20230320 Council Packet
Monday, March 20, 2023
Regular Session – 7:00 p.m.
Room 102
CALL TO ORDER
REGULAR SESSION
ROLL CALL
PRAYER
PLEDGE OF ALLEGIANCE
PUBLIC COMMENT
(matters not on the agenda)
ALDERMEN ANNOUNCEMENTS/COMMENTS
MAYORAL ANNOUNCEMENTS/COMMENTS
CITY CLERK ANNOUNCEMENTS/COMMENTS
MANAGER’S REPORT
CITY ATTORNEY/GENERAL COUNSEL REPORT
|
CONSENT AGENDA
1. RESOLUTION R-60-23: Approving and Authorizing the Procurement of Training for the Police Department
Tactical Response Team (TRT) at the Mid-South Institute of Self-Defense Shooting, Inc. in the Amount of
$35,640.00. Funded by Federal Asset Forfeiture Funds.
2. RESOLUTION R-62-23: Approving Task Order No. 9 with M.E. Simpson Company, Inc., Valparaiso, Indiana
for Water System Leak Detection in the Total Amount of $58,585.00. Budgeted Funds – Water/Professional
Services.
3. RESOLUTION R-63-23: Awarding the Bid for Painting of the Dulles Water Tank to Era Valdivia Contractors,
Inc., Chicago, Illinois in the Amount of $1,778,000. Budgeted Funds – Capital Improvement Projects.
4. RESOLUTION R-64-23: Awarding the Bid for the Purchase and Delivery of a Tennant Model S30XP
Industrial Sweeper from Standard Equipment Company, Elmhurst, Illinois in the Amount of $63,535.79.
Budgeted Funds – Equipment Replacement.
5. RESOLUTION R-67-23: Approving an Intergovernmental Agreement with Mount Prospect Park District for
the Use of Rosemary S. Argus Friendship Park for a Food Truck Event
6. Minutes/Regular Meeting – March 6, 2023
7. Minutes/Closed Session – March 6, 2023
UNFINISHED BUSINESS
1. Consideration of a Conditional Use Permit for an Auto Service Repair Use for the P roperty at 827
Elmhurst Road to Construct a New Building for an Oil Change Business – FIRST READING –
ORDINANCE Z-3-23 (Petitioner has withdrawn this request and will resubmit pursuant to the Zoning
Ordinance - originally deferred from the February 21, 2023 City Council Agenda)
NEW BUSINESS
1. FINANCE & ADMINISTRATION – Alderman Artur Zadrozny, Chair
a. Warrant Register in the Amount of $3,169,178.35 – RESOLUTION R-65-23
2. COMMUNITY DEVELOPMENT – Alderman Malcolm Chester, Chair
a. Consideration of Zoning Text Amendments Regarding Fences, Trellises, Arbors, and Yard Features --
FIRST READING – ORDINANCE Z-6-23
b. Consideration of Amendments to the Des Plaines City Code Regarding the Addition of Work Exempt
from a Permit as it Applies to Recreational Equipment, Arbors, Trellises and Yard Features – FIRST
READING – ORDINANCE M-8-23
c. Consideration of Text Amendments to the City Code Regarding the Keeping of Hens – FIRST
READING – ORDINANCE M-9-23
d. Consideration of a Resolution in Support of a Cook County Class 6b Tax Incentive for the Property
Located at 55 Howard Avenue – GKI Industrial Chicago, LLC – RESOLUTION R-66-23
|
3. ENGINEERING – Alderman Mark Lysakowski, Chair
a. Discussion and Update on the Algonquin Road Grade Separation Project
OTHER MAYOR/ALDERMEN COMMENTS FOR THE GOOD OF THE ORDER
ADJOURNMENT
ORDINANCES ON THE AGENDA FOR FIRST READING APPROVAL MAY ALSO, AT THE COUNCIL’S
DISCRETION, BE ADOPTED FOR FINAL PASSAGE AT THE SAME MEETING.
City of Des Plaines, in compliance with the Americans With Disabilities Act, requests that persons with disabilities, who require certain
accommodations to allow them to observe and/or participate in the meeting(s) or have questions about the accessibility of the meeting(s)
or facilities, contact the ADA Coordinator at 391-5486 to allow the City to make reasonable accommodations for these persons.
POLICE DEPARTMENT
1420 Miner Street
Des Plaines, IL 60016
P: 847.391.5400
desplaines.org
Date: February 16, 2023
To: Michael G. Bartholomew, City Manager
From: Dave Anderson, Chief of Police
Subject: Training for Tactical Response Team
Issue: Each year the Des Plaines Police Departments’s Tactical Response Team schedules a week of specialized
training to enhance its operational skills. This memorandum will outline my request for the Tactical Response Team
to attend training at Mid-South Institute of Self-Defense Shooting Inc., in Lake Cormorant, Mississippi from May 8-
12, 2023.
Analysis: The Tactical Response Team (TRT) trains twice a month to enhance the department’s response to critical
incidents that may arise in the City of Des Plaines. The primary focus is to have a group of specialized officers
available to handle hostage and barricaded gunman situations.
Each year TRT also attends a week of specialized training with instructors from around the country to improve
shooting skills and tactics. From a risk management perspective, it is important to offer the highest level of training
possible. It should be noted that members of TRT serve as departmental instructors throughout the year as this
training is ultimately shared with every sworn officer in the police department.
There is no training in the immediate area that combines a quality facility and world-class instruction that Mid-South
has to offer. The facility always attracts the finest SWAT teams in the country.
All financial obligations for training, lodging, gas, and equipment will be covered by our federal asset forfeiture
accounts and there will be no expense to the City’s budget. The cost of training is $35,640.00.
Recommendation: I am requesting authorization to use federal asset forfeiture funds in the amount of $35,640.00 for
Des Plaine’s TRT to attend Mid-South Institute of Self Defense Shooting Inc., in Lake Cormorant, Mississippi
Attachments:
Attachment 1: Mid-South Quote
Resolution R-60-23
MEMORANDUM
Page 1 of 4
CONSENT AGENDA #1.
Quotation #110422 November 4, 2022
Des Plaines Police Department
Attn: Ofc. Matt Cesasa
1420 E. Miner St.
Des Plaines, IL 60016
Terms: Net 30 Days
QUANTITY PER TOTAL
22 ea. 5 Day Advanced Tactical Pistol and Rifle Course $1,400.00 30,800.00$
Training Dates: May 8-12, 2023 -$
-$
22 Lodging for 5 Nights ($44/Night x 5 nights = $220.00)220.00$ 4,840.00$
Lodging Dates: (Sunday-Thursday)-$
-$
-$
-$
-$
-$
-$
-$
-$
-$
Submitted by Jim Cowan -$
TOTAL 35,640.00$
Remit to:
(662)781-1112 FAX (662)781-5068www.weaponstraining.com
DESCRIPTION
Mid-South Institute of Self-Defense Shooting, Inc.5582 Blythe RoadLake Cormorant, MS 38641-9725
Page 2 of 4Attachment 1
{00131280.1} 1
CITY OF DES PLAINES
RESOLUTION R - 60 - 23
A RESOLUTION APPROVING AND AUTHORIZING THE
PROCUREMENT OF TRAINING FOR THE POLICE
DEPARTMENT TACTICAL RESPONSE TEAM AT THE MID-
SOUTH INSTITUTE OF SELF-DEFENSE SHOOTING, INC.__
WHEREAS, Article VII, Section 10 of the 1970 Illinois Constitution authorizes the City
to contract with individuals, associations, and corporations in any manner not prohibited by law
or ordinance; and
WHEREAS, the City Police Department has a Tactical Response Team ("TRT")
comprised of officers who respond to critical incidents; and
WHEREAS, the TRT requires specialized training that is not available within the City or
in the vicinity of the City; and
WHEREAS, the Mid-South Institute of Self-Defense Shooting, Inc. (“Vendor”), operates
a specialized facility in Lake Cormorant, Mississippi ("Training Facility"), where Vendor
provides training for SWAT teams and other specialized law enforcement units from different
jurisdictions throughout the United States; and
WHEREAS, in previous years, the City has funded participation by the TRT in a one-
week training conducted by Vendor at the Training Facility to improve the TRT's response to
critical incidents ("Training"); and
WHEREAS, to assure that the TRT is well prepared to protect the City and its residents,
the City desires to procure the Training from Vendor for 22 members of the TRT at the Training
Facility this year in the not-to-exceed amount of $35,640.00; and
WHEREAS, the City has sufficient federal asset forfeiture funds to procure the Training
from Vendor in the amount of $35,640.00; and
WHEREAS, the City Council has determined that it is in the best interest of the City to
procure the Training from Vendor at the Training Facility for the TRT in the not-to-exceed amount
of $35,640.00;
NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Des
Plaines, Cook County, Illinois, in the exercise of its home rule powers, as follows:
SECTION 1: RECITALS. The foregoing recitals are incorporated into, and made a part
of, this Resolution as findings of the City Council.
Page 3 of 4
{00131280.1} 2
SECTION 2: APPROVAL OF PROCUREMENT OF TRAINING. The City Council
hereby approves the procurement of the Training from Vendor at the Training Facility for the TRT
in the not-to-exceed amount of $35,640.00from federal asset forfeiture funds.
SECTION 3: AUTHORIZATION OF PROCUREMENT OF TRAINING. The City
Council hereby authorizes and directs the City Manager and the City Clerk to execute and seal all
documents approved by the General Counsel, and the City Manager to make such payments from
federal asset forfeiture funds, on behalf of the City, as are necessary to procure the Training from
Vendor at the Training Facility for the TRT in the not-to-exceed amount of $35,640.00.
SECTION 4: EFFECTIVE DATE. This Resolution shall be in full force and effect from
and after its passage and approval according to law.
PASSED this ___ day of _________________, 2023.
APPROVED this ___ day of ____________________, 2023.
VOTE: AYES _____ NAYS _____ ABSENT _____
MAYOR
ATTEST: Approved as to form:
CITY CLERK Peter M. Friedman, General Counsel
DP-Resolution Approving Procurement of Training Services for TRT Training 2023
Page 4 of 4
PUBLIC WORKS AND
ENGINEERING DEPARTMENT
1111 Joseph J. Schwab Road
Des Plaines, IL 60016
P: 847.391.5464
desplaines.org
Date: March 9, 2023
To: Michael G. Bartholomew, MCP, LEED-AP, City Manager
From: Rob Greenfield, Superintendent of Utility Services
Cc: Timothy Watkins, Assistant Director of Public Works and Engineering
Timothy Oakley, P.E., CFM, Director of Public Works and Engineering
Subject: M.E. Simpson Task Order #9 – Water Distribution System Leak Survey
Issue: The 2023 budget includes funding for leak detection of the Water Distribution System.
Analysis: The purpose of leak detection is to reduce water and revenue losses by assisting the Water Division
with leak identification and location. Once the leaks are identified, the Water Division will make the necessary
repairs to the system.
The City has a Master Consultant Agreement with M.E. Simpson Company, Inc. and they have provided a
proposal to perform the above tasks. Their proposal for Task Order #9 is in the amount of $58,858.00.
Recommendation: We recommend approval of Task Order #9 with M.E. Simpson Company, Inc., 3406
Enterprise Avenue, Valparaiso, IN 46383 in the total amount of $58,585.00. Funding source will be the Water
Fund, Professional Services.
Attachments:
Resolution R-62-23
Exhibit A – Task Order #9
MEMORANDUM
Page 1 of 13
CONSENT AGENDA #2.
1
CITY OF DES PLAINES
RESOLUTION R - 62 - 23
A RESOLUTION APPROVING TASK ORDER NO. 9 WITH
M.E. SIMPSON COMPANY, INC. FOR ENGINEERING
SERVICES RELATED TO DETECTING LEAKS WITHIN
THE WATER DISTRIBUTION SYSTEM. ____________
WHEREAS, Article VII, Section 10 of the 1970 Illinois Constitution authorizes the City
to contract with individuals, associations, and corporations in any manner not prohibited by law
or ordinance; and
WHEREAS, on December 20, 2021, the City Council approved Resolution R-213-21,
which authorized the City to enter into a master contract ("Master Contract") with M.E. Simpson
Company, Inc. ("Consultant") for the performance of professional engineering services for the
City as such services are needed over time; and
WHEREAS, the City desires to procure professional engineering services regarding the
detection of leaks within the City’s Water Distribution System (collectively, the "Engineering
Services"); and
WHEREAS, pursuant to Chapter 10 of Title 1 of the City of Des Plaines City Code and
the City’s purchasing policy, the City Council has determined that procurement of the Engineering
Services is not adapted to award by competitive bidding because the Engineering Services require
a high level of professional skill and judgment; and
WHEREAS, the City has a positive existing relationship with the Consultant, which has
satisfactorily performed engineering services for the City in the past; and
WHEREAS, Consultant submitted a proposal to perform the Engineering Services in the
amount of $58,585; and
WHEREAS, the City has sufficient funds in the Professional Services Water Fund for the
procurement of the Engineering Services from Consultant; and
WHEREAS, the City desires to enter into Task Order No. 9 under the Master Contract
("Task Order No. 9") for the procurement of the Engineering Services from Consultant in the
total not-to-exceed amount of $58,585; and
WHEREAS, the City Council has determined that it is in the best interest of the City to
enter into Task Order No. 9 with Consultant;
NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Des
Plaines, Cook County, Illinois, in the exercise of its home rule powers, as follows:
Page 2 of 13
2
SECTION 1: RECITALS. The foregoing recitals are incorporated into, and made a part
of, this Resolution as findings of the City Council.
SECTION 2: APPROVAL OF TASK ORDER NO. 9. Task Order No. 9 with
Consultant is approved in substantially the form attached to this Resolution as Exhibit A, and in
a final form to be approved by the General Counsel.
SECTION 3: AUTHORIZATION TO EXECUTE TASK ORDER NO. 9. The City
Manager and the City Clerk are directed and authorized to execute and seal, on behalf of the City,
Task Order No. 9.
SECTION 4: EFFECTIVE DATE. This Resolution shall be in full force and effect from
and after its passage and approval according to law.
PASSED this ___ day of _________________, 2023.
APPROVED this ___ day of ____________________, 2023.
VOTE: AYES _____ NAYS _____ ABSENT _____
MAYOR
ATTEST: Approved as to form:
CITY CLERK Peter M. Friedman, General Counsel
DP-Resolution Approving Task Order No 9 with ME Simpson Water Distribution System Leak Survey
Page 3 of 13
City of Des Plaines Professional Services Master Contract
Professional ME Simpson
ATTACHMENT A
TASK ORDER #9
In accordance with Section 1.2 of the Master Contract dated December 20, 2021 between the
City of Des Plaines (the "City") and M.E. Simpson Co., Inc. (the "Consultant'), the Parties agree
to the following Task Number 9:
1.Contracted Services: 2022 Leak Detection City Water System.
2.Project Schedule (attach schedule if appropriate): Schedule attached.
3.Project Completion Date:
All Contracted Services must be completed on or before: July 30, 2023
4.Project Specific Pr.icing (if applicable): $58,585.00.
5.Additional Changes to the Master Contract (if applicable): NIA.
ALL OTHER TERMS AND CONDITI ONS REMAIN UNCHANGED
[ signature page follows]
-1-
Exhibit A Page 4 of 13
City of Des Plaines Professional Services Master Contract
Professional M E Simpson
-2-
CITY CONSULTANT
_______________________________ ______________________
Signature Signature
Director of Public Works _Michael D. Simpson, Chief Executive Officer__
And Engineering Name (Printed or Typed)
March 1, 2023 March 1, 2023
Date Date
If greater than, $[2,500], the City Manager’s signature is required.
______________________________________
Signature
City Manager
____________________, 20____
Date
If compensation greater than $[20,000], then the City Council must approve the Services Change
Order in advance and the City Manager or Mayor’s signature is required.
_______________________________________
Signature
City Manager
____________________, 20____
Date
Exhibit A Page 5 of 13
Carlos A Covarrubias
Regional Manager
3406 Enterprise Avenue
Valparaiso, IN 46383
800.255.1521 P
888.531.2444 F
Randy.Lusk@mesimpson.com
March 2, 2023
Mr. Timothy Watkins
Assistant Director of Public Works & Engineering
City of Des Plaines
1111 Joseph Schwab Road
Des Plaines, IL 60016
RE: PROPOSAL FOR A WATER DISTRIBUTION SYSTEM LEAK SURVEY – Task Order
Dear Mr. Watkins,
M.E. Simpson Co., Inc. is pleased to present the City of Des Plaines, Illinois our proposal for a Water
Distribution System Leak Detection Survey Program. We are honored to be considered for this work and
are confident our team will help make the project a success.
M.E. Simpson Co., Inc. is a Professional Services Firm dedicated to developing and providing programs
and services designed to maximize peak performance for our clients’ water distribution systems.
Many of these programs are universally recognized as a part of “Best Management Practices” (BMPs)
for utilities. We pride ourselves on delivering solid solutions using the highest quality technical and
professional services by way of state-of-the-art technology and a skilled and well-trained staff of
professionals. Our highly-educated engineers and technical team are committed to the success of this
project. They will be ready at a moment’s notice to relieve your staff's burden and ensure a seamless
continuation of your services.
Our services were developed and refined to provide utilities with programs that can be customized to
meet their needs. From complete “Turn-Key” services to assisting with the development of “in-house”
programs for utilities, M.E. Simpson Co., Inc. serves our clients with this ultimate goal: to deliver to the
public the implicit faith that “the water is always safe to drink”.
Thank you for your consideration and this opportunity to acquaint you with our Water Distribution
System Leak Detection Services and offer this response. We are committed to exceeding your
expectations.
Sincerely,
Carlos A Covarrubias
Regional Manager
Exhibit A Page 6 of 13
M.E. Simpson Co., Inc. | Water Distribution System Leak Detection Program Page 2
SCOPE OF WORK
Water Distribution System Leak Survey
The Field Scope of Service for the Leak Survey is understood to be the following:
M.E. Simpson Co., Inc. will furnish all labor, material, transportation, tools, and equipment necessary
to survey the water distribution system areas selected by the City. M.E. Simpson Co., Inc. shall be
required to provide such skilled and trained personnel and equipment necessary to complete the
work herein specified. There will be a minimum of Two Persons per team working on the survey at
all times.
S Work in an orderly and safe manner to insure protection of the local residents, Utility
employees, and the Field Staff so that no avoidable accidents occur.
S All Field Staff will have readily observable identification badges worn while in the field.
S The leak detection equipment to be used will be that which was described in the “Equipment to
be used” section.
S Initially listen to all fire hydrants, all accessible main line valves, and when necessary, selected
service connections in the entire distribution system by making physical contact with the valve,
hydrant, pipe, or B-box. (Listening points that are not accessible will be given to the Utility and
when corrected they will be listened to.)
S Listening points of contact will be: valves, hydrants, service valves or meter settings. The
preference of listening points in order as follows; direct contact with the pipe, main line valves,
hydrant valves, hydrants, then service valves or meter settings.
S Specific listening distances will be determined by pipe material. Metallic type pipes; no greater
than 500’ between listening points. Non-Metallic AC/Concrete type pipes; no greater than 300’
between listening points. Non-Metallic PVC/HDPE type pipes; no greater than 150’ between
listening points.
S A “suspected leak” log shall be maintained indicating all areas where suspected leak noise was
heard. This log will be reviewed when the Project Team is verifying the suspected leak area for
confirmation of the actual existence of a leak. This log will be a part of the periodic reports
turned into the Utility regardless of an actual leak located in the area or not, with an explanation
of the noise source.
S When leak noise has been detected and or suspected, the Project Team will verify the suspected
area a second time to confirm the noise. At least four hours will pass between the initial
listening of the area before a second listen and confirmation is attempted.
S The Project Team will line locate the water main and service lines in the immediate area so the
correct pipe distances can be input into the leak correlator and also so that the Water Utility will
have an idea of where the water main is located prior to excavation. Non-metallic pipe locations
will be “interpolated” as best that can be identified, given the line location of metallic services,
Utility knowledge of the area, or other information regarding the actual location of the main.
Exhibit A Page 7 of 13
M.E. Simpson Co., Inc. | Water Distribution System Leak Detection Program Page 3
S The Project Team will use “State of the Art” Electronic Leak Correlators to determine if a leak is
present and use the same equipment to pinpoint the leak.
S For PVC water mains only the Echologics LeakFinder-ST w/hydrophones leak correlator or Fluid
Conservation Systems (FCS) TriCorr Touch leak correlator, will be used for correlations because
of the ability for these correlators to be able to analyze the particular sound frequencies
inherent to PVC pipe.
S The leak location will be marked in the field (on the surface) using environmentally formulated
Precautionary Blue paint.
S The Project Team will document all leak locations with a diagram indicating the location of the
leak. Other information related to that correlation will be included as part of the field sheet such
as the filters used for the correlation, line locations, distances between sensors, etc.
S The locations of leaks requiring immediate attention (immediate threat to life, injury or traffic)
will be turned in as quickly as possible to facilitate the repair process.
S The Project Team will report daily or per request of the Utility, to assigned Utility Professional
and go over the progress of the previous day, as well as cover what will be surveyed the current
day.
S It may be necessary to conduct parts of the Leak Survey during “off hours” such as at night.
This may be required in areas of high traffic volume where traffic noise may affect the ability to
detect leak noise, and traffic volume may affect the ability of the Project Team to be able to
safely access main line valves in the middle of the street. The Project Team will give 24-hour
advanced notice of intent to survey a particular area that may require after hours surveying or
nighttime surveying. This is so the Utility can plan for the area to be surveyed, give notification
to the Police department, as well as other Public Works Divisions as to the activity that will take
place.
S As a part of the leak program, mapping discrepancies found, distribution assets found in
disrepair will be noted and turned into the utility.
S Leaks verified on the customer’s side of a service shut-off will not be located beyond the shut-
off. If a leak appears to be on the Customers’ side, the Utility will be notified first, then the
customer notified and permission granted prior to the water being shut off even for short
periods of time where possible and as time allows, as well as the ability for the customer to
respond.
S If the Utility requests leak locations beyond the service shut off on the customer’s side of the
service line, this will result in an additional charge to the leak survey based on an hourly rate and
this service must be agreed upon between the Utility and M.E. Simpson Co., Inc. prior to the
start of the survey.
S Valves and hydrants will not be operated without Utility permission. Valves and hydrants that
break during this type of operation are the sole responsibility of the Utility. M.E. Simpson Co.,
Inc. cannot be responsible for valves and hydrants that break due to pre-existing conditions.
Exhibit A Page 8 of 13
M.E. Simpson Co., Inc. | Water Distribution System Leak Detection Program Page 4
S The Utility is encouraged to dig up and repair the leaks located as soon as possible so that the
area may be re-surveyed while the Project Team is still working on the survey in that general
geographical location to ensure no other leaks are present in that area.
Equipment List
S FCS S30 Gutermann AquaScope electronically enhanced listening device.
S Echologics LeakFinder-ST w/hydrophones; FCS AC Digital, TriCorr Touch or Vivax-Metrotech
HL6000X leak correlator systems.
S RADIO Detection Line Locators.
S Chicago Tape, Fisher M-Scope or Schonstedt magnetic locators.
S All necessary valve keys and hand tools
S Truck mounted arrow board/signage and warning lights.
S Traffic control equipment, including properly sized traffic cones with reflective stripes.
Quality Control and Accuracy of Leak Locations
The level of accuracy of leak detection is a matter of taking in all the above considerations and applying
those considerations to each individual potential leak location as it is being evaluated. Any statement
made as to the level of accuracy of leak locations must be considered based on the individual conditions
of each leak.
Locating leaks on a distribution system can be very challenging. It is not a perfect science. Pipes and
fittings can leak for a variety of reasons (age, poor installation, material failures, bad soils, etc.), and the
ability to locate leaks is dependent on the stated variables listed in the “Project Approach”. By
employing a strict methodology in the field for conducting a leak survey, these variables can be
accounted for and mitigated. The depth of experience of the Project Team is extremely important to
maintaining the ability to have accurate locations of leaks. Additionally, crews work as Two-Person
Teams in the field, double checking the progress of the work as the survey progresses. The systematic
procedure for leak confirmation has been stated in the Scope of Field Service and is restated here.
“Suspected leak areas are always listened to a second time, preferably at a different time of day than
originally listened to. The mains and services will be line located to insure correct pipe distances are
used for the correlations. Correlations may need to be performed several times with several
configurations to insure all the possible scenarios have been covered. Sewer manholes may need to be
opened and flows observed. If there is any doubt as to the existence of a leak, the area may be checked
and correlated at different times to rule out water usage or other factors. The progress of the survey will
be monitored by the use of daily logs and a progression map with suspected leak noise indications
marked and possible leak locations will be maintained. Field leak location forms will be turned into the
Utility according to the agreed schedule. The Project Team will follow up on leak locations by monitoring
the repair schedule of the Utility. That way in case a potential leak location is wrong, the Project Team
can return to the site and determine why the leak location was incorrect, and correct it. This means
maintaining a good level of communication between the Project Team in the field, and the Utility.
Exhibit A Page 9 of 13
M.E. Simpson Co., Inc. | Water Distribution System Leak Detection Program Page 5
As a matter of Quality Control for leaks in the field, our Correlators, FCS TriCorr Touch and Echologics
LeakFinder-ST have the distinct ability to be able to detect and pinpoint more than one leak in the same
relative area, thus allowing better leak coverage and insuring that one leak is not “masking” another
leak in the same area. The use of progress reports and meetings will allow for open discussions of
problems encountered so solutions can be examined.”
Utility Observations
The M.E. Simpson Co., Inc. Project Team will welcome having staff of the Utility observe field procedures
while the Leak Survey is in progress. They will be happy to explain and demonstrate the equipment and
techniques that are employed by M.E. Simpson Co., Inc. for detecting and locating leaks on the Water
System.
Final Reports, Documentations & Communications
M.E. Simpson Co, Inc. will perform the following:
S Project Team will meet daily with assigned Utility
personnel to go over areas of survey for prior workday
and plan current day and area to survey.
S The field technicians will be readily available by cellular
phone. This will facilitate communications between the
Utility and the field technicians. A 24-hour toll-free
800 number is available for direct contact with M.E.
Simpson Co., Inc. for emergencies.
S Diagram all leak locations, date of location, and
classify according to severity and an estimate of loss.
S The Project Manager will meet with the Utility regularly for a progress report.
S Prepare a progress report at monthly intervals for the Utility if requested.
S Develop a Leak Survey log of activity which will also have confirmed leaks listed and this list will
be turned in weekly (in Excel format). The list will also be included with the final report that will
include the following;
1. Mechanical deficiencies discovered
2. Mapping errors on the water atlas
3. Type of monitored appurtenances
4. Location of same for leaks discovered
5. Total estimated loss
Effective communication…
accurate documentation…
Insuring the success for
the leak survey
Exhibit A Page 10 of 13
M.E. Simpson Co., Inc. | Water Distribution System Leak Detection Program Page 6
S Prepare the final report at the completion of the project which will include all leak location
reports with drawings, total of estimated water loss, total pipe distance investigated, a
description of the area surveyed, and other problems found in the system during the course of
the survey that need the attention of the Water Utility. The leak summary will list leak types
such as main leaks, service line leaks, valve leaks, or hydrant leaks.
A cost benefit analysis of the survey based on the “cost to produce” water will also be included
that describes the financial impact to the Utility for water loss. Recommendations for system
maintenance will be a part of this report based on field observations made during the survey.
This final report shall be made available for submission to the Utility within thirty (30) working
days of the completion of the fieldwork.
Assumptions & Services Provided by the Utility
S The Utility will furnish all maps in an electronic format or paper atlases (two copies), and records
necessary to properly conduct the survey.
S The Utility will assist as necessary to clean out service valves, meter pits and valve-boxes needed
for listening.
S The Utility will provide a Primary Contact Person and/or secondary contact person for the Field
Staff to report to on a periodic basis. This person shall act as the official liaison for the duration
of the Leak Survey. This person shall have a working knowledge of the water system and will be
helpful in attempting to locate particularly hard-to-find water valves for listening and for general
information about the water system. This person will not need to assist the Project Team on a
full time basis, but only on an “as needed” basis.
S The Utility will assist, if needed, to help gain entry into sites that may be difficult to get into due
to security issues or other concerns.
S The Utility will assist, if needed, to locate all nonmetallic pipe within the service area. This would
include all Concrete Cylinder pipe, Asbestos Cement Pipe, PVC pipe and HDPE pipe.
S We will encourage the immediate digging of major leaks (main breaks) so that if there are
problems with the leak location, the problems can be corrected while the Project Team is close
by and can verify the site.
Exhibit A Page 11 of 13
M.E. Simpson Co., Inc. | Water Distribution System Leak Detection Program Page 7
PROJECT SAFETY PLAN
M.E. Simpson Co., Inc.’s Safety Programs cover all aspects of the work performed by M.E. Simpson Co.,
Inc. We take great pride in our safety plan/policy/program and that is evident in our EMR scores over
the last five years. The safety of our employees, the utilities employees and that of the general public is
our #1 priority.
Our Safety Plan/Policy/Program, with all of its parts, is 60 pages in length. In an effort to be more
efficient and less wasteful we do not print copies of the safety program for RFPs. There is nothing
secretive or proprietary contained within our plan/policy/program and we are happy to share its
contents. If you would like a PDF copy of our plan/policy/program please contact Terrence Williams,
Operations Manager, at 800.255.1521 and a copy of our program will be sent via email to you.
Below is an overview of our plan/policy/program:
Safety is a major part of any project. M.E. Simpson Co., Inc. always provides a safe work
environment for its employees. Our staff is trained in General Industry OSHA rules,
Confined Space Entry & Self-Rescue, First Responder First Aid, CPR, and Traffic Control.
While in the field on your project, M.E. Simpson Co., Inc. and its employees will follow all of
the necessary safety procedures to protect themselves, your staff and the general public.
M.E. Simpson Co., Inc. uses Two-Man Teams for Safety and Quality Assurance.
The use of a “one-person” leak detection team is dangerous and impractical where water mains run
under roadways. It would be a dangerous precedent to allow a “one-person” team to access main line
valves located in the roadway, attempt to listen to the valve with headphones on, and at the same time
try to control traffic flow at that person’s location in the street.
Therefore M.E. Simpson Co., Inc. adheres to the following:
S The Project Manager and the Field Manager will be trained in accordance with OSHA Standard
1910 (General Industry) and be in possession of an OSHA 10 Hour or 30 Hour Card.
S Any listening points located in a "confined space" such as pit and vault installations that require
entry will be treated in accordance with the safety rules regarding Confined Space Entry,
designated by the Utility, The Department of Labor and OSHA.
o All personnel are trained and certified in Confined Space Entry & Self-Rescue.
S We will follow all safety rules regarding First Responder First Aid & CPR, designated by the
Utility, The Department of Labor and OSHA.
o All personnel are trained and certified in First Responder First Aid & CPR.
S We will follow all traffic safety rules, designated by the Utility, The Department of Labor,
OSHA, and the Illinois Department of Transportation (per MUTCD).
o All personnel are trained and certified, by the AMERICAN TRAFFIC SAFETY SERVICES
ASSOCIATION (ATSSA) in Traffic Control and Safety.
Current documentations of safety training and certifications can be provided for all project personnel for
the Utility. These certifications are current and up to date (for 2022) for all project personnel.
Exhibit A Page 12 of 13
M.E. Simpson Co., Inc. | Water Distribution System Leak Detection Program Page 8
INVESTMENT
A commitment to improving and maximizing the City of
Des Plaines’ water distribution system for future
generations.
M.E. Simpson Co., Inc. is pleased to present our “Proposal” for a Water Distribution System Leak Detection
program for the City of Des Plaines, Illinois. M.E. Simpson Co., Inc. will perform our leak detection services on
approximately 232 miles of watermain within the City of Des Plaines’ water distribution system. The survey
will be completed by listening on the accessible main line valves, fire hydrants and as needed services by one
of our two-man teams with all necessary equipment furnished by M.E. Simpson Co., Inc. as described within
this document. The project will also include complete reporting of all issues found, with a final
comprehensive report.
2023 Leak Survey
Water Distribution System Leak Survey Program Field Services
Per mile fee $235.00 (approx. 232 miles) $54,520.00
Other Water Distribution System Leak Survey Program Field Services
Per mile Fee of $235.00. (approx. 15 miles) $3,525.00
Water Distribution System Leak Survey Program Administrative Services
Hourly Fee of $90.00 per hour not to exceed (6) hours $540.00
Task Order Not to Exceed Total Cost $58,585.00
We thank you for this opportunity to acquaint you with our Water Distribution System Leak Detection
services and offer this proposal. If you have further inquiries or you wish to discuss our service in more
detail, do not hesitate to call us.
Exhibit A Page 13 of 13
PUBLIC WORKS AND
ENGINEERING DEPARTMENT
1111 Joseph J. Schwab Road
Des Plaines, IL 60016
P: 847.391.5464
desplaines.org
Date: March 9, 2023
To: Michael G. Bartholomew, MCP, LEED-AP, City Manager
From: Robert Greenfield, Superintendent of Utility Services
Cc: Timothy P. Oakley, P.E., CFM, Director of Public Works and Engineering
Timothy Watkins, Assistant Director of Public Works and Engineering
Subject: Award Bid – Dulles Water Tank Painting
Issue: The 2023 budget includes $2,059,000 in funding for the repainting of the Dulles Water Tank.
Three bids were received and opened by the City Clerk’s office on February 28, 2023.
Analysis: The plans and specifications completed by Dixon Engineering includes exterior repairs to
the water tank risers, ladders, platforms, roof vents, and cathodic covers followed by a complete
cleaning and application of a three-coat epoxy urethane coating system. The bids submitted are listed
below:
Company Total Amount
Era Valdivia $1,778,000.00
Neumann Co. $2,698,100.00
Tecorp, Inc. $2,851,000.00
Recommendation: We recommend the City Council award the Dulles Water Tank Painting to Era
Valdivia Contractors, Inc., 11909 S Ave. O, Chicago, IL 60617, in the low bid amount of
$1,778,000.00. Funding source for this project will be Capital Improvement Projects, Water/Sewer
(500-00-580-0000.8100).
Attachments:
Attachment 1 – Dixon Engineering Recommendation
Resolution R-63-23
Exhibit A – Contract
MEMORANDUM
Page 1 of 41
CONSENT AGENDA #3.
DIXON
ENGINEERING & INSPECTION SERVICES
FOR THE COATING INDUSTRY
Members: Society of Protective Coatings • American Water Works Association
Consulting Engineers Council
March 3, 2023
Mr. Robert Greenfield
City of Des Plaines
111 Joseph Schwab Road
Des Plaines, IL 60016
Subject: 2,000,000 Gallon Hydropillar Dulles Tank Rehabilitation Recommendation
Letter
Dear Mr. Greenfield:
Dixon Engineering, Inc. has reviewed the bids submitted for the rehabilitation and
repainting of the City’s 2,000,000-gallon hydropillar (Dulles Tank). We recommend
award to the low bidder, Era Valdivia Contractors, Inc. of Chicago, IL in the amount of
$1,778,000. This includes all line items on the Schedule of Values including the alternate
bid. There were three (3) bids received, the highest bid coming in at $2,851,000 and the
lowest at $1,778,000.
Era Valdivia Contractors, Inc. is a prequalified painting contractor with Dixon
Engineering for this Scope of Work.
If you have any questions regarding our recommendation, please contact Todd Schaefer
at (630) 376-8322.
FOR DIXON ENGINEERING, INC.
Todd Schaefer
Project Manager
Attachment 1 Page 2 of 41
1
CITY OF DES PLAINES
RESOLUTION R - 63 - 23
A RESOLUTION APPROVING AN AGREEMENT WITH
ERA VALDIVIA CONTRACORS, INC., FOR THE
PAINTING OF THE DULLES WATER TANK.
WHEREAS, Article VII, Section 10 of the 1970 Illinois Constitution authorizes the City
to contract with individuals, associations, and corporations in any manner not prohibited by law
or ordinance; and
WHEREAS, the City has appropriated funds in the Capital Improvement Projects Fund
for use by the Department of Public Works and Engineering during the 2023 fiscal year for the
painting of the Dulles Water Tank ("Work"); and
WHEREAS, pursuant to Chapter 10 of Title 1 of the City of Des Plaines City Code and
the City’s purchasing policy, City staff invited bids for the completion of the Work; and
WHEREAS, the City received three bids, which were opened on February 28, 2023; and
WHEREAS, Era Valdivia Contractors, Inc., ("Contractor") submitted the lowest
responsible bid in the amount of $1,778,000; and
WHEREAS, the City desires to enter into an agreement with the Contractor for the
performance of the Work in the not-to-exceed amount of $1,778,000 ("Agreement"); and
WHEREAS, the City Council has determined that it is in the best interest of the City to
enter into the Agreement with Contractor;
NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Des
Plaines, Cook County, Illinois, in the exercise of its home rule powers, as follows:
SECTION 1: RECITALS. The foregoing recitals are incorporated into, and made a part
of, this Resolution as findings of the City Council.
SECTION 2: APPROVAL OF AGREEMENT. The City Council hereby approves the
Agreement in substantially the form attached to this Resolution as Exhibit A, and in a final form
to be approved by the General Counsel.
SECTION 3: AUTHORIZATION TO EXECUTE AGREEMENT. The City Council
authorizes and directs the City Manager and the City Clerk to execute and seal, on behalf of the
City, the final Agreement.
SECTION 4: EFFECTIVE DATE. This Resolution shall be in full force and effect from
and after its passage and approval according to law.
[SIGNATURE PAGE FOLLOWS]
Page 3 of 41
2
PASSED this ____ day of __________________, 2023.
APPROVED this _____ day of ______________, 2023.
VOTE: AYES _____ NAYS _____ ABSENT _____
MAYOR
ATTEST: Approved as to form:
CITY CLERK Peter M. Friedman, General Counsel
DP-Resolution Approving Agreement with Era Valdivia Contractors for Painting of the Dulles Water Tank
Page 4 of 41
CITY OF DES PLAINES
CONTRACT FOR THE CONSTRUCTION
OF THE DULLES WATER TANK PAINTING
Exhibit A Page 5 of 41
-i-
CITY OF DES PLAINES
CONTRACT FOR THE CONSTRUCTION
OF THE DULLES WATER TANK PAINTING
TABLE OF CONTENTS
Page
ARTICLE I The Work ................................................................................................... 1
1.1 Performance of the Work ............................................................................ 1
1.2 Commencement and Completion Dates ...................................................... 2
1.3 Required Submittals .................................................................................... 2
1.4 Review and Interpretation of Contract Provisions ...................................... 3
1.5 Conditions at the Work Site; Record Drawings .......................................... 3
1.6 Technical Ability to Perform ....................................................................... 4
1.7 Financial Ability to Perform ........................................................................ 4
1.8 Time ............................................................................................................. 4
1.9 Safety at the Work Site ................................................................................ 5
1.10 Cleanliness of the Work Site and Environs ................................................. 5
1.11 Damage to the Work, the Work Site, and Other Property ........................... 5
1.12 Subcontractors and Suppliers ...................................................................... 6
1.13 Simultaneous Work By Others .................................................................... 6
1.14 Occupancy Prior to Final Payment .............................................................. 6
1.15 Owner’s Right to Terminate or Suspend Work for Convenience ............... 6
ARTICLE II Changes And Delays .................................................................................. 7
2.1 Changes ....................................................................................................... 7
2.2 Delays .......................................................................................................... 7
ARTICLE III Contractor’s Responsibility For Defective Work ................................... 8
3.1 Inspection; Testing; Correction of Defects .................................................. 8
3.2 Warranty of Work ........................................................................................ 8
3.3 Owner’s Right to Correct ............................................................................ 9
ARTICLE IV Financial Assurances ................................................................................. 9
4.1 Bonds ........................................................................................................... 9
4.2 Insurance ...................................................................................................... 9
4.3 Indemnification .......................................................................................... 10
ARTICLE V Payment .................................................................................................... 10
5.1 Contract Price ............................................................................................ 10
Exhibit A Page 6 of 41
-ii-
5.2 Taxes and Benefits .................................................................................... 10
5.3 Progress Payments ..................................................................................... 10
5.4 Final Acceptance and Final Payment ........................................................ 11
5.5 Liens .......................................................................................................... 11
5.6 Deductions ................................................................................................. 12
ARTICLE VI Disputes And Remedies ........................................................................... 13
6.1 Dispute Resolution Procedure ................................................................... 13
6.2 Contractor’s Remedies .............................................................................. 13
6.3 Owner’s Remedies ..................................................................................... 13
6.4 Owner’s Special Remedy for Delay .......................................................... 15
6.5 Terminations and Suspensions Deemed for Convenience ........................ 15
ARTICLE VII Legal Relationships And Requirements ................................................ 15
7.1 Binding Effect ........................................................................................... 15
7.2 Relationship of the Parties ......................................................................... 15
7.3 No Collusion/Prohibited Interests ............................................................. 15
7.4 Assignment ................................................................................................ 16
7.5 Confidential Information ........................................................................... 16
7.6 No Waiver ................................................................................................. 16
7.7 No Third Party Beneficiaries ..................................................................... 17
7.8 Notices ....................................................................................................... 17
7.9 Governing Laws ........................................................................................ 17
7.10 Changes in Laws ........................................................................................ 18
7.11 Compliance with Laws .............................................................................. 18
7.12 Compliance with Patents ........................................................................... 19
7.13 Time ........................................................................................................... 19
7.14 Severability ................................................................................................ 20
7.15 Entire Agreement ....................................................................................... 20
7.16 Amendments .............................................................................................. 20
Contractor’s Certification
Attachment A:
Attachment B:
Attachment C:
Attachment D:
Supplemental Schedule of Contract Terms
Specifications
List of Drawings
Special Project Requirements
Exhibit A Page 7 of 41
-1-
CITY OF DES PLAINES
CONTRACT FOR THE CONSTRUCTION
OF THE DULLES WATER TANK PAINTING
In cons ideration of the mutual promises set forth below, the City of Des Plaines, 1420
Miner Street / Northwest Highway, Des Plaines, Illinois 60016, an Illinois
municipal corporation (“Owner”), and Era Valdivia Contractors, Inc., a Painting
Contractor (“Contractor”), make this Contract as of March 20, 2023, (the “Effective
Date”) and hereby agree as follows:
ARTICLE I: THE WORK
1.1 Performance of the Work
Contractor, at its sole cost and expense, must provide, perform, and complete all of the
following, all of which is herein referred to as the “Work”:
1.Labor, Equipment, Materials, and Supplies. Provide, perform, and complete,
in the manner described and specified in this Contract, all necessary work,
labor, services, transportation, equipment, materials, apparatus, machinery,
tools, fuels, gas, electric, water, waste disposal, information, data, and other
means and items necessary to accomplish the Project at the Work Site, both as
defined in Attachment A, in accordance with the specifications attached hereto
as Attachment B, the drawings identified in the list attached hereto as
Attachment C, and the Special Project Requirements attached hereto as
Attachment D.
2.Permits. Except as otherwise provided in Attachment A, procure and furnish
all permits, licenses, and other governmental approvals and authorizations
necessary in connection therewith.
3.Bonds and Insurance. Procure and furnish all Bonds and all certificates and
policies of insurance specified in this Contract.
4.Taxes. Pay all applicable federal, state, and local taxes.
5.Miscellaneous. Do all other things required of Contractor by this Contract,
including without limitation arranging for utility and other services needed for
the Work and for testing, including the installation of temporary utility lines,
wiring, switches, fixtures, hoses, connections, and meters, and providing
sufficient sanitary conveniences and shelters to accommodate all workers and
all personnel of Owner engaged in the Work.
Exhibit A Page 8 of 41
CONTRACT
-2-
6.Quality. Provide, perform, and complete all of the foregoing in a proper and
workmanlike manner, consistent with the highest standards of professional and
construction practices and in full compliance with, and as required by or
pursuant to, this Contract, and with the greatest economy, efficiency, and
expedition consistent therewith, with only new, undamaged and first quality
equipment, materials, and supplies.
1.2 Commencement and Completion Dates
Contractor must commence the Work not later than the “Commencement Date” set
forth on Attachment A and must diligently and continuously prosecute the Work at such a rate
as will allow the Work to be fully provided, performed, and completed in full compliance
with this Contract not later than the “Completion Date” set forth in Attachment A. The time
of commencement, rate of progress, and time of completion are referred to in this Contract as
the “Contract Time.”
1.3 Required Submittals
A.Submittals Required. Contractor must submit to Owner all documents, data,
and information specifically required to be submitted by Contractor under this Contract and
must, in addition, submit to Owner all such drawings, specifications, descriptive information,
and engineering documents, data, and information as may be required, or as may be requested
by Owner, to show the details of the Work, including a complete description of all equipment,
materials, and supplies to be provided under this Contract (“Required Submittals”). Such
details must include, but are not limited to, design data, structural and operating features,
principal dimensions, space required or provided, clearances required or provided, type and
brand of finish, and all similar matters, for all components of the Work.
B.Number and Format. Contractor must provide one complete set for each
Required Submittal. All Required Submittals, except drawings, must submitted electronically
in PDF format. All drawings must be clearly marked in the lower right-hand corner with the
names of Owner and Contractor.
C.Time of Submission and Owner’s Review. All Required Submittals must be
provided to Owner no later than the time, if any, specified in this Contract for their
submission or, if no time for submission is specified, in sufficient time, in Owner’s sole
opinion, to permit Owner to review the same prior to the commencement of the part of the
Work to which they relate and prior to the purchase of any equipment, materials, or supplies
that they describe. Owner will have the right to require such corrections as may be necessary
to make such submittals conform to this Contract. All such submittals will, after final
processing and review with no exception noted by Owner, become a part of this Contract. No
Work related to any submittal may be performed by Contractor until Owner has completed
review of such submittal with no exception noted. Owner’s review and stamping of any
Required Submittal will be for the sole purpose of examining the general management,
design, and details of the proposed Work, does not relieve Contractor of the entire
Exhibit A Page 9 of 41
CONTRACT
-3-
responsibility for the performance of the Work in full compliance with, and as required by or
pursuant to this Contract, and may not be regarded as any assumption of risk or liability by
Owner.
D.Responsibility for Delay. Contractor is responsible for any delay in the Work
due to delay in providing Required Submittals conforming to this Contract.
1.4 Review and Interpretation of Contract Provisions
Contractor represents and warrants that it has carefully reviewed this Contract,
including all of its Attachments, and the drawings identified in Attachment C, all of which are
by this reference incorporated into and made a part of this Contract. Contractor must, at no
increase in the Contract Price, provide workmanship, equipment, materials, and supplies that
fully conform to this Contract. Whenever any equipment, materials or supplies are specified
or described in this Contract by using the name or other identifying feature of a proprietary
product or the name or other identifying feature of a particular manufacturer or vendor, the
specific item mentioned is understood as establishing the type, function and quality desired.
Other manufacturers’ or vendors’ products may be accepted, provided that the products
proposed are equivalent in substance and function to those named as determined by Owner in
its sole and absolute discretion.
Contractor must promptly notify Owner of any discrepancy, error, omission,
ambiguity, or conflict among any of the provisions of this Contract before proceeding with
any Work affected thereby. If Contractor fails to give such notice to Owner, then the
subsequent decision of Owner as to which provision of this Contract governs is final, and any
corrective work required does not entitle Contractor to any damages, to any compensation in
excess of the Contract Price, or to any delay or extension of the Contract Time.
When the equipment, materials, or supplies furnished by Contractor cannot be
installed as specified in this Contract, Contractor must, without any increase in the Contract
Price, make all modifications required to properly install the equipment, materials, or
supplies. Any such modification is subject to the prior review and consent of Owner.
1.5 Conditions at the Work Site; Record Drawings
Contractor represents and warrants that it has had a sufficient opportunity to conduct a
thorough investigation of the Work Site and the surrounding area and has completed such
investigation to its satisfaction. Contractor will have no claim for damages, for compensation
in excess of the Contract Price, or for a delay or extension of the Contract Time based upon
conditions found at, or in the vicinity of, the Work Site. When information pertaining to
subsurface, underground or other concealed conditions, soils analysis, borings, test pits, utility
locations or conditions, buried structures, condition of existing structures, and other
investigations is or has been provided by Owner, or is or has been otherwise made available to
Contractor by Owner, such information is or has been provided or made available solely for
the convenience of Contractor and is not part of this Contract. Owner assumes no
responsibility whatever in respect to the sufficiency or accuracy of such information, and
Exhibit A Page 10 of 41
CONTRACT
-4-
there is no guaranty or warranty, either expressed or implied, that the conditions indicated are
representative of those existing throughout the Work or the Work Site, or that the conditions
indicated are representative of those existing at any particular location, or that the conditions
indicated may not change, or that unanticipated conditions may not be present.
Contractor is solely responsible for locating all existing underground installations by
prospecting no later than two workdays prior to any scheduled excavation or trenching,
whichever is earlier. Contractor must check all dimensions, elevations, and quantities
indicated in this Contract within the same time period as set forth above for prospecting
underground installations. Contractor must lay out the Work in accordance with this Contract
and must establish and maintain such locations, lines and levels. Wherever pre-existing work
is encountered, Contractor must verify and be responsible for dimensions and location of such
pre-existing work. Contractor must notify Owner of any discrepancy between the
dimensions, elevations and quantities indicated in this Contract and the conditions of the
Work Site or any other errors, omissions or discrepancies which Contract may discover
during such inspections. Full instructions will be furnished by Owner should such error,
omission, or discrepancy be discovered, and Contractor must carry out such instructions as if
originally specified and without any increase in Contract Price.
Before Final Acceptance of the Work, Contractor must submit to Owner two sets of
Drawings of Record, unless a greater number is specified elsewhere in this Contract,
indicating al field deviations from Attachment B or the drawings identified in Attachment C.
1.6 Technical Ability to Perform
Contractor represents and warrants that it is sufficiently experienced and competent,
and has the necessary capital, facilities, plant, organization, and staff, to provide, perform and
complete the Work in full compliance with, and as required by or pursuant to, this Contract.
1.7 Financial Ability to Perform
Contractor represents and warrants that it is financially solvent, and Contractor has the
financial resources necessary to provide, perform and complete the Work in full compliance
with, and as required by or pursuant to, this Contract.
1.8 Time
Contractor represents and warrants that it is ready, willing, able and prepared to begin
the Work on the Commencement Date and that the Contract Time is sufficient time to permit
completion of the Work in full compliance with, and as required by or pursuant to, this
Contract for the Contract Price, all with due regard to all natural and man-made conditions
that may affect the Work or the Work Site and all difficulties, hindrances, and delays that may
be incident to the Work.
Exhibit A Page 11 of 41
CONTRACT
-5-
1.9 Safety at the Work Site
Contractor is solely and completely responsible for providing and maintaining safe
conditions at the Work Site, including the safety of all persons and property during
performance of the Work. This requirement applies continuously and is not limited to normal
working hours. Contractor must take all safety precautions as necessary to comply with all
applicable laws and to prevent injury to persons and damage to property.
Contractor must conduct all of its operations without interruption or interference with
vehicular and pedestrian traffic on public and private rights-of-way, unless it has obtained
permits therefor from the proper authorities. If any public or private right-of-way are
rendered unsafe by Contractor’s operations, Contractor must make such repairs or provide
such temporary ways or guards as are acceptable to the proper authorities.
1.10 Cleanliness of the Work Site and Environs
Contractor must keep the Work Site and adjacent areas clean at all times during
performance of the Work and must, upon completion of the Work, leave the Work Site and
adjacent areas in a clean and orderly condition.
1.11 Damage to the Work, the Work Site, and Other Property
The Work and everything pertaining thereto is provided, performed, completed, and
maintained at the sole risk and cost of Contractor from the Commencement Date until Final
Payment. Contractor is fully responsible for the protection of all public and private property
and all persons. Without limiting the foregoing, Contractor must, at its own cost and expense,
provide all permanent and temporary shoring, anchoring and bracing required by the nature of
the Work in order to make all parts absolutely stable and rigid, even when such shoring,
anchoring and bracing is not explicitly specified, and support and protect all buildings,
bridges, roadways, conduits, wires, water pipes, gas pipes, sewers, pavements, curbs,
sidewalks, fixtures and landscaping of all kinds and all other public or private property that
may be encountered or endangered in providing, performing and completing the Work.
Contractor will have no claim against Owner because of any damage or loss to the Work or to
Contractor’s equipment, materials, or supplies from any cause whatsoever, including damage
or loss due to simultaneous work by others. Contractor must, promptly and without charge to
Owner, repair or replace, to the satisfaction of Owner, any damage done to, and any loss
suffered by, the Work and any damage done to, and any loss suffered by, the Work Site or
other property as a result of the Work. Notwithstanding any other provision of this Contract,
Contractor’s obligations under this Section exist without regard to, and may not be construed
to be waived by, the availability or unavailability of any insurance, either of Owner or
Contractor, to indemnify, hold harmless, or reimburse Contractor for the cost of any repair or
replacement work required by this Section.
Exhibit A Page 12 of 41
CONTRACT
-6-
1.12 Subcontractors and Suppliers
A.Approval and Use of Subcontractors and Suppliers. Contractor must perform
the Work with its own personnel and under the management, supervision, and control of its
own organization unless otherwise approved by Owner in writing. All subcontractors,
suppliers, and subcontracts used by Contractor must be acceptable to, and approved in
advance by, Owner. Owner’s approval of any subcontractor, supplier, and subcontract does
not relieve Contractor of full responsibility and liability for the provision, performance, and
completion of the Work in full compliance with, and as required by or pursuant to, this
Contract. All Work performed under any subcontract is subject to all of the provisions of this
Contract in the same manner as if performed by employees of Contractor. Every reference in
this Contract to “Contractor” is deemed also to refer to all subcontractors and suppliers of
Contractor. Every subcontract must include a provision binding the subcontractor or supplier
to all provisions of this Contract.
B.Removal of Subcontractors and Suppliers. If any subcontractor or supplier
fails to perform the part of the Work undertaken by it in a manner satisfactory to Owner,
Contractor must immediately upon notice from Owner terminate such subcontractor or
supplier. Contractor will have no claim for damages, for compensation in excess of the
Contract Price, or for a delay or extension of the Contract Time as a result of any such
termination.
1.13 Simultaneous Work By Others
Owner has the right to perform or have performed such other work as Owner may
desire in, about, or near the Work Site during the performance of the Work by Contractor.
Contractor must make every reasonable effort to perform the Work in such manner as to
enable both the Work and such other work to be completed without hindrance or interference
from each other. Contractor must afford Owner and other contractors’ reasonable opportunity
for the execution of such other work and must properly coordinate the Work with such other
work.
1.14 Occupancy Prior to Final Payment
Owner will have the right, at its election, to occupy, use, or place in service any part of
the Work prior to Final Payment. Such occupancy, use, or placement in service must be
conducted in such manner as not to damage any of the Work or to unreasonably interfere with
the progress of the Work. No such occupancy, use, or placement in service may be construed
as an acceptance of any of the Work or a release or satisfaction of Contractor’s duty to insure
and protect the Work, nor may it, unless conducted in an unreasonable manner, be considered
as an interference with Contractor’s provision, performance, or completion of the Work.
1.15 Owner’s Right to Terminate or Suspend Work for Convenience
A.Termination or Suspension for Convenience. Owner has the right, for its
convenience, to terminate or suspend the Work in whole or in part at any time by written
Exhibit A Page 13 of 41
CONTRACT
-7-
notice to Contractor. Every such notice must state the extent and effective date of such
termination or suspension. On such effective date, Contractor must, as and to the extent
directed, stop Work under this Contract, cease all placement of further orders or subcontracts,
terminate or suspend Work under existing orders and subcontracts, cancel any outstanding
orders or subcontracts that may be cancelled, and take any action necessary to protect any
property in its possession in which Owner has or may acquire any interest and to dispose of
such property in such manner as may be directed by Owner.
B.Payment for Completed Work. In the event of any termination pursuant to
Subsection 1.15A above, Owner must pay Contractor (1) such direct costs, excluding
overhead, as Contractor has paid or incurred for all Work done in compliance with, and as
required by or pursuant to, this Contract up to the effective date of termination together with
ten percent of such costs for overhead and profit; and (2) such other costs pertaining to the
Work, exclusive of overhead and profit, as Contractor may have reasonably and necessarily
incurred as the result of such termination. Any such payment may be offset by any prior
payment or payments and is subject to Owner’s rights to withhold and deduct as provided in
this Contract.
ARTICLE II: CHANGES AND DELAYS
2.1 Changes
Owner has the right, by written order executed by Owner, to make changes in the
Contract, the Work, the Work Site, and the Contract Time (“Change Order”). If any Change
Order causes an increase or decrease in the amount of the Work, an equitable adjustment in
the Contract Price or Contract Time may be made. All claims by Contractor for an equitable
adjustment in either the Contract Price or the Contract Time must be made within two
business days following receipt of such Change Order, and may, if not made prior to such
time, be conclusively deemed to have been waived. No decrease in the amount of the Work
caused by any Change Order will entitle Contractor to make any claim for damages,
anticipated profits, or other compensation.
2.2 Delays
A.Extensions for Unavoidable Delays. For any delay that may result from causes
that could not be avoided or controlled by Contractor, Contractor must, upon timely written
application, be entitled to issuance of a Change Order providing for an extension of the
Contract Time for a period of time equal to the delay resulting from such unavoidable cause.
No extension of the Contract Time will be allowed for any other delay in completion of the
Work.
B.No Compensation for Delays. No payment, compensation, damages, or
adjustment of any kind, other than the extension of the Contract Time provided in Subsection
2.2A above, may be made to, or claimed by, Contractor because of hindrances or delays from
any cause in the commencement, prosecution, or completion of the Work, whether caused by
Owner or any other party and whether avoidable or unavoidable.
Exhibit A Page 14 of 41
CONTRACT
-8-
ARTICLE III: CONTRACTOR’S RESPONSIBILITY
FOR DEFECTIVE WORK
3.1 Inspection; Testing; Correction of Defects
A.Inspection. Until Final Payment, all parts of the Work are subject to inspection
and testing by Owner or its designated representatives. Contractor must furnish, at its own
expense, all reasonable access, assistance, and facilities required by Owner for such
inspection and testing.
B.Re-Inspection. Re-inspection and re-testing of any Work may be ordered by
Owner at any time, and, if so ordered, any covered or closed Work must be uncovered or
opened by Contractor. If the Work is found to be in full compliance with this Contract, then
Owner must pay the cost of uncovering, opening, re-inspecting, or re-testing, as the case may
be. If such Work is not in full compliance with this Contract, then Contractor must pay such
cost.
C.Correction. Until Final Payment, Contractor must, promptly and without
charge, repair, correct, or replace all or any part of the Work that is defective, damaged,
flawed, or unsuitable or that in any way fails to conform strictly to the requirements of this
Contract.
3.2 Warranty of Work
A.Scope of Warranty. Contractor warrants that the Work and all of its
components will be free from defects and flaws in design, workmanship, and materials; must
strictly conform to the requirements of this Contract; and will be fit, sufficient, and suitable
for the purposes expressed in, or reasonably inferred from, this Contract. The warranty herein
expressed is in addition to any other warranties expressed in this Contract, or expressed or
implied by law, which are hereby reserved unto Owner.
B.Repairs; Extension of Warranty. Contractor, promptly and without charge,
must correct any failure to fulfill the above warranty that may be discovered or develop at any
time within one year after Final Payment or such longer period as may be prescribed in
Attachment B or Attachment D to this Contract or by law. The above warranty may be
extended automatically to cover all repaired and replacement parts and labor provided or
performed under such warranty and Contractor’s obligation to correct Work may be extended
for a period of one year from the date of such repair or replacement. The time period
established in this Subsection 3.2B relates only to the specific obligation of Contractor to
correct Work and may not be construed to establish a period of limitation with respect to other
obligations that Contractor has under this Contract.
C.Subcontractor and Supplier Warranties. Whenever Attachment B or
Attachment D requires a subcontractor or supplier to provide a guaranty or warranty,
Contractor is solely responsible for obtaining said guaranty or warranty in form satisfactory to
Exhibit A Page 15 of 41
CONTRACT
-9-
Owner and assigning said warranty or guaranty to Owner. Acceptance of any assigned
warranties or guaranties by Owner is a precondition to Final Payment and does not relieve
Contractor of any of its guaranty or warranty obligations under this Contract.
3.3 Owner’s Right to Correct
If, within two business days after Owner gives Contractor notice of any defect,
damage, flaw, unsuitability, nonconformity, or failure to meet warranty subject to correction
by Contractor pursuant to Section 3.1 or Section 3.2 of this Contract, Contractor neglects to
make, or undertake with due diligence to make, the necessary corrections, then Owner is
entitled to make, either with its own forces or with contract forces, the corrections and to
recover from Contractor all resulting costs, expenses, losses, or damages, including attorneys’
fees and administrative expenses.
ARTICLE IV: FINANCIAL ASSURANCES
4.1 Bonds
Contemporaneous with Contractor’s execution of this Contract, Contractor must
provide a Performance Bond and a Labor and Material Payment Bond, on forms provided by,
or otherwise acceptable to, Owner, from a surety company licensed to do business in the State
of Illinois with a general rating of A and a financial size category of Class X or better in
Best’s Insurance Guide, each in the penal sum of the Contract Price (“Bonds”). Contractor, at
all times while providing, performing, or completing the Work, including, without limitation,
at all times while correcting any failure to meet warranty pursuant to Section 3.2 of this
Contract, must maintain and keep in force, at Contractor’s expense, the Bonds required
hereunder.
4.2 Insurance
Contemporaneous with Contractor’s execution of this Contract, Contractor must
provide certificates and policies of insurance evidencing the minimum insurance coverages
and limits set forth in Attachment A. For good cause shown, Owner may extend the time for
submission of the required policies of insurance upon such terms, and with such assurances of
complete and prompt performance, as Owner may impose in the exercise of its sole
discretion. Such policies must be in a form, and from companies, acceptable to Owner. Such
insurance must provide that no change, modification in, or cancellation of any insurance
becomes effective until the expiration of 30 days after written notice thereof has have been
given by the insurance company to Owner. Contractor must, at all times while providing,
performing, or completing the Work, including, without limitation, at all times while
correcting any failure to meet warranty pursuant to Section 3.2 of this Contract, maintain and
keep in force, at Contractor’s expense, the minimum insurance coverages and limits set forth
in Attachment A.
Exhibit A Page 16 of 41
CONTRACT
-10-
4.3 Indemnification
Contractor hereby agrees to and will indemnify, save harmless, and defend Owner and
all of it elected officials, officers, employees, attorneys, agents, and representatives against
any and all lawsuits, claims, demands, damages, liabilities, losses, and expenses, including
attorneys’ fees and administrative expenses, that may arise, or be alleged to have arisen, out
of or in connection with Contractor’s performance of, or failure to perform, the Work or any
part thereof, whether or not due or claimed to be due in whole or in part to the active, passive,
or concurrent negligence or fault of Contractor, except to the extent caused solely by the
negligence of Owner.
ARTICLE V: PAYMENT
5.1 Contract Price
Owner must pay to Contractor, in accordance with and subject to the terms and
conditions set forth in this Article V and Attachment A, and Contractor must accept in full
satisfaction for providing, performing, and completing the Work, the amount or amounts set
forth in Attachment A (the “Contract Price”), subject to any additions, deductions, or
withholdings provided for in this Contract.
5.2 Taxes and Benefits
Owner is exempt from and will not be responsible to pay, or reimburse Contractor for,
any state or local sales, use, or excise taxes. The Contract Price includes all other applicable
federal, state, and local taxes of every kind and nature applicable to the Work as well as all
taxes, contributions, and premiums for unemployment insurance, old age or retirement
benefits, pensions, annuities, or other similar benefits. All claim or right to claim additional
compensation by reason of the payment of any such tax, contribution, or premium is hereby
waived and released by Contractor.
5.3 Progress Payments
A.Payment in Installments. The Contract Price must be paid in monthly
installments in the manner set forth in Attachment A (“Progress Payments”).
B.Pay Requests. Contractor must, as a condition precedent to its right to receive
each Progress Payment, submit to Owner a pay request in the form provided by Owner (“Pay
Request”). The first Pay Request must be submitted not sooner than 30 days following
commencement of the Work. Owner may, by written notice to Contractor, designate a
specific day of each month on or before which Pay Requests must be submitted. Each Pay
Request must include (a) Contractor’s certification of the value of, and partial or final waivers
of lien covering, all Work for which payment is then requested and (b) Contractor’s
certification that all prior Progress Payments have been properly applied to the payment or
reimbursement of the costs with respect to which they were paid.
Exhibit A Page 17 of 41
CONTRACT
-11-
C.Work Entire. This Contract and the Work are entire and the Work as a whole
is of the essence of this Contract. Notwithstanding any other provision of this Contract, each
and every part of this Contract and of the Work are interdependent and common to one
another and to Owner’s obligation to pay all or any part of the Contract Price or any other
consideration for the Work. Any and all Progress Payments made pursuant to this Article are
provided merely for the convenience of Contractor and for no other purpose.
5.4 Final Acceptance and Final Payment
A.Notice of Completion. When the Work has been completed and is ready in all
respects for acceptance by Owner, Contractor must notify Owner and request a final
inspection (“Notice of Completion”). Contractor’s Notice of Completion must be given
sufficiently in advance of the Completion Date to allow for scheduling of the final inspection
and for completion or correction before the Completion Date of any items identified by such
inspection as being defective, damaged, flawed, unsuitable, nonconforming, incomplete, or
otherwise not in full compliance with, or as required by or pursuant to, this Contract (“Punch
List Work”).
B.Punch List and Final Acceptance. The Work may be finally accepted when,
and only when, the whole and all parts thereof have been completed to the satisfaction of
Owner in full compliance with, and as required by or pursuant to, this Contract. Upon receipt
of Contractor’s Notice of Completion, Owner must make a review of the Work and notify
Contractor in writing of all Punch List Work, if any, to be completed or corrected. Following
Contractor’s completion or correction of all Punch List Work, Owner must make another
review of the Work and prepare and deliver to Contractor either a written notice of additional
Punch List Work to be completed or corrected or a written notice of final acceptance of the
Work (“Final Acceptance”).
C.Final Payment. As soon as practicable after Final Acceptance, Contractor must
submit to Owner a properly completed final Pay Request in the form provided by Owner
(“Final Pay Request”). Owner must pay to Contractor the balance of the Contract Price, after
deducting therefrom all charges against Contractor as provided for in this Contract (“Final
Payment”). Final Payment must be made not later than 60 days after Owner approves the
Final Pay Request. The acceptance by Contractor of Final Payment will operate as a full and
complete release of Owner of and from any and all lawsuits, claims, demands, damages,
liabilities, losses, and expenses of, by, or to Contractor for anything done, furnished for,
arising out of, relating to, or in connection with the Work or for or on account of any act or
neglect of Owner arising out of, relating to, or in connection with the Work.
5.5 Liens
A.Title. Nothing in this Contract may be construed as vesting in Contractor any
right of property in any equipment, materials, supplies, and other items provided under this
Contract after they have been installed in, incorporated into, attached to, or affixed to, the
Work or the Work Site. All such equipment, materials, supplies, and other items will, upon
being so installed, incorporated, attached or affixed, become the property of Owner, but such
Exhibit A Page 18 of 41
CONTRACT
-12-
title will not release Contractor from its duty to insure and protect the Work in accordance
with the requirements of this Contract.
B.Waivers of Lien. Contractor must, from time to time at Owner’s request and in
any event prior to Final Payment, furnish to Owner such receipts, releases, affidavits,
certificates, and other evidence as may be necessary to establish, to the reasonable satisfaction
of Owner, that no lien against the Work or the public funds held by Owner exists in favor of
any person whatsoever for or by reason of any equipment, material, supplies, or other item
furnished, labor performed, or other thing done in connection with the Work or this Contract
(“Lien”) and that no right to file any Lien exists in favor of any person whatsoever.
C.Removal of Liens. If at any time any notice of any Lien is filed, then
Contractor must, promptly and without charge, discharge, remove, or otherwise dispose of
such Lien. Until such discharge, removal, or disposition, Owner will have the right to retain
from any money payable hereunder an amount that Owner, in its sole judgment, deems
necessary to satisfy such Lien and to pay the costs and expenses, including attorneys’ fees and
administrative expenses, of any actions brought in connection therewith or by reason thereof.
D.Protection of Owner Only. This Section does not operate to relieve
Contractor’s surety or sureties from any of their obligations under the Bonds, nor may it be
deemed to vest any right, interest, or entitlement in any subcontractor or supplier. Owner’s
retention of funds pursuant to this Section is deemed solely for the protection of its own
interests pending removal of such Liens by Contractor, and Owner will have no obligation to
apply such funds to such removal but may, nevertheless, do so where Owner’s interests would
thereby be served.
5.6 Deductions
A.Owner’s Right to Withhold. Notwithstanding any other provision of this
Contract and without prejudice to any of Owner’s other rights or remedies, Owner will have
the right at any time or times, whether before or after approval of any Pay Request, to deduct
and withhold from any Progress or Final Payment that may be or become due under this
Contract such amount as may reasonably appear necessary to compensate Owner for any
actual or prospective loss due to: (1) Work that is defective, damaged, flawed, unsuitable,
nonconforming, or incomplete; (2) damage for which Contractor is liable under this Contract;
(3)state or local sales, use, or excise taxes from which Owner is exempt; (4) Liens or claims
of Lien regardless of merit; (5) claims of subcontractors, suppliers, or other persons regardless
of merit; (6) delay in the progress or completion of the Work; (7) inability of Contractor to
complete the Work; (8) failure of Contractor to properly complete or document any Pay
Request; (9) any other failure of Contractor to perform any of its obligations under this
Contract; or (10) the cost to Owner, including attorneys’ fees and administrative costs, of
correcting any of the aforesaid matters or exercising any one or more of Owner’s remedies set
forth in Section 6.3 of this Contract.
B.Use of Withheld Funds. Owner is entitled to retain any and all amounts
withheld pursuant to Subsection 5.6A above until Contractor has either performed the
Exhibit A Page 19 of 41
CONTRACT
-13-
obligations in question or furnished security for such performance satisfactory to Owner.
Owner is entitled to apply any money withheld or any other money due Contractor under this
Contract to reimburse itself for any and all costs, expenses, losses, damages, liabilities, suits,
judgments, awards, attorneys’ fees and administrative expenses incurred, suffered, or
sustained by Owner and chargeable to Contractor under this Contract.
ARTICLE VI: DISPUTES AND REMEDIES
6.1 Dispute Resolution Procedure
A.Notice of Disputes and Objections. If Contractor disputes or objects to any
requirement, direction, instruction, interpretation, determination, or decision of Owner,
Contractor may notify Owner in writing of its dispute or objection and of the amount of any
equitable adjustment to the Contract Price or Contract Time to which Contractor claims it will
be entitled as a result thereof; provided, however, that Contractor must, nevertheless, proceed
without delay to perform the Work as required, directed, instructed, interpreted, determined,
or decided by Owner, without regard to such dispute or objection. Unless Contractor so
notifies Owner within two business days after receipt of such requirement, direction,
instruction, interpretation, determination, or decision, Contractor is conclusively deemed to
have waived all such disputes or objections and all claims based thereon.
B.Negotiation of Disputes and Objections. To avoid and settle without litigation
any such dispute or objection, Owner and Contractor agree to engage in good faith
negotiations. Within three business days after Owner’s receipt of Contractor’s written notice
of dispute or objection, a conference between Owner and Contractor will be held to resolve
the dispute. Within three business days after the end of the conference, Owner must render its
final decision, in writing, to Contractor. If Contractor objects to the final decision of Owner,
then it must, within three business days, give Owner notice thereof and, in such notice, must
state its final demand for settlement of the dispute. Unless Contractor so notifies Owner,
Contractor will be conclusively deemed (1) to have agreed to and accepted Owner’s final
decision and (2) to have waived all claims based on such final decision.
6.2 Contractor’s Remedies
If Owner fails or refuses to satisfy a final demand made by Contractor pursuant to
Section 6.1 of this Contract, or to otherwise resolve the dispute which is the subject of such
demand to the satisfaction of Contractor, within 10 days after receipt of such demand, then
Contractor will be entitled to pursue such remedies, not inconsistent with the provisions of
this Contract, as it may have in law or equity.
6.3 Owner’s Remedies
If it should appear at any time prior to Final Payment that Contractor has failed or
refused to prosecute, or has delayed in the prosecution of, the Work with diligence at a rate
that assures completion of the Work in full compliance with the requirements of this Contract
on or before the Completion Date, or has attempted to assign this Contract or Contractor’s
Exhibit A Page 20 of 41
CONTRACT
-14-
rights under this Contract, either in whole or in part, or has falsely made any representation or
warranty in this Contract, or has otherwise failed, refused, or delayed to perform or satisfy
any other requirement of this Contract or has failed to pay its debts as they come due (“Event
of Default”), and has failed to cure any such Event of Default within five business days after
Contractor’s receipt of written notice of such Event of Default, then Owner will have the
right, at its election and without prejudice to any other remedies provided by law or equity, to
pursue any one or more of the following remedies:
1. Owner may require Contractor, within such reasonable time as may be fixed by
Owner, to complete or correct all or any part of the Work that is defective,
damaged, flawed, unsuitable, nonconforming, or incomplete; to remove from
the Work Site any such Work; to accelerate all or any part of the Work; and to
take any or all other action necessary to bring Contractor and the Work into
strict compliance with this Contract.
2.Owner may perform or have performed all Work necessary for the
accomplishment of the results stated in Paragraph 1 above and withhold or
recover from Contractor all the cost and expense, including attorneys’ fees and
administrative costs, incurred by Owner in connection therewith.
3.Owner may accept the defective, damaged, flawed, unsuitable, nonconforming,
incomplete, or dilatory Work or part thereof and make an equitable reduction
in the Contract Price.
4.Owner may terminate this Contract without liability for further payment of
amounts due or to become due under this Contract.
5. Owner may, without terminating this Contract, terminate Contractor’s rights
under this Contract and, for the purpose of completing or correcting the Work,
evict Contractor and take possession of all equipment, materials, supplies,
tools, appliances, plans, specifications, schedules, manuals, drawings, and
other papers relating to the Work, whether at the Work Site or elsewhere, and
either complete or correct the Work with its own forces or contracted forces,
all at Contractor’s expense.
6.Upon any termination of this Contract or of Contractor’s rights under this
Contract, and at Owner’s option exercised in writing, any or all subcontracts
and supplier contracts of Contractor will be deemed to be assigned to Owner
without any further action being required, but Owner may not thereby assume
any obligation for payments due under such subcontracts and supplier
contracts for any Work provided or performed prior to such assignment.
7. Owner may withhold from any Progress Payment or Final Payment, whether or
not previously approved, or may recover from Contractor, any and all costs,
including attorneys’ fees and administrative expenses, incurred by Owner as
Exhibit A Page 21 of 41
CONTRACT
-15-
the result of any Event of Default or as a result of actions taken by Owner in
response to any Event of Default.
8.Owner may recover any damages suffered by Owner.
6.4 Owner’s Additional Remedy for Delay
If the Work is not completed by Contractor, in full compliance with, and as required
by or pursuant to, this Contract, within the Contract Time as such time may be extended by
Change Order, then Owner may invoke its remedies under Section 6.3 of this Contract or
may, in the exercise of its sole and absolute discretion, permit Contractor to complete the
Work but charge to Contractor, and deduct from any Progress or Final Payments, whether or
not previously approved, administrative expenses and costs for each day completion of the
Work is delayed beyond the Completion Date, computed on the basis of the “Per Diem
Administrative Charge” set forth in Attachment A, as well as any additional damages caused
by such delay.
6.5 Terminations and Suspensions Deemed for Convenience
Any termination or suspension of Contractor’s rights under this Contract for an
alleged default that is ultimately held unjustified will automatically be deemed to be a
termination or suspension for the convenience of Owner under Section 1.15 of this Contract.
ARTICLE VII: LEGAL RELATIONSHIPS
AND REQUIREMENTS
7.1 Binding Effect
This Contract is binding on Owner and Contractor and on their respective heirs,
executors, administrators, personal representatives, and permitted successors and assigns.
Every reference in this Contract to a party is deemed to be a reference to the authorized
officers, employees, agents, and representatives of such party.
7.2 Relationship of the Parties
Contractor will act as an independent contractor in providing and performing the
Work. Nothing in, nor done pursuant to, this Contract may be construed (1) to create the
relationship of principal and agent, partners, or joint venturers between Owner and Contractor
or (2) except as provided in Paragraph 6.3(6) above, to create any relationship between Owner
and any subcontractor or supplier of Contractor.
7.3 No Collusion/Prohibited Interests
Contractor hereby represents that the only persons, firms, or corporations interested in
this Contract as principals are those disclosed to Owner prior to the execution of this Contract,
and that this Contract is made without collusion with any other person, firm, or corporation.
Exhibit A Page 22 of 41
CONTRACT
-16-
If at any time it is found that Contractor has, in procuring this Contract, colluded with any
other person, firm, or corporation, then Contractor will be liable to Owner for all loss or
damage that Owner may suffer thereby, and this Contract will, at Owner’s option, be null and
void.
Contractor hereby represents ands warrants that neither Contractor nor any person
affiliated with Contractor or that has an economic interest in Contractor or that has or will
have an interest in the Work or will participate, in any manner whatsoever, in the Work is
acting, directly or indirectly, for or on behalf of any person, group, entity or nation named by
the United States Treasury Department as a Specially Designated National and Blocked
Person, or for or on behalf of any person, group, entity or nation designated in Presidential
Executive Order 13224 as a person who commits, threatens to commit, or supports terrorism,
and neither Contractor nor any person affiliated with Contractor or that has an economic
interest in Contractor or that has or will have an interest in the Work or will participate, in any
manner whatsoever, in the Work is, directly or indirectly, engaged in, or facilitating, the Work
on behalf of any such person, group, entity or nation.
7.4 Assignment
Contractor may not (1) assign this Contract in whole or in part, (2) assign any of
Contractor’s rights or obligations under this Contract, or (3) assign any payment due or to
become due under this Contract without the prior express written approval of Owner, which
approval may be withheld in the sole and unfettered discretion of Owner; provided, however,
that Owner’s prior written approval will not be required for assignments of accounts, as
defined in the Illinois Commercial Code, if to do so would violate Section 9-318 of the
Illinois Commercial Code, 810 ILCS 5/9-318. Owner may assign this Contract, in whole or
in part, or any or all of its rights or obligations under this Contract, without the consent of
Contractor.
7.5 Confidential Information
All information supplied by Owner to Contractor for or in connection with this
Contract or the Work must be held confidential by Contractor and may not, without the prior
express written consent of Owner, be used for any purpose other than performance of the
Work.
7.6 No Waiver
No examination, inspection, investigation, test, measurement, review, determination,
decision, certificate, or approval by Owner, nor any order by Owner for the payment of
money, nor any payment for, or use, occupancy, possession, or acceptance of, the whole or
any part of the Work by Owner, nor any extension of time granted by Owner, nor any delay
by Owner in exercising any right under this Contract, nor any other act or omission of Owner
may constitute or be deemed to be an acceptance of any defective, damaged, flawed,
unsuitable, nonconforming or incomplete Work, equipment, materials, or supplies, nor
operate to waive or otherwise diminish the effect of any warranty or representation made by
Exhibit A Page 23 of 41
CONTRACT
-17-
Contractor; or of any requirement or provision of this Contract; or of any remedy, power, or
right of Owner.
7.7 No Third-Party Beneficiaries
No claim as a third-party beneficiary under this Contract by any person, firm, or
corporation other than Contractor may be made or be valid against Owner.
7.8 Notices
All notices required or permitted to be given under this Contract must be in writing
and are deemed received by the addressee thereof when delivered in person on a business day
at the address set forth below or on the third business day after being deposited in any main or
branch United States post office, for delivery at the address set forth below by properly
addressed, postage prepaid, certified or registered mail, return receipt requested.
Notices and communications to Owner must be addressed to, and delivered at, the
following address:
with a copy to:
City of Des Plaines Elrod Friedman, LLP
1420 Miner Street 325 N. LaSalle Street, Suite 450
Des Plaines, Illinois 60016 Chicago, Illinois 60654
Attention: Rob Greenfield Attention: Peter Friedman
Notices and communications to Contractor must be addressed to, and delivered at, the
following address:
Era Valdivia Contractors, Inc. _
11909 S. Ave. O, Chicago, IL 600617
___________________________________
The foregoing may not be deemed to preclude the use of other non-oral means of
notification or to invalidate any notice properly given by any such other non-oral means.
By notice complying with the requirements of this Section, Owner and Contractor
each have the right to change the address or addressee or both for all future notices to it, but
no notice of a change of address is effective until actually received.
7.9 Governing Laws
This Contract and the rights of Owner and Contractor under this Contract will be
interpreted according to the internal laws, but not the conflict of laws rules, of the State of
Illinois.
Exhibit A Page 24 of 41