RFP 287 SS4A Countywide Safety Action Plans

expired opportunity(Expired)
From: Chicago Metropolitan(Other)
287

Basic Details

started - 20 Aug, 2023 (8 months ago)

Start Date

20 Aug, 2023 (8 months ago)
due - 08 Sep, 2023 (7 months ago)

Due Date

08 Sep, 2023 (7 months ago)
Bid Notification

Type

Bid Notification
287

Identifier

287
Chicago Metropolitan Agency for Planning

Customer / Agency

Chicago Metropolitan Agency for Planning
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

August 31, 2023 REQUEST FOR PROPOSALS (RFP) NO. 287 SS4A Countywide Safety Action Plans The Chicago Metropolitan Agency for Planning (CMAP) is requesting proposals from interested firms for SS4A Countywide Safety Action Plans, as described in the enclosed Request for Proposals (RFP). CMAP will conduct a non-mandatory pre-bid information webinar on September 7, 2023, at 1:00 p.m. local time. Please use the information provided below to attend. Click here to join the meeting Meeting ID: 237 744 876 903 Passcode: tr48Wy Download Teams | Join on the web Or call in (audio only) +1 872-215-6245,,313138744# United States, Chicago Phone Conference ID: 313 138 744# Find a local number | Reset PIN Participation in the pre-bid discussion is non-mandatory, but is offered as a way to best understand the scope of work we are trying to accomplish. The questions and responses noted during the pre-bid discussion will be posted to the CMAP website. If your team is qualified and experienced in
performing the described services, CMAP would appreciate receiving your submission as indicated in the RFP. The deadline for responding to the RFP is 3:00 p.m. on September 22, 2023. Thank you, and if you have any questions, please email me at kpipercannon@cmap.illinois.gov Sincerely, Kimberly Piper-Cannon Procurement Officer kpipercannon@cmap.illinois.gov https://teams.microsoft.com/l/meetup-join/19%3ameeting_N2ExYWQ0NTgtMzUzNS00ZDMzLWJkMDgtZDRmYmIyMzAwNGY3%40thread.v2/0?context=%7b%22Tid%22%3a%2243b185b9-e6d9-45a5-8e36-4c08dc0ab1a2%22%2c%22Oid%22%3a%226d89bed5-1677-4c01-b257-70438c3c6e55%22%7d https://www.microsoft.com/en-us/microsoft-teams/download-app https://www.microsoft.com/microsoft-teams/join-a-meeting tel:+18722156245,,313138744# https://dialin.teams.microsoft.com/5b8e7c42-6fe9-42b6-9d4c-318852f156d3?id=313138744 https://dialin.teams.microsoft.com/usp/pstnconferencing mailto:kpipercannon@cmap.illinois.gov mailto:kpipercannon@cmap.illinois.gov 2 RFP 287 Countywide Safety Action Plans REQUEST FOR PROPOSALS (RFP) NO. 287 SS4A Countywide Safety Action Plans The Chicago Metropolitan Agency for Planning (CMAP) invites consultants to submit proposals for its Website Migration, Development, Content Strategy, Hosting, and Support Services RFP, as described in this scope of work. Please read each section carefully for information regarding the proposal and submittal instructions. SECTION 1: Background and General Information About CMAP The Chicago Metropolitan Agency for Planning (CMAP) is the region’s metropolitan planning organization. The agency and its partners have developed ON TO 2050, a comprehensive plan that builds upon its predecessor GO TO 2040, to help the seven counties and 284 communities of northeastern Illinois implement strategies that address community, prosperity, the environment, governance, transportation and mobility. CMAP has adopted core values, which are: lead with excellence, pursue equity, passion for public service, drive innovation and foster collaboration. These values guide all of the decisions taken by the agency and the CMAP team. See www.cmap.illinois.gov for more information. General Information As a result of responses to this RFP, CMAP plans to review submissions and conduct interviews with selected consultants it determines can best meet the requirements outlined below. Negotiations will be held on both the scope and the cost to select the consultant that CMAP believes can best satisfy its requirements at rates it perceives are reasonable for the services provided. Subject to “Reservation of Rights” below, it is anticipated that a contract will be awarded for the work described. The contract awarded will be for a period of two years with three one-year options for renewal. SECTION 2: Scope of Project and Procurement Details RFP Technical Outline Section 1: Background and General Information About CMAP The Chicago Metropolitan Agency for Planning (CMAP) is the region’s metropolitan planning organization. The agency and its partners have developed ON TO 2050, a comprehensive plan that builds upon its predecessor GO TO 2040, to help the seven counties and 284 communities of northeastern Illinois implement strategies that address community, prosperity, the environment, governance, transportation, and mobility. CMAP has adopted core values, which are: lead with excellence, pursue equity, passion for public service, drive innovation and foster collaboration. These values guide the decisions taken by the agency and the CMAP team. See http://www.cmap.illinois.gov for more information. General Information As a result of responses to this RFP, CMAP plans to review and evaluate submissions to select the consultants it determines can best meet the requirements outlined below for each of the six counties, at rates perceived to be reasonable for the services provided. Negotiations will be held on both the scope http://www.cmap.illinois.gov/ http://www.cmap.illinois.gov/ 3 RFP 287 Countywide Safety Action Plans and the cost, as needed. Subject to “Reservation of Rights” below, it is anticipated that an individual contract will be awarded for each of the six countywide Safety Action Plans described. The contract awarded will be for a period of two years. Section 2: Scope of Project and Procurement Details Project Background The U.S. Department of Transportation (USDOT) recently announced a federal grant award in the amount of $3.9 million in response to an application submitted by the Chicago Metropolitan Agency for Planning (CMAP) in partnership with the Illinois Department of Transportation (IDOT), six of the region’s counties, Metra, and several local municipalities. As a local match to the funds, IDOT will contribute $434,000 and the counties will collectively contribute $540,000 to meet the federally required local match to release the funds. The funds are provided under the Bipartisan Infrastructure Law, which establishes the new Safe Streets and Roads for All (SS4A) discretionary grant program to strengthen local approaches to roadway safety and save lives. The SS4A program supports the USDOT’s National Roadway Safety Strategy and a goal of zero deaths and serious injuries on our nation's roadways. The grant will be put toward a comprehensive, regional program called the Safe Travel for All Roadmap (STAR), which will provide a Regional Safety Action Plan Framework (“Regional Framework”) for safety research and programs to make northeastern Illinois safer for all travelers. After a steady rise since 2014, traffic deaths increased dramatically since COVID-19. In the United States, fatalities are up 18%, while fatalities in northeastern Illinois jumped 42% between 2019 and 2021. An increasing number of those killed are people walking or riding a bike. And while the traffic safety crisis affects everyone, the risk is greater among low-income and Black communities. The STAR program seeks to improve regional traffic safety in a comprehensive, equitable, data-informed, and collaborative way. In particular, the program will provide technical assistance to six (6) counties in our region to develop or update countywide Safety Action Plans (SAPs). The plans will use CMAP’s Regional Framework but also will be unique to each county — building on existing efforts and addressing local issues. Each SAP shall also be developed in accordance with the requirements set forth in the federal Safe Streets and Roads for All program which will make counties and other local jurisdictions eligible to apply for federal SS4A implementation grants. More than $1 billion in competitive safety funding are available annually through the Infrastructure Investment and Jobs Act. Project Description CMAP is seeking up to six (6) consultants (herein after referred to as “County SAP Consultant” in this document) to develop a comprehensive countywide Safety Action Plans for six (6) counties. A separate SAP will be completed for each of the following counties: Cook, DuPage, Kane, Lake, McHenry, and Will. In addition to meeting the federal guidelines for future SS4A implementation grants, the goals of each SAP include promoting safety; identifying low-cost, high-impact strategies that can improve safety over a wide geographic area; establishing equitable investment in the safety needs of underserved and historically excluded communities, which includes both urban and rural communities, by incorporating evidence-based projects and strategies; providing coordination between agencies; and aligning with the Federal Highway Administration’s mission and priorities such as equity, climate and sustainability, quality job creation, and economic strength and global competitiveness. A separate RFP will be issued for one (1) consultant to develop and execute a regionwide engagement and equity campaign (herein after referred to as “Engagement Consultant” in this document). CMAP has hired one (1) project management and oversight consultant (herein after referred to as “PMO Consultant” in this document) to oversee development of the countywide safety action plans by the County SAP Consultant(s) and the development and execution of a regionwide engagement and equity campaign by the Engagement Consultant. The PMO Consultant is not eligible to respond to this RFP for any of the six comprehensive countywide SAPs nor the forthcoming RFP for the regionwide engagement and equity campaign. Any successful County SAP prime consultants will not be eligible to respond to the forthcoming RFP for the regionwide engagement and equity campaign. The following graphic shows the 4 RFP 287 Countywide Safety Action Plans various roles: Each County will assign a local coordinator serving as the main point of contact for the project, with access to county officials and staff. (herein after referred to as “County Liaison” in this document) Scope of Services The County SAP Consultant is expected to complete the work tasks outlined below. All tasks and deliverables shall be completed in accordance with the requirements set forth in the 1) federal Safe Streets and Roads for All program, 2) the federal Safe System approach and 3) CMAP’s Preliminary Regional Framework: for safety action plans (herein after collectively referred to as “Guidelines”). Information on these requirements is included in Attachment 5 “Reference Materials”. Task 1 Planning Structure 1.1 Project Management and Controls The County SAP Consultant shall hold a project kickoff meeting and subsequent biweekly (once every two weeks) coordination meetings with CMAP, County Liaison , and the PMO Consultant. These meetings shall continue over the duration of the project, assumed to be up to 24 months. The Consultant shall develop meeting agendas and take meeting minutes. The County SAP Consultant shall develop a detailed work plan outlining the overall approach as well as specific actions and activities that will occur during the project. The County SAP Consultant shall track and monitor the progress of the project and submit monthly invoices with progress reports showing the percent of the project complete by task. Progress reports will be required to outline the work performed, upcoming tasks or milestones, status of the scope, schedule, and budget, and risk assessment with proposed mitigation. The County SAP Consultant shall have and utilize a Quality Control Plan. Deliverables: • Project Management Plan • Monthly progress reports and invoices • Agendas and meeting minutes for project management coordination meetings 1.2 Planning Structure and Goal Setting The County SAP Consultant shall be responsible for the coordination required to establish a county steering committee that is comprised of key public and private stakeholders who have interest and expertise in improving traffic safety for all roadway users. County steering committee 5 RFP 287 Countywide Safety Action Plans participation will include the County Liaison and is expected to include between 8-15 other potential members such as: • Local staff from key municipalities or townships that are responsible for transportation, such as engineering staff, public works staff, and/or mobility coordinators; • Community-based organizations focused on mobility justice and/or transportation safety for all roadway users including, but not limited to, vulnerable road users, elderly drivers, inexperienced drivers, and disability organizations; • Stakeholders related to active transportation, transit agencies, freight movement, law enforcement, schools, public health, social equity, or other issues. CMAP and the County Liaison will work to provide the County SAP Consultant with contact information for known potential stakeholders. A concerted and sustained effort shall be made to involve groups that have historically been left out of the planning process and who may be more likely to be impacted by traffic safety. The County SAP Consultant shall organize and attend regular meetings (budget for monthly) with their respective county steering committees for the duration of the project, including developing meeting agendas, meeting materials, and taking meeting minutes. CMAP and the PMO consultant shall work with the Engagement Consultant to establish a multidisciplinary regional steering committee that will oversee the development, implementation, and monitoring of the engagement for the SS4A program. The Committee will include representatives from each respective County, and additional representatives from key municipalities, townships, advocates, transit agencies, and/or other stakeholders. The County SAP Consultant is required to attend the regional steering committee meetings and incorporate the findings. The county steering committees and regional steering committee will collaborate to establish plan goals that are in alignment with the Regional Framework and lead efforts related to increasing awareness of the plan, participating in engagement activities, adoption of the goals established in the plan, and implementation of projects and strategies identified in the plan. Deliverables: • Interim Deliverable One: Project Communications and Outreach Strategy (COS) - 1.3 Planning Structure component. • Meeting agendas, materials (e.g., PowerPoint presentations, large scale maps), and minutes for county steering committee meetings Task 2 Safety Analysis 2.1 Establish Baseline The County SAP Consultant shall review the most recent five years of available IDOT crash data (to be provided) and complete an analysis of existing conditions and trends. Analysis must include all roadways within the county, regardless of jurisdiction or facility type, and include all types of roadway users, including vulnerable users. 2.2 Predictive Analysis The County SAP Consultant shall complete multi-variate regression analysis to develop county- specific Safety Performance Functions (SPFs) that estimate crash performance measures as a function of traffic volume and other independent variables (e.g., number of lanes, median type, roadway classification, intersection control, number of approach legs, speeds, socioeconomic factors). 6 RFP 287 Countywide Safety Action Plans The County SAP Consultant shall compare actual crash data to the predicted crash data to identify locations with “excess” crashes and injuries. Locations shall be assigned a Level of Service for Safety (LOSS). The County SAP Consultant shall provide data, maps, and graphics to the Engagement Consultant that convey the results this task a way that is easy to understand for a public audience. Deliverable(s): • Interim Deliverable Two: Existing Safety Conditions (ESC) – 2.1 Safety Analysis component • Data, maps, graphics, and other summary data for the Engagement Consultant Task 3 Engagement and Collaboration The Engagement Consultant will develop an engagement strategy that blends regional online engagement with in-person county-level outreach. They will develop a dashboard of performance measurers and develop materials to be used by the County SAP Consultant to create a consistent brand and style for use in outreach activities. Said materials will be designed for accessibility and translated into multiple languages. The County SAP Consultant shall develop a Communications and outreach strategy for their respective county and submit it to the Engagement Consultant for approval, and incorporation into the coordinated engagement plan. The County SAP Consultant shall conduct several in-person outreach events for their respective county in the form of steering committee hosted open houses and virtual open houses. Additionally, in consultation with CMAP and the County Liaison, the County SAP Consultant shall identify key municipal partners to: consult municipal staff to gain their unique perspectives, hold two (2) local in-person open house events, develop one (1) focused demonstration project type event, and have roadway safety conditions highlighted as examples or as templates. The County SAP Consultant shall also identify and attend several community events to meet people where they are, rather than hosting separate events focused solely on the SAP. The County Liaison and other stakeholders may host or attend additional events on behalf of the project. The specific number of required in-person events, key municipal partners, and number of community events to attend for each county is as follows: County-level engagement activities County Number of key municipal partners Number of in- person key municipal partner events Steering Committee hosted open houses (both in- person and virtual) Number of community events to attend Cook (outside the City of Chicago) 4 12 6 4 Cook (inside the City of Chicago 1 3 0 2 DuPage 3 9 3 3 Kane 3 9 3 3 Lake 3 9 3 4 McHenry 2 6 3 2 Will 3 9 3 2 7 RFP 287 Countywide Safety Action Plans Deliverables: • Interim Deliverable One: Project Communications and Outreach Strategy (COS) - 1.1 Engagement and Collaboration component. • Meeting minutes and summaries for all county-level engagement activities Task 4 Equity Analysis and Considerations The County SAP Consultant shall consider equity throughout the action plan development, including identifying higher risk areas and populations during the review of historical crash data, engagement and collaboration, and the prioritization of potential future projects, programs, and policies. This includes, but is not limited to: • Identifying underserved and historically excluded communities and Justice40 factors in the Action Plan areas • Identifying populations at increased risk for adverse safety outcomes. • Conducting an initial assessment of the impacts of proposed projects and strategies. • Use at least one federal tool in tandem with CMAP’s Community Cohorts to inclusively identify census tracts and/or municipalities that have increased need. Deliverables: • Interim Deliverable One: Project Communications and Outreach Strategy (COS) – 1.2 Equity Considerations component. • Interim Deliverable Two: Existing Safety Conditions (ESC) – 2.3 Equity Considerations component. • Interim Deliverable Four: Countermeasure and Policy Recommendations Report (CPR) – 4.3 Equity Considerations component. Task 5 Policy and Process Review The County SAP Consultant shall review existing local, state, and federal policies, plans, guidelines, and/or standards for their respective county and the key municipalities, as they relate to identifying safety issues and opportunities to improve safety. The County SAP Consultant shall obtain local safety plans or initiatives, including transportation plans and infrastructure projects (especially for vulnerable roadway users), ADA self-evaluations and transition plans, enforcement programs, emergency service plans, educational programs, and local ordinances that apply to traffic safety such as speed limit changes, designated routing for trucks, etc. The County SAP Consultant shall identify a list of opportunities, strategies, and best practices that can be applied to jurisdictions across the county to improve procedures to prioritize safety and propose revised or new policies. Deliverable: • Interim Deliverable Two: Existing Safety Conditions (ESC) – 2.2 Policy and Process Changes component. • Interim Deliverable Four: Countermeasure and Policy Recommendations Report (CPR) – 4.1 Policy and Process Changes component. 8 RFP 287 Countywide Safety Action Plans Task 6 Implementation Plan 6.1 Emphasis areas As part of the SAP process, each County SAP Consultant shall explore four (4) priority emphasis areas in detail. A list of these potential priority emphasis areas can be found in the Regional Framework. The particular emphasis areas explored by each County SAP Consultant will be assigned by the PMO Consultant partially based on areas uncovered by analysis or by the county steering committee, and partially based on the equal distribution of areas amongst the counties. For each emphasis area, the County SAP Consultant shall complete an analysis to identify correlating and contributing factors to these types of crashes (e.g., roadway characteristics, driver characteristics, geography, time of day, policies, standards, procedures, etc.) and recommended countermeasures, including design, policy, and program solutions. The findings of the analysis may be applied to other SAPs as appropriate. Deliverables: • Emphasis Area Report(s): A technical report, in a standardized format provided by the PMO Consultant, for each assigned emphasis area. 6.2 Strategies and Countermeasures The County SAP Consultant shall identify potential strategies and countermeasures to address identified high crash areas, high crash severity areas, high risk areas, and crash trends. Impacts and costs should be considered along with benefits, and recommendations should be vetted with the Deliverables: • The results of this task shall be included in Task 6.4 List of prioritized projects and Task 7 Draft and final Safety Action Plan. 6.3 Evaluation Metrics Evaluation metrics will be used to track progress across the region in a consistent manner going forward. The 2016 FHWA Final Rule on National Performance Management Measures established five safety performance measures for federal aid highway programs: 1. Number of roadway fatalities 2. Number of roadway serious injuries 3. Roadway fatalities per vehicle miles traveled (i.e., fatality rate) 4. Roadway serious injuries per vehicle miles traveled (i.e., serious injury rate) 5. Combined nonmotorized fatalities and nonmotorized serious injuries. The County SAP Consultant shall establish the existing baseline for these FHWA identified performance measures and shall develop at least two other metrics that emerge as local priorities to the county through the engagement process. The County SAP Consultant will also work with their respective county to set forth an ambitious percentage reduction of roadway fatalities and serious injuries by a specific date with an eventual goal of eliminating roadway fatalities and serious injuries. Deliverables: https://www.federalregister.gov/documents/2016/03/15/2016-05202/national-performance-management-measures-highway-safety-improvement-program 9 RFP 287 Countywide Safety Action Plans • Interim Deliverable Three: Benchmarks for safety performance (BSP) – 3.1 Leadership Commitment and goal setting component. 6.4 List of prioritized projects The County SAP Consultant shall create an implementation matrix that includes a prioritized list of strategies and countermeasures (from Task 6.2) for a number of high-crash and/or high risk locations be assigned by the PMO Consultant. These prioritized locations will become ‘typologies’ for locations with similar roadway features, the related risk factors present and the appropriate countermeasures to address the safety issue. For each typology, a table of risk factors, appropriate countermeasures by context, and a rendering or annotated diagram of each typology should be created. County Number of high-crash locations Cook (outside the City of Chicago) 10 Cook (inside the City of Chicago 0 DuPage 8 Kane 8 Lake 7 McHenry 5 Will 5 Deliverables: • Interim Deliverable Four: Countermeasure and Policy Recommendations Report (CPR) – 4.2 Strategy and Project Selections component. • Data provided to Engagement Consultant to populate a dashboard of county performance measures. • Concept sketches or renderings for 5 to 10 projects. Task 7 Draft and Final Safety Action Plan The County SAP Consultant shall compile interim deliverables into a public-facing, comprehensive, and publicly available plan of action to achieve the safety vision for the county(s). Deliverables: • Draft and Final Primary deliverable: Safety Action Plan (SAP) – 5.1 Strategy and Project Selections component. • Final Primary deliverable: Safety Action Plan (SAP) – 5.2 Leadership Commitment and Goal Setting component. • Ongoing Deliverable: Public and Accessible Reporting Strategy (PARS) - 6.1 Progress and Transparency component. Additional information for Cook and DuPage Counties The County SAP Consultant awarded the Cook County SAP should be aware of the City of Chicago Vision Zero Plan. The City of Chicago has several existing plans that together 10 RFP 287 Countywide Safety Action Plans incorporate most of the required elements of a SS4A SAP. However, the Vision Zero Chicago Action Plan was published in June 2017, so it does not satisfy the USDOT criteria to apply for implementation grants. A fresh analysis is required as part of the Cook County SAP using the most current IDOT crash data, including analysis of existing conditions and a systemic safety analysis. The goals and recommendations from the Vision Zero Chicago Action Plan, the Vision Zero Chicago High Crash Corridors Framework Plan, the Vision Zero Chicago Downtown Action Plan, and the Vision Zero Chicago West Side High Crash Area Plan may be carried forward into Cook County Safety Action Plan where they are still applicable. The County SAP Consultant awarded the DuPage County SAP should be aware of the DuPage County Local Road Safety Plan. DuPage County has an existing Local Road Safety Plan (LRSP), published in 2020, that incorporates many of the required elements of a SS4A SAP, including analysis of existing conditions and historical trends, systemic safety analysis, and interagency coordination. Additional work shall be completed to complete analysis using the most recent crash data and to include all required components of a comprehensive SS4A SAP as described in the tasks above. These required components include engagement with the public and relevant stakeholder groups; incorporating equity analysis into the plan; reviewing and assessing policies, guidelines, and standards; identifying specific countermeasures for five to ten locations, providing timelines for project implementation, setting a target date or dates to achieve significant declines in roadway fatalities and serious injuries, and posting the plan publicly online. County-specific SPFs shall also be developed for DuPage County. Anticipated Timeline The SAPs are expected to begin in October of 2023, and completed within 18 to 24 months. Selection Process and Schedule: RFP Advertisement/Release August 31, 2023 Pre-bid Meeting (optional) September 7, 2023 Deadline for Questions September 15, 2023 Proposal Submittal Due September 22, 2023 (3:00 PM) Award Recommendation October 3, 2023 Evaluation Criteria All responses to this request for proposals will be analyzed for completeness and cost effectiveness. The following criteria will be used in evaluating submissions: 1) The demonstrated record of experience of the Consultant firm(s) and identified staff, verified by references, in providing the professional services as described in the scope of services. 2) The Consultant’s overall philosophy and experience working with diverse and/or marginalized communities to achieve equitable outcomes. 3) The Consultant’s approach to integrating CMAP’s Core Values in their interactions with stakeholders and communities in which they work. 4) Safety action plan services-specific evaluation criteria: Demonstrated experience with the Safe System Approach to traffic safety; knowledge and experience creating Safety Action or Vision Zero Plans that consider the safety and mobility needs for all road users including those who walk, bicycle, and access transit; familiarity with the USDOT Safe Streets for All Program or the National Roadway Safety Strategy; experience reviewing and analyzing crash data and traffic crash reports; experience developing and calibrating SPF values and the associated statistical analyses. https://www.cmap.illinois.gov/about#CMAPs_core_values_2017 11 RFP 287 Countywide Safety Action Plans 5) Prior performance of previous planning and engineering contracts will be considered. Consultants who are or have been seriously deficient in current or recent contract performance, in the absence of evidence to the contrary or circumstances properly beyond the control of the Consultant, shall be presumed to be unable to meet these requirements. Past unsatisfactory performance will ordinarily be sufficient to justify a finding of non-responsibility. CMAP will award 1-bonus point overall to those qualified prime consultant respondents who have been certified as a DBE by the Illinois Unified Certification Program (IL-UCP); as a Minority Business Enterprise (MBE) or Women-Owned Business Enterprise (WBE) by the City of Chicago; or as an MBE, WBE, or Veteran-Owned Business Enterprise (VBE) by Cook County. Non-certified prime consultants may receive partial bonus points for including certified subconsultants on the team, with the points awarded proportionally to the percent of work allocated and rounded to the nearest whole number. Selection will be weighted and based on the following criteria: Evaluation Criteria Maximum Points Project Team and Firm Capability 20 Project Approach and Understanding 35 Past performance on similar projects 25 Cost 20 DBE/MBE/WBE/VBE Participation 1 All timely responses received to this scope of work will be reviewed. CMAP does not anticipate conducting interviews for this RFP but reserves the right to interview the selected submitters CMAP determines can best meet the above requirements, if needed. Cost will be evaluated against other factors based upon the professional judgment of those involved in the evaluation. An internal CMAP committee will make the consultant selection decision. As applicable, hourly rates for personnel the submitter proposes to use will be requested and negotiations will be held on both the scope and the cost to select the consultant CMAP believes can best satisfy its requirements at rates it perceives are reasonable for the services provided. CMAP will award 1-bonus point overall to those qualified respondents who have been certified as a DBE by the Illinois Unified Certification Program (IL-UCP), the City of Chicago Minority Business Enterprise (MBE) and Women-Owned Business Enterprise (WBE) and the Cook County Illinois MBE/WBE/VBE Certification. CHANGE REQUESTS MADE TO PERSONNEL, TITLES, PERSONNEL HOURS, HOURLY RATES OR SUBCONTRACTORS, INCLUDING SUBCONTRACTOR PERSONNEL, PERSONNEL HOURS OR HOURLY RATES MUST RECEIVE PRIOR WRITTEN APPROVAL FROM THE CMAP PROCUREMENT OFFICER. CHANGES MADE WITHOUT PRIOR WRITTEN APPROVAL WILL NOT BE REIMBURSED. 12 RFP 287 Countywide Safety Action Plans SECTION 3: Submittal Requirements Submissions should be submitted in the order presented: 1. Project Team. Identify the consultant team(s) that will be involved in this project. Include a narrative describing the combined qualifications and strengths of the firms and/or organizations on the team. Provide a separate organizational chart for each County SAP for which the Consultant would like to be considered or indicate if there is no preference for county. Clearly identify key staff, including the Project Manager, Lead Safety Analyst, and any other staff as desired. Provide resumes for key staff (max length of two pages each) and short biographies for all other support staff with time on the project, including their qualifications and defined role on the project. Submittal material shall be a maximum of three (3) pages for the firm qualifications and staff biographies. Key staff resumes and organizational charts for individual SAPs do not count towards the page limit. 2. Approach. Provide a narrative proposal of the approach the applicant will use to complete the tasks outlined in the scope of services, including the step-by-step approach to the technical analysis, the overall approach for outreach, and methods to reach diverse and marginalized communities to improve equity. Any recommended modifications to the scope should also be described. Consultants are encouraged to provide ideas to help reduce the cost of the overall project to help increase the efficiency of the project while adhering to the Guidelines. Include details for the analysis approach to any or all the emphasis areas described in the Preliminary Regional Framework, including potential data sources if not available as part of standard IDOT crash data. Consultants may propose additional emphasis areas that were not listed in the RFP. Include any details about the project approach and team qualifications that would be unique to each County for which the Consultant would like to be considered. Provide a project schedule that shows the sequence of technical and outreach activities (does not have to match the names or order of tasks shown in this RFP) and the estimated timeline for completion for each activity. Submittal material shall be a maximum of four (4) pages for the general technical approach, one (1) page per County for County-specific details, and one (1) page for the project schedule. The recommended length for each emphasis area described is 1/3 of a page. 3. Project Examples. Provide a minimum of three (3) and no more than five (5) examples of the Consultant team’s relevant experience in preparing similar Safety Action Plans (links to full examples are welcome), identification and prioritization of safety improvements, outreach and engagement, or other projects that the Consultant deems to be relevant to this RFP. Consultants may provide examples of previous work to demonstrate their knowledge and expertise with the proposed emphasis areas as applicable. Each project example should include the following: Project location; Client name; Client project manager (at the time project was completed); Project dates (start, end); A project description that clearly describes the contributions by members of the proposed consultant team; and A rough estimate of project cost, which should focus on the cost of the consultants’ contributions, not the overall cost of the larger project. Project examples shall be a maximum of two (2) pages in length for each example. 4. References. Provide at least three (3) references that CMAP staff may contact regarding the consultant’s qualifications to undertake this project. Reference information shall include: Individual contact name; Title; 13 RFP 287 Countywide Safety Action Plans Name of organization; Phone number; Email; and Nature of relationship to reference. Submittal material for #4 above shall be a maximum of one (1) page. The Consultant shall also submit the following: 5. Submit the “Price Proposal Form,” Attachment 1 (Excel file), with all proposed pricing for this project. A separate price proposal form must be submitted for each Countywide Action Plan the consultant wishes to be considered. Specify number of hours and hourly rates by project role/job title on the price proposal form, as well as costs for travel, facility rental charges for public meetings (if applicable), and other expenses. Include staff names in additional to project roles for identified “key staff.” Costs for data, aerial imagery, or other software as a service may be included as a direct cost if recommended by the proposing firm. CMAP does not preclude the counties or local agencies from providing additional local funding to procure additional consultant services beyond this scope. 6. Sign and submit the “Certificate Regarding Workers’ Compensation Insurance,” Attachment 2, the “Information to be provided by Bidder,” Attachment 3, and “FTA Certification Regarding Lobbying” Attachment 4 and 4. 7. A copy of the firms’ SAMS.gov CAGE Code Report. Submission of Proposals Proposals must be submitted to CMAP no later than 3:00 p.m. on Friday, September 22, 2023. Please email your proposals to kpipercannon@cmap.illinois.gov. There will be no public opening for this RFP. Late submissions will be rejected. Questions may be referred to Penny DuBernat at kpipercannon@cmap.illinois.gov. SECTION 4: Contractual Agreement and Rights Contractual Agreement The contract CMAP anticipates awarding as a result of this RFP and subsequent rate submissions and negotiations, if any, will indicate the service requirements, time periods involved and applicable hourly rates. In addition, it will include the General Provisions, Section 5 hereto, and Special Provisions, Section 6 hereto, which will apply to the contract. Reservation of Rights CMAP reserves the following rights if using them will be more advantageous to CMAP: 1) Withdraw this RFP at any time without prior notice 2) Accept or reject any and all submissions, or any item or part thereof 3) Postpone qualifications due date 4) Not award a contract to any submitter responding to this RFP 5) Award a contract without negotiations or discussions mailto:kpipercannon@cmap.illinois.gov mailto:kpipercannon@cmap.illinois.gov 14 RFP 287 Countywide Safety Action Plans SECTION 5: General Provisions The following provisions apply to the solicitation to which this section is attached and to any contract that results from the solicitation. Signatories of this Agreement certify that these conditions and procedures and terms and the conditions and procedures specific to this project will be adhered to unless amended in writing. 1) Complete Agreement. a) This Agreement (which also may be herein referred to as "Contract"), including all exhibits and other documents incorporated or referenced in the agreement, constitutes the complete and exclusive statement of the terms and conditions of the agreement between CMAP and Contractor and it supersedes all prior representations, understandings and communications. The invalidity in whole or in part of any term or condition of this Agreement shall not affect the validity of other terms or conditions. b) Order of Precedence: Conflicting provisions hereof, if any, shall prevail in the following descending order of precedence: (1) the provisions of the executed contract, including its exhibits; (2) the provisions of the RFP on which the contract is based including any and all Addendums; (3) the proposal submitted to CMAP by the Contractor in response to said RFP; and (4) any other documents cited or incorporated herein by reference. c) CMAP’s failure to insist in any one or more instances upon the performance of any terms or conditions of this Agreement shall not be construed as a waiver or relinquishment of CMAP’s right to such performance by the Contractor or to future performance of such terms or conditions and Contractor’s obligation in respect thereto shall continue in full force and effect. Contractor shall be responsible for having taken steps reasonably necessary to ascertain the nature and location of the work, and the general and local conditions that can affect the work or the cost thereof. Any failure by the Contractor to do so will not relieve it from responsibility for successfully performing the work without additional expense to CMAP. d) CMAP assumes no responsibility for any understanding or representations made by any of its officers, employees or agents prior to the execution of this Agreement, unless such understanding or representations by CMAP are expressly stated in this Agreement. e) Changes: CMAP may from time to time order work suspension or make any change in the general scope of this Agreement including, but not limited to changes, as applicable, in the drawings, specifications, delivery schedules or any other particulars of the description, statement of work or provisions of this Agreement. If any such change causes an increase or decrease in the cost or time required for performance of any part of the work under this Agreement, the Contractor shall promptly notify CMAP thereof and assert its claim for adjustment within thirty (30) days after the change is ordered. A written amendment will be prepared for agreement between CMAP and the Contractor for changes in scope, time and/or costs. No amendments are effective until there is a written agreement that has been signed by both parties. No claim by the Contractor for equitable adjustment hereunder shall be allowed if asserted after final payment under this Agreement. f) Changes to any portion of this Agreement shall not be binding upon CMAP except when specifically confirmed in writing by an authorized representative of CMAP. 15 RFP 287 Countywide Safety Action Plans g) Only the Executive Director of CMAP, or designee, shall have the authority to act for and exercise any of the rights of CMAP as set forth in this Agreement, subsequent to and in accordance with the authority granted by CMAP's Board of Directors h) For its convenience, CMAP reserves the right to extend the Term of this agreement. Any changes to the Term of this Agreement shall not be binding until specifically confirmed in writing by authorized representatives of both parties. 2) Independent Contractor. Contractor's relationship to CMAP in the performance of this Agreement is that of an independent contractor. Contractor's personnel performing work under this Agreement shall at all times be under Contractor's exclusive direction and control and shall be employees of Contractor and not employees of CMAP. Contractor shall pay all wages, salaries and other amounts due its employees in connection with this Agreement and shall be responsible for all reports and obligations respecting them, including, but not limited to, social security, income tax withholding, and unemployment compensation, workers ‘ compensation insurance and similar matters. 3) Assignment. a. This agreement shall be binding upon, and inure to the benefit of, the respective successors, assigns, heirs, and personal representatives of CMAP and Contractor. Any successor to the Contractor’s rights under this Agreement must be approved by CMAP unless the transaction is specifically authorized under federal law. Any successor will be required to accede to all the terms, conditions and requirements of the Agreement as a condition precedent to such succession. b. The Contractor shall not assign any interest in this Agreement and shall not transfer any interest in the same (whether by assignment or novation), without the prior written consent of CMAP hereto, provided, however, that claims for money due or to become due to the Contractor from CMAP under this Agreement may be assigned to a bank, trust company or other financial institution without such approval. Notice of any such assignment or transfer shall be furnished to CMAP. 4) Availability of Appropriation (30 ILCS 500/20-60). This Agreement is contingent upon and subject to the availability of funds. CMAP, at its sole option, may terminate or suspend this Agreement, in whole or in part, without penalty or further payment being required, if the Illinois General Assembly, the state funding source, or the federal funding source fails to make an appropriation sufficient to pay such obligation, or if funds needed are insufficient for any reason. The contractor will be notified in writing of the failure of appropriation or of a reduction or decrease. 5) Allowable Charges. No expenditures or charges shall be included in the cost of the Project and no part of the money paid to the Contractor shall be used by the Contractor for expenditures or charges that are: (i) contrary to provisions of this Agreement or the latest budget approved by a duly-authorized official of CMAP; (ii) not directly for carrying out the Project; (iii) of a regular and continuing nature, except that of salaries and wages of appointed principal executives of the Contractor who have not been appointed specifically for the purposes of directing the Project, who devote official time directly to the Project under specific assignments, and respecting whom adequate records of the time devoted to and services performed for the Project are maintained by the Contractor may be considered as proper costs of the Project to the extent of the time thus devoted and recorded if they are otherwise in accordance with the provisions 16 RFP 287 Countywide Safety Action Plans hereof; or (iv) incurred without the consent of CMAP after written notice of the suspension or termination of any or all of CMAP’s obligations under this Agreement. 6) Method of Payment. Project expenditures are paid directly from federal and/or state funds. Because CMAP is responsible for obtaining federal reimbursement for project expenditures, it is necessary that CMAP monitor all procedures and documents which will be used to claim and support project-related expenditures. The following procedures should be observed to secure payment: b) Based on services performed, CONTRACTOR may submit invoices as frequently as once a month, but is required to submit invoices no later than fifteen (15) days after the end of each quarter. Failure to submit such payment request timely will render the amounts billed an unallowable cost for which the CONTRACTOR cannot be reimbursed. CMAP is committed to reducing paper use and has established an electronic invoicing system. All invoices are to be submitted through email to: accounting@cmap.illinois.gov All invoices shall be signed by an authorized representative of the CONTRACTOR c) Subject to the conditions of this Agreement, CMAP will honor invoices in amounts deemed by it to be proper to insure the carrying out of the approved scope of services and shall be obligated to pay the Contractor such amounts as may be approved by CMAP. Invoices shall detail expenses and amount of time spent on CMAP assignments. If an invoice is not acceptable, CMAP shall promptly provide the Contractor a written statement regarding its ineligibility or deficiencies to be eliminated prior to its acceptance and processing. All invoices for services performed and expenses incurred by CONTRACTOR for the services of this Agreement must be presented to CMAP no later than fifteen (15) days after the close of the fiscal year for multi-year contracts, or no later than fifteen (15) days after the end of this Agreement for shorter term contracts. Notwithstanding any other provision of this Agreement, CMAP shall not be obligated to make payment to CONTRACTOR on invoices presented after said date. No payments will be made for services performed prior to the effective date of this Agreement. All payments will be transferred electronically to Contractor’s business bank account. The successful Contractor will be requested to provide transfer numbers for the business bank account when the contract is finalized, in addition to a copy of its IRS W-9 (Request for Taxpayer Identification Number and Certification). d) Each invoice and report submitted must contain: the contract number, a unique vendor invoice number, a description of the services performed, the hourly rates and number of hours worked for each contractor, an itemization of travel and other costs which are chargeable to the contract and the following certification by an official authorized to legally bind the CONTRACTOR: By signing this payment request, I certify that to the best of my knowledge and belief that the payment request is true, complete, and accurate, and the expenditures, disbursements and cash receipts are for the purposes and objectives set forth in the terms and conditions of this contract. I am aware that any false, fictitious, or fraudulent information, or the omission of any material fact, may subject me to criminal, civil or administrative penalties for fraud, false statements, false claims or otherwise. (U.S. Code Title 18, Section 1001 and Title 31, Sections 3729-3730 and 3801-3812). e) The Contractor is required to pay all subcontractors within thirty days of receiving payment for that portion of the work from CMAP. Failure to pay subcontractors within thirty days may jeopardize future CMAP contract awards. mailto:accounting@cmap.illinois.gov 17 RFP 287 Countywide Safety Action Plans 7) Conflict of Interest. In order to avoid any potential conflict of interest, the Contractor agrees during the term of this Agreement not to undertake any activities which could conflict directly or indirectly with the interest of CMAP. Contractor shall immediately advise CMAP of any such conflict of interest. CMAP shall make the ultimate determination as to whether a conflict of interest exists. 8) Audits. The records and supportive documentation for all completed projects are subject to an on-site audit by CMAP. CMAP reserves the right to inspect and review, during normal working hours, the work papers of the CONTRACTOR in support of their invoices. 9) Access to Records. a. The Contractor and its Subcontractor, under this Agreement shall preserve and produce upon request of the authorized representatives of CMAP all data, records, reports, correspondence and memoranda of every description of the CONTRACTOR and its Subcontractors, if any, under this Agreement relating to carrying out this Agreement for the purposes of an audit, inspection or work review for a period of three (3) years after completion of the project, except that: i. If any litigation, claim or audit is started before the expiration of three-year period, the records shall be retained until all litigation, claims or audit findings involving the records have been resolved. ii. Records for nonexpendable property acquired with federal funds shall be retained for three (3) years after its final disposition. The CONTRACTOR shall include a provision in all of its subcontracts, if any, such provisions. 10) Subcontracts. a. Any subcontractors or outside associates or contractors required by the Contractor in connection with the services covered by this Agreement will be limited to such individuals or firms as were specifically identified and agreed to during negotiations. Any substitutions in or additions to such subcontractors, associates or contractors will be subject to the prior approval of CMAP. b. All subcontracts for work under this Agreement shall contain those applicable provisions which are required in this Agreement. c. The Contractor may not subcontract services agreed to under this Agreement without prior written approval of CMAP. 11) Equipment Inventory. An inventory of non-expendable personal property having a useful life of more than two years and an acquisition cost of $500 or more is subject to periodic inspection by CMAP. 12) Suspension. If the CONTRACTOR fails to comply with the special conditions and/or the general terms and conditions of this Agreement, CMAP may, after written notice to the CONTRACTOR, suspend the Agreement and withhold further payments or prohibit the CONTRACTOR from incurring additional obligations of funds pending corrective action by the CONTRACTOR. If corrective action has not been completed within sixty (60) calendar days after service of written notice of suspension, CMAP shall notify the CONTRACTOR in writing that the Agreement has been terminated by reason of default in 18 RFP 287 Countywide Safety Action Plans accordance with paragraph 14 hereof. CMAP may determine to allow such necessary and proper costs which the CONTRACTOR could not reasonably avoid during the period of suspension provided such costs meet the provisions of the U.S. Office Management and Budget 2 CFR 200 in effect on the date first above written. 13) Termination. a. This Agreement may be terminated in whole or in part in writing by either party in the event of substantial failure (hereinafter termed “Termination by Default”) by the other party to fulfill its obligations under this Agreement through no fault of the terminating party, provided that no such termination may be affected unless the other party is given (i) not less than seven (7) calendar days written notice (delivered by certified mail, return receipt requested) of intent to Termination by Default, and (ii) an opportunity for consultation with the terminating party prior to Termination by Default. b. This Agreement may be terminated in whole or in part in writing by CMAP for its convenience (hereinafter termed “Termination for Convenience”), provided that the CONTRACTOR is given not less than seven (7) calendar days written notice (delivered by certified mail, return receipt requested) of intent to terminate. c. If Termination by Default is effected by CMAP, an equitable adjustment in the price provided for in this Agreement shall be made, but (i) no amount shall be allowed for anticipated profit on unperformed services or other work, and (ii) any payment due to the CONTRACTOR at the time of termination may be adjusted to the extent of any additional costs occasioned to CMAP by reason of the CONTRACTOR’S default. If Termination by Default is effected by the CONTRACTOR, or if Termination for Convenience is effected by CMAP, the equitable adjustment shall include a reasonable profit for services or other work performed. The equitable adjustment for any termination shall provide payment to the CONTRACTOR for services rendered and expenses incurred prior to termination, in addition CMAP may include cost reasonably incurred by the CONTRACTOR relating to commitments which had become firm prior to termination. d. Upon notice of termination action pursuant to paragraphs (a) or (b) of this clause, the CONTRACTOR shall (i) promptly discontinue all services affected (unless the notice directs otherwise) and (ii) deliver or otherwise make available to CMAP all data, drawings, specifications, reports, estimates, summaries and such other information and materials as may have been accumulated by the CONTRACTOR in performing this Agreement, whether completed or in process. e. Upon termination pursuant to paragraphs (a) or (b) of this clause, CMAP may take over the work and prosecute the same to completion by agreement with another party otherwise. f. In the event the CONTRACTOR must terminate this Agreement due to circumstances beyond its control, the termination shall be deemed to have been effected for the convenience of CMAP. In such event, adjustment of the price provided for in this Agreement shall be made as provided in paragraph c of this clause. 14) Patents and Copyright Responsibility. a. The Contractor agrees that any material or design specified by the Contractor or supplied by the Contractor pursuant to this Agreement shall not infringe any patent or copyright and the Contractor 19 RFP 287 Countywide Safety Action Plans shall be solely responsible for securing any necessary licenses required for patented or copyrighted material used by the Contractor. b. If any claim is brought against CMAP by third parties for alleged infringement of third-party patent and copyright and intellectual rights, which claim is caused by breach of the Contractor’s promise as contained in paragraph a of this clause, the Contractor shall save harmless and indemnify CMAP from all loss, damage or expense (including attorney’s fees) due to defending CMAP from such claim. a. If the principal purpose of this Agreement is to create, develop or improve products, processes or methods; or to explore into fields which directly concern public health, safety or welfare, or if the Project is in a field of science or technology in which there has been little significant experience outside of work funded by federal assistance; and any discovery or invention arises or is developed in the course of or under this Agreement, such invention or discovery shall be subject to the reporting and rights provisions of U.S. Office of Management and Budget Circular No. A-102, and to the pertinent regulations of the grantor agency(ies) in effect on the date of execution of this Agreement. The Contractor shall include provisions appropriate to effectuate the purpose of this condition in all subcontracts under this Agreement involving research, developmental, experimental or demonstration work. c. Remedies. Except as may be otherwise provided in this Agreement, all claims, counterclaims, disputes and other matters in question between CMAP and the CONTRACTOR arising out of or relating to this Agreement or the breach thereof will be decided by arbitration. If the parties hereto mutually agree, a request for remedy may be sought from a court of competent jurisdiction within the State of Illinois, County of Cook. d. Ownership of Documents/Title of Work. All documents, data and records produced by the Contractor in carrying out the Contractor’s obligations and services hereunder, without limitation and whether preliminary or final, shall become and remain the property of CMAP. CMAP shall have the right to use all such documents, data and records without restriction or limitation and without additional compensation to the Contractor. All documents, data and records utilized in performing research shall be available for examination by CMAP upon request. Upon completion of the services hereunder or at the termination of this Agreement, all such documents, data and records shall, at the option of CMAP, be appropriately arranged, indexed and delivered to CMAP by the Contractor. e. Software. All software, related computer programs, and source code produced and developed by the Contractor (or authorized contractor or subcontractor thereof) in carrying out the Contractor’s obligation hereunder, without limitation and whether preliminary or final, shall become and remain the property of both CMAP and the Contractor. CMAP shall be free to sell, give, offer or otherwise provide said software and related computer programs to any other agency, department, commission, or board of the State of Illinois, as well as any other agency, department, commission, board, or other governmental entity of any country, state, county, municipality, or any other unit of local government or to any entity consisting of representative of any unit of government, for official use by said entity. Additionally, CMAP shall be free to offer or otherwise provide said software and related computer programs to any current or future contractor. CMAP agrees that any entity to whom the software and related computer programs will be given, sold or otherwise offered shall be granted only a use license, limited to use for official or authorized purposes, and said entity shall otherwise be prohibited from selling, giving or otherwise offering 20 RFP 287 Countywide Safety Action Plans said software and related computer programs without the written consent of both CMAP and the Contractor. 15) Publication. CMAP shall have royalty-free, nonexclusive and irrevocable license to reproduce, publish, disclose, distribute, and otherwise use, in whole or in part, any reports, data or other materials specifically prepared under this Agreement, and to authorize other material to do so. The Contractor shall include provisions appropriate to effectuate the purpose of this clause in all subcontracts for work under this Agreement. 16) Confidentiality Clause. Any documents, data, records, or other information given to or prepared by the CONTRACTOR pursuant to this Agreement shall not be made available to any individual or organization without prior written approval by CMAP. All information secured by the Contractor from CMAP in connection with the performance of services pursuant to this Agreement shall be kept confidential unless disclosure of such information is approved in writing by CMAP or required by law. 17) Reporting/Consultation. The Contractor shall consult with and keep CMAP fully informed as to the progress of all matters covered by this Agreement. 18) Identification of Documents. All reports, maps, and other documents completed as part of this Agreement, other than documents exclusively for internal use within the Contractor’s offices, shall carry the following notation on the front cover or a title page or, in the case of maps, in the same area which contains the name of CMAP and of the Contractor. "This material was prepared in consultation with CMAP, the Chicago Metropolitan Agency for Planning, (http://www.cmap.illinois.gov)." 19) Force Majeure. Either party shall be excused from performing its obligations under this Agreement during the time and to the extent that it is prevented from performing by a cause beyond its control including, but not limited to: any incidence of fire, flood; acts of God; commandeering of material, products, plants or facilities by the Federal, state or local government; epidemics, pandemics, national fuel shortage; or a material act of omission by the other party; when satisfactory evidence of such cause is presented to the other party, and provided further that such nonperformance is unforeseeable or inevitable, beyond the control and is not due to the fault or negligence of the party not performing. 20) Hold Harmless and Indemnity. Neither Party shall be liable for actions chargeable to the other party under this agreement including but not limited to, the negligent acts and omissions of the Party’s agents, employees or subcontractors in performance of their duties as described under this agreement, unless such liability is imposed by law. This agreement shall not be constructed as seeking to enlarge or diminish any obligation of duty owed by one Party against the other party. SECTION 6: Certifications Federally Funded Agreements 1) Standard Assurances. The Contractor assures that it will comply with all applicable federal statutes, regulations, executive orders, Federal Transit Administration (FTA) circulars, and other federal requirements in carrying out any project supported by federal funds. The Contractor recognizes that federal laws, regulations, policies, and administrative practices may be modified from time to time and those modifications may affect project implementation. All contracts, whether funded in whole or in part with either Federal or State funds, are subject to Federal requirements http://www.cmap.illinois.gov)/ 21 RFP 287 Countywide Safety Action Plans and regulations, including but not limited to 2 CFR Part 200, 44 Ill. Admin. Code 7000.30(b) and the Financial Management Standards in Paragraph 7.9. 2) Control of Property. The Contractor certifies that the control, utilization and disposition of property or equipment acquired using federal funds is maintained according to the provisions of 2 CFR Part 200, Subpart D, Property Standards. 3) Cost Principles The Contractor certifies that the cost principles and indirect cost proposals of this Agreement are consistent with 2 CFR Part 200, Subpart E, and Appendix VII to Part 200, and all costs included in this Agreement are allowable under 2 CFR Part 200, Subpart E. 4) Audit Requirements. The CONTRACTOR shall be subject to the audit requirements contained in the Single Audit Act Amendments of 1996 (31 USC 7501-7507) and Subpart F of 2 CFR Part 200, and the audit rules set forth by the Governor’s Office of Management and Budget. See 30 ILCS 708/65(c). a. Audit required. A non-Federal entity that expends $750,000 or more during the non-Federal entity's fiscal year in Federal awards must have a single or program-specific audit conducted for that year. b. Single audit. If A non-Federal entity expends $750,000 or more in Federal Awards (direct federal and federal pass-through awards combined) during its fiscal year, it must have a single audit or program-specific audit conducted for that year as required in 2 CFR 200.501 and other applicable sections of Subpart F. The audit and reporting package (including data collection form) must be completed as described in 2 CFR 200.512 (single audit) or 2 CFR 200.507 (Program-specific audit). The audit (and package) must be submitted to Grantor either within (i) 30 calendar days after receipt of the auditor’s report(s) or (ii) nine months after the end of the audit period, whichever is earlier. c. Financial Statement Audit. A non-Federal entity that expends less than $750,000 in Federal Awards during its fiscal year and is not subject to the audit requirements in 15.2, but receives between $300,000 and $499,999 in Federal and State Awards combined, Grantee must have a financial statement audit conducted in accordance with Generally Accepted Auditing Standards(GAAS); if Grantee expends between $500,000 and $749,999 in Federal and State awards combined, Grantee must have a financial statement audit conducted in accordance with Generally Accepted Government Auditing Standards (GAGAS). Grantee shall submit these financial statement audit reports to Grantor either within (i) 30 calendar days after receipt of the auditor’s report(s) or (ii) 180 calendar days after the end of the audit period, whichever is earlier. d. Performance Audits. For those organizations required to submit an independent audit report, the audit is to be conducted by the Illinois Auditor General, or a Certified Public Accountant or Certified Public Accounting Firm licensed in the State of Illinois. For audits required to be performed subject to Generally Accepted Government Auditing Standards, Grantee shall request and maintain on file a copy of the auditor’s most recent peer review report and acceptance letter. 22 RFP 287 Countywide Safety Action Plans 5) Intelligent Transportation Systems Program. As used in this assurance, the term Intelligent Transportation Systems (ITS) project is defined to include any project that in whole or in part finances the acquisition of technologies or systems of technologies that provide or significantly contribute to the provision of one or more ITS user services as defined in the “National ITS Architecture.” a. In accordance with 23 U.S.C. 517(d), as amended by the Moving Ahead for Progress in the 21st Century Act (MAP-21), the Contractor assures it will comply with all applicable requirements of Section V (Regional ITS Architecture and Section VI (Project Implementation)) of FTA Notice, “FTA National ITS Architecture Policy on Transit Projects,” at 66 Fed. Reg. 1455 et seq., January 8, 2001, and other FTA requirements that may be issued in connection with any ITS project it undertakes financed with Highway Trust Funds (including funds from the mass transit account) or funds made available for the Intelligent Transportation Systems Program. b. With respect to any ITS project financed with Federal assistance derived from a source other than Highway Trust Funds (including funds from the Mass Transit Account) or 23 U.S.C. 517(d), the Contractor assures that is will use its best efforts to ensure that any ITS project it undertakes will not preclude interface with other intelligent transportation systems in the Region. 6) Davis-Bacon Act. To the extent applicable, the Contractor will comply with the Davis-Bacon Act, as amended, 40 U.S.C. 3141 et seq., the Copeland “Anti-Kickback” Act, as amended, 18 U.S.C. 874, and the Contract Work Hours and Safety Standards Act, as amended, 40 U.S.C. 3701 et seq., regarding labor standards for federally assisted subagreements. 7) Certifications and Assurances Required by the U.S. Office of Management and Budget (OMB) (SF-424B and SF-424D). As required by OMB, the Contractor certifies that it: a. Has the legal authority and the institutional, managerial, and financial capability to ensure proper planning, management, and completion of the project. b. Will give the U.S. Secretary of Transportation, the Comptroller General of the United States, and, if appropriate, the state, through any authorized representative, access to and the right to examine all records, books, papers, or documents related to the award; and will establish a proper accounting system in accordance with generally accepted accounting standards or agency directives; c. Will establish safeguards to prohibit employees from using their positions for a purpose that constitutes or presents the appearance of personal or organizational conflict of interest or personal gain; d. Will initiate and complete the work within the applicable project time periods; e. Will comply with all applicable Federal statutes relating to nondiscrimination including, but not limited to: i) Title VI of the Civil Rights Act, 42 U.S.C. 2000d, which prohibits discrimination on the basis of race, color, or national origin; ii) Title IX of the Education Amendments of 1972, as amended, 20 U.S.C. 1681 through 1683, and 1685 through 1687, and U.S. DOT regulations, "Nondiscrimination on the Basis of Sex in 23 RFP 287 Countywide Safety Action Plans Education Programs or Activities Receiving Federal Financial Assistance," 49 CFR Part 25, which prohibit discrimination on the basis of sex; iii) Section 504 of the Rehabilitation Act of 1973, as amended, 29 U.S.C. 794, which prohibits discrimination on the basis of handicap; iv) The Age Discrimination Act of 1975, as amended, 42 U.S.C. 6101 through 6107, which prohibits discrimination on the basis of age; v) The Drug Abuse, Prevention, Treatment and Rehabilitation Act, Public Law 92-255, and amendments thereto, 21 U.S.C. 1101 et seq. relating to nondiscrimination on the basis of drug abuse; vi) The Comprehensive Alcohol Abuse and Alcoholism Prevention, Treatment and Rehabilitation Act of 1970, Public Law 91-616, and amendments thereto, 42 U.S.C. 4541 et seq. relating to nondiscrimination on the basis of alcohol abuse or alcoholism; vii) The Public Health Service Act of 1912, as amended, 42 U.S.C. 290dd-2 related to confidentiality of alcohol and drug abuse patient records; viii) Title VIII of the Civil Rights Act, 42 U.S.C. 3601 et seq., relating to nondiscrimination in the sale, rental, or financing of housing; ix) Any other nondiscrimination provisions in the specific statutes under which Federal assistance for the project may be provided including, but not limited, to 49 U.S.C. 5332, which prohibits discrimination on the basis of race, color, creed, national origin, sex, or age, and prohibits discrimination in employment or business opportunity, and Section 1101(b) of the Transportation Equity Act for the 21st Century, 23 U.S.C. 101 note, which provides for participation of disadvantaged business enterprises in FTA programs; and f. Any other nondiscrimination statute(s) that may apply to the project. i) The prohibitions against discrimination on the basis of disability, as provided in the Americans with Disabilities Act of 1990, as amended, 42 U.S.C. 12101 et seq. g. Will comply with all federal environmental standards applicable to the project, including but not limited to: i) Institution of environmental quality control measures under the National Environmental Policy Act of 1969 and Executive Order 11514; ii) Notification of violating facilities pursuant to Executive Order 11738; iii) Protection of wetlands pursuant to Executive Order 11990; iv) Evaluation of flood hazards in floodplains in accordance with Executive Order 11988; v) Assurance of project consistency with the approved State management program developed under the Coastal Zone Management Act of 1972, 16 U.S.C. 1451 et seq.; vi) Conformity of federal Actions to State (Clean Air) Implementation Plans under Section 176(c) of the Clean Air Act of 1955, as amended, 42 U.S.C. 7401 et seq.; vii) Protection of underground sources of drinking water under the Safe Drinking Water Act of 1974, as amended; viii) Protection of endangered species under the Endangered Species Act of 1973, as amended; ix) Contractor will comply with the environmental protections for Federal transportation programs, including, but not limited to, protections for parks, recreation areas, or wildlife or waterfowl refuges of national, State, or local significance or any land from a historic site of national, State, or local significance to be used in a transportation Project, as required by 49 U.S.C. 303 (also known as “Section 4f”); x) The Wild and Scenic Rivers Act of 1968, 16 U.S.C. 1271 et seq., which relates to protecting components or potential components of the national wild scenic rivers system; and Environmental impact and related procedures pursuant to 23 C.F.R. Part 771. 8) Will comply with all other federal statutes applicable to the project, including but not limited to: a. As provided by the Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, as amended (Uniform Relocation Act), 42 U.S.C. 4601 et seq., and 49 U.S.C. 5323(b), regardless of whether Federal funding has been provided for any of the real property acquired for Project purposes, Contractor: 24 RFP 287 Countywide Safety Action Plans i) will provide for fair and equitable treatment of any displaced persons, or any persons whose property is acquired as a result of federally-funded programs, ii) has the necessary legal authority under State and local laws and regulations to comply with: The Uniform Relocation Act. 42 U.S.C. 4601 et seq., as specified by 42 U.S.C. 4630 and 4655, and U.S. DOT regulations, “Uniform Relocation Assistance and Real Property Acquisition for Federal and Federally Assisted Programs,” 49 CFR part 24, specifically 49 CFR 24.4, and iii) has complied with or will comply with the Uniform Relocation Act and implementing U.S. DOT regulations because: iv) will adequately inform each affected person of the benefits, policies, and procedures provided for in 49 CFR part 24, v) As required by 42 U.S.C. 4622, 4623, and 4624, and 49 CFR part 24, if an FTA-funded Project results in displacement, it will provide fair and reasonable relocation payments and assistance to: 1. Displaced families or individuals, and 2. Displaced corporations, associations, or partnerships, vi) As provided by 42 U.S.C. 4625 and 49 CFR part 24, it will provide relocation assistance programs offering the services described in the U.S. DOT regulations to such: 1. Displaced families and individuals, and 2. Displaced corporations, associations, or partnerships, vii) As required by 42 U.S.C. 4625(c)(3), within a reasonable time before displacement, it will make available comparable replacement dwellings to families and individuals, viii) Contractor: 1. Carry out the relocation process to provide displaced persons with uniform and consistent services, and 2. Make available replacement housing in the same range of choices with respect to such housing to all displaced persons regardless of race, color, religion, or national origin, ix) It will be guided by the real property acquisition policies of 42 U.S.C. 4651 and 4652, xi) will pay or reimburse property owners for their necessary expenses as specified in 42 U.S.C. 4653 and 4654, understanding that FTA will provide Federal funding for its eligible costs for providing payments for those expenses, as required by 42 U.S.C. 4631, xii) will execute the necessary implementing amendments to FTA-funded third party contracts and subagreements, xiii) will execute, furnish, and be bound by such additional documents as FTA may determine necessary to effectuate or implement these assurances, xiv) will incorporate these assurances by reference into and make them a part of any third party contract or subagreement, or any amendments thereto, relating to any FTA-funded Project involving relocation or land acquisition, and xv) will provide in any affected document that these relocation and land acquisition provisions must supersede any conflicting provisions; (1) The Hatch Act, 5 U.S.C. 1501 – 1508, 7324 – 7326, which limits the political activities of State and local agencies and their officers and employees whose primary employment activities are financed in whole or part with Federal funds, including a Federal Loan, Grant Agreement, or Cooperative Agreement, and (2) 49 U.S.C. 5323(l)(2) and 23 U.S.C. 142(g), which provide an exception from Hatch Act restrictions for a nonsupervisory employee of a public transportation system (or of any other agency or entity performing related functions) receiving FTA funding appropriated or made available for 49 U.S.C. chapter 53 and 23 U.S.C. 142(a)(2) to whom the Hatch Act does not otherwise apply, xi) The Flood Disaster Protection Act of 1973, which requires the purchase of flood insurance in certain instances; xii) Section 106 of the National Historic Preservation Act of 1966, as amended, 16 U.S.C. 470; 25 RFP 287 Countywide Safety Action Plans xiii) Executive Order 11593, which relates to identification and protection of historic properties; xiv) The Archaeological and Historic Preservation Act of 1974, 16 U.S.C. 469a-1 et seq.; xv) The Laboratory Animal Welfare Act of 1966, as amended, 7 U.S.C. 2131 et seq., which relates to the care, handling, and treatment of warm-blooded animals held for research, teaching, or other activities supported by a federal award of assistance; xvi) The Lead-Based Paint Poisoning Prevention Act, 42 U.S.C. 4801 et seq., which relates to prohibiting the use of lead-based paint in construction or rehabilitation of residence structures; xvii) The Single Audit Act Amendments of 1996 and OMB Circular No. A-133, “Audits of States, Local Governments, and Non-Profit Organizations”; and xviii) Use of parks, recreation areas, wildlife and waterfowl refuges, and historic sites pursuant to 23 C.F.R. Part 774 (Section 4(f) requirements); and b. Contractor will, to the extent applicable, comply with the protections for human subjects involved in research, development, and related activities supported by Federal funding of: (1) The National Research Act, as amended, 42 U.S.C. 289 et seq., and (2) U.S. DOT regulations, “Protection of Human Subjects,” 49 CFR part 11. 9) Energy Conservation. To the extent applicable, the Contractor and its third party Contractors at all tiers shall comply with mandatory standards and policies relating to energy efficiency that are contained in applicable state energy conservation plans issued in compliance with the Energy Policy and Conservation Act, 42 U.S.C. Section 6321 et seq. 10 Eligibility For Employment In The United States. The Contractor shall complete and keep on file, as appropriate, Immigration and Naturalization Service Employment Eligibility Forms (I-9). These forms shall be used by the Contractor to verify that persons employed by the Contractor are eligible to work in the United States. 11) Buy America. As set forth in 49 U.S.C 5323(j) and 49 C.F.R. Part 661, only steel, iron and manufactured products produced in the United States may be purchased with Federal funds unless the Secretary of Transportation determines that such domestic purchases would be inconsistent with the public interest; that such materials are not reasonably available and of satisfactory quality; or that inclusion of domestic materials will increase the cost of overall project contract by more than 25 percent. Clear justification for the purchase of non-domestic items must be in the form of a waiver request submitted to and approved by the Secretary of Transportation. 12) False Or Fraudulent Statements Or Claims. The CONTRACTOR acknowledges that if it makes a false, fictitious, or fraudulent claim, statement, submission, or certification to CMAP in connection with this Agreement, CMAP reserves the right to impose on the Contractor the penalties of 18 U.S.C. Section 1001, 31 U.S.C. Section 3801, and 49 CFR Part 31, as CMAP may deem appropriate. Contractor agrees to include this clause in all state and federal assisted contracts and subcontracts. 13) Changed Conditions Affecting Performance. The CONTRACTOR shall immediately notify CMAP of any change in conditions or local law, or of any other event which may significantly affect its ability to perform the Project in accordance with the provisions of this Agreement. 26 RFP 287 Countywide Safety Action Plans 14) Third Party Disputes Or Breaches. The CONTRACTOR agrees to pursue all legal rights available to it in the enforcement or defense of any third party contract, and FTA or U.S. DOT and CMAP reserve the right to concur in any compromise or settlement of any third party contract claim involving the Contractor. The Contractor will notify FTA or U.S. DOT and the CMAP of any current or prospective major dispute pertaining to a third party contract. If the Contractor seeks to name CMAP as a party to the litigation, the Contractor agrees to inform both FTA or U.S. DOT and CMAP before doing so. CMAP retains a right to a proportionate share of any proceeds derived from any third party recovery. Unless permitted otherwise by the CMAP, the Contractor will credit the Project Account with any liquidated damages recovered. Nothing herein is intended to nor shall it waive U.S. DOT’s, FTA’s or the CMAP’s immunity to suit. 15) Fly America. The CONTRACTOR will comply with 49 U.S.C. §40118, 4 CFR §52 and U.S. GAO Guidelines B- 138942, 1981 U.S. Comp. Gen. LEXIS 2166,March 31, 1981 regarding costs of international air transportation by U.S. Flag air carriers. 16) Non-Waiver. The CONTRACTOR agrees that in no event shall any action or inaction on behalf of or by CMAP, including the making by CMAP of any payment under this Agreement, constitute or be construed as a waiver by CMAP of any breach by the Contractor of any terms of this Agreement or any default on the part of the Contractor which may then exist; and any action, including the making of a payment by CMAP, while any such breach or default shall exist, shall in no way impair or prejudice any right or remedy available to CMAP in respect to such breach or default. The remedies available to CMAP under this Agreement are cumulative and not exclusive. The waiver or exercise of any remedy shall not be construed as a waiver of any other remedy available hereunder or under general principles of law or equity. 17) Preference for Recycled Products. To the extent applicable, the Contractor agrees to give preference to the purchase of recycled products for use in this Agreement pursuant to the various U.S. Environmental Protection Agency (EPA) guidelines, “Comprehensive Procurement Guidelines for Products Containing Recovered Materials,” 40 CFR Part 247, which implements section 6002 of the Resource Conservation and Recovery Act, as amended, 42 U.S.C. § 6962. 18) Cargo Preference. Use of United States Flag Vessels. The Contractor agrees to comply with 46 U.S.C.§ 55305 and 46 CFR Part 381 and to insert the substance of those regulations in all applicable subcontracts issued pursuant to this Agreement, to the extent those regulations apply to this Agreement. 19) Performance measurement. The Contractor must relate financial data of this AGREEMENT to its performance accomplishments. Further, the Contractor must also provide cost information or a budget in Part 6 to demonstrate cost effective practices pursuant to 2 CFR Part 200.301. 20) Project closeout. Pursuant to CFR Part 200.343 thru 200.345, the Contractor must submit the required project deliverables, performance and financial reports, and all eligible incurred costs as specified in Parts 5 and 6, respectively, of this AGREEMENT no later than 90 days after the AGREEMENT’s end date. Further, the Contractor agrees that the project should then be closed no later than 360 days after receipt and acceptance by CMAP of all required final reports. 21) Certification Regarding Annual Fiscal Reports or Payment Vouchers. The Contractor agrees to 27 RFP 287 Countywide Safety Action Plans comply with 2 CFR Part 200.415(a) as follows: To assure that expenditures are proper and in accordance with the terms and conditions of the Federal award and approved project budgets, the annual and final fiscal reports or vouchers requesting payment under the agreements must include a certification, signed by an official who is authorized to legally bind the Contractor, which reads as follows: “By signing this report, I certify to the best of my knowledge and belief that the report is true, complete, and accurate, and the expenditures, disbursements and cash receipts are for the purposes and objectives set forth in the terms and conditions of the Federal award. I am aware that any false, fictitious, or fraudulent information, or the omission of any material fact, may subject me to criminal, civil or administrative penalties for fraud, false statements, false claims or otherwise. (U.S. Code Title 18, Section 1001 and Title 31, Sections 3729-3730 and 3801-3812).” 22) Certifications: Both Parties, their employees and subcontractors under subcontract made pursuant to this Agreement, remain compliant with all applicable provisions of State and Federal laws, statutes and ordinances and all lawful orders, rules and regulations promulgated thereunder. Since laws, regulations, directives, etc. may be modified from time-to-time, the Contractor shall be responsible for compliance as modifications are implemented, to the extent that the certifications apply to the Contractor, pertaining to: a. Bribery. Pursuant to (30 ILCS 500/50-5); b. Bid Rigging. Pursuant to (720 ILCS 500/33E- or 33E-4); c. Debt to State. Pursuant to (30 ILCS 500/50-11); d. Education Loan. Pursuant to (5 ILCS 385/1 et seq).; e. International Boycott. Pursuant to U.S. Export Administration Act of 1979 or the applicable regulation of the U.S. Department of Commerce. This applies to contracts that exceed $10,000 (15 CFR Part 730 thorugh 774); f. Forced Labor Act. Pursuant to (30 ILCS 583); g. Dues and Fees to any club which unlawfully discriminates. Pursuant to (775 ILCS 25/1 et seq.); h. Pro-Children Act. Pursuant to (20 USC 7181-7184) and the Goods from Child Labor Act (30 ILCS 584); i. Drug-Free Work Place. Pursuant to (30 ILCS 580/3 and 41 USC 8102). j. Clean Air Act and Clean Water Act. Pursuant to (42 USC §7401 et seq). and the Federal Water Pollution Control Act, as amended (33 USC 1251 et seq.); k. Debarment. Pursuant to (2 CFR 200.205(a)) or by the State (30 ILCS 708/25(6)(g)); l. Non-procurement Debarment and Suspension. Pursuant to (2 CFR Part 180 as supplemented by 2 CFR part 376, Subpart C); m. Grant for the Construction of Fixed Works. This agreement is subject to the Illinois Prevailing Wage Act Pursuant to (820 ILSC 130/0.01 et seq.) m. Health Insurance Portability and Accountability Act of 1996. Pursuant to Public Law No. 104-191 (45 CFR Parts 160, 162, and 164 and the Social Security Act of, 42 USC 1320d-2through 1320d- 7). n. Criminal Convictions. Pursuant to the Sarbanes-Oxley Act of 2002, nor a class 3 or Class 2 felony under Illinois Securities Law of 1953 or pursuant to (30 ILCS 500/50). o. Illinois Use Tax. Pursuant to (30 ILCS 500/50); p. Environmental Protection act Violations. Pursuant to (30 ILCS 500/50-14) q. Federal Funding Accountability and Transparency Act of 2006 (31 USC 6101); r. Motor Vehicle Law: Grantee certifies that it is in full compliance with the terms and provisions of the National Voter Registration Act of 1993 (52 USC 20501 et seq); s. Goods from Child Labor Act. Pursuant to (30 ILCS 847); 23) Unlawful Discrimination. Compliance with Nondiscrimination Laws. Both Parties, their employees and subcontractors under subcontract made pursuant to this Agreement, remain compliant with all applicable provisions of State and Federal laws and regulations pertaining to 28 RFP 287 Countywide Safety Action Plans nondiscrimination, sexual harassment and equal employment opportunity including, but not limited to, the following laws and regulations and all subsequent amendments thereto: a. The Illinois Human Rights Act (775 ILCS 5/1-101 et seq.), including, without limitation, 44 Ill. Admin. Code Part 750, which is incorporated herein; b. The Public Works Employment Discrimination Act (775 ILCS 10/1 et seq.); c. The United States Civil Rights Act of 1964 (as amended) (42 USC 2000a- and 2000h-6). (See also guidelines to Federal Financial Assistance Recipients Regarding Title VI Prohibition Against National Origin Discrimination Affecting Limited English Proficient Persons [Federal Register: February 18, 2002 (Volume 67, Number 13, Pages 2671-2685)]); d. Section 504 of the Rehabilitation Act of 1973 (29 USC 794); e. The Americans with Disabilities Act of 1990 (42 USC 12101 et seq.); and f. The Age Discrimination Act (42 USC 6101 et seq.). 24) Political Activity. No portion of funds for this subcontract shall be used for any partisan political activity or to further the election or defeat of any candidate for public office. 25) EO 1-2007 Compliance: CONTRACTOR certifies that to the best of its knowledge, its sub- contractors have complied with and will comply with Executive Order No. 1 (2007) (EO 1-2007). EO 1-2007 generally prohibits contractors and subcontractors from hiring the then-serving Governor’s family members to lobby procurement activities to the State, or any other unit of government in Illinois including local governments, if that procurement may result in a contract valued at over $25,000. This prohibition also applies to hiring for that same purpose any former State employee who had procurement authority at any time during the one-year period preceding the procurement lobbying activity. 26) Prohibited Interest. .No officer or employee of CMAP and no member of its governing body and no other public official of any locality in which the Project objectives will be carried out who exercises any functions or responsibilities in the review or approval of the undertaking or carrying out of such objectives shall (i) participate in any decision relating to any subcontract negotiated under this Agreement which affects his personal interest or the interest of any corporation, partnership or association in which he is, directly or indirectly, interested; or (ii) have any financial interest, direct or indirect, in such subcontract or in the work to be performed under such contract. No member of or delegate of the Illinois General Assembly or the Congress of the United States of America, and no federal Resident Commissioner, shall be admitted to any share hereof or to any benefit arising herefrom. The Contractor warrants and represents that no person or selling agency has been employed or retained to solicit or secure this Agreement, upon an agreement or understanding for a commission, percentage, bonus, brokerage or contingent fee, or gratuity, excepting its bona fide employees. For breach or violation of this warranty CMAP shall have the right to annul this Agreement without liability or, at its discretion, to deduct from the Agreement price or consideration, or otherwise recover, the full amount of such commission, percentage bonus, brokerage or contingent fee, or gratuity. The Contractor will disclose all violations of criminal law involving fraud, bribery and gratuity violations. The Contractor’s failure to comply shall constitute a material breach of this contract. 27) Compliance with Registration Requirements. The CONTRACTOR shall be registered with the Federal System for Award Management (SAM) and have a valid DUNS number. It is the CONTRACTOR’S responsibility to remain current with these registrations and requirements. If 29 RFP 287 Countywide Safety Action Plans the CONTRACTOR’S status with regard to any of these requirements change, the CONTRACTOR must notify CMAP immediately. 28) Improper Influence. Grantee certifies that no Grant Funds have been paid or will be paid by or on behalf of Grantee to any person for influencing or attempting to influence an officer or employee of any government agency, a member of Congress or Illinois General Assembly, an officer or employee of Congress or Illinois General Assembly, or an employee of a member of Congress or Illinois General Assembly in connection with the awarding of any agreement, the making of any grant, the making of any loan, the entering into of any cooperative agreement, or the extension, continuation, renewal, amendment or modification of any agreement, grant, loan or cooperative agreement. 31 USC 1352. Additionally, Grantee certifies that it has filed the required certification under the Byrd Anti-Lobbying Amendment (31 USC 1352), if applicable. 29) Federal Form LLL. If any funds, other than Federally-appropriated funds, were paid or will be paid to any person for influencing or attempting to influence any of the above persons in connection with this Agreement, the undersigned must also complete and submit Federal Form LLL, Disclosure of Lobbying Activities Form, in accordance with its instructions. 30) Lobbying Costs. Grantee certifies that it is in compliance with the restrictions on lobbying set forth in 2 CFR Part 200.450. For any Indirect Costs associated with this Agreement, total lobbying costs shall be separately identified in the Program Budget, and thereafter treated as other Unallowable Costs. 31) Certification. This certification is a material representation of fact upon which reliance was placed to enter into this transaction and is a prerequisite for this transaction, pursuant to 31 USC 1352. Any person who fails to file the required certifications shall be subject to a civil penalty of not less than $10,000, and not more than $100,000, for each such failure. All of the requirements listed in Part 6, paragraphs 1 through 31 apply to the federally funded project. The Contractor agrees to include these requirements in each contract and subcontract financed in whole or in part with federal assistance. SECTION 6: Specific Provisions 1) Workers’ Compensation. The State of Illinois Worker’s Compensation Code requires the securing of workers’ compensation by all non-state employers. The Submitter shall attest to understanding and complying with the State of Illinois Workers’ Compensation Code requirement and submit a completed “Certificate Regarding Workers’ Compensation Insurance,” Attachment 2 to the RFP. 2) FTA Certification Regarding Lobbying The Federal Transportation Authority (FTA) a source of funds for this project requires the Certification for Contracts, Grants, Loans, and Cooperative Agreements to be submitted with each bid or offer exceeding $100,000. The Submitter shall attest to understanding and complying with the FTA Certification Regarding Lobbying (49 CRF PART 20) requirement and submit a completed “FTA Certification Regarding Lobbying” Attachment 4 to the RFP for any proposals which may or will exceed $100,000. 3) Professional Liability Insurance. The CONTRACTOR agrees to purchase and maintain throughout the term of this Agreement professional liability/errors and omissions (if legal, accounting, consulting IT or similar professional services are provided). The limit of such coverage shall be no less than one million dollar ($1,000,000) per claim/occurrence. 30 RFP 287 Countywide Safety Action Plans Contract Amendment and Concurrence Policy This Applies to All Primary and Subcontractors 1. A Request for Concurrence will be required for the following: a. A change in a key person specified by the CMAP Project Manager when justifying the selection of the contracted vendor. b. If the Vendor Project Manager disengages from the project for more than 3-months, or reduced the number of hours working on the project by 20% or greater. 2. An Amendment and revised Price Proposal Form will be needed for the following: a. Any scope change – justification will be also be required b. A staff title is added to the project – justification will also be required c. The transfer of cost from any line item that exceeds 10% of that line item cost of $1,000, whichever is greater. d. The addition of any subcontractor not originally listed on the Price Proposal Form. Note: CMAP will need to seek concurrence from any third-party grantors prior to executing the amendment. Attachment 1: Certificate Regarding Workers’ Compensation Insurance Certificate Regarding Workers’ Compensation Insurance In conformance with current statutory requirements of Section 820 ILCS 305/1 et. seq., of the Illinois Labor Code, the undersigned certifies as follows: “I am aware of the provisions of Section 820 ILCS 305/1 of the Labor Code which require every employer to be insured against liability for Worker’s Compensation or to undertake self-insurance in accordance with such provisions before commencing the performance of the work of this contract.” Bidder/Contactor___________________________________________________ Signature________________________________________________________ Name and Title_____________________________________________________ Date ____________________________________________________________ 31 RFP 287 Countywide Safety Action Plans Attachment 2: Bidder Information The Bidder is required to supply the following information (if necessary, attach additional sheets for both the primary firm and any subcontractors): Firm Name: ______________________________ Contact Person: ______________________________ Business Address: ____________________________________________________________________ Telephone: (____) ________________ FAX: (____) ________________E-mail: ___________________ Years of Experience: _____ Type of Firm – Sole Proprietor, Partnership, Corporation, Joint Venture, Etc.:_______________________ Organized under the laws of state of: ______________________________________________________ Business License No.: ____________

433 West Van Buren Street, Suite 450 Chicago, Illinois 60607Location

Address: 433 West Van Buren Street, Suite 450 Chicago, Illinois 60607

Country : United StatesState : Illinois

You may also like

PSYCHOLOGICAL EVALUATION SERVICES

Due: 19 Dec, 2026 (in about 2 years)Agency: BUREAU OF INDIAN AFFAIRS

RFP2024-05-07 Construction Management Services for Oakridge BCLS

Due: 07 May, 2024 (in 9 days)Agency: Building and Facility Construction and Maintenance Services

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.