request for proposal (rfp) for maggie daley park … · 2018. 6. 21. · department of purchasing...

51
DEPARTMENT OF PURCHASING FOR THE DEPARTMENT OF PLANNING & CONSTRUCTION NORTH GRANT PARK CONSTRUCTION SERVICES PRE-QUALIFIED POOL SOLICITATION REQUEST FOR PROPOSAL (RFP) FOR MAGGIE DALEY PARK RENOVATION PHASE 2 P-12017-02 MANDATORY PRE-SUBMITTAL CONFERENCE: APRIL 23, 2013 at 10:00 A.M., C.S.T. Chicago Park District 541 N. Fairbanks, Fifth Floor - Room 5A Chicago, Illinois 60611 PROPOSAL DUE DATE: MAY 13, 2013 at 3:00 P.M., C.S.T. Bryan Traubert President, Board of Commissioners Michael P. Kelly General Superintendent and CEO Raffi Sarrafian Director of Purchasing

Upload: others

Post on 11-Oct-2020

4 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: REQUEST FOR PROPOSAL (RFP) FOR MAGGIE DALEY PARK … · 2018. 6. 21. · department of purchasing for the department of planning & construction north grant park construction services

DEPARTMENT OF PURCHASING FOR THE

DEPARTMENT OF PLANNING & CONSTRUCTION

NORTH GRANT PARK CONSTRUCTION SERVICES PRE-QUALIFIED POOL SOLICITATION

REQUEST FOR PROPOSAL (RFP) FOR

MAGGIE DALEY PARK RENOVATION – PHASE 2

P-12017-02

MANDATORY PRE-SUBMITTAL CONFERENCE: APRIL 23, 2013 at 10:00 A.M., C.S.T. Chicago Park District

541 N. Fairbanks, Fifth Floor - Room 5A Chicago, Illinois 60611

PROPOSAL DUE DATE: MAY 13, 2013 at 3:00 P.M., C.S.T.

Bryan Traubert President, Board of Commissioners

Michael P. Kelly

General Superintendent and CEO

Raffi Sarrafian Director of Purchasing

Page 2: REQUEST FOR PROPOSAL (RFP) FOR MAGGIE DALEY PARK … · 2018. 6. 21. · department of purchasing for the department of planning & construction north grant park construction services
Page 3: REQUEST FOR PROPOSAL (RFP) FOR MAGGIE DALEY PARK … · 2018. 6. 21. · department of purchasing for the department of planning & construction north grant park construction services

Project Manual for

North Grant Park

Chicago, IL

100% Bid Documents – Phase 2

04/12/2013

OwnerChicago Park District

541 North Fairbanks Court Chicago, IL

Landscape Architect – Prime Consultant Michael Van Valkenburgh Associates, Inc. Landscape Architects, PC 231 Concord Avenue Cambridge, MA 02139 Tel: 617.864.2076 / Fax: 617.492.3128 Civil & Structural Engineer Infrastructure Engineer, Inc. 33 W. Monroe Street, Suite 1540 Chicago, IL 60603 Tel: 312.425.9560 / Fax: 312.425.9564 Mechanical, Electrical & Plumbing Engineer & Code Consultant Primera Engineers, Ltd. 100 South Wacker Drive, Suite 700 Chicago, IL, 60606 Tel: 312.606.0910 / Fax: 312.606.0415 Lighting Designer Domingo Gonzalez Associates 25 Park Place, 5

th Floor

New York, NY 10007 Tel: 212.608.4800 / Fax: 212.385.9160 Local Landscape Architect Terry Guen Design Associates, Inc. 714 S. Dearborn Avenue, 5th Floor Chicago, IL 60605 Tel: 312.337.9145 / Fax: 312.337.9146 Cost Estimator Construction Resources & Management 8002 Cripple Creek Drive Long Grove, IL 60047 Tel: 847.566.2800 / Fax: 847.566.0700

Soils Consultant Craul Land Scientist 2505 Buchenhorst Rd. State College, PA Tel: 814.867.5086 / Fax: 814.867.508 Surveyor Environmental Design Int’l. 33 W. Monroe Street, Suite 1825 Chicago, IL 60603 Tel: 312.345.1400 / Fax: 312.345.0529 Ice Ribbon Engineer Stantec Consulting Services, Inc. 2235 Highway 36 W St. Paul, MN 55113 Tel. 651.636.4600 / Fax. 651.636.1311 Rock Climbing Consultant Entre-Prises USA 63085 18th Street, Suite 101 Bend, OR 97701 Tel: 541.388.3248 / Fax: 541.788.7809 Irrigation Consultant WC3, Inc. 11A Robinson Manor Boulevard Extension McKees Rocks, PA 15136 Tel: 773.923.9300 / Fax: 773.923.9305 Graphic Designer Cardosi Kiper Design Group, Inc. 2437 South Western Avenue Chicago, IL 60608 Tel: 773.923.9300 / Fax: 773.923.9305 Geotechnical Engineer GSG Consultants, Inc. 855 West Adams Street, #200 Chicago, IL 60607 Tel: 312.733.6262 / Fax: 312.733.5612

Page 4: REQUEST FOR PROPOSAL (RFP) FOR MAGGIE DALEY PARK … · 2018. 6. 21. · department of purchasing for the department of planning & construction north grant park construction services
Page 5: REQUEST FOR PROPOSAL (RFP) FOR MAGGIE DALEY PARK … · 2018. 6. 21. · department of purchasing for the department of planning & construction north grant park construction services

Maggie Daley Park Renovation – Phase 2

P-12017-02 2

TABLE OF CONTENTS

SECTION TOPIC PAGE

I. Project Overview……………………………………………………………… 3

II. Scope of Work………………………………………………………………… 5

III. Proposal Information………………………………………………………… 7

IV. Proposal Requirements-Contents………………………………………… 10

V. Proposal Requirements-Packaging and Delivering…………………… 11

VI. Requirements of the Awardee……………………………………………… 12

VII. Evaluation and Selection Process…………………………………………. 13

Attachments Signature Page………………………………………………………………... 14 Cost Proposal - Base Price………………………………………..………….. 15 Proposal Deposit………………………………………………………………. 18 Cost Proposal - Alternates………………………………………..………….. 19 Schedule of Unit Prices……………………………………………………….. 21 MBE/WBE Compliance Conditions………………………………………….. 24 Instructions for Completing Schedule A & B……………………………….. 30 MBE/WBE Forms: Schedule A & B…………………………………………. 31 Subcontractor Form……………………………………………………………. 38 MBE/WBE Utilization Reporting Requirements…………………………….. 39 No Response Form……………………………………………………………. 40 Exhibit A – Cook County Prevailing Wage…………………………………… 41 Project Specific Contract ……………………………………………………….. 49

Page 6: REQUEST FOR PROPOSAL (RFP) FOR MAGGIE DALEY PARK … · 2018. 6. 21. · department of purchasing for the department of planning & construction north grant park construction services

Maggie Daley Park Renovation – Phase 2

P-12017-02 3

I. PROJECT OVERVIEW

A. General Scope of Services

The Chicago Park District (“CPD”) seeks to continue construction of a new, world-class, multi-functional park at Maggie Daley Park (formerly known as North Grant Park) and invites members of the North Grant Park Construction Pre-Qualified Pool to submit proposals in response to this RFP for Phase 2 of the project. Daley Bicentennial Plaza is the cap to the 3,700 car underground Millennium Lakeside Garage (formerly known as the East Monroe Garage) completed in 1979 which added approximately 20 acres to Grant Park. The Millennium Lakeside Parking Garage is undergoing extensive renovation which required the removal of the Plaza in its entirety for repairs to the roof membrane. The renovation of the Millennium Lakeside parking structure provided CPD a chance to reconsider the design and function of the area directly over the garage.

Phase 1 of the construction of Maggie Daley Park, currently in progress, includes the removal of existing site elements at Daley Bicentennial Plaza and Peanut Park, protection of existing features to remain, removal and stockpile of the existing on-site soils, modifications to the existing parking garage HVAC system including vents and plenums, and cast-in-place concrete foundations for limited new structural components tied to the garage structure. Refer to the Maggie Daley Park Project – Phase 1 Conformed Set dated January 8, 2013, and included as a part of this package for reference only for additional information. The repairs to the Millennium Lakeside Garage (“Garage”) lid slab and pedestrian tunnels are also under construction at this time. The Garage repairs (by others) include but are not be limited to: lid slab concrete repairs including partial and full depth concrete repairs, overhead slab repairs at the underside, vertical surface concrete repairs at the pedestrian tunnels, stairs, airshaft walls and other concrete elements, drainage improvements to the garage slab, including geofoam infill; and thermal and moisture protection including new hot applied fabric reinforced waterproofing system. Note that the waterproofing scope of work includes the waterproofing of the concrete structures installed as a part of Phase 1 of the Maggie Daley Park Project as well as the existing Daley Bicentennial field house structure. Refer to “Lakeside (East Monroe) Garage Lid and Access Tunnels Repair and Waterproofing” Construction Set dated October 22, 2012, and included as part of this package for reference only for additional information. The Awardee will be required to sequence work in close coordination with the Phase 1 renovation and Garage repairs, both currently underway and concurrent with this Scope of Work. Areas of work and access to the site will overlap between contracts. Additionally, the Awardee for each phase shall join its work with that of others and perform all work in proper sequence to that of others. Finally, the Awardee for each phase shall conduct its work so as not to interfere with or hinder the progress of the completion of the work being performed by other contractors and shall comply with Section XV of the General Conditions. Services the Awardee will perform include but are not limited to the following:

1. Mobilization and demobilization, establishment and maintenance of project baseline and field engineering. Construction administration responsibilities including coordination of construction meetings, preparation and distribution of meeting minutes, preparation and updating of submittals, RFI logs and other project logs and preparation of graphics regarding site logistics and construction sequencing.

2. Coordination with the Park District’s Phase 1 General Contractor and Chicago Loop Parking’s project team, which includes their Construction Manager, Contractor, Architect and Operator, will be required at certain times concurrent to the duration of this project.

Page 7: REQUEST FOR PROPOSAL (RFP) FOR MAGGIE DALEY PARK … · 2018. 6. 21. · department of purchasing for the department of planning & construction north grant park construction services

Maggie Daley Park Renovation – Phase 2

P-12017-02 4

3. Vehicular and pedestrian traffic control including the installation, maintenance, removals and relocation of existing and new construction fencing, access gates, and other measures required for site security and maintenance of traffic during construction.

4. Protection of existing structures, utilities and features which are to remain including the Millennium Lakeside Garage (below), its waterproofing system and associated components, the existing field house, the BP Bridge and the Cancer Survivor’s Garden.

5. Providing temporary measures including temporary facilities, temporary fencing, erosion and sedimentation control, cutting and patching, dewatering, excavation support and protection.

6. Complying with environmental requirements including green building and other environmental and sustainable practices.

7. Site work including site preparation and clearing, excavating, backfilling and compacting for utilities, lightweight foam fill and insulation, dewatering, excavation support and protection, erosion and sedimentation control, geosynthetic stabilized earth slopes, water distribution, sanitary sewerage storm utility drainage piping, bituminous concrete pavement, exposed aggregate concrete pavement, tennis court surfacing and accessories, concrete pavement, fencing, site metal handrails, guardrails and gates, site furnishings and other miscellaneous site improvements and all other work included.

8. Special construction associated with the Children’s Play Garden. Extensive specialty play design and multifunctional elements will complement custom equipment based play. Defined in terms of topography and planting, the Play Garden is divided into four unique areas including the Garden of Surprises, the Enchanted Forest, the Slide Crater and the Wave Lawn. Work will consist of poured-in-place play surfacing and tile play surfacing, play equipment including play ship, lighthouse and harbor, tower bridge, swings, and other play elements including reclaimed art trees and timber surfacing

9. Special construction associated with the Rock Climbing including bouldering wall and expert wall. Fiberglass reinforced surface, structural supports, bracket and base plate connections, structural reinforcing, concrete foundations and equipment.

10. Fine grading and planting soil system including stockpiled site soil and imported engineering / manufactured soils, the evaluation of water infiltration, inspection and testing of the subgrade, preparation of soil mixes, installation and placement of soils in specified horizons, decompaction of soils, organic amendments and landscape underdrainage piping.

11. Landscape improvements including planting trees and shrubs, groundcover, perennial and herbaceous plants, liquid biological amendment, mulch, fertilizer and other soil amendment applications, plant anchoring system. Lawns including sodding and seeding including organic fertilizer and other soil amendment applications. Complete irrigation system.

12. Structural foundations including cast-in-place concrete, concrete reinforcement and concrete forms and accessories. Cast-in-place concrete staircases and retaining walls.

13. Work associated with the equipment building including concrete unit masonry construction, steel doors and frames and louvers. Work associated with new site support structures such as concession stand and restroom facility.

14. Special construction associated with the Ice Ribbon including ice ribbon concrete floor surface, ice ribbon railing, ice ribbon expansion joints, compressors, chiller, condenser, centrifugal pumps, waste heat recovery system, chemical treatment system, refrigeration system insulation, ice system piping specialties, ice system piping and fittings, ice system valves and ice system electrical.

15. Fire protection of the equipment building including dry pipe sprinkler system, connections to service, sprinkler heads and intermediate piping, branch, main and miscellaneous piping and system accessories, engineering and system testing.

Page 8: REQUEST FOR PROPOSAL (RFP) FOR MAGGIE DALEY PARK … · 2018. 6. 21. · department of purchasing for the department of planning & construction north grant park construction services

Maggie Daley Park Renovation – Phase 2

P-12017-02 5

16. Plumbing and mechanical for the equipment building and field house including plumbing insulation, HVAC piping and equipment, HVAC insulation, mechanical valves, plumbing valves, meters and gages for HVAC piping, domestic water piping and specialties, sanitary waste and vent piping, storm drainage piping and specialties, natural gas piping, condensing boilers, breechings, chimneys and stacks, propeller unit heaters, metal ducts and accessories, centrifugal fans, variable frequency controllers, temperature controls, testing, adjusting and balancing.

17. Electrical work including grounding and bonding, conductors and cables, raceways and boxes, wiring devices, lighting control devices, hangers and supports for electrical systems, enclosed switches and circuit breakers, enclosed controllers, panelboards, motor-control centers, low voltage transformers, fuses, interior lighting, exterior pedestrian lighting and fire alarm system. Exterior lighting including 60’ tall steel light structures and tennis court lighting.

B. Project Location

Maggie Daley Park

331 East Randolph Street Chicago, IL 60601

II. SCOPE OF WORK

A. Anticipated Project Schedule

RFP distributed to pool April 16, 2013 Mandatory Pre-Submittal Meeting April 23, 2013 at 10:00 a.m. c.s.t. Questions due May 3, 2013 at 4:30 p.m. c.s.t. Proposals due May 13, 2013 at 3:00 p.m. c.s.t. CPD Board June 12, 2013 Projected Notice-to-proceed issued (NTP) June 26, 2013 Construction Milestone Dates

Planting Soils Pre-Placement Activities Complete November 1, 2013 Anticipated Waterproofing Complete (by Others) November 25, 2013 Aggregate Installed over Waterproofing December 20, 2013 Commencement of Soil Placement April 14, 2014

Substantial Completion October 15, 2014 Planting Substantial Completion November 15, 2014 (With the exception of any approved spring plantings)

Site Open to the Public November 24, 2014 Peanut Park & Spring Planting Substantial Completion May 15, 2015 Final Acceptance June 15, 2015

The CPD must approve in writing any change to the project schedule. Furthermore, the Awardee must submit its request for a schedule change in writing to the CPD prior to the implementation of any schedule change.

B. Project Completion Time

Time for completion of the work shall commence on the date set forth in the Notice to Proceed issued by the CPD. Under no circumstances shall the Awardee commence the work until the required Performance and Payment Bonds and insurance certificates have been furnished to the Department of Purchasing and awardee has received a Notice to Proceed. Any delay by the Awardee in returning the required Performance and Payment Bonds and evidence of insurance coverage shall not extend the time for completion.

Page 9: REQUEST FOR PROPOSAL (RFP) FOR MAGGIE DALEY PARK … · 2018. 6. 21. · department of purchasing for the department of planning & construction north grant park construction services

Maggie Daley Park Renovation – Phase 2

P-12017-02 6

C. Standards of Work

At a minimum, all work performed for this project will comply with the following standards:

1. The terms, conditions, and responsibilities of the RFQ P-12017: North Grant Park Construction and Master Independent Contractor Agreement for North Grant Park Construction Services

2. Drawings and Technical Specifications attached to this RFP 3. Chicago Landscape Ordinance 4. All applicable ADA codes 5. Chicago Building Code 6. Chicago Energy Code

7. Chicago Standard: Building Healthy, Smart, and Green

D. Detailed Scope of Services The Drawings and Technical Specifications attached to this RFP provide the detailed scope of services for this project. The Awardee will comply with these documents.

E. Project Site Investigation Submitters are expected to investigate the project site and become thoroughly familiar with all work locations and associated project tasks prior to submitting their proposal. The CPD will not approve requests for additional compensation that are a product of the submitter’s failure to conduct a thorough site investigation and/or not having a thorough understanding of the scope of services. Access to the existing project site, Daley Bicentennial Field House and Millennium Lakeside Garage is limited. Prospective submitters must make arrangement with the CPD for access to these facilities. Contractors must contact the CPD project manager, Nichole Sheehan at 312-742-4290 to arrange access to these facilities.

F. Subcontractors The submitter shall include in its proposal the names of all subcontractors that the submitter expects to utilize for the performance of all subdivisions of work, together with the division of work. The Awardee shall subcontract only with competent and responsible subcontractors. The CPD reserves the right to approve all subcontractors. The Awardee shall not replace, add, or remove any subcontractor without the prior written consent of the Director of Purchasing. Such consent by the CPD shall not be unreasonably withheld.

G. Prevailing Wage The Awardee and each subcontractor shall comply with all applicable prevailing wage requirements. See Exhibit A for the Prevailing Wage Schedule. The Awardee shall comply with 820ILCS 130/0.01 et seq., as it may be amended (the “Act”), so long as the Act is in effect, in order to ensure that such persons covered by the Act are paid the prevailing wage rates as ascertained by the Illinois Department of Labor. The RFP lists the specified rates to be paid to all those employed in the contract. If the Illinois Department of Labor revises such prevailing wage rates, the revised rates shall apply to all such contracts.

Page 10: REQUEST FOR PROPOSAL (RFP) FOR MAGGIE DALEY PARK … · 2018. 6. 21. · department of purchasing for the department of planning & construction north grant park construction services

Maggie Daley Park Renovation – Phase 2

P-12017-02 7

The Illinois Department of Labor makes available each month’s prevailing wage rate schedule at its home page. Also, if the Illinois Department of Labor revises such prevailing wage rates, the revised rates shall apply to all such contracts. The monthly prevailing wage rate schedules and any revised prevailing wage rates are available at the Illinois Department of Labor’s web site http://www.state.il.us/agency/idol/

III. PROPOSAL INFORMATION

A. Examination of Proposal Documents

RFP documents obtained from any source other than the CPD cannot be assumed complete, and proposals prepared from such documents are subject to rejection. It is expected that each submitter will read the entire RFP document with care, and will submit the forms contained in this RFP without alteration. The CPD will not accept RFP documents that have been reformatted or recreated by the submitter. It is also expected that each submitter will carefully review its proposal before submittal to the Department of Purchasing, to confirm that it meets all requirements set forth in the Proposal Information and Proposal Requirements sections. The submitter’s negligence in these matters, or the failure of the submitter to ask relevant questions before the submittal due date will not relieve the submitter of any obligations to comply, in every detail, with all provisions and requirements of the RFP document, if the submitter is awarded a contract. Conversation with an attorney is recommended, since this document may have important legal consequences.

B. Mandatory Pre-Submittal Meeting

Attendance is mandatory at the pre-submittal meeting Prospective Submitters are required to attend the on-site pre-submittal meeting. If the prospective submitter does not attend, he/she cannot submit a proposal. Additionally, if a non-attendee attempts to submit a proposal, that proposal will not be considered. The mandatory pre-submittal meeting will include a detailed review of the scope of work by the project architect. The mandatory pre-submittal meeting is scheduled for April 23, 2013 at 10:00 a.m. c.s.t. Mandatory Pre-Submittal Meeting Location:

Chicago Park District 541 N. Fairbanks Court, 5

th Floor

Room 5A Chicago, Illinois 60611

C. Proposal Due Date

All proposals must be received in the Department of Purchasing on or before May 13, 2013 at 3:00 p.m., c.s.t.

Late Proposals

Late proposals will not be accepted. The CPD does not specify the method by which proposals are to be delivered. Accordingly, the CPD is not held responsible for any delay, regardless of reason, in the delivery of proposals to the Department of Purchasing. Proposals delivered by mail or messenger will be considered only when said proposals are received in the Department of Purchasing at or before the due date and time. The CPD does not guarantee that proposals received in the building by mail

Page 11: REQUEST FOR PROPOSAL (RFP) FOR MAGGIE DALEY PARK … · 2018. 6. 21. · department of purchasing for the department of planning & construction north grant park construction services

Maggie Daley Park Renovation – Phase 2

P-12017-02 8

or messenger will be delivered to the Department of Purchasing before the due date and time. Proposals delayed will not be considered and will be returned unopened. Additionally, any material misrepresentations made by the submitter(s) will void the response and eliminate the submitter from further consideration. The CPD reserves all rights with regard to this solicitation.

D. Questions

If a prospective submitter is in doubt as to the true meaning of any part of the RFP, he/she may submit to the Director of Purchasing (or his/her designee) a written request for an answer, an interpretation, or the correction of any ambiguity; as set forth. Questions concerning this RFP must be submitted in writing by 4:30 p.m. Central Standard Time, May 3, 2013 to:

Michael Azzo Department of Purchasing 541 N. Fairbanks Court, 3

rd Floor

Chicago, Illinois 60611 Fax: 312-742-5326 E-Mail: [email protected]

Questions submitted after the date and time above will not be answered. Failure on the part of the prospective submitter to receive written interpretations, clarifications, or answers prior to the time of receipt of proposals will NOT be grounds for the withdrawal of the submitter’s proposal after it is submitted. Any correction, revision, answer, or clarification of the proposal documents will be made only by a written Addendum (if something in the RFP is changed) or a Clarifications/Answers document (if nothing in the RFP is changed) duly issued by the Director of Purchasing or his/her designee. A copy of such an Addendum or Clarifications/Answers will be faxed, mailed, or e-mailed to each person recorded as having obtained a copy of the RFP from the CPD. Nonetheless, the CPD will not be liable for the submitter’s failure to obtain any addenda that may be issued for this RFP; it is the sole responsibility of the submitter to obtain such addenda. No addenda will be within five (5) business days of the proposal due date, unless it is an addendum canceling the RFP, or one that postpones the proposal due date. Submitter must acknowledge receipt of each addendum as identified on the RFP’s signature page. It is not necessary to acknowledge receipt of a Clarifications/Answers document. If representatives of the CPD address questions at a pre-submittal meeting, no such statements made shall in any way bind the CPD. Prospective submitters must still submit all questions in writing to the Director of Purchasing (or his/her designee) by the date and time specified herein. A reply, if any, will be issued in the form of an addendum or a clarification, as set out above.

E. Competency of Submitter

The submitter, if requested, must present within a reasonable time (as determined by the Director of Purchasing or his/her designee) evidence satisfactory to the Director of Purchasing or his/her designee of the ability to successfully perform on any contract

Page 12: REQUEST FOR PROPOSAL (RFP) FOR MAGGIE DALEY PARK … · 2018. 6. 21. · department of purchasing for the department of planning & construction north grant park construction services

Maggie Daley Park Renovation – Phase 2

P-12017-02 9

awarded pursuant to this proposal, and the possession of necessary facilities, labor, materials, equipment, supplies, expertise, financial resources, and adequate insurance to comply with all of the terms of this RFP and any contract awarded pursuant to its provisions. No contract or Notice to Proceed will be awarded to any person, business or corporation that is in arrears or is in default with the CPD upon any debt of contract, or that is defaulter, as surety or otherwise, upon any obligation to said CPD, or has failed to perform faithfully on any previous contract with the CPD.

F. Incurred Costs

All costs incurred in the preparation and submission of proposals shall be borne by the submitter.

G. Return of Proposals

The CPD is under no obligation to return any proposal or material submitted by the submitter as a response to this RFP.

H. MBE/WBE Compliance

Since MBE/WBE compliance is mandatory, special attention should be given to the requirements set forth in the Compliance Conditions regarding participation by certified minority- and women-owned business enterprises.

I. Reserved Rights

The Director of Purchasing or his/her designee shall represent the CPD in all matters pertaining to this RFP. The Director of Purchasing reserves the right at any time and for any reason to cancel this RFP, to reject any or all proposals, or to accept any proposal or part of a proposal, which in his/her judgment will be in the best interest of the public. This includes the right to award this contract to one or more firms; by region or by multiple regions; or by category or section as published in this specification.

The Director of Purchasing or his/her designee also reserves the right to disregard any minor informality in the proposal when, in his/her opinion, the best interests of the CPD will be served by such action.

End of Proposal Information

Page 13: REQUEST FOR PROPOSAL (RFP) FOR MAGGIE DALEY PARK … · 2018. 6. 21. · department of purchasing for the department of planning & construction north grant park construction services

Maggie Daley Park Renovation – Phase 2

P-12017-02 10

IV. PROPOSAL REQUIREMENTS – CONTENTS

A. Signature Page

B. Cost Proposal - Lump Sum Price

C. Cost Proposal - Alternates and Voluntary Alternates

D. Schedule of Unit Prices

E. MBE/WBE Schedule A, Schedule B and Certification Letters

F. Subcontractor Form

G. Narrative: Describe your general understanding of this project and your proposed methodology/approach/sequencing that will limit disruption to CPD staff and patrons. The narrative should be no more than three (3) pages.

H. Confirmation of Anticipated Project Schedule: Please confirm in your narrative that your company can meet the anticipated project schedule set forth on page 3.

I. Personnel: Identify the project manager and key personnel who will be assigned to this project and indicate their project-specific responsibilities/activities. This staffing plan should reflect the submitter’s personnel strengths and clearly identify the individuals assigned to the project. Also, provide an organization chart for this project.

J. Subcontractor Qualifications: Contractor shall submit qualifications of the following subcontractors to be used in the project with their proposal. Refer to the associated specification sections for qualification requirements:

1. Landscape Contractor (Sections 02900, 02930, and 02940) 2. Planting Soils System Contractor (Section 02950) 3. Play Equipment Installation Contractor (Section 02881) 4. Ice Ribbon Installation Contractor (Section 13175) 5. Climbing Wall Installation Contractor (Section 13120)

K. Proposal Deposit

1. For cost proposals of $25,000 or more, the submitter is required to submit a

proposal deposit in an amount equal to 5% of the cost of the proposal. Cost proposals of less than $25,000 do not require a proposal deposit.

2. The Proposal Deposit must be in the form of one of these four options:

a. A proposal (bid) bond executed by a surety satisfactory to the CPD b. A money order c. A cashier’s check issued by a bank in good standing d. A certified check drawn on a bank in good standing

The Proposal Deposit must be payable to the order of the Chicago Park District.

Company checks and cash are not acceptable forms of proposal deposits.

L. Project Specific Contract: Signed.

End of Proposal Requirements – Contents

Page 14: REQUEST FOR PROPOSAL (RFP) FOR MAGGIE DALEY PARK … · 2018. 6. 21. · department of purchasing for the department of planning & construction north grant park construction services

Maggie Daley Park Renovation – Phase 2

P-12017-02 11

V. PROPOSAL REQUIREMENTS – PACKAGING AND DELIVERING

A. Packaging the Proposal

1. Submit one (1) original and four (4) copies of the proposal for a total of five (5)

sets. Each set must be complete. Clearly identify the original set as the original.

2. The proposal must be sealed.

a. All sets must be secured in one package. b. The box, envelope, or package must be clearly marked as follows:

RFP Number: P-12017-02 Maggie Daley Park Renovation - Phase 2

3. Do not put your company’s name and address on the proposal package.

4. Address the box, envelope, or package to:

Chicago Park District Department of Purchasing 541 N. Fairbanks Court, 3

rd Floor

Chicago, Illinois 60611

B. Delivering the Proposal

1. All proposals must be received in the Department of Purchasing on or before May 13, 2013 at 3:00 p.m.,c.s.t.

a. The submitter is responsible for ensuring the timely delivery of the

proposal to the Department of Purchasing.

b. Proposals sent via the U.S. mail or other delivery services will be considered only if they are received in the Department of Purchasing on or before May 13, 2013 at 3:00 p.m. The CPD does not guarantee that proposals received in the building by mail or other delivery services will be delivered to the Department of Purchasing on or before May 13, 2013 at 3:00 p.m, c.s.t.

2. LATE PROPOSALS WILL NOT BE ACCEPTED. See “Late Proposals” for

further information.

End of Proposal Requirements – Packaging and Delivering

Page 15: REQUEST FOR PROPOSAL (RFP) FOR MAGGIE DALEY PARK … · 2018. 6. 21. · department of purchasing for the department of planning & construction north grant park construction services

Maggie Daley Park Renovation – Phase 2

P-12017-02 12

VI. REQUIREMENTS OF THE AWARDEE

A. Self-Performance

The Awardee must perform a minimum of 15% of the work with its own forces.

B. Performance Bond 1. The Awardee will be required to furnish a performance bond in the

amount of 100% of the total proposal.

2. The performance bond must be received by the CPD before a Notice-to- Proceed will be issued.

C. Payment Bond

1. The Awardee will be required to furnish a payment bond in the amount of 100%

of the total proposal.

2. The payment bond must be received by the CPD before a Notice-to-Proceed will be issued.

To expedite issuance of the Notice-to-Proceed, performance and payment bonds may be initially submitted via fax, followed by a signed original sent via U.S. Postal Service, addressed as follows:

Raffi Sarrafian Director of Purchasing Chicago Park District 541 N. Fairbanks Court, 3

rd Floor

Chicago, Illinois 60611 Fax: 312-742-5326

End of Requirements of the Awardee

Page 16: REQUEST FOR PROPOSAL (RFP) FOR MAGGIE DALEY PARK … · 2018. 6. 21. · department of purchasing for the department of planning & construction north grant park construction services

Maggie Daley Park Renovation – Phase 2

P-12017-02 13

VII. EVALUATION AND SELECTION PROCESS

All proposals that are submitted by the due date and time will first be reviewed by the Department of Purchasing in order to determine the responsiveness of the proposal. In order to be considered responsive, the proposal must include all forms and documents requested in the “Proposal Requirements–Contents” section above, and be signed and notarized where required. If any of these requirements are lacking, the proposal may be deemed non-responsive and removed from consideration. All responsive proposals will be forwarded to the CPD Evaluation Committee (“EC”) for evaluation. A. Evaluation Criteria

1. Quality of the proposal

a. The availability and strength of personnel assigned to the project

b. Demonstration of an accurate and full understanding of the project, including scale, scope, any unique elements, and general approach to achieve the project’s goals

c. Ability to begin and perform the work in a timely manner in accordance with the provided schedules and specifications, and the capacity to provide all services within the necessary time frame

d. Subcontractor plan capable of accomplishing the project goals and objectives

2. Compliance with MBE/WBE goals

3. Cost(s) for the services which must be based solely on the information in this

RFP

4. Past performance in terms of quality of work, compliance with performance schedules, and compliance with contract terms

B. Discussion of Proposals

The CPD may conduct discussions with any responsive submitter in order to clarify questions regarding their proposal, and/or to reach a mutual and complete understanding of the services to be rendered. The CPD may seek clarification from a submitter at any time, and failure to respond promptly is cause for elimination. Alternately, the CPD may award a contract or contracts based upon initial proposals received, without discussions such as those referred to above. Accordingly, each proposal should be submitted with the most favorable terms to the CPD that can be proposed.

C. Selection

The EC will select the proposal(s) that is in the best interests of the CPD based on the evaluation criteria above. The EC’s recommendation will then be forwarded to the Director of Purchasing for his/her concurrence.

End of Evaluation and Selection Process

Page 17: REQUEST FOR PROPOSAL (RFP) FOR MAGGIE DALEY PARK … · 2018. 6. 21. · department of purchasing for the department of planning & construction north grant park construction services

Maggie Daley Park Renovation – Phase 2

P-12017-02 14

SIGNATURE PAGE

This submission is to be completed and executed in accordance with the stated provisions.

IF SOMEONE OTHER THAN THE PRESIDENT SIGNS, submit a copy of the company's by-laws, a resolution, or power of attorney demonstrating that person's authority to bind the company contractually.

The undersigned hereby certifies that they have read and understand the contents of this solicitation and agree to furnish at the prices shown any or all of the services or items stated herein, subject to all instructions, terms, conditions, schedules, specifications and attachments hereto, except only to the extent that the submitter has taken express written exception in this proposal. Failure to have read and understood all of the provisions of this solicitation shall not be cause to alter the resulting contract or request additional compensation. Submitter agrees that this proposal shall be good and may not be modified or withdrawn for a period of 120 calendar days after the scheduled closing time for receipt of proposals. Criminal Code: By signing this document, the submitter hereby certifies that they are not barred from submitting a proposal

for this contract as a result of engaging in or being convicted of: (a) bid-rigging in violation of Section 3; or (b) bid rotating in violation of Section 4, of the Illinois Criminal Code of 1971, as amended (720 ILCS, 5/33E-3 and 4), or any similar offenses of any state of the United States. A submitter who makes a false statement material to this certification commits a Class 3 felony. Anti-Collusion: The submitter of this proposal hereby certifies that such proposal was not made in the interest of or on

behalf of any undisclosed person, partnership, company collusive or sham, and that said has not been a party to any agreement or collusion among submitters or prospective submitters in restraint of freedom of competition by agreement to propose a fixed price, or otherwise, or to refrain from proposing, and has not, directly or indirectly, by agreement, communication or conference with anyone, attempted to induce action prejudicial to the interest of the Chicago Park District or of any submitter or anyone else interested in the proposed contract.

Business Organization: Sole Proprietor

Partnership Limited Liability Company Corporation; State of Incorporation:

Submitter:

(Print or Type Name of Business)

Signature: Date: (Written Signature of President or Authorized Officer/Representative)

Name/Title:

(Printed or Type Name and Title of President or Authorized Officer/Representative)

Address: ______________________________________________ (Print or Type Business Address)

City/State/Zip: _____________________________________________ (Print or Type City, State and Zip Code)

Telephone #: _________________ Fax #:___________________

NOTARY: Submitters must acknowledge receipt of all addenda, if any, below.

Submitter acknowledges receipt of addenda: Number ____ _____ _____ _____

Dated ___ _____ _____ _____

NOTARY

SEAL

Page 18: REQUEST FOR PROPOSAL (RFP) FOR MAGGIE DALEY PARK … · 2018. 6. 21. · department of purchasing for the department of planning & construction north grant park construction services

Maggie Daley Park Renovation – Phase 2

P-12017-02 15

COST PROPOSAL - BASE PRICE

Perform all work described in the construction documents and meet a substantial completion date of October 15, 2014, a planting substantial completion date of November 15, 2014, a Peanut Park and spring planting substantial completion date of May 15, 2015, and a final acceptance date of June 15, 2015. The base price must include all delivery, equipment, fuel, labor, materials, transportation, trucks, vehicles, and any/all other costs associated with performing the services identified in this specification.

The submitter must complete each line in this specification. Each line must be completed in ink or by

typewriter.

1. General Requirements and Site Work

Completion of all work as described in Divisions 0, 1 & 2

of the technical specifications except as specifically

included under other items. $_______________________

2. Site Demolition and Removals

Completion of all work as shown on the

drawings, particularly the D-Series drawings and

as described in Section 02100. $_______________________

3. Excavation and Earthwork

Completion of all work as described in Sections 02222 and 02260 $_______________________

4. Lightweight Fill and Insulation

Completion of all work as described in Section 02235 $_______________________

5. Water Service, Storm and Sanitary Sewers

Completion of all work as described in Sections 02240, 02317,

02510, 02530, and 02630 $_______________________

6. Surfaces, Paving, and Landscape Walls

Completion of all work as described in Sections 02750,

02751, 02755, and 06150. $_______________________

7. Irrigation System

Completion of all work as described in Section 02810 $_______________________

8. Fences

Completion of all work as described in Sections 02820 and 02825. $_______________________

9. Site Furnishings

Completion of all work as described in Section 02870 and 04720. $_______________________

Page 19: REQUEST FOR PROPOSAL (RFP) FOR MAGGIE DALEY PARK … · 2018. 6. 21. · department of purchasing for the department of planning & construction north grant park construction services

Maggie Daley Park Renovation – Phase 2

P-12017-02 16

10. Playground Equipment

Completion of all work as described in Section 02881 $_______________________

11. Playground Surfacing System

Completion of all work as described in Section 02793 $_______________________

12. Planting and Fine Grading

Completion of all work as described in Section 02900 $_______________________

13. Lawns and Natural Landscaping

Completion of all work as described in Sections 02930 and 02940. $_______________________

14. Planting Soil System

Completion of all work as described in Section 02950 $_______________________

15. Concrete Structures

Completion of all work as described in Sections 03100, 03200,

03300 and 04210. $_______________________

16. Equipment Building

Completion of all work as described in Section 04210, 05120,

05320, 05515, 07413, 07550, 07620, 07700, 07810, 07841,

07900, 08110, and 08710. $_______________________

17. Metalwork

Completion of all work as described in Sections 05120, 05320,

and 05515. $_______________________

18. Roofing

Completion of all work as described in Sections 07550, 07620,

07700, 07810, 07841, and 07900. $_______________________

19. Ice Ribbon

Completion of all work as described in Sections 11485, 13175,

13176A, 13177B, 13177E, 13177H, 13177L, 13180, 13181,

13182, 13183, 13184A, 13184B, 13184C, 13184D, 13184E,

13184F, 13184G, 13184H, 13185, and 13930. $_______________________

20. Climbing Walls

Completion of all work as described in Section 13120 $_______________________

Page 20: REQUEST FOR PROPOSAL (RFP) FOR MAGGIE DALEY PARK … · 2018. 6. 21. · department of purchasing for the department of planning & construction north grant park construction services

Maggie Daley Park Renovation – Phase 2

P-12017-02 17

21. Plumbing Systems

Completion of all work as described in Sections 15076, 15082,

15111, 15140, 15145, 15150, 15155, 15181, 15185, and 15410. $_______________________

22. HVAC Systems

Completion of all work as described in Sections 15050, 15058,

15062, 15077, 15083, 15093, 15098, 15110, 15124, 15127,

15189, 15485, 15513, 15767, 15815, 15820, 15837, 15965,

15975, and 15990. $_______________________

23. Electrical Systems and Lighting

Completion of all work as described in Sections 16010, 16050,

16055, 16075, 16120, 16130, 16140, 16145, 16190, 16410,

16420, 16441, 16442, 16461, 16491, 16511, 16521, 16571,

16700, 16717, 16721, and 16800. $_______________________

24. Work as Required by Owner

Completion of work required as described in

Section 01330. $ 1,000,000 _

25. Fixtures, Furnishings & Equipment as Required by Owner

Completion of work required as described in

Section 01330. $ 450,000 _

The BASE PRICE for MAGGIE DALEY PARK RENOVATION - PHASE 2 (sum of prices for lines 1 through 25 above) is: DOLLARS (Words) $______________________________________ which constitutes the aggregate amount upon (Numbers) which the accompanying Bid Deposit is based.

In case of discrepancy, the amount shown in words will govern.

End of Cost Proposal – Base Price

Page 21: REQUEST FOR PROPOSAL (RFP) FOR MAGGIE DALEY PARK … · 2018. 6. 21. · department of purchasing for the department of planning & construction north grant park construction services

Maggie Daley Park Renovation – Phase 2

P-12017-02 18

PROPOSAL DEPOSIT

PROPOSAL COST IN EXCESS OF $25,000.00 MUST HAVE A 5% PROPOSAL DEPOSIT PROPOSAL COST LESS THAN $25,000.00 DOES NOT REQUIRE A PROPOSAL DEPOSIT It is understood and agreed that the base price is to be used in determining the payments to be made by the CPD in accordance with the provisions of the specifications, and that the basis of this cost proposal has been prepared solely from the submitter’s own knowledge and information, derived from sources other than the CPD, its officers, agent or employees, respecting the nature of the ground, the structures (if any) upon which the work is to be done, the character of the equipment and facilities needed, the general and local conditions and all other matters that may affect the work. In accordance with the requirements of this specification, there is deposited herewith a proposal (bid) bond executed by a surety satisfactory to the CPD, certified check, cashier's check, or money order payable to the order of the Chicago Park District in the sum of

$ , (Numbers)

which is at least 5 percent of the aggregate amount of the base price (total base proposal). In the event that the performance and payment bonds or other acceptable guarantee, as well as other documents listed in the Proposal Requirements, are not submitted within the time specified, the proposal deposit will become the property of the CPD as liquidated damages for the delay and additional expenses caused hereby.

End of Proposal Deposit

Page 22: REQUEST FOR PROPOSAL (RFP) FOR MAGGIE DALEY PARK … · 2018. 6. 21. · department of purchasing for the department of planning & construction north grant park construction services

Maggie Daley Park Renovation – Phase 2

P-12017-02 19

COST PROPOSAL- ALTERNATES

The CPD does not know at the time of the proposal due date whether it will accept the alternates to the base price and will make its determination after a review of the prices for each alternate. Additionally, if the CPD decides to include one or more alternate, then the Awardee’s cost proposal will be the base price plus or less the alternate or alternates that CPD selects. The price for each alternate will include all labor, materials, equipment and all other costs associated with performing the work.

Alternate Number 1: Peanut Park Tennis Courts

Work to include the provision and installation of the Tennis Courts as shown on Drawing L-720 and

Specification Sections 02794, 02831, and 02880. Work shall also include the additionally required

subsurface drainage detention basin.

ADD -or- DEDUCT $_____________________________

Alternate Number 2: Seed in lieu of Sod

Work to include the provision and installation of seed in lieu of sod as shown on Drawings L-604, L-605,

and L-606, and Specification Section 02930.

ADD -or- DEDUCT $_____________________________

Alternate Number 3: Concrete in lieu of Exposed Aggregate Concrete

Work to include the provision and installation of concrete pavement in lieu of exposed aggregate

concrete pavement as shown on Drawings L-301, L-302, L-303, Detail on Sheet L-900 and

Specification Section 02755.

ADD -or- DEDUCT $_____________________________

Alternate Number 4: Fire Suppression System

Work to include the deletion of the fire suppression system at the equipment building as shown on

Drawing FP-201.

ADD -or- DEDUCT $_____________________________

Alternate Number 5: Add Prefabricated Café Kiosk

Work to include the addition of the café kiosk as shown on Drawing L-985.

ADD -or- DEDUCT $_____________________________

Page 23: REQUEST FOR PROPOSAL (RFP) FOR MAGGIE DALEY PARK … · 2018. 6. 21. · department of purchasing for the department of planning & construction north grant park construction services

Maggie Daley Park Renovation – Phase 2

P-12017-02 20

COST PROPOSAL- ALTERNATES (continued)

Alternate Number 6: Add Monroe Street Sidewalk Replacement

Work to include the full replacement of the Monroe as shown on Drawing L-302.

ADD -or- DEDUCT $_____________________________

Alternate Number 7: Add Upper Randolph Street Expansion Joint Replacement

Work to include the addition of the Upper Randolph Street Expansion Joint as shown on Drawing L-

311.

ADD -or- DEDUCT $_____________________________

Alternate Number 8: Year Two through Five extended warranty period for Climbing Walls.

Work to include the extension of the maintenance and warranty period for four additional years for all

rock climbing wall components as described in Specification Section 13120.

ADD -or- DEDUCT $_____________________________

End of Cost Proposal – Alternates

Page 24: REQUEST FOR PROPOSAL (RFP) FOR MAGGIE DALEY PARK … · 2018. 6. 21. · department of purchasing for the department of planning & construction north grant park construction services

Maggie Daley Park Renovation – Phase 2

P-12017-02 21

SCHEDULE OF UNIT PRICES

Unit prices are for work to be performed on an as-needed basis only, as directed by the CPD project manager. Such work may include additions, deletions, or other revisions to the scope of work, such as those necessary due to the discovery of unforeseen conditions. Each unit price must include all equipment, fuel, labor, materials, transportation, trucks, vehicles, and any/all other costs necessary to perform the work specified. Provide unit pricing for each item or service listed below.

Description of abbreviations: SF = Square Feet LF= Lineal Feet CF = Cubic Feet EA = Each LS = Lump Sum CY = Cubic Yard

Division Description Unit Unit Price

01322 Photographic Documentation (Webcam and Hosting for two cameras)

Monthly

01564 Windscreen fabric, 6' height LF

02235 Lightweight Foam Fill CF

02317 Silt fence LF

02530 8” Ductile-Iron Sewer Pipe Class 52, ASTM A746, CA-6 Bedding Material and Backfill

LF

02630 6” Ductile Iron Pipe, CA-7 Stone Base and Backfill

LF

8” Ductile Iron Pipe, CA-7 Stone Base and Backfill

LF

6” PVC Perforated Pipe, CA-7 Stone Base and Backfill

LF

8” PVC Perforated Pipe, CA-7 Stone Base and Backfill

LF

Geotextile Fabric (Carthage 30% Woven Monofilament)

SF

02750 Exposed Aggregate Concrete Pavement and Base

SF

Page 25: REQUEST FOR PROPOSAL (RFP) FOR MAGGIE DALEY PARK … · 2018. 6. 21. · department of purchasing for the department of planning & construction north grant park construction services

Maggie Daley Park Renovation – Phase 2

P-12017-02 22

Concrete Pavement SF

02793 Surfacing Tiles and Base SF

Poured-in-place Surfacing on Concrete Base SF

Poured-in-place Surfacing on Stone Base SF

02810 4” Fixed Spray Sprinkler w/ Nozzle EA

Inline Drip Tubing LF

4” Isolation Valve EA

1.5” Class 200 Solvent Weld PVC Pipe LF

02930 Sodding SF

Seeding SF

02950 S3 Soil Layer CY

S2b Structural Soil Mix CY

S2 Soil Layer CY

S1 Soil Layer CY

Compost CY

Geofiber Reinforcement 3625BF LB

Landscape Drainage Filter Fabric SF

Page 26: REQUEST FOR PROPOSAL (RFP) FOR MAGGIE DALEY PARK … · 2018. 6. 21. · department of purchasing for the department of planning & construction north grant park construction services

Maggie Daley Park Renovation – Phase 2

P-12017-02 23

03300 Cast-in-Place Concrete CY

05120 Epoxy-Coated Steel Reinforcement Bars LB

Welded Wire Fabric #4 SF

13182 6” High Density Polyethylene Pipe LF

6” High Density Polyethylene Pipe Insulated LF

15140 2” Domestic Water Pipe (Above Grade) LF

6” Domestic Water Pipe (Above Grade) LF

16521 #6 Wire LF

#10 Wire LF

#1 Ground LF

#10 Ground LF

1” Conduit (Schedule 40 PVC) LF

2” Conduit (Schedule 40 PVC) LF

End of Schedule of Unit Prices

Page 27: REQUEST FOR PROPOSAL (RFP) FOR MAGGIE DALEY PARK … · 2018. 6. 21. · department of purchasing for the department of planning & construction north grant park construction services

Maggie Daley Park Renovation – Phase 2

P-12017-02 24

COMPLIANCE CONDITIONS Regarding participation by minority- and women-owned business enterprises

STANDARD RFP

These Compliance Conditions form a part of the contract documents.

Failure to carry out any of the commitments contained herein shall constitute a material breach of the contract.

DEFINITIONS

All terms not specifically defined in the Compliance Conditions will be governed by the definitions in the General Conditions unless the context indicates otherwise.

Broker means a person or entity that fills orders by purchasing or receiving supplies from a third party supplier rather than out of its own existing inventory, and provides no commercially useful function other than acting as a conduit between the supplier and the customer. Brokerage will not be counted toward MBE/WBE goals.

Certification or “certified” means official recognition of the MBE or WBE status of a business by a public or private entity such as the City of Chicago, the Chicago Minority Business Development Council (CMBDC), the Women’s Business Development Center (WBDC), or the Small Business Administration (SBA).

Commercially useful function means that a firm is responsible for the execution of a distinct element of the work of the contract and carries out its responsibilities by actually performing, managing, and supervising the work involved, or by fulfilling its responsibilities as joint venturer. To determine whether a firm is performing a commercially useful function, the Chicago Park District will evaluate the amount of work subcontracted, industry practices, and other relevant factors.

Contract means any contract, purchase order, or agreement awarded by any officer or agency of the Chicago Park District, or whose cost is to be paid from funds belonging to or administered by the Park District, regardless of the source.

Direct participation means the participation by an MBE or WBE as (1) the prime contractor, (2) a joint venture partner, (3) a subcontractor of a portion of the work of the contract, or (4) as the vendor of goods and/or services used in or related to the purpose of the contract.

Established business means a business entity which, by virtue of its size and capacity for competing in the markets in which it operates, does not need to be a participant in the MBE/WBE program in order to effectuate the purposes of the program as determined by the Park District. In general, a business entity shall be presumed to be an established business if it meets local and other nationally recognized standards for such status.

Indirect participation means the participation by an MBE or WBE as the supplier of goods and/or services that are not used directly for the purposes of the contract, but that are used in other aspects of the submitter’s business.

Joint venture means an association of two or more businesses formed to carry out a single business enterprise for profit, and for which purposes they combine their expertise, property, capital, efforts, skills and knowledge.

Local business means a business entity located within the counties of Cook, DuPage, Kane, Lake, McHenry or Will in the State of Illinois (the “Six-County Region”) which has the majority of its regular, full-time work force located within the six-county region.

Minority group means any of the following racial or ethnic groups:

African-Americans or Blacks (persons having origins in any of the Black racial groups in Africa)

Hispanics (persons of Spanish culture with origins in Mexico, South or Central America or the Caribbean Islands, regardless of race)

Asian-Americans (persons having origins in any of the original peoples of East Asia, Southeast Asia, the Indian subcontinent, or the Pacific Islands)

Page 28: REQUEST FOR PROPOSAL (RFP) FOR MAGGIE DALEY PARK … · 2018. 6. 21. · department of purchasing for the department of planning & construction north grant park construction services

Maggie Daley Park Renovation – Phase 2

P-12017-02 25

Other groups, or other individuals, found by the General Superintendent to be socially and economically disadvantaged and to have suffered actual racial or ethnic discrimination and decreased opportunities to compete in Chicago area markets and to do business with the Chicago Park District

For purposes of contracts funded by state or federal government sources, groups found to be eligible for the designation of DBE (Disadvantaged Business Enterprise) by such governmental sources

Minority-owned business or MBE means a local business that is certifiably at least 51% owned by one or more members of one or more minority groups, or, in the case of a publicly-held corporation, a corporation in which at least 51% of the stock is owned by one or more members of one or more minority groups, and whose management and daily business operations are controlled by one or more members of one or more minority groups, and which is not an established business.

Minority-owned business enterprise goal or MBE goal means the goal adopted for participation by MBEs by the Chicago Park District Code, Chapter XI, Section F.

Owned means having all of the customary incidents of ownership, including the right of disposition and the sharing of all risks and profits, commensurate with the degree of ownership interest.

Program means the Minority and Women-owned Business Enterprise Program enacted by Chapter XI, Section F of the Code of the Chicago Park District, and all rules, regulations, forms, and schedules promulgated thereunder.

Schedules means the Schedule A and Schedule B provided by the Park District.

Women-owned business or WBE means a local business that is certifiably at least 51% owned by one or more women, or, in the case of a publicly held corporation, a corporation in which 51% of the stock is owned by one or more women, and whose management and daily business operations are controlled by one or more women, and which is not an established business.

Women-owned business enterprise goal or WBE goal means the goal adopted for participation by WBEs by the Chicago Park District Code, Chapter XI, Section F.

I. POLICY: It is the policy of the Chicago Park District that members of minority groups and women participate to the maximum feasible extent in the performance of Park District contracts. During the performance of this contract, the submitter agrees that it shall not discriminate on the basis of race, color, religion, sex, national origin, ancestry, age, marital status, physical or mental disability, unfavorable discharge from military service, parental status, or sexual orientation in the solicitation for or purchase of goods or services, or the subcontracting of work in the performance of this contract.

II. COMMITMENT TO MBE/WBE PARTICIPATION

A. In order to be considered responsive, the submitter shall commit to the expenditure of at least 25% of the total contract price with MBEs (“MBE goal”) and at least 5% with WBEs (“WBE goal”), and identify by category the type of work, goods, or service that will be provided by MBE/WBE firms, unless, prior to the submission of the proposal, the Park District granted a percentage reduction or a waiver through the process detailed in Section II.F below. The Director of Purchasing, subject to the approval of the General Superintendent, may extend the period for the granting of reductions or waivers in order to increase the opportunities for the participation of MBEs and/or WBEs in the performance of the contract.

B. If the submitter is a certified MBE firm, the WBE requirement MUST STILL BE MET.

If the submitter is a certified WBE firm, the MBE requirement MUST STILL BE MET. A business enterprise owned by a woman who is a member of a minority group may be counted as an MBE or a WBE, BUT NOT BOTH.

C. The total dollar value of the submitter’s MBE or WBE direct participation and indirect participation shall be counted toward the MBE and/or WBE goals.

Page 29: REQUEST FOR PROPOSAL (RFP) FOR MAGGIE DALEY PARK … · 2018. 6. 21. · department of purchasing for the department of planning & construction north grant park construction services

Maggie Daley Park Renovation – Phase 2

P-12017-02 26

D. If the contract value is increased through a change order or contract modification, the MBE and WBE

expenditures must increase proportionally. E. The commitment to achieve the MBE goal and the WBE goal may be met by:

1. the submitter’s status as a MBE or a WBE (plus the addition of an MBE or WBE, whichever is not fulfilled by the bidder’s own certification); and/or

2. the submitter’s status as a joint venturer with one or more MBEs and/or WBEs. The percentage of

the ownership and control of the MBE joint venturer or WBE joint venturer shall be the percentage of participation counted toward the MBE goal and/or the WBE goal. A joint venture is eligible for participation as an MBE and/or WBE, if, and only if, all of the following requirements are satisfied:

a. the MBE or WBE venturer(s) participates in the ownership, control, management responsibilities,

risks and profits of the joint venture in proportion with the MBE and/or WBE ownership percentage;

b. the MBE and/or WBE venturer(s) is responsible for a clearly defined portion of the work of the

contract in proportion with the MBE’s and/or WBE’s ownership percentage; and c. the MBE and/or WBE venturer(s) actually performs with its own forces and using its own

equipment, work equal to at least 75% of the value of its ownership of the joint venture.

The Director of Purchasing, in consultation with appropriate Park District staff, will evaluate the proposed joint venture agreement and all other relevant documents to determine whether these requirements have been satisfied; or

3. subcontracting a portion of the work of the contract to one or more MBEs and/or WBEs:

a. A submitter may count toward its MBE or WBE goal only expenditures to firms that perform a

commercially useful function in the work of the contact. b. Brokering will not be counted toward the Program’s goals. Consistent with normal industry

practices, a MBE or WBE may enter into subcontracts; however, if an MBE or WBE subcontracts a significantly greater portion of the work of the contract than would be expected on the basis of normal industry practices, the MBE or WBE shall be presumed not to be performing a commercially useful function. The submitter may present evidence to rebut this presumption. Where an MBE or WBE, consistent with industry practices, intends to enter into further subcontracts totaling more than 25% of the value of the MBE’s or WBE’s subcontract, the MBE or WBE must submit all documents required by Section IV of these Conditions regarding all further subcontracts, except that reductions or waivers of the MBE goal or WBE goal need not be obtained. However, the dollar value of any work that is further subcontracted to other than MBEs and/or WBEs shall not be counted toward the attainment of the bidder’s MBE and/or WBE goals. This provision does not apply to MBEs or WBEs who represent manufacturers. Agreements between a submitter and an MBE or WBE in which the MBE or WBE promises not to provide subcontracting quotations to other submitters are prohibited.

4. the purchase of materials or services used in or related to the performance of the contract from one

or more MBEs and/or WBEs; or 5. the purchase or subcontracting of materials or services not specifically related to the performance of

this contract from one or more MBEs and/or WBEs (indirect participation); or 6. any combination of the foregoing.

Page 30: REQUEST FOR PROPOSAL (RFP) FOR MAGGIE DALEY PARK … · 2018. 6. 21. · department of purchasing for the department of planning & construction north grant park construction services

Maggie Daley Park Renovation – Phase 2

P-12017-02 27

F. Reduction or Waiver of the MBE goal and/or WBE goal

The Director of Purchasing, in consultation with appropriate Park District staff, shall consider any request for a reduction or a waiver of the MBE goal and/or the WBE goal when necessary. A reduction or waiver may be granted if, among other things, the reasonable and necessary requirements of the contract render sufficient subcontracting, joint venturing or other participation of MBEs and/or WBEs unfeasible or excessively costly; or, sufficient MBEs and/or WBEs capable of providing the goods and services required by the contract are not readily available despite affirmative efforts to locate such businesses. 1. If a submitter determines that it is unable to meet the required MBE goal and/or the WBE goal

through direct subcontracts, the submitter should attempt to meet the goals through indirect subcontracts.

2. In the rare instance in which indirect subcontracting also is not possible, the submitter must

request a reduction or a waiver of the goal(s) prior to submission of its proposal. In order to obtain a reduction or waiver, the submitter must document its unsuccessful solicitation (as either subcontractors or joint venturers) of a reasonable number of the appropriately certified MBEs and WBEs. Documentation must include, but is not necessarily limited to:

a. a detailed statement of efforts to identify and select portions of work identified in the

proposal solicitation for subcontracting to or joint venturing with MBEs and WBEs; and b. a listing of all MBEs and WBEs contacted and not utilized, including:

i. names, addresses and telephone numbers of MBEs and WBEs solicited; ii. date, time and method of contact; iii. a statement from each contacted MBE or WBE explaining why it was not available to

do the work, or a statement that the MBE or WBE did not respond; and iv. where relevant, documentation of all prices quoted by all subcontractors.

III. COMPLIANCE WITH MBE/WBE REQUIREMENTS

A. MBE/WBE Participation (“Schedules”)

1. Schedule A: Statement of Prime Bidder Regarding MBE/WBE Utilization. In order to achieve both the MBE and WBE goals, the prospective awardee must submit a completed Schedule A, committing the bidder to the utilization of each listed MBE and WBE, including MBE and WBE joint venturers. The prospective awardee must commit to the expenditure of a specific dollar or percentage amount of participation by each MBE and WBE firm. The total dollar or percentage commitment to proposed MBE firms must at least be equal to the MBE goal. The total dollar or percentage commitment to proposed WBE firms must at least be equal to the WBE goal. The bidder is responsible for calculating the dollar equivalent of the MBE and WBE goals. All commitments made in Schedule A must conform to the submitted Schedule Bs. The bidder will not be permitted to substitute another firm for the MBE and/or WBE listed in Schedule A, except as described in Section 2.04.03. of these Conditions.

2. Schedule B: Letter of Intent from MBE or WBE to Perform as Subcontractor, Supplier and/or

Consultant as Included in the Bidder’s Schedule A. Each Schedule B must accurately detail the work to be performed by the MBE or WBE and the agreed rates and prices.

B. Letters of Certification

A copy of each proposed MBE’s and WBE’s current letters of certification (or other certification

Page 31: REQUEST FOR PROPOSAL (RFP) FOR MAGGIE DALEY PARK … · 2018. 6. 21. · department of purchasing for the department of planning & construction north grant park construction services

Maggie Daley Park Renovation – Phase 2

P-12017-02 28

documents) must be submitted with their Schedule Bs. The Park District accepts certification by public or private entities such as the City of Chicago, the Chicago Minority Business Development Council (CMBDC), the Woman’s Business Development Center (WBDC), or the Small Business Administration (SBA). The Park District reserves the right to determine that even if an entity is certified, its inclusion in the Program does not further the Program’s purposes. The Park District – not the bidder – shall determine the adequacy of the letters of certification or other certification documents.

1. A receipt for the submittal of an application for certification is NOT AN ACCEPTABLE alternative

to a current certification letter.

2. The only ACCEPTABLE alternative to a current certification letter is a “courtesy extension letter” from the same certifying agency.

C. Evaluation of the Schedules

If the potential awardee fails to meet the MBE goal and/or the WBE goal and no reduction or waiver was granted before the proposal was submitted; or is found to be unresponsive or uncooperative; or if false statements were made in the Schedules; or if the bidder fails to cooperate promptly with the Park District, the bidder may be deemed unresponsive and eliminated from award consideration.

IV. CONTRACT PERFORMANCE

A. MBE and WBE Utilization Reports

The awardee shall maintain records of all relevant data with respect to the utilization of MBEs and WBEs, retaining these records for a period of at least three years after expiration of the contract. The awardee shall file quarterly MBE and WBE Utilization Reports. Each MBE and WBE Utilization Report will reflect the current status of current and projected payments to MBEs and WBEs. Such reports shall include the following: the name, business address, telephone number and contact person of each MBE and WBE actually involved in the performance of the contract; a description of the work performed and/or product or service supplied by each MBE or WBE; the date and amount of each payment; and such other information as may assist the Director of Purchasing in determining the awardee’s compliance with the provisions of the Program.

B. Access to Records

During the term of the contract and for a period of three years after the expiration date of the contract, the Director of Purchasing shall have access to the awardee’s books and records, including without limitation payroll records, tax returns and records, and books of account, on five business days notice, to allow the Director of Purchasing to determine the awardee’s compliance with its commitment to MBE and WBE participation and the status of any MBE or WBE performing any portion of the contract. This provision shall be in addition to, and not a substitute for, any other provision allowing inspection of the awardee’s records by any officer or official of the Chicago Park District for any purpose.

C. Substitution of MBEs and WBEs Listed in the Schedules

When the awardee believes it has become necessary to substitute a new MBE or WBE in order to actually fulfill the MBE goal or WBE goal, or to complete the work of the contract, the awardee must submit to the Director of Purchasing a written request for permission to substitute a different MBE or WBE. Any substitution must receive prior approval from the Director of Purchasing. If the participation of MBEs and/or WBEs in the contract would be reduced by the substitution, the awardee must utilize MBEs and/or WBEs in other areas of the contract to meet the MBE goal and/or WBE goal, unless a reduction or waiver is granted. Such a request must include specific reasons for the proposed substitution, stating why the MBE or WBE is unable to complete the work. Acceptable reasons include, but are not limited to, the following:

Page 32: REQUEST FOR PROPOSAL (RFP) FOR MAGGIE DALEY PARK … · 2018. 6. 21. · department of purchasing for the department of planning & construction north grant park construction services

Maggie Daley Park Renovation – Phase 2

P-12017-02 29

1. the MBE or WBE was found not to be able to perform the work as described in the Schedules, or was not able to perform on time;

2. the MBE or WBE was found not to be able to produce acceptable work; 3. the MBE or WBE was discovered to be improperly certified; or 4. the MBE or WBE later demands an unreasonable escalation of price.

The awardee’s substitution request should include the names, addresses, and officials of any proposed substitute MBE or WBE and the dollar value and scope of work of the proposed subcontract. Such notification shall also include documents that are required for the determination of proposal compliance, including the Schedules and current certification letters. The Park District will not approve extra payment for escalated costs incurred by the awardee when a substitution becomes necessary for the awardee in order to comply with the MBE goal and/or the WBE goal.

V. NON-COMPLIANCE

The following constitute material breaches of the contract and shall entitle the Park District to declare a default, terminate the contract and exercise those remedies provided for in the contract and at law or in equity: (1) failure to satisfy the MBE goal and/or the WBE goal required by the contract; or (2) the disqualification of the MBE or WBE when such status was a factor in the contract award and was misrepresented by the submitter

. A. In the event of an awardee’s non-compliance with the commitment to MBE and/or WBE participation,

the awardee agrees to pay damages to the MBEs and WBEs that were underutilized due to no fault of the MBE or WBE. The unexcused reduction of MBE and/or WBE participation in connection with a contract, including any modification thereof, shall entitle the affected MBEs and WBEs to damages. The awardee agrees to submit any dispute concerning such damages to binding arbitration by an independent arbitrator, other than any department or agency of the Chicago Park District, with reasonable expenses, including attorneys’ fees and costs being recoverable by a prevailing MBE or WBE.

B. In the event that an awardee is determined by the Director of Purchasing not to have been involved in any misrepresentation of the status of a disqualified MBE or WBE included in the Schedules, the Director of Purchasing may allow the awardee to discharge the MBE or WBE and, if possible, identify and engage a qualified MBE or WBE as a replacement. A MBE must be replaced by another MBE and a WBE must be replaced by another WBE, unless a reduction or waiver is granted.

C. If, after notice and a hearing before the Director of Purchasing, the General Superintendent determines that an awardee or a MBE or WBE has made fraudulent misrepresentations to the Director of Purchasing regarding the utilization of MBEs or WBEs, or has colluded with another making such fraudulent misrepresentations, the awardee or MBE or WBE shall be disqualified from contracting or subcontracting on additional contracts with the Park District for a period of three years.

D. The consequences provided herein shall be in addition to any other criminal or civil liability to which such entities may be subject. The General Superintendent, through the General Counsel of the Park District, shall inform the appropriate law enforcement officers of instances of fraudulent misrepresentation and collusion.

End of Compliance Conditions

Page 33: REQUEST FOR PROPOSAL (RFP) FOR MAGGIE DALEY PARK … · 2018. 6. 21. · department of purchasing for the department of planning & construction north grant park construction services

Maggie Daley Park Renovation – Phase 2

P-12017-02 30

INSTRUCTIONS FOR COMPLETING SCHEDULES A & B CHICAGO PARK DISTRICT

A. SCHEDULE A (Statement of Prime Submitter)

1. Completion of Schedule A

a. Schedule A must be completed and signed by the submitter who is the prospective awardee.

b. That submitter must commit to the expenditure of a specific dollar amount of participation by

each MBE/WBE listed on the Schedule A.

2. Joint Venture Attachment to Schedule A (Joint Venture only)

a. If the submitter’s MBE/WBE proposal includes the participation of any MBE/WBE as a joint venture partner, the submitter must submit, with the Schedule A, a copy of the parties’ Joint Venture Agreement.

b. The Alternate Signature Page of the Schedule A must be signed by the joint venture

partners.

3. Non-compliant Submittal

Failure to submit a properly completed and signed Schedule A (and joint venture documentation, if applicable) will render the submittal non-compliant, which will remove the submitter from further award consideration.

B. SCHEDULE B (Statement of MBE/WBE Firm(s))

1. Completion of Schedule B

a. A Schedule B form must be completed and signed by each MBE/WBE firm listed on the Schedule A as participating in the contract as a subcontractor. Only that subcontractor shall sign the Schedule B.

b. That MBE/WBE firm also must submit, with their Schedule B, all of their current Letters of

Certification obtained from public or private entities such as the City of Chicago, the Chicago Minority Business Development Council (CMBDC), the Women’s Business Development Center (WBDC), or the Small Business Administration.

.

2. Non-compliant Submittal

Failure of the prime submitter to submit a completed and signed Schedule B and current certification letter(s) for each subcontractor listed on the Schedule A will render the submittal non-compliant, which will remove the prime submitter from further award consideration.

End of Instruction for Completing Schedule A & B

Page 34: REQUEST FOR PROPOSAL (RFP) FOR MAGGIE DALEY PARK … · 2018. 6. 21. · department of purchasing for the department of planning & construction north grant park construction services

Maggie Daley Park Renovation – Phase 2

P-12017-02 31

SCHEDULE A

Statement of Prime Submitter Regarding Its MBE/WBE Utilization Plan

TO BE COMPLETED BY SUBMITTER ONLY Submitter: ______________________________________ Project:

Is the submitter a certified MBE/WBE? MBE: Yes No WBE: Yes No

If yes, attach all current Letters of Certification. NOTE:

CERTIFICATION OF THE SUBMITTER AS AN MBE SATISFIES ONLY THE MBE GOAL; THE WBE GOAL MUST STILL BE MET. CERTIFICATION OF THE SUBMITTER AS A WBE SATISFIES ONLY THE WBE GOAL; THE MBE GOAL MUST STILL BE MET.

CERTIFICATION OF THE SUBMITTER AS BOTH MBE AND WBE MAY SATISFY ONE GOAL ONLY.

The submitter intends to perform work in connection with this project as a:

GENDER: RACE/ETHNICITY: TYPE OF FIRM: Male Black/African American Partnership Female Hispanic American Sole Proprietorship

Asian American Corporation White American Joint Venturer Other Other

All MBE/WBE firms included in the following plan must be certified as such by a public or private organization such as the City of Chicago, Chicago Minority Business Development Council (CMBDC), Women Business

Development Center (WBDC), and the Small Business Administration.

I. Participation of MBE/WBE Firms

In determining the manner of MBE/WBE participation in the performance of this contract, the submitter shall consider involvement with MBE/WBE firms as joint venture partners, subcontractors, and suppliers of goods and services, either directly or indirectly.

A. If submitter is a joint venturer and one or more joint venture partners are certified MBEs or WBEs, attach copies of Letters of Certification and a copy of the Joint Venture Agreement clearly describing the role of the MBE/WBE firm(s) and its ownership interest in the joint venture.

B. Proposing MBE/WBE subcontractors/suppliers/consultants to perform work or supply goods or services

not directly related to the performance of this contract is considered to be indirect participation.

MBE/WBE Subcontractors/Suppliers/Consultants:

1. Name of MBE/WBE:

Address:

Contact Person: Phone:

E-mail: ______________________________________________ Fax: _______________________

MBE/WBE Participation: Dollars $ Percent: %

Will this subcontractor be used for direct or indirect participation? (circle one)

Schedule B and all current certification letters attached? Yes No

Page 35: REQUEST FOR PROPOSAL (RFP) FOR MAGGIE DALEY PARK … · 2018. 6. 21. · department of purchasing for the department of planning & construction north grant park construction services

Maggie Daley Park Renovation – Phase 2

P-12017-02 32

2. Name of MBE/WBE:

Address:

Contact Person: Phone:

E-mail: ______________________________________________ Fax: _______________________

MBE/WBE Participation: Dollars $ Percent: %

Will this subcontractor be used for direct or indirect participation? (circle one)

Schedule B and all current certification letters attached? Yes No

3. Name of MBE/WBE:

Address:

Contact Person: Phone:

E-mail: ______________________________________________ Fax: _______________________

MBE/WBE Participation: Dollars $ Percent: %

Will this subcontractor be used for direct or indirect participation? (circle one)

Schedule B and all current certification letters attached? Yes No

4. Name of MBE/WBE:

Address:

Contact Person: Phone:

E-mail: ______________________________________________ Fax: _______________________

MBE/WBE Participation: Dollars $ Percent: %

Will this subcontractor be used for direct or indirect participation? (circle one)

Schedule B and all current certification letters attached? Yes No

5. Name of MBE/WBE:

Address:

Contact Person: Phone:

E-mail: ______________________________________________ Fax: _______________________

MBE/WBE Participation: Dollars $ Percent: %

Will this subcontractor be used for direct or indirect participation? (circle one)

Schedule B and all current certification letters attached? Yes No

Page 36: REQUEST FOR PROPOSAL (RFP) FOR MAGGIE DALEY PARK … · 2018. 6. 21. · department of purchasing for the department of planning & construction north grant park construction services

Maggie Daley Park Renovation – Phase 2

P-12017-02 33

6. Name of MBE/WBE:

Address:

Contact Person: Phone:

E-mail: ______________________________________________ Fax: _______________________

MBE/WBE Participation: Dollars $ Percent: %

Will this subcontractor be used as direct or indirect participation? (circle one)

Schedule B and all current certification letters attached? Yes No

7. Name of MBE/WBE:

Address:

Contact Person: Phone:

E-mail: ______________________________________________ Fax: _______________________

MBE/WBE Participation: Dollars $ Percent: %

Will this subcontractor be used for direct or indirect participation? (circle one)

Schedule B and all current certification letters attached? Yes No

8. Name of MBE/WBE:

Address:

Contact Person: Phone:

E-mail: ______________________________________________ Fax: ______________________

MBE/WBE Participation: Dollars $ Percent: %

Will this subcontractor be used for direct or indirect participation? (circle one)

Schedule B and all current certification letters attached? Yes No

9. Name of MBE/WBE:

Address:

Contact Person: Phone:

E-mail: ______________________________________________ Fax: ______________________

MBE/WBE Participation: Dollars $ Percent: %

Will this subcontractor be used for direct or indirect participation? (circle one)

Schedule B and all current certification letters attached? Yes No

Attach additional sheets as needed.

Page 37: REQUEST FOR PROPOSAL (RFP) FOR MAGGIE DALEY PARK … · 2018. 6. 21. · department of purchasing for the department of planning & construction north grant park construction services

Maggie Daley Park Renovation – Phase 2

P-12017-02 34

II. Summary of MBE/WBE Proposal:

A. MBE Proposal:

1. MBE Participation: Dollar Amount of Percent Amount of

MBE Firm Name Participation Participation

$ %

$ %

$ %

$ %

$ %

$ %

$ %

$ %

Total MBE Participation: $ %

2. WBE Participation:

Dollar Amount of Percent Amount of

WBE Firm Name Participation Participation

$ %

$ %

$ %

$ %

$ %

$ %

$ %

$ %

Total WBE Participation: $ %

The submitter designates the following person as its MBE/WBE Liaison Officer:

( ) (Name and Title) (Phone Number)

(E-mail address)

Page 38: REQUEST FOR PROPOSAL (RFP) FOR MAGGIE DALEY PARK … · 2018. 6. 21. · department of purchasing for the department of planning & construction north grant park construction services

Maggie Daley Park Renovation – Phase 2

P-12017-02 35

To the best of my knowledge, information and belief, the facts and representations contained in this Schedule are true, and no material facts have been omitted.

Any material misrepresentation will be grounds for terminating any contract that may be awarded and for initiating action under federal or state laws concerning false statements.

Submitter: (Print or Type Name of Business)

Signature: Date:

(Written Signature of Authorized Officer/Representative)

Name/Title:

(Print or Type Name and Title of Person Signing Statement)

NOTE

If submitter is an MBE/WBE joint venture with a non-MBE/WBE firm, use the following signature page instead:

End of Schedule A

Page 39: REQUEST FOR PROPOSAL (RFP) FOR MAGGIE DALEY PARK … · 2018. 6. 21. · department of purchasing for the department of planning & construction north grant park construction services

Maggie Daley Park Renovation – Phase 2

P-12017-02 36

ALTERNATE SCHEDULE A SIGNATURE PAGE

FOR MBE/WBE JOINT VENTURE WITH A NON-MBE/WBE FIRM

Complete this signature page only if you are an MBE/WBE operating as a joint venture with a non-MBE/WBE

Firm

To the best of my knowledge, information and belief, the facts and representations contained in this Schedule are true, and no material facts have been omitted.

Any material misrepresentation will be grounds for terminating any contract that may be awarded and for

initiating action under federal or state laws concerning false statements.

NOTE: After filing this statement and before the completion of the joint venture’s work on this project, if there is any

change in the information submitted, the joint venturer must inform the Chicago Park District. (Name of MBE/WBE Partner Firm) (Name of Non-MBE/WBE Partner Firm)

(Written Signature of Authorized Officer/Representative) (Written Signature of Authorized Officer/Representative)

(Print or Type Name and Title) (Print or Type Name and Title)

(Date) (Date)

Page 40: REQUEST FOR PROPOSAL (RFP) FOR MAGGIE DALEY PARK … · 2018. 6. 21. · department of purchasing for the department of planning & construction north grant park construction services

Maggie Daley Park Renovation – Phase 2

P-12017-02 37

SCHEDULE B

Statement of Intent from MBE/WBE to Perform as Subcontractor, Supplier and/or Consultant DO NOT FILL OUT OR SIGN THIS FORM IF YOU ARE THE PRIME SUBMITTER

Project:

From: MBE: Yes No (Name of MBE/WBE Firm) WBE: Yes No

To: and the Chicago Park District: (Name of Prime Contractor-Submitter)

The undersigned intends to perform work in connection with the above projects as a:

GENDER: RACE/ETHNICITY: TYPE OF FIRM: Male Black/African American Partnership Female Hispanic American Sole Proprietorship

Asian American Corporation White American Joint Venturer Other Other

The MBE/WBE status of the undersigned is confirmed by the attached current Letters of Certification from public or private entities such as the City of Chicago, the Chicago Minority Business Development Council (CMBDC), the Women’s Business Development Center (WBDC), and the Small Business Administration.

Attach all current certification letters behind Schedule B. The undersigned is prepared to provide the following services or supply the following goods in connection with

the above project/contract:

The above described performance is offered for the following price and described terms of payment:

If more space is needed to fully describe the MBE/WBE firm’s proposed scope of work and/or payment schedule, attach additional sheets.

The undersigned will enter into a written agreement for the above work with you as prime contractor, conditioned upon your execution of a contract with the Chicago Park District, and will do so within (3) three working days of receipt of a signed contract from the Chicago Park District. Signature: Date:

(Signature of Owner or Authorized Agent of MBE/WBE) Name/Title:

(Print or Type Name and Title)

Address: _________________________________________________________________ Telephone: ______________________________________ Fax: ______________________

End of Schedule B

Page 41: REQUEST FOR PROPOSAL (RFP) FOR MAGGIE DALEY PARK … · 2018. 6. 21. · department of purchasing for the department of planning & construction north grant park construction services

Maggie Daley Park Renovation – Phase 2

P-12017-02 38

SUBCONTRACTOR FORM

Submit the names of all subcontractors your firm intends to utilize for the performance of all subdivisions of work. NOTE: 85% is the maximum total that can be subcontracted out by your firm.

SUBCONTRACTOR

WORK/PRODUCT/SERVICE

BUSINESS

ORG. YEAR

INCORPORATED OWNERSHIP

INTEREST MBE OR

WBE?

EST. % OF WORK

TO BE

PERFORMED BY

THIS SUB

EXAMPLE XXX Fence Co.

EXAMPLE Temporary fence

EXAMPLE Corp.

EXAMPLE 1989

EXAMPLE John Doe = 100 %

EXAMPLE No

EXAMPLE 7%

TOTAL MUST BE LESS THAN 85%

End of Subcontractor Form

Page 42: REQUEST FOR PROPOSAL (RFP) FOR MAGGIE DALEY PARK … · 2018. 6. 21. · department of purchasing for the department of planning & construction north grant park construction services

Maggie Daley Park Renovation – Phase 2

P-12017-02 39

MBE/WBE UTILIZATION REPORTING REQUIREMENTS CHICAGO PARK DISTRICT

CONSTRUCTION CONTRACTS The MBE/WBE Utilization Report form will be provided to the awardee with the awardee’s executed contract. The awardee’s MBE/WBE Utilization Report will be due with each request for payment. All utilization reports must be accompanied by the following supporting documentation: 1. Signed and notarized waivers of lien.

2. Copies of invoices from MBE(s) and WBE(s) for services provided on this contract only.

3. Copies of cancelled checks (both sides), wire transfers, and other forms of payments to MBE(s)

and WBE(s). These payments must be for services provided on this contract only For more information regarding the supporting documentation requirements, contact Luetha Aytch, Compliance Officer, at 312-742-4436, [email protected] Do not submit invoices with the “MBE/WBE Utilization Report”.

For more information, contact Compliance Officer, at 312-742-4436

End of MBE/WBE Utilization Reporting Requirements

Page 43: REQUEST FOR PROPOSAL (RFP) FOR MAGGIE DALEY PARK … · 2018. 6. 21. · department of purchasing for the department of planning & construction north grant park construction services

Maggie Daley Park Renovation – Phase 2

P-12017-02 40

NO RESPONSE FORM

REQUEST FOR PROPOSAL NO.: P-12017-02 NORTH GRANT PARK CONSTRUCTION

PRE-QUALIFIED POOL SOLICITATION

MAGGIE DALEY PARK CONSTRUCTION PHASE 2

Due Date: May 13, 2013, at 3:00 p.m., c.s.t.

Should you decide not to submit a response to this RFP, please complete and return/fax this form to the Purchasing Department at (312) 742-5326 on or before the proposal due date.

REASON FOR NOT RESPONDING

□ Too busy at this time

□ Scope requirements

□ Insufficient time to respond to request

□ Job too small

□ Job too large

□ Too competitive

□ Specifications too restrictive (explain below)

□ Specifications are unclear (explain below)

□ Unable to meet bond/insurance requirements

□ Other (explain below)

Remarks: ______________________________________________________________________

___________________________________________________________________ ___________________________________________________________________ ___________________________________________________________________ by: (Company Name) (Authorized Signature)

(Address) (Printed Name and Title)

(City, State, Zip Code) (Date)

End of No Response Form

Page 44: REQUEST FOR PROPOSAL (RFP) FOR MAGGIE DALEY PARK … · 2018. 6. 21. · department of purchasing for the department of planning & construction north grant park construction services

Maggie Daley Park Renovation – Phase 2

P-12017-02 41

EXHIBIT A

Cook County Prevailing Wage for April 2013

Trade Name RG TYP C Base FRMAN M-F>8 OSA OSH H/W Pensn Vac Trng

==================== == === = ====== ====== ===== === === ===== ===== ===== =====

ASBESTOS ABT-GEN ALL 36.200 36.700 1.5 1.5 2.0 12.78 9.020 0.000 0.500

ASBESTOS ABT-MEC BLD 34.160 36.660 1.5 1.5 2.0 10.82 10.66 0.000 0.720

BOILERMAKER BLD 43.450 47.360 2.0 2.0 2.0 6.970 14.66 0.000 0.350

BRICK MASON BLD 40.680 44.750 1.5 1.5 2.0 9.550 12.00 0.000 0.970

CARPENTER ALL 41.520 43.520 1.5 1.5 2.0 13.19 11.75 0.000 0.530

CEMENT MASON ALL 42.350 44.350 2.0 1.5 2.0 11.21 11.40 0.000 0.320

CERAMIC TILE FNSHER BLD 34.440 0.000 2.0 1.5 2.0 9.700 6.930 0.000 0.610

COMM. ELECT. BLD 37.500 40.150 1.5 1.5 2.0 8.420 9.980 1.100 0.700

ELECTRIC PWR EQMT OP ALL 43.350 48.350 1.5 1.5 2.0 10.38 13.50 0.000 0.430

ELECTRIC PWR GRNDMAN ALL 33.810 48.350 1.5 1.5 2.0 8.090 10.53 0.000 0.330

ELECTRIC PWR LINEMAN ALL 43.350 48.350 1.5 1.5 2.0 10.38 13.50 0.000 0.430

ELECTRICIAN ALL 42.000 44.800 1.5 1.5 2.0 12.83 13.07 0.000 0.750

ELEVATOR CONSTRUCTOR BLD 49.080 55.215 2.0 2.0 2.0 11.88 12.71 3.930 0.600

FENCE ERECTOR ALL 33.740 35.740 1.5 1.5 2.0 12.61 10.18 0.000 0.250

GLAZIER BLD 39.500 41.000 1.5 2.0 2.0 11.99 14.30 0.000 0.840

HT/FROST INSULATOR BLD 45.550 48.050 1.5 1.5 2.0 10.82 11.86 0.000 0.720

IRON WORKER ALL 40.750 42.750 2.0 2.0 2.0 13.20 19.09 0.000 0.350

LABORER ALL 36.200 36.950 1.5 1.5 2.0 12.78 9.020 0.000 0.500

LATHER ALL 41.520 43.520 1.5 1.5 2.0 13.19 11.75 0.000 0.530

MACHINIST BLD 43.550 46.050 1.5 1.5 2.0 6.130 8.950 1.850 0.000

MARBLE FINISHERS ALL 29.700 0.000 1.5 1.5 2.0 9.550 11.75 0.000 0.620

MARBLE MASON BLD 39.880 43.870 1.5 1.5 2.0 9.550 11.75 0.000 0.730

MATERIAL TESTER I ALL 26.200 0.000 1.5 1.5 2.0 12.78 9.020 0.000 0.500

MATERIALS TESTER II ALL 31.200 0.000 1.5 1.5 2.0 12.78 9.020 0.000 0.500

MILLWRIGHT ALL 41.520 43.520 1.5 1.5 2.0 13.19 11.75 0.000 0.530

OPERATING ENGINEER BLD 1 45.100 49.100 2.0 2.0 2.0 15.70 10.55 1.900 1.250

OPERATING ENGINEER BLD 2 43.800 49.100 2.0 2.0 2.0 15.70 10.55 1.900 1.250

OPERATING ENGINEER BLD 3 41.250 49.100 2.0 2.0 2.0 15.70 10.55 1.900 1.250

OPERATING ENGINEER BLD 4 39.500 49.100 2.0 2.0 2.0 15.70 10.55 1.900 1.250

OPERATING ENGINEER BLD 5 48.850 49.100 2.0 2.0 2.0 15.70 10.55 1.900 1.250

OPERATING ENGINEER BLD 6 46.100 49.100 2.0 2.0 2.0 15.70 10.55 1.900 1.250

OPERATING ENGINEER BLD 7 48.100 49.100 2.0 2.0 2.0 15.70 10.55 1.900 1.250

OPERATING ENGINEER FLT 1 51.300 51.300 1.5 1.5 2.0 11.70 8.050 1.900 1.150

OPERATING ENGINEER FLT 2 49.800 51.300 1.5 1.5 2.0 11.70 8.050 1.900 1.150

OPERATING ENGINEER FLT 3 44.350 51.300 1.5 1.5 2.0 11.70 8.050 1.900 1.150

OPERATING ENGINEER FLT 4 36.850 51.300 1.5 1.5 2.0 11.70 8.050 1.900 1.150

OPERATING ENGINEER HWY 1 43.300 47.300 1.5 1.5 2.0 15.70 10.55 1.900 1.250

OPERATING ENGINEER HWY 2 42.750 47.300 1.5 1.5 2.0 15.70 10.55 1.900 1.250

OPERATING ENGINEER HWY 3 40.700 47.300 1.5 1.5 2.0 15.70 10.55 1.900 1.250

OPERATING ENGINEER HWY 4 39.300 47.300 1.5 1.5 2.0 15.70 10.55 1.900 1.250

OPERATING ENGINEER HWY 5 38.100 47.300 1.5 1.5 2.0 15.70 10.55 1.900 1.250

OPERATING ENGINEER HWY 6 46.300 47.300 1.5 1.5 2.0 15.70 10.55 1.900 1.250

OPERATING ENGINEER HWY 7 44.300 47.300 1.5 1.5 2.0 15.70 10.55 1.900 1.250

ORNAMNTL IRON WORKER ALL 41.800 44.300 2.0 2.0 2.0 12.86 15.81 0.000 0.550

PAINTER ALL 40.000 44.750 1.5 1.5 1.5 9.750 11.10 0.000 0.770

PAINTER SIGNS BLD 33.920 38.090 1.5 1.5 1.5 2.600 2.710 0.000 0.000

PILEDRIVER ALL 41.520 43.520 1.5 1.5 2.0 13.19 11.75 0.000 0.530

PIPEFITTER BLD 45.050 48.050 1.5 1.5 2.0 8.460 14.85 0.000 1.780

PLASTERER BLD 40.250 42.670 1.5 1.5 2.0 10.85 10.94 0.000 0.550

Page 45: REQUEST FOR PROPOSAL (RFP) FOR MAGGIE DALEY PARK … · 2018. 6. 21. · department of purchasing for the department of planning & construction north grant park construction services

Maggie Daley Park Renovation – Phase 2

P-12017-02 42

PLUMBER BLD 45.000 47.000 1.5 1.5 2.0 12.53 10.06 0.000 0.880

ROOFER BLD 38.350 41.350 1.5 1.5 2.0 8.280 8.770 0.000 0.430

SHEETMETAL WORKER BLD 40.810 44.070 1.5 1.5 2.0 10.13 17.79 0.000 0.630

SIGN HANGER BLD 30.210 30.710 1.5 1.5 2.0 4.850 3.030 0.000 0.000

SPRINKLER FITTER BLD 49.200 51.200 1.5 1.5 2.0 10.25 8.350 0.000 0.450

STEEL ERECTOR ALL 40.750 42.750 2.0 2.0 2.0 13.20 19.09 0.000 0.350

STONE MASON BLD 40.680 44.750 1.5 1.5 2.0 9.550 12.00 0.000 0.970

TERRAZZO FINISHER BLD 35.510 0.000 1.5 1.5 2.0 9.700 9.320 0.000 0.400

TERRAZZO MASON BLD 39.370 42.370 1.5 1.5 2.0 9.700 10.66 0.000 0.550

TILE MASON BLD 41.430 45.430 2.0 1.5 2.0 9.700 8.640 0.000 0.710

TRAFFIC SAFETY WRKR HWY 28.250 29.850 1.5 1.5 2.0 4.896 4.175 0.000 0.000

TRUCK DRIVER E ALL 1 33.850 34.500 1.5 1.5 2.0 8.150 8.500 0.000 0.150

TRUCK DRIVER E ALL 2 34.100 34.500 1.5 1.5 2.0 8.150 8.500 0.000 0.150

TRUCK DRIVER E ALL 3 34.300 34.500 1.5 1.5 2.0 8.150 8.500 0.000 0.150

TRUCK DRIVER E ALL 4 34.500 34.500 1.5 1.5 2.0 8.150 8.500 0.000 0.150

TRUCK DRIVER W ALL 1 32.550 33.100 1.5 1.5 2.0 6.500 4.350 0.000 0.000

TRUCK DRIVER W ALL 2 32.700 33.100 1.5 1.5 2.0 6.500 4.350 0.000 0.000

TRUCK DRIVER W ALL 3 32.900 33.100 1.5 1.5 2.0 6.500 4.350 0.000 0.000

TRUCK DRIVER W ALL 4 33.100 33.100 1.5 1.5 2.0 6.500 4.350 0.000 0.000

TUCKPOINTER BLD 40.950 41.950 1.5 1.5 2.0 8.180 10.82 0.000 0.940

Legend:

RG (Region)

TYP (Trade Type - All,Highway,Building,Floating,Oil & Chip,Rivers)

C (Class)

Base (Base Wage Rate)

FRMAN (Foreman Rate)

M-F>8 (OT required for any hour greater than 8 worked each day, Mon through Fri.

OSA (Overtime (OT) is required for every hour worked on Saturday)

OSH (Overtime is required for every hour worked on Sunday and Holidays)

H/W (Health & Welfare Insurance)

Pensn (Pension)

Vac (Vacation)

Trng (Training)

Explanations

COOK COUNTY

The following list is considered as those days for which holiday rates of wages

for work performed apply: New Year’s Day, Memorial Day, Fourth of July, Labor Day,

Thanksgiving Day, Christmas Day and Veterans Day in some classifications/counties.

Generally, any of these holidays which fall on a Sunday is celebrated on the

following Monday. This then makes work performed on that Monday payable at the

Page 46: REQUEST FOR PROPOSAL (RFP) FOR MAGGIE DALEY PARK … · 2018. 6. 21. · department of purchasing for the department of planning & construction north grant park construction services

Maggie Daley Park Renovation – Phase 2

P-12017-02 43

appropriate overtime rate for holiday pay. Common practice in a given local may

alter certain days of celebration. If in doubt, please check with IDOL.

TRUCK DRIVERS (WEST) - That part of the county West of Barrington Road.

EXPLANATION OF CLASSES

ASBESTOS - GENERAL - removal of asbestos material/mold and hazardous materials

from any place in a building, including mechanical systems where those mechanical

systems are to be removed. This includes the removal of asbestos materials/mold

and hazardous materials from ductwork or pipes in a building when the building is

to be demolished at the time or at some close future date.

ASBESTOS - MECHANICAL - removal of asbestos material from mechanical systems, such

as pipes, ducts, and boilers, where the mechanical systems are to remain.

CERAMIC TILE FINISHER

The grouting, cleaning, and polishing of all classes of tile, whether for interior

or exterior purposes, all burned, glazed or unglazed products; all composition

materials, granite tiles, warning detectable tiles, cement tiles, epoxy composite

materials, pavers, glass, mosaics, fiberglass, and all substitute materials, for

tile made in tile-like units; all mixtures in tile like form of cement, metals,

and other materials that are for and intended for use as a finished floor surface,

stair treads, promenade roofs, walks, walls, ceilings, swimming pools, and all

other places where tile is to form a finished interior or exterior. The mixing of

all setting mortars including but not limited to thin-set mortars, epoxies, wall

mud, and any other sand and cement mixtures or adhesives when used in the

preparation, installation, repair, or maintenance of tile and/or similar

materials. The handling and unloading of all sand, cement, lime, tile, fixtures,

equipment, adhesives, or any other materials to be used in the preparation,

installation, repair, or maintenance of tile and/or similar materials. Ceramic

Tile Finishers shall fill all joints and voids regardless of method on all tile

work, particularly and especially after installation of said tile work.

Application of any and all protective coverings to all types of tile installations

including, but not be limited to, all soap compounds, paper products, tapes, and

all polyethylene coverings, plywood, masonite, cardboard, and any new type of

products that may be used to protect tile installations, Blastrac equipment, and

all floor scarifying equipment used in preparing floors to receive tile. The

clean-up and removal of all waste and materials. All demolition of existing tile

floors and walls to be re-tiled.

COMMUNICATIONS ELECTRICIAN

Installation, operation, inspection, maintenance, repair and service of radio,

television, recording, voice sound vision production and reproduction, telephone

and telephone interconnect, facsimile, data apparatus, coaxial, fibre optic and

wireless equipment, appliances and systems used for the transmission and reception

of signals of any nature, business, domestic, commercial, education,

entertainment, and residential purposes, including but not limited to,

communication and telephone, electronic and sound equipment, fibre optic and data

communication systems, and the performance of any task directly related to such

installation or service whether at new or existing

sites, such tasks to include the placing of wire and cable and electrical power

conduit or other raceway work within the equipment room and pulling wire and/or

cable through conduit and the installation of any incidental conduit, such that

the employees covered hereby can complete any job in full.

Page 47: REQUEST FOR PROPOSAL (RFP) FOR MAGGIE DALEY PARK … · 2018. 6. 21. · department of purchasing for the department of planning & construction north grant park construction services

Maggie Daley Park Renovation – Phase 2

P-12017-02 44

MARBLE FINISHER

Loading and unloading trucks, distribution of all materials (all stone, sand,

etc.), stocking of floors with material, performing all rigging for heavy work,

the handling of all material that may be needed for the installation of such

materials, building of scaffolding, polishing if needed, patching, waxing of

material if damaged, pointing up, caulking, grouting and cleaning of marble,

holding water on diamond or Carborundum blade or saw for setters

cutting, use of tub saw or any other saw needed for preparation of material,

drilling of holes for wires that anchor material set by setters, mixing up of

molding plaster for installation of material, mixing up thin set for the

installation of material, mixing up of sand to cement for the installation of

material and such other work as may be required in helping a Marble Setter in the

handling of all material in the erection or installation of interior marble,

slate, travertine, art marble, serpentine, alberene stone, blue stone, granite

and other stones (meaning as to stone any foreign or domestic

materials as are specified and used in building interiors and exteriors and

customarily known as stone in the trade), carrara, sanionyx, vitrolite and similar

opaque glass and the laying of all marble tile, terrazzo tile, slate tile and

precast tile, steps, risers treads, base, or any other materials that may be used

as substitutes for any of the aforementioned materials and which are used on

interior and exterior which are installed in a similar manner.

MATERIAL TESTER I: Hand coring and drilling for testing of materials; field

inspection of uncured concrete and asphalt.

MATERIAL TESTER II: Field inspection of welds, structural steel, fireproofing,

masonry, soil, facade, reinforcing steel, formwork, cured concrete, and concrete

and asphalt batch plants; adjusting proportions of bituminous mixtures.

OPERATING ENGINEER - BUILDING

Class 1. Asphalt Plant; Asphalt Spreader; Autograde; Backhoes with Caisson

Attachment; Batch Plant; Benoto (requires Two Engineers); Boiler and Throttle

Valve; Caisson Rigs; Central Redi-Mix Plant; Combination Back Hoe Front End-loader

Machine; Compressor and Throttle Valve; Concrete Breaker (Truck Mounted); Concrete

Conveyor; Concrete Conveyor (Truck Mounted); Concrete Paver Over 27E cu. ft;

Concrete Paver 27E cu. ft. and Under: Concrete Placer; Concrete Placing Boom;

Concrete Pump (Truck Mounted); Concrete Tower; Cranes, All; Cranes, Hammerhead;

Cranes, (GCI and similar Type); Creter Crane; Crusher, Stone, etc.; Derricks, All;

Derricks, Traveling; Formless Curb and

Gutter Machine; Grader, Elevating; Grouting Machines; Highlift Shovels or Front

Endloader 2-1/4 yd. and over; Hoists, Elevators, outside type rack and pinion and

similar machines; Hoists, One, Two and Three Drum; Hoists, Two Tugger One Floor;

Hydraulic Backhoes; Hydraulic Boom Trucks; Hydro Vac (and similar equipment);

Locomotives, All; Motor Patrol; Lubrication Technician; Manipulators; Pile Drivers

and Skid Rig; Post Hole Digger; Pre-Stress Machine; Pump Cretes Dual Ram; Pump

Cretes: Squeeze Cretes-Screw Type Pumps; Gypsum Bulker and Pump; Raised and Blind

Hole Drill; Roto Mill Grinder; Scoops – Tractor Drawn; Slip-Form Paver; Straddle

Buggies; Tournapull; Tractor with Boom and Side Boom; Trenching Machines.

Page 48: REQUEST FOR PROPOSAL (RFP) FOR MAGGIE DALEY PARK … · 2018. 6. 21. · department of purchasing for the department of planning & construction north grant park construction services

Maggie Daley Park Renovation – Phase 2

P-12017-02 45

Class 2. Boilers; Broom, All Power Propelled; Bulldozers; Concrete Mixer (Two Bag

and Over); Conveyor, Portable; Forklift Trucks; Highlift Shovels or Front

Endloaders under 2-1/4 yd.; Hoists, Automatic; Hoists, Inside Elevators; Hoists,

Sewer Dragging Machine; Hoists, Tugger Single Drum; Rock Drill (Self-Propelled);

Rock Drill (Truck Mounted); Rollers, All; Steam Generators; Tractors, All; Tractor

Drawn Vibratory Roller; Winch Trucks with "A" Frame.

Class 3. Air Compressor; Combination Small Equipment Operator; Generators;

Heaters, Mechanical; Hoists, Inside Elevators; Hydraulic Power Units (Pile

Driving, Extracting, and Drilling); Pumps, over 3" (1 to 3 not to exceed a total

of 300 ft.); Low Boys; Pumps, Well Points; Welding Machines (2 through 5);

Winches, 4 Small Electric Drill Winches; Bobcats (up to and including ¾ cu yd.).

Class 4. Bobcats and/or other Skid Steer Loaders (other than bobcats up to and

including ¾ cu yd.); Oilers; and Brick Forklift.

Class 5. Assistant Craft Foreman.

Class 6. Gradall.

Class 7. Mechanics.

OPERATING ENGINEERS - HIGHWAY CONSTRUCTION

Class 1. Asphalt Plant; Asphalt Heater and Planer Combination; Asphalt Heater

Scarfire; Asphalt Spreader; Autograder/GOMACO or other similar type machines: ABG

Paver; Backhoes with Caisson Attachment; Ballast Regulator; Belt Loader; Caisson

Rigs; Car Dumper; Central Redi-Mix Plant; Combination Backhoe Front Endloader

Machine, (1 cu. yd. Backhoe Bucket or over or with attachments); Concrete Breaker

(Truck Mounted); Concrete Conveyor; Concrete Paver over 27E cu. ft.; Concrete

Placer; Concrete Tube Float; Cranes, all attachments; Cranes, Tower Cranes of all

types: Creter Crane: Crusher, Stone, etc.; Derricks, All; Derrick Boats; Derricks,

Traveling; Dowell Machine with Air

Compressor; Dredges; Formless Curb and Gutter Machine; Grader, Elevating; Grader,

Motor Grader, Motor Patrol, Auto Patrol, Form Grader, Pull Grader, Subgrader;

Guard Rail Post Driver Truck Mounted; Hoists, One, Two and Three Drum; Hydraulic

Backhoes; Backhoes with shear attachments; Lubrication Technician; Manipulators;

Mucking Machine; Pile Drivers and Skid Rig; Pre-Stress Machine; Pump Cretes Dual

Ram; Rock Drill - Crawler or Skid Rig; Rock Drill – Truck Mounted; Rock/Track

Tamper; Roto Mill Grinder; Slip-Form Paver; Soil Test Drill Rig (Truck Mounted);

Straddle Buggies; Hydraulic Telescoping Form (Tunnel); Tractor Drawn Belt Loader

(with attached pusher - two engineers); Tractor with Boom; Tractaire with

Attachments; Trenching Machine; Truck Mounted Concrete Pump with Boom; Raised or

Blind Hole Drills (Tunnel Shaft); Underground Boring and/or Mining Machines 5 ft.

in diameter and over tunnel, etc; Underground Boring and/or Mining Machines under

5 ft. in diameter; Wheel Excavator; Widener (APSCO).

Class 2. Batch Plant; Bituminous Mixer; Boiler and Throttle Valve; Bulldozers; Car

Loader Trailing Conveyors; Combination Backhoe Front Endloader Machine (Less than

1 cu. yd. Backhoe Bucket or over or with attachments); Compressor and Throttle

Valve; Compressor, Common Receiver (3); Concrete Breaker or Hydro Hammer; Concrete

Grinding Machine; Concrete Mixer or Paver 7S Series to and including 27 cu. ft.;

Concrete Spreader; Concrete Curing Machine, Burlap Machine, Belting Machine and

Sealing Machine; Concrete Wheel Saw; Conveyor Muck Cars (Haglund or Similar Type);

Drills, All; Finishing Machine - Concrete; Highlift Shovels or Front Endloader;

Hoist - Sewer Dragging Machine; Hydraulic Boom Trucks (All Attachments); Hydro-

Blaster; All Locomotives, Dinky; Off-Road Hauling Units (including articulating)/2

Page 49: REQUEST FOR PROPOSAL (RFP) FOR MAGGIE DALEY PARK … · 2018. 6. 21. · department of purchasing for the department of planning & construction north grant park construction services

Maggie Daley Park Renovation – Phase 2

P-12017-02 46

ton capacity or more; Non Self-Loading Ejection Dump; Pump Cretes: Squeeze Cretes

- Screw Type Pumps, Gypsum Bulker and Pump; Roller,

Asphalt; Rotary Snow Plows; Rototiller, Seaman, etc., self-propelled; Scoops -

Tractor Drawn; Self-Propelled Compactor; Spreader - Chip - Stone, etc.; Scraper;

Scraper - Prime Mover in Tandem (Regardless of Size): Tank Car Heater; Tractors,

Push, Pulling Sheeps Foot, Disc, Compactor, etc.; Tug Boats.

Class 3. Boilers; Brooms, All Power Propelled; Cement Supply Tender; Compressor,

Common Receiver (2); Concrete Mixer (Two Bag and Over); Conveyor, Portable; Farm-

Type Tractors Used for Mowing, Seeding, etc.; Fireman on Boilers; Forklift Trucks;

Grouting Machine; Hoists, Automatic; Hoists, All Elevators; Hoists, Tugger Single

Drum; Jeep Diggers; Low Boys; Pipe Jacking Machines; Post-Hole Digger; Power Saw,

Concrete Power Driven; Pug Mills; Rollers, other than Asphalt; Seed and Straw

Blower; Steam Generators; Stump Machine; Winch Trucks with "A" Frame; Work Boats;

Tamper-Form-Motor Driven.

Class 4. Air Compressor; Combination - Small Equipment Operator; Directional

Boring Machine; Generators; Heaters, Mechanical; Hydraulic Power Unit (Pile

Driving, Extracting, or Drilling); Hydro- Blaster; Light Plants, All (1 through

5); Pumps, over 3" (1 to 3 not to exceed a total of 300 ft.); Pumps, Well Points;

Tractaire; Welding Machines (2 through 5); Winches, 4 Small Electric Drill

Winches.

Class 5. Bobcats (all); Brick Forklifts; Oilers.

Class 6. Field Mechanics and Field Welders

Class 7. Gradall and machines of like nature.

OPERATING ENGINEER - FLOATING

Class 1. Craft Foreman; Diver/Wet Tender; and Engineer (hydraulic dredge).

Class 2. Crane/Backhoe Operator; 70 Ton or over Tug Operator; Mechanic/Welder;

Assistant Engineer (Hydraulic Dredge); Leverman (Hydraulic Dredge); Diver Tender;

Friction and Lattice Boom Cranes.

Class 3. Deck Equipment Operator, Machineryman; Maintenance of Crane (over 50 ton

capacity); Tug/Launch Operator; Loader/Dozer and like equipment on Barge; and Deck

Machinery, etc.

Class 4. Deck Equipment Operator, Machineryman/Fireman (4 Equipment Units or

More); Off Road Trucks (2 ton capacity or more); Deck Hand, Tug Engineer, Crane

Maintenance 50 Ton Capacity and Under or Backhoe Weighing 115,000 pounds or less;

and Assistant Tug Operator.

TERRAZZO FINISHER

The handling of sand, cement, marble chips, and all other materials that may be

used by the Mosaic Terrazzo Mechanic, and the mixing, grinding, grouting, cleaning

and sealing of all Marble, Mosaic, and Terrazzo work, floors, base, stairs, and

wainscoting by hand or machine, and in addition, assisting and aiding Marble,

Masonic, and Terrazzo Mechanics.

TRAFFIC SAFETY

Page 50: REQUEST FOR PROPOSAL (RFP) FOR MAGGIE DALEY PARK … · 2018. 6. 21. · department of purchasing for the department of planning & construction north grant park construction services

Maggie Daley Park Renovation – Phase 2

P-12017-02 47

Work associated with barricades, horses and drums used to reduce lane usage on

highway work, the installation and removal of temporary lane markings, and the

installation and removal of temporary road signs.

TRUCK DRIVER - BUILDING, HEAVY AND HIGHWAY CONSTRUCTION - EAST & WEST

Class 1. Two or three Axle Trucks. A-frame Truck when used for transportation

purposes; Air Compressors and Welding Machines, including those pulled by cars,

pick-up trucks and tractors; Ambulances; Batch Gate Lockers; Batch Hopperman; Car

and Truck Washers; Carry-alls; Fork Lifts and Hoisters; Helpers; Mechanics

Helpers and Greasers; Oil Distributors 2-man operation; Pavement Breakers; Pole

Trailer, up to 40 feet; Power Mower Tractors; Self-propelled Chip Spreader;

Skipman; Slurry Trucks, 2-man operation; Slurry Truck Conveyor Operation, 2 or 3

man; Teamsters; Unskilled

Dumpman; and Truck Drivers hauling warning lights, barricades, and

portable toilets on the job site.

Class 2. Four axle trucks; Dump Crets and Adgetors under 7 yards; Dumpsters,

Track Trucks, Euclids, Hug Bottom Dump Turnapulls or Turnatrailers when pulling

other than self-loading equipment or similar equipment under 16 cubic yards;

Mixer Trucks under 7 yards; Ready-mix Plant Hopper Operator, and Winch Trucks, 2

Axles.

Class 3. Five axle trucks; Dump Crets and Adgetors 7 yards and over; Dumpsters,

Track Trucks, Euclids, Hug Bottom Dump Turnatrailers or turnapulls when pulling

other than self-loading equipment or similar equipment over 16 cubic yards;

Explosives and/or Fission Material Trucks; Mixer Trucks 7 yards or over; Mobile

Cranes while in transit; Oil Distributors, 1-man operation; Pole Trailer, over 40

feet; Pole and Expandable Trailers hauling material over 50 feet long; Slurry

trucks, 1-man operation; Winch trucks, 3 axles or more; Mechanic--Truck Welder

and Truck Painter.

Class 4. Six axle trucks; Dual-purpose vehicles, such as mounted crane trucks

with hoist and accessories; Foreman; Master Mechanic; Self-loading equipment like

P.B. and trucks with scoops on the front.

Other Classifications of Work:

For definitions of classifications not otherwise set out, the Department generally

has on file such definitions which are available. If a task to be performed is

not subject to one of the classifications of pay set out, the Department will upon

being contacted state which neighboring county has such a classification and

provide such rate, such rate being deemed to exist by reference in this document.

If no neighboring county rate applies to the task, the Department shall undertake

a special determination, such special

determination being then deemed to have existed under this determination. If a

project requires these, or any classification not listed, please contact IDOL at

217-782-1710 for wage rates or clarifications.

LANDSCAPING

Landscaping work falls under the existing classifications for laborer, operating

engineer and truck driver. The work performed by landscape plantsman and

landscape laborer is covered by the existing classification of laborer. The work

performed by landscape operators (regardless of equipment used or its size) is

covered by the classifications of operating engineer. The work performed by

Page 51: REQUEST FOR PROPOSAL (RFP) FOR MAGGIE DALEY PARK … · 2018. 6. 21. · department of purchasing for the department of planning & construction north grant park construction services

Maggie Daley Park Renovation – Phase 2

P-12017-02 48

landscape truck drivers (regardless of size of truck driven) is covered by the

classifications of truck driver.

End of Prevailing Wage for April 2013