Event 3045 - Biohazard Cleanup and Remediation Services

expired opportunity(Expired)
From: Chicago Housing Authority(City)
Event 3045

Basic Details

started - 04 Jun, 2021 (about 2 years ago)

Start Date

04 Jun, 2021 (about 2 years ago)
due - 07 Jul, 2021 (about 2 years ago)

Due Date

07 Jul, 2021 (about 2 years ago)
Bid Notification

Type

Bid Notification
Event 3045

Identifier

Event 3045
Chicago Housing Authority

Customer / Agency

Chicago Housing Authority
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.

INVITATION FOR BID (“IFB”) The Chicago Housing Authority (hereinafter “the CHA” or “the Authority”) invites qualified firms/organizations (“Bidder”) to submit sealed bids for the below described IFB. IFB EVENT NO. 3045 (2021) Biohazard Cleanup and Remediation Services RELEASE DATE: Thursday, June 3, 2021 BID OPEN DATE AND TIME: Wednesday, July 7, 2021 at 11:00 AM CST Bidder shall complete all BF Pages and submit ONE (1) Original and ONE (1) Copy. EACH SUBMITTED BF PAGE/1 and the BID EXECUTION AND ACCEPTANCE MUST BEAR AN ORIGINAL SIGNATURE. Failure to sign shall result in the entire Bid Package being deemed non-responsive. __________________________________________________ __________________________________________________________ (Signature) (Contractor's Name) __________________________________________________ __________________________________ ___________________ (Print Name) (Title) (Date) Tracey Scott Sheila Johnson Chief Executive Officer Deputy Chief of Procurement
rel="no-follow" href="http://www.thecha.org" target="_blank">www.thecha.org BID SUMMARY Bidder’s Name: _______________________________________________ Contact Name: _______________________________________________ Address: ____________________________________________________ City/State/Zip: ________________________________________________ Phone Number: ______________________________________________ Fax Number: _________________________________________________ Bid in whole dollars only Bidder must bid on all items or the Bid may be deemed non-responsive. http://www.pbcchicago.com/ IFB Event No. 3045 – Biohazard Cleanup and Remediation Services BF/ 2 Table of Contents KEY INFORMATION .............................................................................................................................. BF/3 Bidder Contact with the CHA ............................................................................................................... BF/3 Questions ................................................................................................................................................. BF/3 Pre-Bid Meeting ..................................................................................................................................... BF/3 Submission Information ........................................................................................................................ BF/3 Submission Requirements ..................................................................................................................... BF/3 Addenda .................................................................................................................................................. BF/3 SCOPE OF SERVICES ............................................................................................................................. BF/4 BID SECURITY ......................................................................................................................................... BF/6 FINANCIAL STATEMENT ..................................................................................................................... BF/6 PREPARATION OF BIDS ....................................................................................................................... BF/7 WITHDRAWAL OF BIDS ....................................................................................................................... BF/7 FALSE STATEMENTS IN BIDS ............................................................................................................. BF/7 TAX ............................................................................................................................................................. BF/8 TYPE OF CONTRACT ............................................................................................................................ BF/8 TIME FOR PERFORMANCE ................................................................................................................. BF/8 TERM OF CONTRACT ........................................................................................................................... BF/8 PRE-AWARD MEETING ........................................................................................................................ BF/8 AWARD ...................................................................................................................................................... BF/8 SINGLE/MULTIPLE AWARDS ............................................................................................................. BF/9 COOPERATIVE PURCHASING ............................................................................................................ BF/9 PERFORMANCE AND PAYMENT BOND ........................................................................................... BF/9 W-9 SUBMITTAL ..................................................................................................................................... BF/9 AVAILABILITY OF FUNDS ................................................................................................................... BF/9 CONTRACT DOCUMENTS .................................................................................................................... BF/9 ONLINE CONTRACT COMPLIANCE SYSTEM .............................................................................. BF/10 INSURANCE ............................................................................................................................................ BF/10 ACKNOWLEDGEMENT OF BID DOCUMENTS AND INSTRUCTIONS .................................... BF/12 Attachments: Attachment A……………………….......Fee Proposal Form Attachment B…………………………...General Conditions for Purchase Orders Attachment C…………………………...Housing and Urban Development (HUD) Handbook No. 7460.8 REV 2 Attachment D……………………….......Contractor’s Affidavit Attachment E……………………………Economic Disclosure Statement Attachment F…………... ...…………….Quick Reference Guide Attachment G……………………………Schedule A – M/W/DBE Utilization Plan Attachment H…………………………...Schedule B – Section 3 Utilization Plan Attachment I………………………..…...Schedule C – Letter of Intent M/W/DBE and/or Section 3 Attachment J………………………….....Certifications and Representations of Offerors Non-Construction HUD 5369-C Attachment K……………………………General Conditions for Non-Construction Contracts HUD 5370-C Attachment L…………………………….Building Address List Attachment M……………………………Regional Map Attachment N……………………………Regulation Links Attachment O……………………………Reference Template IFB Event No. 3045 – Biohazard Cleanup and Remediation Services BF/ 3 KEY INFORMATION BIDDER’S GENERAL INFORMATION 1. BIDDER CONTACT WITH THE CHA: The Procurement Specialist identified below is the sole point of contact regarding this solicitation from the date of issuance until the selection of the successful Bidder. CHA contact information: Christina Jimenez, Procurement Specialist Chicago Housing Authority 60 East Van Buren Street, 8th Floor Chicago, Illinois 60605 Phone (312) 786-3337 Email: cjimenez@thecha.org PRE-BID DATE AND TIME: Tuesday, June 15, 2021 at 11:00 AM CST- VIRTUAL PRE-BID MEETING: http://bit.ly/IFBEvent3045BiohazardcleanupandRemSrvcs 2. SITE VISIT INFORMATION: Bidders are encouraged to verify information in the field. 3. QUESTIONS: Must be submitted in writing to the supplier portal https://supplier.thecha.org by/no later than 11:00 AM (CST) on Tuesday, June 22, 2021. Questions received with regard to this solicitation after the deadline shown above will likely be unanswered. The Authority reserves the right, at its sole discretion, to respond to questions received after the deadline. 4. BID DUE DATE AND TIME: Wednesday, July 7, 2021 at 11:00 AM (CST). No bids will be accepted after the date and time indicated above, at which time all bids received will be publicly opened and read aloud. Failure to submit bid documents in the required quantity and properly executed shall result in the bid being deemed non-responsive and rejected by the CHA for further consideration. 5. ELECTRONIC SUBMISSION: Sealed bids may be submitted electronically via the CHA Supplier Portal at: https://supplier.thecha.org. Electronic bid submissions only require one submittal. Each Submittal section of the electronic bid shall be labeled and separated into a different file as described in Section II. Instructions for Bidders. FACSIMILE AND/OR E-MAIL TRANSMITTED BIDS WILL NOT BE ACCEPTED. There is no maximum file capacity size when uploading attachments in the Supplier Portal. If you receive an error message that states the “Maximum size is 50” while uploading an attachment in the Supplier Portal, that error message is referring to the file naming size. The name of your file cannot be more that 50 characters. 6. MANUAL SUBMISSION: N/A ADDENDA: Any interpretations, corrections, or changes to the solicitation will be made by addenda issued by the CHA. Any addenda that are issued will be provided to prospective Bidders and posted on the CHA’s website at: www.thecha.org. It is the responsibility of the Bidder to inquire of the issuance of any addenda. Bidders shall acknowledge receipt of all addenda in the Invitation for Bid document. If the CHA determines this solicitation should be modified, it will inform all prospective Bidders by distributing addendum/addenda to this solicitation before the date set for receipt of bids. The CHA reserves the right to issue Addenda to correct, modify and amend this Invitation for Bid. Bidders shall acknowledge receipt of all Addenda. REMAINDER OF THIS PAGE INTENTIONALLY LEFT BLANK mailto:cjimenez@thecha.org http://bit.ly/IFBEvent3045BiohazardcleanupandRemSrvcs https://supplier.thecha.org/ IFB Event No. 3045 – Biohazard Cleanup and Remediation Services BF/ 4 SCOPE OF SERVICES The Chicago Housing Authority (CHA) is seeking bids from licensed service providers with demonstrated competence and experience to provide Biohazard Cleanup and Remediation Services on an "as needed" basis at CHA-owned properties. Biohazard cleanup services shall include but are not limited to undiscovered death and or decomposition clean up, trauma- related blood and or bodily fluid clean up, gross filth including rodent and or insect infestation clean up, hazardous waste cleanup, medical and or infectious waste cleanup, needle disposal, hoarder cleanup, the deodorization, sanitization, and sterilization associated with all of the above, and the removal and disposal of all associated waste from the site. Services are required 24-hours per day, 7-days per week. The contractor must respond to calls for biohazard cleanup services within two (2) hours, any time of day, any day of the week, and throughout the calendar year. The successful bidder will do all work within the City of Chicago. CHA does not guarantee the number of projects; services are required on an as-needed basis with a four (4) hour minimum billable job time per incident. Upon notification from CHA or its agents, the successful bidder (Contractor) will respond within two (2) hours of initial contact when the necessity for biohazard cleanup has been identified. CHA or its agent will meet the contractor at the site to inspect the location, establish the scope of work, job time required, and the estimated cost per incident. The contractor will provide a written estimate that includes a plan of action and an estimated time frame for completion. All work must be approved in writing by CHA or its agent before inception. General Requirements: Successful bidder(s) must provide, at Contractor(s) own expense, all labor, tools, equipment, chemicals, materials, supplies, and transportation, as required to complete biohazard cleanup and remediation at CHA properties with no exceptions. CHA reserves the right to award a single contract or multiple contracts for the same work or services to two or more contractors/vendors under this solicitation. The successful bidder shall furnish firm hourly rates that include all labor (including project management and supervision), travel, chemicals, cleaning supplies, equipment, storage, cartage, disposal, and any extra work or artifacts necessary to successfully provide the biohazard cleanup and remediation services requested under this solicitation. Contractor's employees (and subcontractors) must be licensed, certified, or registered to provide biohazard cleanup services in the State of Illinois and the City of Chicago and according to OSHA regulations (29 CFR 1910.120 or 29 CFR 1926.65). The contractor must perform all services per IL/OSHA regulations, EPA, State, Federal, and all other applicable laws and regulations. All work under the agreement will occur within the City of Chicago. Additional Services and Reimbursable Expenses: No additional or reimbursable expenses will be permitted or approved by CHA or its agent. CHA or its agent must authorize all work before inception. Work Standards: The successful bidder must do all work following the local and State Health and Safety Codes and other applicable laws and regulations. The contractor must exercise utmost precaution to protect the contractor, the public, site personnel, and property. The contractor must provide adequate safeguards and protective devices for all equipment and machinery and take all care to ensure that work proceeds under the highest standards of safety and prudence and in compliance with all applicable laws. Safety and Health: IFB Event No. 3045 – Biohazard Cleanup and Remediation Services BF/ 5 The contractor must maintain ongoing, and provide evidence thereof, training for their employees providing services under this Agreement on all applicable regulations on workplace safety and the handling of biological waste and bio- hazardous material. The contractor must maintain an effective injury and illness prevention program (IIPP). In addition to any other applicable local, state, and or federally required training, the contractor shall ensure their employees receive training and specific instructions regarding hazards unique to their job assignment, including but not limited to: 1. Exposure Control Plan and Blood Borne Pathogens Standard (Title 8, General Industry Safety Order (OSHA-29 CFR 1910.1030) 2. Personal protective equipment training and compliance. (OSHA-29 CFR 1910.1030(d)(3)(i) and 29 CFR 1910.132 et seq.) 3. Respiratory protection training and compliance. (OSHA-29 CFR 1910.134 et seq.) 4. Hazard Communication Program (OSHA-29 CFR 1910.1200 et seq.) 5. Ongoing OSHA, medical waste handling/transporting, and process training for its employees. (OSHA-29 CFR 1910.1030(g)(2) et seq. and EPA-40 CFR 745.80 Subpart E) 6. Aerosol Transmissible Disease Term of Agreement: The term of the contract(s) to be awarded shall be for a base period of three (3) years with two (2) one-year option periods. Each award may be subject to HUD approval and or CHA Board approval. CHA reserves the right to award a single contract or multiple contracts for the same work or services to two (2) or more contractors/vendors under this solicitation. Updates to Address List: Attachment L, Building Address List, may be amended to add or remove properties disposed of, acquired, or reactivated by CHA to ensure continuous coverage for all CHA properties. REMAINDER OF THIS PAGE INTENTIONALLY LEFT BLANK IFB Event No. 3045 – Biohazard Cleanup and Remediation Services BF/ 6 INSTRUCTIONS FOR BIDDERS 1. BID SUBMITTAL REQUIREMENTS: The Bid Submittal must include the following documents: • Fee Proposal Form • Insurance • Contractor’s Affidavit • Economic Disclosure Statement • Schedule A – M/W/DBE Utilization Plan • Schedule B – Section 3 Utilization Plan • Schedule C – Letter of Intent M/W/DBE and/or Section 3 • Certifications and Representations of Offerors Non-Construction HUD 5369-C A. These Pages and other documents in the following form: i. Enter his/her firm’s name in the space provided on Page 1 of this IFB; and ii. Submit ONE (1) original of the “Bid Submittal” form comprising all pages (including the Bidder’s completed BF pages for Sections VII and VIII). PLEASE NOTE: Each Page within both copies shall bear an original (not photocopied) signature; and iii. Submit ONE (1) ORIGINAL of all required M/W/DBE and Section 3 documents; and iv. Submit ONE (1) ORIGINAL of all other required bid documents; and v. Acknowledge receipt of any Addenda issued. Failure to submit the documentation set forth above in Section II(A)(i)-(v) may result in the bid package being deemed non-responsive and therefore ineligible for award. B. BUSINESS LICENSE and PERMIT: [X] Required The successful bidder(s) shall obtain and pay all permits (if applicable), certificates, and licenses required and necessary for the performance of the work specified herein. Furthermore, they shall post all notices required by law, and shall comply with all laws, ordinances, and regulations which may affect their performance. C. BID SECURITY: [X] Not Required Each individual bid must be accompanied by a bid bond in the amount of __N/A_____ of the total amount of bid submitted or a certified check in the same amount, payable to the "Chicago Housing Authority", hereinafter called the "CHA". If the bid and bid security have not been received by the CHA prior to the time of the bid opening, the bid will not be considered. Checks from unsuccessful bidders will be returned as soon as practicable after the opening of bids. D. FINANCIAL STATEMENT: Financial Information The Bidder/Financially Responsible Party shall demonstrate its financial capacity by submitting the most recent two years of audited, reviewed or compiled financial statements prepared by a third party licensed Certified Public Accountant (CPA). Listed below are the minimum acceptable required documents based upon the amount of the procurement: The Bidder must provide Financial Statements, which are compiled, reviewed and/or audited as defined below (which may be subject to different levels depending upon the Bidder’s proposal and the projected contract value of the award), and which consist of: o Accountant’s Report o Balance Sheet (last 2 years) o Income Statement (last 2 years) o Cash Flow Statement (last 2 years) o Financial Statement Footnotes (if applicable) For bids or contract awards valued at less than $2,500,000.00, the Bidder must provide compiled financial statements. Compiled financial statements represent the most basic level of financial statements prepared by a licensed certified public accountant. In a compilation, the certified public accountant assists management in presenting financial IFB Event No. 3045 – Biohazard Cleanup and Remediation Services BF/ 7 information in the form of financial statements and does not provide any assurance that there are no material modifications that should be made to the financial statements. The certified public accountant does not perform inquiry, analytical procedures or other procedures that would be performed in a review, or obtain the understanding of the entity’s internal control, assess fraud risk or test accounting records as would be performed in an audit. For bids or contract awards valued between $2,500,000.00 and $10,000,000.00, the Bidder must provide reviewed financial statements. Reviewed financial statements provide the user with comfort that the certified public accountant is not aware of any material modification that should be made to the financial statements for the statements to be in conformity with the applicable financial reporting framework. A review involves the certified public accountant performing analytical procedures and inquiries that will provide a reasonable basis for obtaining limited assurance that there are no material modifications required to the financial statements. A review does not require the certified public accountant to obtain the understanding of the entity’s internal control, assess fraud risk or test accounting records as would be performed in an audit. For bids or contract awards valued in excess of $10,000,000.00, the Bidder must provide audited financial statements. Audited financial statements provide the user with the certified public accountant’s opinion letter that the financial statements are presented accurately, in all material respects, in conformity with accounting standards. The auditor is required to obtain an understanding of the entity’s internal control, assess fraud risk, perform analytical procedures and test accounting records. CHA will also evaluate the Bidders based upon analysis of third-party reporting agencies, regulatory agencies, bureaus, etc., as it deems necessary to determine the financial adequacy of the Bidder entity and confirm that the entity is in good financial standing with governmental agencies. Other considerations in the evaluation of the financial condition of Bidders follow: • Financial statements must be from a legal business entity (i.e. corporation, partnership, LLC, etc.). • Newly created entities (partnerships, LLC’s, etc.) must provide financial statements from the entity’s general partner and/or any other financially responsible entity that collectively can demonstrate the capability to complete the contract. • Internally prepared business entity financial reports generated by the Bidder will not be accepted. • Personal financial statements or tax returns will not be accepted. • The CHA reserves the right to request additional information to complete the financial evaluation and review of any Bidders. 2. BID PREPARATION AND WITHDRAWAL OF BIDS BEFORE BID OPENING A. PREPARATION OF BIDS: i. Bids must be submitted on the forms furnished by the CHA or on copies of those forms, and must be manually signed. The person signing a bid must initial each erasure or change appearing on any bid form; ii. The bid forms may require bidders to submit the bid prices for one or more items on various bases, including lump sum bidding, deductive alternate prices, or any combination thereof. iii. If the solicitation requires bidding on all items, failure to do so will disqualify the bid. If bidding on all items is not required, Bidders should insert the words “no bid” in the space provided for any item on which no price is submitted; and iv. Alternate bids will not be considered unless this solicitation authorizes the submission. B. WITHDRAWAL OF BIDS: No bid shall be withdrawn for a period of one hundred twenty (120) calendar days after the opening of bids without the consent of the CHA. C. FALSE STATEMENTS IN BIDS: Bidders must provide full, accurate, and complete information as required by this solicitation and its attachments. The penalty for making false statements in bids is prescribed in 18 U.S.C. 1001. IFB Event No. 3045 – Biohazard Cleanup and Remediation Services BF/ 8 D. TAX: This bid shall not include charges for the Illinois Retailers' Occupational Tax (so called "Sales Tax") on direct sales to CHA or on any material incorporated into or becoming part of the work; federal excise taxes; or federal transportation taxes or federal transportation taxes. The CHA will provide all contract awardees with a tax Exemption Certificate. E. DISCLOSURE CERTIFICATION: The Contractor shall be required to make the following certification, which is included in the Contractors’ Affidavit, a required submittal to be executed and notarized. The Contractor certifies to the best of its knowledge and belief that its principals and any subcontractors used in the performance of this contract meet the Agency requirements and have not violated any City or sister agency policy, codes, State, Federal, or local laws, rules or regulations. In addition, the contractor has not been subject to any debarment, suspension or other disciplinary action by any government agency. Additionally, if at any time the contractor becomes aware of such information, it must immediately disclose it to the Agency. TYPE OF CONTRACT AND CONTRACT REQUIRMENTS 1. Type of Contract(s) and Contract Requirements a. TYPE OF CONTRACT: The CHA contemplates award of a firm fixed rate contract resulting from this solicitation. b. TIME FOR PERFORMANCE: Services to be rendered under this Contract shall start from the date set forth in the Notice to Proceed to be issued by the CHA subsequent to contract execution and will be for a base period of three (3) years with 2 (1) one-year options. c. TERM OF CONTRACT: The term of the contract(s) to be awarded shall be for a three (3) year base period with two (2) one-year options. The award may be subject to HUD approval or CHA Board approval. No award may be made to a contractor or firm that is on the list of contractors ineligible to receive awards from CHA or the United States, as furnished by HUD. 2. PRE-AWARD MEETING: The CHA reserves the right to conduct a Pre-Award Meeting with the Bidders, to determine if the Bidder is a responsible party as described and required by Federal Law. This meeting may include a visit to the Bidder’s facilities, and examination of the following: the Bidder’s facilities; past performance on other CHA and State/local government agencies’ contracts; capacity to perform the terms and conditions of the contract; on-hand equipment; current employee depth and capabilities; financial records and resources/capabilities; any other area or aspect of the Bidder’s integrity, operations and/or capability that will assist the CHA in making a determination of responsibility. 3. AWARD: Contract Award-Sealed Bidding (a) The CHA will evaluate bids in response to this solicitation without discussions, and will award a contract to the responsible Bidder whose bid, responsive and conforming to the solicitation, will be most advantageous to the CHA, considering the lowest total price per category and the price-related factors specified elsewhere in the solicitation for the base period of three (3) years. (b) The CHA may waive informalities or minor irregularities in bids received. (c) The CHA may accept any item or combination of items, unless doing so is precluded by a restrictive limitation in the solicitation or the bid. (d) The CHA may reject a bid as non-responsive if the prices bid are materially unbalanced between line items or sub-line items. A bid is materially unbalanced when it is based on prices significantly less than cost for some items and prices which are significantly overstated in relation to cost for other items, and if there is a reasonable doubt that the bid will result in the lowest overall cost to the CHA even though it may be the low evaluated bid, or it is so unbalanced as to be tantamount to allowing an advance payment. (e) The CHA reserves the right to reject any and all bids, or to reissue or withdraw this Invitation for Bid in the event that competition is deemed inadequate or that it is otherwise deemed to be in the best interest of the CHA. In such instances, the CHA reserves the right to seek procurement by means of non-competitive negotiation. (f) No Awards may be made to a contractor or firm that is on the list of contractors ineligible to receive awards from the Authority or the United States, as furnished by HUD. IFB Event No. 3045 – Biohazard Cleanup and Remediation Services BF/ 9 4. SINGLE OR MULTIPLE AWARDS: The CHA may elect to award a single contract or multiple contracts for the same work or services to two or more contractors/vendors under this solicitation. 5. COOPERATIVE PURCHASING: From time to time, the CHA, other “governmental units” (see 30 ILCS 525/1) (hereinafter, “Sister Agencies”), and CHA contracted Property Management Companies may enter into cooperative purchasing agreements for the procurement or use of common goods and services whereby one Sister Agency or Property Manager conducts a competitive procurement and another or several other Sister Agencies or Property Managers enter into separate and distinct contracts with the Selected Bidder. The Sister Agency(ies) or Property Manager(s) issue purchase orders/delivery orders, process invoices and make payments under separate contracts with the Selected Bidder, to the extent each Sister Agency or Property Manager is authorized to do so. Sister Agencies or Property Managers intending to utilize a competitively solicited CHA Contract must notify the CHA’s Contracting Officer of the intended participation and identify the contract. The credit or liability of each Sister Agency or Property Manager shall remain separate and distinct. The following Sister Agencies are contemplated by this provision: The City of Chicago; The Chicago Park District; The Chicago Public Schools; The Chicago Board of Education; The City Colleges of Chicago; The Chicago Transit Authority; The Chicago Board of Elections; The Metropolitan Fair & Exposition Authority; McCormick Place; The Municipal Courts of Chicago; and The Public Building Commission. 6. PERFORMANCE AND PAYMENT BOND: [ X ] Not Required Upon award of the contract, the Contractor must provide and pay for an acceptable Performance Bond in the amount of 0% of the contract price or separate acceptable Performance and Payment Bonds each in the amount of 50% or more of the contract price. The surety must be a guaranty or surety company which appears on the U. S. Treasury Circular No. 570 published annually in the Federal Register. Assistance in securing the Performance and Payment Bond is available through the Small Business Administration, which encourages Minority Business Enterprises. The CHA shall not be responsible for the cost of the Performance and Payment Bond. 7. W-9 SUBMITTAL: Upon award of the contract by the CHA, the Contractor shall provide a copy of its Request for Taxpayer Number and Certification (W-9) at the time and date specified by the CHA. 8. AVAILABILITY OF FUNDS: The CHA’s obligation under this contract is contingent upon the availability of appropriated funds from which payments for contract purposes can be made. No legal liability on the part of the CHA for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. 9. CONTRACT DOCUMENTS: The Contract Documents, which forms the Contract between parties (the “Contract”), include the terms and conditions contained within each task order; all written modifications, amendments and change orders to this Contract; all Specification Bid Form pages (pages BF/1 through BF/12 and Attachment A) when accepted by the CHA: "Special Conditions"; "HUD General Conditions for Construction (Form 5370)" or “HUD General Contract Conditions for Non-Construction (Form 5370-C)” (as applicable); the “Work Schedule” as defined in paragraph 6 of HUD General Conditions for Construction and as amended from time to time pursuant to paragraph 6 (if applicable); the "Instructions to Bidders (form HUD-5369)" or “Instructions to Offerors Non-Construction (form HUD-5369-B)” (as applicable); applicable wage rate determinations from either the U.S. Department of Labor or HUD; the Bid Bond, the Performance and Payment Bond or Bonds or other assurances of completion (if applicable); "Technical Specifications"; drawings, if any; Contractor’s Affidavit or any other affidavits, certifications or representations Contractor is required to execute under the Contract with the CHA; MBE/WBE/DBE and Instructions to Contractors regarding Affirmative Action under Executive Orders 11246 and 11914, all inclusive (collectively referred to as the “Contract Documents”). In the event that any provision in one of the component parts of this contract conflicts with any provision of any other component part, the provision in the component part first enumerated herein shall govern except as otherwise specifically stated. The Contract Documents enumerated herein contain the entire Contract between the parties, and no representations, warranties, agreements, or promises (whether oral, written, expressed, or implied) by CHA or Bidder are a part of the contract unless expressly stated therein. IFB Event No. 3045 – Biohazard Cleanup and Remediation Services BF/ 10 10. ONLINE CONTRACT COMPLIANCE SYSTEM: The CHA maintains an online contract compliance system which provides various work-flow automation features to improve reporting processes. The online contract compliance system will be used to monitor contract compliance, and the Contractor and its subcontractors shall be required to use the secure web-based system to submit all information related to compliance. Prior to commencing work, the CHA will provide the Contractor access to its online contract compliance system. Accordingly, the Contractor expressly agrees that it, and its subcontractors, shall provide required the compliance data to the CHA via its electronic system available at https://cha.diversitycompliance.com/. The Contractor acknowledges that it and its subcontractors are responsible for responding by any noted response dates or due dates to any instructions or requests for information, and for checking the electronic system on a regular basis to manage contact information and Contract records. The Contractor also acknowledges that it is responsible for ensuring that all subcontractors have completed all requested items with complete and accurate information and that their contact information is current. The Contractor shall flow down this provision to subcontractors at every tier. 11. INSURANCE: Prior to the commencement of this Agreement, Vendor agrees to procure and maintain at all times during the term of this Contract the types of insurance specified below in order to protect the Chicago Housing Authority, its respective commissioners, board members, officers, directors, agents, property management firms, construction management firms, employees, vendors, invitees and visitors, against bodily injury or property damage claims which may arise from or in connection with services performed under this Agreement and from the negligent acts, omissions and errors of the Vendor, its officers, directors, officials, sub-contractors, joint venture partners, agents, or employees. The insurance carriers used must be authorized to conduct business in the State of Illinois and shall have an A.M. Best rating of not less than A- VII. Minimum Coverage and Limit Requirements i. General Liability. Coverage limits not less than $1,000,000 per occurrence for bodily injury, personal, and property damage and $2,000,000 general aggregate. CHA shall be included as an additional insured and such insurance will be endorsed as primary and non-contributory with any other insurance available to the CHA. ii. Commercial Automobile Liability. When any motor vehicles (owned, non-owned and hired) are used in connection with the Services to be performed, coverage limits of not less than $1,000,000 per occurrence combined single limit for Bodily Injury and Property Damage. CHA shall be included as an additional insured and such insurance will be endorsed as primary and non-contributory with any other insurance available to the CHA. iii. Workers’ Compensation and Employer’s Liability. Coverage must be in accordance with the laws of the State of Illinois and endorsed with waiver of subrogation in favor of Chicago Housing Authority. a. Coverage A – Statutory Limits b. Coverage B - Employers Liability - $500,000 bodily injury or disease each accident; each employee iv. Contractor’s Pollution Liability and/or Professional Liability – Remediation of hazardous materials, includes, but is not limited to, asbestos containing materials, silica, lead, PCBs, contaminated soil, mold/fungi, or other items identified within the Scope of Services as hazardous materials or by Federal, State, or Local laws. Contractors Pollution Liability or Professional Liability policy applicable to the work being performed for the remediation, transportation and disposal of hazardous materials described in the Scope of Services is required with limits of not less than $3,000,000 per occurrence and $3,000,000 aggregate. Such policy will extend to include coverage for named and unnamed offsite disposal locations and shall contain coverage for transportation of hazardous materials to a permanent disposal facility, or as an endorsement to the Automobile policy. Policy shall be written on an occurrence basis (claims shall be made is not acceptable). The CHA shall be included as an additional insured on the policy and such insurance will be endorsed as primary and non-contributory with any other insurance available to the CHA. Certificate Holder: Chicago Housing Authority 60 E Van Buren St Chicago, IL 60605 https://cha.diversitycompliance.com/ IFB Event No. 3045 – Biohazard Cleanup and Remediation Services BF/ 11 12. Related Insurance Requirements Prior to the issuing of the Notice to Proceed by the CHA, the Vendor shall submit a Certificate of Insurance via an email to the CHA Procurement Specialist, evidencing compliance with the insurance requirements set forth above. The Certificate of Insurance evidencing the required coverage shall be in force on the Effective Date of the Contract and continuously throughout the duration. The required documentation must be received prior to the commencement of work under this Agreement. Additional Insured status shall apply to all liability policies, with the exception of Professional Liability and Workers’ Compensation. It is understood and agreed to by the parties hereto that Chicago Housing Authority, and others listed below shall be included as additional insureds on the general and auto liability policies and such insurance is primary to and will not seek contribution from any insurance, deductibles, self-insured retentions and/or self-insured programs held by Chicago Housing Authority. The Contractor shall furnish the CHA, Department of Procurement and Contracts, 60 E. Van Buren, 8th Floor., Chicago, Illinois 60605, original Certificates of Insurance evidencing the required coverages to be in force on the Effective Date of the Contract via an email to the CHA Procurement Specialist identified as the sole point of contact for this solicitation. Upon request, copies of the required endorsements or policy documents must be provided to CHA. The required documentation must be received prior to the Contractor commencing work under this Agreement. Additional Insureds: Collectively referred to as the “Additional Insureds” shall include Chicago Housing Authority, Chicago Housing Administration, LLC; and/or other Limited Liability Company as established by CHA; its respective commissioners, board members, officers, directors, agents, property management firms, construction management firms, agents, employees, vendors, invitees and visitors. Primary Coverage: For any claims related to this Agreement, the Vendor’s insurance coverage shall be the primary policy. The Vendor expressly understands and agrees that any insurance or self-insurance programs maintained by the CHA shall apply in excess of and shall not contribute with insurance provided by the Vendor. Renewal Certificates of Insurance shall be received by the Procurement and Contracts Department prior to expiration or renewal date occurring during the term of this Agreement or extensions thereof. At the CHA’s option, non-compliance will result in (1) all payments due the Contractor being withheld until the Contractor has complied with the Agreement; or (2) the Contractor will be assessed Five Hundred Dollars ($500.00) for every day of non- compliance; or (3) the Contractor will be immediately removed from the premises and the Agreement will be terminated for default. The receipt of any certificates does not constitute agreement by the CHA that the insurance requirements in the Agreement have been fully met or that the insurance policies indicated on the certificate comply with all Agreement requirements. The insurance policies shall provide for thirty (30) days prior written notice to be given to the CHA in the event coverage is substantially changed, canceled or non-renewed. The Authority in no way warrants that the minimum limits contained herein are sufficient to protect the Authority from liabilities that might arise out of the performance of the work under this Agreement by the Vendor, Contractor, Consultants, or Subcontractors. The Vendor shall assess its own risks and, if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The Vendor is not relieved of any liability or other obligations assumed or pursuant to the contract by reason of its failure to obtain or maintain sufficient insurance. The Contractor shall require all subcontractors to carry the insurance required herein or the Contractor may provide the coverage for any or all of its subcontractors, and if so, the evidence of insurance submitted shall so stipulate and adhere to the same requirements and conditions as outlined above. 13. REFERENCES: Bidders are required to provide at least three (3) references, one per firm, for within the past three (3) years from projects and areas of responsibility similar to those the Bidder desires to provide herein. Please include company name, contact person, mailing address, telephone number and email address. Please include a brief but detailed explanation of services provided and submit with your bid. CHA will email any questions to the references included in your submission. Please inform your references that they will be contacted by CHA. THE REQUIRED DOCUMENTATION MUST BE RECEIVED PRIOR TO THE CONTRACTOR COMMENCING WORK UNDER THIS AGREEMENT. IFB Event No. 3045 – Biohazard Cleanup and Remediation Services BF/ 12 REMAINDER OF THIS PAGE INTENTIONALLY LEFT BLANK IFB Event No. 3045 – Biohazard Cleanup and Remediation Services BF/ 13 ACKNOWLEDGMENT OF BID DOCUMENTS AND INSTRUCTIONS The Bidder acknowledges, by signing page BF/12, that it has read, understands, has filled out where applicable, and accepts the terms of any documents listed below which are included in this solicitation. The Bidder shall execute and submit with its bid, and/or notarize documents, as indicated below: Execute and submit with Bid Notarize Document √ Invitation for Bid √ Fee Proposal Forms √ Insurance Requirements √ Certifications and Representations of Offerors Non-Construction Contract (HUD 5369-C) * √ General Conditions for Non-Construction Contracts HUD 5370-C √ √ Contractor's Affidavit* √ √ Economic Disclosure Statement √ √ Schedule A - MBE/WBE Utilization Plan* √ √ Schedule B – Section 3 Utilization Plan* √ √ Schedule C - MBE/WBE - Letter of Intent* √ Statement of Bidder's Qualifications* √ Subcontractor Information Submittal* √ Contractor's Financial Information √ Equal Employment Opportunity Compliance Certificate* √ Business License √ References (Complete reference sheet for each reference provided) * These documents are made available through the CHA’s website, www.thecha.org ________________________________________ ________________________________________ (Signature) (Organization Name) ________________________________________ ____________________ ____________________ (Print Name) (Title) (Date) http://www.thecha.org/ IFB Event No. 3045 – Biohazard Cleanup and Remediation Services BF/ 14 CHICAGO HOUSING AUTHORITY BID EXECUTION AND ACCEPTANCE If this bid is submitted by a joint venture, each business shall provide the information requested below AND a copy of the Joint Venture Agreement must be Included with your bid. Failure to provide the Joint Venture Agreement shall result in the Entire Bid Package being deemed non-responsive. Two (2) copies of this Invitation for Bid must be submitted and must bear original signature. By signing this Bid Execution and Acceptance page and submitting this bid, the Contractor acknowledges and agrees to the following: (1) that it has reviewed the Contract Documents and understands and agrees to the terms and conditions contained therein; (2) that this bid, and the prices contained herein, shall remain firm if accepted by the CHA within one hundred eighty (180) calendar days of the date of the bid opening; (3) that the Contractor shall be bound by the terms and conditions of the Contract; and (4) that the Contractor shall perform the Work for the total amount of compensation within the time frame specified below based upon the Contractor’s bid contained herein, as entered below by the CHA’s Contracting Officer, provided that the bid is accepted by the CHA and this Contract Document is executed by the CHA’s Contracting Officer. Under penalties of perjury as provided by law pursuant to Section 1-109 (Affix Corp. Seal) of the Code of Civil Procedure, the undersigned certifies that the If a Corporate Seal is not affixed, statements set forth in this bid are true and correct. this document must be notarized. If neither is done, this entire bid shall be considered Non- (Business/Contractor’s Name) Responsive and rejected. By: DATE: Subscribed and sworn to before me (Signature) this ___ day of ____________, 20__ (Printed or Typed Name) My Commission Expires: Title: (If a Corporation, President, Vice President, Partnership, Partner or other Officer should sign, evidence of authority must be submitted.) Address: (Notary Public) City, State, Zip: Taxpayer ID. No: Telephone No: ( ) Fax No: ( ) Email: ____________________ ____________________ (Vendor Code) Contract No.) The Chicago Housing Authority does hereby accept the Contractor’s offer, bid and proposal as set forth in these Specifications for Bid pages, in the Lump Sum Base Bid amount of ______________________________________________________________________________________________ ($ ) subject to the terms, conditions and requirements contained in the “Contract Documents”. The Contractor agrees not to perform and waives any and all claims of payment for work which would result in billings beyond this amount without a prior written amendment to the Contract authorizing said additional work. The Contractor recognizes an affirmative duty to monitor its performance and billings to insure that the scope of work is completed within this firm-fixed contract price. The Term of this Contract is The "Notice to Proceed" will be issued as a separate document upon submission of all required documents. CHICAGO HOUSING AUTHORITY By: Title: Deputy Chief Procurement Sheila Johnson Chicago Housing Authority 60 East Van Buren St, 8th Floor Date Signed: Chicago, IL 60605 IFB Event No. 3003 – Security Portfolio Assessment ATTACHMENT A Fee Form Pages FEE PROPOSAL FORM Three (3) Year Base Term Event No: 3045 IFB - Biohazard Cleanup Remediation Services A B C D E ESTIMATED # OF HOURS RATE PER HOUR EXTENDED COST A*B ESTIMATE ANNUAL PROJECTS EXTENDED COST C*D GROSS FILTH / HOARDER CLEANUP COST PER HOUR (1) (M‐F 8AM‐6PM) REGULAR HOURS 4 $ - $ - 20 $ - GROSS FILTH / HOARDER CLEANUP COST PER HOUR (1) (M‐F 6PM‐8AM) (SAT‐SUN) & HOLIDAYS AFTER HOURS 4 $ - $ - 20 $ - HAZARDOUS/ INFECTIOUS DISEASE/ MEDICAL WASTE CLEANUP COST PER HOUR (1) (M‐F 8AM‐ 6PM) REGULAR HOURS 4 $ - $ - 20 $ - HAZARDOUS/ INFECTIOUS DISEASE/ MEDICAL WASTE CLEANUP COST PER HOUR (1) (M‐F 6PM‐ 8AM) (SAT‐SUN) & HOLIDAYS AFTER HOURS 4 $ - $ - 20 $ - UNIDENTIFIED DEATH CLEANUP COST PER HOUR (1) (M‐F 8AM‐ 6PM) REGULAR HOURS 4 $ - $ - 20 $ - UNIDENTIFIED DEATH CLEANUP COST PER HOUR (1) (M‐F 6PM‐ 8AM) (SAT‐SUN) & HOLIDAYS AFTER HOURS 4 $ - $ - 20 $ - TRAUMA/ CRIME SCENE CLEANUP COST PER HOUR (1) (M‐F 8AM‐6PM) REGULAR HOURS 4 $ - $ - 20 $ - TRAUMA / CRIME SCENE CLEANUP COST PER HOUR (2) (M‐F 6PM‐8AM) (SAT‐ SUN) & HOLIDAYS AFTER HOURS 4 $ - $ - 20 $ - BASE YR (1) TOTAL $ - BASE YEAR 1 1 FEE PROPOSAL FORM Three (3) Year Base Term Event No: 3045 IFB - Biohazard Cleanup Remediation Services ESTIMATED # OF HOURS RATE PER HOUR EXTENDED COST A*B ESTIMATE ANNUAL PROJECTS EXTENDED COST C*D A B C D E ESTIMATED # OF HOURS RATE PER HOUR EXTENDED COST A*B ESTIMATE ANNUAL PROJECTS EXTENDED COST C*D GROSS FILTH / HOARDER CLEANUP COST PER HOUR (1) (M‐F 8AM‐6PM) REGULAR HOURS 4 $ - $ - 20 $ - GROSS FILTH / HOARDER CLEANUP COST PER HOUR (1) (M‐F 6PM‐8AM) (SAT‐SUN) & HOLIDAYS AFTER HOURS 4 $ - $ - 20 $ - HAZARDOUS/ INFECTIOUS DISEASE/ MEDICAL WASTE CLEANUP COST PER HOUR (1) (M‐F 8AM‐ 6PM) REGULAR HOURS 4 $ - $ - 20 $ - HAZARDOUS/ INFECTIOUS DISEASE/ MEDICAL WASTE CLEANUP COST PER HOUR (1) (M‐F 6PM‐ 8AM) (SAT‐SUN) & HOLIDAYS AFTER HOURS 4 $ - $ - 20 $ - UNIDENTIFIED DEATH CLEANUP COST PER HOUR (1) (M‐F 8AM‐ 6PM) REGULAR HOURS 4 $ - $ - 20 $ - UNIDENTIFIED DEATH CLEANUP COST PER HOUR (1) (M‐F 6PM‐ 8AM) (SAT‐SUN) & HOLIDAYS AFTER HOURS 4 $ - $ - 20 $ - TRAUMA/ CRIME SCENE CLEANUP COST PER HOUR (1) (M‐F 8AM‐6PM) REGULAR HOURS 4 $ - $ - 20 $ - TRAUMA / CRIME SCENE CLEANUP COST PER HOUR (2) (M‐F 6PM‐8AM) (SAT‐ SUN) & HOLIDAYS AFTER HOURS 4 $ - $ - 20 $ - BASE YR (2) TOTAL $ - BASE YEAR 2 2 FEE PROPOSAL FORM Three (3) Year Base Term Event No: 3045 IFB - Biohazard Cleanup Remediation Services ESTIMATED # OF HOURS RATE PER HOUR EXTENDED COST A*B ESTIMATE ANNUAL PROJECTS EXTENDED COST C*D A B C D E ESTIMATED # OF HOURS RATE PER HOUR EXTENDED COST A*B ESTIMATE ANNUAL PROJECTS EXTENDED COST C*D GROSS FILTH / HOARDER CLEANUP COST PER HOUR (1) (M‐F 8AM‐6PM) REGULAR HOURS 4 $ - $ - 20 $ - GROSS FILTH / HOARDER CLEANUP COST PER HOUR (1) (M‐F 6PM‐8AM) (SAT‐SUN) & HOLIDAYS AFTER HOURS 4 $ - $ - 20 $ - HAZARDOUS/ INFECTIOUS DISEASE/ MEDICAL WASTE CLEANUP COST PER HOUR (1) (M‐F 8AM‐ 6PM) REGULAR HOURS 4 $ - $ - 20 $ - HAZARDOUS/ INFECTIOUS DISEASE/ MEDICAL WASTE CLEANUP COST PER HOUR (1) (M‐F 6PM‐ 8AM) (SAT‐SUN) & HOLIDAYS AFTER HOURS 4 $ - $ - 20 $ - UNIDENTIFIED DEATH CLEANUP COST PER HOUR (1) (M‐F 8AM‐ 6PM) REGULAR HOURS 4 $ - $ - 20 $ - UNIDENTIFIED DEATH CLEANUP COST PER HOUR (1) (M‐F 6PM‐ 8AM) (SAT‐SUN) & HOLIDAYS AFTER HOURS 4 $ - $ - 20 $ - TRAUMA/ CRIME SCENE CLEANUP COST PER HOUR (1) (M‐F 8AM‐6PM) REGULAR HOURS 4 $ - $ - 20 $ - TRAUMA / CRIME SCENE CLEANUP COST PER HOUR (2) (M‐F 6PM‐8AM) (SAT‐ SUN) & HOLIDAYS AFTER HOURS 4 $ - $ - 20 $ - BASE YR (3) TOTAL $ - AGGREGATE 3 YR TOTAL: $ - (1) Standard hourly rates will be paid for services provided during normal business hours: Monday-Friday 8am - 6pm. (2) Overtime or after hour rates will be paid for services provided outside of normal business hours: Monday-Friday 6pm - 8am and Saturday and Sunday. No additional or reimbursable expenses will be permitted or approved by CHA or its agent. Signature of Authorized Company Representative Print Name of Authorized Representative Name of Company Telephone Number Title E‐mail Address BASE YEAR 3 Successful bidder shall furnish firm hourly rates that include all labor (including project management and supervision), material, permits, incineration fees, mileage, transportation, proprietary chemicals, supplies, equipment, storage, cartage, disposal, and any extra work or artifacts necessary to successfully provide biohazard cleanup and remediation services requested under this solicitation. Invoices shall clearly indicate hourly charge(s) and number of hours worked and shall be submitted to CHA or its Agent(s) upon completion of work. Payment shall be remitted within 30 days of receipt of invoice. 3 FEE PROPOSAL FORM Option Year One (1) Event No: 3045 IFB - Biohazard Cleanup Remediation Services A B C D E ESTIMATED # OF HOURS RATE PER HOUR EXTENDED COST A*B ESTIMATE ANNUAL PROJECTS EXTENDED COST C*D GROSS FILTH / HOARDER CLEANUP COST PER HOUR (1) (M‐F 8AM‐6PM) REGULAR HOURS 4 $ - $ - 20 $ - GROSS FILTH / HOARDER CLEANUP COST PER HOUR (1) (M‐F 6PM‐8AM) (SAT‐SUN) & HOLIDAYS AFTER HOURS 4 $ - $ - 20 $ - HAZARDOUS/ INFECTIOUS DISEASE/ MEDICAL WASTE CLEANUP COST PER HOUR (1) (M‐F 8AM‐ 6PM) REGULAR HOURS 4 $ - $ - 20 $ - HAZARDOUS/ INFECTIOUS DISEASE/ MEDICAL WASTE CLEANUP COST PER HOUR (1) (M‐F 6PM‐ 8AM) (SAT‐SUN) & HOLIDAYS AFTER HOURS 4 $ - $ - 20 $ - UNIDENTIFIED DEATH CLEANUP COST PER HOUR (1) (M‐F 8AM‐ 6PM) REGULAR HOURS 4 $ - $ - 20 $ - UNIDENTIFIED DEATH CLEANUP COST PER HOUR (1) (M‐F 6PM‐ 8AM) (SAT-SUN) & HOLIDAYS AFTER HOURS 4 $ - $ - 20 $ - TRAUMA/ CRIME SCENE CLEANUP COST PER HOUR (1) (M‐F 8AM‐6PM) REGULAR HOURS 4 $ - $ - 20 $ - TRAUMA / CRIME SCENE CLEANUP COST PER HOUR (2) (M‐F 6PM‐8AM) (SAT‐ SUN) & HOLIDAYS AFTER HOURS 4 $ - $ - 20 $ - AGGREGATE TOTAL $ - Signature of Authorized Company Representative Print Name of Authorized Representative Name of Company E-mail Address OPTION YEAR 1 Telephone Number Title 1 FEE PROPOSAL FORM Option Year Two (2) Event No: 3045 IFB - Biohazard Cleanup Remediation Services A B C D E ESTIMATED # OF HOURS RATE PER HOUR EXTENDED COST A*B ESTIMATE ANNUAL PROJECTS EXTENDED COST C*D GROSS FILTH / HOARDER CLEANUP COST PER HOUR (1) (M‐F 8AM‐6PM) REGULAR HOURS 4 $ - $ - 20 $ - GROSS FILTH / HOARDER CLEANUP COST PER HOUR (1) (M‐F 6PM‐8AM) (SAT‐SUN) & HOLIDAYS AFTER HOURS 4 $ - $ - 20 $ - HAZARDOUS/ INFECTIOUS DISEASE/ MEDICAL WASTE CLEANUP COST PER HOUR (1) (M‐F 8AM‐ 6PM) REGULAR HOURS 4 $ - $ - 20 $ - HAZARDOUS/ INFECTIOUS DISEASE/ MEDICAL WASTE CLEANUP COST PER HOUR (1) (M‐F 6PM‐ 8AM) (SAT‐SUN) & HOLIDAYS AFTER HOURS 4 $ - $ - 20 $ - UNIDENTIFIED DEATH CLEANUP COST PER HOUR (1) (M‐F 8AM‐ 6PM) REGULAR HOURS 4 $ - $ - 20 $ - UNIDENTIFIED DEATH CLEANUP COST PER HOUR (1) (M‐F 6PM‐ 8AM) (SAT-SUN) & HOLIDAYS AFTER HOURS 4 $ - $ - 20 $ - TRAUMA/ CRIME SCENE CLEANUP COST PER HOUR (1) (M‐F 8AM‐6PM) REGULAR HOURS 4 $ - $ - 20 $ - TRAUMA / CRIME SCENE CLEANUP COST PER HOUR (2) (M‐F 6PM‐8AM) (SAT‐ SUN) & HOLIDAYS AFTER HOURS 4 $ - $ - 20 $ - AGGREGATE TOTAL $ - Signature of Authorized Company Representative Print Name of Authorized Representative Name of Company OPTION YEAR 2 Telephone Number Title E-mail Address 1 FEE FORM INSTRUCTIONS IFB Event No. 3045 – Biohazard Cleanup and Remediation Services NOTE: ALL BID SUBMISSIONS ARE SUBJECT TO REVIEW FOR COMPLETENESS, ACCURACY, AND COMPLIANCE WITH ALL TERMS AND CONDITIONS PROVIDED IN THE INVITATION FOR BID SPECIFICATION. PRICING MUST BE SUBMITTED ON THE FEE FORM WITHOUT CONDITIONS. ANY CHANGES, MODIFICATIONS, ADDITIONAL TERMS AND CONDITIONS, EXCEPTIONS OR OTHER REVISIONS TO THIS INVITATION FOR BID, INCLUDING THE FEE PROPOSAL FORM, OR FAILURE TO COMPLETE ALL REQUIRED INFORMATION, MAY CAUSE THE INVITATION FOR BID TO BE DEEMED NON-RESPONSIVE. A. INSTRUCTIONS FOR COMPLETING THE FEE FORM 1. Submission Information: Bidder shall complete the Fee Form and upload to the CHA Supplier Portal at https://supplier.thecha.org. 2. Completion of open cells in Fee Form: Bidder is responsible for electronically entering information into the open cells in Fee Form in the Excel spreadsheet. Bidder must complete all open cells in the following fields: • Rate Per Hour The following fields will be filled in automatically within the Excel spreadsheet: • Extended Cost A*B • Extended Cost C*D • Base Year • Aggregate Total 3. Signature: The Fee Form must include a printed name, signature, title, telephone number and e-mail address of an authorized representative of the Bidder. The Summary Page must be signed by an authorized Bidder representative. EXPLANATION OF COLUMNS: • Column A (Estimated Number of Hours): The Estimated Number of Hours is the four (4) hour minimum billable job time per incident. • Column B (Rate Per Hour): Bidder shall list the Bidder’s Unit Price per hour of service. • Column C (Extended Cost A*B): The total cost per hourly rate times an estimated 4 hours of service (calculated automatically). • Column D (Estimate Annual Projects): Estimated average number of projects per year. • Column E (Extended Cost C*D): The total extended cost A*B times an estimated 20 annual projects (calculated automatically). https://supplier.thecha.org/ • Base Year (1) Total: Sum of extended cost C*D • Base Year (2) Total: Sum of extended cost C*D • Base Year (3) Total: Sum of extended cost C*D • Aggregate Total: The Aggregate Total equals the sum of the total three (3) base years bid (calculated automatically). [REMAINDER OF THIS PAGE HAS BEEN LEFT INTENTIONALLY BLANK] ATTACHMENT B B  GENERAL CONDITIONS for PURCHASE ORDERS  GENERAL CONDITIONS FOR PURCHASE ORDERS 1. NON‐DISCRIMINATION: In connection with the performance of the work, the Contractor agrees not to discriminate against any employee or applicant for employment because of race, religion, color or national origin. 2. WAGE RATES, SALARIES, CERTIFICATION: The Contractor and each sub‐Contractor shall pay all laborers and mechanics employed in the performance of the contract on or about the site of the housing development not less than the wages prevailing in the locality as determined by the Secretary of Labor pursuant to the Davis‐Bacon Act (Title 40, U.S.C., Sec. 276a‐5). 3. NON‐REBATE OF WAGES: The Contractor agrees to comply with‐the regulations, ruling, and interpretations of the Secretary of Labor of the United States pursuant to the Anti‐Kickback Act (Title 18, U.S.C., Sec. 874 and Title 40, U.S.C., Sec. 276c) which makes it unlawful to induct any person employed in the construction or repair of public buildings or public works to give up any part of compensation to which he is entitled under his contract of employment; and the Contractor agrees to insert a like provision in all subcontractors hereunder. 4. INSURANCE: Insurance is applicable to All Contracts/Purchase Orders with the exception of Supply and Delivery contracts and purchase orders as approved by Risk Management. The Contractor shall furnish the Chicago Housing Authority (CHA) with satisfactory evidence (subject to approval from the CHA) that it has the following insurance coverage. When indicated below, * coverages are required of any vendor delivering equipment, accessing the building, installing/repairing equipment in CHA offices. a. Technology E & O / Cyber Liability – when any technology related service, including programming, storage of data, licensing of software, other professional consultant performed work in connection with the Contract, Technology Errors & Omissions or Cyber Liability Insurance covering acts, errors, or omissions shall be maintained with limits of not less than $1,000,000 per occurrence. When policies are renewed or replaced, the policy retroactive date must coincide with, or precede, the start of Services under the Contract. A claims‐made policy which is not renewed or replaced must have an extended reporting period of two (2) years. b. *Workers’ Compensation – Statutory Limits (Coverage A) and Employer’s Liability (Coverage B) in an amount of not less than $500,000/$500,000/$500,000. c. *Commercial General Liability Insurance – in the amount of $1,000,000 per occurrence with an aggregate of not less than $2,000,000. d. *Automobile Liability Insurance – when any motor vehicles (owned, non‐owned and hired) are used in connection with the Services to be performed, the vendor shall provide Comprehensive Automobile Liability Insurance with limits of not less than $1,000,000 per occurrence CSL, for Bodily Injury and Property Damage. e. Professional Liability Insurance – covering acts, errors, or omissions shall be maintained with limits of not less than $1,000,000 per occurrence. When policies are renewed or replaced, the policy retroactive date must coincide with, or precede, the start of Services under the Contract. A claims‐made policy which is not renewed or replaced must have an extended reporting period of two (2) years. MUST BE INCLUDED ON ALL CERTIFICATES:  Certificate Holder: Chicago Housing Authority, 60 E Van Buren, Chicago IL 60605  Solicitation number or Contract number and/or the title of the Project or Service  CHA must be endorsed as an additional insured on the Contractor’s general/auto liability policy and such insurance will be primary and non‐contributory to any other insurance available to the CHA. Insurance Certificate, naming Chicago Housing Authority as the certificate holder, is to be emailed (preferably in a Readable PDF format) to the attention of the Procurement Specialist in the Department of Procurement and Contracts referencing Solicitation Number or Purchase Order Number, Procurement Specialist and Project Title. The Chicago Housing Authority is to be endorsed as an additional insured on the Contractor’s general/auto liability policies and such insurance will be endorsed as primary and non‐contributory to any other insurance available to the CHA. 5. BID SECURITY, PERFORMANCE AND PAYMENT BOND: Not required 6. MBE/WBE/DBE PARTICIPATION: All Service Contracts/Purchase orders including any modifications to the Contract or Purchase Order in excess of $25,000.00 requires 20% MBE/WBE/DBE participation. The Contractor shall comply with the CHA’s Minority, Women and Disadvantaged Business Participation requirements through the Prime Contractor being a certified MBE/WBE/DBE firm or through direct or indirect subcontracting with certified MBE/WBE/DBE businesses.  If the Prime Contractor is a certified MBE/WBE/DBE firm, complete the top portion only of page one and all of page four including notarization of the Schedule A and submit it along with a current Letter of Certification.  Direct participation – requires a completed Schedule A from the Prime Contractor and the Schedule C along with a current Letter of Certification from the MBE/WBE/DBE participants. All Schedules must be notarized.  Indirect participation – complete the top portion only of page one, page three, and page four including notarizing the Schedule A and submit it along with canceled check copies (from front and back) that total the MBE/WBE/DBE goal and the Letter of Certification that was current when the MBE/WBE/DBE services were provided. MBE/WBE/DBE NON‐COMPLIANCE SANCTIONS AND LIQUIDATED DAMAGES A. THE CHA SHALL HAVE THE DISCRETION TO APPLY SUITABLE SANCTIONS TO THE BIDDER/PROPOSER IF THE BIDDER/PROPOSER IS FOUND TO BE IN NON‐COMPLIANCE WITH THE MBE/WBE/DBE REQUIREMENTS. FAILURE TO COMPLY WITH THE MBE/WBE/DBE TERMS OF COMMITMENT GOALS AS APPLICABLE TO AND IN THE CONTRACT OR FAILURE TO USE MBE/WBE/DBEs AS STATED IN THE BIDDER/PROPOSER’S SUBMITTED SCHEDULES, CONSTITUTES A MATERIAL BREACH OF THE CONTRACT AND MAY LEAD TO THE SUSPENSION AND/OR TERMINATION OF THE CONTRACT IN WHOLE OR IN PART. FURTHERMORE, CONTINUED ELIGIBILITY TO ENTER INTO FUTURE CONTRACTING ARRANGEMENTS WITH THE CHA MAY BE JEOPARDIZED AS A RESULT OF NON‐COMPLIANCE. IN APPROPRIATE CASES, PAYMENTS MAY BE WITHHELD UNTIL CORRECTIVE ACTION IS TAKEN. B. WHEN WORK IS COMPLETED, IN THE EVENT THAT THE CHA HAS DETERMINED THAT THE BIDDER/PROPOSER WAS NOT COMPLIANT IN THE FULFILLMENT OF THE REQUIRED MBE/WBE/DBE COMMITMENT GOAL AND A WAIVER WAS NOT OBTAINED, THE CHA WILL THEREBY BE DAMAGED IN THE FAILURE TO PROVIDE THE BENEFIT OF PARTICIPATION TO THE MBE/WBE/DBE TO THE DEGREE SET FORTH IN THIS MBE/WBE/DBE UTILIZATION PLAN. C. THEREFORE, IN THE EVENT OF SUCH NON‐COMPLIANCE, THE BIDDER/PROPOSER AND CONTRACTOR AGREES THAT THE CHA WILL DEDUCT AS LIQUIDATED DAMAGES CUMULATIVE AMOUNTS COMPUTED AS FOLLOWS:  FOR EACH ONE PERCENT (1%), OR FRACTION THEREOF, OF SHORTFALL TOWARD THE MBE/WBE/DBE GOAL, ONE PERCENT (1%) OF THE BASE BID FOR THIS CONTRACT SHALL BE SURRENDERED BY THE BIDDER/PROPOSER TO THE CHA IN PAYMENT AS LIQUIDATED DAMAGES, IF SUCH DAMAGES ARE ASSESSED. 7. SECTION 3 REQUIREMENT: All Contract/Purchase Orders are Section 3 applicable with the exception of Supply and Delivery contracts and purchase orders. Section 3 – Compliance: The CHA has determined that the contract/purchase order awarded under this solicitation is subject to the requirements of Section 3 of the Housing and Urban Development Act of 1968, as amended, 12 U.S.C. 1701u, (Section 3), and Title 24 of Subchapter B, Part 135 – Economic Opportunities for Low‐and Very Low‐Income Persons, 24 CFR 135.3. Section 3 Compliance requires that any contract or subcontract entered into for the benefit of public housing residents shall require that, to the greatest extent feasible, economic opportunity in the form of training, employment, contracting, and other economic opportunities arising from the expenditure of public housing assistance for housing rehabilitation and housing construction be directed to low‐and very low‐income persons. A. Section 3 ‐ Clause 1. The work to be performed under this contract is subject to the requirements of section 3 of the Housing and Urban Development Act of 1968, as amended, 12 U.S.C. 1701u (section 3). The purpose of section 3 is to ensure that employment and other economic opportunities generated by HUD assistance or HUD‐assisted projects covered by section 3, shall, to the greatest extent feasible, be directed to low‐and very low‐income persons, particularly persons who are recipients of HUD assistance for housing. 2. The parties to this contract agree to comply with HUD's regulations in 24 CFR Part 135, which implement section 3. As evidenced by their execution of this contract, the parties to this contract certify that they are under no contractual or other impediment that would prevent them from complying with the Part 135 regulations. 3. The contractor agrees to send to each labor organization or representative of workers with which the contractor has a collective bargaining agreement or other understanding, if any, a notice advising the labor organization or workers' representative of the contractor's commitments under this section 3 clause, and will post copies of the notice in conspicuous places at the work site where both employees and applicants for training and employment positions can see the notice. The notice shall describe the section 3 preference, shall set forth minimum number and job titles subject to hire, availability of apprenticeship and training positions, the qualifications for each; and the name and location of the person(s) taking applications for each of the positions; and the anticipated date the work shall begin. 4. The contractor agrees to include this section 3 clause in every subcontract subject to compliance with regulations in 24 CFR Part 135, and agrees to take appropriate action, as provided in an applicable provision of the subcontract or in this section 3 clause, upon a finding that the subcontractor is in violation of the regulations in 24 CFR Part 135. The contractor will not subcontract with any subcontractor where the contractor has notice or knowledge that the subcontractor has been found in violation of the regulations in 24 CFR Part 135. 5. The contractor will certify that any vacant employment positions, including training positions, that are filled (1) after the contractor is selected but before the contract is executed, and (2) with persons other than those to whom the regulations of 24 CFR Part 135 require employment opportunities to be directed, were not filled to circumvent the contractor's obligations under 24 CFR Part 135. 6. Noncompliance with HUD's regulations in 24 CFR part 135 may result in sanctions, termination of this contract for default, and debarment or suspension from future HUD assisted contracts. B. Section 3 Compliance Goals 1. Contractors and their subcontractors may demonstrate compliance by committing to employ section 3 residents and by subcontracting with section 3 business concerns in accordance with the requirements of 24 CFR Part 135. A Section 3 Business concern is a business concern under HUD Regulations: (1) 51 percent or more owned by section 3 residents; or (2) Whose permanent, full‐time employees include persons, at least 30 percent of whom are currently section 3 residents, or within three years of the date of first employment with the business concern were section 3 residents; or (3) That provides evidence of a commitment to subcontract in excess of 25 present of the dollar award of all subcontracts to be awarded to business concerns that meet the qualifications set forth in paragraphs (1) or (2) in this definition of “section 3 business concern.” 2. Contractor and sub‐contractors may demonstrate compliance with the requirements for contracting with Section 3 Business Concerns by committing to award to Section 3 Business Concerns at least 10 percent of the total dollar amount of the contract awarded to the contractor for building trades work for maintenance, repair modernization or development of public housing, or for building trades work arising in connection with housing rehabilitation, housing construction and other public construction and at least 3 percent of the total dollar amount of all other Section 3 covered contracts. 3. In evaluating compliance with 24 CFR Part 135, contractors and their subcontractors have the burden of demonstrating to the greatest extent feasible their ability or inability to meet the goals set forth in 24 CFR Part 135 for providing training, employment and contracting opportunities to section 3 residents and section 3 business concerns. 4. Contractors and their subcontractors are also encouraged to provide other economic opportunities to train and employ section 3 residents including, but not limited to, use of “upward mobility”, “bridge” and trainee positions to fill vacancies, and hiring section 3 residents in part‐time positions (24 CFR 135.40). C. Documenting and Reporting 1. Contractor agrees to comply with the above Section 3 requirements in accordance with the Contractor’s Section 3 Utilization Plan, which shall be prepared by the Contractor and agreed to by CHA. CHA shall not be required to agree to the Contractor’s Utilization Plan until the Contractor meets its burden to establish that it will comply with 24 CFR Part 135 and otherwise comply with CHA’s Section 3 Policy (see http://www.thecha.org/pages/section_3/65.php or the copy included in the solicitation) as may be required. [Contractor’s Section 3 Utilization Plan as attached to the contract as Exhibit is incorporated into the contract by this reference herein. 2. The Contractor and its subcontractors shall provide all required compliance data with respect to Contractor’s Section 3 requirements to the CHA via CHA’s electronic system available at https://cha.diversitycompliance.com/. The Contractor and its subcontractors shall be responsible for responding to any requests for data or information by the noted response due dates, and shall check the electronic system on a regular basis to manage contact information and contract records. The Contractor shall also be responsible for ensuring that all subcontractors have completed all requested items with complete and accurate information and that their contact information is current. This Section 3 Contract Provision shall flow down to each subcontract at every tier. 8. WARRANTY: The Contractor shall warrant all installed materials for a period of not less than one (1) year. If manufacturer’s warranty is longer than one (1) year said warranty shall prevail. 9. WARRANTY OF WORKMANSHIP: The Contractor shall guarantee all labor for one (1) full year from the date of completion of all work. 10. EQUAL EMPLOYMENT OPPORTUNITY: Executive Order 11246 of September 24, 1965 entitled “Equal Employment Opportunity” as amended by Executive Order 11375 of October 13, 1967 and as supplemented in Department of Labor regulations (41 CFR Chapter 60) (all construction contracts in excess of $10,000.) 11. ILLINOIS EQUAL OPPORTUNITY CLAUSE TITLE 44: GOVERNMENT CONTRACTS, PROCUREMENT AND PROPERTY MANAGEMENT SUBTITLE B: SUPPLEMENTAL PROCUREMENT RULES ‐CHAPTER X: DEPARTMENT OF HUMAN RIGHTS ‐PART 750 PROCEDURES APPLICABLE TO ALL AGENCIES – SECTION 750. APPENDIX A EQUAL EMPLOYMENT OPPORTUNITY CLAUSE EQUAL EMPLOYMENT OPPORTUNITY In the event of the contractor's non‐compliance with the provisions of this Equal Employment Opportunity Clause or the Act, the contractor may be declared ineligible for future contracts or subcontracts with the State of Illinois or any of its political subdivisions or municipal corporations, and the contract may be cancelled or voided in whole or in part, and other sanctions or penalties may be imposed or remedies invoked as provided by statute or regulation. During the performance of this contract, the contractor agrees as follows: 1) That he or she will not discriminate against any employee or applicant for employment because of race, color, religion, sex, sexual orientation, marital status, order of protection status, national origin or ancestry, citizenship status, age, physical or mental disability unrelated to ability, military status or an unfavorable discharge from military service; and, further, that he or she will examine all job classifications to determine if minority persons or women are underutilized and will take appropriate affirmative action to rectify any underutilization. 2) That, if he or she hires additional employees in order to perform this contract or any portion of this contract, he or she will determine the availability (in accordance with this Part) of minorities and women in the areas from which he or she may reasonably recruit and he or she will hire for each job classification for which employees are hired in a way that minorities and women are not underutilized. 3) That, in all solicitations or advertisements for employees placed by him or her or on his or her behalf, he or she will state that all applicants will be afforded equal opportunity without discrimination because of race, color, religion, sex, sexual orientation, marital status, order of protection status, national origin or ancestry, citizenship status, age, physical or mental disability unrelated to ability, military status or an unfavorable discharge from military service. 4) That he or she will send to each labor organization or representative of workers with which he or she has or is bound by a collective bargaining or other agreement or understanding, a notice advising the labor organization or representative of the contractor's obligations under the Act and this Part. If any labor organization or representative fails or refuses to cooperate with the contractor in his or her efforts to comply with the Act and this Part, the contractor will promptly notify the Department and the contracting agency and will recruit employees from other sources when necessary to fulfill its obligations under the contract. 5) That he or she will submit reports as required by this Part, furnish all relevant information as may from time to time be requested by the Department or the contracting agency, and in all respects comply with the Act and this Part. 6) That he or she will permit access to all relevant books, records, accounts and work sites by personnel of the contracting agency and the Department for purposes of investigation to ascertain compliance with the Act and the Department's Rules and Regulations. 7) That he or she will include verbatim or by reference the provisions of this clause in every subcontract awarded under which any portion of the contract obligations are undertaken or assumed, so that the provisions will be binding upon the subcontractor. In the same manner as with other provisions of this contract, the contractor will be liable for compliance with applicable provisions of this clause by subcontractors; and further it will promptly notify the contracting agency and the Department in the event any subcontractor fails or refuses to comply with the provisions. In addition, the contractor will not utilize any subcontractor declared by the Illinois Human Rights Commission to be ineligible for contracts or subcontracts with the State of Illinois or any of its political subdivisions or municipal corporations. (Source: Amended at 35 Ill. Reg. 3695, effective February 18, 2011). 12. A 10% RETENTION: Will be held pending inspection and approval of completed work. 13. TAXES: The CHA, a municipal Corporation is exempt from payment of Federal Excise Taxes, Federal Transportation Tax and State of Illinois Retailer’s Occupation Tax. A certificate of exemption will be furnished upon request. 14. OWNERSHIP OF DOCUMENTS: All documents and information generated, prepared, assembled or encountered by or provided under this agreement is the property of the CHA. 15. INCORPORATE HUD FORM: HUD Table 5.1 Mandatory Contract Clauses for Small Purchases other than Construction as supplemented by simplified acquisition threshold (41 U.S.C. 403(11). (non‐construction contracts in excess of $2000, but less than $100,000) 16. THE SUCCESSFUL CONTRACTOR MUST COMPLETE ALL APPLICABLE DOCUMENTS FOR THIS PROCUREMENT IN ACCORDANCE WITH THE CHA’S POLICIES AND PROCEDURES AS SET FORTH BY THE DEPARTMENT OF PROCUREMENT AND CONTRACTS. ATTACHMENT C  HOUSING and URBAN DEVELOPMENT TABLE 5.1  Handbook No. 7460.8 REV 2 5-6 2/2007 TABLE 5.1 MANDATORY CONTRACT CLAUSES FOR SMALL PURCHASES OTHER THAN CONSTRUCTION The following contract clauses are required in contracts pursuant to 24 CFR 85.36(i) and Section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act. HUD is permitted to require changes, remedies, changed conditions, access and records retention, suspension of work, and other clauses approved by the Office of Federal Procurement Policy. The PHA and contractor is also subject to other Federal laws including the U.S. Housing Act of 1937, as amended, Federal regulations, and state law and regulations. Examination and Retention of Contractor’s Records. The PHA, HUD, or Comptroller General of the United States, or any of their duly authorized representatives shall, until three years after final payment under this contract, have access to and the right to examine any of the Contractor’s directly pertinent books, documents, papers, or other records involving transactions related to this contract for the purpose of making audit, examination, excerpts, and transcriptions. Right in Data and Patent Rights (Ownership and Proprietary Interest). The PHA shall have exclusive ownership of, all proprietary interest in, and the right to full and exclusive possession of all information, materials, and documents discovered or produced by Contractor pursuant to the terms of this Contract, including, but not limited to, reports, memoranda or letters concerning the research and reporting tasks of the Contract. Energy Efficiency. The Contractor shall comply with all mandatory standards and policies relating to energy efficiency which are contained in the energy conservation plan issued in compliance with the Energy Policy and Conservation Act (Pub.L. 94-163) for the State in which the work under this contract is performed. Procurement of Recovered Materials (a) In accordance with Section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act, the Contractor shall procure items designated in guidelines of the Environmental Protection Agency (EPA) at 40 CFR Part 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition. The Contractor shall procure items designated in the EPA guidelines that contain the highest percentage of recovered materials practicable unless the Contractor determines that such items: (1) are not reasonably available in a reasonable period of time; (2) fail to meet reasonable performance standards, which shall be determined on the basis of the guidelines of the National Institute of Standards and Technology, if applicable to the item; or (3) are only available at an unreasonable price. (b) Paragraph (a) of this clause shall apply to items purchased under this contract where: (1) the Contractor purchases in excess of $10,000 of the item under this contract; or (2) during the preceding Federal fiscal year, the Contractor: (i) purchased any amount of the items for use under a contract that was funded with Federal appropriations and was with a Federal agency or a State agency or agency of a political subdivision of a State; and (ii) purchased a total of in excess of $10,000 of the item both under and outside that contract. Termination for Cause and for Convenience (contracts of $10,000 or more). (a) The PHA may terminate this contract in whole, or from time to time in part, for the PHA’s convenience or the failure of the Contractor to fulfill the contract obligations (cause/default). The PHA shall terminate by delivering to the Contractor a written Notice of Termination specifying the nature, extent, and effective date of the termination. Upon receipt of the notice, the Contractor shall: (1) immediately discontinue all services affected (unless the notice directs otherwise), and (2) deliver to the PHA all information, reports, papers, and other materials accumulated or generated in performing the contract, whether completed or in process. (b) If the termination is for the convenience of the PHA, the PHA shall be liable only for payment for services rendered before the effective date of the termination. (c) If the termination is due to the failure of the Contractor to fulfill its obligations under the contract (cause/default), the PHA may (1) require the Contractor to deliver to it, in the manner and to the extent directed by the PHA, any work described in the Notice of Termination; (2) take over the work and prosecute the same to completion by contract of otherwise, and the Contractor shall be liable for any additional cost incurred by the PHA; and (3) withhold any payments to the Contractor, for the purpose of set-off or partial payment, as the case may be, of amounts owned by the PHA by the Contractor. In the event of termination for cause/default, the PHA shall be liable to the Contractor for reasonable costs incurred by the Contractor before the effective date of the termination. Any dispute shall be decided by the Contracting Officer. ATTACHMENT DD  CONTRACTOR’S AFFDAVIT  CHICAGO HOUSING AUTHORITY Department of Procurement & Contracts CONTRACTOR’S AFFIDAVIT Page 1 of 14 Contractor’s Affidavit©_rev_12.16.20 Bidder/Proposer Name: Bidder/Proposer Address: IFB/RFP NUMBER: Federal Employee I.D. #: or Social Security #: Instructions: FOR USE WITH ALL CONTRACTS. Every Contractor submitting a bid/proposal to the Chicago Housing Authority (“CHA”) must complete this Contractor’s Affidavit. Special attention should be paid to those Sections which require the Contractor to provide certain information to the CHA. The Contractor should complete this Contractor’s Affidavit by signing and notarizing Section XIV. Please note that in the event the Contractor is a joint venture, the joint venture and each of the joint venture partners must submit a separate and completed Contractor’s Affidavit. In the event the Contractor is unable to certify to any of the statements contained herein, the Contractor must contact the Department of Procurement and Contracts of the CHA and provide a detailed factual explanation of the circumstances leading to the Contractor’s inability to so certify. The undersigned as (Name) (Title) and on behalf of (“Contractor”) having been duly (Business Name) sworn under oath certifies that: I. DISCLOSURE OF OWNERSHIP INTERESTS A. NATURE OF DISCLOSING PARTY 1. Indicate the nature of the Disclosing Party: Individual Limited liability company* Publicly registered business corporation Limited liability partnership* Privately held business corporation Joint venture* CHICAGO HOUSING AUTHORITY Department of Procurement & Contracts CONTRACTOR’S AFFIDAVIT Page 2 of 14 Contractor’s Affidavit©_rev_12.16.20 Sole proprietorship Not-for-profit corporation General partnership* (Is the not-for-profit corporation also a 501(c)(3))? Yes No Limited partnership* Trust Other (please specify) * Note and complete B.1.b below. 2. For legal entities, the state (or foreign country) of incorporation or organization, if applicable: 3. For legal entities not organized in the State of Illinois: Has the organization registered to do business in the State of Illinois as a foreign entity? Yes No N/A B. IF THE DISCLOSING PARTY IS A LEGAL ENTITY: 1. List below the full names and titles of all executive officers and all directors of the entity. For not-for- profit corporations, also list below all members, if any, that are legal entities. If there are no such members, write "no members." For trusts, estates or other similar entities, list below the legal titleholder(s). Name Title 1. b. If you checked "General partnership," "Limited partnership," "Limited liability company," "Limited liability partnership" or "Joint venture" in response to Item A.1. above (Nature of Disclosing Party), list below the name and title of each general partner, managing member, manager or any other person or entity that controls the day-to-day management of the Disclosing Party. NOTE: Each legal entity listed below must submit an affidavit on its own behalf. CHICAGO HOUSING AUTHORITY Department of Procurement & Contracts CONTRACTOR’S AFFIDAVIT Page 3 of 14 Contractor’s Affidavit©_rev_12.16.20 Name Title 2. Please provide the following information concerning each person or entity having a direct or indirect beneficial interest (including ownership) in excess of 7.5% of the Disclosing Party. Examples of such an interest include shares in a corporation, partnership interest in a partnership or joint venture, interest of a member or manager in a limited liability company, or interest of a beneficiary of a trust, estate or other similar entity whether held in its or their own name or through intermediaries or nominees. If none, state "None." NOTE: CHA may require any such additional information from any applicant which is reasonably intended to achieve full or additional disclosure of ownership. Name Business Address % Interest in the Disclosing Party (Add sheets if necessary) [REMAINDER OF THIS PAGE HAS BEEN LEFT INTENTIONALLY BLANK] CHICAGO HOUSING AUTHORITY Department of Procurement & Contracts CONTRACTOR’S AFFIDAVIT Contractor’s Affidavit©_rev_12.16.20 Page 4 of 14 II. CONTRACTOR CERTIFICATION A. CONTRACTOR’S ANTI-COLLUSIVE AFFIDAVIT 1. The Contractor or any subcontractor to be used in the performance of this contract, or any affiliated entity of the Contractor or any such subcontractor, or any responsible official thereof, or any other official, agent or employee of the Contractor, any such subcontractor or any such affiliated entity, acting pursuant to the direction or authorization of a responsible official thereof has not, during a period of three (3) years prior to the date of execution of this Contractor’s Affidavit or if a subcontractor or subcontractor’s affiliated entity during a period of three (3) years prior to the date of award of the subcontract: a. Violated any of the provisions of 18 U.S.C. §666 (a) (2) and 720 ILCS 5/33E-1 et seq. b. Bribed or attempted to bribe, or been convicted of bribery or attempting to bribe a public officer or employee of the CHA, the State of Illinois, any agency of the federal government or any state or local government in the United States (if an officer or employee, in that officer’s or employee’s official capacity); or c. Agreed or colluded, or been convicted of an agreement or collusion among bidders or prospective bidders in restraint of freedom of competition by agreement to bid a fixed price or otherwise; or d. Made an admission of guilt of such conduct described in 1(a) and (b) above which is a matter of record but has not been prosecuted for such conduct. 2. The Contractor or any agent, partner, employee or officer of the Contractor is not barred from contracting with any unit of Federal, state or local government as a result of engaging in or being convicted of bid-rigging in violation of the Illinois Criminal Code, 720 ILCS 5/33e-3, or any similar offense of any state of the United States which contains the same elements as the offense of bid-rigging during a period of five (5) years prior to the date of submittal of this bid, proposal or response. 3. The Contractor or any agent, partner, employee, or officer of the Contractor is not barred from contracting with any unit of state or local government as a result of engaging in or being convicted of bid-rotating in violation of the Illinois Criminal Code, 720 ILCS 5/33E- CHICAGO HOUSING AUTHORITY Department of Procurement & Contracts CONTRACTOR’S AFFIDAVIT Page 5 of 14 4, or any similar offense of any state of the United States which contains the same elements as the offense of bid-rotating. 4. Additionally, that the undersigned is the party making the foregoing proposal or bid, that such bid or proposal is genuine and not collusive, and that said bidder/proposer has not colluded, conspired, connived or agreed, directly or indirectly with any proposer or person, to put in a sham proposal or to refrain from proposing, and has not in any manner, directly or indirectly sought by agreement or collusion, or communication or conference, with any person, to fix the proposal price of affiant or of any other proposer, to fix overhead, profit or cost element of said proposal price, or that of any other proposer and has not secured any advantage against the Chicago Housing Authority or any person interested in the proposed contract, nor has said proposer participated with any person or business entity in any collusive scheme to rotate proposals, provide any bribes, kickbacks to CHA employees in violation of any of the provisions of 18 U.S.C. §666 (a) (1) and 720 ILCS 5/33E-1 et seq; or engage in bid rigging; that proposer is not barred from bidding on the subject contract as a result of a violation of either Section 33- E-3 or 33-E-4 of the Illinois Criminal Code, 720 ILCS 5/33E-1 et seq; and that all statements on said proposal are true. Under penalties of perjury as provided by law pursuant to Section 1-109 of the Code of Civil Procedure, the undersigned certifies that the statements set forth in this Contractor’s Affidavit are true and correct. 5. The Contractor, its agent, officers or employees have not directly or indirectly solicited non-public information from a CHA officer or employee; entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with this proposal in violation of Illinois Criminal Code, 720 ILCS5/33E-1 et seq. Failure to submit this statement as part of the bid/proposal will make the bid non-responsive and not eligible for award consideration. B. SUBCONTRACTOR’S ANTI-COLLUSION AFFIDAVIT 1. The Contractor has obtained from all subcontractors to be used in performance of this contract, known by the Contractor at this time, certifications in form and substance equal to Sub-Section A of Section II of this affidavit. 2. The Contractor will, prior to using any subcontractor(s), obtain from such all subcontractor(s) to be used in the performance of this contract, but not yet known by the Contractor at this time certification in form and substance equal to the certification Subsection A of Section II of this Affidavit. The Contractor shall not, without the prior written permission of the CHA, use any of such subcontractors in the performance of this contract if the Contractor, based on such certifications or any other information known or obtained by Contractor, becomes aware of such subcontractor, subcontractor’s Contractor’s Affidavit©_rev_12.16.20 CHICAGO HOUSING AUTHORITY Department of Procurement & Contracts CONTRACTOR’S AFFIDAVIT Page 6 of 14 affiliated entity or any agent, employee or officer of such subcontractor or subcontractor’s affiliated entity having engaged in or been convicted of any of the conduct described in Section II (A) hereof. 3. The Contractor will maintain on file for the duration of the contract all certifications required by Section II for any subcontractors to be used in the performance of this contract and will make such certifications promptly available to the CHA upon request. 4. The Contractor will not, without the prior written consent of the CHA, use as subcontractors any individual, firm, partnership, corporation, joint venture or other entity from whom the Contractor is unable to obtain a certification in form and substance equal to the certification. 5. Contractor hereby agrees, if the CHA so demands, to terminate its subcontract with any subcontractor, if such Contractor or subcontractor was ineligible at the time that the subcontract was entered into for award of such subcontract under the State of Illinois Criminal Code 720 ILCS 5/33e-1 eq seq. as amended. The Contractor shall insert adequate provisions in all subcontracts to allow it to terminate such subcontracts as required by this Section II. Notes 1-4 For Section II. Contractor’s Certification 1. Business entities are affiliated if, directly or indirectly, one controls or has the power to control the other, or if a third person control or has the power to control both entities. Indicia of control include without limitation: interlocking management or ownership identity of interests among family members; shared facilities and equipment; common use of employees; or organization of a business entity following the ineligibility of a business entity using substantially the same management, ownership or principals as the ineligible entity. 2. No corporation shall be barred from contracting with any unit of State or local government as a result of a conviction, under either Section 33E-3 or Section 33E-4 of Article 33 of the State of Illinois Criminal Code of 1961, as amended, of any employee or agent of such corporation if this employee so convicted is no longer employed by the corporation and: (1) it has been finally indicated not guilty or (2) if it demonstrate to the governmental entity with which it seeks to contract and that entity finds that the commission of the offense was neither authorized, requested, commanded, nor performed by a director, officer or a high managerial agent in behalf of the corporation as provided in paragraph (2) of subsection (a) of Section 5-4 of the State of Illinois Criminal Code. Contractor’s Affidavit©_rev_12.16.20 CHICAGO HOUSING AUTHORITY Department of Procurement & Contracts CONTRACTOR’S AFFIDAVIT Page 7 of 14 3. For purposes of Section II (A) of this certification, a person commits the offense of and engages in bid-rigging when he knowingly agrees with any person who is, or but for such agreement should be, a competitor of such person concerning any bid submitted or not submitted by such person or another to a unit of State or local government when with the intent that the bid submitted or not submitted will result in the award of a contract to such person or another and he either (1) provides such person or receives from another information concerning the price or other material term or terms of the bid which would otherwise not be disclosed to a competitor in an independent non-collusive submission of bids or (2) submits a bid that is of such a price or other material term or terms that he does not intend the bid to be accepted (See, 720 ILCS 5/33E-3). 4. For purpose of Section II (A) of this certification, a person commits the offense of and engages in bid rotating when, pursuant to any collusive scheme or agreement with another, he engages in a pattern over time (which, for the purposes hereof, shall include at least 3 contract bids within a period of ten years, the most recent of which occurs after January 1, 1989) of submitting sealed bids to units of State or local government with the intent that the award of such bids rotates, or is distributed among, persons or business entities which submit bids on a substantial number of the same contract (See, 720 ILCS 5/33E-4). III. STATE TAX DELINQUENCIES In completing this Section III, authorized signatory must initial on the line next to the appropriate subsection. 1. Contractor is not delinquent in the payment of any tax administered by the Illinois Department of Revenue or, if delinquent, Contractor is contesting such delinquency in accordance with the procedures established by the appropriate Revenue Act, its liability for the tax or amount of the tax. 2. Contractor has entered into an agreement with the Illinois Department of Revenue for the payment of all such taxes that are due and is in compliance with such agreement. 3. Contractor is delinquent in the payment of any tax administered by the Department of Revenue and is not covered under any of the situations described in subsections 1 and 2 of this Section III, above 1. 1. 65 ILCS 5/11 – 42.1 – 1 provides that a municipality may not enter into a contract or agreement with an individual or other entity that is delinquent in the payment of any tax Contractor’s Affidavit©_rev_12.16.20 CHICAGO HOUSING AUTHORITY Department of Procurement & Contracts CONTRACTOR’S AFFIDAVIT Contractor’s Affidavit©_rev_12.10.20 Page 8 of 14 administered by the Illinois Department of Revenue unless the contracting party is contesting, in accordance with the procedures established by the appropriate Revenue Act its liability for the tax or the amount of the tax or unless the contracting party has entered into an agreement to pay the tax and is in compliance with the Agreement. Notwithstanding the above, the CHA may enter into the contract if the CHA’s Operating Officer determines that: 1) the contract is for goods or services vital to the public health, safety, or welfare; and 2) the CHA is unable to acquire the goods or services at a comparable price and of comparable quality from other sources. IV. PUNISHMENT A Contractor or subcontractor who makes a false statement, material to Section II (A) and (B) of this certification commits a 3 class felony. 720 ILCS 5/33e-11(B). Making a false statement concerning Section III of this certification is a Class A misdemeanor, voids the Contractor and allows the CHA to recover all amounts paid to the Contractor under the contract in a civil action. 65 ILCS 5/11-42.1-1. V. CERTIFICATION REGARDING SUSPENSION AND DISBARMENT A. The Contractor certifies to the best of its knowledge and belief, that it, its’ principles and any subcontractors used in the performance of this contract: 1. Meet the Agency requirements and have not violated the City or Sister Agency policy, codes, state, federal, and or local laws, rules or regulations and have not been subject to any debarment, suspension, or other disciplinary action by any government agency. Additionally, if any time the contractor becomes aware of such information, it must immediately disclose it to the Ag

60 E. Van Buren St., Chicago, IL, 60605Location

Address: 60 E. Van Buren St., Chicago, IL, 60605

Country : United StatesState : Illinois

You may also like

C-101504 RFP 42-23: Encampment Cleanup and Biohazard Response Service

Due: 31 Dec, 2024 (in 8 months)Agency: City of Vancouver

LOA under $ 20,000 for Training Services [Other (Non-Competitive)]

Due: 31 Jul, 2024 (in 3 months)Agency: Recreation & Parks

C-101505 RFP 42-23: Encampment Cleanup and Biohazard Response Service

Due: 31 Dec, 2029 (in about 5 years)Agency: City of Vancouver