| Year Advertised MBE Percentage WBE Percentage |
| 1991 211% 3% |
| 1992 19.5% 49% |
| 1993, 17% 48% |
| after 1993 16.9% 45% |
|
|
| ‘This commitment i met bythe contractor's status a a MBE of WBE, or by 2 joint venture with one or more |
| [MBEs or WBE as prime contacto tothe extent ofthe MBE of WBE partcipaton in such oit venture, |
| by subcontracting & portion ofthe work to one or more MIE or WEES, or by the purchase of materals used |
| sn the performance of the contrac rom one or more MBEs oF WBEs,o by the indirect patcipation of |
| 'MBES Or WBES in ther aspects ofthe contractor's business (but no dolar of such indirect MBE or WE |
| paricipation shall be credited more than once against a contractors MBE or WBE commitment with respect |
| to all contacts of such contraction, or by any combination of the foregoing. Note: MBE/WBE participation |
| goals are separate and those businesses certified withthe City of Chicago as both a MBE/WAE shall not |
| be credited more than once against a contractor's MBE or WBE commitment in the performance of the |
| contract. |
|
|
| ‘As noted above, the contractor may meet allot part ofthis commitment by contracting with MBES or BES |
| {or the provision of goods or services not directly related tothe performance ofthis contract. Howeve’ sn |
| determining the manner of MBE/WBE participation, the contractor shall first consider involvement ot |
| [MBEVWBES as joint venture partners, subcontractors, and suppliers of goods and services directly relatwt 10 |
| the performance ofthis contract. In appropnate cases, the Chief Procurement Officer will equire the |
| contractor to demonstrate the specific effons undertaken by to involve MBEs and WBEs direct inh |
| performance ofthis contract. |
|
|
| The contractor also may meet ll o part of ths commment through credits received pursuant to Se" |
| 92-530 ofthe Municipal Code of Chicago forthe voluntary use of MBES or WBES in private secior |
|
|
| UNTITLED-095, |
| ‘SPECIAL CONDITION FOR PROFESSIONAL SERVICE CONTRACTS (MBEWEE) |
| Definitions |
|
|
| “Minority Business Enterprise” or “MBE* means a firm awarded certification as a minority owned and |
| controlled business in accordance with City Ordinances and Regulations, |
|
|
| ‘Women Business Enterprise” or “WBE means a firm awarded certification as a women owned and |
| controlled business in accordance with ity Ordinances and Regulations. |
|
|
| “Directory” means the Directory of Certified “Disadvantaged Business Enterprises,” "Minority Business |
| Enterprises” and “Women Business Enterprises” maintained and published by the Contract Compliance |
| ‘Administrator. The Directory identifies firms that have been certified as MBES and WBEs, and includes both |
| the date oftheir ast certification and the area of specialty in which they have been certified. Contractors |
| are responsible for verifying the current certification status of all proposed MBE and WEE firms. |
|
|
| “Area of Specialty” means the description of a MBE or WE firm’s business which has been determined by |
| the Chief Procurement Officer to be most reflective of the MBE or WBE firm's claimed specialty or expense. |
| Each MBEWBE leter of certification contains a description ofits Area of Specialty. This information is aso |
| Contained in the Directory. Credit toward this contract's MBE and WBE participation goals shall be hited |
| to the participation of firms performing within their Area of Specialty. |
|
|
| NOTICE: The City does not make any representation concerning the ability of ny MBEMWBE to |
| perform work within their Area of Specialty. Is the responsibilty of all contractors to |
| determine the capabiliy and capacity of MBES/WBES to satisfactorily perform the work |
| ‘proposed, |
|
|
| “Joint Venture” means an association of two or more businesses o carr out a single business enterpnise for |
| prot, and for which pupose they combine their expertise, propery, captal, efor, skill and knowedge |
| ‘Contractors may develop joint venture agreements a an instrument to provide participation by MBEs and |
| WES in convact work. joint venture seeking tobe credited fr MBE/WBE participation may be formed |
| among certified MBEAWBE firms or between certified MBEAWBE frm} and non-MBEMVBE fim). |
|
|
| ‘A joint venture eligible for MBE/WBE credit if the MBEWWBE partners) share in the ownesh, |
| Control, management responsibilities, risks and profs ofthe joint venture, and are responsible for a |
| ‘dearly defined portion of work to be performed, in proportion with the MBEWBE ownership |
| percentage. |
|
|
| “*Contract Compliance Administrator” means the officer appointed pursuant to Section 2-92-490 of the |
| ‘Municipal Code of Chicago. |
|
|
| ‘Counting MBEWBE Participation Toward the Contract Goals |
|
|
| ‘The inclusion of any MBE of WBE inthe contractor's MBEWBE Utilization Plan shall not conclusively |
| establish the contractor's right to full MBE/WBE credit fr that firm's participation in the contract |
|
|
| ‘The Chief Procurement Officer reserves the right to deny or lint MBEAWBE credit to the contractor |
| any MBE or WBE is found to be engaged in substantial subcontracting or pass-through activities with stm" |
| In ths regard, a contractor may count toward its MBE and WBE goals only expenditures to firms that nr |
|
|
| UNTITLED-096 |
| ‘SPECIAL CONDITION FOR PROFESSIONAL SERVICE CONTRACTS (MBEWEE) |
|
|
| ‘a commercially useful function. A firm is considered to perform a commercially useful function when itis |
| responsible forthe performance ofa clearly defined and distinct element of work and is carrying out its |
| responsibilities by actually performing, managing, and supervising the work involved. To determine whether |
| 8 frm is performing a commercially useful function, the Chief Procurement Officer shall evaluate the amount |
| ‘of work subcontracted, industry practices, and other relevant factors. The amount of MBEWBE |
| Participation credit shal be based upon an analysis by the Chief Procurement Oficer ofthe specific duties |
| ‘that wil be performed by the MBE or WBE, Each MBEAWBE shal be expected to actually perform a |
| substantial (Le, more than eighty-five percent (85%) ) portion of the work contemplated for it by any |
| subcontractor agreement through the use of its own employees and equipment. |
|
|
| Requested information may include, without limitation: (1) specific information conceming brokers’ |
| fees and/or commissions; (2) intended sub-suppliers or other sources of goods and/or services; and |
| (3) specifi financial or other risks to be assumed by the MBEWBE. |
|
|
| ‘The participation of MBEs and WBEs who have been certified as “brokers” shall no longer be considered |
| ‘eligible to participate on contracts awarded by the City in 1993 and thereafter uni further notice for any |
| ‘consideration of MBE or WBE credit. |
|
|
| Credit forthe participation of MBES/WBES as joint venture partners shall be based upon an analysis ofthe |
| duties, responsibilities and risks undertaken by the MBEMWBE as specified by the joint venture’s executed |
| joint venture agreement. The Chief Procurement Officer reserves the right to deny or limit MBEAWBE credit |
| ‘to the contractor where any MBEWBE joint venture partner is found to have duties, responsibilities, risks or |
| loss and management control over the joint venture that is not commensurate with or in proportion to is |
| joint venture ownership. |
|
|
| i i BEG |
|
|
| The following Regulations set forth the standard to be used in determining whether or not a reduction or |
| waner of the MBE/WBE commitment goals ofa particular contract is appropriate. If a bidder ot proposer |
| determines that its unable to meet the MBE and/or WBE percentage on a City of Chicago contract, a |
| written request forthe reduction of waiver 9 the commitment must be included inthe bid or proposal |
|
|
| The written request for reduction or waiver from the commitment must be in the form of a signed petition |
| for grant of relief from the MBE/WBE percentages submited on the bidder/proposer's letterhead, and rust |
| demonstrate that all required effors as set forth inthis document were taken to secure eligible Minoxity and |
| ‘Women Business Enterprises to meet the commitments. The Chief Procurement Officer or designee shall |
| determine whether the request forthe reduction or waiver willbe granted. |
|
|
| Bidders/proposers will be considered responsive to the terms and conditions of these Regulations if a |
| ‘waiver request and proof of notification to an assist agency is submitted at the time of bid/proposal |
| ‘opening. Once the bids have been opened, the lowes responsive and responsible bidder so deemed by the |
| Chief Procurement Officer or authorized designee wall have no more than fourteen (14) calendar days to |
| submit to the Department of Procurement complete documentation that adequately addresses the |
| conditions for waiver described herein. Proposers responding to Request for Proposals (RFPs) who have |
| bbeen identified as a shortlisted candidate andior a prospective awardee will be given a designated time |
| allowance, but no more than fourteen (14) calendar days to submit to the Department of Procurement |
|
|
| UNTITLED-097 |
| ‘SPECIAL CONDITION FOR PROFESSIONAL SERVICE CONTRACTS (MBEWBE) |
|
|
| ‘complete documentation that adequately addresses the conditions for waiver described herein. |
| Respondents to Request for Information and or Qualifications (RFVRFQs) deemed by the Chief |
| Procurement Officer or authorized designee tobe the most responsive and responsible shall submit |
| documentation that adequately addresses the conditions for waiver described herein during |
| negotiations. Failure to submit documentation sufficient to suppor the waiver request wll cause the |
| bid/proposal to be found non-responsive by the Chef Procurement Office, and the bid/proposal will be |
| rejected. In such cases the remedies tobe taken by the Chief Procurement Officer, in his discretion, may |
| include, but are not limited to, foreture of bid depost; negotiating with the next lowest bidder/proposer; or |
| readvertsing the bid/proposa. All biddersproposers are encouraged to submit all required documents atthe |
| time of bid opening to expedite the contract award. |
|
|
| Direct/ndirect Participation |
|
|
| Each ofthe following elements must be present inorder to determine whether or not such a reduction or |
| ‘waiver is appropriate, |
|
|
| 1. The bidderiproposer has documented the unsuccessful solicitation for either subcontractors or joint |
| venture partners of atleast 50% (or atleast five when there are more than eleven certified firms in |
| the commodity area) of the appropriate certified MBE/WBE firms to perform any director indirect |
| work identified or related to the advertised bid/proposal. Direct participation involves subcontracting |
| 2 portion of the goods/services specifically required in the bid/proposal.Indiect participation is the |
| subcontracting of goods/servces not specifically related to the performance ofthis contract. |
| Documentation must include but is not necessarily limited to: |
|
|
| 2. Adetailed statement of effons to identify and select portions of work identified in the bid |
| solicitation for subcontracting to certified MBE/AWBE firms: |
|
|
| 1b, Alisting ofall MBE/W8E firms contacted that includes: |
|
|
| (1) Names, address and telephone numbers of MBEWBE firms solicited; |
| 2) Date and time of contact: |
| (3) Method of contact writen, telephone, transmital of facsimile documents, etc.) |
|
|
| & Copies of letters or any other evidence of mailing that substantiates outreach to MBEWWBE |
| vendors that includes: |
|
|
| (1) Project identification and locaton; |
|
|
| 2) Classification/commodity of work items for which quotations were sought |
|
|
| () Date, item and location lor acceptance of subcontractor bid proposals; |
|
|
| (4) Detailed statement which summanzes direct negotiations with appropriate MBEWBE |
| firms for specific pocions ofthe work and indicates why negatiabons were |
| ‘unsuecessil |
|
|
| UNTITLED-098 |
| ‘SPECIAL CONDITION FOR PROFESSIONAL SERVICE CONTRACTS (MBEWEBE) |
|
|
| (5) Affirmation that good faith efforts have been demonstrated by choosing |
| subcontracting opportunities likly to achieve MBEWBE goals by not imposing any |
| limiting conditions which were not mandatory for all subcontractors; or denying the |
| benefits ordinarily conferred on MBEWBE subcontractors for the type of work that |
| was solicited. |
|
|
| OR |
|
|
| 2, Subcontractor participation will be deemed excessively costly when the MBEAWBE subcontractor |
| proposal exceeds the average price quoted by more than twenty percent (20%). In order to establish |
| ‘that a subcontracts’ quote is excessively costly, the bidderiproposer must provide the following, |
| information: |
|
|
| |. Adetailed statement ofthe work identified for MBEMWBE participation for which tne |
| bidder/proposer asserts the MBE/WBE quote(s) were excessively costly (in excess of 20% |
| higher. |
|
|
| (1) Alistng ofall potential subcontractors contacted for a quotation on that work item; |
| (@) Prices quoted forthe subcontract in question by all such potential subcontractors for |
| that work item, |
|
|
| b. Other documentation which demonstrates tothe satisfaction of the Chief Procurement |
| (Officer that the MBE/AWBE proposals are excessively costly, even though notin excess of 20% |
| higher than the average price quoted. This determination will be based on factors that |
| include, but are not limited tothe following: |
|
|
| (1) The City’s estimate forthe work under a specific subcontract; |
|
|
| (2) The bidderiproposer’s own estimate forthe work under the subcontract; |
|
|
| (3) An average ofthe bona fide prices quoted for the subcontract |
|
|
| (4) Demonstrated increase in other contract costs as a esul of subcontracting tothe |
| MABE or othe firm, |
|
|
| Assist Agency Participation |
| Every waiver and/or reduction request must include evidence thatthe bidder/proposer has provided timely |
|
|
| ‘notice ofthe need for subcontractors to an appropriate association/assst agency representative ofthe |
| _MBEWBE business community |
|
|
| The notice requirement ofthis Section will be satisfied i a bidder/proposer contacts at least one of the |
| «associations on Attachment A to these Regulations when the prime contractor seeks a waiver or reduction in |
| the utilization goals. Attachment B to these Regulations provdes the letter format that a prime contractor |
| ‘may use. Proof of notification prior to bid submital (e.g. certified mail receipt or facsimile transmittal receipt) |
| wil be required for any bid/proposal submitted to be deemed responsive on the date of bid opening If |
| deemed appropriate, the Chief Procurement Officer or Contract Compliance Officer may contact the assst |
| agency for verification of notification. |
|
|
| UNTITLED-099 |
| ‘SPECIAL CONDITION FOR PROFESSIONAL SERVICE CONTRACTS (MBEWBE) |
| Impracticabilty |
|
|
| 1. Ifthe Chief Procurement Otficer determines that a lesser MBE and/or WBE percentage standard 's |
| appropriate with respect to a particular contract subject to competitive bidding prior tothe bid |
| solicitations for such contract, bid specifications shall include a statement of such revised standard. |
|
|
| 2, The requirements set forth in these Regulations shall not apply where the Chief Procurement Officer |
| determines prior to the bid solicitations that MBE/WBE subcontractor participation is impracticable. |
|
|
| ‘This may occur whenever the Chief Procurement Oficer determines that for reasons of ime, need, industry |
| practices or standards not previously known by the Procurement Department administrator, or such other |
| extreme circumstances as may be deemed appropriate, such a Waiver isin the best interests ofthe Cty. This |
| determination may be made in connection with a particular contract, whether before the contact set or |
| bid, during the bid or award process, before or during negotiation ofthe contract, or during the performance |
| of the contract |
|
|
| For all notifications required to be made by bidders/proposers, in situations where the Chief Procurement |
|
|
| Officer has determined that ime sof the essence, documented telephone contact may be substituted for |
| letter contact. |
|
|
| Procedure To Determine Bid Compliance |
|
|
| The following Schedules and described documents constitute the bidder's MBEAWBE proposal, and must be |
| submitted in accordance with the guidelines stated: |
|
|
| i 1 executed bythe MBEWAE (or Schedule loin Venture Subcontractor) must be submited |
| by ie idderproposer for each MBEAWBE included on thee Schedule 2-1 and must accurately detal the |
| ‘work tobe performed by the MBEMVBE and the agreed rates and prices tobe pad |
|
|
| Iv any fully completed and executed Schedule C-1 isnot submitted with the bid/proposal, it must be |
| received by the Contract Administrator within ten (10) days ofthe bid/proposal opening. All post |
| bd/proposal submissions must have original signatures on all documents). Failure to submit a completed |
| ‘Schedule C-1 in accordance with this section shall entitle the City to deem the bid/proposal non-responsive |
| and therefore reject the bid/proposal |
|
|
| Letters of Certification |
|
|
| ‘A copy of each proposed MBEWBE firm's current Letter of Certification from the City of Chicago must be |
| submitted withthe bid/proposal |
|
|
| All Letters of Certification issued by the City of Chicago include a statement of the MBE/WBE firm's Area ot |
| Specialty. The MBEWBE firm's scope of work, as detailed by their Schedule C-1, must conform to the:t |
| slated Area of Specialty. |
|
|
| Joint Venture Agreements |
| Uv the bidder's/proposer’s MBE/WBE proposal includes the participation of a MBE/WBE a joint venture = |
|
|
| any uer (ether asthe bidder/proposer or asa subcontractor, the bidder/proposer must provide a cops «1 me |
| joint venture agreement and a Schedule B. |
|
|
| UNTITLED-100 |
| ‘SPECIAL CONDITION FOR PROFESSIONAL SERVICE CONTRACTS (MBE/W8E) |
|
|
| Inorder to demonstrate the MBEWBE partner's share inthe ownership, control, management |
| responsibilities, risks and profs ofthe joint venture, the proposed joint venture agreement must include |
| speciic details related to: (1) contibutions of capital and equipment; (2) work responsibities or other |
| performance to be undertaken by the MBE/WBE: and (3) the commitment of management, supervisory and |
| ‘Operative personnel employed by the MBEMWBE to be dedicatedto the performance of the contract. The |
| Joint venture agreement mus also clearly define each partner's authority to contractually obligate the joint |
| ‘venture and each partner's authority to expend joint venture funds (e.g, check signing author) |
|
|
| sng DRE/MBEAWRE Unt |
|
|
| Bidders must submit, together with the bid, a completed Schedule D-1 committing them to the utilization of |
| each listed MBEMWBE firm. |
|
|
| Except in cases where the bidderproposer has submined a request for a complete waver of or variance |
| from the MBEMWBE commitment in accordance with Section IV here, the idderproposer must comm to |
| the expenditure ofa spectc dolar amount of participation by each MBEAWBE frm included on ther |
| Schedule D-1. The total dolar comment to proposed MBLs must t les equal the MBE goal, andthe |
| total dolar commitment to proposed WAEs must atleast equal the WBE goal. Bidders ae responsible or |
| Calelating the dolar equivalent o the MBE and WE goals as percentages of ther total base bids orn the |
| Case of Term Agreements, as percentages ofthe total eximated usage |
|
|
| All commitments made by the bidder's Schedule D-1 must conform to those presented in the submited |
| Schedule C:1. I Schedule C-1 is submited after the opening (See Section V.A. above), the bidder/proposer |
| ‘may submit a revised Schedule D-1 (executed and notarized) to conform with the Schedule C-l. Except in |
| Cases where substantial and documented jusiication provided, bidder/proposers will not be allowed 10 |
| reduce the dollar commitment made to any MBE or WBE inorder to achieve conformity between the |
| Schedules C-1 and 0-1 |
|
|
| All commitments for joint venture agreements must be delineated in the Schedule 8. |
|
|
| ‘Reporting Requirements During The Term of The Contract |
|
|
| The Contractor shall, not later than thy (30) days from the award of a contract by the City, execute formal |
| ‘contracts of purchase orders with the MBEs and WBES included in their approved MBEWBE tization |
| Plan, These written agreements shall be made available to the Chief Procurement Oficer upon request |
|
|
| Inthe case of one time procurements of supplies with either single or mutiple deliveries to be peroemed in |
| less than one year from the date of contract award, a “MBEWBE Utilization Report.” indicating final MBE |
| and WBE payments shall be submited directly to the Department of Procurement Services $0 a 10 assure |
| ‘receipt either atthe same time, or before the using Department receives contractor’ ial invoice |
| (NOTICE: Do not submit invoices with “MBE/AWBE Utilization Reports”) Final payments may be held |
| ‘nti the Unilization Reports have been received |
|
|
| ‘During the term of all other contracts, the contractor shall submit regular “MBEAWBE Utilization Reports + |
| copy of whichis attached. The frequency with which these report are to be submitted will be deterred |
| by the Chief Procurement Officer, but in no case will reports be required less often than on a quartets ‘srs |
| inthe absence of written notice ftom the Chie Procuremen he contractar's fist “MBEW8 |
|
|
| after the d |
|
|
| UNTITLED-101 |
| a |
|
|
| SPECIAL CONDITION FOR PROFESSIONAL SERVICE CONTRACTS (MBEWBE) |
|
|
| “MBE/WBE Litlization Reports” ae to be submitted directly to: Department of Procurement Services, |
| Division of Contract Monitoring and Compliance, City Hall, Room 400, 121 N. LaSalle Street, Chicago, |
| Mlinois 60602. |
|
|
| ‘The Contract Compliance Administrator shall be entitled to examine, on five (5) business days notice, the |
| ‘contractor's books and records including without limitation payroll records, tax returns and records, and |
| bbooks of account, to determine whether the contractor is in compliance with its commitment to MBEWBE |
| participation and the status of any MBE or WBE performing any portion ofthe contract. Such rights are in |
| {addition to any other audit inspection rights contained in the contract. |
|
|
| (MBEWSE Substitutions |
|
|
| Changes by the contractor of the commitments eater cere inthe Schedule D-1 are prohibited. in some |
| cases, however, it may become necessary to substitute anew MBE or WEE in order to actually full the |
| MBEWBE requirements. |
|
|
| ‘The contractor must notify the Chef Procurement Officer immediately in wring ofthe neces to reduce |
| cor terminate a MBEWBE subcontract and to utilize a substitute frm for some pase of work. The |
| Contractor's notification should include the name, address and principal oficial of the substitute MBEWBE |
| nd the dollar value and scope of work ofthe subcontract. Atached should be al the requiste MBEWEE |
| affidavits and documents, as enumerated above in Section V, “Procedure to Determine Bid Compliance.” |
|
|
| The City will nt approve extra payment for escalated costs incurred by the contractor when a substitution of |
| “subcontractors becomes necessary for the contractor in order to comply with MBE/WBE contract |
| requirements. |
|
|
| ‘Aer award of contact, no relief ofthe MBEWBE requirements will be granted by the Cy except in |
| exceptional crcumstances. Requests fr complete or partial waiver ofthe MBENWBE requirements of his |
| ‘contract must be made in writing stating al detais ofthe request the circumstances and any additional |
| relevant information. The request must be accompanied bya record ofall effons taken by the contractor to |
| locate specifi firms, slict MBE/WBE bids, seek assistance from technical assistance agencies, et, 35, |
|
|
| ‘outlined above inthe section entitled “Regulations Governing Red actions Ta or Waiver of MBEWBE Goals”. |
| ‘Non-Compliance and Damages |
|
|
| The following constitutes a material breach ofthis contract and shall entitle the City to declare a detaul, |
| terminate the contract and exercise those remedies provided for inthe contract, at law oF in equity |
|
|
| (1) allure to satisy the MBE/WBE percentages required by the contract; and |
|
|
| (2) the contractor or subcontractor s disqualified as a MBE or WBE, such status was a factor in |
| ‘contract award, and was misrepresented by the contractor. |
|
|
| nthe event thatthe contractor is determined not to have been involved in any mistepresentation ofthe |
|
|
| status ofthe disqualified subcontractor or supplier, the contractor shall seek to discharge the disqualified |
| subcontractor or supplier, upon proper notification to the Chief Procurement Officer andior Contract |
|
|
| UNTITLED-102 |
| ‘SPECIAL CONDITION FOR PROFESSIONAL SERVICE CONTRACTS (MBEWEE) |
|
|
| Compliance Administrator and make every effon to identity and engage a qualiied MBE or WBE as its |
| replacement. Furthermore, continued eligilityto enter ito future contracting arrangements withthe C |
| ‘may be jeopardized asa result of non-compliance. Payments due to the contractor may be withheld until |
| corrective action i taken. |
|
|
| Arbitration |
|
|
| Inthe event a contractor has not complied with the contractual MBEWBE percentages in its Schedule D, |
| Under utilization of MBESWBES shal entitle the affected MBE/WBE to recover from the contractor damages |
| suffered by such entty asa result of being underutilized; provided, however, that this provision shall not |
| apply to the extent such underutiization occurs pursuant to a waiver or substitution approved by the City. |
| ‘The Ordinance and contracts subject thereto provide that any disputes between the contractor and such |
| afiected MBESWEEs regarding damages shall be resohed by binding arbitration before an independent |
| arbitrator other than the City, with reasonable expenses, including attorney's fees, being recoverable by a |
| prevailing MBEWBE in accordance with these regulations. This provision is intended forthe benefit of any |
| -MBEAWBE affected by underutilization and grant such ent specific third pany beneficiary rights. Any |
| rights conferred by this regulation are non-waivabe and take precedence over any agreement to the |
| contrary, including but not limited to those contained in a subcontract, suborder, or communicated orally |
| between a contractor and a MBE/WBE. |
|
|
| ‘A MBEAVBE desiring to arbitrate shall contact the contractor in writing to initiate the arbtrative process. |
| Except 2s otherwise agreed to in writing by the affected partes subject to the limitation contained inthe last |
| sentence of the previous paragraph, within ten (10) days ofthe contractor receiving notification of the intent |
| to arbitrate from the MBE/WBE the above-described disputes shal be abitrated in accordance with the |
| ‘Commercial Arbitration Rules ofthe American Arbitration Association ("AAA"), a not-for-profit agency, with |
| ‘an office at 225 North Michigan Avenue, Suite 2527, Chicago, llinois 60601-7601 [Phone: (312) 616-6560; |
| Fax: (312) 819-0404). All such arbitrations shall be intiated by the MBEWEE filing a demand for |
| arbitration withthe AAA; shall be conducted by the AAA; and held in Chicago, lino |
|
|
| Allfees ofthe arbitrator are the intial responsibilty of the MBEAVBE; provided, however, that the arbitrator |
| is authorized to award reasonable expenses, including attomey's and arbitrator fees, as damages to a |
| prevailing MBEAWBE. |
|
|
| ‘The MBEWBE must send the Cty a copy of the “Demand for Arbitration” within ten (10) days aftr itis filed |
| With the AAA. The MBE/WEE also must send the City a copy of the decision of the arbitrator within ten (10) |
| days of receiving such decision. Judgment upon the award rendered by the arbitrator may be entered in |
| any court of competent jurisdiction, |
|
|
| Record Keeping |
| ‘The Contractor shall maintain records of all relevant data with respect to the utilization of MBEYWEs, |
| retaining these records for a period of atleast three years after final acceptance of the work. Full access to |
|
|
| these records shall be granted to the City of Chicago, Federal or State authorities in this project, the U S. |
| Department of Justice, or any duly authorized representatives thereof |
|
|
| UNTITLED-103 |
| ‘SPECIAL CONDITION FOR PROFESSIONAL SERVICE CONTRACTS (MBEWBE) |
| Information Sources |
| ‘Small business guaranteed loans; surety bond guarantees; 8 (a) certification: |
|
|
| USS. Small Business Administration ‘B.A. - Bond Guarantee Program |
| 500 W. Madison Street, Suite 1250 ‘Surety Bonds |
| Chicago, ilinois 60661 500 West Madison, Suite 1250 |
| General Information Chicago, tlinois 60561 |
| G12) 353-4528 ‘Attention: Carole Harts, |
|
|
| (312) 353-4003 |
|
|
| S.B.A.- Procurement Assistance |
| 500 West Madison, Suite 1250, |
|
|
| Chicago, linois 60661 |
|
|
| ‘Attention: Robert P. Murphy, Area Regional Administrator |
| (312) 353-7381 |
|
|
| Project information and general MBE/AW8E information: |
|
|
| City of Chicago ity of Chicago |
| Department of Procurement Department of Procurement |
| Contract Monitoring and Compliance ‘Contract Administration Division |
| ity Hall - Room 403 City Hall - Room 403 |
|
|
| Chicago, tlinois 60602 Chicago, Minos 60602 |
|
|
| Attention: Camice Carey Attention: Byron Whittaker |
| (312) 746-1895 (312) 744.4926 |
|
|
| Directory of Certified Disadvantaged, Minority and Women Business Enterprises: |
|
|
| ity of Chicago |
| Department of Procurement |
| Certification Unit |
|
|
| City Hall- Room 403, |
| ‘Chicago, inois 60602 |
| ‘Attention: Lille Cooper |
| (G12) 744-1896 |
|
|
| Information on MBE/WBE availabilty in the manufacturing, sales or supplies, and related fields (dect |
| assistance from 42 regional affiliates located throughout the U.S |
|
|
| National Minority Suppliers ‘Chicago Minority Business |
| ‘Counc, Inc. Development Council |
|
|
| 1040 Avenue ofthe Americas, 2" floor 11 South LaSalle - Suite 850 |
|
|
| New York, New York 10018 ‘Chucago, line's 60603 |
|
|
| Attention: Harriet R. Michel ‘Attenton: Maye Foster-Thompson |
| (312) 263-0105 |
|
|
| UNTITLED-104 |
| ATTACHMENT A |
|
|
| ASSIST AGENCIES: NON-CONSTRUCTION |
|
|
| Latin American (Chicago Minority Business Mexican American |
| ‘Chamber of Commerce Development Council ‘Chamber of Commerce of Ilinois |
| 2539 N. Kedzie - Suite 12 11S. LaSalle Street - Suite $80 122 S. Michigan Ave, Suite 1449 |
| Chicago, Hlinois 60647 Chicago, Minois 60603-1202 Chicago, Minois 60603, |
| ‘Atm: D. Lorenzo Padron ‘Atta: Maye Foster Thompson ‘Atm: Juan Ochoa |
| (773)252-5211 G12) 263-0105 G12) 554-0844 |
| (773) 252-7065* G12)263-0280" G12) ss+08as+ |
| ‘Women In Business Yellow Pages Triton College ‘State of Iinois |
| 1819'S. Wabash, Suite 606 ‘Small Bus. Development Center Dept. of Central Management Service |
| (Chicago, Minois 60605 2000 Fifth Avenue Business Enterprises Division |
| ‘Atm: Ida Bialik River Grove, Ilinois 60171 100 W. Randolph St, Suite 4-400 |
| (447) 679-7800 ‘Att: Jeffrey Bares Chicago, Ilinois 60601 |
| (847) 679-7845" (708) 456-0300 - Ext. 3593 ‘Atm: Irene Cualoping |
|
|
| (708) 583-3118" 12) 814-4190 |
| Asian American (312) 814-6668" |
| Small Business Association Cosmopolitan Chamber of Commerce |
| 5023 N. Broadway 1326 S. Michigan - Suite 100 |
| Chicago, Hlinois 60640 Chicago, Mlinois 60605-2602 |
| ‘ain: Charles Soo ‘Attn: Consuelo Pope! |
| (773) 728-1030, Lylah Booker |
|
|
| G12) 786-0212 |
| National Association of Women G12) 786.9079" |
| Business Owners-Chicago Chapt. |
| 175 W. Jackson, Suite 625, Westside Small Business |
| Chicago, Mlnois 60608 Development Corporation |
| ‘Arm: Sandra Gidley M2N. Pulaski Road |
| (612) 322-0990 Chicago, Mlnois 60624 |
| G12)461-0238" ‘Atin; Betty Boston |
|
|
| (773) 638-1990 |
| linois Dept. of Commerce (773) @8-4851° |
| and Community Affairs |
| 100 W. Randolph - Suite 3-400 Lite Village 26th Street * Fax Number |
|
|
| Chicago, Ilinois 60601, |
| ‘Aan: Mollie Cole |
| G12) 814-7176 |
|
|
| G12) 814-6732" |
|
|
| International Trade Bureau |
| Operation Push |
|
|
| 930. SOth Street |
| Chicago, Ilinois 60615 |
| (773) 373-3366 |
|
|
| (7) 37335719 |
|
|
| ‘Area Chamber of Commerce |
| 3610 West 26th Street |
| (Chicago, Minois 60623 |
|
|
| ‘tin: Frank Aguilar, Exec. Dir. |
| (773) 521-5387 |
|
|
| (773) 521-5282" |
|
|
| Chicago Urban League |
| 4510S. Michigan |
| Chicago, Illinois 60653, |
| ‘Assn: Lee V. Smith |
| (G12) 285-5800 383 |
| 812) 288.772" |
|
|
| UNTITLED-105, |
| ATTACHMENT A |
|
|
| ASSIST AGENCIES: CONSTRUCTION |
| Hispanic-American Construction ‘Asian American Alliance |
| Industry Associations (HACIA) 222 W. Cermak Road, Se. 302 |
| (641 West Lake Street, Ste. 300 Chicago, llinois 60616-1986 |
| ‘Chicago, IL 60661, ‘Attn: Christine I Takada |
| ‘Attn: Rafael Hemandez Executive Director |
| (G12) 258-9621 12) 326-2200 |
| (G12) 258-9628 G12) 326.0399" |
| Mexican American |
| ‘Chamber of Commerce of Itnois |
| 122 S. Michigan Ave, Suite 1449 |
| Chicago, Ilinois 60603, |
| ‘Atta: Juan Ochoa |
| G12) ss4-0844 Revised 10-16-00 |
| G12) 554-0848" Fax Number |
|
|
| Federation of Women Contractors |
| 175 West Jackson, Ste. 625 |
| Chicago, tlinois 60608 |
|
|
| ‘Attn: Debra Smith, Administration |
| G12) 360-1122 |
|
|
| G12) 360.0239" |
|
|
| African American |
| Contractors Assocation |
|
|
| 1006 S. Michigan Ave, Suite 601 |
| Chicago, llinois 6060S |
|
|
| ‘Atin: Omar Sharee, President |
| (612)760-1011 pa. |
|
|
| G12) 567-9919" |
|
|
| Black Contractors United |
| 2860 E. 76th Street, Sui |
| Chicago, Minois 60649 |
| ‘tn: Paul King, Executive |
| Director |
|
|
| (773) 933-7950 |
|
|
| (773) 933-7957" |
|
|
| 2B |
|
|
| Association of Asian |
| Construction Enterprises |
| 333 North Ogden Avenue |
| Chicago, Ilinois 60607 |
|
|
| ‘Auin: Mr. Perry Nakachi, |
| President |
|
|
| 12) 563-0746 |
|
|
| G12) 666-1785" |
|
|
| “Fax Number |
|
|
| UNTITLED-106 |
| ATTACHMENT B |
| (On Bidder/proposer's Letterhead) |
| (Date) |
|
|
| Re: Specification |
| Description: |
|
|
| (Assist Agency Name and Address) |
|
|
| Dear |
|
|
| Bidder Proposer) Jntends to submit a bid/proposa in response tothe above referenced specification |
| ‘withthe City of Chicago. Bids are due ______advertised specification withthe City of Chicago. |
|
|
| The following areas have been identified for subcontracting opportunities on both a direct and indirect bass |
|
|
| ‘Our efionts to identity potential subcontractors have not been successful in order to meet the |
| Disadvantaged Minorty’Women Business Enterprise contact goal. Due tothe inability to identity an appropriate |
| DBE/MBEAWBE firm certified by the City of Chicago to participate as a subcontractor or joint venture partner, @ |
| request for the waiver of the contract goals willbe submitted. Ifyou are aware of such arm, please contact, |
|
|
| ‘within (10) ten working days of receipt ofthis letter. |
|
|
| Under the City of Chicago's MBE/WBE/DBE Ordinance, your agency is entitled to comment upon this wawer |
| request to the City of Chicago. Written comments may be directed within fifteen (15) working days of your receipt |
| ofthis letter to: |
|
|
| Eric}. Griggs, Deputy Procurement Officer |
| ‘Department of Procurement Services |
| Gity of Chicago |
| 121 North La Salle Steet, Room 403, |
| Chicago, linois 60602 |
|
|
| 1¥ you wish to discuss this matter, please contact the undersigned a, |
|
|
| Sincerely, |
|
|
| UNTITLED-107, |
| SCHEDULE B: Affidavit of Joint Venture (MBE/WBE) |
|
|
| This form need not be submitted if all joint venturers are MBEs and/or WEES. In such a case, however, 2 |
| written joint venture agreement among the MBE and WBE venturers must be submitted. In all proposed |
| joint ventures, each MBE and/or WBE venturer must submit a copy of theie current Letter of Certification. |
|
|
| ‘Al Information Requested by this Schedule must Be Answered in the Spaces Provided. Do Not Refer to |
| ‘Your Joint Venture Agreement Except to Expand on Answers Provided on this Form. If Additional Space Is, |
| Required, Additional Sheets May Be Attached. |
|
|
| 1. Name of joint venture: |
| ‘Address of joint venture: |
|
|
| hone numberof joint venture |
| IL dentfy each non-MBE/WBE venturer): |
| Name of Fiem: |
| Address: |
| Phone: |
| Contact person for matters concerning MBE/WBE compllance: |
| Identify each MBE/WBE venturer() |
| Name of Fi |
| Address: |
| Phone: |
| Contact person for matters concerning MBE/WBE compliance: |
| IV. Describe the role(s) ofthe MBE andior WBE venturer() in the joint venture: |
|
|
| V. Miadia copy olthe jintwenture agieement. in order to demonstvate the MBE andlor WBE |
| ‘entuer’s share in the ownership, control, management responsibilities, rks and profits ofthe mnt |
| ‘entue, the proposed jin venture agreement must include specific details elated to (1) the |
| Contributions of eapital and equipment; (2) work tems to-be performed by the MBE/WEE's own |
| forces; (3) work tems tobe performed under the supervision ofthe MBEMWBE ventures and (4 the |
|
|
| ‘commitment of management, supervisory and operative personnel employed by the MBE/AWBE to be |
|
|
| dedicated to the performance of the project. |
| Vi. Qwinership ofthe Joint Venture. |
| ‘A. What are the percentage(s) of MBE/WBE ownership of the joint venture? |
| -MBEMWBE ownership percentages) |
| Non-MBEMWBE ownership percentages) |
|
|
| 8. Specify MBE/WBE percentages for each of the following (provide narrative descriptions and other |
| detail as applicable): |
|
|
| 1. Profit and loss sharing: |
|
|
| 2. Capital contributions: |
| {@) Dollar amounts of intial contribution: |
|
|
| (b) Dollar amounts of anticipated on-going contributions |
|
|
| UNTITLED-108 |
| Schedule B: Affidavit of Joint Venture (MBE/WBE) |
|
|
| 3. Contributions of equipment ‘Specify types, quality and quantities of equipment to be provided |
| by each venture, |
|
|
| 4, Other applicable ownership interests, including ownership options or other agreements which |
| restrictor limit ownership andior control |
|
|
| [5 Provide copies ofall writen agreements between ventures concering the project |
|
|
| 6. Identify each current City of Chicago contract (and each contract completed during the past two |
| (2) years by a joint venture of two or more firms participating in ths joint vere: |
|
|
| Vi Conta! of and Participation in he Joint Venture, Identify by name and firm those individuals who |
| are, oF willbe, responibe for, and have the author to engage inthe following management |
| functions and policy decions. (indicate any imitations to thei authority such as dolla its and |
| co-ignatory requirements |
| 2 eine venture check signing |
|
|
| ‘8. Authority to enter contracts on behalf ofthe joint venture: |
|
|
| C. Signing. co-signing and/or collateralizing loans |
|
|
| 1D. Acquistion of lines of credit: |
|
|
| Acquisition and indemnification of payment and performance bonds: |
|
|
| UNTITLED-109 |
| Schedule B: Affidavit of Joint Venture (MBE/WBE) |
|
|
| F Negotiating and signing labor agreements: |
|
|
| ‘Management of contract performance. (entify by name and frm only: |
| 1. Supervision of field operation: |
| 2 Major purchases |
| 3 Baimating: |
|
|
| 3 Engineering. |
|
|
| Financial Controls of joint venture: |
| ‘A. Which firm and/or individual wil be responsible for keeping the books of account? |
|
|
| 1 Identify the “managing partner.” any, and describe the means and measure of their |
| compensation: |
|
|
| ‘C. What authority does each venturer have to commit or obligate the other to insurance and |
| bonding companies, financing institutions, suppliers, subcontractors, and/or other partes |
| participating in the performance ofthis contractor the work of this project? |
|
|
| State the approximate number of operative personnel (by trade) needed to perform the joint |
| venture’s work under this contract. Indicate whether they will be employees of the non-MBE WBE |
| firm, the MBEAWBE frm, or the joint venture |
|
|
| UNTITLED-110 |
| ‘Schedule B: Affidavit of Joint Venture (MBE/WBE) |
|
|
| Trade Non-MBEAWBE Firm MBEWBE. Joint Venture |
| ‘Number umber (Number |
|
|
| ‘any personnel proposed for this project will be employees ofthe joint venture: |
| ‘A. Are any proposed joint venture employees currently employed by either ventures? |
| ‘Currently employed by non-MBE/WBE (number) Employed by MBEWBE __ |
|
|
| 8. kdentfy by name and firm the individual who wil be responsible fr hiring joint venture employees: |
|
|
| ‘EWhich venturer willbe responsible for the preparation of Joint venture payrolls: |
|
|
| Xi, Please Sate any material acts of additional information pertinent to the control and stucture of this |
| joint venture. |
|
|
| UNTITLED-111 |
| Schedule B: Affidavit of Joint Venture (MBE/WBE) |
|
|
| The undersigned affirms thatthe foregoing statements are correct and include all material information |
| ‘necessary to identify and explain the terms and operations of our joint venture and the intended |
| paricipation of each ventuer inthe undertaking, Further, the undersigned covenant and agree to provide |
| to the Cty current, complete and accurate information regarding actual joint venture work and the payment |
|
|
| therefore, and any proposed changes in any provision of the joint venture agreement, and to permit the |
| audit and examination ofthe books, records and files ofthe joint venture, or those of each venturer relevant |
| to the joint venture by authorized representatives ofthe City or the Federal funding agency. |
|
|
| ‘Any material misrepresentation will be grounds fr terminating any contract which may be awarded and for |
| inating action under federal or sate laws conceming fase statements. |
|
|
| ‘Nate: If, ater fling this Schedule B and before the completion on the joint venture’s work on the |
| projec, there is any change in the information submited, the joint venture must inform the City of |
| (Chicago, ether directly or through the prime contractor if the joint venture isa subcontractor. |
|
|
| ‘Name of MBEAWBE Partner Firm ‘Name of Non-MBEWBE Partner Fim |
| Signature of Afant ‘Signature of Affant |
|
|
| Name and Tie of Affiant Name and Tite of Affine |
|
|
| Dae Date |
|
|
| On this day of, 20 __, the abovessigned officers |
|
|
| ‘personally appeared and, known to me be the persons described in the foregoing Affidavit, |
|
|
| acknowledged that they executed the same in the capacity therein tated and for the |
| purpose therein contained, |
|
|
| IN WITNESS WHEREOF, ! hereunto set my hand and official seal. |
| ‘Signature of Notary Public |
|
|
| My Commission Expires: |
|
|
| (SEAL) |
|
|
| UNTITLED-112 |
| SCHEDULE C-1 |
| Letter of Intent from MBE/WEE to Perform |
| as Subcontractor, Supplier and/or Consultant |
|
|
| eof recon SRE RELTUE! SSPE ESRE |
| Spectator mbar SSB |
|
|
| From: Guajardo Associates LLC Yes x No |
| Sos Zest WBE: Yes Ne |
|
|
| To infeastructure services td, __and the Gity of Chicago: |
|
|
| ‘The undersigned intends to perform work in connection with the above projects as |
|
|
| Sole Proprietor A Corporation~ Limited Liability |
| Parneship > faint Venture |
| ‘The MBEWBE status ofthe undersigned is confirmed by the attached leter of Cerification from the City of |
| Chicago effective date of __02/01/2003 t0.01/31/2003 fora period of |
| cone year. |
|
|
| ‘The undersigned is prepared to provide the following described services or supply the following described |
| goods in connection withthe above named projec/contract |
| Professional architectural Services, - |
|
|
| The above 1d performance is offered forthe following price and described terms of payment |
| DUAR |
|
|
| I more space is needed to fully describe the MBE/WBE firm's propoted scope of work andior payment |
| schedule, atach additional sheets. |
|
|
| ‘The undersigned will enter into a formal written agreement for the above work with you as a Prime |
| Contractor, conditioned upon your execution ofa contract with the City of Chicago, and will do 0 within |
| (3) three working days of receipt ofa signed contract from the City of Chicago. |
|
|
| SAAR |
|
|
| Guajardo-chairman |
|
|
| March 18, 2003 |
|
|
| 2=661=3590 |
|
|
| UNTITLED-113. |
| ot Oi |
| ERSTE Dey Mayor |
| Peprmetot |
| Pret ee |
|
|
| an. Malowe |
| Core stent Oe |
|
|
| Gio Rooms? |
| {i Nort tare |
| Chango aa 00 2 |
| (in Teo |
|
|
| (13 taca5e9crrm |
| bps cen |
|
|
| ‘Alphonse Guajardo, Chairman |
|
|
| Guajardo Associates, LLC |
| 445 East linls, Sute 650 |
| (Chicago, ina 60611 |
| Re: 2nd ANNIVERSARY CERTIFICATION |
| Certification Etectve Febrary 1.2003 |
| Certticaton Expires. sJanuary'31, 2007 |
|
|
| ‘Annual Affidavit Cerifcat: Expues. January 31,2004 |
| Dear Mr Guajardo: |
|
|
| Congratulations on your continued eigibity for certification as an MBE ty the Ct of Chicago. |
| Re-valdation of Gualardo Associates, LLC's certification is equredby January 34,2004, |
|
|
| ‘As. condition of continued cartifcation during this ve-year period, you must contive tole a |
| ‘No-Change Affidavit within 60 days ofthe date of expration. Please note that you must |
| Include a copy of your most current Corporate Federal Tax Retums. Falure' te this |
| ‘Aftdave wil resut in the termination of your cetfeation |
|
|
| ‘You must also notty the Offce of Business Development of any changes in ownership or |
| Contra of your frm or anyother matters of fcts affecting your fms egw for cerfeaton |
| ‘The City may commence actons to remove your firm's eligi if you fal to noi us of any |
| changes in ownership, management or convo, or otherwise fal cooperate with he Cty in |
| ‘any lnguly or investigation, Removal of eigbily procedures may also be commenced your |
| firm is found to be invoWed in bidcing or contractual regularities |
|
|
| ‘Your fim’ name willbe listed inthe Citys Directory of Disadvantaged Business Enterpricus, |
| [Ninoy Business Enterprises and Women Gusiness Enterprises n the specalty area) of |
|
|
| ‘Architectural and Interior Design Services; Construction Management |
| ‘Your fam's partiipation on City contracts wil be credted only toward MBE goais In your |
| ‘ar2a(s) of specialty While your participation on City contracts nat limited to your spect, |
| Credit toward MBE goals wil be given ony for work done Inthe specialty category |
|
|
| ‘Thank you for your continued interest in the City's Minority, Women and Disadvantages |
| Business Enterprise Programs. |
|
|
| Very truly yours, |
|
|
| Ligva |
|
|
| UNTITLED-114 |
| SCHEDULE C-1 - |
| Letter of Intent from MBE/WBE to Perform |
| as Subcontractor, Supplier and/or Consultant |
|
|
| Prof. municipal Code |
| Name of ProjectContract:"Baviat Services |
|
|
| Specification Number: _ 3858 |
| From: __Shah Engineering, tne. MBE: Yes No |
| Sa ana WBE. Yeo N |
| V3 Infrastructure Services, Ltd. |
| To: and the City of Chicago: |
|
|
| The undersigned intends to perform work in connection withthe above projects as a |
|
|
| Sole Proprietor Corporation |
| partnership —— Joint Venture |
|
|
| ‘The MBE/AWBE status of the undersigned is confirmed by the attached leter of Certification from the Cty of |
| Chicago effective date of ___warch 19,2002 to March 31, 2003 fora penod of |
| ‘one year. |
|
|
| ‘The undersigned is prepared to provide the following described services or supply the following described |
| foods in connection with the above named project/contract: |
|
|
| Provide Professional Engineering Services |
|
|
| ‘The above described performance is offered forthe following price and described terms of payment: |
| Depend Upon Specific Request (pum) |
|
|
| W more space is needed to fully describe the MBEMWBE firm's proposed scope of work and/or payment |
| schedule, atach additional sheets. |
|
|
| ‘The undersigned will enter into a formal writen agreement for the above work with you as a Prme |
| Contractor, conditioned upon your execution of a contract with the City of Chicago, and will do so within |
|
|
| (3) three working days of receipt ofa signed contract from the “ of Chicago, |
|
|
| Se SO |
| Manu Shah, President |
|
|
| 03/17/03 |
|
|
| 312-836-9900 x 101 |
|
|
| UNTITLED-115, |
| ty ot Chie |
| Richard M.D, Mayor |
| Deparment |
| Proceenat Serie |
| Dard Mae |
| Chater fer |
| uy tat, Rom 403 |
| (tN Le Set |
| Gu nn tt 126 |
| Gin nso. |
|
|
| 613) 4ase8crm |
| pute cilbeg ot |
|
|
| RECEIVED |
| MAR 2 2 2002 |
|
|
| NEgpORHQgDS |
|
|
| Manu Shah, President |
| Shah Engineering, Inc. |
| (One IBM Piaza, Suite 3200 |
| Chicago, tinois 60611 |
|
|
| Re: 4" ANNIVERSARY CERTIFICATION |
| Certification Effective: ‘March 19, 2002 |
| Certification Expires March 31. 2007 |
| ‘Annual Affidavit Certiicate Expires: March 31, 2003, |
|
|
| Dear Mr. Shah: |
|
|
| Congratulations on your continued eliiblty for certification as a DBE/MBE by |
| the City of Chicago. Re-validation of Shah Engineering, Inc.'s certification is |
| ‘required by March 31, 2003, |
|
|
| [As @ condition of continued certification during this five year period, you must |
| ‘promptly natty the Office of Business Development of any changes in ownership |
| ‘or control of your fm or any other matters or facts affecting your firm's eligibility |
| for certification, |
|
|
| ‘The City may commence actions to remove your firm's eligiblty if you fail to |
| ‘oti us of any changes in ownership, management or control, or otherwise fai |
| to cooperate withthe City in any inquiry oF vestigation. Removal of eligbilty |
| procedures may also be commenced if your fim is found to be involved in |
| Bidding or contractual irregularities. |
|
|
| ‘Your firm's name will be listed inthe City’s Directory of Disadvantaged Business |
| Enterprises, Minority Business Enterprises and Women Business Enterprises in |
| the specialty area(s) of |
|
|
| Architectural and Engineering Services; Surveying; Construction |
| Management |
|
|
| ‘Your firm's participation on City contracts willbe credited only toward DBE/MBE |
|
|
| {goals in your area(s) of specialty. While your participation on City contracts 1s |
|
|
| ‘ot limited to your specialty, credit toward DBE/MBE goals will be given only for |
|
|
| work done in the specialty catagory |
|
|
| ‘Thank you for your continued interest in the City's Minority, Women and |
| Disadvantaged Business Enterprise Programs. |
|
|
| Veryfruly yours, |
| ‘uti f \ |
| Diregtor of Certhidation |
|
|
| Lied) |
|
|
| UNTITLED-116 |
|
|
| RECEIVED |
| FEB 2 0 2003, |
|
|
| February 7, 2003 sn once |
|
|
| Manu Shah, PresidenCEO |
| Shah Engineering, Inc. |
| ‘One IBM Plaza, Suite 3200 |
| Chicago, ilinois 60611 |
|
|
| Gipson Dear Mr. Shah: |
| i maser |
| eer ‘On February 03, 2003, we received your application to the City of |
| ‘Chicago for recertification as a Disadvantaged Business |
| Enterprise/Minorty Business Enterprise and/or Women Business |
| Enterprise (DBE/MBEMWBE). Since your current certification does not |
| ‘expire until March 31, 2003, your firm met its obligation to apply for |
| continued eligibility before the expiration date. As a courtesy, this |
| lottor extends your certification for 60 days from the date of |
| expiration, |
|
|
| Ifyou have any further questions regarding the certification status of |
| your firm, please contact Mr. Leon Moore, at (312)744-1193. |
|
|
| a |
| Ls Paane |
|
|
| Mk 4 |
| Te atin |
|
|
| Lym |
|
|
| NopoRpATS |
|
|
| UNTITLED-117, |
| SCHEDULE C-1 |
| Letter of Intent from MBE/WBE to Perform |
| ‘as Subcontractor, Supplier and/or Consultant |
|
|
| Name of Project Contract’ REO Professional Municipal Code Review Services - |
| Wi |
|
|
| Specification Number: 3858 |
|
|
| From: Jacobs/Ryan Associates —_ MBE, Yes___ No_X_ |
| (eet WBE: Fem) WBE Yes__X No___ |
| To: V3 Inftastructure Services. Ltd. and the City of Chicago |
|
|
| anti Conse Be Pope) |
| ‘The undersigned intends to perform work in connection with the above projects as a |
|
|
| Sole Proprietor Corporation |
| XK Partnership Te roint Venture |
|
|
| ‘The MBE/WBE status ofthe undersigned is confirmed by the attached letter of Certification from |
|
|
| the city of Chicago effective date of __September 9.2002 __to_une 30,2003 |
| fora period of one year |
|
|
| “The undersigned is prepared to provide the following described services or supply the following |
| described goods in connection withthe above named projecucontract. |
| Landscape Architectural Design Services |
|
|
| The sbove described performance is offered forthe following pice and described terms of |
| payment _ |
| Va, 500 DvP |
|
|
| ‘more space is nesded to filly describe the MBEIWEBE firms’ proposed scope of work andlor |
| payment schedule, attach additional sheets |
|
|
| ‘The undersigned will enter into a formal written agreement for the above work with you as a |
| Prime Contractor, conditioned upon your execution ofa contract with the City of Chicago, and |
| il do so within 3) three working days of recip ofa signed contrac rom the ity of Chicago |
|
|
| ‘poy Covet |
|
|
| ‘Senor of Omer Abed Ra) |
|
|
| Nase Te Pe |
|
|
| March 17,2003 |
|
|
| @i2)664-3217 |
|
|
| UNTITLED-118 |
| Terry Wartiner Ryan, Partner |
|
|
| Jacobe-Ryan Associates |
| igo 1827 N. Sandburg Terace |
| hard Dae, Mayr CChieage, no's 60810 |
| Demet Re: 2“ ANNIVERSARY CERTIFICATION |
| remeron Certetion Efectve: September 9, 2002 |
| Day Moe Cartcation Expres: June 30,2008 |
| irc Oe ‘Annual Afzal Certiicate Expres: June 30,2003 |
| iy Rom 83 |
| 12) herb Lal Set ‘Dear Me, Wantneryar: |
| na 8 |
| Gistuese Congratulations on your continued eigibity for certcation as a DBEMWBE bythe City of |
| Bin a230.0mM ‘Chicago, Re-validaton ofJacobe-Ryan Associates cerficston is requred by |
| Inpirencotticgsorg | dupe 30,2003. |
|
|
| |As a condition of continued certification during tis fve year period, you must continue to fle |
| ‘8 No-Change Affdavit wihin 60 days ofthe dat of expiration. Please note that you must |
| Include 2 copy of your most current Corporate Federal Tax Returns. Failure to te tis |
| ‘Affidavit wil result inte termination of your ceriicaton, |
|
|
| ‘You must also notty the Office of Business Development of any changes in ownership or |
| convo! your fem or any ater mater or facts affectng you rm seigibity for carfeaton. |
|
|
| The City may commence actions to remove your firm's elighilty you fale notty us of any |
| changes in ownership, management or control, or ctherwise fl to cooperate with the Cy |
| In any inquty or investigaton. Removal o eligbly procesures may aiso be commenced |
| Yur firm's found tobe involved in bedding or contractual iregulartes. |
|
|
| ‘Your ems name willbe listed in the City’s Directory of Disadvantaged Business Enterpnses, |
| Minonty Business Enterprses and Women Business Enterprises nthe specialty area(s) ot |
|
|
| Landscape Architectural Design Services |
| Your fr’s participation on City contract wilbe credited only toward DBENWBE goalsin your |
| area(s) of specially. While your patiepation on City contact isnot ited to your spect. |
| ‘redit toward DBE/WBE goals wil be given ony for work done in the specialty category |
|
|
| ‘Thank you for your continued interest in the Ciy's Minocty, Women and Disadvantaged |
| Business Enterprise Programs, |
|
|
| Lcigva |
|
|
| UNTITLED-119 |
| SCHEDULE C-1 |
| Letter of intent from MBEIWBE to Perform |
| as Subcontractor, Supplier and/or Consultant |
|
|
| Name of ProjectContact: Professional Municipal Code Review Services |
|
|
| ‘Specification Number 3858 |
| From:_Envrcnmental Design inlemationa, inc, MBE: Yes = _X__No |
| ‘Rane WOE Pt |
| WBE: Yes = _x__ No |
| To: and the City of Chicago: |
|
|
| 9 Inrastuctuce |
| hae er BS |
| ‘The undersigned intend to pertocm workin connection wah the above projec as & |
| Sale Proprietor —X_Corporaton |
| Partnership Sent Ventre |
| ‘The MBE/WBE status of the undersigned is confirmed by the attached letter of Certticaton trom the Cy of Chicago |
| cffectve date of September 18, 2002 fo August 31,2003 for period of one year. |
|
|
| ‘The undersigned is prepared o provide the following described services or supply the folowing described goss in |
| connection wah the above named projeciconract. |
|
|
| Envkonmental Encineerng |
|
|
| Te above deere pefomance i oflered reflow pce ed escrbed ts of poment |
| cur *22, 507 |
| mor space i reededo iy dserbe he MBEABE fs propose scope of work andr peyman shea, ach |
| Marra aes |
|
|
| ‘The undersigned wil ener ino a formal written agreement forthe above work with you 9s a Prime Contractor, conctoned |
| ‘upon your, execution of a conract with the City of Chicago, and wal do $0 wihin (3) tee working Says of recep! of 3 |
| signed contrct from the City of Chicago |
|
|
| (312) 356-5400 |
|
|
| UNTITLED-120 |
| cayot rage |
| fchrd Dee, Maer |
|
|
| epee of |
| Proce Serves |
| David aoe |
|
|
| hi Procoet Oi |
|
|
| (ya, oo 9 |
| {21 North alee |
| hig, io 2 |
| (Gin Ne-000 |
|
|
| Gia 2330 ry |
| pte oleae oe |
|
|
| Deborah M. Sawyer, President |
| Environmental Design Intemational, nc. |
| 200 S. Michigan Avenue, Suite 700, |
| Chicago, linois 60804 |
|
|
| Re: ™ ANNIVERSARY CERTIFICATION |
| CCerifcaton Effective: Septemiver 18, 2002 |
| Certfeaton Expres: February 28, 2007 |
| ‘Annual Affdavit Certificate Expires: August 31, 2003, |
|
|
| of Chicago. Revalidation of Environmental Design International, Inc.'s cartiication |
| required by August 31, 2003, |
|
|
| ‘As acondiion of continued certiicaton during this fve year period, you must continue to fle |
| ‘9 No-Change Affidavit within 60 days ofthe dat of expiation. Please note that you must |
| Include 2 copy of your most current Corporate Federal Tax Returns. Failure to file this |
| “Atfcavit wil resi nthe tarmination of your certification |
|
|
| ‘You must also notiy the Office of Business Development of any changes in ownership of |
| ‘contol of your frm or any other matters orfacts affecang your firm's eigibiy for cersiicaton, |
|
|
| “The City may commence actions to remove your fms egibllty i you fail to notity us of any |
| changes in ownership, management oF contel or otherwise fll to cooperate withthe City |
| In any inquiry or rveatigaton. Removal of eigiilly procedures may also be commenced if |
| {Your firm's found tobe involved In bidding OF contractual iregularte. |
|
|
| ‘Your firm's name willbe sted inthe City's Directory of Disadvantaged Business Enterprises, |
| Minonty Business Enterprises and Wornen Business Enterprises inthe specially area(s) of |
|
|
| ‘Your firm's partcipation on City contracts willbe credited only toward DBE/MBE/WBE goals |
| Inyour area(e) of specialty. While your particpation on City contracs is not kmited to your |
| specialy, credt toward DBE/MBE/WBE goals willbe given only for work done inthe specialty |
| category, |
|
|
| ‘Thank you for your continued interest inthe City's Minority, Women and Disadvantaged |
| Business Enterprise Programs. |
|
|
| ri |
|
|
| UNTITLED-121 |
| SCHEDULE D-1 |
| ‘Afidavt of MBEAVBE Goal implementation Plan |
|
|
| Project Name ;_MuBkcipal Code |
| Compliance Review Services |
|
|
| State of qlinois |
|
|
| County (Gy) of SK |
|
|
| | HEREBY DECLARE AND AFFIRM that | am duly authorized representative of: |
| V1 infrastructure Serubeege Ut dy |
|
|
| ‘and that | have personally reviewed the material and fact st forth herein describing our proposed plan to achieve |
| the MBE/WBE goals ofthis contract. |
|
|
| ‘All MBEMBE firms included inthis plan have been certified as such by the City of Chicago (Letters of Certification |
| ‘Atached). |
|
|
| |. MBE or WBE Prime Consultant/Contractor. I prime consultant i a certified MBE or WBE firm, attach copy |
| (of Cty of Chicago Letter of Certification. (Certification of the prime consultant as a MBE satisfies the MBE |
| goal only. Certification of the prime consultant as a WBE satisfies the WBE goal only.) |
|
|
| 1. —-MBEs and WBEs as Joint Venturers. If prime consultant i joint venture and one or more joint venture |
| partners are certified MBEs or WBFs, atach copies of Letters of Certification and a copy of Joint Venture |
| ‘Agreement clearly describing the role of the MBEMWBE firm(s) and its ownership interest in the joint venture. |
|
|
| IL MBEAWBE Subconsultants. Complete for each MBE/WBE subconsultantsubcontractor/supplier. |
|
|
| 1. Name o(G@BGWoE,_Cuajardo Associates Lic |
|
|
| Address:_445 E. Illinois Street, Suite 650, Chicago, IL 60611 |
|
|
| Contact Peron: Alphonse G, Guajara Phone: 312-661-1500 |
| Dollar Amount of Participation $_ pur, 59 020 |
| Percent Amount of Participation: 5-9 % |
|
|
| ing, Inc. |
|
|
| 2. Name o(fABBwee._Shah_ Engines |
|
|
| ‘Address:_0N@ IBM Plaza, Suite 3200, Chicago, TL 60611 |
|
|
| Contact P Manu Shah Phone:312-836-9000 |
|
|
| Dollar Amount of Patcpation $__9-U-R._//D,027 |
|
|
| Percent Amount of Participation: 19-0, |
|
|
| UNTITLED-122 |
| SCHEDULE D-1 |
|
|
| 3. Name of MBEM(BD_Environsental Design International, tne. |
|
|
| ‘Address:__200 8. Michigan Avenue, Suite 700, Chicago, IL 60604 |
|
|
| Contact Penon; ‘Deborah M. Sawyer Phone: 312-356-5400 |
|
|
| Dollar Amount of Panicipation $_D°U-8+ Ba 5ee |
| Percent Amount of Patcipation: 2.25 % |
| 4 cf maeQi) T8cobs/Ryan Associates |
|
|
| Address: 1527 MW, Sandburg Terrace, Schaumburg, IL 60610 |
|
|
| contact. Terry Warriner Ryan Phone: 312-664-3217 |
|
|
| Dols Amount of Panpaions_ BUR. 22 Soe |
|
|
| Percent Amount of Participation: 7:25 |
|
|
| 5. Name of MBEWBE: |
|
|
| Address |
|
|
| Contact Person: Phone: |
|
|
| Dollar Amount of Participation $. |
| Percent Amount of Participation: = _$ |
|
|
| Name of MBEAWBE: |
|
|
| Address: |
|
|
| Contact Person: Phone: |
|
|
| Dollar Amount of Participation 8, |
| Percent Amount of Participation: * |
|
|
| 7. Name of MBEWBE: |
|
|
| Address: |
|
|
| Contact Person: Phone: |
|
|
| Dollar Amount of Participation 8, |
|
|
| Percent Amount of Participation: |
|
|
| UNTITLED-123 |
| SCHEDULE D-1 |
|
|
| 8. Attach additional sheets as needed. |
|
|
| 1, Summary of MBE Proposal: |
|
|
| MBE Firm Name Dollar Amount Percent Amount |
| ‘of Patcipation of participation |
|
|
| Guairardo Associates spun Bore aes |
|
|
| Shab Enginesring— Sauer? =.) |
|
|
| s % |
|
|
| 5 % |
|
|
| Total MBE Pantcipation: s % |
|
|
| V. Summary of WBE Proposal: |
|
|
| WE Fir Name Dollar Amount Percent Amount |
| of Participation of parcipation |
|
|
| Environmental Design Internationals” .0.Reo9502 2.25 |
|
|
| Jacobs /Ryan Associates SDR SPP 2.25% |
|
|
| 5 % |
|
|
| Fy % |
|
|
| 5 % |
|
|
| Total WEE Paricipaion: s % |
|
|
| To the best of my knowledge , information and belie, the facts and representations contained in this Schedule are |
| true, and no material facts have been omitted. |
|
|
| ‘The contractor designates the following person as their MBE/WBE Liaison Officer: |
|
|
| Name Jeffery 7. Kline Phone Number:_312 |
|
|
| 19-1985 |
|
|
| {do solemnly declare and affirm under penalties of perjury thatthe contents ofthe foregoing document are true and |
| ‘correct, and that | am authorized, on behalf ofthe contractor, to make yhisafidava, |
|
|
| i |
|
|
| essa |
|
|
| This inrument was acknowledged before me on 3/23 dat) |
|
|
| es cemoar wesc ae |
|
|
| oy Sea ge Se geet eh wate |
|
|
| of __V3 Infrastructure Services, Gta.seme of party on behalf of whom instrument |
| was executed) |
|
|
| EILNA |
|
|
| pat on a |
|
|
| Seal) \ vc |
| real Neary Pde |
|
|
| UNTITLED-124 |
| Sit em nC Se, |
|
|
| EXHIBIT 5 |
|
|
| Confidentiality Agreement |
|
|
| UNTITLED-125 |
| Confidentiality Agreement |
| To: |
|
|
| Executive Director |
|
|
| Department of Construction and Permits |
|
|
| From: |
| {Gnsert name of Contractor / Subcontractor /Thdividual) |
|
|
| ‘Grin ey |
|
|
| ‘Subject: Municipal Code Compliance Review Services |
| Specification No.: ("Agreement") |
|
|
| Wel acknowledge thatthe Project we/l aream working on pursuant to the Agreement |
| involves confidential documents (-Docameats", including plans, drawings, data and materials |
| (e4, correction sheets, Municipal Code of Chicago information and specifications), prepared, |
| assembled or encountered by of provided to us/me pursuant tothe Agreement, and those |
| Documents are property of the City or permit applicants and are confidential, except as |
| specifically authorized inthis Agreement or as may be requied by law. |
|
|
| Well acknowledge thatthe unauthorized dissemination of Documents or information |
| about them will damage the City of Chicago and third partes, |
|
|
| ‘Wet agree to maintain the confidentiality ofthe Documents |
| By: |
|
|
| Name: |
|
|
| File: |
|
|
| Subscribed and swom to before me this_day of. w_. |
|
|
| Notary Public |
|
|
| My Commission expires: |
|
|
| sevssed 10107031 |
|
|
| UNTITLED-126 |
| EXHIBIT 6 |
| ‘Task Order Form |
|
|
| pevsued (0707001 |
|
|
| UNTITLED-127 |
| Task Order Form |
| ‘TASK ORDER |
|
|
| ‘Specification No.: |
| Contract No: |
|
|
| Contractor: |
|
|
| Project |
|
|
| Time / Schedule: |
|
|
| DESCRIPTION NUMBER OF HOURS HOURLY | TOTAL |
| RATE |
| Total |
| Approved: |
|
|
| Executive Director, |
| Department of Construction and Permits |
|
|
| Approved: |
| (Chief Procurement Officer |
|
|
| UNTITLED-128 |
| EXHIBIT 7 |
|
|
| CITY OF CHICAGO |
| DEPARTMENT OF CONSTRUCTION AND PERMITS, |
|
|
| UNTITLED-129 |
| CITY OF CHICAGO |
| DEPARTMENT OF CONSTRUCTION AND PERMITS. |
|
|
| PLAN COMPLIANCE WITH MUNICIPAL CODE |
| Contractor (Reviewer/"We"): |
| ‘Task Order No.Project Description: |
|
|
| Developer Services No. |
| Developer Agreement No. |
|
|
| DATE |
| ‘We have performed or have supervised performance of municipal code compliance reviews and |
| related services with regard to the Project referenced above, including final review ofall ofthe |
| Developer's plans. We are of the professional opinion tha the plans comply withthe Municipal |
| Code of the City of Chicago. Accordingly, we approve them for purposes ofthe Department's |
| issuance ofa permit for construction ofthe Project. |
|
|
| 1am authorized to execute this form on behalf ofthe Contractor. |
|
|
| By: |
|
|
| Prin or type name of signatory: |
|
|
| UNTITLED-130 |
| Signature Page |
| ‘SIGNED at Chicago, Illinois: |
|
|
| crrv ore ae |
|
|
| re |
| (President or Authorized Officer) |
|
|
| state of Lines |
| County of Cenk |
| ‘This instrument was acknowledged before me om 20{A_ (date) by |
|
|
| (eames of pero as (ope of authority, eg, officer, trustee, |
| (ame of party on behalf of whom instrument was |
|
|
| Rats |
| L ReGER |
|
|
| sot 218 sie oe |
| Const siracs cae |
|
|
| Revised (0207031 |
|
|
| UNTITLED-131 |
|
|