Bid Postings • Engineering Services - Stormwater Lift Statio
IL · Score 67
ViewIL
Cicero
1 Town of Cicero Larry Dominick – Town President Request for Qualifications CDBG-DR Engineering, Design, Construction Administration and Management Consulting Services Project Manager: Tom M. Tomschin Email: ttomschin@thetownofcicero.com Date Issued: PROPOSALS DUE BY: December 1, 2025 3PM. 2 Contents Request for Qualifications Notice ................................................................................................... 3 Proposal Submittal Instructions ...................................................................................................... 3 Scope of Work ................................................................................................................................. 4 Background ................................................................................................................................. 4 Project Overview ......................................................................................................................... 6 Location of Work ......................................................................................................................... 6 Project Timeline Expectations .................................................................................................... 7 Tasks/Deliverables ...................................................................................................................... 7 Program Implementation and Management: Infrastructure ..................................................... 7 EXPECTATIONS OF THE DESIGNER ................................................................................................ 11 SCOPE OF WORK ....................................................................................................................... 11 DESIGNER SELECTION CRITERIA ................................................................................................ 12 SCHEDULE ................................................................................................................................. 12 Evaluation Criteria & Proposal Instructions .................................................................................. 13 A. Qualifications of the firm ...................................................................................................... 13 B. Qualifications of Personnel ................................................................................................... 14 C. Past Performance References ............................................................................................... 14 D. Technical Approach .............................................................................................................. 14 E. Cost Proposal ........................................................................................................................ 14 Evaluation Metrics ........................................................................................................................ 15 Evaluation and Selection Process ................................................................................................. 15 Proposal Submittal Instructions .................................................................................................... 16 Cost Proposal ................................................................................................................................ 17 Exhibit 1: Request for Proposal (RFQ) Terms and Conditions ...................................................... 20 Exhibit 2: Federally required Terms and Conditions.................................................................... 25 ATTACHMENT A ........................................................................................................................ 40 ATTACHMENT B ........................................................................................................................ 41 ATTACHMENT C ........................................................................................................................ 42 ATTACHMENT D ........................................................................................................................ 43 ATTACHMENT E ......................................................................................................................... 44 3 Request for Qualifications Notice Pursuant to the Town of Cicero's Procurement, Purchasing and Contracting Policy, Proposals will be received by the Town of Cicero for the following: The Town of Cicero is seeking proposals from highly qualified firms to provide long -term, comprehensive services to implement our Community Development Block Grant -Disaster Recovery (CDBG-DR) allocation. These services will encompass Engineering, Design, Construction Administration and Management Consulting Services. Notice is hereby given that the Town will accept p roposals until December 1, 2025, 3PM local time. The Request for Qualifications (RFQ) is comprised of the base RFQ document, any attachments, and any addenda released before contract award. All attachments and addenda released for this RFQ in advance of any contract award are incorporated herein by reference. Proposal Submittal Instructions All proposals MUST be clearly identified on the envelope as: RFQ-CDBG-DR Engineering, Design, Construction Administration and Management and MUST be delivered by December 1, 2025, 3:00 pm. Proposals must be delivered to the following address: Town of Cicero Clerk’s Office 4949 W. Cermak Rd. Cicero, IL 60804 ATTN: Tom M. Tomschin Late Proposals will not be considered and will be rejected and destroye d. The Town will not be responsible for any delays in the delivery, receipt or handling of Proposals. Proposals must be signed by an authorized representative of your organization. Faxed proposals will NOT be considered. Respondent must submit one (1) original and five (5) copies in hardcopy format. In addition, Respondent must submit six (6) copies of the Proposals on a CD-ROM or flash drive in .pdf format. The original document must clearly be marked and must b ear the original signature of an authorized agent. Respondent must enclose all documents in a sealed container. Proposals submitted via facsimile or electronic mail will not be accepted and will be rejected and destroyed. 4 Questions and Addenda Inquiries and/or clarifications must be submitted via email to the project manager Tom M. To mschin via email at ttomschin@thetownofcicero.com by November 20, 2025, 5:00pm. 1. Any revisions to this RFQ shall be ma de by written addendum only. Addendum will be issued answering all questions and/or addressing any approved modifications to the RFQ. 2. No oral statements by any person shall modify or otherwise affect this RFQ. 3. Proposers shall acknowledge receipt of any addendum by returning a signed copy with their proposal. 4. All addenda will be posted to https://thetownofcicero.com/government/town-notices/ . It is the responsibility of the proposer to check this website periodically for any changes to this proposal. 5. All submissions are subject to the Illinois Freedom of Information Act (5 ILCS 140/1, et seq.) Scope of Work Background On July 2nd of 2023, Significant Flash Flooding occurred in Chicago and nearby suburbs. In Cicero, 8.6” of rain fell resulting in unprecedented impacts on the Town’s residents, infrastructure, and economy. On January 16, 2025 , HUD published an Allocation Announcement Notice (AAN) in the Federal Register which allocated more than $11.8 billion in Community Development Block Grant – Disaster Recovery (CDBG-DR) in new funds made available by the Disaster Relief Supplemental Appropriations Act, 2025. The funds are available for major disasters occurring in 2023 or 2024 (90 FR 4759). CDBG-DR grants are allocated directly to a State, local government, or Indian Tribe pursuant to a formula developed by HUD. The department awards funds to “most impacted and distressed” (MID) areas that are in need of disaster relief, long -term recovery, restoration of infrastructure and housing, economic revitalization, and mi tigation. All funds must be allocated for disaster - related or mitigation-eligible activities in accordance with the applicable Federal Register notices, the Housing and Community Development Act of 1974, Title 24 Section 570 of the Code of Federal Regulations. The announcement provided funding to 22 States, 15 counties, 8 cities, and one U.S. territory. The Town of Cicero is a direct recipient of these CDBG-DR Funds, and is receiving an allocation of $96,004,000.00. The Town of Cicero Department of Housing is the lead agency administering this program. These funds are related to the flooding event Cicero experienced in July of 2023. 5 Community Development Block Grant -Disaster Recovery (CDBG -DR) funding is designed to address needs that remain after all ot her assistance has been exhausted. After an extensive public engagement process, the Town finalized its CDBG-DR Action Plan, and on September 29, 2025, HUD approved the Town’s Plan. The final funding allocations are dedicated to the following program areas: CDBG-DR Funded Activities Eligible Cost Category Activity CDBG-Budget Amount Administration Administration 4,500,000.00 Planning Planning 1,500,000.00 Housing Sewer Check Valve Installation 20,004,000.00 Infrastructure Stormwater Management and Storage 30,978,000.00 Infrastructure Sewer Repair and Construction 26,500,000.00 Economy N/A - Mitigation Set Aside Permeable Alleys 12,522,000.00 Total 96,004,000.00 Allocation Percentages Eligible Cost Category Unmet Need % of Unmet Need % in MID CDBG-DR Allocation Amount % of CDBG-DR Allocation Administration N/A N/A N/A $4,500,000.00 5% Planning N/A N/A N/A $1,500,000.00 2% Housing $49,434,439.52 40% 100% $20,004,000.00 24% Infrastructure $70,373,400.00 56% 100% $57,478,000.00 69% Economic $5,195,637.99 4% 0% $0.00 0% Total $125,003,477.51 46% 100% $83,482,000.00 100% CDBG-DR Mitigation Set Aside Eligible Cost Category Unmet Need % of Unmet Need % in MID CDBG-DR Allocation Amount % of Total CDBG-DR Mitigation N/A N/A 100% $12,522,000.00 15% Total CDBG -DR and Mitigation N/A N/A 100% $96,004,000.00 100% 6 Project Overview The Firm(s) will provide comprehensive services related to the Town’s implementation of the CDBG-DR Action Plan including: 1. Engineering, 2. Design and Estimating, 3. Bidding, recommendations for award, 4. Construction Administration, 5. Construction Management, 6. Construction Project Management, 7. Grant compliance, 8. Project support, and 9. Technical assistance. All activities must comply with HUD requirements and be performed under the Town’s direction. With the understanding that this scope of work will be performed over a six -year horizon, the Town anticipates entering into a multi -year contract with the selected firm(s). It is the Town’s expectation that there will be a high degree of collaboration between the Town and the selected Firm(s) on the sequencing of program implementation, the needed personnel to complete the assigned task(s), and the milestones and dea dlines associated with the specific deliverables not including inherently governmental responsibilities related to oversight of the grant, including policy development and financial management. As part of ongoing contract management, the Firm(s) shall: 1. Provide necessary equipment and supplies for their staff. 2. Establish a functional organizational structure with administrative oversight. 3. Submit monthly invoices (including timesheets) and work completion percentages. 4. Submit monthly activity reports detailing project status and concerns. 5. Meet monthly (or more often) with the Town’s contract manager. 6. Cooperate with all Town monitoring activities associated with this scope of work. 7. The Firm(s) must assist in a comprehensive transfer of data, documentation, and processes to the Town at the contract end. Location of Work The Firm(s) must meet the Town’s expectations for collaboration, oversight, hours, and productivity. Remote work may be proposed and approved with discounted hourly rates expected due to reduced overhead. On-site work will occur in The Town of Cicero , with exact locations TBD. Some positions or tasks may require travel for meetings and oversight. 7 Project Timeline Expectations Timely procurement and contract execution are critical for the Town’s CDBG -DR disaster recovery efforts. Potential proposers should note the following estimated key dates for planning: Task Description Due Date Proposals Due; Proposal Opening Monday, December 1, 2025 @ 3PM Short listed firms notified of in-person presentation interview Wednesday, December 10, 2025 In-person interviews with short listed firms December 15 – 16, 2025 Recommendation of Approval Thursday, December 18, 2025 Town Board Approval of Contract and Tuesday, December 23, 2025 Firm(s) Report(s) to Work Monday, January 5, 2026 Unless otherwise indicated, all times are local. Tasks/Deliverables These tasks are focused on the implementation of the CDBG -DR Program Areas of Housing, Infrastructure, Mitigation, Planning, Monitoring and Compliance, Environmental Reviews, and Modifications and Amendments. The Town’s implementation of the CDBG -DR funding will include a mix of Sewer Repair and Reconstruction Projects, Underground Stormwater Management Projects, and Permeable Alleys. These descriptions are not exhaustive; duties may vary based on Town needs. Over the course of up to six (6) years, the Firm(s) may be expected to provide, but not be limited to, the following deliverables: Task 1: Program Design, Implementation, and Management: Infrastructure The Infrastructure Program will fund infrastruc ture investments that support the broader recovery of Cicero, including projects that mitigate risks, improve the resiliency of infrastructure systems, improve community resilience, support economic revitalization, and support affordable housing. 8 Infrastructure Programs Overview Eligible Cost Category Activity CDBG-Budget Amount Infrastructure Stormwater Management and Storage $30,978,000.00 Infrastructure Sewer Repair and Construction $26,500,000.00 Total $56,978,000.00 Program Title Storm Water Management and Storage Total Budget/CDBG-DR Allocation $30,978,000.00 Eligible Activities Public facilities and improvements, 24 CFR 570.201(c) National Objective(s) Benefit Low and Moderate Area (LMA), 24 CFR 570.208(a)(1) and Universal Notice III.D.6.e Lead Agency and Distribution Model The Town of Cicero will directly administer this project with assistance from the Town Engineer, procured consultants, and procured contractors. Program Description This Storm Water Management and Storage project will reduce the amount of storm water in the combined sewer system. The Town plans to complete four large stormwater detention projects to redirect sewer lines to underground storage areas of publicly owned land throughout the Town, reducing the amount of storm water in the sewers during torrential storms. This project is directly tied to the Town of Cicero’s unmet needs assessment. Eligible Geographic Areas The Town of Cicero, Illinois 60804 Other Eligibility Criteria a. Town of Cicero-Owned properties will be given priority for underground stormwater detention facilities, the Town does not plan any property acquisition at this time. b. Locations will be selected based on criteria and recommendations in the Stormwater Management Plan. c. Locations will be selected based on areas that include at least 51% of residents at or below 80% AMI. Maximum Amount of Assistance Per Beneficiary N/A Maximum Income of Beneficiary This area is a low to moderate income area (LMA). Mitigation Measures During torrential rainfalls, the combined sewer system is overwhelmed by the amount of water which eventually starts back flowing into people's basements. This project will reduce the amount of storm water in the combined sewer system and the storm water will be stored in underground tanks on publicly owned land. Reducing Barriers for Assistance N/A 9 Program Title Sewer Repair and Construction Program Total Budget/CDBG-DR Allocation $26,500,000.00 Eligible Activities Public facilities and improvements, 24 CFR 570.201(c) National Objective(s) Benefit Low and Moderate Area (LMA), 24 CFR 570.208(a)(1) and Universal Notice III.D.6.e Lead Agency and Distribution Model The Town of Cicero will directly administer this project with assistance from the Town Engineer, procured consultants, and procured contractors. Program Description This Sewer Improvement project will replace the existing sewer lines and increase the size of the sewer lines to allow for a larger amount of water that can be held. Increasing the size of the sewer lines will prevent backup of sewer and storm water into people's homes. Eligible Geographic Areas The Town of Cicero, Illinois 60804 Other Eligibility Criteria a. Sewer locations will be based on criteria and recommendations identified in the Town of Cicero Stormwater Management Plan. b. Sewer locations will be selected based on areas that include at least 51% of residents at or below 80% AMI Maximum Amount of Assistance Per Beneficiary N/A Maximum Income of Beneficiary This area is a low to moderate income area (LMA). Mitigation Measures During torrential rainfalls, the combined sewer system is overwhelmed by the amount of water which eventually starts backflowing into people's basements. This project will increase the size of the sewer lines, reducing the chance of sewer backup in people's homes. Reducing Barriers for Assistance N/A 10 Program Title Permeable Alley Installation Program Total Budget/CDBG-DR Allocation $12,522,000.00 Eligible Activities Public facilities and improvements, 24 CFR 570.201(c) National Objective(s) Benefit Low and Moderate Area (LMA), 24 CFR 570.208(a)(1) and Universal Notice III.D.6.e Lead Agency and Distribution Model The Town of Cicero will directly administer this project with assistance from the Town Engineer, procured consultants, and procured contractors. Program Description This Permeable Alley Infrastructure project drains storm water into the earth instead of in the combined sewer system. The Town, in partnership with the Metropolitan Water Reclamation District have been installing Permeable Alleys for several years now. The federally-declared disaster from July 2023 was due to the overwhelmed combination sewer system, with nowhere from storm water to go but in resident’s basements or blocked roadways. This project reduces the amount of storm water in the combined sewer system. We anticipate constructing up to 35 Permeable alleys. This project is directly tied to the Town of Cicero’s unmet needs assessment. Eligible Geographic Areas The Town of Cicero, Illinois 60804 Other Eligibility Criteria a. Alley locations will be selected based on criteria identified in the Town of Cicero Stormwater Management Plan b. Alley locations will be selected based on areas that include more at least 51% of residents at or below 80% AMI c. Alleys that require a storm sewer will not be selected as we do not want to put water into the sewer system. Maximum Amount of Assistance Per Beneficiary N/A Maximum Income of Beneficiary Area of Permeable Alley installation must be a Low to Moderate Income Area (LMA). Mitigation Measures This project is 100% mitigation by reducing the amount of storm water in the combined sewer system, reducing the risk of future sewer back up. Reducing Barriers for Assistance N/A 11 EXPECTATIONS OF THE DESIGNER The Design team must include professionals who can demonstrate high standards of accomplishments and knowledge in the following areas: 1. Design, permitting, and construction management in adherence to the Town of Cicer o Stormwater Ordinance and any other State and local pertinent regulations. 2. Experience working with regulatory agencies, including Community Development Block Grant, FEMA, SBA, etc. 3. Working in an urban built out environment and all the unique logistics that entails. 4. Working with multiple user groups, committees, and elected officials. 5. Demonstrated ability to design compliant, creative, and cost-effective solutions. 6. Combining function and aesthetics, to create public amenities. 7. Experience working with natural systems; including habitat restoration, wetlands, stream restoration, and landscaping. 8. Construction, maintenance and upkeep of stormwater, habitat areas, and native landscaped areas. 9. Expertise with GIS, specifically ESRI’s Stormwater Utility Network data model. 10. Proven ability to plan multiple projects over the course of several years. SCOPE OF WORK This project includes: 1) A minimum of four (4) large-scale underground stormwater detention projects, locations identified to make an impact based on dat a from the Town’s Stormwater Management Plan. 2) Identify areas of undersized sewers, and the reconstruction of sewers with larger diameter sewers, and the restoration of the surrounding area. Locations identified to make an impact based on data from the Town’s Stormwater Management Plan. 3) The installation of up to 35 blocks of permeable alleys in locations identified as not needing a storm sewer. 4) Projects based on available funding. 5) Plan out projects for annual basis, to limit disruptions of the community to the best of your ability. The Town of Cicero has six (6) years to complete all CDBG -DR projects. The Town wants to be completed within five (5) years, to ensure timeliness of tests associated with HUD funding. The scope of work for sewer repair and construction, undergrou nd stormwater management, and permeable alleys includes: 1. Advance planning (AP), 2. Annual Scheduling, 3. Project Design, 4. Project Bidding, 5. Contract Award, 6. Construction Management, 7. Construction Administration, and 12 8. Project Closeout. The AP phase includes working with Town staff to identify projects needs and recommendations. Analysis will include evaluating location, size, type, and constructability. The Designer will identify and generate the necessary documentation to obtain a Stormwater Management permit, and all other regulatory permits and approvals. In addition to stormwater engineers, this project will require at a minimum the exper tise of surveyors, geotechnical engineers, environmental scientists, and architects. During the Design Phase, the Designer sh all provide all documents and estimated c onstruction costs for Town review. The Designer will also identify and obtain all permits required to complete construction. Designer shall also facilitate Bidding. The Designer will provide Construction Phase services that include contract accuracy, construction administration, inspection services, pro duction of record drawings, any permit ting activities, pay application review, verification, processing, and project close out. The Designer shall schedule mee tings with designated Town representatives to review each design phase of the project, to include budget and schedule. The Designer shall submit all necessary documents, as required and if needed. DESIGNER SELECTION CRITERIA The Town of Cicero will use the following in evaluating qualifications: 1) Specialized or appropriate expertise in the type of project. 2) Past performance on similar projects. 3) Adequate staff and expertise for the proposed project design team. 4) Current workload and similar projects awarded. 5) Proposed design approach and review methodology for the project. 6) Recent experience with project costs and schedules. 7) Construction administration capabilities. 8) Permitting expertise. 9) Proximity to and familiarity with the area where the project is located. 10) Experience working with other consultants, including planners, administrators, etc. 11) Other factors that may be appropriate for the project SCHEDULE The design of the project will begin immediately after a contract is executed. 13 Evaluation Criteria & Proposal Instructions A. Qualifications of the firm Provide a description and history of the firm focusing on previous disaster recovery experience and CDBG -DR implementation experience, highlighting relevant experience in each Town of Cicero CDBG-DR program areas. Include past experience with the relevant Federal Regulations. Provide additional information to support the evaluation of firm qualifications. The qualifications of the prime contracting firm must include, at a minimum, the following: 1. Ten (10) years of experience , within the last fifteen (15) years working with Disaster Recovery at the Federal, State or loca l level, including specific experience with interpreting, administering and implementing HUD CDBG-DR grant rules and Programs. 2. Experience implementing Federal grants for multiple clients of comparable size and complexity. 3. Demonstrated experience layering multiple sources of Federal funds to accomplish recovery projects (e.g., FEMA PA, HMGP and HUD CDBG-DR). 4. Demonstrated experience developing and implementing innovative solutions to difficult recovery issues, including innovative uses of traditional recov ery funding streams (e.g., FEMA PA and HUD CDBG-DR). 5. Prior experience in Program Conformance with pre - and post - construction projects, including but not limited to producing detailed estimates, performing quantity surveys, participating in design development meetings, and reviewing progress design documents for conformance to budgeted scope of work. 6. Demonstrated experience in managing projects with at least three funding streams, including, but not limited to: Insurance; 404 and 406 Hazard Mitigation; FHWA; HUD; and FEMA. 7. Proven track record proactively and successfully solving disagreements during project formulation rather than through appeals and arbitration. 8. Experience providing technical assistance related to CDBG -DR Action Plan implementation. 9. Experience working with HUD CDBG-DR grant programs at the Federal, State or large local government level, including program design and monitoring. 10. Knowledge of HUD’s requirements for infrastructure and public facilities including FEMA PA / HMGP match programs, etc. 11. Knowledge of HUD’s cross-cutting requirements for CDBG DR Implementation (including but no t limited to Uniform Administrative Requirements, Cost Principles, and Audit Requirements (2 CFR 200) Duplication of Benefits, Uniform Relocation Act, NEPA, Section 3, etc). 14 B. Qualifications of Personnel Provide an organizational chart, resumes, an d summary of personnel qualifications. Key personnel may include, but are not limited to: Project Executive (15+ years of experience with at least five (5) years in a leadership role) Senior Subject Matter Expert (12+ years of experience) Subject Matter Expert (10+ years of experience) Senior Project Manager (8+ years of project management experience, plus college degree) Project Manager (6+ years of management experience, plus college degree) Project Accountant (5+ years of experience, plus relevant college degree) Infrastructure Program Consultant (5+ years of experience) Administrator (1+ year experience) Proposer may include other labor categories and include a description describing the minimal level of qualifications. For all positions, e ducation and work experience may be substituted on a one for one basis. C. Past Performance References Provide a minimum of three (3) references for which the firm has performed services in the past that are similar to the requirements in the Scope of Services. Provide a description of the project, the reference contact name, title, e -mail address, telephone numbers, and date of the contract/period of performance. D. Technical Approach Provide a description of your firm’s approach to the project. Include information regarding start- up procedures, project management, and quality control procedures. Provide your approach to each of the scope of work areas identified in the Scope of Services. Please provide completed responses to the checklist spreadshee t attached at the end of this section. Instructions are provided in the spreadsheet. E. Cost Proposal Each Proposer must complete and submit the Cost Proposal Form/Fee Schedule included herein. The Cost Proposal will be evaluated on the hourly rates submitted on the cost proposal form for the labor positions listed. All non -labor other direct costs, including travel and lodging, will be billed to the Town of Cicero at cost without mark-up. 15 Evaluation Metrics Evaluation Metrics Criteria Points Qualifications of the Firm 25 Qualifications of Personnel 25 Past Performance References 20 Technical Approach 20 Cost Proposal 10 Total Possible Points 100 NOTE: Pricing is not confidential or proprietary. Evaluation and Selection Process Submittals will be reviewed for responsiveness, and responsive submittals will further be screened by a selection committee in accordance with the above criteria. The firm(s) submitting the highest-rated proposal may be invited for interviews. Interviews will be scored and ranked separately from the written proposals. However, the Town may use criteria similar to the above Evaluation Criteria to score and rank Proposers’ responses to interview questions or instructions, in addition to other relevant information pr ovided or requested. After interviews, a Best and Final Offer (BAFO) may be requested. The Town reserves the right to make an award without further discussion of the proposal submitted with the offeror. Therefore, the proposal should be submitted initially on the most favorable terms and pricing that the firm or individual might propose. The Town reserves the right to award a contract to the firm whose proposal best accomplishes the desired results. The Town of Cicero reserves the right to request add itional information or clarification from proposers during the evaluation process. The Town reserves the right to reject any or all proposals, or to waive minor irregularities in said proposals, or to negotiate with the successful firm(s). In the case of differences between written words and figures in a proposal, the amount stated in written words shall govern. In the case of a difference in unit price versus the extended figure, the unit price shall govern. The Town will notify all proposers whether or not they are selected for the subject work. Email is the Town’s preferred method of communication for all stages of the RFQ process. 16 Proposal Submittal Instructions All proposals MUST be clearly identified on the envelope as: RFQ-CDBG-DR Engineering, Design, Construction Administration and Management and MUST be delivered by December 1, 2025, 3:00 pm. Proposals must be delivered to the following address: Town of Cicero Clerk’s Office 4949 W. Cermak Rd. Cicero, IL 60804 ATTN: Tom M. Tomschin Late Proposals will not be considered and will be rejected and destroye d. The Town will not be responsible for any delays in the delivery, receipt or handling of Proposals. Proposals must be signed by an authorized representative of your organization. Faxed proposals will NOT be considered. Respondent must submit one (1) original and five (5) copies in hardcopy format. In addition, Respondent must submit six (6) copies of the Proposals on a CD-ROM or flash drive in .pdf format. The original document must clearly be marked and must b ear the original signature of an authorized agent. Respondent must enclose all documents in a sealed container. Proposals submitted via facsimile or electronic mail will not be accepted and will be rejected and destroyed. Questions and Addenda Inquiries and/or clarifications must be submitted via email to the project manager Tom M. To mschin via email at ttomschin@thetownofcicero.com by November 20, 2025, 5:00pm. Any revisions to this RFQ shall be ma de by written addendum only. Addendum will be issued answering all questions and/or addressing any approved modifications to the RFQ. No oral statements by any person shall modify or otherwise affect this RFQ. Proposers shall acknowledge receipt of any addendum by returning a signed copy with their proposal. All addenda will be posted to https://thetownofcicero.com/government/town-notices/ . It is the responsibility of the proposer to check this website periodically for any changes to this proposal. All submissions are subject to the Illinois Freedom of Information Act (5 ILCS 140/1, et seq.) 17 Cost Proposal Instructions: The proposal shall include pricing for all services. Pricing shall be inclusive unless otherwise indicated. The proposal shall itemize all services, including any hourly rates for all professional, technical and support personnel as well as all other c harges related to completion for a fully functioning system. The proposal shall include a total cost not to be exceeded. (Please add lines/descriptions if necessary) Description Cost Program Design, Implementation and Management: Sewer Repair and Construction $ Program Design, Implementation and Management: Stormwater Management $ Program Design, Implementation and Management: Permeable Alleys $ $ $ $ $ $ Total - Not to Exceed for 6-Year Commitment $ Name of Firm: Authorized Signature: Printed Name: Title: Email: Date: 18 Program Design, Implementation and Management: Sewer Repair and Construction Position Hourly Rate Program Design, Implementation and Management: Stormwater Management Position Hourly Rate 19 Program Design, Implementation and Management: Permeable Alleys Position Hourly Rate 20 Exhibit 1: Request for Proposal (RFQ) Terms and Conditions Standard Contract : Upon completio n of the evaluation and recommendation for award, the selected Firm(s) will be required to execute a general services contract. Contract Term: The term of this contract shall begin upon execution and remain in effect until the project is complete or until the maximum dollar amount has been expended. Not to exceed six (6) years as specified in the deliverables. Independent Contractor : At all times the Contractor shall represent himself/herself to be an independent contractor offering services to the Town of Cicero and shall not represent himself/herself, or his/her employees, to be an employee of the Town of Cicero. Therefore, the Contractor shall assume all legal and financial responsibility for taxes, FICA, employee fringe benefits, workers’ compensation, employee insurance, minimum wage requirements, overtime, etc., and agrees to indemnify, save, and hold the Town of Cicero and its officers, agents, and employees harmless from and against any and all loss, cost (including attorney fees), and damage of any kind related to such matters. Publicity Clause : Respondent must obtain prior written approval from the Town for use of information relating to the Town or this Agreement in advertisements, brochures, promotional materials or media, press releases, or other informational avenues. Non-Appropriation: If the Town does not receive funding for this Contract from the Town Board for any fiscal year applicable to this Contract, then the Town shall have the right to terminate this Agreement without penalty by giving not less than thirty (30) days’ written notice documenting the lack of funding. Conflict of Interest: The Contractor shall warrant that no official or employee of the Town who has a conflict of interest has been employed or retained to solicit or aid in the procuring of the resulting contract, nor that any such person will be employed in the performance of such contract without immediate divulgence of such fact to the Town. Non-Collusion: Proposers submitting proposals shall warrant that their offer is made without any previous understanding, agreement, or connection with any person, firm, or corporation submitting a separate proposal for the same project and is in all respects fair, without outside control, collusion, fraud, or otherwise illegal action. A Respondent must submit a notarized Non- Collusion Affidavit, attached hereto and incorporated herein as ATTACHMENT D, certifying that the Respondent has not colluded with any other entity in the submission of the Proposal. This condition shall not apply to proposals that are submitted by Proposers who have partnered with others to submit a cooperative proposal that clearly identifies a primary contractor and the associated sub-contractors. 21 E-Verify Employer Compliance : To the extent req uired by law, Employers and their subcontractors with 25 or more employees as defined must comply with E -Verify requirements to contract with governmental units. E -Verify is a Federal program and can be accessed via this link: https://www.e-verify.gov/. Drug Free Workplace: The Town of Cicero is a drug-free workplace employer. The Town requires contractors/Firm(s)s entering into a contract with the Town to provide a drug -free workplace in the performance of said contract. The contractor, upon execution of the contract, certifies that it will provide a drug -free workplace during the performance of the work on this contract. he contractor agrees to notify employees that the unlawful manufacture, distribution, dispensation, possession, or use of a controlled substance is prohibited in the workplace and specify the actions that will be taken for violations of such prohibitions. Responsive actions should be appropriate and sufficient to address and remediate any violations of this requirement. Selection Does N ot Guarantee the Award of a Contract : This RFQ shall not create any legal obligation of the Town to evaluate any Proposal that is submitted or to enter into any contract or any other agreement with a Respondent that submits a response except on terms and conditions that the Town deems, in its sole and absolute discretion, to be satisfactory and desirable. The Town reserves the right to reject all Proposals received and the right to waive non -material formalities and technicalities according to the best int erests of the Town. Any Proposals submitted shall be binding for ninety (90) calendar days following the Town’s opening and review of the same. The Town reserves the right to elect a single Respondent or multiple Respondents to perform the desired servic es. The Town reserves the right to terminate the desired services provided by the Respondent at any time and to ask for any additional information regarding a submitted proposal at any time. Any work provided by the Respondent will be in compliance with a contract to be entered into subsequent to this RFQ. Expenses Incurred In Preparing Proposal : The Town of Cicero accepts no responsibility for any expense or damages incurred by the proposer in the preparation of a proposal. Such expenses shall be borne exclusively by the proposer. This includes, but is not limited to, costs associated with preparing the Proposals and of participating in any interviews, site visits, demonstrations, oral presentations and negotiations. Contract Award. 1. The Respondent’s Proposal must be complete to be considered for the award. 2. The Town reserves the right to qualify, accept or reject any or all Respondents and accept any Proposal deemed to be in the best interest of the Town. The Town reserves the right to accept o r reject any or all Proposals and waive irregularities or technicalities in any Proposal when in the best interest of the Town. The Town reserves the right to accept or reject any exception taken by the vendor to the terms and conditions of the RFQ. 22 3. Award, if made, shall be in the form of a contract. 4. If, after the award of a contract is made, the Town determines the Respondent is unable to provide sufficient service, the Town reserves the right to reject and relet or otherwise contract out for the services. 5. The award of a contract does not guarantee that the need will arise with respect to the successful Respondent’s services and the Town reserves the right to decline the use of the services sought herein and is in no way bound to any minimum usage requirements with regard to said services. Addenda: Any and all revisions to this document shall be made only by written addendum from the Town of Cicero Purchasing Division. Therefore, no oral statements by any person shall modify or otherwise affect the terms, conditions, or specifications stated in this request for proposals. The proposer is cautioned that the requirements of this RFQ can be altered only by written addendum and that verbal communications from any source are of no effect. Competency of Respondent: No Proposal may be accepted from or contract awarded to any Respondent who is in arrears or in default to the Town upon any debt or contract and the same will be rejected. Prior failure of a Respondent to perform faithfully on any previous contract or work for the Town may be grounds for rejection. The Respondent must not have been suspended or debarred from doing business with the state and/or federal government. The Respondent, if requested, shall present evidence of performance ability an d possession of necessary facilities, pecuniary resources and adequate insurance to comply with the terms of this RFQ. Such evidence shall be presented within a specified time and to the satisfaction of the Town. Termination: This contract may be terminated by either party, with thirty (30) days prior written notice. Notice shall be served under this contract by email and acknowledged by both parties. Insurance Requirements: The successful Proposer (Contractor) agrees to keep and maintain for the duration of this Agreement including but not limited to commercial general liability, cyber liability, auto liability, professional liability, and workers’ compensation coverage with at least the minimum limits shown below. The Contractor shall furnish the Town w ith certificates of insurance for each type of insurance described herein, with the Town listed as Certificate Holder and as an additional insured on the Contractor’s general liability policy and provide a waiver of subrogation on the Contractor’s general liability and workers’ compensation policy. In the event of bodily injury, property damage, or financial loss caused by the Contractor’s negligent acts or omissions in connection with Contractor’s services performed under this Agreement, the Contractor’s Liability insurance shall be primary with respect to any other insurance which may be available to the Town, regardless of how the “Other Insurance” provisions may read. In the event of cancellation, substantial changes or nonrenewal, the Contractor and the ir insurance carrier shall give the Town at least thirty (30) days prior written notice. No work shall be performed until the Contractor has furnished to the Town the above referenced certificates of insurance and associated endorsements, in a form suitable to the Town. 23 Commercial General Liability: $1,000,000 per occurrence Cyber Liability: $1,000,000 per loss / $3,000,000 aggregate Auto Liability: At Least IL State Minimum Limits Professional Liability: $3,000,000 per claim-made / $5,000,000 aggregate Workers' Compensation: Statutory Bonding Requirement: For contractors carrying out construction under contracts that are valued at more than $350,000.00, the following bonding requirements must be followed: (a) A bid guarantee from each bidder equivalent to five percent of the bid price. The bid guarantee must consist of a firm commitment such as a bid bond, certified check, or other negotiable instrument accompanying a bid as assurance that the bidder will, upon acceptance of the bid, execute any required contractual documents within the specified timeframe. (b) A performance bond on the contractor's part for 100 percent of the contract price. A performance bond is a bond executed in connection with a contract to secure the fulfillment of all the contractor's requirements under a contract. (c) A payment bond on the contractor's part fo r 100 percent of the contract price. A payment bond is a bond executed in connection with a contract to assure payment as required by the law of all persons supplying labor and material in the execution of the work provided for under a contract. Governing Law And Jurisdiction : The parties acknowledge that this Agreement is made and entered into in Cicero, Illinois, and will be performed in Cook County, Illinois. The parties further acknowledge and agree that Illinois law shall govern all the rights, obliga tions, duties, and liabilities of the parties under this Agreement, and that Illinois law shall govern the interpretation and enforcement of this Agreement and any other matters relating to this Agreement (all without regard to Illinois conflicts of law pr inciples). Disputes arising under this Agreement shall be resolved in an appropriate court in Illinois. Applicable Illinois Laws. This RFQ calls for the construction of a “public work,” within the meaning of the Illinois Prevailing Wage Act, 820 ILCS 130/.01 et seq. (“the Act”). The Act requires contractors and subcontractors to pay laborers, workers and mechanics performing services on public works projects no less than the current “prevailing rate of wages” (hourly cash wages plus amount for fringe benef its) in the county where the work is performed. The Department publishes the prevailing wage rates at: https://www2.illinois.gov/idol/LawsRules/CONMED/Pages/Rates.aspx The D epartment revises the prevailing wage rates and the contractor/subcontractor has an obligation to check the Department’s web site for revisions to prevailing wage rates. For information regarding current prevailing wage rates, please refer to the Illinois Department of Labor’s website. All contractors and subcontractors rendering services requested under this RFQ 24 must comply with all requirements of the Act, including but not limited to, all wage requirements and notice and record keeping duties. The sele cted Respondent shall also comply with all applicable Federal, State, and local regulations, including but not limited to the Davis Bacon Act and all record keeping requirements related thereto. Indemnification: The successful proposer shall indemnify, de fend and hold harmless the Town and the Town’s officers, employees and agents from and against any and all losses, damages, costs, expenses (including reasonable attorneys’ fees), obligations, and other liabilities (including settlement amounts) that arise directly or indirectly from: Any infringement of any copyright, trademark, or patent, any misappropriation of any trade secrets, or infringement or misappropriation of any other proprietary rights, in connection with any software, documentation, service s, or other products supplied directly or indirectly by successful proposer in connection with this Agreement, or any allegation of any of the foregoing (collectively referred to as “Infringement Claims”); Any acts of negligence or willful misconduct by t he successful proposer or any of its agents, employees, or subcontractors (or any allegations of any of the foregoing), including but not limited to any liability caused by an accident or other occurrence resulting in bodily injury, death, sickness, or dis ease to any person(s) or damage or destruction to any property, real or personal; Any acts or omissions of the successful proposer with respect to the services provided by the successful proposer under this Agreement (or any allegations of any of the foregoing); Any claims by any persons or entities supplying labor or material to the successful proposer in connection with the performance of the Company’s obligations under this Agreement. Confidentiality: To the extent allowed by applicable law, the Resp ondent may designate as confidential those portions of the Proposals that contain trade secrets or other proprietary data that must remain confidential. Certification. Each Respondent must certify on ATTACHMENT D, attached hereto and incorporated herein, that the Proposal is true and accurate, and that to the best of Respondent’s knowledge, the Proposal is not misleading or fails to include relevant information. Commitment to Diversity. As a unit of local government under the Constitution of the State of Illinois, the Town is committed to encouraging diversity in the performance of work for and by the Town. Please refer to ATTACHMENT E, attached hereto and incorporated herein, which provides a link to Section 2-870 of The Code of Ordinances of the Town of Cicero, Illinois for more information. 25 Exhibit 2: Federally required Terms and Conditions Federal Applicability: The Town anticipates that this Contract may be financed in whole or in part with Federal and or State funding. As such, applicable Federal and State laws, regulations, policies, and related administrative practices apply to this Contract. The most recent of such Federal and/or State requirements, including any amendments made after the execution of this Contract, shall govern this Contract, unless the Federal and/or State Government determines otherwise. This Section identifies the Federal and State requirements that are applicable to this Contract. The Contractor is responsible for complying with all applicable provisions. To the extent applicable, the Federal and State requirements are deemed incorporated into this Contract by reference and shall be incorporated into any subcontract or subcontract executed by the Contractor pursuant to its obligations under this Contract. The Contractor and its subcontractors, if any, hereby represent and covenant that they have complied and shall comply in the future with all applicable provisions of Federal, State, and local laws, regulations, and rules and local poli cies and procedures, as amended from time to time, relating to the Work to be performed under this Contract. Anything to the contrary herein notwithstanding, all Federal awarding agency-mandated terms shall be deemed to control in the event of a conflict with other provisions contained in this Contract. The Contractor shall not perform any act, fail to perform any act, or refuse to comply with any Town requests, which would cause the Town to be in violation of the Federal awarding agency’s terms and conditions. This Contract may be financed, in whole or in part, by funding provided by federal programs including, but not limited to , the Federal Emergency Management Agency (FEMA), the Department of Housing and Urban Development, (HUD), or the Department of T ransportation (DOT). Contractor shall at all times comply with all applicable federal regulations, policies, procedures, and directives, including without limitation those listed directly or by reference, as they may be amended or promulgated from time to time during the term of this Contract. Contractor’s failure to comply shall constitute a material breach of this Contract. REMEDIES: PERFORMANCE AND DEFAULT: If, through any cause, contractor shall fail to fulfill in timely and proper manner the obligat ions under The Contract, the Town shall have the right to terminate The Contract by giving written notice to the contractor and specifying the effective date thereof. In that event any or all finished or unfinished deliverable items under The Contract prep ared by the contractor shall, at the option of the Town, become its property, and the contractor shall be entitled to receive just and equitable compensation for any acceptable work completed as to which the option is exercised. Notwithstanding, contractor shall not be relieved of liability to the Town for damages sustained by the Town by virtue of any breach of The Contract, and the Town may withhold any payment due the contractor for the purpose of set off until such time as the exact amount of damages due the Town from such breach can be determined. The Town reserves 26 the right to require at any time a performance bond or other acceptable alternative performance guarantees from the contractor without expense to the Town. In the event of default by the contractor, the Town may procure the goods and services necessary to complete performance hereunder from other sources and hold the contractor responsible for any excess cost occasioned thereby. In addition, in the event of default by the contractor under The Contract, or upon the contractor filing a petition for bankruptcy or the entering of a judgment of bankruptcy by or against the contractor, the Town may immediately cease doing business with the contractor, immediately terminate The Contract for cause, and may take action to debar the contractor from doing future business with the Town. TERMINATION FOR CAUSE OR CONVENIENCE: For purposes of clarity, it is expressly noted that, if the contractor fails to fulfill its obligations under The Contract, or otherwise breaches the terms of The Contract, the Town shall be entitled to terminate The Contract by giving written notice to the contractor and specifying the effective date thereof. In such an event, the Town shall have the right to pursue any of the addit ional remedies listed in the preceding section of these Terms and Conditions. If this contract contemplates deliveries or performance over a period of time, the Town may, for any reason within its sole discretion, terminate this contract at any time by p roviding 30 days’ notice in writing from the Town to the contractor. In that event, any or all finished or unfinished deliverable items prepared by the Vendor under this contract shall, at the option of the Town, become its property. If the contract is ter minated by the Town as provided in this section, the Town shall pay for those items for which such option is exercised, less any payment or compensation previously made. CONTRACT CHANGES: Contract changes must be in writing and agreed on by the Town and the vendor and will be implemented by contract amendments. The cost of the change, modification, change order, or constructive change must be allowable, allocable, within the scope of its grant or cooperative agreement, and reasonable for the completion o f project scope. Contract amendments will be coordinated with the Project Manager and approved by the Town before any changes should occur. NONDISCRIMINATION Equal Employment Opportunity During the performance of this contract, the contractor agrees as follows: (1) The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, sexual orientation, gender identity, or national origin. The contractor will take affirmative action to ensure that appl icants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, sexual orientation, gender identity, or national origin. Such action shall include, but not be limited to the following: Employment, u pgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; 27 and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, availabl e to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. (2) The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, sexual orientation, gender identity, or national origin. (3) The contractor will not discharge or in any other manner discriminate against any employee or applicant for employment because such employee or applicant has inquired about, discussed, or disclosed the compensation of the employee or applicant or another employee or applicant. This provision shall not apply to instances in which an employee who has access to the compensation information of other employees or applicants as a part of such employee's essential job functions discloses the compensation of such other employees or applicants to individuals who do not otherwise have access to such information, unless such disclosure is in response to a formal complaint or charge, in furtherance of an investigation, proceeding, hearing, or action, including an investigation conducted by the employer, or is consistent with the contractor's legal duty to furnish information. (4) The contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representatives of the contractor's commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (5) The contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. (6) The contractor will comply with Section 504 of the Rehabilitation Act of 1973, as amended. The contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purp oses of investigation to ascertain compliance with such rules, regulations, and orders. (7) In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. (8) The contractor will include the portion of the sentence immediately preceding paragraph (1) and the provisions of paragraphs (1) through (9) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract or purchase order as the administering agency may direc t as a means of 28 enforcing such provisions, including sanctions for noncompliance: Provided, however, that in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the a dministering agency, the contractor may request the Town to enter into such litigation to protect the interests of the Town. The applicant further agrees that it will be bound by the above equal opportunity clause with respect to its own employment practices when it participates in federally assisted construction work: Provided, That if the applicant so participating is a Town or local government, the above equal opportunity clause is not applicable to any agency, instrumentality or subdivision of such gove rnment which does not participate in work on or under the contract. The applicant agrees that it will assist and cooperate actively with the administering agency and the Secretary of Labor in obtaining the compliance of contractors and subcontractors with the equal opportunity clause and the rules, regulations, and relevant orders of the Secretary of Labor, that it will furnish the administering agency and the Secretary of Labor such information as they may require for the supervision of such compliance, and that it will otherwise assist the administering agency in the discharge of the agency's primary responsibility for securing compliance. The applicant further agrees that it will refrain from entering into any contract or contract modification subject to Executive Order 11246 of September 24, 1965, with a contractor debarred from, or who has not demonstrated eligibility for, Government contracts and federally assisted construction contracts pursuant to the Executive Order and will carry out such sanctions and penalties for violation of the equal opportunity clause as may be imposed upon contractors and subcontractors by the administering agency or the Secretary of Labor pursuant to Part II, Subpart D of the Executive Order. In addition, the applicant agrees that if it fails or refuses to comply with these undertakings, the administering agency may take any or all of the following actions: Cancel, terminate, or suspend in whole or in part this grant (contract, loan, insurance, guarantee); refrain from extendi ng any further assistance to the applicant under the program with respect to which the failure or refund occurred until satisfactory assurance of future compliance has been received from such applicant; and refer the case to the Department of Justice for appropriate legal proceeding. Age In accordance with Section 4 of the Age Discrimination in Employment Act of 1967, as amended, and 29 USC 623 through 634 and the implementing U.S. Equal Employment Opportunity Commission (U.S. EEOC) regulations, the Contractor agrees to refrain from discrimination against present and prospective employees for reason of age. In addition, the Contractor agrees to comply with any implementing requirements the Federal awarding agency may issue. Sex The Contractor agrees to comply with all applicable requirements of Title IX of the Education Amendments of 1972, as amended, 20 USC 1681 et seq., and with implementing U.S. DOT regulations, “Nondiscrimination on the Basis of Sex in Educations Programs or Activities Receiving Federal Financial Assistance,” 49 CFR Part 25, that prohibit discrimination on the basis of sex. 29 Disabilities In accordance with Section 102 of the Americans with Disabilities Act, as amended, 42 USC 12112, the Contractor agrees that it will comply with t he requirements of U.S. Equal Employment Opportunity Commission, "Regulations to Implement the Equal Employment Provisions of the Americans with Disabilities Act," 29 CFR Part 1630, pertaining to employment of persons with disabilities. Access to Services for Persons with Limited English Proficiency The Contractor agrees to comply with “Improving Access to Services for Persons with Limited English Proficiency,”; 42 USC 2000d -1 note, and U.S. DOT Notice, ”DOT Policy Guidance Concerning Recipients’ Responsibilities to Limited English Proficiency (LEP) Persons”; 70 Fed. Reg. 74087, December 14, 2005, except to the extent that the Federal Government determines otherwise in writing. Drug or Alcohol Abuse Confidentiality and Other Civil Rights Protections To the extent applicable, the Contractor agrees to comply with the confidentiality and other civil rights protections of the Drug Abuse Office and Treatment Act of 1972, as amended, 21 USC 1101 et seq., with the Comprehensive Alcoho l Abuse and Alcoholism Prevention, Treatment and Rehabilitation Act of 1970, as amended, 42 USC 4541 et seq., and with the Public Health Service Act of 1912, as amended, 42 USC 290dd through 290dd-2, and any amendments thereto. Other Nondiscrimination Laws The Contractor agrees to comply with applicable provisions of other Federal and/or State laws and regulations, and follow applicable directives prohibiting discrimination, except to the extent that the Federal and/or State Government determines otherwise in writing. Inclusion in Subcontracts The Contractor also agrees to include the requirements of this Section in each subcontract financed in whole or in part with Federal and/or State assistance, modified only if necessary to identify the affected parties. COMPLIANCE WITH THE DAVIS-BACON ACT- CONSTRUCTION All transactions regarding this contract shall be done in compliance with the Davis-Bacon Act (40 U.S.C. 3141- 3144, and 3146-3148) and the requirements of 29 C.F.R. pt. 5 as may be applicable. The contractor shall comply with 40 U.S.C. 3141 -3144, and 3146-3148 and the requirements of 29 C.F.R. pt. 5 as applicable. Contractors are required to pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. Contractors shall confirm the prevailing wages by locating the most current Secretary of Labor wage determinations on Sam.gov. Additionally, contractors are required to pay wages not less than once a week. 30 The C ontractor also agrees to include the requirements of this Section in each subcontract financed in whole or in part with Federal and/or State assistance, modified only if necessary to identify the affected parties. SECTION 3 OF THE HOUSING AND URBAN DEVELOPMENT ACT OF 1968 “The Contractor shall comply with the provisions of Section 3 of the Housing and Urban Development Act of 1968, as amended, 12 USC 1701u, and implementing its regulations at 24 CFR Part 75, as expressed below: 29.1 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 by the Housing and Community Development Act of 1992 (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. 29.2 The parties to this contract agree to comply with HUD's regulations in 24 CFR Part 75, 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 o ther impediment that would prevent them from complying with the part 75 regulations. 29.3 The contractor agrees to send to each labor organization or representative of workers with which the contractor has a collective bargaining agreement or other under standing, 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. 29.4 The contractor agrees to include this Section 3 clause in every subcontract subject to compliance with regulations in 24 CFR Part 75, 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 75. 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 75. 29.5 The contractor will certify that any vacant employment positions, including training positions that are filled (1) after the contractor is selected by before the contract is executed, and (2) with persons other than those to whom the regulations of 24 CFR part 75 require employment opportunities to be directed, were not fill ed to circumvent the contractor's obligations under 24 CFR part 75. 31 29.6 Noncompliance with HUD's regulations in 24 CFR part 75 may result in sanctions, termination of this contract for default, and debarment or suspension from future HUD assisted contracts. 29.7 With respect to work performed in connection with Section 3 covered Indian housing assistance, section 7(b) of the Indian Self-Determination and Education Assistance Act (25 U.S.C. 450e) also applies to the work to be performed under this contr act. Section 7(b) requires that to the greatest extent feasible (i) preference in the award of contracts and subcontracts shall be given to Indian organizations and Indian -owned Economic Enterprises. Parties to this contract that are subject to the provisions of Section 3 and Section 7(b) agree to comply with Section 3 to the maximum extent feasible, but not in derogation of compliance with Section 7(b).” COMPLIANCE WITH THE COPELAND “ANTI-KICKBACK” ACT a. Contractor. The contractor shall comply with 18 U.S.C. § 874, 40 U.S.C. § 3145, and the requirements of 29 C.F.R. pt. 3 as may be applicable, which are incorporated by reference into this contract. b. Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clause above and such other clauses as instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all of these contract clauses. c. Breach. A breach of the contract clauses above may be grounds for termination of the contract, and for debarment as a contractor and subcontractor as provided in 29 C.F.R. § 5.12. COMPLIANCE WITH THE CONTRACT WORK HOURS AND SAFETY STANDARDS ACT 1) Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one -half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. 2) Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph (b)(1) of this section the contractor and any subcontractor responsible therefore shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidate d damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (b)(1) of this section, in the sum of $26 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (b)(1) of this section. 32 3) Withholding for unpaid wages and liquidated damages. The Town of Cicero (grant recipient) shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally -assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (b)(2) of this section. 4) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (b)(1) through (4) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (b)(1) through (4) of this section. 5) “Each contract in an amount greater than $100,000 that is entered into under legislation subject to Reorganization Plan Numbered 14 of 1950 (eff. May 24, 1950, 64 Stat. 1267) and is for construction, alteration, and repair, including painting and decorating, must provide that no contractor or subcontractor contracting for any part of the contract work shall require any laborer or mechanic employed in the performance of the contract to work in surroundings or under working conditions that are unsanitary, hazardous, or dangerous to health or safety, as established under construction safety and health sta ndards the Secretary of Labor prescribes by regulation based on proceedings pursuant to section 553 of title 5, provided that the proceedings include a hearing similar in nature to that authorized by section 553 of title 5.” CLEAN AIR ACT The contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act, as amended, 42 U.S.C. § 7401 et seq. 2. The contractor agrees to report each violation to the Town of Cicero and understands and agrees that the Town of Cicero will, in turn, report each violation as required to assure notification to the appropriate Federal Agency, and the appropriate Environmental Protection Agency Regional Office. 3. The contractor agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with Federal assistance. FEDERAL WATER POLLUTION CONTROL ACT The contractor agrees to comply with all applicable standards, orders, or regulations issued pursuant to the Federal Water Pollution Co ntrol Act, as amended, 33 U.S.C. 1251 et seq. 2. The contractor agrees to report each violation to the Town of Cicero and understands and agrees that the Town of Cicero will, in turn, report each violation as required to assure notification to the appropriate Federal Agency, and the appropriate Environmental Protection Agency Regional 33 Office. 3. The contractor agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with Federal assistance. ENERGY CONSERVATION The Contractor agrees to comply with the mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act, 42 U.S.C. § 6321, et seq. This requirement extends to all third-party contractors and their contracts at every tier and this clause shall be included in all such subcontracts. DEBARMENT AND SUSPENSION (1) This contract is a covered transaction for purposes of 2 C.F.R. pt. 180 and 2 C.F.R. pt. 3000. As such, the contractor is required to verify that none of the contractor’s principals (defined at 2 C.F.R. § 180.995) or its affiliates (defined at 2 C.F.R. § 180.905) are excluded (defined at 2 C.F.R. § 180.940) or disqualified (defined at 2 C.F.R. § 180.935). (2) The contractor must comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C, and must include a requirement to comply with these regulations in any lower tier covered transaction it enters into (3) This certification is a material representation of fact relied upon by the Town of Cicero. If it is later determined that the contractor did not comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C, in addition to remedies available to the Town of Cicero, the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment (4) The bidder or proposer agrees to comply with the requirements of 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C while this offe r is valid and throughout the period of any contract that may arise from this offer. The bidder or proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions. This requirement extends to all third -party contractors and their contracts; this clause shall be included in all subcontracts of any tier executed in furtherance of this contract. The requisite Debarment and Suspension Certification is included as ATTACHMENT A and must be executed for contracts of $25,000 or more and prior to the award of the contract. BYRD ANTI-LOBBYING AMENDMENT, 31 U.S.C. § 1352 Contractors who apply or bid for an award of $100,000 or more shall file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, officer or employee of Congress, or an employee of a Member of Co ngress in connection with obtaining any Federal contract, grant, or any other award covered by 31 U.S.C. § 1352. Each tier shall also disclose any lobbying with non-Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the recipient who in turn will forward the certification(s) to the awarding agency. 34 The Contractor further agrees to secure like undertakings from all subcontractor tiers whose subcontracts are expected to be of a value of one hundred thousand dollars ($100,000.00) or more. The requisite “Lobbying Certification” is included as ATTACHMENT B and must be executed for contracts of $100,000 or more and prior to the award of the contract. PROCUREMENT OF RECOVERED MATERIALS (i) In the performance of this contract, the Contractor shall make maximum use of products containing recovered materials that are EPA -designated items unless the product cannot be acquired— Competitively within a timeframe providing for compli ance with the contract performance schedule; Meeting contract performance requirements; or At a reasonable price (ii) Information about this requirement, along with the list of EPA designated items, is available at EPA’s Comprehensive Procurement Guidelines web site, https://www.epa.gov/smm/comprehensiveprocurement-guideline-cpg-program. (iii) The Contractor also agrees to comply with all other applicable requirements of Section 6002 of the Solid Waste Disposal Act. This requirement extends to all t hird-party contractors and their contracts; this clause shall be included in all subcontracts of any tier executed in furtherance of this contract. ACCESS TO RECORDS AND RECORD RETENTION The record keeping and access requirements extend to all third -party contractors and their contracts at every tier. Under 49 USC 5325(g) and 2 CFR 200.336, applicable Federal and/or State Agency has the right to examine and inspect all records, documents, and papers, including contracts, related to any project financed with Federal assistance authorized by 49 U.S.C. Chapter 53. 1. Record Retention. The Contractor will retain and will require its subcontractors of all tiers to retain, complete and readily accessible records related in whole or in part to the contract, includ ing, but not limited to, data, documents, reports, statistics, sub - agreements, leases, subcontracts, arrangements, other third party agreements of any type, and supporting materials related to those records. 2. Retention Period. The Contractor agrees to co mply with the record retention requirements in accordance with 2 CFR § 200.333. The Contractor shall maintain all books, records, accounts and reports required under this Contract for a period of at not less than three (3) years after the date of terminati on or expiration of this Contract, except in the 35 event of litigation or settlement of claims arising from the performance of this Contract, in which case records shall be maintained until the disposition of all such litigation, appeals, claims or exceptions related thereto. 3. Access to Records. a. The Contractor agrees to provide sufficient access to applicable Federal and/or State Agency and its contractors to inspect and audit records and information related to performance of this contract as reasonably may be required. b. The Contractor agrees to permit, and require its subcontractors to permit, the U.S. Secretary of Transportation, and the Comptroller General of the United States, and, to the extent appropriate, the State, or their authorized representativ es, upon their request to inspect all Project work, materials, payrolls, invoices, and other data, and to audit the books, records, and accounts of the Contractor and its subcontractors pertaining to the Project, as required by 49 USC 5325(g) and 2 CFR 200.336. c. Contractor also agrees, pursuant to 49 CFR 633.17 to provide the applicable Federal Agency Secretary, Director, or Administrator or their authorized representatives including any PMO Contractor access to Contractor’s records and construction sites pertaining to a major capital project, defined at 49 USC 5302(a)1, which is receiving federal financial assistance through the programs described at 49 USC 5303, 5307, 5309, 5339, 5310, 5311, 5316, or5317. d. The Contractor agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed. 4. Access to the Sites of Performance. The Contractor agrees to permit applicable Federal and/or State Agency and its contractor’s access to the s ites of performance under this contract as reasonably may be required. In compliance with section 1225 of the Disaster Recovery Reform Act of 2018, the Town of Cicero and the Contractor acknowledge and agree that no language in this contract is intended to prohibit audits or internal reviews by the FEMA Administrator or the Comptroller General of the United States. FEDERAL OR STATE SEAL, LOGO, AND FLAGS The contractor shall not use any Federal or State Agency seal(s), logos, crests, or reproductions of flags or likenesses of Federal or State agency officials without specific agency pre-approval. 36 COMPLIANCE WITH FEDERAL LAW, REGULATIONS, AND EXECUTIVE ORDERS This is an acknowledgement that federal financial assistance may be used to fund all or a portion of the contract. The contractor will comply with all applicable Federal and State law, regulations, executive orders, federal or state agency policies, procedures, and directives. NO OBLIGATION BY FEDERAL OR STATE GOVERNMENT Neither the Federal nor the State Government is a party to this contract and is not subject to any obligations or liabilities to the non -Federal entity, contractor, or any other party pertaining to any matter resulting from the contract. The Contractor agrees to include the above clause in each subcontract financed in whole or in part with Federal assistance. It is further agreed that the clause shall not be modified, except to identify the subcontractor who will be subject to its provisions. PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS OR RELATED ACTS The Contractor acknowledges that 31 U.S.C. Chap. 38 (Administrative Remedies for False Claims and Statements) applies to the Contractor’s actions pertaining to this contract. DOMESTIC PREFERENCE FOR PROCUREMENTS As app ropriate and to the extent consistent with law, the Contractor should, to the greatest extent practicable under a Federal award, provide a preference for the purchase, acquisition, or use of goods, products, or materials produced in the United States (incl uding, but not limited to iron, aluminum, steel, cement, and other manufactured products).” – For purposes of this clause, (i) “produced in the United States” means, for iron and steel products, that all manufacturing processes, from the initial melting st age through the application of coatings, occurred in the United States, and (ii) “manufactured products” means items and construction materials composed in whole or in part of non ‐ferrous materials such as aluminum; plastics and polymer‐ based products such as polyvinyl chloride pipe; aggregates such as concrete; glass, including optical fiber; and lumber. CONFLICT OF INTEREST No employee, officer, board member, or agent of the Town of Cicero or the Contractor shall participate in the selection, award, or administration of a contract supported by federal and/or state funds if a conflict of interest, real or apparent, would be involved. Such a conflict would arise when the employee, officer, board member, or agent, any member of his or her immediate family, his or her partner, or an organization that employees or is about to employ any of the above, has a financial or other interest in the firm selected for the award. DISADVANTAGED BUSINESS ENTERPRISES (DBE) The Town of Cicero promotes policies which assu re and encourage the full participation of Disadvantaged Business Enterprises (DBE) in the provision of goods and services. Disadvantaged Business Enterprises, as defined in 2 CFR § 200.321, shall have equal opportunity to compete for and perform subcontra cts which the contractor enters into pursuant to this contract. The Contractor agrees to solicit small and minority business and women’s business enterprises 37 whenever they are potential sources. When economically feasible, the Contractor agrees to divide total requirements into smaller tasks or quantities to permit maximum participation by small and minority businesses and women’s business enterprises. Where the requirement permits, the Contractor agrees to establish delivery schedules which encourage parti cipation by small and minority businesses and women’s business enterprises. As appropriate, the Contractor agrees to use the services and assistance of such organizations as the Small Business Administration and the Minority Business Development Agency of the Department of Commerce. This requirement extends to all third -party contractors and their contracts; this clause shall be included in all subcontracts of any tier executed in furtherance of this contract. PROHIBITION ON CONTRACTING FOR COVERED TELEC OMMUNICATIONS EQUIPMENT OR SERVICES (a) Definitions. As used in this clause, the terms backhaul; covered foreign country; covered telecommunications equipment or services; interconnection arrangements; roaming; substantial or essential component; and tele communications equipment or services have the meaning as defined in 2 CFR 200.216 (b) and (c), Public Law 115 -232, and FEMA Policy #405 -143-1, “Prohibitions on Expending FEMA Award Funds for Covered Telecommunications Equipment or Services”. (b) Prohibitions. (1) Section 889(b) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019, Pub. L. No. 115-232, and 2 C.F.R. § 200.216 prohibit the head of an executive agency on or after Aug.13, 2020, from obligating or expending grant, cooperat ive agreement, loan, or loan guarantee funds on certain telecommunications products or from certain entities for national security reasons. (2) Unless an exception in paragraph (c) of this clause applies, the contractor and its subcontractors may not use grant, cooperative agreement, loan, or loan guarantee funds from a federal agency to: (i) Procure or obtain any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology of any system; (ii) Enter into, extend, or renew a contract to procure or obtain any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology of any system; (iii) Enter into, extend, or renew contracts with entities that use covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system ; or (iv) Provide, as part of its performance of this contract, subcontract, or other contractual instrument, any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. (c) Exceptions. (1) This clause does not prohibit contractors from providing— A. A service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or 38 B. Telecommunications equipment that cannot route or redirect user data traffic or permit visibility into any user data or packets that such equipment transmits or otherwise handles. (2) By necessary implication and regulation, the prohibitions also do not apply to: a. Covered telecommunications equipment or services that: 1. Are not used as a substantial or essential component of any system; and 2. Are not used as critical technology of any system. b. Other telecommunications equipment or services that are not con sidered covered telecommunications equipment or services. (d) Reporting requirement. (1) In the event the contractor identifies covered telecommunications equipment or services used as a substantial or essential component of any system, or as critical techn ology as part of any system, during contract performance, or the contractor is notified of such by a subcontractor at any tier or by any other source, the contractor shall report the information in paragraph (d)(2) of this clause to the recipient or subrec ipient, unless elsewhere in this contract are established procedures for reporting the information. (2) The Contractor shall report the following information pursuant to paragraph (d)(1) of this clause: a. Within one business day from the date of such identific ation or notification: The contract number; the order number(s), if applicable; supplier name; supplier unique entity identifier (if known); supplier Commercial and Government Entity (CAGE) code (if known); brand; model number (original equipment manufactu rer number, manufacturer part number, or wholesaler number); item description; and any readily available information about mitigation actions undertaken or recommended. b. Within 10 business days of submitting the information in paragraph (d)(2)(i) of this clause: Any further available information about mitigation actions undertaken or recommended. In addition, the contractor shall describe the efforts it undertook to prevent use or submission of covered telecommunications equipment or services, and any additional efforts that will be incorporated to prevent future use or submission of covered telecommunications equipment or services. (e) Subcontracts. The Contractor shall insert the substance of this clause, including this paragraph (e), in all subcontracts and other contractual instruments. HUAWEI/ZTB Ban CFR 200.216 Prohibition on certain telecommunications and video surveillance services or equipment. (a) Recipients and subrecipients are prohibited from obligating or expending loan or grant funds to: (1) Procure or obtain; (2) Extend or renew a contract to procure or obtain; or (3) Enter into a contract (or extend or renew a contract) to procure or obtain equipment, services, or systems that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. As described in Public Law 115 –232, section 889, covered telecommunications equipment is 39 telecommunications equipment produced by Huawei Technologies Company or ZTE Corporation (or any subsidi ary or affiliate of such entities). (i) For the purpose of public safety, security of government facilities, physical security surveillance of critical infrastructure, and other national security purposes, video surveillance and telecommunications equipmen t produced by Hytera Communications Corporation, Hangzhou Hikvision Digital Technology Company, or Dahua Technology Company (or any subsidiary or affiliate of such entities). (ii) Telecommunications or video surveillance services provided by such entities or using such equipment. (iii) Telecommunications or video surveillance equipment or services produced or provided by an entity that the Secretary of Defense, in consultation with the Director of the National Intelligence or the Director of the Federal Bureau of Investigation, reasonably believes to be an entity owned or controlled by, or otherwise connected to, the government of a covered foreign country. (b) In implementing the prohibition under Public Law 115 –232, section 889, subsection (f), paragraph (1), heads of executive agencies administering loan, grant, or subsidy programs shall prioritize available funding and technical support to assist affected businesses, institutions and organizations as is reasonably necessary for those affected entities to transition from covered communications equipment and services, to procure replacement equipment and services, and to ensure that communications service to users and customers is sustained. (c) See Public Law 115–232 and § 200.471. 40 ATTACHMENT A CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY and VOLUNTARY EXCLUSION LOWER TIER COVERED TRANSACTION (To be submitted with all bids exceeding $25,000.) (1) The prospective lower tier participant (Bidder/Contractor) certifies, by sub mission of this bid or proposal, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. (2) The prospective Bidder/Contractor also certifies by submission of this bid or proposal that all subcontractors and suppliers (this requirement flows down to all subcontracts at all levels) are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. (3) Where the prospective lower tier participant (Bidder/Contractor) is unable to certify to any of the statements in this certification, su ch prospective participant shall attach an explanation to this bid or proposal. The lower tier participant (Bidder/Contractor), ________________________________________, certifies or affirms the truthfulness and accuracy of this statement of its certification and disclosure, if any. DATE _______________________________ SIGNATURE __________________________ COMPANY ___________________________ NAME ______________________________ TITLE _______________________________ State of __________________________ County of_________________________ Subscribed and sworn to before me this _______day of__________________ , 20______. Notary Public ________________________ My Appointment Expires __________________ [SEAL] 41 ATTACHMENT B CERTIFICATION REGARDING LOBBYING (To be submitted with all offers exceeding $100,000; must be executed prior to Award) The undersigned certifies, to the best of his or her knowledge and belief, that: 1. No Federal appropriated funds have been paid or will be paid, by or on behalf of t he undersigned, to any persons for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding to any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying", in accordance with its instructions. 3. The undersigned shall require that the language of this certification be included in the award documents for all sub-awards at all tiers (including subcontracts, sub -grants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance is placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into these transactions imposed by 31 U.S.C. § 1352. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The Contractor, ___________________________________________, certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31 U.S.C. § 1352, et seq., apply to this certification and disclosure, if any. _______________________________________________ Signature of Contractor’s Authorized Official Date ___________________________________________ _______________________________________________ Printed Name and Title of Contractor’s Authorized Official State of _____________________________ County of____________________________ Subscribed and sworn to before me this __________day of _________________________, 20____. Notary Public ____________________________ My Appointment Expires ____________________________ [SEAL] 42 ATTACHMENT C CERTIFICATION FORM This Certification is made as of the ___ day of ____________, 202__ by ______________ (the “Undersigned”), being the _______________(sole owner, partner, president, secretary etc.) of ________________ (the “Respondent”), in connection with its response (“Proposal”) to the Town of Cicero (the “Town”) pursuant to the Request for Proposals issued by the Town for The Town’s ____________________Project. The Undersigned states that he or she has been authoriz ed by the Respondent to make this Certification, and that the Respondent acknowledges that the Town will rely on this Certification. The Undersigned hereby certifies and declares as follows: The Undersigned has carefully read and acknowledges each and every part of the Proposal. The Undersigned further certifies and declares that to the best of his or her knowledge and belief, all statements contained in the Proposal, any attachments to the Proposal and any accompanying forms are true and accurate, ar e not otherwise misleading and do not fail to include any information that would be relevant to a fair determination by the Town of the Respondent’s potential conflicts of interest in the provision of the desired services; and that all of said forms and th e Proposal have been duly signed by authorized representatives of the Respondent. Signature of Contractor’s Authorized Official Date ___________________________________________ _______________________________________________ Printed Name and Title of Contractor’s Authorized Official State of _____________________________ County of____________________________ Subscribed and sworn to before me this __________day of _________________________, 20____. Notary Public ____________________________ My Appointment Expires ____________________________ [SEAL] 43 ATTACHMENT D NON-COLLUSION AFFIDAVIT STATE OF ILLINOIS ) ) ss COUNTY OF COOK ) _______________________________(the “Undersigned”) being first duly sworn, deposes and says that they are ________________________ (sole owner, partner, president, secretary, etc.) of______________________________(the “Respondent”), the party making the foregoing Proposal; that such Proposal is not made in the interest of or on behalf of any undiscl osed person, partnership, company, association, organization or corporation; that such Proposal is genuine and not collusive or sham; that said Respondent has not directly or indirectly induced or solicited any other respondent to put in a false or sham Proposal, and has not directly or indirectly colluded, conspired, connived, or agreed with any other respondent or anyone else to put in a sham Proposal, or that anyone shall refrain from submitting a Proposal; that said Respondent has not in any manner, directly or indirectly, sought by agreement, communication or conference with anyone to fix the price(s) of said Proposal or of any other respondent, or to fix any overhead, profit or cost element of such price, or of that of any other respondent, or to secur e any advantage against the public body awarding the contract or anyone interested in the proposed contract; that all statements contained in such Proposal are true; and, further, that said has not, directly or indirectly, submitted their submitted price or any breakdown thereof, or the contents thereof or divulged information or data relative thereto, or paid and will not pay any fee in connection therewith to any corporation, partnership, company, association, organization, bid depository, or to any member or agent thereof, or to any other individual except to such person or persons as have a partnership or other financial interest with said Respondent in their general business. Respondent further swears that Respondent has not colluded with any elected or appointed official or employee of the Town of Cicero in the submission of the foregoing Proposal and that no elected or appointed official or any employee of the Town of Cicero has any direct or indirect disclosed or undisclosed pecuniary interest in th e Respondent or Respondent’s general business. Signature of Contractor’s Authorized Official Date ___________________________________________ _______________________________________________ Printed Name and Title of Contractor’s Authorized Official State of _____________________________ County of____________________________ Subscribed and sworn to before me this __________day of _________________________, 20____. Notary Public ____________________________ My Appointment Expires ____________________________ [SEAL] 44 ATTACHMENT E SECTION 2-870 OF THE CODE OF ORDINANCES OF THE TOWN OF CICERO, ILLINOIS Please review Section 2-870 of the Code of Ordinances of The Town of Cicero, Illinois incorporated herein by reference and available online via the following link: https://library.municode.com/il/cicero/codes/code_of_ordinances.
1
Town of Cicero
Larry Dominick – Town President
Request for Qualifications
CDBG-DR Engineering, Design, Construction
Administration and Management
Consulting Services
Project Manager: Tom M. Tomschin
Email: ttomschin@thetownofcicero.com
Date Issued:
PROPOSALS DUE BY: December 1, 2025
3PM.
2
Contents
Request for Qualifications Notice ................................................................................................... 3
Proposal Submittal Instructions ...................................................................................................... 3
Scope of Work ................................................................................................................................. 4
Background ................................................................................................................................. 4
Project Overview ......................................................................................................................... 6
Location of Work ......................................................................................................................... 6
Project Timeline Expectations .................................................................................................... 7
Tasks/Deliverables ...................................................................................................................... 7
Program Implementation and Management: Infrastructure ..................................................... 7
EXPECTATIONS OF THE DESIGNER ................................................................................................ 11
SCOPE OF WORK ....................................................................................................................... 11
DESIGNER SELECTION CRITERIA ................................................................................................ 12
SCHEDULE ................................................................................................................................. 12
Evaluation Criteria & Proposal Instructions .................................................................................. 13
A. Qualifications of the firm ...................................................................................................... 13
B. Qualifications of Personnel ................................................................................................... 14
C. Past Performance References ............................................................................................... 14
D. Technical Approach .............................................................................................................. 14
E. Cost Proposal ........................................................................................................................ 14
Evaluation Metrics ........................................................................................................................ 15
Evaluation and Selection Process ................................................................................................. 15
Proposal Submittal Instructions .................................................................................................... 16
Cost Proposal ................................................................................................................................ 17
Exhibit 1: Request for Proposal (RFQ) Terms and Conditions ...................................................... 20
Exhibit 2: Federally required Terms and Conditions.................................................................... 25
ATTACHMENT A ........................................................................................................................ 40
ATTACHMENT B ........................................................................................................................ 41
ATTACHMENT C ........................................................................................................................ 42
ATTACHMENT D ........................................................................................................................ 43
ATTACHMENT E ......................................................................................................................... 44
3
Request for Qualifications Notice
Pursuant to the Town of Cicero's Procurement, Purchasing and Contracting Policy, Proposals will
be received by the Town of Cicero for the following:
The Town of Cicero is seeking proposals from highly qualified firms to provide long -term,
comprehensive services to implement our Community Development Block Grant -Disaster
Recovery (CDBG-DR) allocation.
These services will encompass Engineering, Design, Construction Administration and
Management Consulting Services.
Notice is hereby given that the Town will accept p roposals until December 1, 2025, 3PM local
time.
The Request for Qualifications (RFQ) is comprised of the base RFQ document, any attachments,
and any addenda released before contract award. All attachments and addenda released for this
RFQ in advance of any contract award are incorporated herein by reference.
Proposal Submittal Instructions
All proposals MUST be clearly identified on the envelope as:
RFQ-CDBG-DR Engineering, Design, Construction Administration and Management
and MUST be delivered by December 1, 2025, 3:00 pm.
Proposals must be delivered to the following address:
Town of Cicero
Clerk’s Office
4949 W. Cermak Rd. Cicero, IL 60804
ATTN: Tom M. Tomschin
Late Proposals will not be considered and will be rejected and destroye d. The Town will not be
responsible for any delays in the delivery, receipt or handling of Proposals. Proposals must be
signed by an authorized representative of your organization. Faxed proposals will NOT be
considered.
Respondent must submit one (1) original and five (5) copies in hardcopy format. In addition,
Respondent must submit six (6) copies of the Proposals on a CD-ROM or flash drive in .pdf format.
The original document must clearly be marked and must b ear the original signature of an
authorized agent. Respondent must enclose all documents in a sealed container. Proposals
submitted via facsimile or electronic mail will not be accepted and will be rejected and destroyed.
4
Questions and Addenda Inquiries and/or clarifications must be submitted via email to the project
manager Tom M. To mschin via email at ttomschin@thetownofcicero.com by November 20,
2025, 5:00pm.
1. Any revisions to this RFQ shall be ma de by written addendum only. Addendum will be
issued answering all questions and/or addressing any approved modifications to the RFQ.
2. No oral statements by any person shall modify or otherwise affect this RFQ.
3. Proposers shall acknowledge receipt of any addendum by returning a signed copy with
their proposal.
4. All addenda will be posted to https://thetownofcicero.com/government/town-notices/ .
It is the responsibility of the proposer to check this website periodically for any changes
to this proposal.
5. All submissions are subject to the Illinois Freedom of Information Act (5 ILCS 140/1, et
seq.)
Scope of Work
Background
On July 2nd of 2023, Significant Flash Flooding occurred in Chicago and nearby suburbs. In Cicero,
8.6” of rain fell resulting in unprecedented impacts on the Town’s residents, infrastructure, and
economy.
On January 16, 2025 , HUD published an Allocation Announcement Notice (AAN) in the Federal
Register which allocated more than $11.8 billion in Community Development Block Grant –
Disaster Recovery (CDBG-DR) in new funds made available by the Disaster Relief Supplemental
Appropriations Act, 2025. The funds are available for major disasters occurring in 2023 or 2024
(90 FR 4759).
CDBG-DR grants are allocated directly to a State, local government, or Indian Tribe pursuant to a
formula developed by HUD. The department awards funds to “most impacted and distressed”
(MID) areas that are in need of disaster relief, long -term recovery, restoration of infrastructure
and housing, economic revitalization, and mi tigation. All funds must be allocated for disaster -
related or mitigation-eligible activities in accordance with the applicable Federal Register notices,
the Housing and Community Development Act of 1974, Title 24 Section 570 of the Code of
Federal Regulations.
The announcement provided funding to 22 States, 15 counties, 8 cities, and one U.S. territory.
The Town of Cicero is a direct recipient of these CDBG-DR Funds, and is receiving an allocation
of $96,004,000.00. The Town of Cicero Department of Housing is the lead agency administering
this program. These funds are related to the flooding event Cicero experienced in July of 2023.
[Document text extracted]
Town of Cicero
Larry Dominick – Town President
Request for Qualifications
CDBG-DR Engineering, Design, Construction
Administration and Management
Consulting Services
Project Manager: Tom M. Tomschin
Email: ttomschin@thetownofcicero.com
Date Issued:
PROPOSALS DUE BY: December 1, 2025
3PM.
1
Contents
Request for Qualifications Notice ................................................................................................... 3
Proposal Submittal Instructions ...................................................................................................... 3
Scope of Work ................................................................................................................................. 4
Background ................................................................................................................................. 4
Project Overview ......................................................................................................................... 6
Location of Work ......................................................................................................................... 6
Project Timeline Expectations .................................................................................................... 7
Tasks/Deliverables ...................................................................................................................... 7
Program Implementation and Management: Infrastructure ..................................................... 7
EXPECTATIONS OF THE DESIGNER ................................................................................................ 11
SCOPE OF WORK ....................................................................................................................... 11
DESIGNER SELECTION CRITERIA ................................................................................................ 12
SCHEDULE ................................................................................................................................. 12
Evaluation Criteria & Proposal Instructions .................................................................................. 13
A. Qualifications of the firm ...................................................................................................... 13
B. Qualifications of Personnel ................................................................................................... 14
C. Past Performance References ............................................................................................... 14
D. Technical Approach .............................................................................................................. 14
E. Cost Proposal ........................................................................................................................ 14
Evaluation Metrics ........................................................................................................................ 15
Evaluation and Selection Process ................................................................................................. 15
Proposal Submittal Instructions .................................................................................................... 16
Cost Proposal ................................................................................................................................ 17
Exhibit 1: Request for Proposal (RFQ) Terms and Conditions ...................................................... 20
Exhibit 2: Federally required Terms and Conditions.................................................................... 25
ATTACHMENT A ........................................................................................................................ 40
ATTACHMENT B ........................................................................................................................ 41
ATTACHMENT C ........................................................................................................................ 42
ATTACHMENT D ........................................................................................................................ 43
ATTACHMENT E ......................................................................................................................... 44
2
Request for Qualifications Notice
Pursuant to the Town of Cicero's Procurement, Purchasing and Contracting Policy, Proposals will
be received by the Town of Cicero for the following:
The Town of Cicero is seeking proposals from highly qualified firms to provide long-term,
comprehensive services to implement our Community Development Block Grant-Disaster
Recovery (CDBG-DR) allocation.
These services will encompass Engineering, Design, Construction Administration and
Management Consulting Services.
Notice is hereby given that the Town will accept proposals until December 1, 2025, 3PM local
time.
The Request for Qualifications (RFQ) is comprised of the base RFQ document, any attachments,
and any addenda released before contract award. All attachments and addenda released for this
RFQ in advance of any contract award are incorporated herein by reference.
Proposal Submittal Instructions
All proposals MUST be clearly identified on the envelope as:
RFQ-CDBG-DR Engineering, Design, Construction Administration and Management
and MUST be delivered by December 1, 2025, 3:00 pm.
Proposals must be delivered to the following address:
Town of Cicero
Clerk’s Office
4949 W. Cermak Rd. Cicero, IL 60804
ATTN: Tom M. Tomschin
Late Proposals will not be considered and will be rejected and destroyed. The Town will not be
responsible for any delays in the delivery, receipt or handling of Proposals. Proposals must be
signed by an authorized representative of your organization. Faxed proposals will NOT be
considered.
Respondent must submit one (1) original and five (5) copies in hardcopy format. In addition,
Respondent must submit six (6) copies of the Proposals on a CD-ROM or flash drive in .pdf format.
The original document must clearly be marked and must bear the original signature of an
authorized agent. Respondent must enclose all documents in a sealed container. Proposals
submitted via facsimile or electronic mail will not be accepted and will be rejected and destroyed.
3
Questions and Addenda Inquiries and/or clarifications must be submitted via email to the project
manager Tom M. Tomschin via email at ttomschin@thetownofcicero.com by November 20,
2025, 5:00pm.
1. Any revisions to this RFQ shall be made by written addendum only. Addendum will be
issued answering all questions and/or addressing any approved modifications to the RFQ.
2. No oral statements by any person shall modify or otherwise affect this RFQ.
3. Proposers shall acknowledge receipt of any addendum by returning a signed copy with
their proposal.
4. All addenda will be posted to https://thetownofcicero.com/government/town-notices/ .
It is the responsibility of the proposer to check this website periodically for any changes
to this proposal.
5. All submissions are subject to the Illinois Freedom of Information Act (5 ILCS 140/1, et
seq.)
Scope of Work
Background
On July 2nd of 2023, Significant Flash Flooding occurred in Chicago and nearby suburbs. In Cicero,
8.6” of rain fell resulting in unprecedented impacts on the Town’s residents, infrastructure, and
economy.
On January 16, 2025, HUD published an Allocation Announcement Notice (AAN) in the Federal
Register which allocated more than $11.8 billion in Community Development Block Grant –
Disaster Recovery (CDBG-DR) in new funds made available by the Disaster Relief Supplemental
Appropriations Act, 2025. The funds are available for major disasters occurring in 2023 or 2024
(90 FR 4759).
CDBG-DR grants are allocated directly to a State, local government, or Indian Tribe pursuant to a
formula developed by HUD. The department awards funds to “most impacted and distressed”
(MID) areas that are in need of disaster relief, long-term recovery, restoration of infrastructure
and housing, economic revitalization, and mitigation. All funds must be allocated for disaster-
related or mitigation-eligible activities in accordance with the applicable Federal Register notices,
the Housing and Community Development Act of 1974, Title 24 Section 570 of the Code of
Federal Regulations.
The announcement provided funding to 22 States, 15 counties, 8 cities, and one U.S. territory.
The Town of Cicero is a direct recipient of these CDBG-DR Funds, and is receiving an allocation
of $96,004,000.00. The Town of Cicero Department of Housing is the lead agency administering
this program. These funds are related to the flooding event Cicero experienced in July of 2023.
4
Community Development Block Grant-Disaster Recovery (CDBG-DR) funding is designed to
address needs that remain after all other assistance has been exhausted. After an extensive
public engagement process, the Town finalized its CDBG-DR Action Plan, and on September 29,
2025, HUD approved the Town’s Plan. The final funding allocations are dedicated to the following
program areas:
CDBG-DR Funded Activities
Eligible Cost Category Activity
Administration
Planning
Housing
Infrastructure
Infrastructure
Economy
Mitigation Set Aside
Total
Administration
Planning
Sewer Check Valve Installation
Stormwater Management and Storage
Sewer Repair and Construction
N/A
Permeable Alleys
CDBG-Budget Amount
4,500,000.00
1,500,000.00
20,004,000.00
30,978,000.00
26,500,000.00
-
12,522,000.00
96,004,000.00
Allocation Percentages
Eligible
Category
Cost
Unmet Need
% of Unmet
Need
% in MID
CDBG-DR
Allocation Amount
Administration N/A
N/A
Planning
$49,434,439.52
Housing
$70,373,400.00
Infrastructure
$5,195,637.99
Economic
$125,003,477.51 46%
Total
N/A
N/A
40%
56%
4%
N/A
N/A
100%
100%
0%
100%
$4,500,000.00
$1,500,000.00
$20,004,000.00
$57,478,000.00
$0.00
$83,482,000.00
%
of
CDBG-DR
Allocation
5%
2%
24%
69%
0%
100%
Unmet Need
Cost
CDBG-DR Mitigation Set Aside
Eligible
Category
Mitigation
Total CDBG-DR
and Mitigation
N/A
N/A
% of Unmet
Need
N/A
N/A
% in MID
100%
100%
CDBG-DR
Allocation Amount
$12,522,000.00
% of Total
CDBG-DR
15%
$96,004,000.00
100%
5
Project Overview
The Firm(s) will provide comprehensive services related to the Town’s implementation of the
CDBG-DR Action Plan including:
1. Engineering,
2. Design and Estimating,
3. Bidding, recommendations for award,
4. Construction Administration,
5. Construction Management,
6. Construction Project Management,
7. Grant compliance,
8. Project support, and
9. Technical assistance.
All activities must comply with HUD requirements and be performed under the Town’s direction.
With the understanding that this scope of work will be performed over a six-year horizon, the
Town anticipates entering into a multi-year contract with the selected firm(s). It is the Town’s
expectation that there will be a high degree of collaboration between the Town and the selected
Firm(s) on the sequencing of program implementation, the needed personnel to complete the
assigned task(s), and the milestones and deadlines associated with the specific deliverables not
including inherently governmental responsibilities related to oversight of the grant, including
policy development and financial management.
As part of ongoing contract management, the Firm(s) shall:
1. Provide necessary equipment and supplies for their staff.
2. Establish a functional organizational structure with administrative oversight.
3. Submit monthly invoices (including timesheets) and work completion percentages.
4. Submit monthly activity reports detailing project status and concerns.
5. Meet monthly (or more often) with the Town’s contract manager.
6. Cooperate with all Town monitoring activities associated with this scope of work.
7. The Firm(s) must assist in a comprehensive transfer of data, documentation, and
processes to the Town at the contract end.
Location of Work
The Firm(s) must meet the Town’s expectations for collaboration, oversight, hours, and productivity.
Remote work may be proposed and approved with discounted hourly rates expected due to reduced
overhead.
On-site work will occur in The Town of Cicero, with exact locations TBD. Some positions or tasks may
require travel for meetings and oversight.
6
Project Timeline Expectations
Timely procurement and contract execution are critical for the Town’s CDBG-DR disaster recovery
efforts. Potential proposers should note the following estimated key dates for planning:
Task Description Due Date
Proposals Due; Proposal Opening
Monday, December 1, 2025 @ 3PM
Short listed firms notified of in-person presentation interview
Wednesday, December 10, 2025
In-person interviews with short listed firms
December 15 – 16, 2025
Recommendation of Approval
Thursday, December 18, 2025
Town Board Approval of Contract and
Tuesday, December 23, 2025
Firm(s) Report(s) to Work
Monday, January 5, 2026
Unless otherwise indicated, all times are local.
Tasks/Deliverables
These tasks are focused on the implementation of the CDBG-DR Program Areas of Housing,
Infrastructure, Mitigation, Planning, Monitoring and Compliance, Environmental Reviews, and
Modifications and Amendments.
The Town’s implementation of the CDBG-DR funding will include a mix of Sewer Repair and
Reconstruction Projects, Underground Stormwater Management Projects, and Permeable
Alleys. These descriptions are not exhaustive; duties may vary based on Town needs.
Over the course of up to six (6) years, the Firm(s) may be expected to provide, but not be limited
to, the following deliverables:
Task 1: Program Design, Implementation, and Management: Infrastructure
The Infrastructure Program will fund infrastructure investments that support the broader
recovery of Cicero, including projects that mitigate risks, improve the resiliency of infrastructure
systems, improve community resilience, support economic revitalization, and support affordable
housing.
7
Infrastructure Programs Overview
Eligible Cost Category
Activity
CDBG-Budget Amount
Infrastructure
Stormwater Management and Storage
$30,978,000.00
Infrastructure
Sewer Repair and Construction
Total
$26,500,000.00
$56,978,000.00
Program Title
Total Budget/CDBG-DR
Allocation
Eligible Activities
National Objective(s)
Storm Water Management and Storage
$30,978,000.00
Public facilities and improvements, 24 CFR 570.201(c)
Benefit Low and Moderate Area (LMA), 24 CFR 570.208(a)(1) and Universal Notice
III.D.6.e
Lead Agency and
Distribution Model
The Town of Cicero will directly administer this project with assistance from the
Town Engineer, procured consultants, and procured contractors.
Program Description
This Storm Water Management and Storage project will reduce the amount of storm
water in the combined sewer system. The Town plans to complete four large
stormwater detention projects to redirect sewer lines to underground storage areas
of publicly owned land throughout the Town, reducing the amount of storm water in
the sewers during torrential storms. This project is directly tied to the Town of
Cicero’s unmet needs assessment.
Eligible Geographic
Areas
The Town of Cicero, Illinois 60804
a. Town of Cicero-Owned properties will be given priority for underground
stormwater detention facilities, the Town does not plan any property acquisition
at this time.
Other Eligibility Criteria
b. Locations will be selected based on criteria and recommendations in the
c.
Stormwater Management Plan.
Locations will be selected based on areas that include at least 51% of residents
at or below 80% AMI.
Maximum Amount of
Assistance Per
Beneficiary
Maximum Income of
Beneficiary
Mitigation Measures
N/A
This area is a low to moderate income area (LMA).
During torrential rainfalls, the combined sewer system is overwhelmed by the
amount of water which eventually starts back flowing into people's basements. This
project will reduce the amount of storm water in the combined sewer system and
the storm water will be stored in underground tanks on publicly owned land.
Reducing Barriers for
Assistance
N/A
8
Program Title
Total Budget/CDBG-DR
Allocation
Eligible Activities
National Objective(s)
Sewer Repair and Construction Program
$26,500,000.00
Public facilities and improvements, 24 CFR 570.201(c)
Benefit Low and Moderate Area (LMA), 24 CFR 570.208(a)(1) and Universal
Notice III.D.6.e
Lead Agency and Distribution
Model
The Town of Cicero will directly administer this project with assistance from
the Town Engineer, procured consultants, and procured contractors.
Program Description
This Sewer Improvement project will replace the existing sewer lines and
increase the size of the sewer lines to allow for a larger amount of water that
can be held. Increasing the size of the sewer lines will prevent backup of
sewer and storm water into people's homes.
Eligible Geographic Areas
The Town of Cicero, Illinois 60804
Other Eligibility Criteria
Maximum Amount of
Assistance Per Beneficiary
Maximum Income of
Beneficiary
Mitigation Measures
a. Sewer locations will be based on criteria and recommendations identified
in the Town of Cicero Stormwater Management Plan.
b. Sewer locations will be selected based on areas that include at least 51%
of residents at or below 80% AMI
N/A
This area is a low to moderate income area (LMA).
During torrential rainfalls, the combined sewer system is overwhelmed by the
amount of water which eventually starts backflowing into people's
basements. This project will increase the size of the sewer lines, reducing the
chance of sewer backup in people's homes.
Reducing Barriers for
Assistance
N/A
9
Program Title
Total Budget/CDBG-DR
Allocation
Eligible Activities
National Objective(s)
Permeable Alley Installation Program
$12,522,000.00
Public facilities and improvements, 24 CFR 570.201(c)
Benefit Low and Moderate Area (LMA), 24 CFR 570.208(a)(1) and
Universal Notice III.D.6.e
Lead Agency and Distribution
Model
The Town of Cicero will directly administer this project with assistance
from the Town Engineer, procured consultants, and procured
contractors.
This Permeable Alley Infrastructure project drains storm water into the
earth instead of in the combined sewer system. The Town, in partnership
with the Metropolitan Water Reclamation District have been installing
Permeable Alleys for several years now. The federally-declared disaster
from July 2023 was due to the overwhelmed combination sewer system,
with nowhere from storm water to go but in resident’s basements or
blocked roadways. This project reduces the amount of storm water in
the combined sewer system. We anticipate constructing up to 35
Permeable alleys. This project is directly tied to the Town of Cicero’s
unmet needs assessment.
The Town of Cicero, Illinois 60804
a. Alley locations will be selected based on criteria identified in the
Town of Cicero Stormwater Management Plan
b. Alley locations will be selected based on areas that include more at
least 51% of residents at or below 80% AMI
c. Alleys that require a storm sewer will not be selected as we do not
want to put water into the sewer system.
N/A
Area of Permeable Alley installation must be a Low to Moderate Income
Area (LMA).
This project is 100% mitigation by reducing the amount of storm water in
the combined sewer system, reducing the risk of future sewer back up.
N/A
Program Description
Eligible Geographic Areas
Other Eligibility Criteria
Maximum Amount of
Assistance Per Beneficiary
Maximum Income of
Beneficiary
Mitigation Measures
Reducing Barriers for
Assistance
10
EXPECTATIONS OF THE DESIGNER
The Design team must include professionals who can demonstrate high standards of
accomplishments and knowledge in the following areas:
1. Design, permitting, and construction management in adherence to the Town of Cicero
Stormwater Ordinance and any other State and local pertinent regulations.
2. Experience working with regulatory agencies, including Community Development Block
Grant, FEMA, SBA, etc.
3. Working in an urban built out environment and all the unique logistics that entails.
4. Working with multiple user groups, committees, and elected officials.
5. Demonstrated ability to design compliant, creative, and cost-effective solutions.
6. Combining function and aesthetics, to create public amenities.
7. Experience working with natural systems; including habitat restoration, wetlands, stream
restoration, and landscaping.
8. Construction, maintenance and upkeep of stormwater, habitat areas, and native
landscaped areas.
9. Expertise with GIS, specifically ESRI’s Stormwater Utility Network data model.
10. Proven ability to plan multiple projects over the course of several years.
SCOPE OF WORK
This project includes:
1) A minimum of four (4) large-scale underground stormwater detention projects, locations
identified to make an impact based on data from the Town’s Stormwater Management
Plan.
2) Identify areas of undersized sewers, and the reconstruction of sewers with larger
diameter sewers, and the restoration of the surrounding area. Locations identified to
make an impact based on data from the Town’s Stormwater Management Plan.
3) The installation of up to 35 blocks of permeable alleys in locations identified as not
needing a storm sewer.
4) Projects based on available funding.
5) Plan out projects for annual basis, to limit disruptions of the community to the best of
your ability.
The Town of Cicero has six (6) years to complete all CDBG-DR projects. The Town wants to be
completed within five (5) years, to ensure timeliness of tests associated with HUD funding. The
scope of work for sewer repair and construction, underground stormwater management, and
permeable alleys includes:
1. Advance planning (AP),
2. Annual Scheduling,
3. Project Design,
4. Project Bidding,
5. Contract Award,
6. Construction Management,
7. Construction Administration, and
11
8. Project Closeout.
The AP phase includes working with Town staff to identify projects needs and recommendations.
Analysis will include evaluating location, size, type, and constructability.
The Designer will identify and generate the necessary documentation to obtain a Stormwater
Management permit, and all other regulatory permits and approvals. In addition to stormwater
engineers, this project will require at a minimum the expertise of surveyors, geotechnical
engineers, environmental scientists, and architects.
During the Design Phase, the Designer shall provide all documents and estimated construction
costs for Town review. The Designer will also identify and obtain all permits required to complete
construction. Designer shall also facilitate Bidding.
The Designer will provide Construction Phase services that include contract accuracy,
construction administration, inspection services, production of record drawings, any permitting
activities, pay application review, verification, processing, and project close out.
The Designer shall schedule meetings with designated Town representatives to review each
design phase of the project, to include budget and schedule.
The Designer shall submit all necessary documents, as required and if needed.
DESIGNER SELECTION CRITERIA
The Town of Cicero will use the following in evaluating qualifications:
1) Specialized or appropriate expertise in the type of project.
2) Past performance on similar projects.
3) Adequate staff and expertise for the proposed project design team.
4) Current workload and similar projects awarded.
5) Proposed design approach and review methodology for the project.
6) Recent experience with project costs and schedules.
7) Construction administration capabilities.
8) Permitting expertise.
9) Proximity to and familiarity with the area where the project is located.
10) Experience working with other consultants, including planners, administrators, etc.
11) Other factors that may be appropriate for the project
SCHEDULE
The design of the project will begin immediately after a contract is executed.
12
Evaluation Criteria & Proposal Instructions
A. Qualifications of the firm
Provide a description and history of the firm focusing on previous disaster recovery experience
and CDBG-DR implementation experience, highlighting relevant experience in each Town of
Cicero CDBG-DR program areas. Include past experience with the relevant Federal Regulations.
Provide additional information to support the evaluation of firm qualifications.
The qualifications of the prime contracting firm must include, at a minimum, the following:
1. Ten (10) years of experience, within the last fifteen (15) years working with Disaster
Recovery at the Federal, State or local level, including specific experience with
interpreting, administering and implementing HUD CDBG-DR grant rules and Programs.
2. Experience implementing Federal grants for multiple clients of comparable size and
complexity.
3. Demonstrated experience layering multiple sources of Federal funds to accomplish
recovery projects (e.g., FEMA PA, HMGP and HUD CDBG-DR).
4. Demonstrated experience developing and implementing innovative solutions to difficult
recovery issues, including innovative uses of traditional recovery funding streams (e.g.,
FEMA PA and HUD CDBG-DR).
5. Prior experience in Program Conformance with pre- and post- construction projects,
including but not limited to producing detailed estimates, performing quantity surveys,
participating in design development meetings, and reviewing progress design documents
for conformance to budgeted scope of work.
6. Demonstrated experience in managing projects with at least three funding streams,
including, but not limited to: Insurance; 404 and 406 Hazard Mitigation; FHWA; HUD; and
FEMA.
7. Proven track record proactively and successfully solving disagreements during project
formulation rather than through appeals and arbitration.
related
technical assistance
8. Experience providing
implementation.
to CDBG-DR Action Plan
9. Experience working with HUD CDBG-DR grant programs at the Federal, State or large local
government level, including program design and monitoring.
10. Knowledge of HUD’s requirements for infrastructure and public facilities including FEMA
PA / HMGP match programs, etc.
11. Knowledge of HUD’s cross-cutting requirements for CDBG DR Implementation (including
but not limited to Uniform Administrative Requirements, Cost Principles, and Audit
Requirements (2 CFR 200) Duplication of Benefits, Uniform Relocation Act, NEPA, Section
3, etc).
13
B. Qualifications of Personnel
Provide an organizational chart, resumes, and summary of personnel qualifications. Key
personnel may include, but are not limited to:
Project Executive (15+ years of experience with at least five (5) years in a leadership role)
Senior Subject Matter Expert (12+ years of experience)
Subject Matter Expert (10+ years of experience)
Senior Project Manager (8+ years of project management experience, plus college
degree)
Project Manager (6+ years of management experience, plus college degree)
Project Accountant (5+ years of experience, plus relevant college degree)
Administrator (1+ year experience)
Infrastructure Program Consultant (5+ years of experience)
Proposer may include other labor categories and include a description describing the
minimal level of qualifications. For all positions, education and work experience may be
substituted on a one for one basis.
C. Past Performance References
Provide a minimum of three (3) references for which the firm has performed services in the past
that are similar to the requirements in the Scope of Services. Provide a description of the project,
the reference contact name, title, e-mail address, telephone numbers, and date of the
contract/period of performance.
D. Technical Approach
Provide a description of your firm’s approach to the project. Include information regarding start-
up procedures, project management, and quality control procedures. Provide your approach to
each of the scope of work areas identified in the Scope of Services. Please provide completed
responses to the checklist spreadsheet attached at the end of this section. Instructions are
provided in the spreadsheet.
E. Cost Proposal
Each Proposer must complete and submit the Cost Proposal Form/Fee Schedule included herein.
The Cost Proposal will be evaluated on the hourly rates submitted on the cost proposal form for
the labor positions listed. All non-labor other direct costs, including travel and lodging, will be
billed to the Town of Cicero at cost without mark-up.
14
Evaluation Metrics
Evaluation Metrics Criteria
Qualifications of the Firm
Qualifications of Personnel
Past Performance References
Technical Approach
Cost Proposal
Total Possible Points
Points
25
25
20
20
10
100
NOTE: Pricing is not confidential or proprietary.
Evaluation and Selection Process
Submittals will be reviewed for responsiveness, and responsive submittals will further be
screened by a selection committee in accordance with the above criteria. The firm(s) submitting
the highest-rated proposal may be invited for interviews.
Interviews will be scored and ranked separately from the written proposals. However, the Town
may use criteria similar to the above Evaluation Criteria to score and rank Proposers’ responses
to interview questions or instructions, in addition to other relevant information provided or
requested.
After interviews, a Best and Final Offer (BAFO) may be requested. The Town reserves the right to
make an award without further discussion of the proposal submitted with the offeror. Therefore,
the proposal should be submitted initially on the most favorable terms and pricing that the firm
or individual might propose.
The Town reserves the right to award a contract to the firm whose proposal best accomplishes
the desired results.
The Town of Cicero reserves the right to request additional information or clarification from
proposers during the evaluation process.
The Town reserves the right to reject any or all proposals, or to waive minor irregularities in said
proposals, or to negotiate with the successful firm(s). In the case of differences between written
words and figures in a proposal, the amount stated in written words shall govern. In the case of
a difference in unit price versus the extended figure, the unit price shall govern.
The Town will notify all proposers whether or not they are selected for the subject work. Email is
the Town’s preferred method of communication for all stages of the RFQ process.
15
Proposal Submittal Instructions
All proposals MUST be clearly identified on the envelope as:
RFQ-CDBG-DR Engineering, Design, Construction Administration and Management
and MUST be delivered by December 1, 2025, 3:00 pm.
Proposals must be delivered to the following address:
Town of Cicero
Clerk’s Office
4949 W. Cermak Rd. Cicero, IL 60804
ATTN: Tom M. Tomschin
Late Proposals will not be considered and will be rejected and destroyed. The Town will not be
responsible for any delays in the delivery, receipt or handling of Proposals. Proposals must be
signed by an authorized representative of your organization. Faxed proposals will NOT be
considered.
Respondent must submit one (1) original and five (5) copies in hardcopy format. In addition,
Respondent must submit six (6) copies of the Proposals on a CD-ROM or flash drive in .pdf format.
The original document must clearly be marked and must bear the original signature of an
authorized agent. Respondent must enclose all documents in a sealed container. Proposals
submitted via facsimile or electronic mail will not be accepted and will be rejected and destroyed.
Questions and Addenda Inquiries and/or clarifications must be submitted via email to the project
manager Tom M. Tomschin via email at ttomschin@thetownofcicero.com by November 20,
2025, 5:00pm.
Any revisions to this RFQ shall be made by written addendum only. Addendum will be issued
answering all questions and/or addressing any approved modifications to the RFQ.
No oral statements by any person shall modify or otherwise affect this RFQ.
Proposers shall acknowledge receipt of any addendum by returning a signed copy with their
proposal.
All addenda will be posted to https://thetownofcicero.com/government/town-notices/ . It is the
responsibility of the proposer to check this website periodically for any changes to this proposal.
All submissions are subject to the Illinois Freedom of Information Act (5 ILCS 140/1, et seq.)
16
Cost Proposal
Instructions: The proposal shall include pricing for all services. Pricing shall be inclusive unless
otherwise indicated. The proposal shall itemize all services, including any hourly rates for all
professional, technical and support personnel as well as all other charges related to completion
for a fully functioning system. The proposal shall include a total cost not to be exceeded.
(Please add lines/descriptions if necessary)
Description
Cost
Program Design, Implementation and Management: Sewer Repair and Construction
$
Program Design, Implementation and Management: Stormwater Management
$
Program Design, Implementation and Management: Permeable Alleys
$
$
$
$
$
$
Total - Not to Exceed for 6-Year Commitment
$
Name of Firm:
Authorized Signature:
Printed Name:
Title:
Email:
Date:
17
Program Design, Implementation and Management: Sewer Repair and Construction
Position
Hourly Rate
Program Design, Implementation and Management: Stormwater Management
Position
Hourly Rate
18
Program Design, Implementation and Management: Permeable Alleys
Position
Hourly Rate
19
Exhibit 1: Request for Proposal (RFQ) Terms and Conditions
Standard Contract: Upon completion of the evaluation and recommendation for award, the
selected Firm(s) will be required to execute a general services contract.
Contract Term: The term of this contract shall begin upon execution and remain in effect until
the project is complete or until the maximum dollar amount has been expended. Not to exceed
six (6) years as specified in the deliverables.
Independent Contractor: At all times the Contractor shall represent himself/herself to be an
independent contractor offering services to the Town of Cicero and shall not represent
himself/herself, or his/her employees, to be an employee of the Town of Cicero. Therefore, the
Contractor shall assume all legal and financial responsibility for taxes, FICA, employee fringe
benefits, workers’ compensation, employee insurance, minimum wage requirements, overtime,
etc., and agrees to indemnify, save, and hold the Town of Cicero and its officers, agents, and
employees harmless from and against any and all loss, cost (including attorney fees), and damage
of any kind related to such matters.
Publicity Clause: Respondent must obtain prior written approval from the Town for use of
information relating to the Town or this Agreement in advertisements, brochures, promotional
materials or media, press releases, or other informational avenues.
Non-Appropriation: If the Town does not receive funding for this Contract from the Town Board
for any fiscal year applicable to this Contract, then the Town shall have the right to terminate this
Agreement without penalty by giving not less than thirty (30) days’ written notice documenting
the lack of funding.
Conflict of Interest: The Contractor shall warrant that no official or employee of the Town who
has a conflict of interest has been employed or retained to solicit or aid in the procuring of the
resulting contract, nor that any such person will be employed in the performance of such contract
without immediate divulgence of such fact to the Town.
Non-Collusion: Proposers submitting proposals shall warrant that their offer is made without any
previous understanding, agreement, or connection with any person, firm, or corporation
submitting a separate proposal for the same project and is in all respects fair, without outside
control, collusion, fraud, or otherwise illegal action. A Respondent must submit a notarized Non-
Collusion Affidavit, attached hereto and incorporated herein as ATTACHMENT D, certifying that
the Respondent has not colluded with any other entity in the submission of the Proposal. This
condition shall not apply to proposals that are submitted by Proposers who have partnered with
others to submit a cooperative proposal that clearly identifies a primary contractor and the
associated sub-contractors.
20
law, Employers and their
E-Verify Employer Compliance: To the extent required by
subcontractors with 25 or more employees as defined must comply with E-Verify requirements
to contract with governmental units. E-Verify is a Federal program and can be accessed via this
link: https://www.e-verify.gov/.
Drug Free Workplace: The Town of Cicero is a drug-free workplace employer. The Town requires
contractors/Firm(s)s entering into a contract with the Town to provide a drug-free workplace in
the performance of said contract. The contractor, upon execution of the contract, certifies that
it will provide a drug-free workplace during the performance of the work on this contract. he
contractor agrees to notify employees that the unlawful manufacture, distribution, dispensation,
possession, or use of a controlled substance is prohibited in the workplace and specify the actions
that will be taken for violations of such prohibitions. Responsive actions should be appropriate
and sufficient to address and remediate any violations of this requirement.
Selection Does Not Guarantee the Award of a Contract: This RFQ shall not create any legal
obligation of the Town to evaluate any Proposal that is submitted or to enter into any contract
or any other agreement with a Respondent that submits a response except on terms and
conditions that the Town deems, in its sole and absolute discretion, to be satisfactory and
desirable.
The Town reserves the right to reject all Proposals received and the right to waive non-material
formalities and technicalities according to the best interests of the Town. Any Proposals
submitted shall be binding for ninety (90) calendar days following the Town’s opening and review
of the same. The Town reserves the right to elect a single Respondent or multiple Respondents
to perform the desired services. The Town reserves the right to terminate the desired services
provided by the Respondent at any time and to ask for any additional information regarding a
submitted proposal at any time. Any work provided by the Respondent will be in compliance
with a contract to be entered into subsequent to this RFQ.
Expenses Incurred In Preparing Proposal: The Town of Cicero accepts no responsibility for any
expense or damages incurred by the proposer in the preparation of a proposal. Such expenses
shall be borne exclusively by the proposer. This includes, but is not limited to, costs associated
with preparing the Proposals and of participating in any interviews, site visits, demonstrations,
oral presentations and negotiations.
Contract Award.
1.
2.
The Respondent’s Proposal must be complete to be considered for the award.
The Town reserves the right to qualify, accept or reject any or all Respondents and
accept any Proposal deemed to be in the best interest of the Town. The Town
reserves the right to accept or reject any or all Proposals and waive irregularities
or technicalities in any Proposal when in the best interest of the Town. The Town
reserves the right to accept or reject any exception taken by the vendor to the
terms and conditions of the RFQ.
21
3.
4.
5.
Award, if made, shall be in the form of a contract.
If, after the award of a contract is made, the Town determines the Respondent is
unable to provide sufficient service, the Town reserves the right to reject and relet
or otherwise contract out for the services.
The award of a contract does not guarantee that the need will arise with respect
to the successful Respondent’s services and the Town reserves the right to decline
the use of the services sought herein and is in no way bound to any minimum
usage requirements with regard to said services.
Addenda: Any and all revisions to this document shall be made only by written addendum from
the Town of Cicero Purchasing Division. Therefore, no oral statements by any person shall modify
or otherwise affect the terms, conditions, or specifications stated in this request for proposals.
The proposer is cautioned that the requirements of this RFQ can be altered only by written
addendum and that verbal communications from any source are of no effect.
Competency of Respondent: No Proposal may be accepted from or contract awarded to any
Respondent who is in arrears or in default to the Town upon any debt or contract and the same
will be rejected. Prior failure of a Respondent to perform faithfully on any previous contract or
work for the Town may be grounds for rejection. The Respondent must not have been suspended
or debarred from doing business with the state and/or federal government. The Respondent, if
requested, shall present evidence of performance ability and possession of necessary facilities,
pecuniary resources and adequate insurance to comply with the terms of this RFQ. Such evidence
shall be presented within a specified time and to the satisfaction of the Town.
Termination: This contract may be terminated by either party, with thirty (30) days prior written
notice. Notice shall be served under this contract by email and acknowledged by both parties.
Insurance Requirements: The successful Proposer (Contractor) agrees to keep and maintain for
the duration of this Agreement including but not limited to commercial general liability, cyber
liability, auto liability, professional liability, and workers’ compensation coverage with at least
the minimum limits shown below. The Contractor shall furnish the Town with certificates of
insurance for each type of insurance described herein, with the Town listed as Certificate Holder
and as an additional insured on the Contractor’s general liability policy and provide a waiver of
subrogation on the Contractor’s general liability and workers’ compensation policy. In the event
of bodily injury, property damage, or financial loss caused by the Contractor’s negligent acts or
omissions in connection with Contractor’s services performed under this Agreement, the
Contractor’s Liability insurance shall be primary with respect to any other insurance which may
be available to the Town, regardless of how the “Other Insurance” provisions may read. In the
event of cancellation, substantial changes or nonrenewal, the Contractor and their insurance
carrier shall give the Town at least thirty (30) days prior written notice. No work shall be
performed until the Contractor has furnished to the Town the above referenced certificates of
insurance and associated endorsements, in a form suitable to the Town.
22
Commercial General Liability:
Cyber Liability:
Auto Liability:
Professional Liability:
Workers' Compensation:
$1,000,000 per occurrence
$1,000,000 per loss / $3,000,000 aggregate
At Least IL State Minimum Limits
$3,000,000 per claim-made / $5,000,000 aggregate
Statutory
Bonding Requirement: For contractors carrying out construction under contracts that are valued
at more than $350,000.00, the following bonding requirements must be followed:
(a) A bid guarantee from each bidder equivalent to five percent of the bid price. The bid
guarantee must consist of a firm commitment such as a bid bond, certified check, or other
negotiable instrument accompanying a bid as assurance that the bidder will, upon
acceptance of the bid, execute any required contractual documents within the specified
timeframe.
(b) A performance bond on the contractor's part for 100 percent of the contract price. A
performance bond is a bond executed in connection with a contract to secure the
fulfillment of all the contractor's requirements under a contract.
(c) A payment bond on the contractor's part for 100 percent of the contract price. A
payment bond is a bond executed in connection with a contract to assure payment as
required by the law of all persons supplying labor and material in the execution of the
work provided for under a contract.
Governing Law And Jurisdiction: The parties acknowledge that this Agreement is made and
entered into in Cicero, Illinois, and will be performed in Cook County, Illinois. The parties further
acknowledge and agree that Illinois law shall govern all the rights, obligations, duties, and
liabilities of the parties under this Agreement, and that Illinois law shall govern the interpretation
and enforcement of this Agreement and any other matters relating to this Agreement (all without
regard to Illinois conflicts of law principles). Disputes arising under this Agreement shall be
resolved in an appropriate court in Illinois.
Applicable Illinois Laws. This RFQ calls for the construction of a “public work,” within the
meaning of the Illinois Prevailing Wage Act, 820 ILCS 130/.01 et seq. (“the Act”). The Act requires
contractors and subcontractors to pay laborers, workers and mechanics performing services on
public works projects no less than the current “prevailing rate of wages” (hourly cash wages plus
amount for fringe benefits) in the county where the work is performed. The Department
publishes the prevailing wage rates at:
https://www2.illinois.gov/idol/LawsRules/CONMED/Pages/Rates.aspx
The Department revises the prevailing wage rates and the contractor/subcontractor has an
obligation to check the Department’s web site for revisions to prevailing wage rates. For
information regarding current prevailing wage rates, please refer to the Illinois Department of
Labor’s website. All contractors and subcontractors rendering services requested under this RFQ
23
must comply with all requirements of the Act, including but not limited to, all wage requirements
and notice and record keeping duties.
The selected Respondent shall also comply with all applicable Federal, State, and local
regulations, including but not limited to the Davis Bacon Act and all record keeping requirements
related thereto.
Indemnification: The successful proposer shall indemnify, defend and hold harmless the Town
and the Town’s officers, employees and agents from and against any and all losses, damages,
costs, expenses (including reasonable attorneys’ fees), obligations, and other liabilities (including
settlement amounts) that arise directly or indirectly from:
Any infringement of any copyright, trademark, or patent, any misappropriation of any
trade secrets, or infringement or misappropriation of any other proprietary rights, in
connection with any software, documentation, services, or other products supplied
directly or indirectly by successful proposer in connection with this Agreement, or any
allegation of any of the foregoing (collectively referred to as “Infringement Claims”);
Any acts of negligence or willful misconduct by the successful proposer or any of its
agents, employees, or subcontractors (or any allegations of any of the foregoing),
including but not limited to any liability caused by an accident or other occurrence
resulting in bodily injury, death, sickness, or disease to any person(s) or damage or
destruction to any property, real or personal;
Any acts or omissions of the successful proposer with respect to the services provided by
the successful proposer under this Agreement (or any allegations of any of the foregoing);
Any claims by any persons or entities supplying labor or material to the successful
proposer in connection with the performance of the Company’s obligations under this
Agreement.
Confidentiality: To the extent allowed by applicable law, the Respondent may designate as
confidential those portions of the Proposals that contain trade secrets or other proprietary data
that must remain confidential.
Certification. Each Respondent must certify on ATTACHMENT D, attached hereto and
incorporated herein, that the Proposal is true and accurate, and that to the best of Respondent’s
knowledge, the Proposal is not misleading or fails to include relevant information.
Commitment to Diversity. As a unit of local government under the Constitution of the State of
Illinois, the Town is committed to encouraging diversity in the performance of work for and by
the Town. Please refer to ATTACHMENT E, attached hereto and incorporated herein, which
provides a link to Section 2-870 of The Code of Ordinances of the Town of Cicero, Illinois for more
information.
24
Exhibit 2: Federally required Terms and Conditions
Federal Applicability:
The Town anticipates that this Contract may be financed in whole or in part with Federal and or
State funding. As such, applicable Federal and State laws, regulations, policies, and related
administrative practices apply to this Contract. The most recent of such Federal and/or State
requirements, including any amendments made after the execution of this Contract, shall govern
this Contract, unless the Federal and/or State Government determines otherwise. This Section
identifies the Federal and State requirements that are applicable to this Contract. The Contractor
is responsible for complying with all applicable provisions.
To the extent applicable, the Federal and State requirements are deemed incorporated into this
Contract by reference and shall be incorporated into any subcontract or subcontract executed by
the Contractor pursuant to its obligations under this Contract. The Contractor and its
subcontractors, if any, hereby represent and covenant that they have complied and shall comply
in the future with all applicable provisions of Federal, State, and local laws, regulations, and rules
and local policies and procedures, as amended from time to time, relating to the Work to be
performed under this Contract. Anything to the contrary herein notwithstanding, all Federal
awarding agency-mandated terms shall be deemed to control in the event of a conflict with other
provisions contained in this Contract. The Contractor shall not perform any act, fail to perform
any act, or refuse to comply with any Town requests, which would cause the Town to be in
violation of the Federal awarding agency’s terms and conditions.
This Contract may be financed, in whole or in part, by funding provided by federal programs
including, but not limited to, the Federal Emergency Management Agency (FEMA), the
Department of Housing and Urban Development, (HUD), or the Department of Transportation
(DOT). Contractor shall at all times comply with all applicable federal regulations, policies,
procedures, and directives, including without limitation those listed directly or by reference, as
they may be amended or promulgated from time to time during the term of this Contract.
Contractor’s failure to comply shall constitute a material breach of this Contract.
REMEDIES:
PERFORMANCE AND DEFAULT: If, through any cause, contractor shall fail to fulfill in timely and
proper manner the obligations under The Contract, the Town shall have the right to terminate
The Contract by giving written notice to the contractor and specifying the effective date thereof.
In that event any or all finished or unfinished deliverable items under The Contract prepared by
the contractor shall, at the option of the Town, become its property, and the contractor shall be
entitled to receive just and equitable compensation for any acceptable work completed as to
which the option is exercised. Notwithstanding, contractor shall not be relieved of liability to the
Town for damages sustained by the Town by virtue of any breach of The Contract, and the Town
may withhold any payment due the contractor for the purpose of set off until such time as the
exact amount of damages due the Town from such breach can be determined. The Town reserves
25
the right to require at any time a performance bond or other acceptable alternative performance
guarantees from the contractor without expense to the Town.
In the event of default by the contractor, the Town may procure the goods and services necessary
to complete performance hereunder from other sources and hold the contractor responsible for
any excess cost occasioned thereby. In addition, in the event of default by the contractor under
The Contract, or upon the contractor filing a petition for bankruptcy or the entering of a judgment
of bankruptcy by or against the contractor, the Town may immediately cease doing business with
the contractor, immediately terminate The Contract for cause, and may take action to debar the
contractor from doing future business with the Town.
TERMINATION FOR CAUSE OR CONVENIENCE:
For purposes of clarity, it is expressly noted that, if the contractor fails to fulfill its obligations
under The Contract, or otherwise breaches the terms of The Contract, the Town shall be entitled
to terminate The Contract by giving written notice to the contractor and specifying the effective
date thereof. In such an event, the Town shall have the right to pursue any of the additional
remedies listed in the preceding section of these Terms and Conditions.
If this contract contemplates deliveries or performance over a period of time, the Town may, for
any reason within its sole discretion, terminate this contract at any time by providing 30 days’
notice in writing from the Town to the contractor. In that event, any or all finished or unfinished
deliverable items prepared by the Vendor under this contract shall, at the option of the Town,
become its property. If the contract is terminated by the Town as provided in this section, the
Town shall pay for those items for which such option is exercised, less any payment or
compensation previously made.
CONTRACT CHANGES:
Contract changes must be in writing and agreed on by the Town and the vendor and will be
implemented by contract amendments. The cost of the change, modification, change order, or
constructive change must be allowable, allocable, within the scope of its grant or cooperative
agreement, and reasonable for the completion of project scope. Contract amendments will be
coordinated with the Project Manager and approved by the Town before any changes should
occur.
NONDISCRIMINATION
Equal Employment Opportunity
During the performance of this contract, the contractor agrees as follows:
(1) The contractor will not discriminate against any employee or applicant for employment
because of race, color, religion, sex, sexual orientation, gender identity, or national origin.
The contractor will take affirmative action to ensure that applicants are employed, and that
employees are treated during employment without regard to their race, color, religion, sex,
sexual orientation, gender identity, or national origin. Such action shall include, but not be
limited to the following: Employment, upgrading, demotion, or transfer; recruitment or
recruitment advertising; layoff or termination; rates of pay or other forms of compensation;
26
and selection for training, including apprenticeship. The contractor agrees to post in
conspicuous places, available to employees and applicants for employment, notices to be
provided setting forth the provisions of this nondiscrimination clause.
(2) The contractor will, in all solicitations or advertisements for employees placed by or on behalf
of the contractor, state that all qualified applicants will receive consideration for employment
without regard to race, color, religion, sex, sexual orientation, gender identity, or national
origin.
(3) The contractor will not discharge or in any other manner discriminate against any employee
or applicant for employment because such employee or applicant has inquired about,
discussed, or disclosed the compensation of the employee or applicant or another employee
or applicant. This provision shall not apply to instances in which an employee who has access
to the compensation information of other employees or applicants as a part of such
employee's essential job functions discloses the compensation of such other employees or
applicants to individuals who do not otherwise have access to such information, unless such
disclosure is in response to a formal complaint or charge, in furtherance of an investigation,
proceeding, hearing, or action, including an investigation conducted by the employer, or is
consistent with the contractor's legal duty to furnish information.
(4) The contractor will send to each labor union or representative of workers with which he has
a collective bargaining agreement or other contract or understanding, a notice to be provided
advising the said labor union or workers' representatives of the contractor's commitments
under this section, and shall post copies of the notice in conspicuous places available to
employees and applicants for employment.
(5) The contractor will comply with all provisions of Executive Order 11246 of September 24,
1965, and of the rules, regulations, and relevant orders of the Secretary of Labor.
(6) The contractor will comply with Section 504 of the Rehabilitation Act of 1973, as amended.
The contractor will furnish all information and reports required by Executive Order 11246 of
September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or
pursuant thereto, and will permit access to his books, records, and accounts by the
administering agency and the Secretary of Labor for purposes of investigation to ascertain
compliance with such rules, regulations, and orders.
(7) In the event of the contractor's noncompliance with the nondiscrimination clauses of this
contract or with any of the said rules, regulations, or orders, this contract may be canceled,
terminated, or suspended in whole or in part and the contractor may be declared ineligible
for further Government contracts or federally assisted construction contracts in accordance
with procedures authorized in Executive Order 11246 of September 24, 1965, and such other
sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of
September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise
provided by law.
(8) The contractor will include the portion of the sentence immediately preceding paragraph (1)
and the provisions of paragraphs (1) through (9) in every subcontract or purchase order
unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to
section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be
binding upon each subcontractor or vendor. The contractor will take such action with respect
to any subcontract or purchase order as the administering agency may direct as a means of
27
enforcing such provisions, including sanctions for noncompliance: Provided, however, that in
the event a contractor becomes involved in, or is threatened with, litigation with a
subcontractor or vendor as a result of such direction by the administering agency, the
contractor may request the Town to enter into such litigation to protect the interests of the
Town. The applicant further agrees that it will be bound by the above equal opportunity
clause with respect to its own employment practices when it participates in federally assisted
construction work: Provided, That if the applicant so participating is a Town or local
government, the above equal opportunity clause is not applicable to any agency,
instrumentality or subdivision of such government which does not participate in work on or
under the contract. The applicant agrees that it will assist and cooperate actively with the
administering agency and the Secretary of Labor in obtaining the compliance of contractors
and subcontractors with the equal opportunity clause and the rules, regulations, and relevant
orders of the Secretary of Labor, that it will furnish the administering agency and the
Secretary of Labor such information as they may require for the supervision of such
compliance, and that it will otherwise assist the administering agency in the discharge of the
agency's primary responsibility for securing compliance. The applicant further agrees that it
will refrain from entering into any contract or contract modification subject to Executive
Order 11246 of September 24, 1965, with a contractor debarred from, or who has not
demonstrated eligibility for, Government contracts and federally assisted construction
contracts pursuant to the Executive Order and will carry out such sanctions and penalties for
violation of the equal opportunity clause as may be imposed upon contractors and
subcontractors by the administering agency or the Secretary of Labor pursuant to Part II,
Subpart D of the Executive Order. In addition, the applicant agrees that if it fails or refuses to
comply with these undertakings, the administering agency may take any or all of the
following actions: Cancel, terminate, or suspend in whole or in part this grant (contract, loan,
insurance, guarantee); refrain from extending any further assistance to the applicant under
the program with respect to which the failure or refund occurred until satisfactory assurance
of future compliance has been received from such applicant; and refer the case to the
Department of Justice for appropriate legal proceeding.
Age
In accordance with Section 4 of the Age Discrimination in Employment Act of 1967, as amended,
and 29 USC 623 through 634 and the implementing U.S. Equal Employment Opportunity
Commission (U.S. EEOC) regulations, the Contractor agrees to refrain from discrimination against
present and prospective employees for reason of age. In addition, the Contractor agrees to
comply with any implementing requirements the Federal awarding agency may issue.
Sex
The Contractor agrees to comply with all applicable requirements of Title IX of the Education
Amendments of 1972, as amended, 20 USC 1681 et seq., and with implementing U.S. DOT
regulations, “Nondiscrimination on the Basis of Sex in Educations Programs or Activities Receiving
Federal Financial Assistance,” 49 CFR Part 25, that prohibit discrimination on the basis of sex.
28
Disabilities
In accordance with Section 102 of the Americans with Disabilities Act, as amended, 42 USC 12112,
the Contractor agrees that it will comply with the requirements of U.S. Equal Employment
Opportunity Commission, "Regulations to Implement the Equal Employment Provisions of the
Americans with Disabilities Act," 29 CFR Part 1630, pertaining to employment of persons with
disabilities.
Access to Services for Persons with Limited English Proficiency
The Contractor agrees to comply with “Improving Access to Services for Persons with Limited
English Proficiency,”; 42 USC 2000d-1 note, and U.S. DOT Notice, ”DOT Policy Guidance
Concerning Recipients’ Responsibilities to Limited English Proficiency (LEP) Persons”; 70 Fed. Reg.
74087, December 14, 2005, except to the extent that the Federal Government determines
otherwise in writing.
Drug or Alcohol Abuse Confidentiality and Other Civil Rights Protections
To the extent applicable, the Contractor agrees to comply with the confidentiality and other civil
rights protections of the Drug Abuse Office and Treatment Act of 1972, as amended, 21 USC 1101
et seq., with the Comprehensive Alcohol Abuse and Alcoholism Prevention, Treatment and
Rehabilitation Act of 1970, as amended, 42 USC 4541 et seq., and with the Public Health Service
Act of 1912, as amended, 42 USC 290dd through 290dd-2, and any amendments thereto.
Other Nondiscrimination Laws
The Contractor agrees to comply with applicable provisions of other Federal and/or State laws
and regulations, and follow applicable directives prohibiting discrimination, except to the extent
that the Federal and/or State Government determines otherwise in writing.
Inclusion in Subcontracts
The Contractor also agrees to include the requirements of this Section in each subcontract
financed in whole or in part with Federal and/or State assistance, modified only if necessary to
identify the affected parties.
COMPLIANCE WITH THE DAVIS-BACON ACT- CONSTRUCTION
All transactions regarding this contract shall be done in compliance with the Davis-Bacon Act (40
U.S.C. 3141- 3144, and 3146-3148) and the requirements of 29 C.F.R. pt. 5 as may be applicable.
The contractor shall comply with 40 U.S.C. 3141-3144, and 3146-3148 and the requirements of
29 C.F.R. pt. 5 as applicable.
Contractors are required to pay wages to laborers and mechanics at a rate not less than the
prevailing wages specified in a wage determination made by the Secretary of Labor. Contractors
shall confirm the prevailing wages by locating the most current Secretary of Labor wage
determinations on Sam.gov.
Additionally, contractors are required to pay wages not less than once a week.
29
The Contractor also agrees to include the requirements of this Section in each subcontract
financed in whole or in part with Federal and/or State assistance, modified only if necessary to
identify the affected parties.
SECTION 3 OF THE HOUSING AND URBAN DEVELOPMENT ACT OF 1968
“The Contractor shall comply with the provisions of Section 3 of the Housing and Urban
Development Act of 1968, as amended, 12 USC 1701u, and implementing its regulations at 24
CFR Part 75, as expressed below:
29.1 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 by the Housing and Community
Development Act of 1992 (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.
29.2 The parties to this contract agree to comply with HUD's regulations in 24 CFR Part 75, 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 75 regulations.
29.3 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.
29.4 The contractor agrees to include this Section 3 clause in every subcontract subject to
compliance with regulations in 24 CFR Part 75, 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 75. 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 75.
29.5 The contractor will certify that any vacant employment positions, including training positions
that are filled (1) after the contractor is selected by before the contract is executed, and (2) with
persons other than those to whom the regulations of 24 CFR part 75 require employment
opportunities to be directed, were not filled to circumvent the contractor's obligations under 24
CFR part 75.
30
29.6 Noncompliance with HUD's regulations in 24 CFR part 75 may result in sanctions, termination
of this contract for default, and debarment or suspension from future HUD assisted contracts.
29.7 With respect to work performed in connection with Section 3 covered Indian housing
assistance, section 7(b) of the Indian Self-Determination and Education Assistance Act (25 U.S.C.
450e) also applies to the work to be performed under this contract. Section 7(b) requires that to
the greatest extent feasible (i) preference in the award of contracts and subcontracts shall be
given to Indian organizations and Indian-owned Economic Enterprises. Parties to this contract
that are subject to the provisions of Section 3 and Section 7(b) agree to comply with Section 3 to
the maximum extent feasible, but not in derogation of compliance with Section 7(b).”
COMPLIANCE WITH THE COPELAND “ANTI-KICKBACK” ACT
a. Contractor. The contractor shall comply with 18 U.S.C. § 874, 40 U.S.C. § 3145, and the
requirements of 29 C.F.R. pt. 3 as may be applicable, which are incorporated by reference into
this contract.
b. Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clause above
and such other clauses as instructions require, and also a clause requiring the subcontractors to
include these clauses in any lower tier subcontracts. The prime contractor shall be responsible
for the compliance by any subcontractor or lower tier subcontractor with all of these contract
clauses.
c. Breach. A breach of the contract clauses above may be grounds for termination of the contract,
and for debarment as a contractor and subcontractor as provided in 29 C.F.R. § 5.12.
COMPLIANCE WITH THE CONTRACT WORK HOURS AND SAFETY STANDARDS ACT
1) Overtime requirements. No contractor or subcontractor contracting for any part of the
contract work which may require or involve the employment of laborers or mechanics shall
require or permit any such laborer or mechanic in any workweek in which he or she is
employed on such work to work in excess of forty hours in such workweek unless such laborer
or mechanic receives compensation at a rate not less than one and one-half times the basic
rate of pay for all hours worked in excess of forty hours in such workweek.
2) Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the
clause set forth in paragraph (b)(1) of this section the contractor and any subcontractor
responsible therefore shall be liable for the unpaid wages. In addition, such contractor and
subcontractor shall be liable to the United States (in the case of work done under contract
for the District of Columbia or a territory, to such District or to such territory), for liquidated
damages. Such liquidated damages shall be computed with respect to each individual laborer
or mechanic, including watchmen and guards, employed in violation of the clause set forth in
paragraph (b)(1) of this section, in the sum of $26 for each calendar day on which such
individual was required or permitted to work in excess of the standard workweek of forty
hours without payment of the overtime wages required by the clause set forth in paragraph
(b)(1) of this section.
31
3) Withholding for unpaid wages and liquidated damages. The Town of Cicero (grant recipient)
shall upon its own action or upon written request of an authorized representative of the
Department of Labor withhold or cause to be withheld, from any moneys payable on account
of work performed by the contractor or subcontractor under any such contract or any other
Federal contract with the same prime contractor, or any other federally-assisted contract
subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime
contractor, such sums as may be determined to be necessary to satisfy any liabilities of such
contractor or subcontractor for unpaid wages and liquidated damages as provided in the
clause set forth in paragraph (b)(2) of this section.
4) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set
forth in paragraph (b)(1) through (4) of this section and also a clause requiring the
subcontractors to include these clauses in any lower tier subcontracts. The prime contractor
shall be responsible for compliance by any subcontractor or lower tier subcontractor with the
clauses set forth in paragraphs (b)(1) through (4) of this section.
5) “Each contract in an amount greater than $100,000 that is entered into under legislation
subject to Reorganization Plan Numbered 14 of 1950 (eff. May 24, 1950, 64 Stat. 1267) and
is for construction, alteration, and repair, including painting and decorating, must provide
that no contractor or subcontractor contracting for any part of the contract work shall require
any laborer or mechanic employed in the performance of the contract to work in surroundings
or under working conditions that are unsanitary, hazardous, or dangerous to health or safety,
as established under construction safety and health standards the Secretary of Labor
prescribes by regulation based on proceedings pursuant to section 553 of title 5, provided that
the proceedings include a hearing similar in nature to that authorized by section 553 of title
5.”
CLEAN AIR ACT
The contractor agrees to comply with all applicable standards, orders or regulations issued
pursuant to the Clean Air Act, as amended, 42 U.S.C. § 7401 et seq. 2. The contractor agrees to
report each violation to the Town of Cicero and understands and agrees that the Town of Cicero
will, in turn, report each violation as required to assure notification to the appropriate Federal
Agency, and the appropriate Environmental Protection Agency Regional Office. 3. The contractor
agrees to include these requirements in each subcontract exceeding $150,000 financed in whole
or in part with Federal assistance.
FEDERAL WATER POLLUTION CONTROL ACT
The contractor agrees to comply with all applicable standards, orders, or regulations issued
pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 et seq. 2. The
contractor agrees to report each violation to the Town of Cicero and understands and agrees that
the Town of Cicero will, in turn, report each violation as required to assure notification to the
appropriate Federal Agency, and the appropriate Environmental Protection Agency Regional
32
Office. 3. The contractor agrees to include these requirements in each subcontract exceeding
$150,000 financed in whole or in part with Federal assistance.
ENERGY CONSERVATION
The Contractor agrees to comply with the mandatory standards and policies relating to energy
efficiency which are contained in the state energy conservation plan issued in compliance with
the Energy Policy and Conservation Act, 42 U.S.C. § 6321, et seq. This requirement extends to all
third-party contractors and their contracts at every tier and this clause shall be included in all
such subcontracts.
DEBARMENT AND SUSPENSION
(1) This contract is a covered transaction for purposes of 2 C.F.R. pt. 180 and 2 C.F.R. pt. 3000.
As such, the contractor is required to verify that none of the contractor’s principals (defined
at 2 C.F.R. § 180.995) or its affiliates (defined at 2 C.F.R. § 180.905) are excluded (defined at
2 C.F.R. § 180.940) or disqualified (defined at 2 C.F.R. § 180.935).
(2) The contractor must comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C,
and must include a requirement to comply with these regulations in any lower tier covered
transaction it enters into
(3) This certification is a material representation of fact relied upon by the Town of Cicero. If it
is later determined that the contractor did not comply with 2 C.F.R. pt. 180, subpart C and 2
C.F.R. pt. 3000, subpart C, in addition to remedies available to the Town of Cicero, the Federal
Government may pursue available remedies, including but not limited to suspension and/or
debarment
(4) The bidder or proposer agrees to comply with the requirements of 2 C.F.R. pt. 180, subpart
C and 2 C.F.R. pt. 3000, subpart C while this offer is valid and throughout the period of any
contract that may arise from this offer. The bidder or proposer further agrees to include a
provision requiring such compliance in its lower tier covered transactions.
This requirement extends to all third-party contractors and their contracts; this clause shall be
included in all subcontracts of any tier executed in furtherance of this contract.
The requisite Debarment and Suspension Certification is included as ATTACHMENT A and must
be executed for contracts of $25,000 or more and prior to the award of the contract.
BYRD ANTI-LOBBYING AMENDMENT, 31 U.S.C. § 1352
Contractors who apply or bid for an award of $100,000 or more shall file the required
certification. Each tier certifies to the tier above that it will not and has not used Federal
appropriated funds to pay any person or organization for influencing or attempting to influence
an officer or employee of any agency, a Member of Congress, officer or employee of Congress,
or an employee of a Member of Congress in connection with obtaining any Federal contract,
grant, or any other award covered by 31 U.S.C. § 1352. Each tier shall also disclose any lobbying
with non-Federal funds that takes place in connection with obtaining any Federal award. Such
disclosures are forwarded from tier to tier up to the recipient who in turn will forward the
certification(s) to the awarding agency.
33
The Contractor further agrees to secure like undertakings from all subcontractor tiers whose
subcontracts are expected to be of a value of one hundred thousand dollars ($100,000.00) or
more.
The requisite “Lobbying Certification” is included as ATTACHMENT B and must be executed for
contracts of $100,000 or more and prior to the award of the contract.
PROCUREMENT OF RECOVERED MATERIALS
(i) In the performance of this contract, the Contractor shall make maximum use of products
containing recovered materials that are EPA-designated items unless the product cannot be
acquired—
Competitively within a timeframe providing for compliance with the contract
performance schedule;
Meeting contract performance requirements; or
At a reasonable price
(ii) Information about this requirement, along with the list of EPA designated items, is available
at EPA’s Comprehensive Procurement Guidelines web site,
https://www.epa.gov/smm/comprehensiveprocurement-guideline-cpg-program.
(iii) The Contractor also agrees to comply with all other applicable requirements of Section 6002
of the Solid Waste Disposal Act.
This requirement extends to all third-party contractors and their contracts; this clause shall be
included in all subcontracts of any tier executed in furtherance of this contract.
ACCESS TO RECORDS AND RECORD RETENTION
The record keeping and access requirements extend to all third-party contractors and their
contracts at every tier. Under 49 USC 5325(g) and 2 CFR 200.336, applicable Federal and/or State
Agency has the right to examine and inspect all records, documents, and papers, including
contracts, related to any project financed with Federal assistance authorized by 49 U.S.C. Chapter
53.
1. Record Retention. The Contractor will retain and will require its subcontractors of all tiers
to retain, complete and readily accessible records related in whole or in part to the
contract, including, but not limited to, data, documents, reports, statistics, sub-
agreements, leases, subcontracts, arrangements, other third party agreements of any
type, and supporting materials related to those records.
2. Retention Period. The Contractor agrees to comply with the record retention
requirements in accordance with 2 CFR § 200.333. The Contractor shall maintain all books,
records, accounts and reports required under this Contract for a period of at not less than
three (3) years after the date of termination or expiration of this Contract, except in the
34
event of litigation or settlement of claims arising from the performance of this Contract,
in which case records shall be maintained until the disposition of all such litigation,
appeals, claims or exceptions related thereto.
3. Access to Records.
a. The Contractor agrees to provide sufficient access to applicable Federal and/or
State Agency and its contractors to inspect and audit records and information
related to performance of this contract as reasonably may be required.
b. The Contractor agrees to permit, and require its subcontractors to permit, the U.S.
Secretary of Transportation, and the Comptroller General of the United States,
and, to the extent appropriate, the State, or their authorized representatives,
upon their request to inspect all Project work, materials, payrolls, invoices, and
other data, and to audit the books, records, and accounts of the Contractor and
its subcontractors pertaining to the Project, as required by 49 USC 5325(g) and 2
CFR 200.336.
c. Contractor also agrees, pursuant to 49 CFR 633.17 to provide the applicable
Federal Agency Secretary, Director, or Administrator or their authorized
representatives including any PMO Contractor access to Contractor’s records and
construction sites pertaining to a major capital project, defined at 49 USC
5302(a)1, which is receiving federal financial assistance through the programs
described at 49 USC 5303, 5307, 5309, 5339, 5310, 5311, 5316, or5317.
d. The Contractor agrees to permit any of the foregoing parties to reproduce by any
means whatsoever or to copy excerpts and transcriptions as reasonably needed.
4. Access to the Sites of Performance. The Contractor agrees to permit applicable Federal
and/or State Agency and its contractor’s access to the sites of performance under this
contract as reasonably may be required.
In compliance with section 1225 of the Disaster Recovery Reform Act of 2018, the Town of Cicero
and the Contractor acknowledge and agree that no language in this contract is intended to
prohibit audits or internal reviews by the FEMA Administrator or the Comptroller General of the
United States.
FEDERAL OR STATE SEAL, LOGO, AND FLAGS
The contractor shall not use any Federal or State Agency seal(s), logos, crests, or reproductions
of flags or likenesses of Federal or State agency officials without specific agency pre-approval.
35
COMPLIANCE WITH FEDERAL LAW, REGULATIONS, AND EXECUTIVE ORDERS
This is an acknowledgement that federal financial assistance may be used to fund all or a portion
of the contract. The contractor will comply with all applicable Federal and State law, regulations,
executive orders, federal or state agency policies, procedures, and directives.
NO OBLIGATION BY FEDERAL OR STATE GOVERNMENT
Neither the Federal nor the State Government is a party to this contract and is not subject to any
obligations or liabilities to the non-Federal entity, contractor, or any other party pertaining to
any matter resulting from the contract.
The Contractor agrees to include the above clause in each subcontract financed in whole or in
part with Federal assistance. It is further agreed that the clause shall not be modified, except to
identify the subcontractor who will be subject to its provisions.
PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS OR RELATED ACTS
The Contractor acknowledges that 31 U.S.C. Chap. 38 (Administrative Remedies for False Claims
and Statements) applies to the Contractor’s actions pertaining to this contract.
DOMESTIC PREFERENCE FOR PROCUREMENTS
As appropriate and to the extent consistent with law, the Contractor should, to the greatest
extent practicable under a Federal award, provide a preference for the purchase, acquisition, or
use of goods, products, or materials produced in the United States (including, but not limited to
iron, aluminum, steel, cement, and other manufactured products).” – For purposes of this clause,
(i) “produced in the United States” means, for iron and steel products, that all manufacturing
processes, from the initial melting stage through the application of coatings, occurred in the
United States, and (ii) “manufactured products” means items and construction materials
composed in whole or in part of non‐ferrous materials such as aluminum; plastics and polymer‐
based products such as polyvinyl chloride pipe; aggregates such as concrete; glass, including
optical fiber; and lumber.
CONFLICT OF INTEREST
No employee, officer, board member, or agent of the Town of Cicero or the Contractor shall
participate in the selection, award, or administration of a contract supported by federal and/or
state funds if a conflict of interest, real or apparent, would be involved. Such a conflict would
arise when the employee, officer, board member, or agent, any member of his or her immediate
family, his or her partner, or an organization that employees or is about to employ any of the
above, has a financial or other interest in the firm selected for the award.
DISADVANTAGED BUSINESS ENTERPRISES (DBE)
The Town of Cicero promotes policies which assure and encourage the full participation of
Disadvantaged Business Enterprises (DBE) in the provision of goods and services. Disadvantaged
Business Enterprises, as defined in 2 CFR § 200.321, shall have equal opportunity to compete for
and perform subcontracts which the contractor enters into pursuant to this contract. The
Contractor agrees to solicit small and minority business and women’s business enterprises
36
whenever they are potential sources. When economically feasible, the Contractor agrees to
divide total requirements into smaller tasks or quantities to permit maximum participation by
small and minority businesses and women’s business enterprises. Where the requirement
permits, the Contractor agrees to establish delivery schedules which encourage participation by
small and minority businesses and women’s business enterprises. As appropriate, the Contractor
agrees to use the services and assistance of such organizations as the Small Business
Administration and the Minority Business Development Agency of the Department of Commerce.
This requirement extends to all third-party contractors and their contracts; this clause shall be
included in all subcontracts of any tier executed in furtherance of this contract.
PROHIBITION ON CONTRACTING FOR COVERED TELECOMMUNICATIONS EQUIPMENT OR
SERVICES
(a) Definitions. As used in this clause, the terms backhaul; covered foreign country; covered
telecommunications equipment or services; interconnection arrangements; roaming; substantial
or essential component; and telecommunications equipment or services have the meaning as
defined in 2 CFR 200.216 (b) and (c), Public Law 115-232, and FEMA Policy #405-143-1,
“Prohibitions on Expending FEMA Award Funds for Covered Telecommunications Equipment or
Services”.
(b) Prohibitions.
(1) Section 889(b) of the John S. McCain National Defense Authorization Act for Fiscal Year
2019, Pub. L. No. 115-232, and 2 C.F.R. § 200.216 prohibit the head of an executive agency
on or after Aug.13, 2020, from obligating or expending grant, cooperative agreement,
loan, or loan guarantee funds on certain telecommunications products or from certain
entities for national security reasons.
(2) Unless an exception in paragraph (c) of this clause applies, the contractor and its
subcontractors may not use grant, cooperative agreement, loan, or loan guarantee funds
from a federal agency to: (i) Procure or obtain any equipment, system, or service that uses
covered telecommunications equipment or services as a substantial or essential
component of any system, or as critical technology of any system; (ii) Enter into, extend,
or renew a contract to procure or obtain any equipment, system, or service that uses
covered telecommunications equipment or services as a substantial or essential
component of any system, or as critical technology of any system; (iii) Enter into, extend,
or renew contracts with entities that use covered telecommunications equipment or
services as a substantial or essential component of any system, or as critical technology
as part of any system; or (iv) Provide, as part of its performance of this contract,
subcontract, or other contractual instrument, any equipment, system, or service that uses
covered telecommunications equipment or services as a substantial or essential
component of any system, or as critical technology as part of any system.
(c) Exceptions.
(1) This clause does not prohibit contractors from providing—
A.
A service that connects to the facilities of a third-party, such as backhaul, roaming, or
interconnection arrangements; or
37
B.
Telecommunications equipment that cannot route or redirect user data traffic or
permit visibility into any user data or packets that such equipment transmits or
otherwise handles.
(2) By necessary implication and regulation, the prohibitions also do not apply to:
a. Covered telecommunications equipment or services that:
1. Are not used as a substantial or essential component of any system; and
2. Are not used as critical technology of any system.
b. Other telecommunications equipment or services that are not considered covered
telecommunications equipment or services.
(d) Reporting requirement.
(1) In the event the contractor identifies covered telecommunications equipment or services
used as a substantial or essential component of any system, or as critical technology as
part of any system, during contract performance, or the contractor is notified of such by
a subcontractor at any tier or by any other source, the contractor shall report the
information in paragraph (d)(2) of this clause to the recipient or subrecipient, unless
elsewhere in this contract are established procedures for reporting the information.
(2) The Contractor shall report the following information pursuant to paragraph (d)(1) of this
clause:
a. Within one business day from the date of such identification or notification: The
contract number; the order number(s), if applicable; supplier name; supplier
unique entity identifier (if known); supplier Commercial and Government Entity
(CAGE) code (if known); brand; model number (original equipment manufacturer
number, manufacturer part number, or wholesaler number); item description;
and any readily available information about mitigation actions undertaken or
recommended.
b. Within 10 business days of submitting the information in paragraph (d)(2)(i) of this
clause: Any further available information about mitigation actions undertaken or
recommended. In addition, the contractor shall describe the efforts it undertook
to prevent use or submission of covered telecommunications equipment or
services, and any additional efforts that will be incorporated to prevent future use
or submission of covered telecommunications equipment or services.
(e) Subcontracts. The Contractor shall insert the substance of this clause, including this paragraph
(e), in all subcontracts and other contractual instruments.
HUAWEI/ZTB Ban
CFR 200.216 Prohibition on certain telecommunications and video surveillance services or
equipment. (a) Recipients and subrecipients are prohibited from obligating or expending loan or
grant funds to: (1) Procure or obtain; (2) Extend or renew a contract to procure or obtain; or (3)
Enter into a contract (or extend or renew a contract) to procure or obtain equipment, services,
or systems that uses covered telecommunications equipment or services as a substantial or
essential component of any system, or as critical technology as part of any system. As described
is
in Public Law 115–232,
telecommunications equipment
section 889, covered
38
telecommunications equipment produced by Huawei Technologies Company or ZTE Corporation
(or any subsidiary or affiliate of such entities). (i) For the purpose of public safety, security of
government facilities, physical security surveillance of critical infrastructure, and other national
security purposes, video surveillance and telecommunications equipment produced by Hytera
Communications Corporation, Hangzhou Hikvision Digital Technology Company, or Dahua
Technology Company (or any subsidiary or affiliate of such entities). (ii) Telecommunications or
video surveillance services provided by such entities or using such equipment. (iii)
Telecommunications or video surveillance equipment or services produced or provided by an
entity that the Secretary of Defense, in consultation with the Director of the National Intelligence
or the Director of the Federal Bureau of Investigation, reasonably believes to be an entity owned
or controlled by, or otherwise connected to, the government of a covered foreign country. (b) In
implementing the prohibition under Public Law 115–232, section 889, subsection (f), paragraph
(1), heads of executive agencies administering loan, grant, or subsidy programs shall prioritize
available funding and technical support to assist affected businesses, institutions and
organizations as is reasonably necessary for those affected entities to transition from covered
communications equipment and services, to procure replacement equipment and services, and
to ensure that communications service to users and customers is sustained. (c) See Public Law
115–232 and § 200.471.
39
ATTACHMENT A
CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY and VOLUNTARY EXCLUSION
LOWER TIER COVERED TRANSACTION
(To be submitted with all bids exceeding $25,000.)
(1) The prospective lower tier participant (Bidder/Contractor) certifies, by submission of this bid or
proposal, that neither it nor its principals is presently debarred, suspended, proposed for debarment,
declared ineligible, or voluntarily excluded from participation in this transaction by any Federal
department or agency.
(2) The prospective Bidder/Contractor also certifies by submission of this bid or proposal that all
subcontractors and suppliers (this requirement flows down to all subcontracts at all levels) are not
presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from
participation in this transaction by any Federal department or agency.
(3) Where the prospective lower tier participant (Bidder/Contractor) is unable to certify to any of the
statements in this certification, such prospective participant shall attach an explanation to this bid or
proposal.
The lower tier participant (Bidder/Contractor), ________________________________________, certifies
or affirms the truthfulness and accuracy of this statement of its certification and disclosure, if any.
DATE _______________________________
SIGNATURE __________________________
COMPANY ___________________________
NAME ______________________________
TITLE _______________________________
State of __________________________
County of_________________________
Subscribed and sworn to before me this _______day of__________________ , 20______.
Notary Public ________________________
My Appointment Expires __________________ [SEAL]
40
ATTACHMENT B
CERTIFICATION REGARDING LOBBYING
(To be submitted with all offers exceeding $100,000; must be executed prior to Award)
The undersigned certifies, to the best of his or her knowledge and belief, that:
1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any
persons for influencing or attempting to influence an officer or employee of any agency, a Member of
Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with
the awarding to any Federal contract, the making of any Federal grant, the making of any Federal loan, the
entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or
modification of any Federal contract, grant, loan, or cooperative agreement.
If any funds other than Federal appropriated funds have been paid or will be paid to any person for
influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an
officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal
contract, grant loan, or cooperative agreement, the undersigned shall complete and submit Standard
Form-LLL, "Disclosure Form to Report Lobbying", in accordance with its instructions.
2.
3. The undersigned shall require that the language of this certification be included in the award documents
for all sub-awards at all tiers (including subcontracts, sub-grants, and contracts under grants, loans, and
cooperative agreements) and that all subrecipients shall certify and disclose accordingly.
This certification is a material representation of fact upon which reliance is placed when this transaction was
made or entered into. Submission of this certification is a prerequisite for making or entering into these
transactions imposed by 31 U.S.C. § 1352. Any person who fails to file the required certification shall be subject
to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure.
The Contractor, ___________________________________________, certifies or affirms the truthfulness and
accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands
and agrees that the provisions of 31 U.S.C. § 1352, et seq., apply to this certification and disclosure, if any.
_______________________________________________
Signature of Contractor’s Authorized Official
Date ___________________________________________
_______________________________________________
Printed Name and Title of Contractor’s Authorized Official
State of _____________________________
County of____________________________
Subscribed and sworn to before me this __________day of _________________________, 20____.
My Appointment Expires ____________________________
[SEAL]
41
Notary Public ____________________________
ATTACHMENT C
CERTIFICATION FORM
This Certification is made as of the ___ day of ____________, 202__ by ______________ (the
“Undersigned”), being the _______________(sole owner, partner, president, secretary etc.) of
________________ (the “Respondent”), in connection with its response (“Proposal”) to the Town of
Cicero (the “Town”) pursuant to the Request for Proposals issued by the Town for The Town’s
____________________Project. The Undersigned states that he or she has been authorized by the
Respondent to make this Certification, and that the Respondent acknowledges that the Town will rely on
this Certification.
The Undersigned hereby certifies and declares as follows:
The Undersigned has carefully read and acknowledges each and every part of the Proposal.
The Undersigned further certifies and declares that to the best of his or her knowledge and belief, all
statements contained in the Proposal, any attachments to the Proposal and any accompanying forms
are true and accurate, are not otherwise misleading and do not fail to include any information that
would be relevant to a fair determination by the Town of the Respondent’s potential conflicts of
interest in the provision of the desired services; and that all of said forms and the Proposal have been
duly signed by authorized representatives of the Respondent.
Signature of Contractor’s Authorized Official
Date ___________________________________________
_______________________________________________
Printed Name and Title of Contractor’s Authorized Official
State of _____________________________
County of____________________________
Subscribed and sworn to before me this __________day of _________________________, 20____.
My Appointment Expires ____________________________
[SEAL]
Notary Public ____________________________
42
ATTACHMENT D
STATE OF ILLINOIS
COUNTY OF COOK
)
) ss
)
NON-COLLUSION AFFIDAVIT
_______________________________(the “Undersigned”) being first duly sworn, deposes and says that
they are ________________________ (sole owner, partner, president, secretary, etc.)
of______________________________(the “Respondent”), the party making the foregoing Proposal; that such
Proposal is not made in the interest of or on behalf of any undisclosed person, partnership, company, association,
organization or corporation; that such Proposal is genuine and not collusive or sham; that said Respondent has not
directly or indirectly induced or solicited any other respondent to put in a false or sham Proposal, and has not directly
or indirectly colluded, conspired, connived, or agreed with any other respondent or anyone else to put in a sham
Proposal, or that anyone shall refrain from submitting a Proposal; that said Respondent has not in any manner,
directly or indirectly, sought by agreement, communication or conference with anyone to fix the price(s) of said
Proposal or of any other respondent, or to fix any overhead, profit or cost element of such price, or of that of any
other respondent, or to secure any advantage against the public body awarding the contract or anyone interested
in the proposed contract; that all statements contained in such Proposal are true; and, further, that said has not,
directly or indirectly, submitted their submitted price or any breakdown thereof, or the contents thereof or divulged
information or data relative thereto, or paid and will not pay any fee in connection therewith to any corporation,
partnership, company, association, organization, bid depository, or to any member or agent thereof, or to any other
individual except to such person or persons as have a partnership or other financial interest with said Respondent
in their general business.
Respondent further swears that Respondent has not colluded with any elected or appointed official or employee of
the Town of Cicero in the submission of the foregoing Proposal and that no elected or appointed official or any
employee of the Town of Cicero has any direct or indirect disclosed or undisclosed pecuniary interest in the
Respondent or Respondent’s general business.
Signature of Contractor’s Authorized Official
Date ___________________________________________
_______________________________________________
Printed Name and Title of Contractor’s Authorized Official
State of _____________________________
County of____________________________
Subscribed and sworn to before me this __________day of _________________________, 20____.
My Appointment Expires ____________________________
[SEAL]
Notary Public ____________________________
43
ATTACHMENT E
SECTION 2-870
OF THE CODE OF ORDINANCES OF THE TOWN OF CICERO, ILLINOIS
Please review Section 2-870 of the Code of Ordinances of The Town of Cicero, Illinois incorporated herein
by reference and available online via the following link:
https://library.municode.com/il/cicero/codes/code_of_ordinances.
44
Validation: RFQ for Engineering, Design, Construction Administration and Management Consulting Services. CDBG-DR funded. Could involve water/wastewater infrastructure upgrades.
Related
IL · Score 67
ViewIL · Score 67
ViewIL · Score 60
ViewIL · Score 60
ViewIL · Score 60
ViewPackages
No due date