HomeMy WebLinkAboutContract- C.C. Johnson Malhorta Engineers LLC - Park Lighting Modernization $20,500.00 5.10.25-5.10.26
To: Luke Stowe, City Manager
Edgar Cano, Director Public Works Agency
Lara Biggs, Bureau Chief – Capital Planning / City Engineer
From: Stefanie Levine – Senior Project Manager / PLA
Kenon Boehm - Landscape Designer II
Subject: Approval of Contract for Consulting Services for the Park Lighting
Modernization
Date: May 6, 2025
Recommended Action:
Staff recommends the City Manager execute a contract for electrical engineering
services for the 2025 Park Lighting Modernization Project with C.C. Johnson & Malhorta
Engineers, Ltd (303 E Wacker Drive, Suite 303, Chicago, Illinois, 60601) in the amount
of $20,500.00.
Funding Source:
Funding is available from the Capital Improvement Program 2025 General Obligation
Bonds, Parks Lighting Modernization (Account 415.40.4125.62145-525007), which is
budgeted at $300,000, all of which is remaining.
Background Information:
The Public Works Agency has been working to inventory our existing park lighting for
modernization from high pressure sodium/metal halide bulbs to high -efficiency LED
bulbs. For the 2025 calendar year, 101 fixtures in Butler, Eggleston, Lovelace, Mason,
Perry, and Smith Parks have been identified for LED modernization. With this, electrical
engineering services are required to evaluate and design appropriate re-lamping of the
existing fixtures.
Analysis:
To address this needed service, nine electrical engineering firms were contacted to
provide pricing for existing fixture evaluation and design services. Following is a list of
the quotes received:
Memorandum
Doc ID: 514b83e988c7320a92ffba866b22516c418c4a71
Supplier Address Cost
DuSable, Inc. 300 W Adams Street, Suite 517,
Chicago, IL 60606
No Response
Harry O. Hefter
Associates, Inc. 55 E Jackson Blvd, Suite 600
Chicago, Illinois 60604
No Response
Kaltsouni Mehdi, Inc. 407 S Dearborn St, Suite 200
Chicago, Illinois 60605
No Response
Weber Consultants, Ltd. 116 W Illinois St, Suite 6W
Chicago, Illinois 60610
$30,000
Dynasty Group
205 W Wacker Dr, Suite 1450
Chicago, Illinois 60606
No Response
ECL Engineers 20 N Wacker Dr, Suite 1910
Chicago, Illinois 60606
No Response
C.C. Johnson &
Malhorta Engineers, Ltd
303 E Wacker Dr, Suite 303
Chicago, Illinois 60601
$20,500
MBE
Grumman Butkus
Associates
820 Davis St, Suite 300
Evanston, IL 60201
No Response
McGuire Engineers 303 S Riverside Plaza, Suite 1650
Chicago, IL 60606
$41,600
Based on the above results, staff recommends award to C.C. Johnson & Malhorta
Engineers, Ltd (CCJM) in the amount of $20,500.00. Staff has worked successfully with
CCJM on prior park lighting modernization and electrical assignments. Their firm also
meets MBE criteria.
Approval:
_________________________________
Luke Stowe, City Manager
Doc ID: 514b83e988c7320a92ffba866b22516c418c4a71
CITY USE ONLY NOT PART OF CONTRACTUAL PROVISIONS
PBC# Project Title
Contract # Procurement Method (IFB, RFP, Small, etc):
Ref. # Publication Date: Award Code:
Subcontractor Utilization? Yes No Subcontractor Disclosure? Yes No
Funding Source Obligation #
Approval:
Signature Date/Printed Name
Phone ______________________________ E-mail _______________________
Revision 12/2019 Page 1
AGREEMENT
(Goods and Services between $10,000 to $25,000)
The Parties to this Agreement are the City of Evanston and Vendor. This Agreement, consisting of the signature page and numbered sections listed
below and any attachments referenced in this Agreement, constitutes the entire Agreement between the Parties concerning the subject matter of the
Agreement, and supersedes all prior proposals, Agreements and understandings between the Parties concerning the subject matter of the
Agreement. This Agreement can be signed in multiple counterparts and signature may be electronic or digital upon agreement of the Parties.
1. TERM AND TERMINATION
2. DESCRIPTION OF SUPPLIES AND SERVICES
3. PRICING
4. STANDARD BUSINESS TERMS AND CONDITIONS 5. STANDARD CERTIFICATIONS
6. DISCLOSURES AND CONFLICTS OF INTEREST
7. SUPPLEMENTAL PROVISIONS
In consideration of the mutual covenants and agreements contained in this Agreement, and for other good and valuable consideration, the receipt
and sufficiency of which are hereby acknowledged, the Parties agree to the terms and conditions set forth herein and have caused this Agreement to
be executed by their duly authorized representatives on the dates shown below.
VENDOR CITY OF EVANSTON
(Vendor Name) CCJM Engineers, Ltd. (Procuring Department Name) Public Works Agency______________
Signature Official Signature
Printed Name Jin Lee, LEED BD+C Printed Name Luke Stowe
Title Project Manager Date May 7, 2025 Title City Manager Date
Address 303 East Wacker Drive, Suite 303 Designee Signature
Chicago, IL 60601 Printed Name
Phone (312) 626-2983 Fax Title
E-mail Jlee@ccjm.com Address 909 Davis Street, Evanston, Illinois 60201
Approved as to form:
Alexandra B. Ruggie
Corporation Counsel
05 / 10 / 2025
Doc ID: 514b83e988c7320a92ffba866b22516c418c4a71
Revised December 19, 2019 Page 2
1. TERM AND TERMINATION
1.1 TERM OF THIS AGREEMENT: This Agreement has an initial term of twelve months. If a start date is not identified, the term shall
commence upon the last dated signature of the Parties.
Vendor shall not commence billable work in furtherance of the Agreement prior to final execution of the Agreement.
1.2 RENEWAL: Subject to the maximum total term as identified above, the City has the option to renew for the following term(s): No renewal
Pricing for the renewal term(s), or the formula for determining price is shown in the pricing section of this Agreement.
Any renewal is subject to the same terms and conditions as the original Agreement except as stated below in this subsection. The City may renew
this Agreement for any or all of the option periods specified; may exercise any of the renewal options early and may exercise more than one option at a time
based on continuing need and favorable market conditions when in the best interest of the City. The Agreement shall not renew automatically nor shall the
Agreement renew solely at Vendor’s option.
1.3 TERMINATION FOR CAUSE: The City may terminate this Agreement, in whole or in part, immediately upon notice to Vendor if: (a) the
City determines that the actions or inactions of Vendor, its agents, employees or subcontractors have caused, or reasonably could cause, jeopardy
to health, safety, or property, or (b) Vendor has notified the City that it is unable or unwilling to perform the Agreement.
If Vendor fails to perform to the City’s satisfaction any material requirement of this Agreement, is in violation of a material provision of this
Agreement, or the City determines that Vendor lacks the financial resources to perform the Agreement, the City shall provide written notice to Vendor
to cure the problem identified within the period of time specified in the City’s written notice. If not cured by that date, the City may either: (a)
immediately terminate the Agreement without additional written notice or (b) enforce the terms and conditions of the Agreement.
For termination due to any of the causes contained in this Section, the City retains its rights to seek any available legal or equitable remedies and
damages.
1.4 TERMINATION FOR CONVENIENCE: The City may, for its convenience and with 7 days prior written notice to Vendor, terminate this
Agreement in whole or in part and without payment of any penalty or incurring any further obligation to Vendor. Vendor shall be entitled to
compensation upon submission of invoices and proof of claim for supplies and services provided in compliance with this Agreement up to and
including the date of termination.
Doc ID: 514b83e988c7320a92ffba866b22516c418c4a71
Revised December 19, 2019 Page 3
2. DESCRIPTION OF SUPPLIES AND SERVICES
2.1 GOAL: To utilize the knowledge and expertise of Vendor, that is lacking in the Procuring Department’s staff, to obtain supplies and
services necessary to help meet the responsibilities of the Procuring Department.
2.2 SUPPLIES AND/OR SERVICES REQUIRED:
2.3 MILESTONES AND DELIVERABLES: Vendor shall not perform services, provide supplies or incur expenses in amount exceeding the
amount shown in this Section, unless the City has authorized a higher amount in writing prior to Vendor performing the services, providing the
supplies, or incurring the expenses.
Not-to-exceed $ 20,500
2.4 VENDOR / STAFF SPECIFICATIONS: Lighting Modernization design for Butler, Eggleston, Lovelace, Mason, Perry, and Smith Parks.
2.5 ASSIGNMENT AND SUBCONTRACTING:
2.5.1 This Agreement may not be assigned, transferred in whole or in part by Vendor without the prior written consent of the City.
2.5.2 For purposes of this section, subcontractors are those specifically hired to perform all or part of the work covered by the Agreement.
Will subcontractors be utilized? Yes No
2.5.3 Vendor shall describe below the names and addresses of all authorized subcontractors to be utilized by Vendor in the performance of this
Agreement, together with a description of the work to be performed by the subcontractor and the anticipated amount of money that each
subcontractor is expected to receive pursuant to this Agreement. Vendor shall provide a copy of any subcontracts within 20 days of execution of this
Agreement for approval by the City. Vendor shall be responsible for the accuracy and quality of any subcontractor’s performance.
Subcontractor Name Amount to be paid
Address Description of work
Subcontractor Name Amount to be paid
Address Description of work
2.5.4 Vendor shall obtain approval from the City prior to hiring any additional or substitute subcontractors during the term of this Agreement.
Vendor may, upon request of the City, provide to the City a draft subcontractor agreement for review and approval prior to the execution of the
subcontract. Subontractor agreements shall provide that services to be performed under the subcontracting agreement shall not be sublet, sold,
transferred, assigned or otherwise disposed of to another entity or person without the City’s prior written consent.
2.5.5 All subcontracts must include the same certifications that Vendor must make as a condition of this Agreement.
2.6 TRANSPORTATION AND DELIVERY:
2.7 WHERE SERVICES ARE TO BE PERFORMED: Unless otherwise specified in this section all services shall be performed in the United
States. If Vendor manufactures the supplies or performs the services purchased hereunder in another country in violation of this provision, such
action may be deemed by the City as a breach of the Agreement by Vendor. Vendor shall disclose the locations where the services required shall
be performed and the known or anticipated value of the services to be performed at each location. If Vendor received additional consideration in the
evaluation based on work being performed in the United States, it shall be a breach of contract if Vendor shifts any such work outside the United
States.
Location where services will be performed Butler, Eggleston, Lovelace, Mason, Perry and Smith Parks
Value of services performed at this location $20,500
Location where services will be performed
Value of services performed at this location
2.8 SCHEDULE OF WORK: Any work performed on City premises shall be done during the hours designated by the City and performed in a
manner that does not interfere with the City and its personnel.
Doc ID: 514b83e988c7320a92ffba866b22516c418c4a71
Revised December 19, 2019 Page 4
2.9 WARRANTIES FOR SUPPLIES AND SERVICES:
2.9.1 Vendor warrants that the supplies furnished under this Agreement will: (a) conform to the standards, specifications, drawing, samples or
descriptions furnished by the City or furnished by Vendor and agreed to by the City, including but not limited to all specifications attached as exhibits
hereto; (b) be merchantable, of good quality and workmanship, and free from defects for a period of twelve months or longer if so specified in writing,
and fit and sufficient for the intended use; (c) comply with all federal and City laws, regulations and ordinances pertaining to the manufacturing,
packing, labeling, sale and delivery of the supplies; (d) be of good title and be free and clear of all liens and encumbrances and; (e) not infringe any
patent, copyright or other intellectual property rights of any third party. Vendor agrees to reimburse the City for any losses, costs, damages or
expenses, including without limitations, reasonable attorney’s fees and expenses, arising from failure of the supplies to meet such warranties.
2.9.2 Vendor shall insure that all manufacturers’ warranties are transferred to the City and shall provide a copy of the warranty. These
warranties shall be in addition to all other warranties, express, implied or statutory, and shall survive the City’s payment, acceptance, inspection or
failure to inspect the supplies.
2.9.3 Vendor warrants that all services will be performed to meet the requirements of the Agreement in an efficient and effective manner by
trained and competent personnel. Vendor shall monitor performances of each individual and shall reassign immediately any individual who is not
performing in accordance with the Agreement, who is disruptive or not respectful of others in the workplace, or who in any way violates the
Agreement or City policies.
2.10 REPORTING, STATUS AND MONITORING SPECIFICATIONS:
2.10.1 Vendor shall immediately notify the City of any event that may have a material impact on Vendor’s ability to perform the Agreement.
Doc ID: 514b83e988c7320a92ffba866b22516c418c4a71
Revised December 19, 2019 Page 5
3. PRICING
3.1 METHOD AND RATE OF COMPENSATION: The City will compensate Vendor for the initial term as follows:
Hourly
Monthly
Annually
Project
Item (show unit of measure and rate)
3.2 TYPE OF PRICING: Pricing under this Agreement is
Firm $20,500
Estimated
3.3 RENEWAL COMPENSATION: If this Agreement is renewed, the price shall be at the same rate as for the initial term unless a different
compensation or formula for determining the renewal compensation is stated in this section.
3.4 EXPENSES: Any expenses that Vendor may charge are shown in this section. The City will not compensate Vendor for expenses related
to travel, lodging or meal.
3.5 TAX: Vendor shall not bill for any taxes unless accompanied by proof the City is subject to the tax. If necessary, Vendor may request the
applicable City’s Illinois tax exemption number and federal tax exemption information.
3.6 INVOICING: Vendor shall invoice at the completion of the Agreement unless invoicing is tied in this Agreement to milestones,
deliverables, or other invoicing requirements agreed to in this Agreement.
Send invoices to .
3.7 PAYMENT TERMS AND CONDITIONS:
3.7.1 By submitting an invoice, Vendor certifies that the supplies or services provided meet all requirements of the Agreement, and the amount
billed and expenses incurred are as allowed in the Agreement. Invoices for supplies purchased, services performed and expenses incurred through
December 31 of any year must be submitted to the City no later than January 31 of the next subsequent year.
3.7.2 Payments, including late payment charges, will be paid in accordance with all applicable laws and rules of the City of Evanston and the
State of Illinois. Remedies provided for therein shall be Vendor’s sole remedy for late payments by the City. Payment terms contained on Vendor’s
invoices shall have no force and effect.
3.7.3 The City will not pay for supplies provided or services rendered, including related expenses, incurred prior to the execution of this
Agreement by the Parties even if the effective date of the Agreement is prior to execution.
3.7.4 As a condition of receiving payment Vendor must (i) be in compliance with the Agreement, (ii) pay its employees prevailing wages when
required by law (Examples of prevailing wage categories include public works, printing, janitorial, window washing, building and grounds services,
site technician services, natural resource services, security guard and food services). Vendor is responsible for contacting the Illinois Dept. of Labor
217-782-6206; http://www.state.il.us/Department/idol/index.htm to ensure compliance with prevailing wage requirements), (iii) pay its suppliers and
subcontractors according to the terms of their respective contracts, and (iv) provide lien waivers to the City upon request.
Doc ID: 514b83e988c7320a92ffba866b22516c418c4a71
Revised December 19, 2019 Page 6
4. STANDARD BUSINESS TERMS AND CONDITIONS
4.1 AVAILABILITY OF APPROPRIATION: This Agreement is contingent upon and subject to the availability of funds. The City, at its sole
option, may terminate or suspend this Agreement, in whole or in part, without penalty or further payment being required, if a reduction in funding is
necessary or advisable based upon actual or projected budgetary considerations. Vendor will be notified in writing of the failure of appropriation or of
a reduction or decrease.
4.2 AUDIT/RETENTION OF RECORDS: Vendor and its subcontractors shall maintain books and records relating to the performance of the
Agreement or subcontract and necessary to support amounts charged to the City under the Agreement or subcontract. Books and records, including
information stored in databases or other computer systems, shall be maintained by Vendor for a period of three years from the later of the date of
final payment under the Agreement or completion of the Agreement, and by the subcontractor for a period of three years from the later of final
payment under the term or completion of the subcontract. If federal funds are used to pay contract costs, Vendor and its subcontractors must retain
its records for five years. Books and records required to be maintained under this section shall be available for review or audit by representatives of
the City upon reasonable notice and during normal business hours. Vendor and its subcontractors shall cooperate fully with any such audit and with any
investigation conducted by any of these entities. Failure to maintain books and records required by this section shall establish a presumption in favor of
the City for the recovery of any funds paid by the City under the Agreement for which adequate books and records are not available to support the
purported disbursement. Vendor or subcontractors shall not impose a charge upon the City for audit or examination of Vendor’s books and records.
4.3 TIME IS OF THE ESSENCE: Time is of the essence with respect to Vendor’s performance of this Agreement. Vendor shall continue to
perform its obligations while any dispute concerning the Agreement is being resolved, unless otherwise directed by the City.
4.4 NO WAIVER OF RIGHTS: Except as specifically waived in writing, failure by a Party to exercise or enforce a right does not waive that
Party’s right to exercise or enforce that or other rights in the future.
4.5 FORCE MAJEURE: Failure by either Party to perform its duties and obligations will be excused by unforeseeable circumstances beyond its
reasonable control and not due to its negligence including acts of nature, acts of terrorism, riots, labor disputes, fire, flood, explosion, and governmental
prohibition. The non-declaring Party may cancel the Agreement without penalty if performance does not resume within 30 days of the declaration.
4.6 CONFIDENTIAL INFORMATION/FOIA: Each Party, including its agents and subcontractors, to this Agreement may have or gain access
to confidential data or information owned or maintained by the other Party in the course of carrying out its responsibilities under this Agreement.
Vendor shall presume all information received from the City or to which it gains access pursuant to this Agreement is confidential. Vendor
information, unless clearly marked as confidential and exempt from disclosure under the Illinois Freedom of Information Act (“FOIA”), 5 ILCS 140/7
et. seq., shall be considered public. No confidential data collected, maintained, or used in the course of performance of the Agreement shall be
disseminated except as authorized by law and with the written consent of the disclosing Party, either during the period of the Agreement or
thereafter. The receiving Party must return any and all data collected, maintained, created or used in the course of the performance of the
Agreement, in whatever form it is maintained, promptly at the end of the Agreement, or earlier at the request of the disclosing Party, or notify the
disclosing Party in writing of its destruction. Upon notification by the City that it has received a Freedom of Information Act request that calls for
records within the Vendor’s control, the Vendor shall promptly provide all requested records to the City so that the City may comply with the request
within the limited statutory timeframes required by FOIA. Vendor shall indemnify and defend the City from and against all claims arising from the
City’s exceptions to disclosing certain records which Vendor may designate as proprietary or confidential. Compliance by the City with an opinion or
a directive from the Illinois Public Access Counselor or the Attorney General under FOIA, or with a decision or order of Court with jurisdiction over
the City, shall not be a violation of this Section.
4.7 USE AND OWNERSHIP: All work performed or supplies created by Vendor under this Agreement, whether written documents or data,
goods or deliverables of any kind, shall be deemed work-for-hire under copyright law and all intellectual property and other laws, and the City is
granted sole and exclusive ownership to all such work, unless otherwise agreed in writing. Vendor hereby assigns to the City all right, title, and
interest in and to such work including any related intellectual property rights, and/or waives any and all claims that Vendor may have to such work
including any so-called "moral rights" in connection with the work. Vendor acknowledges the City may use the work product for any purpose.
Confidential data or information contained in such work shall be subject to confidentiality provisions of this Agreement.
4.8 INDEMNIFICATION AND LIABILITY: Vendor shall defend, indemnify and hold harmless the City and its officers, elected and appointed
officials, agents, and employees from any and all liability, losses, or damages as a result of claims, demands, suits, actions, or proceedings of any
kind or nature, including but not limited to costs, and fees, including attorney’s fees, judgments or settlements, resulting from or arising out of any
negligent or willful act or omission on the part of Vendor or Vendor’s subcontractors, employees, agents or subcontractors during the performance of
this Agreement. Such indemnification shall not be limited by reason of the enumeration of any insurance coverage herein provided. This provision
shall survive completion, expiration, or termination of this Agreement. Nothing contained herein shall be construed as prohibiting the City, or its
officers, agents, or employees, from defending through the selection and use of their own agents, attorneys, and experts, any claims, actions or suits
brought against them. Vendor shall be liable for the costs, fees, and expenses incurred in the defense of any such claims, actions, or suits. Nothing
herein shall be construed as a limitation or waiver of defenses available to the City and employees and agents, including but not limited to the Illinois
Local Governmental and Governmental Employees Tort Immunity Act, 745 ILCS 10/1-101 et seq.
Doc ID: 514b83e988c7320a92ffba866b22516c418c4a71
Revised December 19, 2019 Page 7
At the City Corporation Counsel’s option, Vendor 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 Vendor of any of
its obligations under this Agreement. Any settlement of any claim or suit related to this Project by Vendor 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, Vendor 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 Vendor that may be subject to the Illinois Workers Compensation Act, 820 ILCS
305/1 et seq. or any other related law or judicial decision, including but not limited to, 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, the Illinois Pension Code
or any other statute. Vendor shall be responsible for any losses and costs to repair or remedy work performed under this Agreement resulting from
or arising out of any act or omission, neglect, or misconduct in the performance of its Work or its subcontractors’ work. Acceptance of the work by the
City will not relieve Vendor of the responsibility for subsequent correction of any such error, omissions and/or negligent acts or of its liability for loss
or damage resulting therefrom. All provisions of this Section 4.8 shall survive completion, expiration, or termination of this Agreement.
4.9 INSURANCE: Vendor shall, at its own expense, secure and maintain in effect throughout the duration of this contract, insurance against
claims for injuries to persons or damages to property which may arise from or in connection with the performance of the services and work
hereunder by Vendor, its agents, representatives, employees or subcontractors. Vendor acknowledges and agrees that if it fails to comply with all
requirements of this Section 4.9, the City may void this Agreement. Vendor must give to the City Certificates of Insurance identifying the City to be
an additional insured for the services required pursuant to the Agreement before City staff recommends award of the contract to City Council. Any
limitiations or modifications on the Certificate of Insurance issued to the City in compliance with this Section that conflict with the provisions of this
Section 4.9 shall have no force and effect.
If requested, Vendor shall give the City a certified copy(ies) of the insurance policy(ies) evidencing the amounts set forth in this Section.
The policies must be delivered to the City within two (2) weeks of the request. All insurance policies shall be written with insurance companies
licensed or authorized to do business in the State of Illinois and having a rating of not less than A-VII according to the A.M. Best Company. Should
any of the insurance policies be canceled before the expiration date, the issuing company will mail thirty (30) days written notice to the City. Vendor
shall require and verify that all subcontractors maintain insurance meeting all of the requirements stated herein.
Any deductibles or self-insured retentions must be declared to and approved by the City. At the option of the City, either the insurer shall
reduce or eliminate such deductibles or self-insured retentions as respects the City, its officers, officials, employees and volunteers; or the Contractor
shall provide a financial guarantee satisfactory to the City guaranteeing payment of losses and related investigations, claim administration and
defense expenses. Vendor shall carry and maintain at its own cost with such companies as are reasonably acceptable to City all necessary liability
insurance (which shall include as a minimum the requirements set forth below) during the term of this Agreement, for damages caused or contributed
to by Vendor, and insuring Vendor against claims which may arise out of or result from vendor’s performance or failure to perform hereunder:
a) Worker’s compensation in statutory limits and employer’s liability insurance in the amount of at least five hundred thousand
dollars ($500,000);
b) Comprehensive general liability coverage which designates the City as an additional insured for not less than one million dollars
($1,000,000) combined single limit for bodily injury, death and property damage, per occurrence;
c) Comprehensive automobile liability insurance covering owned, non-owned, and leased vehicles for not less than one million
dollars ($1,000,000) combined single limit for bodily injury, death, or property damage, per occurrence; and
d) Errors and omissions or professional liability insurance respecting any insurable professional services hereunder in the amount
of at least one million dollars ($1,000,000).
Vendor’s certificate of insurance shall contain a provision that the coverage afforded under the policy(s) will not be canceled or reduced
without thirty (30) days prior written notice (hand delivered or registered mail) to the City. Vendor shall promptly forward new certificate(s) of
insurance evidencing the coverage(s) required herein upon annual renewal of the subject policies.
Vendor understands that the acceptance of Certificates of Insurance, policies, and any other documents by the City in no way releases
Vendor and its subcontractors from the requirements set forth herein.
Vendor expressly agrees to waive its rights, benefits and entitlements under the “Other Insurance” clause of its commercial general liability
insurance policy as respects the City. In the event Vendor fails to purchase or procure insurance as required above, the parties expressly agree that
Vendor shall be in default under this Agreement, and that the City may recover all losses, attorney’s fees and costs expended in pursuing a remedy,
or reimbursement, at law or in equity, against Vendor.
4.10 INDEPENDENT CONTRACTOR: Vendor shall act as an independent contractor and not an agent or employee of, or joint venturer with
the City. All payments by the City shall be made on that basis.
4.11 SOLICITATION AND EMPLOYMENT: Vendor shall not employ any person employed by the City during the term of this Agreement to
perform any work under this Agreement. Vendor shall give notice immediately to the City if Vendor solicits or intends to solicit City employees to perform
any work under this Agreement.
Doc ID: 514b83e988c7320a92ffba866b22516c418c4a71
Revised December 19, 2019 Page 8
4.12 COMPLIANCE WITH THE LAW: Vendor, its employees, agents, and subcontractors shall comply with all applicable federal, state, and
local laws, rules, ordinances, regulations, orders, federal circulars and all license and permit requirements in the performance of this Agreement.
Vendor shall be in compliance with applicable tax requirements and shall be current in payment of such taxes. Vendor shall obtain at its own expense, all
licenses and permissions necessary for the performance of this Agreement.
4.13 BACKGROUND CHECK: Whenever the City deems it reasonably necessary for security reasons, the City may conduct at its expense,
criminal and driver history background checks of Vendor’s and subcontractors officers, employees or agents. Vendor or subcontractor shall reassign
immediately any such individual who, in the opinion of the City, does not pass the background check.
4.14 APPLICABLE LAW/VENUE: This Agreement shall be construed in accordance with and is subject to the laws and rules of the City of Evanston and
the State of Illinois. The Department of Human Rights’ Equal Opportunity requirements (44 Ill. Adm. Code 750) are incorporated by reference. The City shall
not enter into binding arbitration to resolve any dispute related to this Agreement. The City does not waive tort immunity by entering into this
Agreement. In compliance with the Illinois and federal Constitutions, the Illinois Human Rights Act, the U. S. Civil Rights Act, and Section 504 of the federal
Rehabilitation Act and other applicable laws and rules, the City does not unlawfully discriminate in employment, contracts, or any other activity.
Venue for any action out of or due to this Agreement shall be in Cook County, Illinois.
4.15 ANTI-TRUST ASSIGNMENT: If Vendor does not pursue any claim or cause of action it has arising under antitrust laws relating to the
subject matter of the Agreement, then upon request of the City’s Corporation Counsel, Vendor shall assign to the City rights, title and interest in and to
the claim or cause of action.
4.16 CONTRACTUAL AUTHORITY: The Department that signs for the City shall be the only City entity responsible for performance and
payment under the Agreement. When the City’s authorized designee signs in addition to an Department, they do so as approving officer and shall
have no liability to Vendor.
4.17 NOTICES: Notices and other communications provided for herein shall be given in writing by registered or certified mail, return receipt
requested, by receipted hand delivery, by courier (UPS, Federal Express or other similar and reliable carrier), by e-mail, or by fax showing the date
and time of successful receipt. Notices shall be sent to the individuals who signed the Agreement using the contact information following the
signatures. Each such notice shall be deemed to have been provided at the time it is actually received. By giving notice, either Party may change
the contact information.
4.18 MODIFICATIONS AND SURVIVAL: Amendments, modifications and waivers must be in writing and signed by authorized representatives of
the Parties. Any provision of this Agreement officially declared void, unenforceable, or against public policy, shall be ignored and the remaining provisions
shall be interpreted, as far as possible, to give effect to the Parties’ intent. All provisions that by their nature would be expected to survive, shall survive
termination. In the event of a conflict between the City’s and Vendor’s terms, conditions and attachments, the City’s terms, conditions and attachments
shall prevail.
4.19 PERFORMANCE RECORD / SUSPENSION: Upon request of the City, Vendor shall meet to discuss performance or provide contract
performance updates to help ensure proper performance of the Agreement. The City may consider Vendor’s performance under this Agreement and
compliance with law and rule to determine whether to continue the Agreement, suspend Vendor from doing future business with the City for a
specified period of time, or to determine whether Vendor can be considered responsible on specific future contract opportunities.
4.20 FREEDOM OF INFORMATION ACT: This Agreement and all related public records maintained by, provided to or required to be provided
to the City are subject to the Illinois Freedom of Information Act notwithstanding any provision to the contrary that may be found in this Agreement.
4.21 SUCCESSORS AND ASSIGNS: The City and Vendor each bind themselves and their partners, successors, executors, administrators,
and assigns to the other party of the Agreement and to the partners, successors, executors, administrators, and assigns of such other party in
respect to all covenants of this Agreement. Neither the City nor Vendor shall assign, sublet, or transfer its interest in this Agreement without the
written consent of the other. Nothing herein shall be construed as creating any personal liability on the part of any officer or agent of any public body,
which may be a party hereto, nor shall it be construed as giving any right or benefits hereunder to anyone other than the City and Vendor.
4.22 NON-WAIVER OF RIGHTS: No failure of either party to exercise any power given to it hereunder or to insist upon strict compliance by the
other party with its obligations hereunder, and no custom or practice of the parties at variance with the terms hereof, nor any payment under this
Agreement shall constitute a waiver of either party’s right to demand exact compliance with the terms hereof.
4.23 SEVERABILITY: Except as otherwise provided herein, the invalidity or unenforceability of any particular provision, or part thereof, of this
Agreement shall not affect the other provisions, and this Agreement shall continue in all respects as if such invalid or unenforceable provision had
not been contained herein.
4.24 COUNTERPARTS: For convenience, this Agreement may be executed in any number of counterparts, each of which shall be deemed to
be an original.
Doc ID: 514b83e988c7320a92ffba866b22516c418c4a71
Revised December 19, 2019 Page 9
4.25 SAVINGS CLAUSE: If any provision of this Agreement, or the application of such provision, shall be rendered or declared invalid by a
court of competent jurisdiction, or by reason of its requiring any steps, actions, or results, the remaining parts or portions of this Agreement shall
remain in full force and effect.
Doc ID: 514b83e988c7320a92ffba866b22516c418c4a71
Revised December 19, 2019 Page 10
5. STANDARD CERTIFICATIONS
Vendor acknowledges and agrees that compliance with this section and each subsection for the term of the Agreement and any renewals is a
material requirement and condition of this Agreement. By executing this Agreement, Vendor certifies compliance with this section and each
subsection and is under a continuing obligation to remain in compliance and report any non-compliance.
This section, and each subsection, applies to subcontractors used on this Agreement. Vendor shall include these Standard Certifications in any
subcontract used in the performance of the Agreement.
If this Agreement extends over multiple fiscal years including the initial term and all renewals, Vendor and its subcontractors shall confirm
compliance with this section in the manner and format determined by the City by the date specified by the City and in no event later than January 1
of each year that this Agreement remains in effect.
If the Parties determine that any certification in this section is not applicable to this Agreement, it may be stricken without affecting the remaining
subsections.
5.1 As part of each certification, Vendor acknowledges and agrees that should Vendor or its subcontractors provide false information, or fail to
be or remain in compliance with the Standard Certification requirements, one or more of the following sanctions will apply:
• the Agreement may be void by operation of law,
• the City may void the Agreement, and
• Vendor and it subcontractors may be subject to one or more of the following: suspension, debarment, denial of payment, civil fine, or
criminal penalty.
Identifying a sanction or failing to identify a sanction in relation to any of the specific certifications does not waive imposition of other sanctions or
preclude application of sanctions not specifically identified.
5.2 Vendor certifies it and its employees will comply with applicable provisions of the U.S. Civil Rights Act, Section 504 of the Federal Rehabilitation
Act, the Americans with Disabilities Act (42 U.S.C. § 12101 et seq.) and applicable rules in performance under this Agreement.
5.3 Vendor certifies it is a properly formed and existing legal entity (30 ILCS 500/1.15.80, 20-43); and as applicable has obtained an assumed
name certificate from the appropriate authority, or has registered to conduct business in Illinois and is in good standing with the Illinois Secretary of
State.
5.4 If Vendor, or any officer, director, partner, or other managerial agent of Vendor, has been convicted of a felony under the Sarbanes-Oxley Act
of 2002, or a Class 3 or Class 2 felony under the Illinois Securities Law of 1953, Vendor certifies at least five years have passed since the date of the
conviction. Vendor further certifies that it is not barred from being awarded a contract and acknowledges that the City shall declare the Agreement void if
this certification is false (30 ILCS 500/50-10.5).
5.5 Vendor certifies that it and its affiliates are not delinquent in the payment of any fees, fines, damages, or debts to the City.
5.6 In accordance with the Steel Products Procurement Act, Vendor certifies steel products used or supplied in the performance of a contract
for public works shall be manufactured or produced in the United States, unless the head of the procuring Department grants an exception (30 ILCS
565).
5.7 Vendor certifies it has not been convicted of bid rigging or bid rotating or any similar offense, nor has Vendor made an admission of guilt of
such conduct that is a matter of record (720 ILCS 5/33 E-3, E-4).
5.8 Vendor certifies it complies with the Section 1-12-5 of the City of Evanston Code and the Illinois Department of Human Rights Act and
rules applicable to public contracts, including equal employment opportunity, refraining from unlawful discrimination, and having written sexual
harassment policies (775 ILCS 5/2-105).
5.9 Vendor certifies that it shall employ only persons duly licensed by the State of Illinois to perform professional services under this
Agreement for which applicable Illinois law requires a license, subject to prior approval of the City.
5.10 Vendor certifies that if more favorable terms are granted by Vendor to any similar governmental entity in any state in a contemporaneous
agreement let under under the same or similar financial terms and circumstances for comparable goods or services, the more favorable terms shall
be applicable under this Agreement.
Doc ID: 514b83e988c7320a92ffba866b22516c418c4a71
Revised December 19, 2019 Page 11
6.0 DISCLOSURES AND CONFLICTS OF INTEREST
Section 1: Conflict of Interest Prohibited
Vendor shall not have any public or private interest and shall not acquire directly or indirectly any such interest which conflicts in any manner with its
performance under this Agreement.
Section 2: Debarment/Legal Proceeding Disclosure (All Vendors must complete this section).
Vendor must identify any of the following that occurred for it or any if its officers or directors within the previous 10 years:
Debarment from contracting with any governmental entity Yes No
Professional licensure discipline Yes No
Bankruptcies Yes No
Adverse civil judgments and administrative findings Yes No
Criminal felony convictions Yes No
If any of the above is checked yes, please identify with descriptive information the nature of the debarment and legal proceeding. The City reserves
the right to request more information, should the information need further clarification.
7. SUPPLEMENTAL PROVISIONS
7.1 City Supplemental Provisions
Definitions
Required Federal Clauses, Certifications and Assurances
ARRA Requirements (American Recovery and Reinvestment Act of 2009)
Prevailing Wage (820 ILCS 130/1 et seq.)
M/W/EBE Subcontracting Requirements
Other (describe)
7.2 Vendor Supplemental Provisions
Doc ID: 514b83e988c7320a92ffba866b22516c418c4a71
Revised December 19, 2019 Page 12
TAXPAYER IDENTIFICATION NUMBER
I certify that:
1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me), and
2. I am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal
Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has
notified me that I am no longer subject to backup withholding, and
3. I am a U.S. person (including a U.S. resident alien).
• If you are an individual, enter your name and SSN as it appears on your Social Security Card.
• If you are a sole proprietor, enter the owner’s name on the name line followed by the name of the business and
the owner’s SSN or EIN.
• If you are a single-member LLC that is disregarded as an entity separate from its owner, enter the owner’s name
on the name line and the d/b/a on the business name line and enter the owner’s SSN or EIN.
• If the LLC is a corporation or partnership, enter the entity’s business name and EIN and for corporations, attach
IRS acceptance letter (CP261 or CP277).
• For all other entities, enter the name of the entity as used to apply for the entity’s EIN and the EIN.
Name:
Business Name: CCJM Engineers, Ltd.
Taxpayer Identification Number:
Social Security Number
or
Employer Identification Number 36-2960421
Legal Status (check one):
Individual Governmental
Sole Proprietor Nonresident alien
Partnership ECity or trust
Legal Services Corporation Pharmacy (Non-Corp.)
Tax-exempt Pharmacy/Funeral Home/Cemetery (Corp.)
Corporation providing or billing Limited Liability Company (select applicable tax classification)
medical and/or health care services D = disregarded entity
C = corporation
Corporation NOT providing or billing P = partnership
medical and/or health care services
Signature: Date: May 7, 2025
Doc ID: 514b83e988c7320a92ffba866b22516c418c4a71
City of Evanston
Public Works Agency
909 Davis Street
Evanston, IL, 60201-2798
T 847.448.4311
www.cityofevanston.org
April 21, 2025
Re: Lighting Modernization, Electrical Engineering Services
Dear Prospective Electrical Engineer:
The City of Evanston is currently seeking proposals for electrical engineering services
for modernization of select pole mounted light fixtures across the City’s parks. Work to
include the following parks (location maps attached):
• Butler Park
• Eggleston Park
• Lovelace Park
• Mason Park
• Perry Park
• Smith Park
Each park’s existing lighting system has been inventoried by city staff and is included as
an attachment. The main project scope comprises of converting existing lighting fixtures
from HID technology to LED. Work shall consist of electrical design for retrofitting these
park fixtures in alignment with the City of Evanston’s Street Light Master Plan. City to
provide CAD surveys for each park for use in developing photometrics and construction
documents. The following items are required as a part of the requested services:
Design/Construction Document Preparation
1. Provide electrical review of the attached inventory.
2. Provide any/all design modifications and electrical drawings/details, including
photometrics, produced in AutoCAD to comply with City of Evanston building
code requirements and the City’s Street Light Master Plan linked here. Electrical
drawings/details shall be signed and sealed by an electrical engineer licensed in
the State of Illinois and shall be presented on City of Evanston backgrounds to
generate a coordinated plan set.
3. Provide calculations to support the designs signed and sealed by an electrical
engineer licensed in the State of Illinois.
4. Address any comments/revisions required by code officials during the entitlement
process.
Exhibit A
Doc ID: 514b83e988c7320a92ffba866b22516c418c4a71
Bidding
1. Provide all technical specifications necessary for public bidding (front end
specifications shall be provided by the City).
2. Assist the City in preparing addenda responses during the bid process.
Construction Administration
1. Review submittals/shop drawings provided by the construction contractor.
2. Respond to contractor RFIs during construction.
3. Review and advise the City regarding contractor pay and change order requests.
4. Perform on-site inspections during construction and prepare written field reports
documenting observations including a punch list inspection upon substantial
completion.
5. Provide electrical design documents (drawings/specifications/etc.) to the City in
both PDF and AutoCAD formats for record.
If services exceed $10,000, the selected consultant will be asked to execute the
attached contract. Respondents should include any/all exceptions to this contract in
their proposal. Professional services are to be submitted as a not to exceed fixed fee
with a price breakdown for each work phase. Reimbursable expenses are to be
submitted in a not to exceed format and shall be restricted to mileage, mailing and
reproduction expenses. Proposers are also asked to submit an hourly rate schedule to
be used as a basis for additional services should they be required.
Proposals are due by 5:00pm on May 01, 2025. It is anticipated that design work will
be performed in the spring of 2025 and construction will be performed in summer/fall of
2025. Proposals shall be in lump sum pricing format and should be emailed to my
attention at kboehm@cityofevanston.org. I can be reached at 224-296-4453 to discuss
any questions regarding this request for proposal.
Sincerely,
Kenon Boehm
Landscape Designer II
Enclosures
Exhibit A
Doc ID: 514b83e988c7320a92ffba866b22516c418c4a71
C C J M CCJM Engineers, Ltd.
Engineering Infrastructure Solutions
303 East Wacker Dr, Suite 303, Chicago, IL 60601-3007 P: (312) 669-0609 F: (312) 669-0525 E: Chicago@ccjm.com
PROPOSAL FOR SERVICES - DESIGN
Short Form Agreement Between Owner and CCJM as Consultant
Date: April 29, 2025 Proposal # 2517-064
Client: City of Evanston
Address: Public Works Agency, 2100 Ridge Avenue, Evanston, IL 60201
Attn:
Kenon Boehm
Landscape Designer II
kboehm@cityofevanston.org
Phone: (224) 296-4453
Project Name: Evanston Parks Lighting Modernization
Project Location: Evanston, IL
The following is a description of the project and/or agreed scope of services:
CCJM will provide Electrical engineering service for Butler Park, Eggleston Park, Lovelace Park, Mason Park, Perry
Park and Smith Park to modernize the pole mounted light fixtures.
CCJM’s scope of work for the Project will be limited to the following and as selected in the “DESIGN SERVICES
INCLUDED” checkboxes.
General:
The main project scope comprises of converting existing light fixtures from HID technology to LED. Work shall
consist of electrical design for retrofitting these park fixtures in alignment with the City of Evanston’s Street Light
Master Plan.
Modifications to either the electrical cabinets serving the parks and/or some of the lighting units will be required to
effect this change as the area lighting systems are photocell controlled.
Scope of Work:
1. Investigation and Analysis of the existing system
2. Photometric Study
3. Construction Documents
4. Permit Process
5. Bidding Phase Assistance
6. Construction Administration Phase
Work shall include a site investigation and an analysis electrical design and code compliance. We shall provide
Contract Documentation, Bid Assistance and Construction Administration services as indicated below for the
defined scope of work.
Exhibit B
Doc ID: 514b83e988c7320a92ffba866b22516c418c4a71
C C J M CCJM Engineers, Ltd.
Engineering Infrastructure Solutions
303 East Wacker Dr, Suite 303, Chicago, IL 60601-3007 P: (312) 669-0609 F: (312) 669-0525 E: Chicago@ccjm.com
DESIGN SERVICES INCLUDED: (ONLY THOSE SERVICES MARKED BY “X” ARE PROVIDED)
General:
Cost Estimate (Approximate)
Demolition (Selective)
Feasibility Report
Professional Seal
Redesign After Approval of Design
Development (VE Changes)
Site Survey (Prior to Design)
Mechanical:
HVAC Load Calculations
HVAC Design (Existing System
Renovations)
HVAC Design (New Local System)
HVAC Design (New Central Plant)
IECC Commissioning (1)
Commissioning Plan
Mechanical Systems
Service Water Systems
Electrical Lighting Controls
Testing & Balancing Witness
Equipment Start-up Checklists &
Witness
Functional Performance Test
Checklists & Witness
Equipment O&M Review
Preliminary Commissioning Report
System Balancing Report
Off-season Testing Review & Final
Commissioning Report
Electrical:
Short Circuit & Coordination Study
Site Utilities Design
Power Design (Area-of-work
Renovations)
Power Design (New Utility Service)
Lighting Fixture Selections
Lighting Design (Switching &
Circuiting)
Fire Alarm (Head-end & devices)
Fire Alarm (Devices Only)
Low Voltage Systems:
Security System (Head-end &
terminations)
Security System (Terminations
Only)
Voice/Data (Head-end &
terminations)
Voice/Data (Terminations Only)
Computer Equipment Hookup
Audio/Visual (Head-end &
terminations)
Audio/Visual (Terminations Only)
Plumbing:
Plumbing System Design
Mid/High-Rise Riser Design
Compressed Air System
Fire Protection:
Sprinkler System (Incoming
Service/Zone Valve Details)
Sprinkler System (Heads & Arm
Overs Only)
Structural:
Structural Loading and Analysis
Foundation Design
Structural Framing Design
Civil:
Topographic Survey
Stormwater Management
Grading Design
Site Utility Design
Roadways & Parking Lots
Environmental:
Indoor Air Quality Report
Brownfield Site Remediation
UST Permitting
Phase I & II Environmental Site
Assessments
Asbestos & Lead Paint Inspection
Construction Administration:
As-Builts (Review Only)
Building Permit Assistance (2)
RFI Responses & Addenda
Final & Follow-up Punchlists
Review Bids & Design Alternates
Shop Drawings (2 reviews, each)
Site Visits: Periodic (3)
Specialty Systems & Studies:
Commercial Kitchen Equipment
Utility Hook-up
Medical/Laboratory System Design
Compressed Air Systems
Theater/Auditorium Systems
Acoustical Analysis & Design
LEED TM Certification:
LEED Fundamental Cx
LEED Energy Modeling
LEED Enhanced Cx
LEED MEP Credits (Doc Upload)
LEED Arch. Credits (Doc Upload)
LEED Civil Credits (Doc Upload)
Energy Modeling & Documentation
LEED EB Outside Air Testing
Measurement & Verification
M & O Training
(1) Mandatory Code requirement except for systems where the total mechanical equipment capacity is less than 480,000 BTUH cooling
capacity and 600,000 BTUH combined service water heating and space heating capacity. Detailed scope requirements shall be as
applicable under Section C408: System Commissioning in the International Energy Conservation Code (IECC), latest edition.
(2) Building permit time with Plan Examiners beyond two meetings, if required for permit approval, shall be billed on a timecard basis.
(3) Base fee includes 2 construction period man-day site visits exclusive of punchlist site visits. Additional site visits shall be performed
after written Client authorization and billed at timecard rates, plus travel expense.
Date: April 29, 2025
Proposal #: 2517-064
Exhibit B
Doc ID: 514b83e988c7320a92ffba866b22516c418c4a71
C C J M CCJM Engineers, Ltd.
Engineering Infrastructure Solutions
303 East Wacker Dr, Suite 303, Chicago, IL 60601-3007 P: (312) 669-0609 F: (312) 669-0525 E: Chicago@ccjm.com
COMPENSATION:
CCJM agrees to perform the services listed above for a lump sum fee of $20,500. The fee shall be allocated as
follows by Phase:
Investigation & Analysis Phase: $ 4,000
Construction/Permit Document Phase: $10,500
Bidding Phase: $ 2,500
Construction Administration Phase: $ 3,500
$ 20,500
PAYMENTS - MAXIMUM DUE:
Billed monthly.
RESPONSIBILITY OF CLIENT:
Provide complete list of applicable electrical design criteria. Client to arrange to provide base building/area
information in CAD files, etc. Design work in excess of 5 ft. from project area-of-work shall be considered out-of-
scope. Client to provide details of all special equipment connections required.
SCHEDULE:
CCJM is available to start work on this project immediately upon receipt of signed agreement. Schedule of design
work can be arranged to meet the needs of the project.
TEAM:
Project team shall be:
Anil Ahuja, PE, RCDD, CxA,LEED BD+C Principal-In-Charge
Jin Lee, LEED BD+C Project Manager & Electrical Engineer
Andrew Kaplan Electrical Engineer
CONTRACT DETAILS:
Services deemed outside the scope of this agreement shall be on basis of attached 2025 Rate Schedule. Other
terms and conditions are per the Agreement included in the RFP dated April 21, 2025.
CCJM takes no exception to the City of Evaston Agreement for Goods and Servies between $10,000 and $25,000.
Submitted by:
Anil Ahuja, PE, RCDD, CxA, LEED BD+C
President
April 29, 2025
Date: April 29, 2025
Proposal #: 2517-064
Exhibit B
Doc ID: 514b83e988c7320a92ffba866b22516c418c4a71
CCJM
2025 RATE SCHEDULE
The following are current rates in U.S. dollars per hour for CCJM Personnel:
TITLE STANDARD RATES
Senior Principal Engineer $317
Principal Engineer $268
Project Manager I $199
Project Manager II $196
Senior Architect $192
Senior Structural Engineer $200
Structural Engineer $179
Senior Engineer $180
Senior Design Engineer $159
Design Engineer $142
Designer $118
Administrative $ 89
Reimbursable expenses shall be reimbursed at cost, plus 10% for handling and
insurance, where allowed by Client agreement. Taxes, where applicable, are not
included in the above. Where work is performed in legal matters for benefit of
client, time spent for depositions and in-court services shall be billed at 150% of
above rates. Automobile travel shall be charged at current IRS established
reimbursable rate per mile of travel for personal vehicles or direct rental car and
gas charges or ZipcarTM or other rental car rates, as applicable. Terms of payment
shall be in accordance with our General Conditions.
All rates are valid until December 31, 2025. Rates for 2026 will be escalated
by 5% on base cost plus audited overhead cost.
Exhibit B
Doc ID: 514b83e988c7320a92ffba866b22516c418c4a71
CCJM O-GC-1/2010
GENERAL CONDITIONS
GENERAL: Except as modified by these General Conditions, the obligations of the client and consultant shall be those set forth in the latest form of
AIA Document B141 (Standard Form of Agreement Between Owner and Architect).
COMPENSATION AND EXPENSES: Timecard work shall be based on the latest CCJM Rate Schedule. Time for isolated short consultations, short
office visits, short work periods, telephone calls, etc., will be charged on the basis of one-half hour minimum and in full one-half hour units.
Reimbursable expenditures shall be defined as including transportation, subsistence and other travel expenses, toll calls, testing of systems, printing
of specifications, reproduction of blueprints for bidding, final plotting, messenger service and other similar items. Expenditures shall be reimbursed at
cost plus 10%. Sub-contract expenses include those for specialized outside services, such as sub-consultants, acoustic or other special studies,
professional estimators, renderings, and models and shall be reimbursed at rate of cost plus 15%. Where work is performed in legal matters for
benefit of client, time spent for depositions and in-court services shall be billed at 150% of rates as stated in latest CCJM Rate Schedule.
ESTIMATES FOR COMPENSATION, BASED ON MULTIPLE OF DPE OR AT HOURLY RATE: If an estimate of CCJM’s fee is stated in this
Proposal, the estimate shall not be considered a firm figure, unless specifically stipulated as a lump sum. Timecard shall be per Rate Schedule.
COMPENSATION BILLED AS A LUMP SUM: Compensation for professional services which are to be billed as a lump sum figure shall be billed
monthly for the basic services and for requested additional services. Billings will be based upon CCJM’s estimate of the proportion of the total
services actually completed at the time of billing. Where low bid reflecting construction cost exceeds estimate at time of proposal upon which lump
sum was based by more than 10%, lump sum fee shall be increased by 3.5% of the additional construction cost awarded.
CHANGES IN SERVICES: Out-of-Scope work shall be billed as additional services. Mechanical/electrical components, where not standard
manufactured equipment, when proposed by Owner/Architect, shall be designed as an additional service. Owning and operating cost studies and
analyzing contractor value engineered proposals shall be additional services. Changes to the work after approval of design development shall be
made with no additional charges, up to a cost, based on standard billable rates, to CCJM for said changes equal to 5% of the portion of the fee
attributed to working drawings. Should the cost of changes exceed 5% allowance for changes, the excess cost will be charged as additional fee,
billed monthly at timecard rates as shown in CCJM Rate Schedule, current edition. Also, if after commencement of work, project is put on hold during
design phase for any reason by Owner/Client/Contractor for a period greater than 120 days, CCJM reserves the right to adjust our compensation
appropriately.
TERMS OF PAYMENT: Unless otherwise provided for in this contract, CCJM Engineers, Ltd. shall submit invoices for work which has been
completed (each of which is due and payable within 32 days of any invoice date). If any invoice is not paid within 32 days, late payment charges of
1% per month, or fraction of month, or the highest lawful interest rate of the state in which the Client’s office is located, will be added. Fees are due
and payable as outlined above and are in no way contingent on the Client obtaining funding or receiving his fee from his client. CCJM may, after
giving seven days written notice to Client, suspend services under this Agreement until outstanding amounts are paid in full. Attorney fees, if
necessary for collection, shall be borne by Client.
PARTNERING: CCJM intends to provide its services in a spirit of partnership with the Owner. Opportunities for project betterment and/or cost
savings shall be evaluated throughout the work. If, during the course of providing service, any required item or component of the project is omitted
from the construction documents, CCJM shall not be responsible for paying the cost to add such item or component to the extent that such item or
component would have been otherwise necessary to the project or otherwise adds value or betterment to the project. In no event will CCJM be
responsible for any extra cost or expense that provides betterment, upgrade or enhancement of the project.
LIMITATION OF LIABILITY: Consultant’s liability for damages due to its negligence in rendering services under this agreement shall be limited to
the amount of its fee, but under no circumstances shall it exceed the amount of any existing insurance coverage, less $10,000 deductible. In no
event will Consultant at any time be liable for special, incidental or consequential damages, including, but not limited to, loss of profits, less of
revenue, loss of use, loss of capital or for any other loss of any nature, whether based in contract, tort, negligence, strict liability or otherwise and
arising from any cause whatsoever by reason of the services rendered under this agreement. CCJM to maintain $1,000,000 professional liability
insurance.
AS-BUILT DRAWINGS: If so required, CCJM shall compile for and deliver to the Owner a set of as-built documents conforming to the construction
records of the contractor as provided to CCJM. CCJM shall not be responsible for the accuracy of this information nor the errors or omissions which
may appear in the record documents as a result.
HAZARDOUS MATERIALS: Nothing in this Agreement shall impose liability on CCJM for claims, lawsuits, expenses, economic losses, or damages
arising from, or in any manner related to, the exposure to or the handling, manufacture of, or disposal of, hazardous materials in any of its various
forms as defined by the U.S. Environmental Protection Agency or any other governmental agency or such environmental issues such as air pollution.
CONSTRUCTION OBSERVATION: If, as part of contract, CCJM provides construction observation, CCJM shall make visits to the construction site
to observe the progress and to determine in general if such work is proceeding in accordance with the contract documents. CCJM shall not be
required to make exhaustive or continuous on-site inspections to check quality or quantity of such work. CCJM shall not be responsible for the
means, methods, techniques, sequences or procedures of construction or of the safety precautions and programs incident to the work of the
contractor. CCJM does not warrant or guarantee contractor’s work, and shall not be responsible for the failure of contractors to perform the work in
accordance with the construction documents.
REMODELING AND REHABILITATION LIABILITY DISCLAIMER: Inasmuch as the remodeling and/or rehabilitation of an existing building requires
that certain assumptions be made as to existing conditions, and because some of these assumptions may not be verifiable without expending
additional sums of money, or destroying otherwise adequate or serviceable portions of the building, the Client agrees that, except for negligence on
the part of the Design Professional, the Client will hold harmless, indemnify and defend the Design Professional from and against any and all claims,
including attorney’s fees, arising out of the professional services provided under this Agreement.
REUSE OF DOCUMENTS: All documents including drawings and specifications furnished by CCJM pursuant to this Agreement, are instruments of
services in respect to the project. Reuse will be at Client’s/Owner’s sole risk and without liability or legal exposure to CCJM.
ARBITRATION: Claims, disputes and other matters in question between the parties that are not resolved by mediation shall be decided by
arbitration which, unless the parties mutually agree otherwise, shall be in accordance with the Construction Industry Arbitration Rules of the American
Arbitration Association currently in effect. If such matter relates to or is the subject of a lien arising out of the services, CCJM may proceed in
accordance with applicable law to comply with the lien notice or filing deadlines prior to resolution of the matter by mediation or by arbitration.
Exhibit B
Doc ID: 514b83e988c7320a92ffba866b22516c418c4a71
Contract for Consulting Services for the Park Lighting...
Lighting_Mo...rd_Memo.pdf and 3 others
514b83e988c7320a92ffba866b22516c418c4a71
MM / DD / YYYY
Signed
05 / 09 / 2025
09:32:28 UTC-5
Sent for signature to Alexandra Ruggie
(aruggie@cityofevanston.org) and Luke Stowe
(lstowe@cityofevanston.org) from lthomas@cityofevanston.org
IP: 66.158.65.78
05 / 09 / 2025
15:26:08 UTC-5
Viewed by Alexandra Ruggie (aruggie@cityofevanston.org)
IP: 24.13.226.57
05 / 09 / 2025
15:26:32 UTC-5
Signed by Alexandra Ruggie (aruggie@cityofevanston.org)
IP: 24.13.226.57
05 / 10 / 2025
16:10:08 UTC-5
Viewed by Luke Stowe (lstowe@cityofevanston.org)
IP: 64.107.3.138
05 / 10 / 2025
16:11:04 UTC-5
Signed by Luke Stowe (lstowe@cityofevanston.org)
IP: 64.107.3.138
The document has been completed.05 / 10 / 2025
16:11:04 UTC-5