OCTOBER 1, 2015 ADDENDUM NO. 1 FOR REQUEST FOR QUALIFICATIONS ( RFQ ) FOR DESIGN CONSULTING SERVICES (NON-TARGET MARKET) SPECIFICATION NO.

Similar documents
OCTOBER 1, 2015 ADDENDUM NO. 1 FOR REQUEST FOR QUALIFICATIONS ( RFQ ) FOR DESIGN CONSULTING SERVICES (TARGET MARKET) SPECIFICATION NO.

Addendum No. 2 April 15, 2015 Architectural Design Services Requirements Contracts Request for Qualifications Project No.

Welcome to the City of Chicago. Department of Procurement Services

A. Project Description

REQUEST FOR QUALIFICATIONS FOR Energy Services Master Agreement

Galesburg Public Library, Galesburg, IL

ANNUAL REQUEST FOR QUALIFICATIONS Design Related Consulting & Support Services

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104

ARCHITECTURAL/ENGINEERING SERVICES

Chabot-Las Positas Community College District

QUALIFICATIONS BASED SELECTION (QBS)

Figure 1: ALCOSAN ORGANIZATION CHART

REQUEST FOR QUALIFICATIONS TO PROVIDE ON-CALL ENGINEERING SERVICES FOR CONSTRUCTION MANAGEMENT AND INSPECTION

Request for Qualifications (RFQ) Indefinite Delivery Indefinite Quantity (IDIQ) Athletic Facility Architectural Services

REQUEST FOR PROPOSALS FOR ARCHITECTURAL AND ENGINEERING EVALUATION SERVICES FOR THE PUBLIC SAFETY BUILDING CITY OF OWOSSO, MICHIGAN

REQUEST FOR QUALIFICATIONS ARCHITECTURAL SERVICES Burbank School District 111 March 2016

ARCHITECTURAL, LANDSCAPE, AND ENGINEERING CONSULTING SERVICES

REQUEST FOR QUALIFICATION FOR PREPARATION OF FACILITIES MASTER PLAN AND FUTURE ARCHITECTURAL SERVICES

REQUEST FOR QUALIFICATIONS TO PROVIDE ON-CALL ENGINEERING SERVICES FOR CONSTRUCTION MANAGEMENT AND INSPECTION

ENABLING CONSTRUCTION PROJECTS FOR THE SOUTH TERMINAL REDEVELOPMENT PROGRAM CONSTRUCTION MANAGEMENT/GENERAL CONTRACTOR (CM/GC) CONTRACT NO.

Request for Proposal (RFP) The Klamath Tribes Youth Fitness Center Klamath Tribes Housing Department (KTHD) RFP # 09-KTHD17

Chabot-Las Positas Community College District

Would like the list of RFQ respondents in order to contact for teaming.

Department of Military Affairs. Construction Facility Management Office PROFESSIONAL QUALIFICATIONS SUPPLEMENT (PQS)

Request for Qualifications

4:00 p.m. on May 6, 2016

District Office Building Seismic Retrofit At Contra Costa Community College District 500 Court St. Martinez, CA March 21, 2016

ADDENDUM No. 1. FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION Procurement Section 3800 Commonwealth Boulevard, MS#93 Tallahassee, Florida

REQUEST FOR STATEMENT OF QUALIFICATIONS PROFESSIONAL CONSTRUCTION INSPECTION SERVICES FOR

ADDENDUM # 4 BID NO

Attention Design Firms

Glenview School District Greenwood Rd Glenview IL Request for Qualifications For Architect Services

Massachusetts Bay Transportation Authority. POLICIES & PROCEDURES Design Build Procurement Procedures April 2016

ARCHITECTURAL SERVICES COLLEGEWIDE

SCHEDULE D-1 Compliance Plan Regarding MBE/WBE Utilization Affidavit of Prime Contractor

Attention Design Firms

Request for Proposal No. RFP Consultant Services. for. Building Condition Assessment. Submittal Deadline: Date: March 1, Time: 10:00 a.m.

I. GENERAL INFORMATION

CITY OF HONDO ENGINEERING REQUEST FOR QUALIFICATIONS

There will be a stipend offered to the shortlisted firms that would be asked to submit proposals.

University of California, Merced Central Plant/Telecommunications Reliability Upgrade

CITY OF BELL REQUEST FOR PROPOSALS FOR ARCHITECTURAL SERVICES FOR TREDER PARK RESTROOM AND STORAGE FACILITY

CHESAPEAKE BAY BRIDGE AND TUNNEL DISTRICT PARALLEL THIMBLE SHOAL TUNNEL REQUEST FOR QUALIFICATIONS #PTST-15-1

REQUEST FOR PROPOSALS For Design Services for New Fire Station

REQUEST FOR STATEMENTS OF QUALIFICATIONS CONSTRUCTION MANAGEMENT AND INSPECTION SERVICES FOR CSJ: PASS-THROUGH FINANCE PROJECT

Washington County Public Works, Building Services

Metropolitan Washington Airports Authority. Request for Qualifications Information. Architectural / Engineering Design Services.

SONOMA COUNTY JUNIOR COLLEGE DISTRICT. RFQ #1054 for Engineering & Design Services For Districtwide Energy Management/Sustainability Projects

Proposals due May 18 th, 2018 at 4:30 PM. Indicate on the Sealed Envelope Do Not Open with Regular Mail.

Request for Qualifications Professional Engineering Services

L1354, CENTRAL HEATING PLANT UPGRADE, LOGAN INTERNATIONAL AIRPORT, EAST

City of Georgetown, SC REQUEST FOR PROPOSAL

January 2, 2018 REQUEST FOR QUALIFICATIONS FOR ARCHITECTURAL AND ENGINEERING SERVICES

Request for Qualifications No LEWIS AND CLARK HIGH SCHOOL Classroom Addition Project

Colquitt Regional Medical Center

RFQ A-07 / FOR FF&E CONSULTING AND COORDINATION SERVICES FOR VARIOUS MEASURE B BOND PROJECTS

Request for Proposals. On-Call General Engineering Services. Public Works Department City of San Mateo 330 West 20th Avenue San Mateo, CA 94403

CITY OF ROCK HILL, SOUTH CAROLINA SOLICITATION OF QUALIFICATIONS FOR TRANSIT MARKETING AND BRANDING PLAN

CECIL COUNTY MARYLAND REQUEST FOR PROPOSALS. ENGINEERING SERVICES On-call Comprehensive Engineering Contracts Water and Wastewater

DATE: 12/17/15 MTA-NYCT IS NOW ADVERTISING FOR THE FOLLOWING:

The School Board of Polk County, Florida. Selection Process for Architectural & Engineering Services

REQUEST FOR QUALIFICATIONS (RFQ) FOR ARCHITECTURAL SERVICES FOR THE CONSTRUCTION OF A NEW PUBLIC SAFETY BUILDING/SUBSTATION

REQUEST FOR PROPOSAL (RFP) Police Department Building Construction Manager at Risk, Guaranteed Maximum Price August 30, 2016

Department of Military Affairs. Construction Facility Management Office PROFESSIONAL QUALIFICATIONS SUPPLEMENT (PQS)

ADDENDUM # /JSW Professional Engineering Services to Test, Adjust, and Balance HVAC Systems

Metropolitan Washington Airports Authority. Request for Qualifications Information RFQI 1-11-C097

Consultant Qualification Program RFQ Q&A. June 28, 2016

PENNSYLVANIA TURNPIKE COMMISSION

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES GRANT WRITING ASSISTANCE FOR THE ACTIVE TRANSPORTATION PROGRAM

Office of Business and Financial Services Procurement and Contracts Division Section SUBJECT: PROCUREMENT OF CONSTRUCTION SERVICES

Design/Builder Qualifications Supplement (DBQS) Instructions. GENERAL INSTRUCTIONS UF-583, Ground Floor Renovation (Basic Science Bldg)

Request for Proposals Architectural Services Re: Fremont High School (RFP No date advertised July 17, 2014) ADDENDUM No. 2 (AUGUST 7, 2014)

GRANT WRITING ASSISTANCE FOR THE HIGHWAY SAFETY IMPROVEMENT PROGRAM CYCLE 9

Architectural & Engineering Services for Cath Lab RFP

CITY OF ROCK HILL, SOUTH CAROLINA SOLICITATION OF QUALIFICATIONS FOR TRANSIT CONSULTANT SERVICES

September 14, 2016 ADDENDUM NO. 1 SPECIFICATION NO FOR REPAIR SERVICES FOR VEHICLE IMMOBILITY DEVICES ( BOOTS )

October 6, The proposal due date and time scheduled for Friday, November 3, at 04:30 P.M. remains unchanged.

Request for Qualifications # For. Architecture/Engineering Professional Services For Small Projects

REQUEST FOR QUALIFICATIONS CONSULTING SERVICES FOR WALLA WALLA REGIONAL AIRPORT (ALW) WALLA WALLA, WASHINGTON. October 2, 2018

PENNSYLVANIA TURNPIKE COMMISSION

MARYLAND DEPARTMENT OF TRANSPORTATION ARCHITECTS & ENGINEERS TRANSPORTATION PROFESSIONAL SERVICES SELECTION BOARD REQUEST FOR PROFESSIONAL SERVICES

Dated: 8/29/17. IFB No. B For Purchase & Installation of Manufactured Home

Design Build Phase II Service Center Project

Exhibit A. Purchasing Department School District of Osceola County, Florida

REQUEST FOR PROPOSALS FOR ADMINISTRATION BUILDING REMODELING

REQUEST FOR STATEMENTS OF QUALIFICATIONS ARCHITECTURAL SERVICES. University of California, Merced

REQUEST FOR PROPOSALS. Design-Build of General Aviation Terminal Building. RFP# AIR/17-012, page 1

REQUEST FOR PROPOSAL (RFP) for Feasibility Study Borough of Kennett Square New Municipal Office and Police Station Joint Facility

Request for Qualifications/Request for Proposals For General and Specialized Consulting Engineering Services for Wastewater Facilities

REQUEST FOR QUALIFICATIONS (RFQ) FOR PROFESSIONAL CONSULTING SERVICES CITY OF DALLAS PARK AND RECREATION DEPARTMENT

REQUEST FOR PROPOSALS PROFESSIONAL ARCHITECTURAL FIRM FOR DESIGN & CONSTRUCTION MANAGEMENT SERVICES

SUBCONSULTANT/SUBCONTRACTOR PROCUREMENT

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama REQUEST FOR PROPOSALS RFP WEBSITE DEVELOPMENT AND REDESIGN

Attention Design Firms

REQUEST FOR QUALIFICATIONS DOWNTOWN WAYFINDING CONSULTING AND DESIGN

REQUEST FOR QUALIFICATIONS (RFQ) FOR DESIGN ENGINEERING SERVICES FOR TOWN CENTER STORMWATER IMPROVEMENTS

8, 2018 REQUEST FOR PROPOSALS (RFP): G

REQUEST FOR QUALIFICATIONS. Architectural/Engineering Design Services

Legal RFP Questions and Answers February 14, 2014

The School Board of Polk County, Florida. Selection Process for Continuing Contract for Architectural & Engineering Services

Transcription:

OCTOBER 1, 2015 ADDENDUM NO. 1 FOR REQUEST FOR QUALIFICATIONS ( RFQ ) FOR DESIGN CONSULTING SERVICES (NON-TARGET MARKET) SPECIFICATION NO. 131155 For which proposals are scheduled to open in the Bid & Bond Room 103, City Hall, 121 N. LaSalle Street Chicago, Illinois 60602, at 4:00 p.m., on October 13, 2015 CHANGES Revision No.1. RESPONDENTS MUST ACKNOWLEDGE RECEIPT OF THIS ADDENDUM IN THE SPACE PROVIDED ON THE PROPOSAL EXECUTION PAGE Proposal Postponement. Submittals which were scheduled to open October 13, 2015 at 4:00 p.m. is hereby postponed. The new Proposal opening date is scheduled for October 15, 2015 at 4:00 p.m. QUESTIONS AND ANSWERS Question No.1. The scope of work for this RFQ provides a general outline of potential services, but does not specifically indicate if the task order assignments will focus on sewer design, water main design or other (i.e. wastewater treatment design). It would be helpful to understand what task order assignments are contemplated for this contract, so we can assess our qualifications for this pursuit. Can the City provide us with this information? Answer: Projects may include design of work at the Water Intake Cribs, Purification Plants, pumping stations and other CDWM facilities. Typical projects may include design of: building façade and roof renovations; landscaping and site improvements; security and lighting improvements; site drainage and roadway improvements; major electrical improvements including switchgear replacement and emergency generator improvements; building interior remodeling; building system improvements including lighting; HVAC, plumbing, pumping, etc.; water process improvements including filter bed replacements, instrumentation improvements, chemical system improvements; pumping system improvements, including adjustable speed drives; and others. The current 5 year capital improvement plan is on the City Office of Budget and Management (OBM) website and includes projects currently funded. Additional similar, projects have been identified. The actual projects will depend on funding available. Typical task orders may include design of civil, landscaping, structural, architectural, water process, mechanical, HVAC, plumbing, electrical, instrumentation or other work. Some projects may include LEED (Leadership in Environmental and Engineering Design) certification. Question No.2. These RFQs do not specify whether this work is for the Water Section or the Sewer Section Question No.3. What type of projects or facilities will this work involve? Question No.4. Is CDWM looking for full service, multi-disciplined architectural/engineering teams? Answer: See RFQ Exhibit 1 Section 2.0 Personnel. Question No.5. Are the firms comprising CTR Joint Venture precluded from submitting as prime firms on this RFQ? Answer: The firms comprising the CTR Joint Venture CH2M Hill, Exp and Arcadis - cannot submit as prime firms on this RFQ. Question No.6. Are the firms comprising CTR Joint Venture precluded from participating as sub-consultants to other firms on this RFQ? Answer: The firms comprising the CTR Joint Venture CH2M Hill, Exp and Arcadis - cannot submit as subconsultants on this RFQ.

Question No.7. Are sub-consultants to CTR Joint Venture precluded from submitting as prime firms on this RFQ? Answer: Sub-consultants to the CTR Joint Venture may submit as prime firms on this RFQ. Question No.8. Are sub-consultants to CTR Joint Venture precluded from participating as sub-consultants on this RFQ? Answer: Sub-consultants to the CTR Joint Venture may submit as sub-consultants on this RFQ. Question No.9. Can you please describe to me the variety of projects anticipated for the program? Will these be of technical, civil engineering aspect for water treatment, sewer lines (for example), or are they more architectural in nature, serving the building infrastructure of the department of water? In other words, are you looking for a civil engineer for the prime? Question No.10. Does a firm have to have specific DWM experience and/or could a firm have similar experience with other agencies as discussed in 2.0 Personnel, 2.1 similar work within the City of Chicago, CDWM, and/or other City agencies and other personnel in all disciplines Answer: We will consider all relevant experience with the City or similar agencies. Question No.11. Will there be just one consultant or multiple term agreements. Answer: There will be multiple term agreements. Question No.12. Can you elaborate more on the scope; seems rather vague. Question No.13. When is the work under this RFQ forecast to start? Nearest Quarter? Answer: Task orders are developed, after the award of the contracts, periodically based on capital project needs. Refer to the 5 year capital improvement plan on the City Office of Budget and Management (OBM) website. Also refer to the RFQ Exhibit 5, Article 4. Task order request for qualifications are issued to multiple term agreement consultants for each project and a consultant is selected based on the evaluation of submittals of qualifications. Question No.14. How much money is budgeted for the Design Engineering services and the potential construction of the Improvements / enhancements over the five years of the Contract(s)? The budget in the CIP on the OBM website includes engineering and construction services. Question No.15. Please tell us the kind of projects the Consultant will work on: Water Distribution? Sewer Collection? Water Facilities? Sewer Facilities? Can you tell us representative projects designed by existing pool of Consultants over past few years? Knowing the types and size of projects will help us present the appropriate talents in our Organization Chart. Question No.16. What has been the average project construction size in dollars for representative work in the existing pool? Answer: Typical project construction costs are between $1M and $20M, some projects may be smaller and some projects may be larger. Depending on the project size, the city may decide to issue a standalone RFQ rather than execute the work under a term agreement contract. Question No.17. The RFQ in the Scope of Services, Pg. 1, indicates Provide the services of a qualified Project Manager with experience on similar work within the City of Chicago, CDWM, and/or other City agencies. As many firms have not worked for or with CDWM may a Consultant present a Project Manager who has worked for similar agencies and/or on other municipal water systems performing the type of work required by the City? Answer: We will consider all relevant experience with the City or similar agencies. Question No.18. Which Consultants are in the Non-Target Market Pool now, for Design Engineering services, performing this type of work for the City over the past five years? Answer: Awarded contracts are available on the Department of Procurement Services website. In the contracts and awards section search under design. Question No.19. May we review the Plans, Specifications & Estimate for a representative project from the existing program?

Answer: No. Question No.20. Will any aspects of the Scope be performed by City staff; or Program Management Engineering Consultant(s); or Specialty Consultants the City may have on retainer? Answer: Projects are awarded on a task order basis to a term consultant. The scope of work for the selected term consultant is negotiated per task order. When a consultant is selected for a task order, that consultant and their sub-consulting team provides all services required under that task order. Question No.21. When a Task Order is processed will the City ask all Consultants in pool to submit a Proposal, and/or submit an estimated Cost of Engineering services; or will the City select one firm to ask for a Proposal and estimated Cost or will the City ask for only a Proposal and then select a Consultant to negotiate a Cost of Services? We ask as the Water Department, for Construction Engineering, uses a pool of Consultants using Q B S to select the firm via resumes and then confirms the Cost of Services with the selected Consultant. Answer: The city will request qualifications from the entire pool of term agreement consultants, or the target market term agreement holders or the non-target market term agreements holders for each task order based on the project type and scope. The city will select a consultant based on the submittals of qualifications. After a consultant is selected the city will negotiate scope and fee. This is a qualifications based selection process. Question No.22. Do you envision a Consultant working on more than one Task Order concurrently? This will help us understand the volume of work we might be asked to perform. Knowing the general volume of work will allow us to present the appropriate team and depth of resources in our Organization Chart. Answer: It is possible for a term consultant to work on more than one task order concurrently. Question No.23. If an S O Q contains a commitment to exceed the M (25%) and W (5%) BE goals, with specific percentage higher than the City goal, will this submittal receive more consideration in the criteria and /or evaluation of the respondent? Answer: No. Question No.24. Do the MBE (25%) / WBE (5%) goals have to be met on every Task Order of the services, or in the overall Contract over its duration? Answer: The MBE/WBE goals must be met on the overall term agreement contract. It is preferred that the MBE/WBE goals are met on each task order. If the MBE/WBE goal is not met on a task order the city cannot guarantee that additional task orders will be issued to meet overall contract goals. Question No.25. We see the City may ask that an Hourly Rate sheet be included in the potential Contract. What are the Consultant costs in the potential project s Contract based on? Is it a Lump Sum, Hourly Rates, Cost Plus, Cost Plus Fixed Fee, Multiplier? Is there a maximum Overhead or Multiplier allowed by the City of Chicago? Answer: Task orders are considered time and material not to exceed the maximum negotiated amount. Overhead costs must be verified in the form of an external audit or IDOT overhead letter. Profit may not exceed 10%. Question No.26. Can the minority firm be owned by a woman thus allowing the one firm to meet both the minority and woman owned requirements of the RFP? Answer: Yes, only for the Target market requirement. For the Non-Target Market requirement one (1) firm cannot meet both the MBE and WBE requirement. Question No.27. If a Target Market firm does not have 3 years of audited financials, can they submit accountant prepared financials? Answer: Yes Question No.28. It was stated that non-target market firms have to submit a list of MBE firms they will be using. We were told that firms don t have to submit firm names this time. Please clarify. Answer: Firms need to provide a letter of commitment that they will meet the 25% MBE and 5% WBE requirement. Question No.29. Firms do not need to provide M/WBE firms that they will be utilizing. Will Target Market firms be able to get same type of work as Non target Market firms? Answer: Task Order Requests for Qualifications are sent sometimes only to the non-target market firms, sometimes only to the target market firms and sometimes to the entire term agreement pool depending on the type and scope of the project. Target market firms may join the team of non-target market firms for RFQs sent only to the non-target market firms and vice versa.

Question No.30. How many contracts will be awarded? Answer: The number of contracts to be awarded depends on how many firms are rated highly qualified. Question No.31. Could you list the required services for this Task Order contract? Question No.32. Could you list possible project types? Question No.33. Should licenses be shown for our personnel be only from Illinois or can licenses be from other states? Answer: See RFQ page 10 paragraph 3 Professional Engineers ("PE") and Licensed Architects must be registered in the State of Illinois to perform in their areas of expertise. Other licenses may be listed on resumes, however copies of the non-illinois licenses should not be included in the submittal. Question No.34. Can you clarify the M/WBE goals? Answer: 25% MBE 5% WBE for the Non-Target Market requirement. Question No.35. Do we need to include our full team and all disciplines (i.e. architectural, structural, mechanical, etc.)? Answer: See RFQ Exhibit 1 paragraph 2.1 Consultant must provide a project organization chart identifying key persons for each discipline. Question No.36. It was stated that we do not need to list our subs. Does this mean that we do not need Forms A D from our subconsultants? Answer: A commitment letter to meet the MBE/WBE goals is required, we will not consider qualifications of sub-consultants unless the firms are part of a legal team see Clarification No.1 at the end of Addendum. Question No.37. Are you looking specifically for architectural / mechanical type firms? Answer: We are looking for firms qualified to perform the services mentioned in the answer to question 1. Target Market firms are not required to have the full breadth of disciplines target market submittals should focus on firm expertise. For non-target market firms we are looking for the full breadth of disciplines. Question No.38. Will the videotape of the meeting be available for review? Answer: No Question No.39. Will the questions and answers be included in the addendum? Answer: Yes Question No.40. Is it necessary to identify all the sub consultants in our response or will a commitment to meet the minority goals be satisfactory? Answer: A commitment letter to meet the MBE/WBE goals is sufficient. Question No.41. In Section 8 of our submittals I understand that the prime firm must commit to meet the 25% MBE and 5% WBE goals. Are we also required to list the MBE/WBE firms (sub-consultants) who we intend to use? Answer: See response to Question 40. Question No.42. Can we have just one firm in our Project Team to meet BOTH the MBE and WBE goals? Or should we have separate MBE and WBE firms? Answer: Your firm should have separate firms to meet MBE and WBE goals. Question No.43. Please provide clarification of the MBE and WBE goals for this Target Market contract. Answer: For a Target market requirement there are no MBE/WBE goals. The only requirement is that Respondents that respond to the Target Market requirement are certified by the City of Chicago or Cook County on the submittal opening date. When Task Orders are issued, Target Market firms are required to perform at least 51% of the work for the Task order. Question No.44. Please clarify that separate solicitations for Sewer Design and Construction Management services will be released in the coming months. Answer: Sewer design work and Construction Management services are not included in this RFQ. Similar RFQ s covering these services will be issued in the future.

Question No.45. Clarify what types of project is expected of this submittal. As mentioned in the pre-bid, architectural and mechanical-type firms are considered to be the target market firms. Target Market firms are firms that are MBE/WBE certified by the City of Chicago or Cook County, regardless of the firm s discipline specialties. Question No.46. It was stated during the pre-bid that sub consultants do not need to be identified in the submittal; however throughout the RFQ Tab B is referred to for providing sub consultants information. Please clarify. Answer: For MBE and WBE sub consultants, only a letter stating a commitment to meet the MBE/WBE goals is required. For other non-mbe/wbe sub consultants, see Clarification No. 1 at end of Addendum. Question No.47. If we do need to identify our sub consultants, do we need to identify our full team including required disciplines (i.e. architectural, structural, mechanical and electrical equipment, piping, instrumentation, HVAC ductwork, electrical power supply, controls, environment assessments, geotechnical, survey, etc.)? Answer: See Response to Question No. 46. Question No.48. Should both Tabs A and B be included for Sections 7 and 8? Answer: No. Section 7, Legal Actions, and Section 8, Commitment to MBE/WBE are only to be provided by the Prime. Question No.49. Please clarify what needs to be included in the submittal for Section 8, Commitment to MBE/WBE goals. Schedules C-3 and D-3 are referred to but are not included in the solicitation. Answer: Non Target Market RFQ see response to Question 40. Target Market RFQ As per page 12, Commitment to MBE/WBE goals, Subpart 8, 2nd sentence; Target Market Respondents are required to complete a Schedule C2 and D2. Schedule C2 and D2 is attached for your convenience. Question No.50. Can the prequalification be satisfied by a sub consultant? For example prime does not have Mechanical Electrical but the sub consultant has that prequalification. Answer: No, not unless the Prime Consultant and Sub-Consultant are part of a legal Team see Clarification No. 1 at end of Addendum. Question No.51. Can there be joint venture (JV) teaming arrangement? This way the entire team qualifies for the projects. Answer: Yes Question No.52. If City allows JV what sort of JV arrangement is required? Answer: Provide Joint Venture Agreement between all firms. Question No.53. Can you clarify what should be entered in terms of percent and price on the Schedule D-2 and C- 2? Without knowing what the specific projects will be, it s hard to quantify the exact percentage or dollar amount for each firm on our team. Answer: 100% should be provided on the Schedule C-2 and D-2 for the Prime on the submittal opening date. A dollar value does not need to be provided at that time. At the Task order level, the Prime must perform 51% of the work on the Schedule C2 and D2. Question No.54. Does the respondent need to identify all potential sub consultants to be used or can a commitment to meeting the MBE/WBE goals be offered and sub consultants identified later based on specific Task Order needs? Answer: A commitment letter is sufficient. Question No.55. If the respondent is only supplementing their own staff with sub consultant staff in non-key roles, does specific sub consultant staff need to be identified and does Form B need to be completed for those non-key sub consultant staff? Answer: Sub-Consultants for non-key roles do not need to be identified. Question No.56. Under Submittal Requirements, B. Contents #1c asks for the Executive Summary. Is this supposed to be a separate section or would you like this information in the cover letter? Answer: This information should be included in the cover letter section. Question No.57. Should a Form B Related Experience of Key Personnel be included for each project listed on a Key Personnel resume? Answer: It is the decision of the consultant what to include as related experience of key personnel. Question No.58. Is there a limit to how many Form Bs we should submit for each person? Answer: No.

Question No.59. Can we include all the requested information on Form B on the chronological resume and only submit the resume? Answer: No, the Form B must be submitted. Question No.60. Do we need to submit references on individual resumes or just on the Form B s? Answer: Just Form B. Question No.61. What specifically is required to be included in Section 8: Commitment to MBE/WBE Goals? If we are an MBE firm, are we also required to have WBE participation? Do we submit Schedules C-2 and D-2 in Section 8 of our submittal, or are those just to be included in task orders resulting from a contract? Answer: Non Target Market RFQ see response to Question 28. Target Market RFQ As per page 12, Commitment to MBE/WBE goals, Subpart 8, 2nd sentence; Target Market Respondents are required to complete a Schedule C2 and D2. Schedule C2 and D2 is attached for your convenience. Question No.62. Do we need to include the following forms in our submittal, or are they just for the final contract? If we do include them, where do we put them in our proposal? - Attachment A: USEPA Certification Regarding Debarment, Suspension and Other Responsibility Matters - Attachment B: Certification Regarding the Use of Disadvantaged Business City of Chicago MBE/WBE Program Answer: These forms are not required for this submittal. These forms will be required for the final contract. CLARIFICATIONS Clarification No. 1. The submittals will be evaluated based on the qualifications of the Team. If the Team includes more than the Prime Consultant, the Sub-Consultant must be legally committed to the team of the duration of the term contract (i.e. joint venture or other legally accepted entity). If a legal Team is submitted, all forms must be submitted for all firms comprising the Team. If a Prime Consultant includes Sub-Consultants in the submittal, but has not developed a legal Team with the Sub-Consultants, the qualifications of the Sub-Consultant will not be used in the evaluation of the submittal. Any and all addenda must be acknowledged by the Respondent by Addendum number. Failure on behalf of the Respondent may be cause for rejection of proposal. ALL REVISIONS INSCRIBED HEREIN WILL BE INCORPORATED INTO THE BID SPECIFICATION PER ADDENDUM NO. 1 END OF ADDENDUM NO. 1 CITY OF CHICAGO DEPARTMENT OF PROCUREMENT SERVICES JAMIE L. RHEE CHIEF PROCUREMENT OFFICER