Public Notice Procedure

Similar documents
DEBT COLLECTION SERVICES RFP

8. Action Items B. Onboard Data Communication Pilot Program

RFP for Fiber Optic Wide Area Network Services for the Wilmette School District 39, Wilmette, Illinois

LEGAL NOTICE VILLAGE OF ORLAND PARK, ILLINOIS ADVERTISEMENT FOR BIDS SHADE STRUCTURES FOR DUGOUTS

Bulk CO2 Tank and Fill Box

REQUEST FOR PROPOSAL FOR RISK MANAGEMENT CONSULTANT

REQUESTS FOR PROPOSALS

STATEMENT OF BIDDER'S QUALIFICATIONS

CERTIFICATIONS AND STATUTORY REQUIREMENTS For Capital Procurement Only Effective July 1, 2010

TOWNSHIP OF RARITAN REQUEST FOR QUALIFICATIONS RISK MANAGEMENT CONSULTANT SUBMISSION DEADLINE AT WHICH TIME PROPOSALS WILL BE OPENED IS

REQUEST FOR SEALED PROPOSALS

SOMERSET COUNTY INSURANCE COMMISSION

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1

BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR PROFESSIONAL ENGINEERING SERVICES FOR THE BOROUGH OF TOTOWA

RFP-FD Replacement Mid-Mount Tower Ladder. Required Submittals

BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR RISK MANAGEMENT CONSULTANT SERVICES FOR THE BOROUGH OF TOTOWA

BOROUGH OF ELMWOOD PARK REQUEST FOR QUALIFICATIONS AND PROPOSAL FOR MUNICIPAL BOND COUNSEL

PLEASANTVILLE HOUSING AUTHORITY

CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois

BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR THE POSITION OF TAX APPEAL CONSULTANT FOR THE BOROUGH OF TOTOWA

SUPPLEMENTAL CONDITIONS (For Federally Assisted Projects for Single Family Housing Rehabilitation)

Housing Authority of the Borough of Keansburg

Manalapan Township. Request for Proposals for Renewable Energy Power Purchase Agreement (PPA)

LEAF VACUUM CURBSIDE COLLECTION INCLUDING EQUIPMENT AND OPERATOR

LEGAL NOTICE VILLAGE OF ORLAND PARK, ILLINOIS ADVERTISEMENT FOR BIDS. Two (2) Wide-Format Plotters

MANTUA TOWNSHIP MUA FEE ACCOUNTING SERVICES

BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR ANIMAL CONTROL OFFICER FOR THE BOROUGH OF TOTOWA

If the contractor is NOT a US Citizen, do not use this form. Please contact the Foundation Office for instructions with regard to how to proceed.

BOROUGH OF HIGHTSTOWN REQUEST FOR PROPOSAL GRANT WRITING & CONSULTING SERVICES

PLAINFIELD BOARD OF EDUCATION 1200 Myrtle Avenue Plainfield, New Jersey 07063

December 12, To Whom It May Concern: Enclosed please find our Request for Professional Services.

Request for Proposal for Professional Services

INVITATION TO BID (ITB)

BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER

Patton State Hospital INVITATION FOR BID

C17FT RPM PHASE ONE - March 20, 2017 BROADWAY SUBSTATION UPGRADE

PUBLIC NOTICE BRICK TOWNSHIP MUNICIPAL UTILITIES AUTHORITY 1551 HIGHWAY 88 WEST, BRICK, NJ NOTICE OF SOLICITATION FOR RFQs

REQUEST FOR SEALED PROPOSALS

Professional Information and Qualifications

Champaign Park District: Request for Bids for Playground Surfacing Mulch

GUTTENBERG HOUSING AUTHORITY

HOUSING AUTHORITY OF THE TOWN OF MORRISTOWN REQUEST FOR PROPOSALS FEE ACCOUNTING SERVICES

TOWN OF GUTTENBERG COUNTY OF HUDSON, STATE OF NEW JERSEY

CONTRACT AGREEMENT between Tow Company ) Contract No.: 06-FSP-01 Street Address ) City, State ZIP Code ) ) (hereinafter "Contractor") ) ) ) ) ) and )

REQUEST TO SUBMIT PROPOSALS FOR ASBESTOS SURVEYOR FOR THE CITY OF PONTIAC

REQUEST FOR PROPOSALS CLEAN OUT AND JUNK REMOVAL SERVICES Date Issued: March 16, 2017 Due: Thursday, March 30, 2017 at 2:00pm

INFORMATION FOR BID. Tee Shirts (School Nutrition)

BERRIEN COUNTY ROAD DEPARTMENT

CAMDEN COUNTY EDUCATIONAL SERVICES COMMISSION 225 White Horse Avenue Clementon, New Jersey 08021

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)

St. George CCSD #258

COUNTY OF WISE, VIRGINIA REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL CONSULTING SERVICES BROWNFIELDS GRANT. Date of Issue: September 25, 2017

Request for Proposals. Forensic Accounting Audit Services

REQUEST FOR QUALIFICATIONS TOWNSHIP AUDITOR

HOUSING AUTHORITY OF THE TOWN OF MORRISTOWN REQUEST FOR PROPOSALS ORDINARY LEGAL SERVICES

REQUESTS FOR BIDS WELL HOUSE #3 ROOF REPAIR

CITY OF TITUSVILLE, FLORIDA

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

Request for Proposals. Land Surveying Services RFP: CD-RFP-002 BIDDERS NOTE: Prevailing wage does not apply. Certified payrolls not required

Request for Proposals For: HQS Inspection Services From June 1, 2017 May 31, April 2017

West Ridge Park Ballfield Light Pole Structural Assessment

CITY OF GALESBURG. PURCHASING 55 W Tompkins St Galesburg, IL Phone: (309)

LEAGUE OF HUMAN DIGNITY BARRIER REMOVAL CONSTRUCTION CONTRACT OWNER AND CONTRACTOR

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1

Federal Certification Forms

APPENDIX A STANDARD CLAUSES FOR NEW YORK STATE CONTRACTS

The Housing Authority of the Township of Middletown

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER

DISTRICT OF COLUMBIA WATER AND SEWER AUTHORITY DEPARTMENT OF PROCUREMENT

FRANKLIN BOROUGH REQUEST FOR PROPOSALS FOR BOROUGH ENGINEER

GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f

Request for Qualifications: Continuing Services For Central Florida Regional Planning Council

REQUEST FOR QUALIFICATIONS (RFQ) #17/18 Q-18

TOWNSHIP OF PEQUANNOCK. REQUEST FOR PROPOSALS for PROFESSIONAL SERVICES 2018 FEMA FMA HOME ELEVATION GRANT APPLICATION

REQUEST FOR PROPOSAL

PERSONAL SERVICES AGREEMENT BETWEEN THE UNIVERSITY OF WYOMING AND

ATTACHED FORMS. Drug-Free Workplace Program Certification (Form ) MBE Planned Utilization (Form )

Proposal No:

Commonwealth of Kentucky, hereinafter referred to as the University or as the First Party, and

CALIFORNIA PARTICIPATING ADDENDUM WESTERN STATES CONTRACTING ALLIANCE PRINTING SERVICES MASTER SERVICES AGREEMENT

SECTION EEO & AFFIRMATIVE ACTION REQUIREMENTS

INVITATION TO BID U Directional Boring Utility Department

General Consulting Search Q&A

INVITATION TO BID (ITB) SCOTT COUNTY COURTHOUSE PAINTING SCOTT COUNTY BOARD OF SUPERVISORS 190 BEECH STREET, SUITE 201 GATE CITY, VA 24251

DISADVANTAGED BUSINESS ENTERPRISE

CITY UNIVERSITY CONSTRUCTION FUND GUIDELINES FOR PROCUREMENT CONTRACTS (as amended through June 23, 2016)

TOWNSHIP OF BLOOMFIELD STANDARDIZED SUBMISSION REQUIREMENTS FOR PROFESSIONAL SERVICES INFORMATION FOR PROFESSIONAL SERVICES ENTITIES

ATTACHED FORMS. Drug-Free Workplace Program Certification (Form ) Anticipated DBE Participation Statement (Form )

REQUEST FOR QUALIFICATIONS: ACCOUNTING &/OR AUDIT SERVICES

TAX APPEAL COUNSEL 2019 RFQ # MC-RFQ

BOROUGH OF HADDONFIELD CAMDEN COUNTY NEW JERSEY GENERAL BANKING SERVICE

CONSTRUCTION AGREEMENT

REQUEST FOR QUALIFICATIONS FOR ARBITRAGE REBATE CONSULTING SERVICES

TOWNSHIP OF HAZLET REQUEST FOR QUALIFICATIONS FOR HEALTH INSURANCE CONSULTANT TOWNSHIP OF HAZLET COUNTY OF MONMOUTH STATE OF NEW JERSEY

LINCOLN PARK BOARD OF EDUCATION REQUEST FOR PROPOSALS FOR ARCHITECTURAL SERVICES

PUBLIC NOTICE NOTICE OF REQUEST FOR BIDS CITY OF HIGHWOOD, ILLINOIS ROADWAY SNOW REMOVAL AND SALT APPLICATION

Botetourt County Public Schools

FORM 1 RESPONDENT S CONTACT INFORMATION. The Respondent shall identify the contact information as described below.

TOWNSHIP OF WOOLWICH 120 VILLAGE GREEN DRIVE WOOLWICH TOWNSHIP, NJ SPECIFICATIONS AND RFP FORMS FOR PROFESSIONAL SERVICES CONTRACTS YEAR 2019

Commission on Peace Officer Standards and Training. Exhibit A Scope of Work 2 page(s) 3 page(s) General Terms and Conditions GIC 610.

Transcription:

REQUEST FOR QUALIFICATIONS - DESIGN ENGINEERING SERVICES PHASE 3 CONSTRUCTION RESIDENT ENGINEER SERVICES NORTH MAIN STREET BETWEEN SEMINARY AVENUE AND COLE AVENUE Public Notice The City of Wheaton is seeking a request for qualifications from professional engineering firms for Phase III Construction Engineering Services for the North Main Street Resurfacing Project. This project is funded in part using Local Agency Functional Overlay (LAFO) funds which includes construction engineering. Public Notice Procedure The City procedure includes posting an announcement on the City s website at www.wheaton.il.us requesting qualifications from professional engineering firms for Phase III construction services. The advertisement shall remain posted for a total of 14 calendar days prior to acceptance of qualifications and shall be on continuous display on the website. Consultants interested in submitting can download the packet directly from the website. The packet contains detailed description of the project, conflict of interest form, and specific requirements for the format and content of submission. All responses to this request are due on Wednesday, March 7, 2018 no later than 12:00 p.m. local time, and delivered to the Procurement Officer, at the City of Wheaton, 303 W. Wesley Street, Wheaton, Il 60187. All proposals shall include a conflict of interest form and certification forms. All proposals must not contain any cost information. All submittals shall be evaluated by City staff, and a minimum of 3 consultants shall be selected for consideration for award of this project. Interviews of consultants shall not be conducted, but instead, all submitted qualifications shall be reviewed by a panel comprised of the Director of Engineering, Senior Project Engineer, and the Procurement Officer. Initial Administration The City Department of Engineering has a Director of Engineering, 1- senior engineer and 1- project engineer who will handle the daily management and administration of the project. The Department of Engineering will work with the City Procurement office in procurement of the engineering services. Wheaton City Hall 303 W. Wesley Street Wheaton, IL 60187-0727 (630) 260-2000 Fax (630) 260-2017 TDD (630) 260-8090 Mayor Michael J. Gresk City Manager Michael G. Dzugan City Council Michael Barbier Suzanne Fitch John Prendiville John Rutledge Todd Scalzo Phil Suess

Written Policy and Procedures City of Wheaton s written procedures substantially follow guidelines set forth in Section 5-5 of IDOT s BLRS Manual and specifically Section 5-5.06 (e), therefore approval from the FHWA does not apply. Project Description The City shall use the following five (5) items when developing the project description and may include additional items under unique circumstances. Describe in general terms the need, purpose and objective of the project Identify the various project components Establish the desired timetable for the effort Identify any expected problems Determine the total project budget The scope of services includes Phase III construction engineering services for oversite of the resurfacing of North Main Street between Seminary Avenue and Cole Avenue. Previously reconstructed in 2003, Main Street is the main arterial roadway into and out of the City and leads into the Downtown Central Business District. The pavement surface is worn and need of replacement. Included in this project is the replacement of several sidewalks at the adjacent intersections for ADA compliance and material testing to ensure compliance with State specifications. The budget for this work is $752,000.00. Conflict of Interest The City requires participants for professional engineering services to fill out the attached disclosure statement indicating if a conflict exists or not. The form is attached to this proposal. Consultants must provide a disclosure statement with information provided on the Exhibit A if a conflict exists. Suspension and Disbarment The City requires verification of suspension and disbarment. Attached certification forms (Exhibit B) are in the proposal and must be filled out to ensure the eligibility of the firm. Evaluation Factors- The City of Wheaton procedure for Quality Based Selection allows for the Director of Engineering to set the evaluation factors for this project but shall include a minimum of five (5) criterion within an established Request for Qualifications - DESIGN ENGINEERING SERVICES PHASE 3 CONSTRUCTION RESIDENT ENGINEER SERVICES

range. The maximum of DBE and local presence requirements combined cannot be more than 10% on projects where federal funds are being used. Project specific evaluation factors shall be included at a minimum in the Request for Qualifications. Criteria and weighting per the City s QBS procedures- General Technical Approach (10%-30%) Firm Experience (10%-30%) Specialized Expertise (10%-30%) Staff Capabilities (Prime/Sub)- (10%-30%) Work Load Capacity (10%-30%) Past Performance (10%-30%) In-State or Local Presence (1%-10%)- Max cannot exceed 10% For this project, the Director of Engineering set the following selection criteria and weighting Technical Approach 30% Firm Experience 20% Staff Capabilities 20% Work Load Capacity 20% Local Presence 10% Total 100% The City shall not conduct interviews with the 3 top firms. Selection shall be based on the criteria set forth above. Selection The City requires a 3-person committee which is comprised of the Director of Engineering, the Senior Project Engineer and the Procurement Officer. The committee members certify they do not have a conflict of interest and shall review and score each proposal individually prior to meeting. Their scores are averaged for a total score which shall be used to establish a shorth list of 3 firms. If there are other firms within 10% of the minimum score, the Director of Engineering may choose to expand the short-list to include more than 3 firms. The committee score is adjusted by the committee based on group discussion to develop a final ranking. Request for Qualifications - DESIGN ENGINEERING SERVICES PHASE 3 CONSTRUCTION RESIDENT ENGINEER SERVICES

Selection Criteria Chart Criteria Weighting Points Firm 1 Firm 2 Firm 3 Technical Approach 30% 30 Firm Experience 20% 20 Staff Capabilities 20% 20` Work Load Capacity 20% 20 Local Presence 10% 10 Total 100% 100 Independent Estimate An independent estimate for the project shall be prepared prior to contract negotiation. The estimate shall be used in the negotiation with the successful candidate. Contract Negotiations The Director of Engineering and Assistant City Manager shall negotiate with the firms. The Director of Engineering or Assistant City Manager reserves the right to delegate responsibility to the Procurement Officer or Senior Project Engineer. Acceptable Costs The City requires the Director of Engineering to review the contract costs and the indirect cost rates to assure they are compliant with current Federal cost principles prior to submission to the Illinois Department of Transportation (IDOT). Invoice Processing The City Procedures require the project manager assigned to any projects using federal funds to review and approve all invoices prior to payment and submission to IDOT for reimbursement. Request for Qualifications - DESIGN ENGINEERING SERVICES PHASE 3 CONSTRUCTION RESIDENT ENGINEER SERVICES

Project Administration The City procedures require the assigned project manager to monitor work on the project in accordance with the contract and to file reports with the Director of Engineering. The City s procedure requires evaluation of the consultant s work at the end of the project. These reports are maintained in the City s consultant information database. The City follows IDOT s requirements and they require submission of form BLR 05613 to the IDOT District 1 at the contract close-out along with the final invoice. Standard Engineering Services Agreements The engineering forms used in this contract shall be the Engineering Services Agreement form BLR 05510. Compensation Formulas The successful candidate shall use the applicable articles of the BLR manual Section 5-5.10. The method of reimbursement shall be based on a Cost-Plus-a-Fixed Fee Amount (CPFF). Sub-consultant compensation shall be based on Service by Others. Request for Qualifications - DESIGN ENGINEERING SERVICES PHASE 3 CONSTRUCTION RESIDENT ENGINEER SERVICES

EXHIBIT A DESIGN ENGINEERING SERVICES PHASE 3 CONSTRUCTION RESIDENT ENGINEER SERVICES CERTIFICATION OF COMPLIANCE (I) The undersigned certifies that they agree to fulfill all Requirements, Specifications, Terms and Conditions. (II) The undersigned certifies that they agree to fulfill all Agreement Requirements. (III) The undersigned certifies that they agree to present alternative Greener products/processes to the City for consideration in this work. Check One: There are no conflicts of interest; and in the event that a conflict of interest is identified anytime during the duration of this award, or reasonable time thereafter, you, your firm, or your firm s ownership, management or staff will immediately notify the City of Wheaton in writing. There is an affiliation or business relationship between you, your management or staff, your firm, or your firm s ownership, and an employee, officer, or elected official of the City of Wheaton who makes recommendations to the City of Wheaton with respect to expenditures of money, employment, and elected or appointed positions. Provide any and all affiliations or business relationships that might cause a conflict of interest or any potential conflict of interest. Include the name of each City of Wheaton affiliate with whom you, your firm, or your firm s ownership, management or staff, has an affiliation or a business relationship. This Business Firm is: (check one) Corporation Partnership Individual LLC Firm Name: Name: Operational Contact for this work Firm Address: Phone #: e-mail: Signature: Print Name: Position: Phone #: Fax #: e-mail address: Date signed: ACKNOWLEDGED AND AGREED TO: (Authorized Signature and Title) Sales Contact Name: Phone #: e-mail: Billing Contact Name: Phone #: e-mail: State of County of Signed and sworn (or affirmed) to before me on (date) (name/s of person/s making statement). (Seal) (Signature of Notary Public) Failure to complete and return this form may be considered sufficient reason for rejection of the bid. Certification of Compliance

EXHIBIT B Contractor Certification Part I: Sexual Harassment, Tax, Substance Abuse, Collusion, Employ Illinois Workers, & Prevailing Wage, having been first duly sworn deposes and states as follows: (Officer or Owner of Company), having submitted a proposal for: (Name of Company) DESIGN ENGINEERING SERVICES PHASE 3 CONSTRUCTION RESIDENT ENGINEER SERVICES hereby certifies that the undersigned Contractor: 1. has a written sexual harassment policy in place in full compliance with 775 ILCS 5/2-105(A)(4). 2. is not delinquent in the payment of any tax administered by the Illinois Department of Revenue, or if it is: a. it is contesting its liability for the tax or the amount of tax in accordance with procedures established by the approved Revenue Act; or b. it has entered into an agreement with the Department of Revenue for payment of all taxes due and is currently in compliance with that agreement. 3. is in full compliance with the Federal Highway Administration Rules on Controlled Substances and Alcohol Use and Testing, 49 CFR Parts 40 and 382 and that is/are currently participating (Name of employee/driver or all employee drivers ) in a drug and alcohol testing program pursuant to the aforementioned rules. (Check either 4A or 4B, depending upon which certification is correct.) 4A. has in place a written program which meets or exceeds the program requirements of the Substance Abuse Prevention on Public Works Projects Act (Public Act 95-0635), and has provided a written copy thereof to the City of Wheaton; or 4B. has in place a collective bargaining agreement which deals with the subject matter of the Substance Abuse Prevention on Public Works Projects Act (Public Act 95-0635). 5. is not barred from contracting with any unit of state or local government as a result of a violation of either Section 33E- 3 or 33E-4 of the Illinois Criminal Code, or of any similar offense of bid-rigging or bid-rotating of any state of the United States. 6. agrees that, to the extent required by the Employment of Illinois Workers on Public Works Act (30 ILCS 570/1 et seq.), as now existing or hereafter amended, the undersigned shall comply with the Illinois labor employment requirements as set forth in the Act. 7. is, to the extent required, in compliance with all requirements of the Illinois Prevailing Wage Act, 820 ILCS 130/0.01 et seq. ACKNOWLEDGED AND AGREED TO: (Authorized Signature and Title) Contractor Certification Part I: Sexual Harassment, Tax, Substance Abuse, Collusion, Employ Illinois Workers, & Prevailing Wage

State of County of Signed and sworn (or affirmed) to before me on (date) (name/s of person/s making statement). (Seal) (Signature of Notary Public) Failure to complete and return this form may be considered sufficient reason for rejection of the bid. Contractor Certification Part I: Sexual Harassment, Tax, Substance Abuse, Collusion, Employ Illinois Workers, & Prevailing Wage

Contractor Certification Part II: Patriot Act/USA Freedom Act, Americans with Disabilities Act, Steel Products, Public Works Employment Discrimination, & Safety, having been first duly sworn deposes and states as follows: (Officer or Owner of Company), having submitted a proposal for: (Name of Company) DESIGN ENGINEERING SERVICES PHASE 3 CONSTRUCTION RESIDENT ENGINEER SERVICES hereby certifies that the undersigned Contractor: 1. is not barred from bidding and/or contracting with a unit of state or local government as a result of a violation of the USA Patriot Act of 2001, 107 Public Law 56 (October 26, 2001)(the Patriot Act ) and the USA Freedom Act, H.R. 2048, Pub. L. 114-23 which restored and modified the Patriot Act, or other statutes, orders, rules, and regulations of the United States government and its various executive departments, agencies and offices related to the subject matter of the Patriot Act, including, but not limited to, Executive Order 13224 effective September 24, 2001. Contractor also certifies that it is not acting, directly or indirectly, for or on behalf of any person, group, entity or nation named by the United States Treasury Department as a Specially Designated National and Blocked Person, or for or on behalf of any person, group, entity or nation designated in Presidential Executive Order 13224 as a person who commits, threatens to commit, or supports terrorism; and Contractor further certifies that it is not engaged in this transaction directly or indirectly on behalf of, or facilitating this transaction directly or indirectly on behalf of, any such person, group, entity or nation. 2. agrees, to the extent required by the Americans with Disabilities Act ( ADA ), 42 U.S.C. 12101 et seq., the undersigned shall utilize standards and/or methods that do not discriminate against the disabled. 3. agrees, when applicable, that steel products used or supplied in the performance of the contract or any subcontract thereto shall be manufactured or produced in the United States, as required by the Illinois Steel Products Procurement Act, 30 ILCS 565/1 et seq. 4. shall comply with the Public Works Employment Discrimination Act, 775 ILCS 10/0.01 et seq. 5. shall comply with all local, state and federal safety standards. 6. has and will comply with the Illinois Veterans Preference Act, 330 ILCS 55/0.01 et seq. ACKNOWLEDGED AND AGREED TO: (Authorized Signature and Title) State of County of Signed and sworn (or affirmed) to before me on (date) (name/s of person/s making statement). (Seal) (Signature of Notary Public) Failure to complete and return this form may be considered sufficient reason for rejection of the bid. Contractor Certification Part II: Patriot Act/USA Freedom Act, Americans with Disabilities Act, Steel Products, Public Works Employment Discrimination, & Safety

EQUAL EMPLOYMENT OPPORTUNITY CLAUSE Section I: This EQUAL EMPLOYMENT OPPORTUNITY CLAUSE is required by the Illinois Human Rights Act and the Rules and Regulations of the Illinois Department of Human Rights published at 44 Illinois Administrative Code Section 750 et seq; also known as Title 44: Government Contracts, Grantmaking, Procurement and Property Management, Subtitle B: Supplemental Procurement Rules, Chapter X: Department of Human Rights, Part 750: Procedures Applicable to all Agencies. Section II: In the event of the Contractor's non-compliance with the provisions of this Equal Employment Opportunity Clause or the Illinois Human Rights 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 Equal Employment Opportunity Clause

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. Section III: For the purposes of subsection 7 of Section II, subcontract means any agreement, arrangement or understanding, written or otherwise, between the Contractor and any person under which any portion of the Contractor s obligations under one or more public contracts is performed, undertaken or assumed; the term subcontract, however, shall not include any agreement, arrangement or understanding in which the parties stand in the relationship of an employer and an employee, or between a Contractor or other organization and its customers. ACKNOWLEDGED AND AGREED TO: (Authorized Signature and Title) State of County of Signed and sworn (or affirmed) to before me on (date) (name/s of person/s making statement). (Seal) (Signature of Notary Public) Failure to complete and return this form may be considered sufficient reason for rejection of the bid. Equal Employment Opportunity Clause

DRUG FREE WORKPLACE CERTIFICATION In compliance with State of Illinois Compiled Statutes, Chapter 30-580 (30 ILCS 580/30), the Contractor certifies and agrees that it will provide a drug free workplace by: 1. Publishing a Statement: A. Notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance, including cannabis, is prohibited in the Contractor s workplace. B. Specifying the actions that will be taken against employees for violations of such prohibition. C. Notifying the employee that, as a condition of employment on such Agreement, the employee will: i. Abide by the terms of the statement; and ii. Notify the employer of any criminal drug statute conviction for a violation occurring in the workplace no later than five (5) days after such conviction. 2. Establishing a Drug Free Awareness Program to inform employees about: A. The dangers of drug abuse in the workplace; B. The Contractor s policy for maintaining a drug free workplace; C. Available counseling, rehabilitation, or assistance programs; and D. Penalties imposed for drug violations. 3. Providing a copy of the Statement required by Section 1 to each employee engaged in the performance of the Agreement and to post the Statement in a prominent place in the workplace. 4. Notifying the contracting agency within ten (10) days after receiving notice under part (C), subsection (ii) of paragraph 1 above, from an employee or otherwise receiving actual notice of such conviction. 5. Imposing a sanction on, or requiring the satisfactory participation in a Drug Abuse Assistance or Rehabilitation Program, by any employee who is so convicted, as required by Section 5 of the Drug Free Workplace Act. 6. Assisting employees in selecting a course of action in the event drug counseling, treatment, and rehabilitation are required and indicating that a trained referral team is in place. 7. Making a good faith effort to continue to maintain a drug free workplace through implementation of the Drug Free Workplace Act. Failure to abide by this certification shall subject the Contractor to the penalties provided in the Drug-Free Workplace Act. The undersigned affirms, under penalties of perjury, that he/she is authorized to execute this certification on behalf of the designated organization. (Printed name of Contractor) Address City State Zip Code Drug Free Workplace Certification

Signature of Authorized Representative Title Date ACKNOWLEDGED AND AGREED TO: (Authorized Signature and Title) State of County of Signed and sworn (or affirmed) to before me on (date) (name/s of person/s making statement). (Seal) (Signature of Notary Public) Failure to complete and return this form may be considered sufficient reason for rejection of the bid. Drug Free Workplace Certification