Contract (PO) Number: T26459 Name of Contractor: F.R. … · the naure of the relationship, and the...
Transcript of Contract (PO) Number: T26459 Name of Contractor: F.R. … · the naure of the relationship, and the...
Contract (PO) Number: T26459
Release Number: 74
Specification Number: BO9681902
Name of Contractor: F.R. PASCHEN/S.N. NIELSEN, INC
City Department: CmCAGO DEPARTMENT OF TRANSPORTAnON
Title of Contract: BRIDGE RECONSTRUCTION/REHABILIT A TION
Dollar Amount of Release: $34,915.12
Release Description: BRIDGE RECONSTRUCTION/REHABILIT AnON
BRIDGE RECONSTRUCTION & REHABILITAION-JOB ORDERCONTRACT
Procurement Services Contact Person: BYRON WHIlTAKER
Vendor Number: 1055528Submission Date:
CITY OF CHICAGOBLANKET RELEASE
Furnish ttle supplies Ind/or .ervices described below in confonnlnce with condltlonllet forth herein Ind In your off8r
RELEASENUMBER
SITE
NAME
A
DELIVERYDATE
PAGENUMBER
RELEASEDATE
3/13/2005
PURCHASEORDER
T26459 74
SPECIFICATIONNUMBER
B09681902
--VENDOR
NUMBER
1055528 0
DELIVER TO: 84-084 ORDERED FROM~
--BLANKET RELEASE
THIS SIGNED RELEASE IS YOUR AUTHORITY TO FURNISH THE SPECIFIED SUPPLIES AND lOR SERVICES IN ACCORDANCEWITH THE TERMS AND CONDmONS OF THE BLANKET AGREEMENT NUMBER: T26458
THIS PURCHASE IS FOR DEPARTMENT: 84 - CHICAGO DEPARTMENT OF TRANSPORTATION
SUBMIT THE ORIGINAL INVOICE TO: 084-1145 PROJ DEV50 W WASHINGTONChicago, IL 60601
'-11 _..#, ~ "" - Ion - ~: A 1'\ , - "1\ L L.. -.1.. ...i -4f'f\ t\I\ l.vLJI.fo-~~-~ ~~C relaJ~~ ~- o..t 'i - " IL~ b~~
PO ShipLine LIne COMMODITY INFORMATION QUANTITY UOM
1 1 96819 34,915.12 USDBRIDGE RECONSTRUCTION/REHABILITATIONBRIDGE RECONSTRUCTION & REHABILlTAION-JOB ORDER CONTRACT
Dlat BFY FUND COST CTR APPR ACCNT ACTV PROJECT RPT CAT
1 002 0463 0842055 4054 220540 0000 60021151 000000
2 004 0486 0842055 6153 220540 0000 48063151 (MXMX)O
UNITCOST
1.00TOTAL COST
34,115.12
GENRL FUTR
000000000
000000000
SHIPMENT TOTAL:
14,792.12
20,123.00
34,915.121
RELEASE TOTAL: 34,915.12
---P.yment on thl. order will be m.de upon receipt of .n orlgiMI vendor Invoice fonn referencing thla order.
Submit the origlMI invoice to the department referenced .bow.M8rk .11 packages .nd papers wtth the purch... nwnber.
Any dellYeri.. containing overshlpments will be reflected un'e.. otherwl.e .uthorlzed In thl. purch..e.This purchne Is .ubject to the City of Chlc.go General Conditions for Suppll... Work, or Profesalon.1 Con.ultlng Servlc..; Spec'" Condition., DIac~ure
Ownership, Accept8nce P.ge, n .pplicable, which .,. .tt8Ched hereto or Incorpor8ted herein by reference.
Job Order Contract
To: Department of: Bureau of Bridges and Transit
Date 04/29/2005
Sub-Qrder Total: $34,915.12
DISCLOSURE OF RETAINED PARTIES
A. Definitions and Disclosure Requirements.1. As used herein, the term "Contractor'" means a person or entity who has any contract or lease with the
City of Chicago.
2. Pursant to Executive Order 97-1, every city contract and lease must be accompanied by a disclosure statementproviding certain information and attorneys, lobbyists. accountants, consultants, subcontractors, andother persons whom the Contractor has retained or expects to retain 'with respect to the contract or leaseIn particular, the Contractor must disclose the name of each such person, his or her business address,the naure of the relationship, and the amount of fees paid or estimated to be paid.
3. The Contractor is not required to disclose empk>yees who are pakj solely through the Contractor'sregular payroll.
4. "Lobbyist" means any person (a) who for compensation or on behalf of any person other than himself undertakesto influence any legislative or administrative action, or (b) any part of whose duties as an employeeof another includes undertaking to influence any legislative or administrative action.
B. CertificationContractor hereby certifIeS as follows:
1. This Disclosure relates to the following transaction
Project name: 04-84-5-031 Electrical Work at 47th & MLK Dr.
Specification, loan or other Identifying number: 809681902
F.H. Paschen, S.N. Nielsen, Inc2. Name of Contractor:
EACH AND EVERY attorney. kJbbyist, accountant, consultant, subcontractor. or other person retained or anticipatedto be retained by the Contractor with respect to or in connection with the contract or lease is listed below
(attach additional pages if necessary):
3.
F.H. ~ I 5 N rIieIsen,lnc. 8ns W. Higgm General Contr8dor 8,027.12
Ch. . IL 60631CHECK HERE IF NO SUCH PERSONS HAVE BEEN RETAINED OR ARE ANTICIPATED TO BE RETAINED
4. The Contractor understands and agrees that the City may rely on the information provKjed herein and that providingany flase. incomplete or inaccurance information shall consitute default under the contract and may result intermation of the contract or lease.
5. The Contractor understands and agrees that in any case in which the Contractor is uncertain whether a disclosureis required under the Executive Order, the Contractor must either ask the city whether disclosure is required or
make the disclosure.
Under penalties of perjury, I certify that I am authorized to execute this Disclosure on behalf of the Contractorthat the information disclosed herein is true and complete. and that no relevant information has been withheld,
J~~__~~=¥4:=:- Date
'., ~ ~~.2'v,.. ~r:::-I1':.~~ &16"'~~1 Name (type or prInt) Title
cr/ gay 20~/
/;Jf
Notarv
\
, ~0Ifiaa1 Seal
T8ddA8roomNolaty Public ".tate or Illinois
My COImMIIion EXpires 06/17/08~-
Aubscribed anothis . 2.Of -~
November 17. 2004
Mr. Eric J. Griggsbhief Procurement OfficerL>epartment of Procurement ServicesCity Hall, Room 403~ 21 North LaSalle Street~hicago, IL 60602
City of ChicagoRichard M. Daley, Mayor
t\.ttention: Catherine MellonCity JOC Manager
Ke: JOC ProjectProject Title:
04-84-5-031
Electrical Work at 47th and MLK Drive Median
Sculptures$ 35,000.00F.B. Paschen TO-96819-02-01GOB Funds
Estimated Cost:Specification #:Funding Source:
Depan.nt ofTransportation
Miguel d'EscotoCommi.uioner
OIeriHerambDeputy Commi.uioner
Bureau of Administration &; Planning
Suite 60030 North LaSalle StreetOticaso, Ulinois 60602-2570(312)744-5697(312) 7444399 (FAX)(312) 744-7215 (ITY)
-- .ci tyordlicaso. or'; tramporta tion
Jear Mr. Griggs
(
,
. you concur with our recommendation, please sign below and return a
:opy for our files.,
...~incere1'..A"""/..J-I LR-
I"figuet. d~scototOlnmlSSlOner
~PROVED: L \ . ~I Eric -;-;;;;;85 ~ -
Chief Procurement Officer
CH e t--GQ
r:'C: Jackie Madison
filejlm
'\.pproved:
-.,.-mFb1b JOC ~ COOT
A 1T A CHMENT A
Project Number: Department: TransportationS-4-128Electrical work for 47'h andMLK Drive MedianSculptures
Project Manager: Scott Waldinger TelephoneNumber:
312-744-5887
For the proposed projects please complete items I and 2 below. As appropriate, complete items 3, 4 and 5
(Attach to the MOA)
Please describe the major features of the project
... Electrical work for 47th & MLK Drive Median Sculotures: the scope of work includesthe coordination and installation of electrical power and spotlighting for the sculpture atthe 47th & mlk Drive Medians. The total cost of furnishing and installation, is estimatedat $ 20,000.00. The deadline for this installation is May 31, 2005..
2 Please explain why this project could not be bid using the City's traditional bid process and theneed to use the JOC procurement system:
This project is a time-sensitive construction and installation at a small scale. As such, theurgency and efficiency needed to complete the project during the 2004-2005 construction yearcan best be managed via the JOC process. Also, as the original design and construction of themedian was done by a private contractor, and not by the Bureau of Electricity, they wouldnot have the historical knowledge of this project in order to specifically coordinate theelectrical and sculpture installation.
3 If this project is a one trade project, please provide additional explanation of why it would be in theCity's best interest to do the project under laC:
This project involves the use of multiple trades for construction and installation.
4 If it is anticipated that over 25 % of the project well be non-prepriced , please provide anexplanation on why Jac should be used:
N/a
s If some elements of the proposed JOC project scope of work are covered by City Term Agreements,these elements should be removed from the JOC project scope of work. If it is not desirable to doso, please explain:
The use of the JOC process would assist in the management and implementation of this time-sensitive project. By utilmng the JOC process, efficient timing of construction andinstallation can be maintained for completion during the 2004-2005 construction year.