Contract Summary Sheet Contract (PO) Number: T24378 Speci?cation Number: B09689005 Name of Contractor: ENVIRONMENTAL AUTO REMOVAL INC City Department: DEPART OF STREETS AND SANITATION Title of Contract: T0968900501 AUTO POUND MANAGEMENT AND RELATED TOWING SERVICES Term of Contract: Start Date: 8/3/00 End Date: 8/2/03 Dollar Amount of Contract (or maximum compensation if a Term Agreement) (DUR): $17,368,608.00 Brief Description of Work: T0968900501 AUTO POUND MANAGEMENT AND RELATED TOWING SERVICES Procurement Services Contact Person: GAIL BORENSTEIN Vendor Number: 271275 Submission Date: NOV 1 3 2003 Speci?cation No.: B09689005 Contract No.: T09689005-01 Vendor Code: 27127SA AGREEMENT FOR AUTO POUND MANAGEMENT AND TOWING SERVICES BETWEEN THE CITY OF CHICAGO AND ENVIRONMENTAL AUTO REMOVAL, INC. Bag; SECTION 1. INCORPORATION OF RECITALS 1 SECTION 2. DEFINITIONS 1 SECTION 3. DUTIES AND OBLIGATIONS OF THE PARTIES 2 3.01. SCOPE OF WORK 2 3.02. SERVICE REQUIREMENTS 3 3.03. OPERATION AND USE OF THE FACILITIES 4 3.04. POLICE CHECKS 4 3.05. TOW SIGNS 4 3.06. RESPONSIBILITIES 4 3.07. DISPOSAL OF VEHICLES 5 3.08. IMPROVEMENTS TO AND MAINTENANCE AND REPAIR OF THE FACILITIES 5 3.09. ADDITIONAL SERVICES 5 SECTION 4. TERM AND COMPENSATION 6 4.01. TERM OF AGREEMENT 6 4.02. EXTENSION OPTION 6 4.03 CHANGES 6 4.04. CONIPENSATION . . . 6 4.05. NIETHOD OF PAYMENTS 6 4.06. NON-APPROPRIATION 7 SECTION 5. DISPUTES 7 SECTION 6. SPECIAL CONDITIONS 7 6.01. REPRESENTATIONS AND WARRANTIES 7 6.02. NO JOINT VENTURE 8 6.03. CONFIDENTIALITY 8 6.04. RECORDS. DOCUMENTS AND AUDITS 9 6.05. INSPECTOR GENERAL 10 6.06. PERSONNEL 10 6.07. NONDISCRIMINATION 1 1 6.08. MINORITY AND WOMEN BUSINESS ENTERPRISES . 12 6.09. SUBCONTRACT AND ASSIGNMENTS 12 6.10. COIVIPLIANCE WITH ENVIRONIVIENTAL LAWS 12 SECTION 7. TERMINATION AND REMEDIES l4 7.01. 14 7.02. REMEDIES 15 7.03. 15 7.04. EARLY TERMINATIQN 15 7.05. RIGHT TO OFFSET 16 7.06. DELAYS AND EXTENSIONS 17 7.07. NON-LIABILITY OF INDIVIDUALS 17 7.08. INSURANCE . . . . . . . 17 7.09. INDEMNIFICATION 17 7.10. LETTER OF CREDIT 18 SECTION 8. GENERAL CONDITIONS 19 8.01. WHOLE AGREEMENT 19 8.02. COUNTERPARTS 19 8.03. MODIFICATIONS AND AMENDNIENTS 19 8.04. WAIVER 19 8.05. CONFLICT OF INTEREST 19 8.06. COMPLIANCE WITH ALL LAWS 21 8.07. GOVERNING LAW AND JURISDICTION 21 8.08. INTERPRETATION 21 8.09. SEVERABILITY 22 8.10. SUSPENSION 22 8.11.ASSIGNS 22 8.12. COOPERATION 22 8.13. ON-LIABILITY OF PUBLIC OFFICIALS 23 8.14. DISCLOSURE AFFIDAVIT and DISCLOSURE OF RETAINED PARTIES . . . .23 8.15. CERTIFICATION 23 8.16. DISCLOSURE OF OWNERSHIP 23 8.17. GOVERNMENTAL ETHICS ORDINANCE 24 8.18. NON-COLLUSION BRIBERY of 3 PUBLIC OFFICIAL 24 8.19. BUSINESS RELATIONS WITH ELECTED OFFICIALS . 24 8.20. YEAR 2000- OWN OPERATIONS 25 8.21. COMPLIANCE WITH LIVING WAGE ORDINANCE 26 SECTION 9. NOTICES 28 SECTION 10. AUTHORITY 28 10.01 CITY AUTHORITY 28 10.02. CONTRACT AUTHORITY 29 EXECUTION PAGE . 30 ii Exhibit 1. Exhibit 2. Exhibit 3. Exhibit 4. Exhibit 5. Exhibit 6. Exhibit 7. EXHIBITS FACILITIES SCOPE OF SERVICES COMPENSATION SPECIAL CONDITIONS REGARDING MINORITY AND WOMEN BUSINESS ENTERPRISES COMMITMENT INSURANCE REQUIREMENTS LETTER OF CREDIT DISCLOSURE AFFIDAVIT, DISCLOSURE OF RETAINED PARTIES AGREEMENT FOR AUTO POUND MANAGEMENT AND TOWING SERVICES This agreement is made as of this 1St day of August, 2000 (the "Effective Date"), by and between the City of Chicago, a municipal corporation and a home rule unit of government under Section Article VII of the 1970 Constitution of the State of Illinois, acting by and through its Department of Streets Sanitation (the "City"), and Environmental Auto Removal, Inc. (the "Contractor"). RECITALS WHEREAS, the City issued an RFP for Auto Pound Management and Related Towing Services and WHEREAS after evaluation of the responses to the RFP, the City has selected the Contractor to provide auto pound management and towing services; NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties agree as follows: SECTION 1. INCORPORATION OF RECITALS THE ABOVE RECITALS ARE EXPRESSLY INCORPORATED BY REFERENCE AND MADE A PART OF THIS AGREEMENT AS THOUGH FULLY SET FORTH HEREIN. SECTION 2. DEFINITIONS 1. "Abandoned Tows" shall mean those abandoned Vehicles identi?ed by the City to be removed and impounded as such in the Facilities by the Contractor. 2. "Agreement" shall mean this contract and any exhibits or attachments hereto. 3. ?Chief Procurement Of?cer" shall mean the Chief Executive of the Department of Purchases, Contracts and Supplies of the City or his duly authorized representative. 4. "Code" shall mean the Municipal Code of the City (1990), as amended. 5. "Commissioner" shall mean the chief executive officer of the Department of Streets Sanitation of the City or his duly authorized representative. 6. Comptroller" shall mean the chief executive officer of the Department of Finance of the City or his duly authorized representative. 7. "Corporation Counsel" shall mean the chief executive of?cer of the Department of Law of the City or her duly authorized representative. 8. "Emergency Tow" shall mean those Vehicles designated by the City to be removed from their locations by the Contractor during an operational emergency in which some or all of the normal Services may be suspended. 9. "Facilities" shall mean the auto pounds depicted in Exhibit 1 incorporated herein by this reference or those designated by the Commissioner. 10. "Immediate Tows" shall mean those Vehicles identi?ed during normal Operations by the City as immediate tows to be removed from their locations within one (1) hour and impounded in the Facilities or in the City?s Police Auto Pounds within ninety (90) minutes by the Contractor. 11. "Inventory Report" shall mean a report prepared by the Contractor for each Vehicle detailing its condition in a form acceptable to the Commissioner. 12. "Relocation Tows" shall mean those Vehicles designated by the City during an emergency to be moved immediately to a nearby location. 13. ?Overnight Parking Ban Tow? (Snow Tows) shall mean those Vehicles parked in snow routes to be removed during the posted dates and times and impounded in the Facilities by the Contractor when directed by the City or where otherwise directed by the Commissioner. 14. "Subcontractors" shall mean any person or entity with whom the Contractor contracts to provide any part of the Services, including without limitation, towing Vehicles and the disposal and sale of Vehicles. 15. ?Tow Report" shall mean the report prepared by the City for each Tow. 16. "Tows" shall mean, collectively: Abandoned Tows; (ii) Immediate Tows; Overnight Parking Ban Tow (Snow Tows); (iv) Relocation ows; and Emergency Tows. 17. "Vehicles" shall mean automobiles, trucks, bikes, buses, taxicabs, trailers, boats and such other vehicles as designated by the Commissioner. SECTION 3. DUTIES AND OBLIGATIONS OF THE PARTIES 3.01. SCOPE OF WORK The Contractor shall be responsible for providing auto pound management and towing services and reporting on such activities (collectively, "Services"), in accordance with the terms and conditions of this Agreement as more fully described in Exhibit 2 incorporated herein by this reference. 3.02. CONTRACT SERVICE REQUIREMENTS A. Customer Service The City greatly values prompt and courteous public service. Therefore, the Contractor must provide prompt service so the public does not have to wait an unreasonable amount of time either on the telephone or in person. In all contacts with the public, the Contractor must act in accordance with the highest standards of its business and in accordance with Customer Service practices as approved by the Commissioner. The Contractor must return Vehicles when presented with suf?cient proof of payment and ownership pursuant to applicable law and any guidelines provided by the City. The Contractor must act on all claims by the public in good faith in a reasonable and expeditious manner. The Contractor shall advise the Commissioner in writing of any such complaints and their resolution in such format and at such times as directed by the Commissioner. B. Performance Standards 1. Ex.) Abandoned Tows - The Contractor shall remove the Vehicle taking it directly to the Facilities, except to the extent required to perform multiple Tows with a tow truck. The Contractor shall impound the Vehicle in the Facilities within twenty-four (24) hours of receiving written notice from the City, provided that the time allowed shall increase to forty-eight (48) hours for any Abandoned Tow the City requests on a day in which the City requests more than seven hundred (700) Abandoned Tows. The Vehicle shall be impounded within thirty (30) minutes of being removed from its location unless impracticable due to multiple Tows being performed by the same tow truck, the distance from the Facilities and traffic and weather conditions; provided that in no event shall a Vehicle be impounded more than two (2) hours after being removed from its location. Immediate Tows - The Contractor shall remove the Vehicle within one (1) hour of receiving notice from the City. The Contractor shall impound it in the Facilities within ninety (90) minutes of receiving notice, except in the event of a snow emergency declared by the Commissioner during which the Contractor shall have three (3) hours. Relocation and Snow Tows - The Contractor shall move the Vehicle immediately as requested by the City. Emergency Tows - The Contractor shall suspend such other operations as may be requested by the Commissioner to make equipment available to the City. 3.03. OPERATION AND USE OF THE FACILITIES The Contractor must perform its Services and operate the Facilities exercising that degree of care required of a ?duciary. The City shall have the right to enter the Facilities at all times. The Contractor shall maintain an of?ce at each Facility with suf?cient space for a City cashier, City employee checking Code compliance of vehicles and the Contractor's personnel. The of?ce shall have all necessary telephone, facsimile and electrical lines to provide customer service. The Contractor shall supply necessary toilet facilities at the Facilities; provided that the Contractor shall not be required to install any sewer lines in furnishing such Facilities. In addition, the Contractor shall supply signage for the facilities subject to the approval of the Commissioner. The Contractor shall be responsible for securing the Facilities, all Vehicles located therein and for the safety and security of all towed Vehicles, including without limitation limiting access to authorized persons. The Contractor shall operate and maintain the Facilities in accordance with applicable zoning requirements, local, state, and federal laws and any leases the City has for land on which Facilities are located. In addition, the Contractor shall be responsible for all losses or damages to Vehicles and personal property therein and the Facilities without regard to the cause of such losses and damages, including but not limited to those caused by third parties or acts of god. In no event shall the immediately preceding sentence be interpreted to create any third party bene?ciary rights in any third party. 3-04- The Contractor and its of?cers and directors, and all other employees of the Contractor and its Subcontractor identified by the Commissioner must submit to a Chicago Police Department background check, including but not limited to a fingerprint check. The Contractor shall supply to the Commissioner a list, including the names and drivers' license numbers of drivers and other personnel performing Services, and provide the Commissioner with updates within seven (7) days of the time personnel commence performing Services. Notwithstanding anything contained in this paragraph, the Contractor remains responsible for determining whether its subcontractors and personnel are qualified and for their actions or omissions. 3.05. TOW SIGNS When performing Tows under to this Agreement, the Contractor's vehicles shall display "Police Tow" signs as provided by the Commissioner. The Contractor's vehicles may not display these signs at any other time. The Contractor shall assume the cost of replacing damaged, stolen, missing or lost signs. 3.06. RESPONSIBILITIES The City shall be responsible for identifying Vehicles to be towed and those to be disPosed. In addition, the City or its designee shall collect fees and issue receipts therefor. Notwithstanding anything to the contrary in this Agreement, the City shall be responsible for providing containers and disposing of any debris in the Vehicles towed to the Facilities where debris is not a component part of such Vehicles; provided that the-Contractor shall be responsible for disposing of all tires and batteries. 3.07. DISPOSAL OF VEHICLES For all Vehicles towed to the Facilities, after the City gives the Contractor notice that the statutory limit for claiming a Vehicle by a third party has expired, the City shall transfer all of its rights to such Vehicles to the Contractor. The Contractor must remove Vehicles to be crushed from the Facilities within twenty-four (24) hours of receiving notice from the City and all other Vehicles shall be removed from the Facilities within twenty-four (24) hours after the following auction, but in no event shall a vehicle remain at the Facilities more than one week after the City?s notice to the Contractor. The Contractor shall dispose of Vehicles in accordance with applicable law, including without limitation transfen'ing the Vehicles to parties licensed as required by the Illinois Vehicle Code. 3.08. IIVIPROVEMENTS TO AND MAINTENANCE AND REPAIR OF THE FACILITIES The Contractor will be required to repair and maintain the Facilities in a condition satisfactory to the Commissioner. Repair and maintenance activities include but are not limited to repair and maintenance of fences, signs, security lighting systems, and roadways, including the grading of and snow removal for such roadways and elimination of conditions hazardous to the public. The Contractor must perform all needed repairs on the Facilities, regardless of the reasons therefor, including without limitation those caused by actions of third parties, operations of the Contractor, or acts of god in a manner acceptable to the Commissioner. The Contractor shall not be entitled to additional compensation for any such maintenance and repairs regardless of whether they increase the value of the Facilities new fence to replace damaged fence). The Contractor shall be required to maintain and complete the improvements to the Facilities in a manner satisfactory to the Commissioner. The Contractor shall be responsible for the cleanliness of the facilities and entrances including, but not limited to, the removal of litter and debris. 3.09. ADDITIONAL SERVICES From time to time the Commissroner may request the Contractor, in writing, to provide Additional Services which are within the general sc0pe of this Agreement but which are not within the Services set forth in Exhibit 2. Any Additional Services requested by the Commissioner shall be subject to approval by the Contractor and the Chief Procurement Officer and shall require a written modification to this Agreement pursuant to Section 8.03 before the City shall become obligated to pay for such Additional Services in accordance with Section 4 and Exhibit 3 of this Agreement. In the event of auto pound relocation, the City and the Contractor shall negotiate a cost for the relocation of the vehicles and any associated costs for relocation of necessary facilities. The negotiated costs shall not exceed the actual costs to the Contractor for the relocation. SECTION 4. TERM AND COMPENSATION 4.01. TERM OF AGREEMENT The term of this Agreement shall be thirty-six (36) months commencing on the Effective Date, unless terminated or extended as otherwise provided in this Agreement. 4.02. EXTENSION OPTION The City shall have the option to extend this Agreement for two (2) additional periods of up to one (1) year from the expiration date of this Agreement under the same terms and conditions by providing written notice from the Purchasing Agent to the Contractor, subject to the approval of the Contractor. 4.03.CHANGES The City may, from time to time, request a change in the Scope of Services to be performed by the Contractor hereunder. Such changes, including any increase or decrease in the amount of the Contractor?s compensation and revision to the Term of Services, which are mutually agreed upon by and between the City and the Contractor, will be incorporated in written amendments to this Agreement. 4.04. COMPENSATION The Contractor shall be paid in accordance with Exhibit 3 incorporated herein by this reference which shall constitute its entire compensation hereunder. The Contractor shall compensate the City for Vehicles not redeemed by the public and transferred to the Contractor as provided for in Exhibit 3. 4.05. METHOD OF PAYMENTS The City shall pay the Contractor on the basis of invoices in accordance with Exhibit 3 with supporting documentation attached, payable from Fund Number 00?300-8 1-4165-0140-0140 and any other funds so designated by the City subject to the availability of funds therein. The invoices shall be prepared by the Contractor in such detail as the City may require and shall be provided to the Commissioner within ten (10) days of the end of the month. The City shall pay the Contractor within sixty (60) days after receipt of invoices completed in accordance with the terms hereof. The Contractor shall pay the City on the basis of invoices issued by the City within ten (10) days of the end of the month. The Contractor shall pay the City within sixty (60) days of the date of the City's invoice. Compensation due to the City shall not be subject to set-off for compensation due to the Contractor. 4.06. NON-APPROPRIATION In the event that no funds or insuf?cient funds are appropriated and budgeted in any fiscal period of the City for payments to be made under this Agreement, then the City shall notify the Contractor of such occurrence and this Agreement shall terminate on the earlier of the last day of the ?scal period for which suf?cient appropriation was made or whenever the funds appropriated for payment under this Agreement are exhausted. No payments shall be made or due to the Contractor and under this Agreement beyond those amounts appropriated and budgeted by the City to fund payments hereunder. SECTION 5. DISPUTES In the event of any dispute between the City and the Contractor relating to a question of fact arising under the terms of this Agreement, including without limitation questions concerning the compensation herein provided, which is not otherwise resolved by the parties shall be decided after a hearing by the Purchasing Agent, who shall reduce his decision to writing and mail or otherwise furnish a copy thereof to the Contractor. The decision of the Purchasing Agent shall be final and binding. The Contractor shall not withhold performance required under this Agreement during the resolution period, unless the Purchasing Agent noti?es the Contractor in writing to suspend services pending resolution of the dispute. SECTION 6. SPECIAL CONDITIONS 6.01. REPRESENTATIONS AND WARRANTIES In connection with the execution of this Agreement, the Contractor represents and warrants: That it is financially solvent. that its employees, agents or Subcontractors are competent to perform as required under this Agreement, and that the Contractor is legally authorized to execute and perform this Agreement under the terms and conditions stated herein; and That the Contractor has carefully examined and analyzed the provisions and requirements of this Agreement, that it has satisfied itself as to the nature of all things needed for the performance of this Agreement and all other matters that in any way affect this Agreement or its performance, and that the time available to it for such examination, analysis, inspection and investigation was adequate; and That the Agreement is feasible of performance in accordance with all of its provisions and requirements and that the Contractor can and shall perform the Services, or cause to be performed the Services, in strict accordance with the provisions and requirements of this Agreement; and That no payment, gratuity or offer of employment was, or will be, made in connection with this Agreement as prohibited under the Code, Chapter 2-156; and That the Contractor, its of?cers, agents and employees are, and will remain, in compliance with the requirements of the City?s Ethics Code, Chapter 2-156 of the Code, including Section 2-156100(b) which provides, in pertinent part, that: "No former [City] of?cial or employees shall, for a period of one year after the termination of the of?cial's or employee?s term of office or employment, assist, or represent any person in any business transaction involving the City or any of its agencies if the official or employee participated personally and substantially in the subject matter of the transaction during his term of of?ce or employment and (D That, except only for those representational statements or promises expressly contained in this Agreement, no representation, statement or promise, oral or in writing, of any kind whatsoever by the City, its of?cials, agents, employees, has induced the Contractor to enter into this Agreement or has been relied upon by the Contractor, including any with reference to: the meaning, correctness, suitability, or completeness of any provisions or requirements of this Agreement; the compensation stated herein; or any other matters, whether similar to or different from those referred to in and immediately above, affecting or having any connection with this Agreement, the negotiation thereof, any discussions thereof, the performance thereof or those employed therein or connected or concerned therein; and That the Contractor shall make all reasonable and good faith efforts to conduct any business operations in Northern Ireland in accordance with the MacBn'de Principles for Northern Ireland as de?ned in Illinois Public Act 85-1390. 6.02. NO JOINT VENTURE The Contractor is an independent contractor in the performance of this Agreement and under no circumstances is the Contractor to be considered in a joint venture or partnership with the City. 6.03. CONFIDENTIALITY A. All documents, data, studies, reports, research, information, manuals, analyses, studies or other data provided to the Contractor by the City under this Agreement ("City Con?dential Information") shall be treated as confidential in accordance with this provision as follows: The Contractor shall only use the City Con?dential Information to assist the Contractor in connection with its performance hereunder; and (ii) The Contractor agrees to protect the con?dentiality of the City Confidential Information. The Contractor shall restrict access to the City Con?dential Information to those members of the Contractor's personnel and Subcontractors engaged in a use permitted hereby. The Contractor shall further require that members of its staff and Subcontractors be bound by the provisions contained herein; and The City Con?dential Information may not be copied or reproduced without the Commissioner's prior written consent and such copies or reproductions shall not alter its con?dential status; and (iv) All City Con?dential Information made available to the Contractor, including copies and reproductions thereof, shall be returned to the City upon request; and Nothing in this Agreement shall prohibit or limit Contractor's use of information (including, but not limited to, ideas, concepts, know?how, techniques, and methodologies): (I) previously known to it, (ii) independently developed by it, or legally acquired by it from a third party that is not, to the Contractor's knowledge, under an obligation to the City not to disclose such information. B. The Contractor, its staff, or Subcontractors, shall not disseminate any information regarding the nature of this Agreement without prior written consent from the Commissioner. In the event that the Contractor is presented with a request for documents by any administrative agency or with a subpoena duces tecurn regarding any records, data, or documents that may be in Contractor's possession because of the Agreement, the Contractor shall immediately give notice to the ?Corporation Counsel with the understanding that the City shall have the opportunity to contest such process by any means available to it before such records or documents are submitted to a court or other third parties. 6.04. RECORDS DOCUNIENTS AND AUDITS A. The Contractor shall maintain complete books and records regarding its activities under this Agreement. The Contractor shall immediately make such books and records available for inspection by the Commissioner upon reasonable noti?cation and during reasonable business hours at a location within the City of Chicago. In addition, the City reserves the right to conduct an audit of the Contractor's activities under this Agreement. The Contractor shall be responsible for the costs of the audit if it is determined that the Contractor has underpaid by at least two percent of the amount invoiced by the City during any year or been overpaid by at least two percent during any year. The Contractor shall maintain its records in a safe, secure and reasonably accessible location for no less than five (5) years after termination of this Agreement. B. All documents, data, studies, reports, information and instruments of service supplied to the Contractor or prepared by the City under this Agreement are the property of the City. During the performance hereunder the Contractor shall be responsible for any loss or damage to these documents while in the Contractor's possession and any such document lost or damaged shall be restored at the expense of the Contractor. The Contractor shall deliver or cause to be delivered all documents, including references, photocopies, reproductions, data, studies, maps and computations, prepared by or for the City under the terms of this Agreement (except the Contractor's work papers), to the City within thirty (30) calendar days, upon reasonable demand in writing therefor or upon termination of this Agreement. 6.05. INSPECTOR GENERAL The Contractor shall cooperate with the Inspector General in any investigation or hearing undertaken pursuant to Chapter 2-56 of the Municipal Code. The Contractor will abide by all provisions of Chapter 2-56 of the Municipal Code. 6.06. PERSONNEL A. Experienced Professionals The Contractor shall assign and maintain a team of experienced, professional personnel from its staff for performing its responsibilities hereunder, including but not limited to the following key personnel: Jerry Corcoran oel Braverrnan The Commissioner reserves the right to direct the Contractor, in writing, to remove any personnel from the performance of Services upon reason therefor given in writing, and to review and approve the replacement. Any dispute under this Section 6.06 related to a question of fact shall be resolved pursuant to Section 5. Any cost of such removal shall be borne by the Contractor. If any key personnel should be unable to continue in the performance of assigned duties, the Contractor shall notify the Commissioner. The Contractor shall furnish to the Commissioner the name of a person to substitute for the person unable to continue, together with any information the Commissioner may require to judge the experience and competence of the substitute person. Upon approval by the Commissioner, such substitute person shall begin performing Services. B. Salaries Salaries of all employees of the Contractor performing services under this Agreement shall be paid unconditionally and not less often than once a month without deduction or rebate on any account, except only for such payroll deductions as are mandatory by law or permitted by the applicable regulations issued by the United States Secretary of Labor pursuant to the "Anti-Kickback Act" of June 13, 1934 (48 Stat. 948; 62 Stat. 740; 63 Stat. 108; Title 18 U.S.C., Section 874, and Title 40 U.S.C., Section 276C). The Contractor shall comply with all applicable "Anti-Kickback" regulations and shall insert appropriate provisions in all subcontracts covering work under this Agreement to insure compliance of all Subcontractors with such regulations, and shall be responsible for the submission of affidavits required thereunder, except as the United States Secretary of Labor 10 may speci?cally provide for variations of or exemptions from the requirements thereof. If, in the performance of this Agreement, there is any undisputed underpayment of salaries by the Contractor, the Comptroller may withhold out of payments due to Contractor an amount sufficient to pay to employees underpaid the difference between the salaries required hereby .to be paid and the salaries actually paid such employees for the total number of hours worked; however, the Comptroller shall not withhold salaries in the event of a dispute. The amounts withheld may be disbursed by the Comptroller for and on account of the Contractor to the respective employees to whom they are due. 6.07. NONDISCRIMINATION A. Federal Requirements It shall be an unlawful employment practice for the Contractor: (1) to fail or refuse to hire or to discharge any individual, or otherwise to discriminate against any individual with respect to his compensation, or the terms, conditions, or privileges of his employment, because of such individual's race, color, religion, sex, age, handicap or national origin; or (2) to limit, segregate, classify his employees or applicants for employment in any way which would deprive or tend to deprive any individual of employment opportunities or otherwise adversely affect his status as an employee, because of such individual's race, color, religion, sex, age, handicap or national origin. The Contractor shall comply, as applicable, with The Civil Rights Act of 1964, 42 U.S.C. 2000 M. (1988), as amended. Attention is called to: Exec. Order No. 1 1,246, 30 Fed. Reg. 12,319 (1965), reprinted in 42 U.S.C. 2000(e) note, as amended by Exec. Order No. 11,375, 32 Fed. Reg. 14,303 1967) and by Exec. Order No. 12,086, 43 Fed. Reg. 46,501 (1978); Age Discrimination Act, 42 U.S.C. 610106 (1988); Rehabilitation Act of 1973, 29 U.S.C. 793-94 (1988); Americans with Disabilities Act, PL. 101?596; and 41 C.F.R. Part 60 et seq. (1990). B. State Requirements The Contractor shall comply, as applicable, with the Illinois Human Rights Act, 775 ILCS 5/ 1-101 et seq, as amended and any rules and regulations promulgated in accordance therewith, including, but not limited to the Equal Employment Opportunity Clause, 5 111. Admin. Code ?750 Appendix A. Furthermore, the Contractor shall comply with the discrimination in Public Contracts Act, 775 ILCS 10.01 et seq ., as amended. C. City Requirements The Contractor shall comply, as applicable, with the Chicago Human Rights Ordinance, section 2-160-010 et seq. of the Code. Further, the Contractor shall furnish or shall cause each of its Subcontractor(s) to furnish such reports and information as requested by the Chicago Commission on Human Relations. 11 Hiram The Contractor agrees that all of the above provisions, (A), (B), and (C), will be incorporated in all agreements entered into with any suppliers of materials, fumishers of services, Subcontractors, and labor organizations which may provide any materials, labor, or services in connection with this Agreement. 6.08. MINORITY AND WONIEN BUSINESS ENTERPRISES In the performance of this Agreement, including the procurement and lease of materials or equipment, the Contractor shall abide by the minority and women's business enterprise commitment requirements of the Code, section 2-92-420 et seg., except to the extent waived by the Purchasing Agent. The Contractor?s completed Schedules C-1 and D?l evidencing its compliance hereunder along with the Special Conditions regarding Minority Business Enterprise Commitment and Women Business Enterprise Commitment are attached hereto Exhibit 4 and incorporated herein by this reference. The Contractor shall utilize minority and women's business enterprises at the greater of the amounts listed in the foregoing Schedules and D-l or 16.9% for MBEs and 4.5% for WBEs of the amounts due from the City to the Contractor pursuant to this Agreement. 6.09. SUBCONTRACTS AND ASSIGNMENTS The Contractor shall not assign, subcontract, or otherwise delegate all or any part of its rights or obligations hereunder, without the approval of the Purchasing Agent. Any other attempted or transfer shall be void and of no effect. The City hereby expressly approves the Contractor's use of the Subcontractors named in the Schedules C-1 and D?l included herein in Exhibit 4; however, such approval shall be expressly conditioned upon performance by, the Subcontractors in accordance with the terms and conditions of this Agreement. Any approval for the use of Subcontractors shall under no circumstances alleviate the Contractor's obligations under this Agreement, including without limitation the requirement for background checks as provided in Section 3.04. 6.10. COMPLIANCE WI I ENVIRONMENTAL LAWS The Contractor and its Subcontractors shall comply with all laws relating to environmental matters including without limitation, those relating to fines, orders, injunctions, penalties, damages, contribution, cost recovery compensation, losses or injuries resulting from the release or threatened release of Hazardous Materials, special wastes or other contaminants into the environment and to the generation, use, storage, transportation, or illegal disposal of solid wastes, Hazardous Materials, Special wastes or other contaminants including, without limitation, the Comprehensive Environment Response and Compensation and Liability Act (42 U.S.C. ?9601 et seg.), the Hazardous Material Transportation Act (49 U. .C. 1801 egg), the Resource Conservation and Recovery Act of 1976 (42 U.S.C. ?6901 et seg.), the Clean Water Act (33 U.S.C. ?1251 et seg.), the Clean Air Act (42 12 U.S.C. ?7401 the Toxic Substances Control Act of 1976 (15 U.S.C. ?2601 the Safe Drinking Water Act (42 U. S. C. ?300f), the Occupational Safety and Health Act of 1970 (29 U. S. C. ?651 the Emergency Planning and Community Right-to?Know Act (42 U. S. C. ?1101 et seg.), the Illinois Environmental Protection Act (111. Rev. Stat. Ch. (415 ILCS 5/1 through and the Code of each as amended or supplemented, and any analogous future or present local, state or Federal statutes, rules and regulations promulgated thereunder or pursuant thereto, and any other present or future law, ordinance, rule, regulation, permit or permit condition, order or directive regulating, relating to or imposing liability or standards of conduct concerning any Hazardous Materials or by Federal government, any state or any political subdivision thereof, or any agency, court or body of the Federal government, any state or any political subdivision thereof, exercising executive, legislative, judicial, regulatory or administrative functions (collectively, "Environmental Laws"). If any of the above laws require the Contractor or Subcontractors to ?le any notice or report of a release or threatened release of Hazardous Materials or special wastes on, under or about the Facilities, the Contractor shall provide a cepy of such report or notice to the City. In the event of a release or threatened release of Hazardous Materials, special wastes or other contaminants into the environment or in the event any claim, demand, action or notice is made against the Contractor or Subcontractors regarding the Contractor's or Subcontractors' failure or alleged failure to comply with any of the above Environmental Laws, the Contractor shall immediately notify the City in writing and shall provide the City with copies of any written claims, demands, notices or actions so made. If the Contractor or Subcontractors fails to comply with any of the above referenced Environmental Laws, the City may terminate this Agreement in accordance with Article 7. For purposes of this provision, the following definitions shall apply: "Hazardous Materials" means friable asbestos or asbestos-containing materials, pol ychlorinated biphenyls (PCB's), chloro?uorocargon (CFC) refrigerator gas, petroleum or crude oil or any fraction thereof, natural gas, source material, special nuclear materials; and by product materials regulated under the Atomic Energy Act (42 US. C. ?2011, et seg.), pesticides under the Federal Insecticide Fungicide and Rodenticide Act (7 U.S.C. 136 tat?seq), and any hazardous waste, toxrc or dangerous substance or related material, including any material defined or treated as "hazardous substance," "hazardous waste," "toxic substance," or contaminant (or comparable term) under any of the Environmental Laws. "Special Wastes" means those substances as defined in 415 ILCS 5/3.45, and as further referred to in Section 809.13 of 35 Illinois Code, Subtitle G, ch 1. 13 SECTION 7. TERMINATION AND REMEDIES 7.01. EVENTS OF DEFAULT DEFINED The following shall constitute an Event of Default: A. B. Any material misrepresentation made by the Contractor to the City. A failure by the Contractor to make any payment in full when due hereunder and failure to cure such default within ?ve (5) days after receipt of written notice of such non-payment from the Commissioner to the Contractor; and in the event that the Contractor fails to make any such payment within five (5) days after such written notice more than three (3) times in any Calendar year, then such shall constitute an Event of Default without the necessity of the Commissioner giving notice thereof to the Contractor or any opportunity to cure the same; A failure by the Contractor to and fully keep, ful?ll, comply with, observe, or perform any promise, covenant, term, condition or other non-monetary obligation or duty of the Contractor contained in this Agreement (other than those obligations or matters set forth in this section or other provisions of this Agreement, which set forth different cure periods or which provide for no right to cure, and which different cure periods or absence thereof shall take precedence) and the failure to cure such default within thirty (30) days after delivery of written notice of such failure; A failure by the Contractor to and fully perfonn any obligation or duty, or to comply with any restriction, of the Contractor contained in this Agreement concerning assignment or transfer, whether directly or indirectly, of the Contractor's rights or interests herein; A failure by the Contractor to provide or maintain the insurance coverage or letter of credit required pursuant to this Agreement (including any material non-compliance with said requirements) and the failure to cure such default within two (2) business days following oral or written notice of such failure from the Commissioner; The Contractor's failure to continuously provide Services during the term hereof without the right to cure; The Contractor's failure to comply with the requirements of this Agreement and the failure to cure such default; The material default of the Contractor under any other agreement it may presently have or may enter into with the City during the term of this Agreement and failure to cure said default within any applicable cure period; 14 The failure to meet the performance standards set forth in Section 3.2 hereof on at least three (3) days during a calendar year without right to cure; The failure by the Contractor to comply with applicable Environmental Laws and the Illinois Vehicle Code, and A violation of law which results in a guilty plea, a plea of nolo contendere, or conviction of a criminal offense, by the Contractor, or any of its directors, of?cers, partners or key management employees directly or indirectly relating to this Agreement, and which may threaten, in the judgment of Commissioner, the performance of this Agreement in accordance with its terms, without a right to cure. 7-02- The occurrence of any Event of Default which the Contractor has failed to cure within thirty (30) calendar days after receipt of written notice, unless a shorter or no cure period is specified in the preceding section, shall entitle the City to terminate invoke any or all of the following remedies: A. C. D. The right to terminate this Agreement, in whole or in part. In the event that the entire Agreement is terminated the Contractor shall deliver to the City all ?nished or unfinished documents, data, studies and reports prepared by the Contractor under this Agreement (except the Contractor's work papers). The right to an injunction or any other appropriate equitable remedy. The right to money damages. The right to deem all or any of the entities comprising the Contractor non-responsive in future contracts to be awarded by the City. 7.03. No remedy under the terms of this Agreement is intended to be exclusive of any other remedy, but each and every such remedy shall be cumulative and shall be in addition to any other remedies, at law, in equity or by statute; no delay or omission to exercise any right or power accruing upon any Event of Default shall impair any such right or power nor shall it be construed to be a waiver of any Event of Default or acquiescence therein, and every such right and power may be exercised from time to time and as often as may be deemed expedient. 7.04. EARLY TERMINATION The City may terminate this Agreement, or any portion thereof, at any time by a providing written notice to the Contractor. The Contractor shall be compensated for any Services performed prior to the termination on the basis set forth in Exhibit 3. If the Agreement is terminated by the 15 City, the Contractor shall immediately deliver to the City all ?nished or un?nished documents, data, studies, and reports prepared by the Contractor under this Agreement (except the Contractor's work papers). 7.05. RIGHT TO OFFSET A. In connection with Performance under this Agreement. Any credits due to or overpayments made by the City may be offset by use of any payment due to the Contractor. If such amount offset is insuf?cient, the Contractor shall be liable for and remit to the City the balance in accordance with Section 4.04 hereof. This right to offset is in addition to and not a limitation of any other remedies available to the City. B. In connection with Section 2-92-380 of the Code. (1) In accordance with Section 2-92-380 of the Code and in addition to any other rights and remedies (including any right of set-off) available to the City under the contract or permitted at law or in equity, the City shall be entitled to set-off a portion of the contract price or compensation due under the contract in an amount equal to the amount of fines and penalties for each outstanding parking violation complaint and/or the amount of any debt owed by the Contractor to the City. For purposes of this Section, "outstanding parking violation complaint" means a parking ticket, notice of parking violation or parking violation complaint on which no payment has been made or appearance filed in the Circuit Court of Cook County within the time speci?ed on the complaint. "Debt" means a speci?ed sum of money owed to the City for which the period granted for payment has expired. (2) Notwithstanding the provisions of subsection (1), above, no such debt(s) or outstanding parking Violation complaint(s) shall be offset from the contract price or compensation due under the contract if one or more ofthe following conditions are met: the Contractor has entered into an agreement with the Department of Revenue, or other appropriate City department, for the payment of all outstanding parking violation complaints and/or debts owed to the City and the Contractor is in compliance with the agreement; and the Contractor is contesting liability for the amount of the outstanding parking violation complaint and/or debt in a pending administrative or judicial proceeding; and the Contractor has ?led a petition in bankruptcy and the debts owed the City are dischargeable in bankruptcy. 16 7.06. DELAYS AND EXTENSIONS The Contractor agrees that no charges or claims for damages or additional compensation shall be made by it for any delays or hindrances from any cause whatsoever during its performance under this Agreement. Delays beyond the Contractor's control shall be compensated for by extensions of time. 7.07. NON -LIABILITY OF INDIVIDUALS No of?cial, employee, of?cer or agent of the City shall be charged personally by the Contractor with any liability or expense of defense or be held liable under any term or provision of the Agreement, or because of the execution or attempted execution of this Agreement, or because of any breach hereof. 7.08. INSURANCE The Contractor shall at all times maintain insurance as provided for in Exhibit 5 of this Agreement incorporated herein by this reference. 709. A. Contractor must defend, indemnify, keep and hold harmless the City, its of?cers, representatives, elected and appointed of?cials, agents and employees from and against any and all Losses, including those related to: injury, death or damage of or to any person or property; (ii) any infringement or violation of any property right (including any patent, trademark or copyright); failure to pay or perform or cause to be paid or performed Contractor?s covenants and obligations as and when required under this Agreement or otherwise to pay or perform its obligations to any Subcontractor; (iv) the City?s exercise of its rights and remedies under Section 7.2 of this Agreement; and injuries to or death of any employee of Contractor or any Subcontractor under any workers compensation statute. B. ?Losses? means, individually and collectively, liabilities of every kind, including losses, damages and reasonable costs, payments and expenses (such as, but not limited to, court costs and reasonable attorneys' fees and disbursements), claims, 17 demands, actions, suits, proceedings, judgments or settlements, any or all of which in any way arise out of or relate to the acts, errors or omissions of Contractor, its employees, agents and Subcontractors. The Contractor?s obligations to indemnify, keep, and hold harmless the City, its of?cers, representatives, elected and appointed of?cials, agents and employees from and against any and all Losses excludes that portion of Losses caused by any act, error or omission on the part of the particular City representative(s), elected and appointed agent(s) or employee(s) seeking indemni?cation under this Section 7.09 if Contractor?s indemni?cation would violate the provisions - of the Construction Contract Indemni?cation for Negligence Act, 740 ILCS 35/001 Ct 889. At the City Corporation Counsel?s option, Contractor, subject to Section 7.09 above, must defend all suits brought upon all such Losses and must pay all costs and expenses incidental to them, but the City has the right, at its option, to participate, at its own cost, in the defense of any suit, without relieving Contractor of any of its obligations under this Agreement. Any settlement must be made only with the prior written consent of the City Corporation Counsel, if the settlement requires any action on the part of the City. To the extent permissible by law, Contractor waives any limits to the amount of its obligations to indemnify, defend or contribute to any sums due under any Losses, including any claim by any employee of Contractor that may be subject to the Workers Compensation Act, 820 ILCS 305/1 et seq. or any other related law or judicial decision (such as, Kotecki v. Cyclops Welding Corporation, 146 Ill. 2d 155 (1991)). The City, however, does not waive any limitations it may have on its liability under the Illinois Workers Compensation Act or the Illinois Pension Code or any other statute. Contractor acknowledges that the requirements set forth in this section to indemnify, keep and save harmless and defend the City are apart from and not limited by the Contractor's duties under this Agreement, including the insurance requirements under Section 7.08. 7.10. LETTER OF CREDIT The Contractor shall provide the City, on or before the Effective Date, an irrevocable letter of credit in the form attached as Exhibit 6 incorporated herein by this reference or other form acceptable to the City in the amount of Six Hundred Thousand Dollars ($600,000) for the term of this Agreement. The Contractor must maintain the Letter of Credit for the term of this Agreement. If the Contractor breaches this Agreement or fails to furnish a replacement letter of credit at least thirty (30) days prior to the expiration of the Letter of Credit, the City may draw under the letter of credit in part or in whole and use, apply or retain all or any part of the proceeds thereof. Any letter of credit delivered by the Contractor shall be issued by companies or financial institutions authorized 18 to do business in Illinois, which have an office in Chicago where the City may draw on the letter of credit. SECTION 8. GENERAL CONDITIONS 3-01- This Agreement shall constitute the entire agreement between the parties, and no warranties, inducements, considerations, promises, or other inferences shall be implied or impressed upon this Agreement that are not expressly addressed herein. 802- This Agreement, including the exhibits hereof, is comprised of several identical counterparts, each to be fully executed by the parties and each to be deemed an original having identical legal effect. 8.03. MODIFICATIONS AND AMENDMENTS No changes including without limitation those of scope, amendments, modi?cations, cancellation or discharge of this Agreement, or any part hereof, shall be valid unless in writing and signed by the parties hereto, or their respective successors and assigns. 804- MIXER. No term or provision hereof shall be waived and no breach excused unless such waiver or consent shall be in writing and signed by the party claimed to have waived or consented. Any approvals granted by the City shall not operate as a waiver of any rights hereunder. 8.05. CONFLICT OF INTEREST A. No member of the governing body of the City or other units of its government and no other officer, employee, or agent of the City or other unit of government, who exercises any functions or responsibilities in connection with the subject matter of this Agreement, will have any personal interest, direct or indirect, in this Agreement or proceeds thereof. B. No member of the Congress of the United States, or the Illinois General Assembly and no alderman or City employee, will be admitted to any share or part of this Agreement or to any financial benefit to arise therefrom. C. The Contractor covenants that it, its of?cers, directors, employees and agents and the officers, directors, employees of each of its members if a joint venture, and 19 SubContractors and Subcontractors, if any (collectively, ?Consulting Parties?), presently have no direct or indirect interest and will not acquire any interest, direct or indirect in the Project to which this Agreement pertains, which would con?ict in any project or contract that would con?ict in any manner or degree with the performance of its Services hereunder. The Consulting Parties further covenant that, in the performance of this Agreement, no person having any such interest will be employed. Without limiting the foregoing, where Consulting parties performed any Services for the City where the Consulting Parties assisted the City in researching, preparing, drafting, or issuing a request for proposals or bid speci?cation, the Consulting Parties will be subject to the additional restrictions and requirements outlined below. 1. The Consulting Parties, directly or indirectly, as a prime, subcontractor, or joint venturer, during the term of this Agreement or thereafter: a. will not participate in the preparation of any proposal or bid where the Consulting Parties performed Services relating to the subject matter of the request for proposal or bid speci?cation, and b. will not enter into any agreement with the City arising from the subject matter of the Services. The Contractor will disclose to the City in writing all agreements, partnerships, ventures and other arrangements, whether written or oral and whether executed or in the process of negotiation or discussion, the Consulting Parties or any person or entity af?liated with the Consulting Parties have or enter into during the term of this Agreement with any bidder, potential bidder, proposer or other person involved or proposed to be involved in any project to be undertaken or agreement to be awarded in connection with this Agreement. The Contractor will provide the City with such detailed information relating to any such arrangement as the City may reasonably request to enable the City to determine whether an actual or potential con?ict of interest exists and may arise as a result thereof. In the event the City determines that such a con?ict of interest exists or may arise, then the City will have the right to terminate the Contractor?s services relating to the particular project or agreement which involves such person or entity. The failure of the Contractor to disclose in writing any such agreement, partnership, venture or other arrangement andlor to provide the City with information with respect thereto will be an event of default under this Agreement. 20 E. For purposes of this Section, a person or entity will be deemed to be ?af?liated with? Contractor or a Subcontractor if (1) Contractor, Subcontractor, or any key employee, directly or indirectly through one of more intermediaries, has any ownership, partnership, or other bene?cial interest in or with such person or entity or (2) such person or entity, directly or indirectly through one or more intermediaries, has any ownership interest in or shares any common ownership interest with Contractor. Notwithstanding the foregoing, ?ownership interest? will not include the ownership of less than 5% of the outstanding stock of a publicly traded company provided the person owning such stock does not sit on the board of directors of such company or have any managerial or other decision-making authority with respect thereto. F. This Agreement is expressly subject to the terms and conditions of Chapter 2-156 of the Municipal Code of Chicago and Executive Order 97-1. 8.06. COMPLIANCE WITH ALL LAWS The Contractor shall comply with all applicable federal, state, and local laws, ordinances, and Executive Orders, including but not limited to the Illinois Vehicle Code. In accordance herewith, the Contractor shall execute a Contractor's Af?davit, an executed copy of which shall be attached hereto and incorporated herein by this reference as Exhibit 8. Moreover, the Contractor shall provide all Services and perform all operations at the Facilities in accordance with the accessibility laws applicable to the City, including without limitation the Americans with Disabilities Act, 42 U.S.C. ?12101 et seq. 8.07. GOVERNING LAW AND .TURISDICTION This Agreement shall be governed as to performance and interpretation in accordance with the laws of the State of Illinois. The Contractor hereby irrevocably submits to the original Jurisdiction of those courts located within Cook County, Illinois, with regard to any controversy arismg out of or relating to this Agreement. The Contractor agrees that service of process on the Contractor may be made by registered or certi?ed mail to the address set forth in Article 9 or to any office maintained by the Contractor, or by personal delivery on an officer, director or legal representative of the Contractor. 8.08. INTERPRETATION Any headings of this Agreement are for convenience of reference only and do not de?ne or limit the provisions thereof. Words of any gender shall be deemed and construed to include correlative words of the other genders. Words importing the singular number shall include the plural number and vice versa, unless the context shall otherwise indicate. All references to any exhibit or document shall be deemed to include all supplements and/or amendments to any such exhibits or documents entered into in accordance with the terms hereof and thereof. All references to any person or entity shall be deemed to include any person or entity succeeding to the rights, duties, and 21 obligations of such person or entity in accordance with the terms of this Agreement. In the event of any con?ict between this Agreement and any exhibits hereto, the terms of the Agreement shall be deemed to control. 8.09. SEVERABILITY If any provision of this Agreement shall be held or deemed to be or shall in fact be illegal, invalid, inoperative or unenforceable on its face or as applied in any particular case in any jurisdiction or jurisdictions or in all cases because it con?icts with any other provision or provisions hereof or any constitution, statute, municipal ordinance, rule of law or public policy, or for any other reasons, such circumstances shall not have the effect of rendering the provision in question inoperative or unenforceable in any other case or circumstance, or of rendering any other provision or provisions herein contained illegal, invalid, imperative or unenforceable to any extent whatever. The invalidity of any one or more phrases, sentences, clauses or sections contained in this Agreement shall not affect the remaining portions of this Agreement or any part thereof. 8.10. SUSPENSION The City may at any time request that Contractor suspend its Services, or any part of them, by giving 15 days prior written notice to Contractor or upon informal oral, or even no notice in the event of emergency. No costs incurred after the effective date of the such suspension are allowed. Contractor must resume its performance of the Services under the same terms and conditions as stated in this Agreement upon written notice by the Purchasing Agent and such equitable extension of time as may be mutually agreed upon by the Purchasing Agent and Contractor when necessary for continuation or completion of Services. Any additional costs or expenses actually incurred by Contractor as a result of recommencing the Servrces must be treated in accordance with the compensation provisions under Section 4 of this Agreement. No suspension of this Agreement is permitted in the aggregate to exceed a period of 45 days within any one contract year. If the total number of days of suspension exceeds 45 days, Contractor by written notice may treat the suspension as an early termination of this Agreement pursuant to Section 7.03. 3-11. All of the terms and conditions of this Agreement will be binding upon and inure to the benefit of the parties hereto and their respective legal representatives, successors, transferees and assigns. 8.12. COOPERATION Contractor agrees at all times to cooperate fully with the City and to act in the City?s best interests. If this Agreement is terminated for any reason, or if it is to expire on its own terms, 22 Contractor will make every effort to assure an orderly transition to another provider of Services, if any, orderly demobilization of its own operations in connection with the Services, uninterrupted provision of Services during any transition period, and will otherwise comply with the reasonable requests and requirements of the Department; 8.13. NON-LIABILITY OF PUBLIC OFFICIALS No official, employee or agent of the City will be charged personally by Contractor, or by any assignee or Subcontractor of the Contractor, with anyliability or expenses of defense or be held personally liable to them under any term or provision of this Agreement, or because of the City?s execution or attempted execution, or because of any breach hereof. 8.14. DISCLOSURE AFFIDAVIT and DISCLOSURE OF RETAINED PARTIES The Contractor must provide the City with a Disclosure Af?davit and Disclosure of Retained Parties, completed copies of which are attached to this Agreement and incorporated into this Agreement and further agrees to provide such other af?davits or certi?cations as may be required by federal, state or local law in the award of public contracts. The Contractor must further cause its Subcontractors or, if a partnership or joint ventures all members of the partnership or joint venture to submit such documents to the City. 8.15. cw The Contractor certifies that it or each joint venture, its agents, employees, of?cers and any Subcontractors a) have not been engaged have not been engaged in or been convicted of bribery or attempted bribery of a public officer or employee of the City of Chicago, State of Illinois, any agency of the Federal Government or any state or local government in the United States or engaged in or been convicted of bid-rigging or bid?rotation activities as defined in this section as required by the Illinors Criminal Code; do not owe any debts to the State of Illinois in accordance with 65 ILCS 5/1 1-42.1-1 and if federally funded c) are not presently debarred or suspended as de?ned in Part 8.16. DISCLOSURE OF OWNERSHIP Pursuant to Chapter 2?154 of the Municipal Code of the City of Chicago, any person, business entity or agency submitting a bid or proposal to or contracting with the City of Chicago will be required to complete Part 1, Disclosure of Ownership Interests in the attached Disclosure Affidavit. Complete disclosure information must be provided in Parts A, B, and/or E, as applicable. 23 8.17. GOVERNMENTAL ETHICS ORDINANCE Contractor will comply with Chapter 2-156 of the Municipal Code of Chicago, ?Government Ethics,? including but not limited to Section 2?156-120 of this Chapter pursuant to which no I payment, gratuity or offer of employment will be made in connection with any City contract, by or on behalf of a Subcontractor to the prime Contractor or higher tier Subcontractor any person associated therewith, as an inducement for the award of a subcontract or order. Any contract negotiated, entered into, or performed in violation of any of the provisions of this Chapter will be voidable as to the City. 8.18. NON-COLLUSION BRIBERY of 3 PUBLIC OFFICER or EMPLOYEE The Contractor will comply with the Municipal Code of Chicago, Section 2-92-320, as follows: No person or business entity will be awarded a contract or subcontract if that person or business entity; has been convicted of bribery or attempting to bribe a public of?cer or employee of the City of Chicago, the State of Illinois, or any other public entity, in that of?cer or employee?s official capacity; or has been convicted of agreement or collusion among bidders or prospective bidders in restraint of freedom of competition by agreement to ?x prices, or otherwise; or has made an admission of guilt of such conduct described in clauses or above which is a matter of record but has not been prosecuted for such conduct. Ineligibility under this section will continue for three years following such conviction or admission. For purposes of this Section, where an official, agent, or employee of a business entity has committed any offense under this Section on behalf of such an entity and pursuant to the direction or authorization of a responsible of?cial thereof, the business entity will be chargeable with the conduct. One business entity will be chargeable with the conduct of an af?liated agency. The period of ineligibility may be reduced, suspended, or waived by the City under certain specific circumstances. 8.19. BUSINESS RELATIONS WII ELECTED OFFICIALS Pursuant to Section 2-156-030(b) of the Municipal Code of the City of Chicago, it is illegal for any elected of?cial of the city, or any person acting at the direction of such of?cial, to contact, either orally or in writing, any other city of?cial or employee with respect to any matter involving any person with whom the elected official has a business relationship, or to participate in any discussions in any city council committee hearing or in any city council meeting to vote on any matter involving the person with whom an elected official has a business relationship. Violation of Section 2-156-030(b) by any elected of?cial with respect to this contract shall be grounds for termination of this contract. The term business relationship is defined as set forth in Section 2- 156?080 of the Municipal Code of Chicago. Section 2-156-080 de?nes a ?business relationship? as any contractual or other private business dealing of an official, or his or her spouse, or of any entity in which an of?cial or his or her spouse has a ?nancial interest, with a person or entity which entitles an of?cial or his or her spouse has a ?nancial interest, with a person or entity which entitles an of?cial to 24 compensation or payment in the amount of $2,500 or more in a calendar year; provided, however, a ?nancial interest shall not include: any ownership through purchase at fair market value or inheritance of less than one percent of the share of a corporation, or any corporate subsidiary, parent or af?liate thereof, regardless of the value of or dividends on such shares, if such shares are registered on a securities exchange pursuant to the Securities Exchange Act of 1934, as amended; (ii) the authorized compensation paid to an of?cial or employee for his of?ce or employment; any economic bene?t provided equally to all residents of the city; (iv) a time or demand deposit in a financial institution; or an endowment or insurance policy or annuity contract purchased from an insurance company. A ?contractual or other private business dealing? shall not include any employment relationship of an official?s spouse with an entity when such spouse has no discretion concerning or input relating to the relationship between that entity and the City. 8.20. YEAR 2000 -- CO OWN OPERATIONS A. De?nitions: ?Information Technology? means, individually and collectively, every item of computer, networking or communications hardware, ?rmware, software and peripherals contained in or installed on goods and equipment, and data processing operations and services. Compliant? means that the Information Technology fully complies with and satis?es the following requirements: 1. Correctly and accurately, and without interruption, processes date/time data including, but not limited to, calculating, comparing, and sequencing) from, into, and between the twentieth and twenty-first centuries, and the years 1999 and 2000 and leap year calculations, regardless of the use of current calendar dates; 2. Performs and functions accurately, consistently and without interruption before, during, and after January 1, 2000, without any changes in operation associated with or arising from the advent of the new century and millennium; 3. Responds to two digit date input in a way that resolves any ambiguity as to century in a disclosed, de?ned, consistent and pro-determined manner; 4. Stores and provides output of, and interacts with any applicable third party systems regarding date information in ways that are unambiguous and correct as to century, and that can and will be properly and accurately interpreted by those third party systems with which it interOperates; and 25 8.21. 5. Recognizes the Year 2000 as a leap year. To the extent that the Contractor relies on or uses Information Technology in its own general business operations, Contractor warrants that all Information Technology used by Contractor in its business operations is Y2K Compliant, OR, if it is not Y2K Compliant, Contractor warrants that any failure by Contractor to be Y2K Compliant in accordance with this Provision will not adversely affect Contractor?s ability to perform all required services or provide or deliver ant goods, whether or not of a type involving Information Technology, under any contracts or agreements with the City. Contractor has ascertained that, to the extent required to make the warranties included in paragraph of this Provision, Contractor?s own suppliers and subcontractors are Y2K Compliant as to Information Technology used in their own operation. If Contractor is unable to perform under the Contract as a result, directly or indirectly, of a failure of its Information Technology or that of any of its subcontractors or suppliers to be Y2K Compliant, Contractor? nonperformance will not be considered a matter excused by force majeure for any purpose under the Contract, nor will it be considered to be an event beyond Contractor?s reasonable control, nor will Contractor otherwise be excused from performance under the Contract as a result of any Y2K related problem. Contractor will cooperate with and provide adequate assurance to the City of its continuing Y2K Compliance; its failure at any time to do so will constitute an event of default under this Contract. COMPLIANCE WITH LIVING WAGE ORDINANCE The City has enacted Section 2?92-610 of the Municipal Code of Chicago to provide for a living wage for certain categories of workers employed in the performance of City contracts, speci?cally non~City employed security guards, parking attendants, day laborers, home and health care workers, cashiers, elevator operators, custodial workers and clerical workers (?Covered Employees?). Accordingly, pursuant to Section 2-92-610 and regulations promulgated thereunder: 1. If the Contractor has more than 25 full time employees, and 2. If at any time during the performance of the Contract the Contractor, SubContractor(s) and/or any other entities that perform any portion of the Contract (collectively the ?Performing Parties?) use 25 or more full time security guards in the aggregate), or any number of other full time Covered Employees, then 26 3. The Contractor must pay its Covered Employees, and must ensure that all other Performing Parties pay their Covered Employees, not less than the minimum hourly rate established by the City Council the ?Base Wage?) for all work performed pursuant to the Contract. The Contractor?s obligation to pay, and to ensure payment of, the Base Wage will begin at any time during the performance of the Contract when the conditions set forth in Sections A.1 and A.2 above are met and will continue uninterrupted thereafter until the end of the term or performance of the Contract. The Base Wage is currently $7.60 per hour. The Base Wage may be adjusted by the City Council; if it is adjusted, the Contractor and all other Performing Parties must pay the Base Wage as adjusted. If the payment of prevailing wages is required for work done under the Contract, and the prevailing wages for Covered Employees are higher than the Base Wage, then the prevailing wage rates apply and must be paid. The Contractor must include provisions in all agreements with other Performing Parties requiring them to pay the Base Wage to Covered Employees. The Contractor agrees to provide the City with documentation acceptable to the Purchasing Agent demonstrating that all Covered Employees used by Performing Parties have been paid the Base Wage, upon the City?s request for such documentation. The City may independently audit the Performing Parties to verify compliance herewith. Failure to comply with the requirements of this section will be an event of default under this Contract, and further, failure to comply may result in ineligibility for any award of a City contract or subcontract for up to three years. Not~for~Profit Companies: If the Contractor is a corporation having federal tax- exempt status under section 501(c)(3) of the Internal Revenue Code and is recognized under Illinois Not-for-Profit law, then the provisions of Sections A through above do not apply. 27 SECTION 9. 13911955 Any notice required or permitted to be given hereunder shall be in writing, and the mailing thereof by certi?ed mail, return receipt requested, to the respective addresses of the parties set forth below, or to such other place as any party hereto may, by notice in writing, designate for itself, shall constitute service of notice hereunder two (2) business days after the mailing thereof: If to the City: Department of Streets Sanitation Room 700, City Hall 121 North LaSalle Street Chicago, Illinois 60602 Attn: Commissioner With a c0py to: Department of Purchases, Contracts and Supplies Room 403, City Hall 121 N. LaSalle Street Chicago, Illinois 60602 Attn: Chief Procurement Officer If to Contractor: Environmental Auto Removal, Inc. 16325 Crawford Avenue Markham, Illinois 60424 Attn: Jerry Corcoran Any such notice may also be served by personal delivery thereof, which delivery shall constitute servrce of notice hereunder on the date of such delivery. SECTION 10. AUTHORITY 10.01 City Authority This Agreement is entered into by virtue of the home rule authority conferred on the City under Section Article VII of the 1970 Constitution of the State of Illinois or in accordance with the Mumcrpal Purchasing Act for cities of 500,000 or more population, as contained in the Illinois Municipal Code, 65 ILCS et seg., as amended, and with the Chicago Municipal Code, as amended. 28 10.02 Contractor's Authority Execution of this Agreement by Contractor is authorized by a resolution of its Board of Directors, if a corporation, or similar governing document, and the signature(s) of each person signing on behalf of Contractor have been made with complete and full authority to commit Contractor to all terms and conditions of this Agreement, including each and every representation, certi?cation and warranty contained in it, including the representations, certi?cations and warranties collectively incorporated by reference in it. 29 EXHIBIT 1 FACILITIES Auto Pound No. 2 located at 103rd Street and Doty. Auto Pound o. 6 located at 701 N. Sacramento. Auto Pound No. 3A located at 4008 South Ashland. 31 .- . 111C .3333 A. v. . . giavgme?? 335 I AVENUE - ni?mirwp . ?vw . 3 3.13.3. 39?. .-. 10017 raw". 9:336. Ln- 4-455. Baum v1: - - 02, 2000 1 . 3 - ..-. I, . gar--9154; IRREVOCABLE STANDBY LETTER OF CREDIT NO. 8822879? BENEFICIARY: ?3 7*35 ni?; OF CHICAGO - . 33? DEPARTMENT OF STREETS AND - 3 ?33::333mv SANITATION, 121 NORTH LASALLE - - ROOM 700, CHICAGO IL 60502 - 3'3 h 3 3.33 . .33333, COMMISSIONER .- . ?#21::ch 5M APPLICANT: - I - ENVIRONMENTAL AUTO REMOVAL, INC. . w? AUTOMATION LN ALBANY, NY 12205 .. d? -- ."zh :2 .L. 32320123333, AMOUNT: 600,000.00 (SIX HONORED THOUSAND AND 003100 UNITED STATES DOLLARS I .333333?g33 I, Imr?-?rd DATE OF EXPIRY: AUGUST 02 2002 f? 1 *a :Y'JF?i?fj?gga?g PLACE OF EXPIRY: OUR COUNTERS cm DUB IRREUOCABLE oI FAVOR FOR ACCOUNT OH HIUNT OF USDGOO MED LLAPH S: . CREDIT ARE AVAILABLE TO YOU UNCONDITIONALLY WE HEREBY 3N 3R TU AN AHHREGATL RFD ULITED FUNDS UNDER THIS TEETH DBY LETTER OF CREDIT NO. ,nr.r,rugryr ENVIRONMENTAL AUTO REMOVAL HUNDRED THOUSAND 33g . .. fthl?Xm n! r-v' ?an 1'11} ?may OHLESS OTHERWISE STATED, AGAINST YOUR SIGHT FOR ANY OR SUSS NOT EXQHEDINC A TOTAL OF USD (S HUNDRED 3x232 Imunnf?" JNITED DOLLARS) DRAWN ON US I CY: TPYDIT PL SIGNED BY THE COMMISSIONER OF STREETS OR THE CITY COMPTROLLER OF THE CITY OF CHICAGO ACTING OR ACTUAL). ?m OUR GATIOHC HEREU NDER ARE PRIMARY OBLIGATIONS TO THE CITY AND IDNI SHALL NOT AFFECTED BY THE PF RFORMANI OR PERFORMANCE BY - . UHIIED ROAD SERYICEO, INC . UNDER ANY AGREEMENT WITH THE CITY OR ANY OTHER INSOLVENCY NIT IATED BY OR DEAINET SERVICES, INC. UNITED ROAD SERVICES, INC. IS THE OWNED OF OR UNDER THIS CREDIT AND POSSESSES WH IN THIS CREDIT OR PROCEEDS OF SAME- WE ,3 WITH YOU THAT ANY DRAWIS) UNDER THIS .L CREDIT SHALL BE 3. ON PRESENTED TO US IN COMPLIANCE WITH THE TERMS THIS LETTER hf EDIT ON OR BEFORE AUGUST 2, ZOCZ. YUZE $33317 I3 TO TH CUSTO MS MID PRACTICE FOR JEEDITS 993 REVISION), INTERNATIONAL CHAMBER OF r? CONTINUED ON NEXT PAGE PUBLICATION NO. 500 (IUC P) AND TO THE UNIFORM COMMERCIAL a; 319,;- PH Mamfjf?? >31- n. ?Pagagw; ang?. \K'f 3 REM: .mp3 . I .7 15$ IRS. Wk ~wmgm,3 Tea, 2.. . n. plp'G-Mm a fit an?? - I .74.- ?M't?Ofarnupw i ?w . r-raw ngr??. 14:147.. ,5 llry?'?m? mewmmw 9 . JJI .. .unlm zilj. um It}? f_ it.? - - ?Hz? #8324}. on? 7 3319.2}: 1' . 21:59: W: Smut - d' . . 1. 'Jr r; 34mf?-n . :3 33:} ?mi-C. 54;: '1 - 3 mi". "hh?iv'HJ- 1?1 . ~13th wi-?ni?a .. i" #4 ?1 {?3.52 r?l?-Olga :7 -. - ,wadrt)" . ?Ml-3 u: - Jul?- . v.1? ?ut- 4 #563) r- i J5 h1n??1n?4?rng r" {Mel's-EH u, 1 r; WEABN 153ng m. L-t? 1*:in Gr- :4 {$sz NUMBER 8822879 AS AMENDED (UCC) AND UCC CONFLICTnl? mung: A, .4 . YOURS 4 .. .4 LPN AMRO BANK N. v. a (AUTHORIZED at KEN. nri'v-tu? GIRLS . PAGE: REV. STAT. CH. 26, SEC 5_ W101 ET . TO THE EXTENT THE PROVISIONS: PROVISIONS OF THE use SHALL ?4:9 ?ame #:3qu mmr'bignpeawh? 'wa Lmban ham .4 A Mame: ?9 9n? 233% Gnu-4c 3 can 13R50 ".523 1:2: Ave: . I ?jigb; j? 31%53- Gamma 4w 15: rm- am: amt?: mfg: 3 - r} injLI34hhaFLC;fgl I, {17? "5 Kim. I) hm f?c?ir Lmvg- ,1 {mg - r,v. ?Halt, Mar-mic. (s4? Hamihgsap" A?i?'i?gg 5? 7J- ?115 mg: I - 3 Juli ?L'W?r?a'nrific?d iafbd' Au,? z'r . . 3-H. 101?, .?mgavm? 4 - an-Cli tit? Stir?: - . ?h 5"?m 1 4 . ?3,2 "2ng ?ham. Lug: t'qv huh?!? mtg-L .4 r~r_ SIGNATURET's: if I. 3339!?? rx?: .f I IA: ?4 dadjr??: I gig}?? *J'egnw. ?LVernF . - wane-3'83 . n; ?mun?L? .. Thu: "rte-um: 't'mmP 33:51 16-- ?rm-a: L- 2 M3 . Auf? VFW-beg?. Chou:? Ua .. .7 FEE. '35? Lu - .mezf, . Tu. 1 ?enn'crlmev.41? I ?17 3' . - "ix .?r'wEfEiL - 4 - . r. -- Nem'own remnn?mt?, - - J. r135 ?3'Lira-we . r, -v ?an; vary}. ., .. 4_ 35:11:36 trwraNW ?it - - ms? 4311?,? Mt .. . ?Lglt Sign 30$ n' LIL ?339%? fig;- . . u? .. ?vi?15:33 . I ?an. AREA ,4 . ?ah-Jw- ?Page? I J: M: L- ?J?Wh?l?l?m . a rt: 1 rghm??f .9 .1 53.2? FEW-NI 5'93; ?(gangim-zw?g?f" .i . .. h' ?3105.; ?f Fwy#wsmm??a "al- J. WJAW 25 - a 42?? Lr -. "hum-1152* -- - 7 rr-L; ?hgmm??w- . 51"? I?mtwy-(may. - . . I '?erl - hf i? . . r- .51: - x? mf?f-R?: Emu. ?33% 1 1:1,an.L: Gag} g. i .- - n."KgIfnurqym ?111,154" ., 1 ?grung?z't. .. I \siuu?a 2-2 . . "u?f EXHIBIT 2 SCOPE OF SERVICES DESCRIPTION OF OPERATIONS AT THE FACILITIES Auto Pound #2 at 103rd and Dory. This pound intakes Tows from a service area for Vehicles towed from Madison Street south to the City's corporate limits. Hours of operation: 24 hours per day, seven days per week. Police Districtsand 22. Auto Pound 6 at 701 North Sacramento,. This pound intakes Tows from a service area for Vehicles towed north of Madison Street to the City's corporate limits. Hours of Operation: 24 hours per day, seven days per week. Police Districts 1, 11, 13, 14, 15, 16, 17, 18, 19, 20, 23, 24, and 25. Auto Pound at 4008 South Ashland. This pound intakes all Abandoned Tows in the City. Hours of operation: 7:00 A.M. to 5:00 P.M., Monday-Saturday. However, the Contractor shall remain available to the Commissioner beyond normal operating hours as needed. GENERAL RESPONSIBILITIES AT THE FACILITIES The Services which the Contractor may be requested to provide under this Agreement include, but are not limited to, those described in this Exhibit 2. It is understood that the Contractor is of professional status in a spec1alized industry, licensed to perform all applicable services in the State of Illinois and licensed to perform for all Specialized and professional disciplines and activities requiring licensing and insurance and will be governed by those professional ethics in its relationship with the City. The Contractor shall provide auto pound management and related towing services and other necessary operations at the Facilities to provide the Services stated herein. The Facilities shall be open to the public for the respective time periods as cashier services are provrded by the City at the Facilities. The Contractor shall answer all telephone calls during these hours. The Contractor shall maintain the Facilities and perform all needed repairs in a manner acceptable to the Commissioner. The Contractor shall immediately notify the City of any occurrences which cause a disruption of Services including but not limited to telephone, computer/printer or power loss. The Contractor shall provide a work area at the site for personnel and staff the Facilities with adequate personnel to operate the Facilities. No towed Vehicle shall be towed to or stored in a location other than the Facilities. In towing the Vehicles, Contractor shall take all necessary precautions to avoid any damage or injury to persons or property, including without limitation City property, any towed Vehicle and any personal property in the Vehicle. 32 When a Vehicle is towed to the Facilities, the Contractor shall retrieve the Tow Report(s) from the tow vehicle driver. Contractor will prepare an Inventory Report in a format approved by the Commissioner and note any discrepancies from the Tow Report. All personal property contained in the Vehicle will be noted on the Inventory report. The Contractor will be responsible for all such personal property. In the event the Contractor sees in plain view illegal substances, contraband, or illegal items, the Contractor shall immediately notify the Chicago Police Department. Once a Vehicle has been inventoried, Contractor will put it in a secure location within the Facilities. All information regarding the Vehicle, including the location in the Facilities, will be entered into Contractor's computer system. MANAGING TOWED VEHICLES The Contractor shall inventory and impound all Vehicles, and provide the Commissioner with a Tow Report and an original Inventory Report within thirty (30) minutes of being impounded in the Facilities. The Contractor shall be responsible for the proper calculation of all tow and storage fees due for the reclaiming of Vehicles. The Contractor shall provide the claiming patty With such calculations in a format acceptable to the Commissioner while the City shall issue the receipt. The Contractor shall release a Vehicle to the claiming party within ?fteen (15) minutes of being presented a receipt signifying the proper payment of applicable fees. In those instances where the City transfers its interest and title in a Vehicle to the Contractor, the Contractor shall remove such Vehicle from the Facilities in accordance with all applicable laws including, without limitation, requirements imposed by the Environmental Protection Agency, twenty-four (24) hours after notice in the case of Vehicles to be crushed and within twenty-four (24) hours after the auction next following such notice by the City in the case of all other vehicles; provided, however, in no event shall any Vehicle remain at the Facilities for more than one week after such notice to the Contractor from the City with respect to such Vehicle. The City shall have no responsibility or interest in the Vehicle subsequent to such transfer. REPORTS All reports shall be submitted in a format approved by the Commissioner. The following reports shall be categorized by auto pound and ordinance violation including the corre3ponding stock number and inventory number: Daily. No later than noon of each day, the Contractor must supply the Commissioner with a report, in a form approved by the Commissioner, related to its activities pursuant to this Agreement. The report shall summarize the Contractor's activities on the previous day including 34 Vehicles towed, type of Tow, date of Tow, time of noti?cation, time of Tow, Identification of Vehicle. Vehicles redeemed, Vehicles released by the City to the Contractor, a complete list of the Vehicles in the Facility sorted by date of impoundments, and Vehicles otherwise disposed of pursuant to the instructions of the City. In addition, the report shall include the amount of equipment and personnel used by the Contractor on the previous day. The Contractor shall attach to the report copies of the Tow and Inventory Reports for each Vehicle towed to the Facilities during the previous day. A separate report shall be submitted which shows applicable truck number and corresponding police tow sign number. Weekly. The Contractor shall provide the commissioner the following reports on a weekly basis. These reports shall be delivered to the Commissioner every Monday by 7 A.M.: A report for each auto pound which details all vehicles currently impounded. A report for the Immediate Tows which details those vehicles which are impounded for more than 30 days. A report for the Abandoned Tows which details those vehicles which are impounded more than 18 days. An electronic report which lists those vehicles redeemed by the public and those determined to be G.O.A. (Gone on Arrival) by the Contractor. All reports shall be in a format approved by the Commissioner. The Contractor shall provide the Commissioner a report of its activities pursuant to this Agreement. This report shall be in a form acceptable to the Commissioner and provided to the Commissioner upon request but in no event later than the third day of the month subsequent to the month being reported on. The report shall include a summary of the same information as provided in the daily reports, without attachments. REMOVAL OF VEHICLES No Vehicle towed by Contractor to the Facilities shall be removed from the Facilities by the Contractor until receipt by the Contractor of notice from the Commissioner to do so. The Contractor shall, prior to removal of any Vehicles from the Facilities, take the license plates off such Vehicles. No Vehicle shall be removed from the Facilities except as authorized in writing by the City and in accordance with the Illinois Vehicle Code. 35 EXHIBIT 3 COMPENSATION 36 Cost Proposal Compensation Schedule Following are narratives and charts highlighting cost proposal for the services EAR will provide at each facility. Auto Pound 3 BAR proposes the following compensation scheme. EAR will pay the City of Chicago ??een dollars for each vehicle impounded to Facility 3. BAR will not charge the City for the cost of towing abandoned vehicles. Additionally, EAR will absorb the costs of administering Pound 3. The City will transfer all unclaimed vehicles from Pound 3 to EAR without charge. In the event that a vehicle towed to Pound 3 is redeemed, EAR will be entitled to a credit of twenty-?ve dollars for each vehicle redeemed against any monies it owes the City for the vehicles impounded at Pound 3. Pounds 2 and 6 EAR will tow all vehicles weighing less than 8,000 lbs. to Facilities 2 and 6 at the rate of seventy-?ve dollars per vehicle. EAR will tow all vehicles weighing 8,000 lbs. or greater to Facilities 2 and 6 at the rate of one hundred fourteen dollars ($114) per vehicle. EAR will additionally charge the City twenty dollars per vehicle inventoried by EAR to offset administration costs associated with Operations of the auto pounds in accordance with the requirements set forth in this proposal. EAR will pay the City for unclaimed vehicles at Pounds 2 and 6 that are transferred to EAR by the City in accordance with 625 et seq., In establishing the price to pay the City for unclaimed vehicles, EAR relies upon assumptions supported by historical data. The average weight of scrap metal extracted per unclaimed vehicles is approximately 1.4 tons. Based upon past market trends and systematic risk, the price paid for unclaimed vehicles shall be forty-two (42) percent of the price per ton as posted by Iron Age. The ?rst Internet posting made by Iron Age for the Chicago Region Ferrous shredded scrap will set the price for the month. EAR has agreed that each unclaimed vehicle transferred to them will be considered 1.4 tons. Compensation Schedule for Towing Services and Facility Management Towing Towing Compensation Facility Facility Management Service Compensation Abandoned $0.00 to EAR Auto Pound 3 $0.00 to EAR Vehicles per vehicle tow 4008 S. Ashland per vehicle inventoried Immediate $75.00 to EAR per vehicle Auto Pound 2 Tows tow for vehicles 10300 S. Doty less than 8,000 lbs. $20.00 to EAR And per vehicle inventoried $114.00 to EAR per vehicle tow for vehicles Auto Pound 6 8,000 lbs. or greater 701 N. Sacramento Overnight Parking 75.00 to EAR Auto Pound 2 Ban Per vehicle tow 10300 Doty (Snow Tows} And $20.00 to EAR per vehicle inventoried Auto Pound 6 701 N. Sacramento Emergency $80 00 to EAR per truck per Tow Hour for the ?rst 8 hours $120.00 to EAR per truck per hour for each hour, or ?'action thereof, in excess of 8 hours City of Chicago?s Compensation Schedule for Disposal of Unclaimed Vehicles to EAR Pursuant to 625 ILCS 5/4-201 et seq. Compensation Schedule Facility $15.00 to City per vehicle impounded $25 00 credit to EAR per vehicle redeemed Auto Pound 3 4008 S. Ashland Unclaimed vehicles transfen'ed to EAR at no charge Adjusted Compensation to the City of Chicago The price paid by EAR shall be forty-two (42) percent Auto Pound 2 of the price per ton as posted by Iron Age. The price 10300 S. Doty for the month will be set by the ?rst Internet and posting made by Iron Age for Chicago Region Ferrous Auto Pound 6 shredded scrap. EAR has agreed that each unclaimed 701 N. Sacramento vehicle transferred to them will be considered 1 4 tons. EXHIBIT 4 SPECIAL CONDITIONS REGARDING MINORITY AND WOMEN BUSINESS ENTERPRISES COMMITMENT 1. Policy and Terms A. it is the policy of the City of Chicago that Local Businesses certified as Minority Business Enterprises (MBE) and Women Business Enterprises (WBE) in accordance with Section 2- 92-420 et seg. of the Municipal Code of Chicago and Regulations Governing Certification of Minority and Women-owned Businesses, and all other Regulations promulgated under the aforementioned sections of the Municipal Code shall have the maximum opportunity to participate fully in the performance of this agreement. Therefore, the contractor shall not discriminate against any person or business on the basis of race, color, national origin or sex, and shall take affirmative action to ensure that women and minority businesses shall have the maximum opportunity to compete for and perform subcontracts for supplies or services. The Purchasing Agent has established a goal of awarding not less than 25% of the annual dollar value of all contracts to certi?ed MBEs and 5% of the annual dollar value of all contracts to certi?ed WBEs. Accordingly, the contractor commits to expend at least the following percentages of the total contract price (inclusive of any and all modifications and amendments), if awarded, for contract participation by MBEs and WBEs: Year Advertised MBE Percentage WBE Percentage 1991 21.1% 5% 1992 19.5% 4.9% 1993 17.7% 4.8% after 1993 16.9% 4.5% This commitment is met by the contractor's status as a MBE or WBE, or by a joint venture with one or more MBEs or WBEs as prime contractor (to the extent of the MBE or WBE participation in such joint venture), or by subcontracting a portion of the work to one or more MBEs or WBEs, or by the purchase of materials used in the performance of the contract from one or more MBEs or WBEs, or by the indirect participation of MBEs or WB Es in other aspects of the contractor?s business (but no dollar of such indirect MBE or WBE participation shall be credited more than once against a contractor's MBE or WBE commitment with respect to all contracts of such contractor), or by any combination of the foregoing. Note: participation goals are separate and those businesses certified with the City of Chicago as both a shall not be credited more than once against a contractor's MBE or WBE commitment in the performance of the contract. 37 D. As noted above, the contractor may meet all or part of this commitment by contracting with MBEs or WBEs for the provision of goods or services not directly related to the performance of this contract. However, in determining the manner of participation, the contractor shall first consider involvement of Es as joint venture partners, subcontractors, and suppliers of goods and services directly related to the performance of this contract. In appropriate cases, the Purchasing Agent will require the contractor to demonstrate the specific efforts undertaken by it to involve MBEs and WBEs directly in the performance of this contract. The contractor also may meet all or part of this commitment through credits received pursuant to Section 2-92-530 of the Municipal Code of Chicago for the voluntary use of MBES or WBEs in private sector projects. Definitions A. ?Minority Business Enterprise? or means a firm awarded certification as a minority owned and controlled business in accordance with City Ordinances and Regulations. ?Women Business Enterprise? or means a firm awarded certification as a women owned and controlled business in accordance with City Ordinances and Regulations. "Directory? means the Directory of Certified ?Disadvantaged Business Enterprises,? ?Minority Business Enterprises? and "Women Business Enterprises? maintained and published by the Contract Compliance Administrator. The Directory identifies firms that have been certified as MBEs and WB E5, and includes both the date of their last certification and the area of specialty in which they have been certified. Contractors are responsible for verifying the current certification status of all proposed MBE and WBE firms. "Area of Specialty? means the description of a MBE or WBE firm's business which has been determined by the Purchasing Agent to be most re?ective of the MBE or WBE firm's claimed specialty or expertise. Each letter of certification contains a description of its Area of Specialty. This information is also contained in the Directory. Credit toward this contract's MBE and WBE participation goals shall be limited to the participation of firms performing within their Area of Specialty. NOTICE: The City does not make any representation concerning the ability of any to perform work within their Area of Specialty. It is the responsibility of all contractors to determine the capability and capacity of to satisfactorily perform the work proposed. ?Joint Venture? means an association of two or more businesses to carry out a single business enterprise for profit, and for which purpose they combine their expertise, property, capital, efforts, skill and knowledge. Contractors may develop joint venture 38 agreements as an instrument to provide participation by MBEs and WBEs in contract work. A joint venture seeking to be credited for participation may be formed among certified firms or between certified firm (5) and non- firm(s). A joint venture is eligible for credit if the partner(s) share in the ownership, control, management responsibilities, risks and profits of the joint venture, and are responsible for a clearly defined portion of work to be performed, in proportion with the ownership percentage. ?Contract Compliance Administrator? means the officer appointed pursuant to Section 2-92-490 of the Municipal Code of Chicago. 2. Counting Participation Toward the Contract Goals A. The inclusion of any MBE or WBE in the contractor's Utilization Plan shall not conclusively establish the contractor's right to full credit for that firm's participation in the contract. The Purchasing Agent reserves the right to deny or limit credit to the contractor where any MBE or WBE is found to be engaged in substantial subcontracting or pass- through activities with others. In this regard, a contractor may count toward its MBE and WBE goals only expenditures to firms that perform a commercially useful function. A firm is considered to perform a commercially useful function when it is responsible for the performance of a clearly defined and distinct element of work and is carrying out its responsibilities by actually performing, managing, and supervising the work involved. To determine whether a firm is performing a commercially useful function, the Purchasing Agent shall evaluate the amount of work subcontracted, industry practices, and other relevant factors. The amount of participation credit shall be based upon an analysis by the Purchasing Agent of the specific duties that will be performed by the MBE or WBE. Each shall be expected to actually perform a substantial more than eighty-five percent portion of the work contemplated for it by any subcontract or agreement through the use of its own employees and equipment. Requested information may include, without limitation: (1) specific information concerning brokers' fees and/or commissions; (2) intended sub-suppliers or other sources of goods and/or services; and (3) specific financial or other risks to be assumed by the The participation of MBEs and WBEs who have been certified as ?brokers? shall no longer be considered eligible to participate on contracts awarded by the City in 1993 and thereafter until further notice for any consideration of MBE or WBE credit. Credit for the participation of as joint venture partners shall be based upon an analysis of the duties, responsibilities and risks undertaken by the as specified 39 by the joint venture?s executed joint venture agreement. The Purchasing Agent reserves the right to deny or limit credit to the contractor where any joint venture partner is found to have duties, responsibilities, risks or loss and management control over the joint venture that is not commensurate with or in proportion to its joint venture ownership. Regulations Governing Reductions T0 or Waiver of Goals The following Regulations set forth the standards to be used in determining whether or not a reduction or waiver of the commitment goals of a particular contract is appropriate. If a bidder or proposer determines that it is unable to meet the MBE and/or WBE percentage on a City of Chicago contract, a written request for the reduction or waiver of the commitment must be included in the bid or proposal. The written request for reduction or waiver from the commitment must be in the form of a signed petition for grant of relief from the percentages submitted on the bidder/proposer's letterhead, and must demonstrate that all required efforts as set forth in this document were taken to secure eligible Minority and Women Business Enterprises to meet the commitments. The Purchasing Agent or designee shall determine whether the request for the reduction or waiver will be granted. Bidders/proposers will be considered responsive to the terms and conditions of these Regulations if a waiver request and proof of notification to an assist agency is submitted at the time of bid/proposal opening. Once the bids have been opened, the lowest responsive and responsible bidder so deemed by the Purchasing Agent or authorized designee will have no more than fourteen (14) calendar days to submit to the Department of Purchases complete documentation that adequately addresses the conditions for waiver described herein. Proposers responding to Request for Proposals (RFPs) who have been identified as a short listed candidate and/or a prospective awardee will be given a designated time allowance, but no more than fourteen (14) calendar days to submit to the Department of Purchases complete documentation that adequately addresses the conditions for waiver described herein. Respondents to Request for Information and or Quali?cations deemed by the Purchasing Agent or authorized designee to be the most responsive and responsible shall submit documentation that adequately addresses the conditions for waiver described herein during negotiations. Failure to submit documentation sufficient to support the waiver request will cause the bid/proposal to be found non-responsive by the Purchasing Agent, and the bid/proposal will be rejected. In such cases the remedies to be taken by the Purchasing Agent, in his discretion, may include, but are not limited to, forfeiture of bid deposit; negotiating with the next lowest bidder/proposer; or readvertising the bid/proposal. All bidders/proposers are encouraged to submit all required documents at the time of bid opening to expedite the contract award. A. Direct/Indirect Participation Each of the following elements must be present in order to determine whether or not such 40 a reduction or waiver is appropriate. 1. The bidder/proposer has doCUmented the unsuccessful solicitation for either subcontractors or joint venture partners of at least 50% (or at least five when there are more than eleven certified firms in the commodity area) of the appropriate certified firms to perform any direct or indirect work identified or related to the advertised bid/proposal. Direct participation involves subcontracting a portion of the goods/services specifically required in the bid/proposal. Indirect participation is the subcontracting of goods/services not specifically related to the performance of this contract. Documentation must include but is not necessarily limited to: a. A detailed statement of efforts to identify and select portions of work identified in the bid solicitation for subcontracting to certified firms; A listing of all firms contacted that includes: (1) Names, address and telephone numbers of firms solicited; (2) Date and time of contact; (3) Method of contact (written, telephone, transmittal of facsimile documents, etc.) Copies of letters or any other evidence of mailing that substantiates outreach to vendors that includes: (1) Project identification and location; (2) Classification/commodity of work items for which quotations were sought; (3) Date, item and location for acceptance of subcontractor bid proposals; (4) Detailed statement which summarizes direct negotiations with appropriate firms for specific portions of the work and indicates why negotiations were unsuccessful; (5) Affirmation that good faith efforts have been demonstrated by choosing subcontracting opportunities likely to achieve goals by not imposing any limiting conditions which were not mandatory for all subcontractors; or denying the benefits ordinarily conferred on subcontractors for the type of work that was solicited. OR 41 2. Subcontractor participation will be deemed excessively costly when the subcontractor proposal exceeds the average price quoted by more than twenty percent In order to establish that a subcontracts' quote is excessively costly, the bidder/proposer must provide the following information: a. A detailed statement of the work identified for participation for which the bidder/proposer asserts the quote(s) were excessively costly (in excess of 20% higher). (1) A listing of all potential subcontractors contacted for a quotation on that work item; . (2) Prices quoted for the subcontract in question by all such potential subcontractors for that work item. b. Other documentation which demonstrates to the satisfaction of the Purchasing Agent that the proposals are excessively costly, even though not in excess of 20% higher than the average price quoted. This determination will be based on factors that include, but are not limited to the following: (1) The City's estimate for the work under a specific subcontract; (2) The bidder/proposer's own estimate for the work under the subcontract; (3) An average of the bona fide prices quoted for the subcontract; (4) Demonstrated increase in other contract costs as a result of subcontracting to the or other firm. Assist Agency Participation Every waiver and/or reduction request must include evidence that the bidder/proposer has provided timely notice of the need for subcontractors to an appropriate assocration/assist agency representative of the business community. The notice requrrement of this Section will be satisfied if a bidder/proposer contacts at least one of the associations on Attachment A to these Regulations when the prime contractor seeks a waiver or reduction in the utilization goals. Attachment to these Regulations provides the letter format that a prime contractor may use. Proof of notification prior to bid submittal leg. certified mail receipt or facsimile transmittal receipt) will be required for any bid/proposal submitted to be deemed responsive on the date of bid opening. lf deemed appropriate, the Purchasing Agent or Contract Compliance Officer may contact the assist agency for verification of notification. 42 C. lmpracticability 1. If the Purchasing Agent determines that a lesser MBE and/or WBE percentage standard is appropriate with respect to a particular contract subject to competitive bidding prior to the bid solicitations for such contract, bid specifications shall include a statement of such revised standard. 2. The requirements set forth in these Regulations shall not apply where the Purchasing Agent determines prior to the bid solicitations that subcontractor participation is impracticable. This may occur whenever the Purchasing Agent determines that for reasons of time, need, industry practices or standards not previously known by the Purchasing Department administrator, or such other extreme circumstances as may be deemed appropriate, such a Waiver is in the best interests of the City. This determination may be made in connection with a particular contract, whether before the contract is let for bid, during the bid or award process, before or during negotiation of the contract, or during the performance of the contract. For all notifications required to be made by bidders/proposes, in situations where the Purchasing Agent has determined that time is of the essence, documented telephone contact may be substituted for letter contact. Procedure to Determine Bid Compliance The following Schedules and described documents constitute the bidder's proposal, and must be submitted in accordance with the guidelines stated: A. Schedule 01: Letter of Intent from to Perform as Subcontractor, Supplier and/or Consultant. A Schedule C-1 executed by the (or Schedule B/ioint Venture Subcontractor) must be submitted by the bidder/proposer for each included on their Schedule Di and must accurately detail the work to be performed by the and the agreed rates and prices to be paid. If any fully completed and executed Schedule C-1 is not submitted with the bid/proposal, it must be received by the Contract Administrator within ten (10) days of the bid/proposal opening. (All post bid/proposal submissions must have original signatures on all documents). Failure to submit a completed Schedule C-1 in accordance with this section shall entitle the City to deem the bid/proposal non- responsive and therefore reject the bid/proposal. I Letters of Certi?cation. A copy of each proposed firm's current Letter of Certification from the City of Chicago must be submitted with the bid/proposal. All Letters of Certification issued by the 43 City of Chicago include a statement of the firm's Area of Specialty. The firm's scope of work, as detailed by their Schedule C-1 must conform to their stated Area of Specialty. C. Joint Venture Agreements. If the bidder's/proposer's proposal includes the participation of a as joint venture on any tier (either as the bidder/proposer or as a subcontractor), the bidder/proposer must provide a copy of the joint venture agreement and a Schedule B. In order to demonstrate the partner?s share in the ownership, control, management responsibilities, risks and profits of the joint venture, the proposed joint venture agreement must include specific details related to: (1) contributions of capital and equipment; (2) work responsibilities or other performance to be undertaken by the and (3) the commitment of management, supervisory and operative personnel employed by the to be dedicated to the performance of the contract. The joint venture agreement must also clearly define each partner's authority to contractually obligate the joint venture and each partner's authority to expend joint venture funds check signing authority). D. Required Schedules Regarding Utilization. Bidders must submit, together with the bid, a completed committing them to the utilization of each listed firm. Except in cases where the bidder/proposer has submitted a request for a complete waiver of or variance from the commitment in accordance with Section IV herein, the bidder/proposer must commit to the expenditure of a specific dollar amount of participation by each firm included on their Schedule D-1. The total dollar commitment to proposed MBEs must at least equal the MBE goal, and the total dollar commitment to proposed WBEs must at least equal the WBE goal. Bidders are responsible for calculating the dollar equivalent of the MBE and WBE goals as percentages of their total base bids or in the case of Term Agreements, as percentages of the total estimated usage. All commitments made by the bidder's Schedule D-1 must conform to those presented in the submitted Schedule E. If Schedule C-1 is submitted after the opening (See Section V.A. above), the bidder/proposer may submit a revised Schedule D-1 (executed and notarized to conform with the Schedules C-i Except in cases where substantial and documented justification is provided, bidders/proposers will not be allowed to reduce the dollar commitment made to any MBE or WBE in order to achieve conformity between the Schedules C-1 and 0-1. All commitments for joint venture agreements must be delineated in the Schedule B. 5. Reporting Requirements During The Term of The Contract A. The Contractor shall, not later than thirty (30) days from the award of a contract by the City, execute formal contracts or purchase orders with the MBEs and WBEs included in their approved Utilization Plan. These written agreements shall be made 44 available to the Purchasing Agent upon request. B. in the case of one time procurements of supplies with either single or multiple deliveries to be performed in less than one year from the date of contract award, a Utilization Report," indicating final MBE and WBE payments shall be submitted direCtly to the Department of Purchases, Contracts and Supplies so as to assure receipt either at the same time, or before the using Department receives contractor's final invoice. (NOTICE: Do not submit invoices with Utilization Reports.") Final payments may be held until the Utilization Reports have been received. C. During the term of all other contracts, the contractor shall submit regular Utilization Reports," a copy of which is attached. The frequency with which these reports are to be submitted will be determined by the Purchasing Agent, but in no case will reports be required less often than on a quarterly basis. in the absence of written notice from the Purchasing AgentI the contractor's first Utilization Remrt? will be due nineg (901 days after the date of contract awardI and reports will be due quarterly mm. D. Utilization Reports" are to be submitted directly to: Department of Purchases, Contracts and Supplies, Division of Contract Monitoring and Compliance, City Hall, Room 400, 121 N. LaSalle Street, Chicago, Illinois 60602. E. The Contract Compliance Administrator shall be entitled to examine, on five (5) business days notice, the contractor's books and records including without limitation payroll records, tax returns and records, and books of account, to determine whether the contractor is in compliance with its commitment to participation and the status of any MBE or WBE performing any portion of the contract. Such rights are in addition to any other audit inspection rights contained in the contract. BE Substitutions Changes by the contractor of the commitments earlier certified in the Schedule D-1 are prohibited. In some cases, however, it may become necessary to substitute a new MBE or WBE in order to actually fulfill the requirements. The contractor must notify the Purchasing Agent immediately in writing of the necessity to reduce or terminate a subcontract and to utilize a substitute firm for some phase of work. The contractor's notification should include the name, address and principal official of the substitute and the dollar value and scope of work of the subcontract. Attached should be all the requisite affidavits and documents, as enumerated above in Section V, ?Procedure to Determine Bid Compliance.? The City will not approve extra payment for escalated costs incurred by the contractor when a substitution of subcontractors becomes necessary for the contractor in order to comply with contract requirements. 45 After award of contract, no relief of the requirements will be granted by the City except in exceptional circumstances. Requests for complete or partial waiver of the requirements of this contract must be made in writing, stating all details of the request, the circumstances, and any additional relevant information. The request must be accompanied by a record of all efforts taken by the contractor to locate specific firms, solicit bids, seek assistance from technical assistance agencies, etc., as outlined above in the section entitled egulations Governing Reductions T0 or Waiver of Goals.? 7. Non-Compliance and Damages The following constitutes a material breach of this contract and shall entitle the City to declare a default, terminate the contract and exercise those remedies provided for in the contract, at law or in equity: A. Failure to satisfy the percentages required by the contract; and B. The contractor or subcontractor is disqualified as a MBE or WBE, such status was a factor in contract award, and was misrepresented by the contractor. In the event that the contractor is determined not to have been involved in any misrepresentation of the status of the disqualified subcontractor or supplier, the contractor shall seek to discharge the disqualified subcontractor or supplier, upon proper notification to the Purchasing Agent and/or Contract Compliance Administrator and make every effort to identify and engage a qualified MBE or WBE as its replacement. Furthermore, continued eligibility to enter into future contracting arrangements with the City may be jeopardized as a result of non-compliance. Payments due to the contractor may be until corrective action is taken. 8. Arbitration A. In the event a contractor has not complied with the contractual percentages in Its Schedule D, underutilization of shall entitle the affected to recover from the contractor damages suffered by such entity as a result of being underutilized; provided, however, that this provision shall not apply to the extent such underutilization occurs pursuant to a waiver or substitution approved by the City. The Ordinance and contracts subject thereto provide that any disputes between the contractor and such affected regarding damages shall be resolved by binding arbitration before an independent arbitrator other than the City, with reasonable expenses, including attorney?s fees, being recoverable by a prevailing in accordance with these regulations. This provision is intended for the benefit of any affected by underutilization and grants such entity specific third party beneficiary rights. Any rights conferred by this regulation are non-waivable and take precedence over any agreement to the contrary, including but not limited to those Contained in a subcontract, suborder, or communicated orally between a contractor and a 46 10. B. An desiring to arbitrate shall contact the contractor in writing to initiate the arbitrative process. Except as otherwise agreed to in writing by the affected parties subject to the limitation contained in the last sentence of the previous paragraph, within ten (10) days of the contractor receiving notification of the intent to arbitrate from the the above-described disputes shall be arbitrated in accordance with the Commercial Arbitration Rules of the American Arbitration Association a not-for? profit agency, with an office at 225 North Michigan Avenue, Suite 2527, Chicago, Illinois 60601-7601 (Phone: (312) 616-6560; Fax: (312) 819-0404]. All such arbitrations shall be initiated by the filing a demand for arbitration with the shall be conducted by the and held in Chicago, C. All fees of the arbitrator are the initial responsibility of the prox Ided, however, that the arbitrator is authorized to award reasonable expenses, including attorney's and arbitrator fees, as damages to a prevailing D. The must send the City a copy of the ?Demand for Arbitration? within ten (10) days after it is filed with the The also must send the City a copy of the decision of the arbitrator within ten (10) days of receiving such decision. Judgment upon the award rendered by the arbitrator may be entered in any court of competent jurisdiction. Record Keeping The Contractor shall maintain records of all relevant data with respect to the utilization of Es, retaining these records for a period of at least three years after final acceptance of the work. Full access to these records shall be granted to the City of Chicago, Federal or State authorities in this project, the US. Department of Justice, or any duly authorized representatives thereof. Information Sources Small business guaranteed loans; surety bond guarantees; 8 certification: U.S. Small Business Administration S.B.A. - Bond Guarantee Program Surety Bonds 500 W. Madison Street, Suite 1250 300 South Riverside Plaza Chicago, Illinois 60601 Room 1975-5 Attention: Robert Conner Chicago, IL 60601 -6611 (312) 353-4528 Attention: Tony Zanetello (312) 353-7331 47 S.B.A. - Procurement Assistance 300 South Riverside Plaza Room 1975-5 Chicago, Illinois 60606-6611 Attention: Robert P. Murphy, Msistant Regional Administrator (312) 353-4503 Project information and general information: City of Chicago City of Chicago Department of Purchases Department of Purchases Contract Monitoring and Compliance Contract Administration Division City Hall - Room 403 City Hall Room 403 Chicago, Illinois 60602 Chicago, Illinois 60602 Attention: Carnice Carey Attention: Byron Whittaker (312) 744-1895 (312) 744-4926 Directory of Certified Disadvantaged, Minority and Women Business Enterprises: City of Chicago Department of Purchases Certification Unit City Hall - Room 403 Chicago, Illinois 60602 Attention: Lillie Cooper (312) 744-1896 Information on MB availability in the manufacturing, sales or supplies, and related fields (direct assistance from 42 regional affiliates located throughout the U.S.): National Minority Suppliers Chicago Minority Business Development Council, Inc. Development Council 15 W. 29th Street - 9th Floor 36 South Wabash - Suite 725 New York, New York 10018 Chicago, Illinois 60603 Attention: Harriet R. Michell Attention: Maye Foster-Thompson (212) 944-2430 (312) 263?0105 48 ASSIST AGENCIES: Latin American Chamber of Commerce 2539 N. Kedzie - Suite 12 Chicago, Illinois 60647 Attn: D. Lorenzo Padron (773) 252-521 1 (773) 252-7065* Women In Business Yellow Pages 819 Wabash. Suite 606 Chicago, Illinois 60605 Attn: Ida Bialik (847) 679-7800 (847) 6794845? Asian American Small Business Association 5023 N. Broadway Chicago. Illinois 60640 Attn: Charles 300 (773) 728-1030 National Association of Women Business Owners-Chicago Chapt. 175 W. Jackson. Suite 625 Chicago. Illinois 60604 Attn: Sandra Gidley (312) 322-0990 (312) 461-0238* Illinois Dept. of Commerce and Community Affairs 100 W. Randolph - Suite 3-400 Chicago, Illinois 60601 Attn: Mollie Cole (312) 814-7176 (312) 814-6732* International Trade Bureau Operation Push 930 E. 50th Street Chicago, Illinois 60615 (773) 373-3366 (773) 373-3571* ATTACHMENT A Chicago Minority Business Development Council 11 S. LaSalle Street - Suite 580 Chicago, Illinois 60603?1202 Attn: Maye Foster Thompson (312) 263-0105 (312) 263-0280* Triton College Small Bus. Development Center 2000 Fifth Avenue River Grove, Illinois 60171 Attn: Jeffrey Barnes (708) 456-0300 - Ext. 3593 (708) 583-3118* Cosmopolitan Chamber of Commerce 1326 S. Michigan - Suite 100 Chicago, Illinois 60605-2602 Attn: Consuelo Pope/ Lylah Booker-Hill (312) 786-0212 (312) 786-9079* Westside Small Business Development Corporation 112 N. Pulaski Road Chicago, Illinois 60624 Attn: Betty Boston (773) 638-1990 (773) 638-4851* Little Village 26th Street Area Chamber of Commerce 3610 West 26th Street Chicago. Illinois 60623 Attn: Frank Aguilar, Exec. Dir. (773) 521-5387 (773) 521-5252* 49 NON-CONSTRUCT ION Chicago Urban League 4510 S. Michigan Chicago. Illinois 60653 Attn: Lee V. Smith (312) 285-5800 X383 (312) 285-7772* Mexican American Chamber of Commerce of Illinois 122 S. Michigan Ave. Suite 1449 Chicago, Illinois 60603 Attn: Juan Ochoa (312) 554-0844 (312) 554-0848? State of Illinois Dept. of Central Management Servit Business Enterprises Division 100 W. Randolph St., Suite 4-400 Chicago, Illinois 60601 Attn: Irene Cualoping (312) 814-4190 (312) 814-6664* Revised 5-29-98 Fax Number A ASSIST AGENCIES: CONSTRUCTION Hispanic-American Chicago, Illinois 60649 Fax Number Construction Attn: Betty McLaurine Industry Associations (773) 933-7950 (HACIA) (773) 933-7957* 542 South Dearbom, Suite 610 Association of Asian Chicago, IL 60605-1527 Construction Enterprises Attn: Miguel d'Escoto 333 North Ogden Avenue (312) 786-0101 Chicago, Illinois 60607 (312) 786-0104* Attn: Mr. Perry Nakachi, President Mexican American (312) 563-0746 Chamber of Commerce of (312) 666-1785* Illinois 122 S. Michigan Ave., Suite 1449 Chicago, Illinois 60603 Attn: Juan Ochoa 312) 554-0844 (312) 554-0848* Federation of Women Contractors 117 N. Jefferson St., Suite 201 Chicago. Illinois 60661 Attn: Lori Healey, Exec. Director (312) 655-0033 (312) 655-1213* African American Contractors Association 1006 S. Michigan Ave., Suite 601 Chicago, Illinois 60605 Attn: Omar Shareef, President (312) 915-5960 (312) 663-4345* Black Contractors United 2860 E. 76th Street, Suite 2B 50 7333337324 ESR TOWING 528 1 1 '90 as as Letter of Intent front to Pei-fora Subcontractor. Supplier endlor Consultent Auto Bound Minag?ment Heme of ProjectiConn-ecc . i - speci?cauou?uubcr: J?'o?o'bsaeo?os From: Brad's Tire. Inc. MBE Yes :Nc - tumotmmz ?rm -WBE: Yes No To: Environmental Auto Removal, 19;. endtheCltyofC'hleqo: of Price Contractor- BlddenPeopese? The undersined intends to perform work in connection with the above projects es ea. - ?3 . ?31. Proprietor Carnot-soon Fenian-ship Joint Venom The of the undersigned is con?rmed by the attached letter of Certi?cation from the City of Chicago effective due of to for . period oi?one you. - 'l?he undersigned is propel-ed to growide the following described servicee ?if-supply the following described goods in connection with the shove dented projectlconn-sct: . -. Tire purchase of {ruck til-25L repairs and autgmonvg aggrigg?l The shove described performance is offered for the following price end described terms of payment: Estimated 1.0%of contractivalue of $180,900.00 gnaw ?le: x. If more space is needed to fully descn?he the arm's proposed scope of work endIot payment schedule. sttech edditionsl sheets. The undersigned rill enter Into formal written agreement for the shove work with you es Prime Conmmr. conditioned upon your execution of contract with the City of Chico?. end will do so within (3) three wot-lung days of receipt of signed contrect from the City of - Chicago. Stuart Bradshaw Presidgn; Nelle mu. mint) -- Mi out 773-978-3900 Pie-e Manson-1mm Ie'ldl it} of Chicago Richard Daley. \lapor Department of Purchases. (onrracts and Supplies rd \ialone Chret' Procurement Of?cer Hui.- Room ?23 LaSsiie Street t?hrcagu lihnoss elicit-1284 l:1:l 1 him in cano??hrcago org May 1. 2000 Stuart Bradshaw. President Brad?s Tire, Inc. 9100 3. South Chicago Ave. Chicago. IL 60617 Dear Mr. Bradshaw: We are pleased to inform you that Brad?s Tire, lnc. has been reoertitied as an MBE by the City of Chicago. The MBE certi?cation. which is valid for one year, will expire May 31, 2001. You must apply for reoert'rlication no fewer than 60 days before the expiration date to ensure that your certi?cation does not lapse. In the meantime. you must, in the form of an af?davit, inform the Of?ce of Compliance and Certi?cation of any changes in ownership or control of your ?rm or any other matters or facts affecting your firm's eligibility for certi?cation. Your ?rm's name will be listed in the City?s Directory of Disadvantaged Business Enterprises, Minority Business Enterprisesand Women Business Enterprises in the specialty area(s) of: Tire Repair; Automotive Services; Tire Sales The City may commence actions to decert'rfy your ?rm if you fail to notify us of any changes of facts affecting your ?rm?s eligibility for certi?cation or if your ?rm othenvise fails to cooperate with the City in any inquiry or investigation. Decerti?cation procedures may also be commenced if your ?rm is found to be involved in bidding or contractual irregularities. Your ?rm's participation on City contracts will be credited only toward MBE in your area(s) of specialty. While your participation on City contracts is not limited to your specialty, credit toward MBE goals will be given only for work done in the specialty category. {Thank you for your continued interest in the City's Minority. Women and Disadvantaged Business Enterprise Programs. I Very truly yours, 3 c. M) IE Eric A. McMiller 1 Acting Director of Certi?cation a Letter of Intent from MBEJWBE to Perform at Suhcon tractor. Supplier andlor Consultant Auto Pound Management Name of ProjectIConn-aco .Rglaggd mowing Services - Speci?cation Number: 30-096890-05 From: C's Towing Service 3-7 - M33: Yes :No (NaueolMBmE Firm WEE: Yes No? To: Environmental Auto Removal. Inc. and theCityofChicago: (Nana oi Prime Contractor - Biddarr?l?ropoaarl The undersigned intends to perform work in connection with the above projects as a: - - gale Proprietor Corporadon Partnership Joint Venture The MBEJWBE status of the undersigned Ls con?rmed by the attached letter of Certi?cation from the City of Chicago effective date of to for a period of one year. - The undersigned is prepared to provide the following described services or supply the following described goods tn connecn'on with the above named projectfcontracu Towing Services. - The above described performance is offered for the following price and described terms of payment: If more space is needed to fully describe the MBEIWBE Erin's proposed scope of work audior payment schedule. attach additional sheets. The undersigned will enter into a formal written agreement for the above work with you as a Prime Contractor. conditioned upon your execun'on of a contract with the City of Chicago. and will do so within (3) three working days of receipt of a signed contract from the City of Chicago. - (Signature of Owner or Author'nad Agent! Pre Hallo/?ll. - 06mm: on,? 5., PM 3.19 ma Duo 3ww??yyb? Phone Cit) of Chicago Richard M. Daley. \tayor Department of Purchases. Contracts and Supplies Of?ce of and eni?cauon Davrd ?alone Chief Procurement Of?cer Cit) Hall. Room 403 i2! \orth Lanlie Street hicago. lilmors 60602-1284 t3 I ll 744-4900 t313i 744-2949 imp ?we cit}ol'chicago org NEIGHBORHOODS It. r? E11 - June 26. 2000 Dexter Johnson C?s Towing Service, Inc. 8856 South Winchester Avenue Chicago, Illinois 60620 Dear Mr. Johnson: Thank you for your interest in our Disadvantaged Business Enterprise/Minority Business EnterpriseNVomen Business Enterprise (DBEIMBEIWBE) Program. Your application requesting certi?cation has been entered into our processing system. You will be noti?ed if additional information is required. Please direct questions regarding the status of your application to Ms. Nancy Bronakowski at (312) 744-1193. You will be noti?ed in writing when a decision has been made. Sincerely, Eric A. McMiller Acting Director of Certi?cation EAMlnb Rev 11?2000 Cm?s?h Aha-haunt Anglicanism (in Hall. nun-.403 121 North mil-sine Gringo. WWI-1284 (312) 744-49300 ammunition-m ti May17.1999 Dexter Johnson. President C's Towing Service, Inc. 8858 S. \Mnchester Chicane. IL 60820 Dear Mr. Johnson: We are pleased to inform you that C's Towing Service, Inc.. has been reoerti?ed as an MBE by the City of Chicago. The certi?cation. which l8 valid for one year. will expire May 31. 2000. You must apply for reoerti?cation no less than sixty days prior to the expiration date to ensure that your certi?cation does not lapse. In the. next edition of the Disadvantaged Business Enterprises/Minority Business Enterprises/Women Business Enterprises Directory your ?rm will be listed as an M36 in the specialty area(s) of: Towing Services Your ?rm?s participation on City contracts will be credited toward goals in the certi?ed area of specialty. While your participation on City contracts is not limited to your specialty. credit toward MBE goals will. only be given for work done in the certi?ed specialty category Your ?rm must provide written noti?cation to the Department of Purchases. Contracts and Supplies, if there are any changes in ownership and Ior control of the firm. The City reserves the right to decertify your ?rm ifthe required noti?cation is not given within 19 days. Certi?cation may also be revoked for involvement in bidding or contractual irregularities. 7W. 40y ;atli? Deputy Purchasing Agent at animus CHEDULE Letter of Intent from MBUWBE to Perform as Subcontractor. Supplier andlor Consultant Auto Bound Management Name of Projecthonu-act: ngaggd Towing Services Speci?cation Number: EEO-096890505 From: Car Carrier MBE: Yes :No WEE: Yes No To: Environmental Auto Removal, Inc. and theCityofChicago: (Haas of Prime Contractor - Biddeu?roposerl The undersigned intends to perform work in connection with the above projects as a: .1 Sole Proprietor Partnership Corporation Joint Venture The MBEJWBE status of the undersigned is con?rmed by the attached letter of Certi?cation from the City of Chicago effective date of to for a period of one year. The undersigned is prepared to provide the following described services or supply the following described goods in connection with the shove earned projectlconu-act'. Towing Services . The above described performance is offered for the following price and. described terms of payment: Estimated .50% of the contract;value of $90,000.00 If more space is needed to fully describe the MBEIWBE ?rm's proposed scope of work andlor payment schedule. attach additional sheets. The undersigned will enter into a formal written agreement for the above work with you as a Pnrne Contractor. conditioned upon your execution of a contract with the City of Chicago. an: will do so within (3) three working days of receipt of a signed contract from the City of cago. {S??nanlro of O'?ar orr Authorised Eugene Herron - Dwnej; A f?uotP?nu - 17;; 43 11?377 Phone mmsmo mu :4 (um m: 1 City Hall. Ion-403 mammal-rm (3131'M4-Mlm3 ?It? out it NEIEHBORHQODS -: . pl. man?s OCtober 8, 1999 Eugene Herron. Owns: GER Car Carriers 12747 8. Bishop Calumet Park. wince: 1337 Dear Mr. Herton? We are pleased to rat-int you that Car Carriers has been certified as an IIBE by the tilt}. of Chicago. The certi?cation. which is valid for one year, ex sire Dctobear 31. 2000. You must apply for racem?catron no less than sixty days poor to the expiration date to ensure that your cern?t a :ion does not lapse. the next edition of Disadvantaged Business EnterpriseelMinority Business Enterprise m. It men Business Enterprises Directory your ?rm will be listed as an we 5 the sttecralty steals) of: Towing Services 'i?Our ?rm's. pamcipu. at City contracts will be credited toward MBE goals in the certi?ezl 313-! at spentalty. While your partiapation on City contracts is. to your soezualty. credit toward MBE goals only be given for JIK 1t rte in the certi?ed spastalty category ?rour firm mus: :romptl 'l tovrde written octi?cation to the Department of Purchases, Contracts and Supplies. it there are any changes in ownership and tar :it' tr of the ?rm The City reserves the right to decently your ft 'm 1' recruited notification is not given within 10 days. Certi?cation may 2.15:: be revoked for involvement bidding or oontractual irregalarste Sincerel 7 K. Ito Ratliff Deputy Purchasing Agent leaa letter of Intent from to Perform as Subcontractor. Supplier andlor Consultant Auto Pound Management Related Towing. Services Name of Project'Conn-actSpeci?cation Number: From: Hi_ginio Towing MBE: Yes No Finn: WEE: Yes No To: Environmental Auto Removal, Inc. and the City ofChicago: [Nana of Prime Contractor - Biddert'Proposen The undersigned intends to perform work in connection with the above projects as a: Corporation - i - Sble Proprietor - Joint Venture Partnership The MBEJWBE status of the undersigned is con?rmed by the attached letter of Certi?cation from the City of Chicago effective date of to for a period of one year. - The undersigned is prepared to provide the following described services or supply the following described goods in connection with the above named projectfcontracn Towing Services . - The above described performance is offered for the following price and described terms of payment: Estimated 2.8% of the contract;va1ue of $504,000.00 If more space is needed to fully describe the MBEIWBE Erin's proposed scope of work andfor payment schedule. attach additional sheets. The undersigned will enter into a formal written agreement for the above work with you as a Prime Contractor. conditioned upon your execution of a contract with the City of Chicago. and will do so within (3) three working days of receipt of a signed contr ac from the City of Chicago. tl?l/7 er/ re of Owner or Authorised #gono 7 Higinio Sandoval - Owner Name mu. (Print! 7M 7/53-29 (es?2, Phone so: :4 on) no. I 1 City ?Chicago Richard M. Daley. Mag. or Department of Purchases. Contracts and Supplies Office of emphatic: and crti?mtion Dam! E. Malone hief Procurement Of?cer City Hall. Room 403 [ll \orth LaSalle Street Chicago. lilmors 60002-1284 l3 1 2) 744-1900 (312) 74-4-2949 lTTi hup rum :ztyolchicago org NEIGHBORHOODS June 23. 2000 Olivia Sandoval, Owner Higinio Towing 3246 South 50th Avenue Cicero, Illinois 60804 Dear Ms. Sandoval: We are pleased to inform you that Higinio Towing has been recerti?ed as an MBE by the City of Chicago. The MBE certi?cation, which is valid for one year, will expire June 30, 2001. You must apply for recerti?cation no fewer than 60 days before the expiration date to ensure that your certi?cation does not lapse. In the meantime. you must. in the form of an af?davit, inform the Department of Purchases, Contracts and Supplies of any changes in ownership or control of your ?rm or any other matters or facts affecting your ?rm?s eligibility for certi?cation. Your ?rm?s name will be listed in the City's Directory of Disadvantaged Business Enterprises, Minority Business Enterprises and Women Business Enterprises in the specialty area(s) of: Towing Services The City may commence actions to decertify your ?rm if you fail to notify us of any changes of facts affecting your ?rm's eligibility for certi?cation or if your ?rm otherwise fails to cooperate with the City in any inquiry or investigation. Decerti?cation procedures may also be commenced if your ?rm is found to be involved in bidding or contractual irregularities. Your ?rm's particrpation on City contracts will be credited only toward MBE goals in your area(s) of specialty. While your participation on City contracts is not limited to your specialty. credit toward MBE goals will be given only for work done in the specialty category. Thank you for your continued interest in the City?s Minority. Women and Disadvantaged Business Enterprise Programs Very truly yours. Eric A McMilIer Acting Director of Certi?cation EAM/waa C-l Letter of Intent from MBEIWBE to Perform ts Subcontractor. Supplier endlor Consultant Auto Pound Management . Related Towing Services Home ofProjectIContructSpeci?cation NumberPram: Mota's Towing M33: Yes :No (Naneothmi?rtm -WBE: Yes No To: Environmental Auto Removal! Inc and the City ofChicago: . (Name of Prime Contractor - The undersigned intends to perform work in connection with the above projects as a: - - ?Lu Proprietor Corporation Partnership Joint Venture The status of the undersigned is con?rmed by the attached letter of Certi?cation from the City of Chicago effective date of to for a period of one year. - The undersigned is prepered to provide the following described services dr'suppiy the following described goods in connection with the above nuned projectlcontracc Towing Services. - The above described performance is offered for the following price and described terms of payment Estimated (a LOSE of the contractzvalue of new If more space is needed to fully describe the MBEIWBE ?rm?s proposed scope of work andior payment schedule. attach additional sheets. The undersigned will enter into a formal written agreement for the above work with you as a Prime Contractor. conditioned upon your execution of a contract with the City of Chicago. and will do so within (3) three working days of receipt of a signed contract from the City of hicsgo. o? (Signature of Owner or Authorized Agent) Salvador Mota - Owng? None {Title (Print) 0:9 A377 Marge Phone momma sou t-I Mood on) Page 1 I City of Chicago Richard M. Dale). \lapor Department of Purchases. Contracts and Supplies Of?ce of omplrance and Certi?cation Dand \lalone ('hret' Procurement Of?cer Fit} Hall Room 403 ill \nrin LaSaile Street Chicago lilmors 60602-1354 iSlZi '44490'! 512114-2949 l'mn mu :ityjt'cmcago org NEIGHBORHOODS i" . June 21, 2000 Salvador Mota, Sole Proprietor Mota's Towing 2462 S. Blue Island Chicago. Illinois 60608 Dear Mr. Mota: We are pleased to inform you that Mota?s Towing has been recerti?ed as an MBE by the City of Chicago. The MBE certi?cation. which is valid for one year, will expire July 31, 2001. You must apply for recerti?cation no fewer than 60 days before the expiration date to ensure that your certi?cation does not lapse. In the meantime. you must, in the form of an af?davit. inform the Of?ce of Compliance and Certi?cation of any changes in ownership or control of your ?rm or any other matters or facts affecting your ?rm?s eligibility for certi?cation. Your ?rm?s name will be listed in the City?s Directory of Disadvantaged Business Enterprises, Minority Business Enterprises and Women Business Enterprises in the specialty area(s) of: Towing Services The City may commence actions to decertify your ?rm if you fail to notify us of any changes of facts affecting your ?rm?s eligibility for certi?cation or if your ?rm othenrvise fails to cooperate with the City in any inquiry or investigation. Decerti?cation procedures may also be commenced if your ?rm is found to be involved in bidding or contractual irregularities. Your ?rm's participation on City contracts will be credited only toward MBE in your area(s) of specialty. While your participation on City contracts is not limited to your specialty. credit toward MBE goals will be given only for work done in the specialty category. Thank you for your continued interest in the City's Minority, Women and Disadvantaged Business Enterprise Programs. Very truly yours, 3 en 00mm Eric A. McMiller Acti 9 Director of Certi?cation va Col Letter of Intent from MBWBE to Perform at Subcontractor. Supplier andlor Consultant Auto Pound Management Related Towing- Services Name of ProjectJContt-accm Speci?cation Number: 30?096890-05 From: Nook's Towing MBE: Yes :No - Firm: VIBE: Yes No To: Environmental Auto Removal, Inc. and the City of Chicago: (Name of Prime Contractor - Biddert?Pt-oposert The undersigned intends to perform work in connection with the above projects as a: Corporation Joint Venture - '3 - ?ble Proprietor Partnership The MBEIWBE status of the undersigned is con?rmed by the attached letter of Certification from the City of Chicago effective date of to for a period of one year. - The undersigned is prepared to provide the following described services or supply the following described goods in connection with the above named projec?contracc Towing Services. The above described performance is offered for the following price and described terms of payment: . Estimated .75% of the contract;value of $135,000.00 If more space is needed to fully describe the ?rm?s proposed scope of work andior payment schedule, attach additional sheets. The undersigned will enter into a formal written agreement for the above work with you as a aneFontractor. conditioned upon your execution of a contract with the City of Chicago. and W111 do so Within (3) three working days of receipt of a signed contract from the City of - Chicago. 744 (Signature of Owner or Authorised Ageau Lester McGowan - Owner Name/Titleu?rintl - 11/ Date 709 yea trail? Phone MICHASING (-1 I82) Fey. 1 at 1 City of (lingo Richard M. Daley, Mayor DenmatolPu-dm. Communist-?ts Of?ce of Compliance and Certi?cation David 5.5111011: Chief Procurement 053m- Ciry Hall. Room 403 [ll North LaSalle Street Chicago. [llmors 60602-1284 (BIZ) 744?4900 (312) ?44-2949 (TIT) hitp?wm cityofchiago org June 7, 2000 Lester Mc Glow Nook Towing 15238 South Hasting Drive Dalton, 60419 Dear Mr. Mc Glow: We are in receipt of your application for recerti?cation. As you may know, on December 29, 1999, Mayor Daley announced the establishment of the City of Chicago Of?ce of Compliance and Certi?cation. This new of?ce, among other things, will administer the certi?cation of disadvantaged, minority; and/or women- owned business. The Mayor has asked that we review the current certi?cation program and institute a more rigorous recerti?cation procedure. Therefore, our current program is under review. In the interim, since your ?rm met its obligation to apply for recerti?cation before the expiration date of July 1, 2000, your ?rm will continue to be certi?ed by the City of Chicago for a period of 90 days. after which a ?nal determination will be made as to the status of your firm. I am sure you will agree that it is in our best interest that the City's program is conducted in accordance with the highest standards. If you have any further questions regarding your certi?cation status, please contact Nancy Bronakowski. Intake Of?cer at 312-744-1193. Very truly yours 2w .4 in ?ii Eric A. McMiller Acting Director of Certi?cation 0% 7 a: A 0 ix (in ofChi?so Richard Dali-i. ?Igor Department at Puictmn. artifacts and Supplies \it will!? him; l?urirhamni \5riit (in ?all Rmim i?i I thing" Illimiilitmi2.i_tii.i iitli 1'4449lm Hi2: 744-3'1wi I'm Hum- chi .l In NEIGHBORHOODS - at, in; S?liia .5 June 1. 1999 Lester C. McGlown. Owner Nook Towing 15238 S. Hasting Drive Dotton. Illinois 60419 Dear Mr. McGIown We are phased to infant you that ?ock Towing has bccri racer as an MBE by the City of Chicago. The certi?cation. which is vali one year, will expire June 30, 2000. You must apply for recerti?ca no less than sixty days prior to the expiration 'date to ensure that certi?cation does not lapse. In the next edition of the Disadvantaged Business EnterpriseslMin Business EnterprisesNVomen Business Enterprises Directory your will be listed as an MBE in the specialty area(s) of: Towing Service Your ?rm's partiCipation on City contracts will be credited toward goals in the certi?ed area of specialty. While your participation on contracts is not limited to your specialty, credit toward MBE goals only be given for work done in the certi?ed specialty category Your firm must provide written noti?cation to the Departmer Purchases, Contracts and Supplies. if there are any changes ownership and [or control-of the ?rm- The City reserves the decertify your ?rm if the required noti?cation is not given within 10 dz Certi?cation may also be revoked for involvement in bidding contractual irregularities. Sincer ly, Tro: Ratliff Deputy Purchasing Agent Terr - . Col Letter ofintent from MBWBE to Perform as Subcontractor. Suppiier andlor Consultant Auto Pound Management Name ofProjectrCann-acn :R?a?ea SentineS- speci?cation Number: 130-0 9 689 0? 05 From: Petromex, Inc. 5135; Yes No To: Environmental Auto Removal, Inc. and the City ofChicago: (Home of Prion Contractor - BiddartPropourt The undersigned intends to perform work in connection with the above projects as a: - - Sole Proprietor Corporation Partnership Joint Venture The status of the undersigned is con?rmed by the attached letter of Certi?cation from the City of Chicago effective date of to for a period of one year. The undersigned is prepared to provide the following described services or supply the following described goods tn connection with the above named projectlcontract: Purchase of gasoline. - The above described performance is offered for the following price and described terms of payment Estimated 3.0% of the contractzvalue of $540,000.00 If more space is needed to fully describe the MBEIWBE ?rm's proposed scope of work andfor payment schedule. attach additional sheets. The undersigned will enter into a formal written agreement for the above work with you as a Prime Contractor. conditioned upon your execution of a contract with the City of Chicago. and will do so within (3) three working days of receipt of a signed contract from the City of - Chicago. . 5/ . - 1' iSiinature of Owner or Authorized Agent! Phil Estrada President one itle Prinll 708-489?1733 Data Phone mediums so: c~1 (Invited that he! I 1 City of Chicago Richard M. Daley. Mayor Department of Purchases. Contracts and Supplies Of?ce of Compliance and arti?auon David E. Malone Chief Procurement Of?cer (it) Hall. Room 403 ill North LaSaile Street Chicago. lilmors 60603-1284 i312) "44-4900 i3l2l 7-14-2949 iTi?Y) mm c::}ofchicago org June 21, 2000 Felipe Estrada, President Petromex, Inc. 14702 S. Hamlin Midlothian, IL 60445 Dear Mr. Estrada: We are pleased to inform you that Petromex, Inc.. has been recertified as a DBEIMBE by the City of Chicago. The DBEIMBE certification. which is valid for one year, will expire July 31, 2001. You must apply for recerti?cation no fewer than 60 days before the expiration date to ensure that your certi?cation does not lapse. In the meantime, you must. in the form of an af?davit. inform the Department of Purchases, Contracts Supplies of any changes in ownership or control of your ?rm or any other matters or facts affecting your ?nn?s eligibility for certi?cation. Your ?rrn's name will be listed in the City's Directory of Disadvantaged Business Enterprises, Minority Business Enterprises and Women Business Enterprises in?the specialty area(s) of: Sales and Distribution of Petroleum Products, Diesel Fuel. Gasoline and Special Fuels The City may commence actions to decertify your ?rm if you fail to notify us of any changes of facts affecting your ?nn?s eligibility for certi?cation or if your ?rm otherwise fails to cooperate with the City in any inquiry or investigation. Decerti?cation procedures may also be commenced if your ?rm is found to be involved in bidding or contractual irregularities. Your ?rm's participation on City contracts will be credited only toward DBEIMBE in your area(s) of specialty. While your participation on City contracts is not limited to your specialty, credit toward DBEIMBE goals will be given only for work done in the specialty category. Thank you for your continued interest in the City's Minority, Women and Disadvantaged Business Enterprise Programs. Very truly yours, . . Sm ?W/l LWW Eric A. McMiller Acting Director of Certi?cation M/fg a Col Letter of intent from to Perform a: Subcontractor. Supplier sndlor Consultant gun?u. Auto Pound Management Name ofProjectJConn-acne Related' Towing?Services Speci?cmm B0-096890-05 Front: Perc?s Towing yuL: No Firm: WEE: Yes No To: Environmental Auto Removalg Incr and the City ofChicago: (Name of Prime Contractor - Bidden?l?ropour: The undersigned intends to perform work in connection with the shore projects as a: - - ?Ll. Proprietor Corp-oration Partnership Joint Venture The Status of the undersigned is con?rmed by the attached letter of Cerd?cnu'on from the City of Chicago effective date of to for a period of one year. The undersigned is prepared to provide the following described services or supply the following described goods in connection with the shove warned projectfconu'acu Towing Services. The shove described performance is offered for the following price and described terms of payment Estimated .75% of the contract;value of $135,000.00 If more space is needed to fully describe the ?rm's proposed scope of work andlor payment schedule. attach additional sheets. The undersigned will enter into a formal written agreement for the above work with you ?3 0 Prime Contractor. conditioned upon your execution of a contract with the City of Chicago. and will do so within (3) three working days of receipt of a signed contract from the City of ?Chicago. a 1753 ture of Owner or Authorised Agent: Percy Martin - Owner Hanmf?netP?nu ?:26 - 7/3 Phone meta-lama SCH to ma: page I of I (1 China cl Calm and ?l?iu Aluantkr Acting Patching Agent City Hall. Room 4n: Nurth in?ll: Sire! Chicago. Illinois 6060.?- 284 (1 I 2) 744-49!? (313) 744-29-Ntl'l Y) NE [B'd . F?r7 7% June 21, 1999 Percy Martin. Owner Percy's Towing 1730 N. Keating Ave. Chicago. IL 60639 Dear Mr. Martin' We are pleased to inform you that Percy?s Towing has been recerti?ed as an M85 by the City of Chicago The certi?cation. which is valid for one year. will expire July 31 2000. You must apply for recertl?catton no less than sixty days prior to the expiration date to ensure that your certi?cation does not lapse. In the next edition of the Disadvantaged Business EnterpriseslMinority Business Enterprises/Women Business Enterprises Directory your ?rm will be listed as an MBE in the specialty area(s) of: Towing Services Your ?rm's padretpation on City contracts will be credited toward MBE goals in the certi?ed area of specialty. While your participation on City contracts is not limited to your specialty, credit toward MBE goals will only be given for work done In the certi?ed specralty category. Your ?rm must prowde written noti?cation to the Department of Purchases. Contracts and Supplies. if there are any changes in ownership and/or control of the firm. The City reserves the rig ht lo your firm If the requrred noti?cation is not given within 10 days Certi?cation may also be revoked for involvement In bidding or contractual "regularities. Sincerely. a - 7 Troy Rat Deputy Purchasing Agent d" ZIE 93:11 Letter of Intent from MBWBE to Perform as Subcontractor. Supplier andlor Consultant Auto Pound Management Name ofProjectIConn-act: Mowing. Services. Speci?can?on Number: 0'9 6 890- 0 5 From: Towing M38: Yes No Firm: -WBE: Yes No To: Environmental Auto Removal. Inc. and the City ofChicsgo: (Name of Prime Conn-actor . BidderrProposer: The undersigned intends to perform work in connection with the above projeth as a: - 5 - ?hle Proprietor Corp-oration Partnership Joint Venture The MBEJWBE status of the undersigned is con?rmed by the attached letter of Certi?cation from the City of Chicago effective date of to for a period of one year. 'l?he undersigned is prepared to provide the following described services or supply the folloWing described goods in connection with the above named project/contract: Towing Services . The above described performance is offered for the following price and described terms of payment: .Estimated 6 1.5% of the contractzvalug of $970 000 no if more space is needed to fully describe the MBEIWBE ?rm's proposed scope of work andlor payment schedule. attach additional sheets. The undersigned will enter into a formal written agreement for the above work with you as a. Prime Contractor. conditioned upon your execution of a contract with the City of Chicago. and will do so within (3) three working days of receipt of a signed contract from the City of 'Chicago. Yaw/J47 -- (Signature o! Owner or Authorized Agent) Robert Perry - Owner Nazqf?uetPI-inti A 0 77': 6 75/ "33/th Phone PURCHASING (-1 (Round Page I o! Drum-rm (mam MGM ?Puma? Cu) Milne-403 ringworm-I280 m2} 1W Imp ?in? cu an Mm. . tact [nil its-"Lira nun-u . W8. 1999 Robert Perry. Own-3i Towing. Inc. 201 N. Mayliekl Chimgo. 60644 Dear Mr. Perry We are pleased to in'iai you that 8- Towing. Inc. has been certi?ed as an by the (Lit-n1r Chicago. The certi?cation, which is valid for one year. exaire 31. 2000.? You must apply for recerti?cation no less than sxty days prior to the expiration date to ensure that yum cw :2 .tion does not lapse. in the next edimn cl tr Disadvantaged Business ErlterprisesIMinority Business Enterprise :11 amen Busmess Enterprises Directory your ?rm be listed as an in the specialty areatsl of. Towing Servrces Your ?rm's parucipa it: 1 on City contracts will be credited toward MBE goals in the certified a a of specialty While your participation on City contracts is nor t3 your specialty, credit toward MBE goals will only be gin er.- lor work at me in the certified specralty category. Your firm niust prom .Il {iJrOVlCle written notification to the Department of Purchases, Contracts and Supplies, if there are any changes in ownership ard .ror l'Ql .tml of the ?rm The City reserves the right to decertify your it .n1 . mam-ac: notification l5 not given?wnhm 10 days Certi?cation may . Is 3 as reunited for involvement in bidding or contractual irregular: :11 Sincerely. Deputy Purchasing Agent Letter of Intent from MBEIWBE to Perform at Subcontractor. Supplier andlor Consultant Auto Pound Management Nun! 0? Pmiec?canmcc Wages. Speci?cation Number: 30-095390-05 From: Qu imex, Inc. M33: Yes :No (Nmeof?nmi Firm: VIBE: Yes No To: Environmental Auto Removal, Inc. and the City ofChicago: (Name of Prime Contractor - BiddertPropoaer: The undersigned intends to perform work in connection with the above projects as a: - - ?hle Proprietor Corp-oration Partnership - Joint Venture The MBEIWBE status of the undersigned is con?rmed by the attached letter of Certi?cation from the City of Chicago effective date of to for a period of one year. The undersigned is prepared to provide the following described services. or supply the following described goods in connection with the above named project/contracu Purchase of petroleum products. - The above described performance is offered for the following price and described terms of paymenc Per payment schedule based on costs of sales. Estimated .30% of the contract;value of $54,000.00 if more space is needed to fully describe the MBEIWBE ?rm's proposed scope of work andlor payment schedule. attach additional sheets. The undersigned Will enter into a formal written agreement for the above work with you as a Prime Contractor. conditioned upon your execution of a contract with the City of Chicago. and will do so within (3) three working days of receipt of a signed contract from the City of Chicago. 7745/ ?7 (Signature et Owner or Authorized Agent: Felipe Estrada - President f?l'i IPrint) Date 708-597-6201 Phone mmasmo so: (-1 em: page I of 1 City of Chicago Richard M. Daley. \Iayor Department of Purchases. Contracts and Supplies Of?ce of omplianoe and eru?cntion Dalrld Malone hiel' Procurement Of?cer (?in Hall. Room 4b} 131 North Streex Chicago. lilmou 811124284 (3 [ll ~44-4900 l3l2lU-t-2949 nu ciixot?cnicago org NEIGHBORHOODS . EAM/dar June 16, 2000 Felipe Estrada, President Quimex, Inc. 14702 South Hamlin Avenue Midlothian, Illinois 60445 Dear Mr. Estrada: We are pleased to inform you that Quimex, Inc. has been recert'r?ed as an DBEIMBE by the City of Chicago. The DBEIMBE certi?cation, which is valid for one year. will expire June 30, 2001. You must apply for recerti?cation no fewer than 60 days before the expiration date to ensure that your certi?cation does not lapse. In the meantime, you must, in the form of an af?davit. inform the Department of Purchases. Contracts Supplies of any changes in ownership or control of your ?rm or any other matters or facts affecting your ?rm's eligibility for certi?cation. Your ?nn?s name will be listed in the City's Directory of Disadvantaged Business Enterprises, Minority Business Enterprises and Women Business Enterprises in the specialty area(s) of: Supplier and Distributor of Chemicals, Solvents, Lubricants and Gasoline The City may commence actions?to decert'rfy your ?rm if you fail to notify us of any changes of facts affecting your firm's eligibility for certi?mtion or if your ?rm otherwise fails to cooperate with the City in any inquiry or investigation. Decerti?cation procedures may also be commenced if your ?rm is found to be involved in bidding or contractual irregularities. Your ?rm?s participation on City contracts will be credited only toward DBEIMBE in your area(s) of specialty. While your participation on City contracts is not limited to your specialty, credit toward DBEIMBE goals will be given only for work done in the specialty category. . Thank you for your continued interest in the City?s Minority, Women and Disadvantaged Business Enterprise Programs. Very truly yours. 0w; a, JDL Eric A. McMiller Act' 9 Director of Certi?cation a . f? .v 0/?1 I - an -- .- - 7 C-?l Letter of Intent from MBEIWBE to Perform as Subcontractor. Supplier andlor Consultant Auto Pound Management Name of ProjectIConn-act: Speci?cation NumberFrom: Talon Towing MBE: Yes :No lNameeiXBWBE Firm: -WBE: Yes No To: Environmental Auto Removal, Inc. and theCityofChicago: (Name of Prime Contractor - BiddertP roposer: The undersigned 17d?! to perform work in connection with the above projects as a: - - gble Proprietor Corp-oration Partnership Joint Venture The MBEIWBE status of the undersigned is con?rmed by the attached letter of Certi?cation from the City of Chicago effective date of to for a period of one year. The undersigned is prepared to provide the following described services or supply the following described goods in connection with the above named projectfcontract: Towing Services. The above described performance is offered for the following price and described terms of payment: Estimated .30% of the contract:va1ueof If more space is needed to fully describe the MBEIWBE ?rm's proposed scope of work andior payment schedule, attach additional sheets. The undersigned will enter into a formal written agreement for the above work with you as a Prime Contractor. conditioned upon your execution of a contract with the City of Chicago. and will do so within (3) three working days of receipt of a signed contract from the City of Chicago. @342, 62am?; -- (Signature oi Owner or Authorized Agent: Noble Pearle - Owner Name mu. (Print) Date Phone so: :4 (new om a a 1 .4511 Ur: 04: la. Lil) ?Chicago Richard DIR-3. ?ago: 0:an of Fauna-s Contracts and Suppl-s mum Grail: min; Waning \gmt H.111. ?In ?03 1:1 \onti Sum CHICJSO ill-mus aloof-1284 "ll 7444*? c. ch- :1 u. Hal-u ?martin t-oai- rum? r-?a October 15, 1999 Stable Pearce, Ialon Towing 8.. Rem-a! -: ry 2025 24" Avenue Eroadwew, Illinois GM: 3 Dear Mr. Pearce We are pleased to it {an 1 (cu that Talon Towing Recovery has been certified as an 13}! 0 ie City of Chicago. The certi?cation, which is valid for one year. will expire October 31, 2000. You must apply for riacerti?cation no les-s- hm Sixty days prior to the expiration date to ensure that yOul' ceitilic than does not lapse: In the next edition of'hu Disadvantaged Business EnterprisesIMinority Elusrness Enterprise 'c men Business Enterprises Directory your firm It be listed as an . it the specialty area(s) of Towin 3 Services Your farm's aartcipat :ii City contracts will be credited toward MBE goats in the certified Ell 31? Specialty While ymir participation on City contracts is net limit 2: (our Specialty. credit toward MBE goals will only be given for wot . re in the certi?ed specialty category Your firm trust prorr put. de written noti?cation to the Department of Purchases. Contra :15 a 1d Supplies, if there are any. changes in CIWNEISNIP and tar cur: it of me ?rm The City reserves the right to cecertify your firm if 1e (?12193 noti?cation is not given Within 10 days Certi?cation may a sir. are revoked for involvemert in bidding or inntraCtua: irregulauttie . Sincerely. 2/ Troy Rat Deputy Purchasmg Agent a" ?$an Col Letter of Intent from MBWBE to Perform at Subcontractor. Supplier andlor Consultant Auto Paynd Management Name ofProjeethontx-act: Piglated Towing?j?iervices . Specification Number: 30-95390-05 'From: Action Iron Metal: Inc. MBE: Yes :No was: Yes :No? To: Environmental Auto Removal, Inc. and theCityof Chicago: (Name of Prime Contractor - BiddertPropoaer: The undersigned intends to perform work in connection with the above projects as a: i - ?hie Proprietor Corporation Partnership Joint Venture The MBEJWBE status of the undersigned is con?rmed by the attached letter of Cerd?cation from the City of Chicago effective date of to for a pen'od of one year. The undersigned is prepared to provide the following described services or supply the following described goods in connection with the above named projectlconu?acu Auto wrecking and scrap metal of abandoned vehicle es?. The above described performance is offered for the following price and described terms of n-vment: t'mat of $43-0n04m If more space is needed to fully describe the MBEJWBE ?rm?s proposed scope of work under payment schedule. attach additional sheets. The undersigned will enter into a formal written agreement for the above work with you as a Prune Contractor. conditioned upon your execution of a contract with the City of Chicago. and will do so within (3) three working days of receipt of a signed contract from the City of -Ch.icago. 2M (SignHuI-e WOwuor or Authorized Agent: Ma i - Nana/Titleu?rlno am 073- 247 ?445:0 Phone it} of Chicago Richard Date}. Vlayor Department of Purchases. Contracts and Supplies David \lalonc ChiefProcurement Of?cer (it) Hal! Room 403 \urth LaSalle Street Chicago. bOtvOI-lIS-t Lilli '44-4900 Lilli ?44?2949lml hup we cityofchicago Org April 24. 2000 Marilyn Mucerino. President Action iron 8- Metal, Inc. 3345 W. 31" Street Chicago, IL 60623 Dear Ms. Muoerino: We are pleased to inform you that Action Iron 8. Metal, Inc. has been recerti?ed as a WBE by the City of Chicago. The WBE certi?cation, which is valid for one year, will expire May 31, 2001. You must apply for recerti?cation no fewer than 60 days before the expiration date to ensure that your certi?cation does not lapse. In the meantime, you must. in the form of an affidavit. inform the Of?ce of Compliance and Certi?cation of any changes in ownership or control of your ?rm or any other matters or facts affecting your ?rm?s eligibility for certi?cation. Your ?rm's name will be listed in the City's Directory of Disadvantaged Business Enterprises, Minority Business Enterprisesand Women Business Enterprises in the specialty area(s) of: Auto Wrecking; Scrap Metal Yard; Radiator Repair; Construction Equipment Rental The City may commence actions to decertify your ?rm if you fail to notify us of any changes of facts affecting your firrn's eligibility for certi?cation or if your ?rm otherwise fails to cooperate with the City in any inquiry or investigation. Decerti?cation procedures may also be commenced if your ?rm is found to be involved in bidding or contractual irregularities. Your ?rm's participation on City contracts will be credited only toward WBE in your area(s) of specialty. While your participation on City contracts is not limited to your specialty, credit toward WBE goals will be given only for work done in the specialty category. 1 Thank you for your continued interest in the City?s Minority. Women and Disadvantaged Business Enterprise Programs. Very truly yours. Sn; Eric A. McMiller Director of Certi?cation VJ EAM/dlh - - - C-l letter of Intent from to Perform at Subcontractor. Supplier andlor Consultant Auto Pound Management Name of ProjectIConn-act: Speci?cation Number: 30?96890-05 From: Arabella 'Towing MBE: Yes :No (Naneoniaml: Firm: WEE.- Yes :No To: Environmental Auto Removali Ing. and the City ofChicago: (Name of Prime Contractor - Hidden? roposers The undersigned intends to perform work in connection with the above projects as a: - - ?hle Proprietor Corporation Partnership Joint Venture The status of the undersigned is con?rmed by the attached letter of Certi?cation from the City of Chicago effective date of to for a pen'od of one year. The undersigned is prepared to provide the following described services or supply the following described goods in connection with the above named Towing Services. The shove described performance is offered for the following price and described terms of payment: Estimated 9 1.0% of the contract:value (3:151 nn If more space L1 needed to fully describe the MBEJWBE ?rm's proposed scope of work andfor payment schedule. attach addih?onal sheets. The undersigned will enter into a formal written agreement for the ehove work with you as a Prime Contractor. condih'oned upon your execution of a contract with the City of Chicago. and will do so within (3) three working of receipt of a signed contract from the City of ?Chicago. mo (Signature of Owner or Authorised Agent: Gregoria Lopez - President Nan. mu. (Print! 111511?) Date I 7 72- 519 Phone a? any} . .11 (Es-ram Wilt-chm. Wadi-?ts Adamant M403 NuthuSIllcsulur Chicago. minim-1234 744-4900 http:llm.a.ctn.tl.tu . up August 9, 1999 Gregorio Lopez Obeidat. President Arabella Towing, Inc. 3321 s. Morgan Ave. Chicago. IL 60608 Dear Ms. Obeidat: we are pleased to inform you that Arabella Towing. Inc-has been reoertifled as an MBEMIBE by the City of Chicago. The certi?cation. which is valid for one year. will expire August 31. 2000. You must apply for reoerti?cation no less than sixty days prior to the expiration date to ensure that your certi?cation does not lapse. In the next edition of the Disadvantaged Business Enterprises/Minority Business EnterprisesIWomen Business Enterprises Directory your ?rm will be listed as an MBEIWBE in the specialty area(s) of. Towing Services Your ?rm's participation on City contracts will be credited toward MBEIWBE goals in the certi?ed area of specialty. While your participation on City contracts is not limited to your specialty. credit toward MBEIWBE goals will only be given for work done in the certi?ed specialty category. Your ?rm must provide written noti?cation to the Department at Purchases. Contracts and Supplies, if there are any changes in ownership and/or control of the ?rm. The City reserves the right to decertify your ?nm?l?the required noti?cation is not given within 10 days. Certi?cation may also be revoked for involvement in bidding or contractual irregularities. Sincerely, Deputy Purchasing Agent sgaamms C-?l Letter of Intent from to Perform as Subcontractor. Supplier andlor Consultant Auto Pound Management Name of ProjectrContrac: Belated. Town-g; Serv_1_ces - Specu?cm? Numb": 30.9 6890-05 From: Sales Corporation MBE: Yes No (Nanaenl?mtfirul WEE: Yes No To: Environmental Auto Removal, Inc. and tbeCityol'Chicago: (Name of Prime Contractor - Bidderfl?roposer: The undersigned intends to perform work in connection with the above projects as a: - - - ?ble Propiietor Corporation Partnership Joint Venture The status of the undersigned is confirmed by the attached letter of Certi?cation from the City of Chicago effective date of to for a period of one year. The undersigned is prepared to provide the following described services or supply the following described goods in connection with the above named projectlcontracc Purchase of truck,? trailer, and automotive parts~ and repair and replacement of hose assemblies. The above described performance is offered for the following price and described terms of payment.- Per payment schedule based on costs of sales; Estimated -25% of contract:va1up of nn If more space is needed to fully describe the MBEIWBE Erin's proposed scope of work andlor payment schedule. attach additional sheets. The undersigned will enter into a formal written agreement for the above work with you as a Prime Contractor. conditioned upon your execution of a contract with the City of Chicago. and will do so within (3) three working days of receipt of a signed contract from the City of .Chicago. 6p 09.1% aw (?itnature of Owner or Authorised Agents Judith L. Lubin - President .?iatae fl'itle (Print) 0 Data Phone Donald! Gt] of Chicago Richard M. Daley. Mayor Wofm Weds-"lies Office ofCompliance and (initiation David E. Malone Chief Procurement O?'lcer It} Hall. Room 403 ill North LaSaile Street Clause. Illinois 60602- [284 (3 I2) 744-49?) l3l2)744?2949 cityol'chicago org \r ELM June 7, 2000 Judith Lubin Sales Corporation 13856 South Halsted Street Riverdale, Illinois 60827 Dear Ms. Lubin: We are in receipt of your application for recerti?cation. As you may know, on December 29. 1999, Mayor Daley announced the establishment of the City of Chicago Of?ce of Compliance and Certi?cation. This new of?ce, among other things, will administer the certi?cation of disadvantaged, minority,- and/or women- owned business. The Mayor has asked that we review the current certi?cation program and institute a more rigorous recert'r?cation procedure. Therefore, our current program is under review. in the interim, since your ?rm met its obligation to apply for recerti?cation before the expiration date of August 1,2000, your ?rm will continue to be certi?ed by the City of Chicago for a period of 90 days, after which a ?nal determination will be made as to the status of your ?rm. am sure you will agree that it is in our best interest that the City?s program is conducted in accordance with the highest standards. If you have any further questions regarding your certi?cation status, please contact Nancy Bronakowski, intake Of?cer at 312-744-1193. Very truly yours . 9m; W2 1Q. Eric A. McMiller Acting Director of Certi?cation 5932mm: ca letter of Intent from to Perform as Subcontractor. Supplier andlor Consultant Auto Pound Management Hunt of PmichConmcc WW Speci?cation NumberFrom: Towing M82: Yes :No (amomam: ?rm: WEE: Yes 3 No To- Environmental Auto Removal, Inc. and theCityofChicago: (Name of Prime Contractor - Biddart?l?ropoaari The undersigned intends to perform work' in connection with the above projects as a: - 4 - Sole Proprietor Corporation Partnership Joint Venture The status of the undersigned is con?rmed by the attached letter of Certi?cation from the City of Chicago effective date of to for a period of one year. The undersigned is prepared to provide the following described services or supply the following described goods' in connection with the above named projecticontract: Towing Services . - The above described performance is offered for the following price and described terms of payment Estimated 9: the 00 If more space is needed to fully describe the arm's proposed scope of work andfor payment schedule. attach additional sheets. The undersigned will enter into a formal written agreement for the above work with you as a Prime Contractor. conditioned upon your execution of a contract with the City of Chicago. and will do so within (3) three working days of receipt of a signed contract from the City of - Chicago. i (Si to of Owner or Authorized Agent! Lydia Gill - Ownegi Name {Title (Print! 000 5 Phone undoing. newt?elm moms Acting What Cary Hall. M403 North LaSallcSulet (hinge, ?linois 606024234 (112) 144-000 (Jill 744-2949 CITY) NE tumour. canon mm: April 13. 1999 Lydia Gill. Partner 6 Auto Towing Recovery 12034 South Lowe Avenue Chimgo. Illinois 60628-6320 Dear Ms. Gill: We are pleased to inform you that a Auto Towing 3. Recovery has been recerti?ed as a DBEIMBEMBE by the City of Chicago. The certi?cation. which is valid for one year. will expire April 30. 2000. You must apply for recerti?cation no less than sixty days prior to the expiration date to ensure that your certi?cation does not lapse. In the next edition of the Disadvantaged Business EnterprisesIMinority Business Enterprises/Women Business Enterprises Directory your ?rm will be listed as a DBEIMBEIWBE in the specialty area(s) oi: Vehicle Towing 8. Recovery Your ?rm's participation on City contracts will be credited toward DBEIMBEMBE goals in the certi?ed area of specialty. While your participation on City contracts is not limited to your specialty, credit toward DBEIMBEJWBE goals will only be given for work done in the certi?ed specialty category. Your ?rm must provide written noti?cation to the Department of Purchases. Contracts and Supplies. if there are any changes in ownership and tar control of the ?rm, The City reserves the right to your ?rm if the required notification is not given within 10 days. Certi?cation may also be revoked for involvement in bidding or contractual irregularities. Sincere . Deputy Purchasing Agent DBE Certi?cation issued in accordance with ASCFR Part 23 1' Pk :l it} of Chicago Richard Dale}. \tayor of Purchases. Contracs and Supplies Dand Haione Chief Procurement Oler (it) Hal! Room 403 \orth LaSaile Street Chicago. illmors (JUNE-RM Gill ?44?4900 13121'44-2949imi "tum org NEIGHBORHOODS (May 13. 2000 Lydia Gill Towing 12034 South Lowe Chicago, Illinois 60628 Dear Ms. Gill: Thank you for your interest in our Disadvantaged Business Enterprise/Minority Business Enterprise/Women Business Enterprise (DBEIMBEIWBE) Program. Your application requesting certi?cation has been entered into our processing system. You will be noti?ed if additional information is required. Please direct questions regarding the status of your application to Ms. Nancy Bronakowski at (312) 744-1 193. You will be noti?ed in writing when a decision has been made. Sincerely, . 1 $302 now/n We Eric A. McMiller Acting Director of Certi?cation Rev 1/2000 Agni Col Letter of Intent from MBWBE to Perform as Subcontractor. Supplier andlor Consultant Auto Round Management Name ofProiechonmc: Speci?cation Number: 395096890405 From: Hunter Towing MBE: Yes No . Firm: Yes No To: Environmental Auto Removal. Inn and ?11er ofChicago: - (?ame at Prime Contractor - BiddarrPi-opour: The undersigned intends to perform work in connecn?on with the above projects as a: '3 - ?Bl. Proprietor Corpooran'on Partnership Joint Venture The status of the undersigned is con?rmed by the attached letter of Certi?cation from the City of Chicago effective date of to for a period of one year. - The undersigned is prepared to provide the following described services or supply the following described goods in connection with the above named projectlcontraec Towing Services. The above described performance is offered for the following price and described terms of payment: Estimated i.0% of the contract;value of $180,000.00" If more space is needed to fully describe the MEI-21W BE ?rm's proposed scope of work audior payment schedule. attach additional sheets. The undersigned will enter into a formal written agreement for the above work with you as a Prime Contractor. conditioned upon your execution of a contract with the City of Chicago. and will do so within (3) three working days of receipt of a signed contract from the City of Chicago. I (Signature or Ow or Authorized Agent: Julia Moultrv - Owner Nana-mu (Print! vjq?Q?? 173?363-9627 Phone momma scu c-1 (Irvine an 9.9. 1 1 City of Gringo Richard Daley. \layor Department of Purchases. (comets and Supplies O?ice of ompliance and cru?cation D'aud \laione ChiefProcuretnent Of?cer 11'} Hali. Room 403 ?Zl \orth LaSalle Street Chicago. lilmors (0003-1284 . 13! "44-49?; ?Th; in a org EIGHRORHOQDS . DEM/gva July 12, 2000 Julia Moultry. Owner Hunter Towing 1300 E. 74?1 Street Chicago, Illinois 60619 Dear Ms. Moultry: We are pleased to inform you that Hunter Towing has been recerti?ed as a DBEIMBEIWBE by the City of Chicago. The DBEIMBEIWBE certi?cation, which is valid for one year, will expire July 31, 2001. You must apply for recerti?cation no fewer than 60 days before the expiration date to ensure that your certi?cation does not lapse. In the meantime. you must, in the form of an af?davit. inform the Of?ce of Compliance and Certi?cation of any changes in ownership or control of your ?rm or any other matters or facts affecting your ?rm's eligibility for certi?cation. Your ?rm's name will be listed in the City?s Directory of Disadvantaged Business Enterprises, Minority Business Enterprises and Women Business Enterprises in the specialty area(s) of: Towing Services The City may commence actions to decertify your ?rm if you fail to notify us of any changes of facts affecting your ?rm's eligibility for certi?cation or if your ?rm othenrvise fails to cooperate with the City in any inquiry or investigation. Decerti?cation procedures may also be commenced if your ?rm is found to be involved in bidding or contractual irregularities. Your ?rm's partimpation on City contracts will be credited only toward In your area(s) of speCialty. While your participation on City contracts IS not limited to your specualty. credit toward DBEIMBEIWBE goals Will be given only for work done in the specualty category. Thank you for your continued interest in the City?s Minority. Women and Disadvantaged Busmess Enterprise Programs Very truly yours. gar. ?i?o/zo 2iavrdEZ Malone hief Procurement Of?cer C-l Letter of Intent from MBUWBE to Perform as Subcontractor. Supplier andlor Consultant Auto Pound Management Nun 0? ProiewCO?tru: Speci?cation Number: BU-096890-05 From: Lak Entegprises M33: Yes :No (Rm-otxamifimn -WBE: Yes No To: Environmental Auto Removal, Inc . and the City ofChicago: (Home of Prime Contractor - Bidderfi'roposeri The undersigned intends to perform work in connection with the above projects as a: Corporation Joint Venture - ghle Proprietor Partnership . The status of the undersigned is con?rmed by the attached letter of Certi?cation from the City of Chicago effective date of to for a period of one year. - The undersigned is prepared to provide the following described services dr. supply the following described goods in connection with the above named projec?contracu Towino Services . - The above described performance is offered for the following price and described terms of payment: Estimated .75% of the contract?W If more space is needed to fully describe the MBEIWBE ?rm?s proposed scope of work andfor payment schedule. attach additional sheets. The undersigned will enter into a formal written agreement for the above work with you as a Prime Contractor. conditioned upon your execution of a contract with the City of Chicago. Baht: will do so within (3) three working days of receipt of a signed contract from the City of - cago. - Signature of Owner or Autho Agent! S. Quinn President 1,566 Dan 773 Gw- Pho MCHASING Col W382) P090 1 1 City of Chicago Richard M. Date). Mayor Department of Purchases. Contracts and Supplies Of?ce and enri'rcatron Daind Malone href Procurement Of?cer Cit) Hall. Room 403 \orth LaSalle Street Chicago. 60602-1284 13er ?4-4-1900 i3 Ill "44-2949 (ml turn at? L. kh'd n. June 22, 2000 Sema Quinn,President L. A. K. Enterprises drbla Northside Towing 6136 N. Harlem Chicago. IL. 60631 Dear Ms. Quinn: We are pleased to inform you that .A. K. Enterprises dlbla Northside Towing has been recerti?ed as an MBEIWBE by the City of Chicago. The MBEIWBE certi?cation, which is valid for one year, will expire June 30, 2001. You must apply for recerti?cation no fewer than 60 days before the expiration date to ensure that your certi?cation does not lapse. In the meantime. you must, in the form of an af?davit, inform the Department of Purchases. Contracts Supplies of any changes in ownership or control of your ?rm or any other matters or facts affecting your ?n'n?s eligibility for certi?cation. Your firm?s name will be listed in the City's Directory of Disadvantaged Business Enterprises, Minority Business Enterprises and Women Business Enterprises in the specialty area(s) of: Towing Services The City may commence actions to decertify your ?rm ifyou fail to notify us of any changes of facts affecting your ?rm's eligibility for certi?cation or if your ?rm otherwise fails to cooperate with the City in any inquiry or investigation. Decerti?cation procedures may also be commenced if your ?rm is found to be involved in bidding or contractual irregularities. Your ?rm's participation on City contracts will be credited only toward MBEIWBE in your area(s) of specialty. While your participation on City contracts is not limited to your specialty. credit toward MBEIWBE goals will be given only for work done in the specialty category. Thank you for your continued interest in the City's Minority. Women and Disadvantaged Business Enterprise Programs. Very truly yours, nir?l?iirl ?it Eric A. McMiller Acting Director of Certi?cation EAM/emc .- 7 SCHEDULE C-1 Letter of Intent from to Perform 3 Subcontractor, Supplier and/or Consultant Auto Pound Management Name of Projecthontract: Related Towing SerVices Specification Number: Fromi Wsionals Inc. MBE: Yes N0 ~momauvathm Yes No To; Envirmnni?a] Auto Ramona! IRE. and the CityofChicago: mm: at Prime Contractor . Binder The undersigned intends to perform work in connection with the above projects as a: Sole Preprietor Corporation Partnership Joint Venture The status of the undersigned is confirmed by the attached letter of Certification from the City of Chicago effective date of to for a period of one year. The IS prepared to provide the following described services or supply the followmg described goods in connection With the above named project/contract: Marketinq Jdaterials The above described performance is offered for the followmg price and described terms of payment: Per payment Schedule based on of the contragtrvalue of 545:000 00 If more space IS needed to fully describe the firm '5 proposed scope of work and/or payment schedule. attach additional sheets. The undersigned will enter into a formal written agreement for the above work with you as a Prime Contract0r, conditioned Upon your execution of a contract with the Ci of Chicago, and will do so within (3) three working days of receipt of a signed contract from the City of Chicago 9:2. 9r:- .u .. - some . - - .. 7 at? 3% annukarrnag-urchin . 1 Speci?cation: 30-96890-05, Auto Pound Management and Related Towing Services, Page 34 of 54 it} of Chicago Richard Dale}. \layor Department of Purchases. Contracts and Supplies Daud \lilonc but Procurement Officer ROOM 2 L?ui?: Street 1 hit-4:? I: innut-uoul-IJV-l Isigf?uumu. in :m ,"chicagn org a-JJune 5, 2000 Suzanne L. Hopkins Presentation Professionals. Inc. 10147 West 151st Street Orland Park, Illinois 60462 Dear Ms. Hopkins: We are in receipt of your application for recerti?cation. As you may know, on December 29, 1999, Mayor Daley announced the establishment of the City of Chicago Of?ce of Compliance and Certi?cation. This new of?ce. among other things, will administer the certi?cation of disadvantaged. minority,- and/or women- owned business. The Mayor has asked that we review the current certi?cation program and institute a more rigorous recerti?cation procedure. Therefore, our current program is under review. In the interim. since your ?rm met its obligation to apply for recerti?cation before the expiration date of July 1, 2000. your ?rm will continue to be certi?ed by the City of Chicago for a period of 90 days, after which a ?nal determination will be made as to the status of your ?rm. I am sure you will agree that it is in our best interest that the City's program is conducted in accordance with the highest standards. If you have any further questions regarding your certi?cation status, please contact Nancy Bronakowski. Intake Of?cer at 312-744-1193. Very truly yours as. was Eric A. McMiIIer Acting Director of Certi?cation EAMlnb City of aiicago Richard M. Daley, Mayor Dcpartncatofl?um Alexander Acting Purchasing Agent City Hall. Room 403 l2] North [.35ch Street Chicago, Illinois 60602-1284 (312) 744-4900 (312) 744-2949 (TIT) http:llm.ci.chi.il.us ?anggm BUILDING CHICAGO TOGETHER June 1. 1999 Ms. Suzanne Hopkins, President Presentation Professionals, Inc. 10147 W. 151" Street Orland Park, Illinois 60462 Dear Ms. Hopkins: We are pleased to inform you that Presentation Professionals, Inc. has been certi?ed as a DBEIWBE by the City of Chicago. The certi?cation, which is valid for one year, will expire June 30, 2000. You must apply for recerti?cation no less than sixty days prior to the expiration date to ensure that your certi?cation does not lapse. In the next edition of the Disadvantaged Business Enterprises/Minority Business EnterprisesNVomen Business Enterprises Directory your ?rm will be listed as a DBEIWBE in the specialty area(s) of: Presentation Consulting; Proposal writing; Promotional and Marketing Program Development; Systems Integration; Custom Software Development. Your ?rm's participation on City contracts will be credited toward DBEIWBE goals in the certi?ed area of specialty. While your participation on City contracts is not limited to your specialty. credit toward DBEIWBE goals will only be given for work done in the certi?ed specialty category. Your ?rm must provide written noti?cation to the Department of Purchases. Contracts and Supplies, if there are any changes in ownership and [or control of the ?rm. The City reserves the right to decert'rfy your ?rm if the required noti?cation is not given within 10 days. Certi?cation may also be revoked for involvement in bidding or contractual irregularities. Sin ely, Deputy Purchasing Agent C-l loner of Intent front MBEJWBE to Perform as Suhcon tractor. Supplier andlor Consultant Auto Pound Management Related-Towing_Services Name of Projecthontrac: .v Speci?cation Number: 5?04From: Three M's Towing MBE: Yes No amalgam: Firms WEE: Yes No To: Environmental Auto Removal Inc . and the City of Chicago: (Name of Prune Contractor - Bidder-t? ropoeer: The undersigned intends to perform work in connection with the above projects as a: - - ghle Proprietor Corporation Partnership Joint Venture The MBEIWBE status of the undersigned is con?rmed by the attached letter of Certi?cation from the City of Chicago effective date of to for a period of one year. The undersi?ned is prepared to provide the following described services or supply the following described goods in connection with the above named project/contract Towing Services. The above described performance is offered for the following price and described terms of paymenc Estimated .75% of the contract;value of $135,000.00 If more space is needed to fully describe the Erin's proposed scope of work endior payment schedule. attach edditional sheets. The undersigned will enter into a formal written agreement for the above work with you Prime Contractor. conditioned upon your execution of a contract with the City of Chic . and will do so within (3) three working days of receipt of a signed contract from the City hicago. (Signature of Owner or Authorized Agent: Joan Mohammad - President None [Title (Print) /l/zo {glugL/e? 777/ mmsmo so: :4 um '09. 1 1 Cit) of Chicago Richard Dale). \layor Department of Purchases. Contracts and Supplies Of?ce of omplrance and erti?cauon Daind Malone Chief Procurement Of?cer Cl!) Hall. Room 403 ill \orth LaSalle Street Chicago. lilmors 60602-1284 {3 ll} "44-4911: GUN-144949 (mi Hutu? cruel-Chicago org NEIGHBORHOODS swore June 6, 2000 John Mohammad Three M's Towing 423 West 29th Street Chicago. Illinois 60616 Dear Mr. Mohammad: We are in receipt of your application for recerti?cation. As you may know, on December 29, 1999, Mayor Daley announced the . establishment of the City of Chicago Of?ce of Compliance and Certi?cation. This new of?ce, among other things. will administer the certi?cation of disadvantaged, minority.- and/or women- owned business. The Mayor has asked that we review the current certi?cation program and institute a more rigorous recerti?cation procedure. Therefore, our current program is under review. In the interim, since your ?rm met its obligation to apply for recerti?cation before the expiration date of July 1. 2000, your ?rm will continue to be certi?ed by the City of Chicago for a period of 90 days. after which a ?nal determination will be made as to the status of your ?rm. I am sure you will agree that it is in our best interest that the City's program is conducted in accordance with the highest standards. If you have any further questions regarding - your certi?cation status, please contact Nancy Bronakowski, intake Of?cer at 312-744-1193. Very truly yours Que 4?19 ?117 ?ea Eric A. Mc iller Acting Director of Certi?cation AL c?s' SCHEDULE D-1 Affidavit of MBEIWBE Goal lmPlementation Plan Summary of MBEIWBE Proposal A MBE Proposal 1. MBE Direct Participation (from Section I.) MBE Firm Name Dollar Amount of Percent Amount of Brad's Tire. Inc 5 180,000 00 1 0% 0'5 Towmg 540,000 00 . 3 0% Car Carrier 90,000.00 50% Towmg 504,000.00 2.8% Mota Towmg 540,000.00 3.0% Nook's Towrng 135,000.00 75% Petromex, Inc. 540,000.00 3.0% Percy's Towmg 135,000.00 75% 8. Towrng 270,000.00 1.5% Gunmex. Inc 54,000.00 30% Talon Towmg 54,000.00 30% Total Direct MBE Participation 16.9% 31 0'13, 04. WBE Proposal 1. WBE Direct Participation (from Section I.) WBE Firm Name Dollar Amount of Percent Amount of Action Iron Metal, Inc 45.000 00 25% Arabella Townng 180 000 00 1 0% 8. Sales Corporation 5 45,000 00 25% Towmg 45.000 00 25% Hunter Towmg 180,000.00 1 0% LAK Enterprise d/bla NorthSIde Towmg 135,000.00 75% 3M Towmg 135,000.00 75% Total Direct WBE Participation 765,000.00 4.5% 2. WBE Indirect Participation (from Section II.) WBE Firm Name Dollar Amount of Percent Amount of Presentation Professmnals, Inc 45,000.00 25% Total Indirect WBE Participation 45,000.00 25% Specufication 80?96890-05, Auto Pound Management and Related Towmg Sen/ices, Page 38 of 54 SCHEDULE D-1 Affidavit of MBENVBE Goal Implementation Plan Contract Name: Auto Pound Management and Related Towmg Services Specrfication No. 80?96890-05 State of County (City) of Cook/Chicago I HEREBY DECLARE AND AFFIRM that I am duly authorized representative of' ENVIRONMENTAL AUTO REMOVAL. INC . and that I have personally reViewed the material and facts set forth herein describing our proposed plan to achieve the goals of this contract. All firms included in this plan have been ceitified as such by the City of Chicago (Letters of Certification Attached). I Direct Particrpatron of MBENVBE Firms (Note: The bidder/proposer shall. in determining the manner of partICipation, first conSIder involvement With MBENVBE ?rms as iomt venture partners. subcontractors. and suppliers of goods and servrces directly related to the performance of this contract.) A If bidder/proposer IS a certified MBE or WBE ?rm. attach copy of City of Chicago Letter of Certification. (Certification of the bidder/proposer as a MBE satis?es the MBE goal only Certification of the bidder/proposer as a WBE satisfies the WBE goal only If bidder/proposer is a iomt venture and one or more joint venture partners are certi?ed MBEs or WBEs, attach copies of Letters of Certification and a copy of Jomt Venture Agreement clearly the role of the MBENVBE firm(s) and its ownership interest in the jOInt venture MBENVBE 1 Name of MBENVBE Action Iron Metal, Inc Address 3345 31? Street Chicago, IllinOis 60623 Contact Person Marilyn Mucerino Phone. 773-247-4122 Dollar Amount PartiCipation $45,000 00 Percent Amount of PartICipation 25% Schedule C-1 attached? Yes No 2. Name of MBEJWBE: Arabella Towmg Address: 3321 S. Morgan, Chicago, IllinOis 60608 Contact Person' Gregoria Lopez Phone: 773-869-9459 Dollar Amount PartICipation $180,000 00 Percent Amount of PartICIpation' 1 0% Schedule C-1 attached? Yes No 3 Name of MBENVBE Brad?s Tire, Inc Address 9100 8 Chicago Avenue. Chicago, Illinois 60617 Contact Person: Stuart Bradshaw Phone: 773-978?3900 Dollar Amount Partiapation $180,000.00 Percent Amount of PartiCIpation: 1.0% Schedule C-1 attached? Yes No SpeCI?cation 80-96890-05, Auto Pound Management and Related Towmg Sewices. Page 35 of 54 SCHEDULE D-1 Affidavit of MBEIWBE Goal Implementation Plan 4 Name of C's Towang Address: 8856 S. Winchester. Chicago, minors 60620 Contact Person: Dexter Johnson Phone. 312-839-5828 Dollar Amount Particupatlon 854000000 Percent Amount of PamCIpatlon 3 0% Schedule C-1 attached? Yes No 5. Name of Sales Corporation Address: 13856 S. Halsted, Riverdale, Illinois 60827 Contact Person: Judith Lubin Phone: 708-8414995 Dollar Amount Participation $45,000.00 Percent Amount of Participation. 25% Schedule C-1 attached? Yes No 6 Name of MBENVBE 8. Car Carrier Address 644 69?? Street. Chicago. 60637 Contact Person. Eugene Herron Phone' 773-493~2977 Dollar Amount Particupatlon $90,000.00 Percent Amount of Pal'thIpatan' 50% Schedule C-t attached? Yes No 7 Name of 8 Towmg Address: 12034 S. Lowe. Chicago. Illmors 60628 Contact Person: Lydia Gill Phone: 773-671-1854 Dollar Amount Particupatlon $45,000.00 Percent Amount of 25% Schedule C-1 attached? Yes No 8 Name of Higinio Towmg Address 3246 S. 50"1 Avenue, Cicero. 60804 Contact Person: ngimo Sandoval Phone: 708-652-8691 Dollar Amount Participation $504,000.00 Percent Amount of PartICIpatIon' 2 8% Schedule C-1 attached? Yes No 9 Name of MBENVBE Hunter Towrng Address. 1300 74'? Street. Chicago, 60619 Contact Person Julla Moultry Phone: 773-363-3797 Dollar Amount Particupatlon $180,000.00 Percent Amount of Particupatlon 1 0% Schedule C-1 attached? Yes No 10 Name of LAK Enterprises d/b/a Townng Address: 4744 Hermitage, Chicago. linors 60640 Contact Person: Qumn Phone: 773-506-8500 Dollar Amount Participation $135,000.00 Percent Amount of 75% Schedule C-1 attached? Yes No 11. Name of Mota Towing Address. 2462 S. Blue Island, Chicago, 60608 Contact Person: Salvador Mota Phone: 312-343=1656 Dollar Amount $540,000.00 Percent Amount of Participation: 3.0% Schedule C-1 attached? Yes No 60-96890-05, Auto Pound Management and Related Towrng Sen/Ices, Page 36 of 54 12. Name of Nook?s Towmg Address 15238 S. Hastings, Dolton. Illinois 60419 Contact Person. Lester McGowan Phone 708-841-4258 Dollar Amount Participation $135,000 00 Percent Amount of Particupation 75% Schedule C-1 attached? Yes No 13. Name of Percy's Towmg Address: 1730 N. Keating, Chicago. Illinois 60639 Contact Person: Percy Martin Phone: 312-889-8011 Dollar Amount Partic1pation $135,000.00 Percent Amount of Particupation: 75% Schedule C-1 attached? Yes No 14 Name of Petromex. Inc. Address: 14702 S. Hamlin, Midlothian, IlIinors 60445 Contact Person: Phil Estrada Phone: 708-489-1733 Dollar Amount Partimpation $540,000.00 Percent Amount of Particupation: 3.0% Schedule C-1 attached? Yes No 15. Name of MBENVBE: 8 Towmg Address 4938 Chicago Avenue. Chicago. Illinois 60651 Contact Person' Robert Perry Phone 312-378?6154 Dollar Amount Partimpation 3 27000000 Percent Amount of Pamelpation' 1 5% Schedule C-1 attached? Yes No 16 Name of Qurmex. Inc. Address: 14702 Hamlin. Midlothian. 60445 Contact Person: Felipe Estrada Phone: 708-597-6201 Dollar Amount $54,000.00 Percent Amount of PartICIpation 30% Schedule C-1 attached? Yes No 17 Name of Talon Towmg Address. 22055 25?? Avenue. Maywood. IllinOIs 60153 Contact Person Noble Pearle Phone 708843-8323 Dollar Amount PartICIpation $54,000.00 Percent Amount of PartICIpation 30% Schedule C-1 attached? Yes No 18. Name of 3M Towmg Address: 6240 Ogden Avenue, Chicago, 60650 Contact Person Joan Mohammad Phone: 312?254-9770 Dollar Amount 135,000.00 Percent Amount of Particrpation 75% Schedule C-1 attached? Yes No Specrfication 80-96890-05. Auto Pound Management and Related Towmg Servnces, Additional Page ll. Indirect Partrcupatlon of MBENVBE Firms (Note: This section need not be completed if the MBEIWBE goals have been met through the direct particrpation outlined in Section I. If the MBEIWBE goals have not been met through direct participation. contractor be expected to demonstrate that the proposed MBENVBE direct participation represents the maxrmum achievable under the Circumstances. Only after such a demonstration indirect particrpation be consrdered.) preposed to perform work or supply goods or servrces where such performance does not direcrly relate to the perrormance of this contracr. 1 Name of MBEIWBE. Presentation Professronals, lnc. Address: 10147 w. 151" Street. Orland Park. illinors 60462 Contact Person: Suzanne Hopkins Phone: 708-460?3286 Dollar Amount Participatron 5 45000.00 Percent Amount of 25% Schedule C-1 attached? Yes . No SCHEDULE D-1 Affidavit of MBEIWBE Goal Implementation Plan To the best of my knowledge, information and belief, the facts and representations contained in this Schedule are true, and no material facts have been omitted. The contractor designates the following person as their MBENVBE Liaison Of?cer: Name Phone Number: I do solemnly declare and af?rm under penalties of perjury that the contents of the foregoing document are true and correct, and that I am aut - behalf of the contractor, to make this affidavit. State of Illinois Sig-nun of ??lm (DIN) County of Cook This Instrument was acknowledged before me on (date) (name/s of person/s) (type of authority. of?cer, trustee. etc_ame of party on behalf of whom instrument was executed). diam Smture of Notary Public I) OFFICIAL SEAL COLLEEN DEUTSCH NOTARY PUBLIC, STATE OF MY COMMISSION Specufication 80-96890-05, Auto Pound Management and Related Towmg Sennces, Page 39 of 54 A Proposal from Environmental Auto Removal. Inc" a wholly owned Subsidiary of United Road Services. inc. - 16327 Pulukr Markham. IL 60426 Certi?ed Minority Companies to Be Utilized by EAR it is EAR's desire to involve many towing companies in the performance of the services contemplated by this RFP. Special emphasis will be placed on a desire to secure greater participation by minority businesses in the performance of EAR's contract with the City. In addition to its own equipment. EAR presently utilizes 41 towing companies in the performance of this contract. Of those 41 towers. 20% are minority business enterprises and 15% are women business enterprises. These are companies that today are actively engaged in towing. are true minority businesses. and are certified as such by the City of Chicago. Certified Minority Companies EAR Will Use LAK Enterprises Inc. dlbla Towing . . . 4744 N. Hermitage Chicago. 60623 Chim 0 Illinois 60640 Phone: 773-247-4122 Phone? 773-506-8500 Arabella Towing Mote Towing 3321 S. Morgan 2462 S. Blue Island Chicago. Illinois 60608 we: Chicago. 60608 Phone: 773-669-9459 Phone: 312-3434 656 6'8 Towing Hook's Towing 8856 S. Winchester 15238 8. Hastings Chicago. Illinois 60620 Dalton. Illinois 60419 Phone: 312-839-5828 Phone: 708-841-4258 Car Carrier Percy's Towing 644 E. 69th Street 1730 North Keating Chicago. 60637 Chicago. 60639 Phone: 773-493-2977 Phone: 312-889-801 1 at Towing PM Towing 12034 S. Lowe 4938 West Chicago Ave. Chicago. Illinois 60628 Chicago. Illinois Phone: 773-671-1854 Phone: 312-378-6154 nginio Towing Talon Towing 3246 S. 50th Avenue 22055 25th Avenue MBE Cicero, 60804 MB: Maywood. Phone: TUB-6526691 Phone: 708-343-8323 Hunter Towing 3M Towing 1300 East 74th Street wag 6240 West Ogden VIBE Chicago, 60619 Chicago. Illinois Phone: 773-363-3797 Phone: 312-254-9770 flit RESPONSE TO RFP r-?on AUTO POUND MANAGEMENT mo RELATED Towmc SERVICES Cm or CHICAGO No. Bit-96899045 FEBRUARY l0. 2000 A Proposal from Environmental Auto Removal. Into. a wholly owned Subsidiary of United Reed Services. inc. - 16327 Pulaski - Markham, IL 60426 Minority Companies Not Yet Certi?ed to Be Utilized by EAR EAR further employs several minority-owned companies that are not currently certi?ed by the City of Chicago. EAR will assist these businesses to apply for certi?cation by the City of Chicago as MBEIWBE's. thus providing them with an additional source of income and future opportunities. Following is a list of the minority companies not yet Certi?ed to be utilized by EAR: Non-Certified Minority Companies EAR Will Use {m Alert Towing iceberg Towing 841 N. Tripp 19810 S. Terrence Chicago, Illinois 60651 Lynwood. Illinois 60411 Phone: 773-227-1 843 - Phone: 773-203-6295 A All Weather L.J. Towing 4891 N. Cumberiand Avenue 1219 North Massasoit Norridge, Illinois 60706 Chicago. Illinois 60651 Phone: 708-583-1795 Phone: 773-261-5075 Auto Rescuers, Ltd. L&l. Towing 909 W. Sherman 11720 S. LaSalle St. Melrose Park. Illinois 60160 Chicago. illinois 60628 Phone: 708-358-2200 Phone: 773-995-7850 Away-We-GO Parrish Yates Tow Services 929 South 23rd Avenue 3335 W. Cermak Bellwood. Chicago, Illinois 60623 Phone: 708-544-9653 Phone: 773-288-3062 Browns Towing Polo's Towing 720 West 72nd Street 3027 8. Spring?eld Chicago, 60621 Chicago. 60623 Phone: 312-994-3254 Phone: 77331190735 Towing 38?s Towing 240 49th Street 7021 S. Wood Street BellweOd. 60104 Chicago. Illinois 60636 Phone: 708-547-6448 Phone: 773-436-781 1 GM Towing Wells Towing 7421 N. Claremont 12301 S. Wentworth Chicago. minors 60645 Chicago. 60628 Phone: 312-571-7799 Phone: 312-296-1526 Response TO RFP ma AUTO POUND MANAGEMENT AND RELATED TOWING Seances Cm or CHICAGO SPECIFICATION No. BO-968990-05 FEBRUARY ID, 2000 yin A Proposal from Environmental Auto Removal. lnc.. a wholly owned Subsuitsry of United Road Services. Inc. - 16327 Pulaski - Markham IL 60426 .. Meeting the MBE Goal EAR will meet and exceed the City?s MBE goal of 16.9% of the total contract cost by participating with City-Certi?ed MBE towing companies. and purchasmg products or services from MBE certi?ed ?rms. namely: MBE-Certi?ed Finns Percentage Participation Suppliea Brad's Tire. Inc. 1.0% For Tires and Equipment Towing 3.0% For Towing Services Car Canter 50% For Towmg Services Higtnio Townng 2.8% For Touring Services Mota's Towing - 3.0% For Towing Services Nook's Towing .75% For Towmg Services Peh'ornex. Inc. 3.0% For Fuel Purchases Percy's Towing 15% For Towing Services a. Towing 1.5% For Towing Semcee Quimex. Inc. 30% For Petroleum Products Talon 1'0an 30% For Towing Services Total 16.90% Meeting the Goal EAR will meet and exceed the City's WBE goal of 4.5% of the total contract cost by participating With certi?ed WBE towing companies. and purchasing products or services from City-Certified WBE ?rms, namely: WEE-Certified Finn Percentage Participation Service or Suppliee Action iron 8- Metal. Inc. 15% For Towing Services Arabella 1.0% For Towing Services 8. Sales Corporation 25% For Truck and Auto Parts Towmg 25% For Towing Services Hunter 1 For Towing Services WN??sfd'??l??ga 15% For Towing Services Presentation Protessronal, inc. 25% For Marketing Maienals Three M's Tovnng 15% For Towing Semces Total 4.50% Schedules 6-1 and 0-1 Following this section are the completed Schedule C-1 and Schedule D-1. RESPONSE TO RFP son AUTO Pounn MANAGEMENT AND RELATED TOWING SERVICES or CHICAGO No. 30-968990-05 FEBRUARY 10, 2000 EXHIBIT 5 INSURANCE REQUIREMENT The Contractor shall provide and maintain at the Contractor's own expense, until Contract completion and during the time period following ?nal completion if Contractor is required to return and perform any additional work, the insurance coverages and requirements speci?ed below, insuring all operations related to the Contract. A. Workers Compensation and Employers Liability Workers Compensation and Employers Liability Insurance, as prescribed by applicable law covering all employees who are to provide a service under this Contract and Employers liability coverage with limits of not less than $100,000 each accident or illness. B. Commercial Liability (Primary and Umbrella) Commercial Liability Insurance or equivalent with limits of not less than $1,000,000 per occurrence, for bodily injury, personal injury, and property damage liability. Coverages shall include the following: All premises and operations, products/completed operations, separation of insureds, defense, and contractual liability (with no limitation endorsement). The City of Chicago is to be named as an additional insured on a primary, non-contributory basis for any liability arising directly or indirectly from the work or services. C. Automobile Liability (Primary and Umbrella) When any motor vehicles (owned, non-owned and hired) are used in connection with work to be performed, the Contractor shall provide Comprehensive Automobile Liability Insurance with limits of not less than $1,000,000 per occurrence for bodily injury and property damage. D. Additional Insurance Requirements The Contractor will furnish the City of Chicago, Department of Purchases, Contracts and Supplies, City Hall, Room 403, 121 North LaSalle Street, Chicago, Illinois 60602, original Certificates of Insurance evidencing the required coverage to be in force on the date of this Contract, and Renewal Certi?cates of Insurance, or such similar evidence, if the coverages have an expiration or renewal date occurring during the term of this Contract. The Contractor shall submit evidence of insurance on the City of Chicago Insurance Certi?cate Form (copy attached) or equivalent prior to Contract award. The receipt of any certi?cate does not constitute agreement by the City that the 51 insurance requirements in the Contract have been fully met or that the insurance policies indicated on the certi?cate are in compliance with all Contract requirements. The failure of the City to obtain certi?cates or other insurance evidence from Contractor shall not be deemed to be a waiver by the City. The Contractor shall advise all insurers of the Contract provisions regarding insurance. Non-conforming insurance shall not relieve Contractor of the obligation to provide insurance as specified herein. Nonful?llment of the insurance conditions may constitute a violation of the Contract, and the City retains the right to terminate the Contract until proper evidence of insurance is provided. The insurance shall provide for 60 calendar days prior written notice to be given to the City in the event coverage is substantially changed, canceled, or non-renewed. Any and all deductibles or self-insured retentions on referenced insurance coverages shall be borne by Contractors. The Contractor agrees that insurers shall waive their rights of subrogation against the City of Chicago, its employees, elected of?cial, agents, or representatives. The Contractor expressly understands and agrees that any coverages and limits furnished by Contractor shall in no way limit the Contractor?s liabilities and responsibilities speci?ed within the Contract documents or by law. The Contractor expressly understands and agrees that any insurance or self-insurance programs maintained by the City of Chicago shall apply in excess of and not contribute with insurance provided by the Contractor under the Contract. The required insurance to be carried shall not be limited by any limitations expressed in the indemnification language herein or any limitation placed on the indemnity therein given as a matter of law. The Contractor shall require all subcontractors to provide the insurance required herein or Contractor may provide the coverages for subcontractors. All subcontractors shall be subject to the same insurance requirements of Contractor unless otherwise specified herein. If Contractor or subcontractors desire additional coverages, the Contractor and each subcontractor shall be reSponsible for the acquisition and cost of such additional protection. The City of Chicago Risk Management Department maintains the right to modify, delete, alter or change these requirements. 52 ACORD. CERTIFICATE OF ??g?gjg'jg; PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Lockton Companies of Colorado HOLDER. THIS CERTIFICATE DOES NOT AMEND. EXTEND OR 4500 Cherry Creek Dr. . 400 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Denver CO 80246-1532 Phone: sea-7534000 Fax: 303-753-2099 COVERAGE INSURED INSURER A AMERICAN MUTUAL EAR, . . INSURER 5 NATIONAL UNION FIRE INS INSURER LEXINGTON INSURANCE COMPANY 16325 . Crawford Avenue I INSURER IL 60426 3 . I INSURER COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS POLICY TYPE OF INSURANCE POLICY NUMBER DATE DATE LIMITS GENERAL LIABILITY EACH OCCURRENCE 1 000 000 A COMMERCIALGENERALLIABILITY 06/01/00 I 06/01/01 15 1,000,000 CLAIMS MADE OCCUR I I MED EXP (Any one person) i 10 000 PERSONALS INJURY i 1 000 000 . GENERAL AGGREGATE I 1 000 000 I PRODUCTS .COMPIOP ABC [AGGREGATE LIMIT APPLIES PER I I I LOC I I COMBINED SINGLE LIMIT i 1 000 000 A FSY006180-00 06/01/00 06/01/01 {?Eaacmm) I ALL OWNED Amos I BODILY INJURY SCHEDULED AUTOS (Per person; - AUTOS BODILY INJURY AUTOS I (Per acctdent) I EDed. $25,000 Cong: F5Y006182-00 06/01/00 06/01/01 :5 Ded.$25 ,000 Coll LIABILITY I AUTO ONLY . EA ACCIDENT I A FSYOOGIBO-OO 06/01/00 I 06/01/01 .OTHERTHAN EAACCIS 1,000,000 AGGIS 1,000,000 E2555 LIABILITY EACH OCCURRENCE I 50 000 000 OCCUR BE739-6967 06/01/00 06/01/01 IAGGREGATE 15 50,000,000 I SIR 25 000 RETENTION I WORKERS COMPENSATION AND 0g?" A EMPLOYERSLIABIUTY 05/01/00 05/01/01 EL EACHACCIDENT .5 1,000,000 EL DISEASE-EA EMPLOYEE 1 000 000 EL DISEASE-POLICY LIMIT '5 1 000 000 OTHER Motor Truck Cargo 8524673 06/01/00 06/01/01 I Limit $3,000,000 Ded. DESCRIPTION OF ADDED BY ENDORSEMENTISPECIAL PROVISIONS Certificate Holder is an Additional Insured as respects to any contract they may have with the named insured. CERTIFICATE HOLDER i ADDITIONAL INSURED. INSURERLETTER CANCELLATION I TOFCH SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 3 0 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO OO 50 SHALL i icago IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER. ITS AGENTS OR Department 121 N. Lasalle treet 40 3 Chicago IL 60602 I ,h I 4 . ACORD 25430197) 1988 IN WHEREOF, the parties have caused this Agreement to be executed as of the date ?rst written hereinabove. CITY OF CHICAGO By: Mayor By: gar-?cg Chief Procurement Officer (M PMWAW Comptroller Recommend by: Commissioner of Depi?iej of Streets and Sanitation Approved as to form and legality: .A ,2 . . 21:6 .g If] Ass:stant Corporation Counsel Aubscribed and sworn to before me this ?Wid- 065L441, ZOQQ $ary P?blic Commission expires: JOSEPHINE EGAN Notary Public. Wayne County. Ml My Commission Expires 02/22/2003 30