Upload
others
View
1
Download
0
Embed Size (px)
Citation preview
CONTRACT FOR SERVICE
DOCUMENT NO. 1553-14332
ISSUED BYTHE OFFICE OF THE CHIEF PROCUREMENT OFFICER
CABLE TV EQUIPMENT MAINTENANCE
FORTHE BUREAU OF TECHNOLOGY
BOARD OF COMMISSIONERS
) COUNTY OF COOKTONI PRECKWINKLE, PRESIDENT
BIDS TO BE EXECUTED IN TRIPLICATEBID OPENING WILL BE ON MARCH 20, 2015AT 10:00A.M.
LATE BIDS Wll L NOT BE CONSIDEREDDELIVER BIDS TO 118N. CLARK ST., ROOM 1018,CHICAGO, IL 80802
CONTACT: HERMINE WISE, CONTRACT NEGOTIATOR, AT (312) 603-3950EMAIL: [email protected]
REQ$ 118Ã8
AVI Systems717 W. Algonquin Road
Arlington Heights, IL 60005
Attn: Ms. Hermins WiseContract Negotiator
RE: Cable TV Equipment Maintenance Response
Dear Ms. Wise,
AVI is pleased to provide you with this fully engineered proposal for your new audiovisual systems. We thank you forthis opportunity and believe that we are the right partner for this project.
I would like to highlights few specific areas that set AVI apart from aur direct competition:
Videoconferencing Proficiency: Polycom, Cisco, LifeSize and Avaya authodize AVI to deliver all levels of their
solutions. This not only includes telepresence endpoints, but also the video infrastructure required for bridging,
gateway, recording and firewall traversal functions. We also carry expertise in the areas of desktop and mobile deviceintegration including Microsoft Lync and Cisco Jabber.
PRO Connect: AVI partners with Polycom to deliver VaaS (video as a service) with our Pro Connect offering.
PROConnect provides bridging, gateway, recording and firewall traversal services for a low annual fee. Our PRO
Connect packages also include desktop and mobile device licenses for video conferencing with content sharing. AVI
is one of two companies In the United States that has the ability to provide this service In partnership with Polycom.
Certified Experts: Our team of engineem, project managers and technicians carry the highest levels af professional
certifications. As an employee owned company we make significant investments into the training, certification and
continuing education of those that deliver integrated solutions ta our clients.
Manufacturer Relationships: As the fourth largest AV company in the United States aur relationships with
manufactures such as Polycom, Crestron, Sharp and nearly every other major manufacture are at the highest levels.To our clients this means that they receive the best pricing and support in the industry.
PRO Support: The most important day in ihe life of any new audiovisual system is Day 2. AVI PRO Support is our
premium post-installation service ofFering that ensures successful operation of your systems once the installation
phase is complete.
ChucK RaymanSystem Sales Specialist
d 630P77-2356 m 630-417-9571
717W. Algonquin Rd.
Arlington Heights, IL 60005
INSTRUCTIONS TO BIDDERSBID CONTRACTS
INDEX
18-01
IB42
18.03
18-05
IB-05
I8-07
IB-08
iB-09
IB-10
IB-11
( ) 18-12
IB-13
IB-14
IB-15
IB-18
IB-18
IB-19
IB-20
IB-21
)8<2
IB-23
~Sub'est
Definitions
Preparation of Bid Proposals
Site inspection Cerbficsle
Bid Deposit
Exceptions
Siddsr Wsrranfbe
Submission of fbd Proposais
Bid Proposals to Conform to Requirements of Legai Advergslng
Competency ofBIdder
Locdl Business Pnrferencs
Consideration of Bid Proposals
Withdrawsi of Bid Pmpcesls
Acceptance of Bid Proposals
Performance and Payment Bond
Pricss F1rm
Cash Billing Disoounts
Catalogs
Authorized OealeriDistrlbutor
Trade Names
Samples,
Nobcss
Compliance with Laws - Public Contracts
Cooperation with Inspector General
IB-1
IB-2
I8-2
IB-2
iB-3
IB-3
l84
l84
l84
18-4
184
IBS
I8-5
IB-5
CONTRACT NO. 1553-14332INSTRUCTIONS TO BIDDERS AND GENERAL CONDITIONS
iNSTRUCTIONS TO BIDDERS
IBSEN DEFINITIONS
A. BIDDER shsfi mean the individual or business entity submitting a Sd Praposai to supply any or afi of theservices or goods required by the Cantract Documents.
B. BID PROPOSAL shafi mean the Contract Documehts as completed by the Bidder which constitutes the Bidder'safie!'.
C. CONTRACT shsfi mean ths sgisemsnt between the County snd Contractor as set forth ln the ContractDocuments and as awarded by the Cook Ccuniy Board of Commissianem.
D. CONTRACT DOCUMENTS shsfi mean cofieclively the Instructions to Bidders, General Conditions, Specialcondifions, spscificafions, Afiachnents, Addenda, if any, Bid Proposal, site Inspecfian certfficete, conbactar
'srfitlcstionssnd Fonna far Minority Participation. The above documents shall bs considered as ons integrateddocument setting forth the obligafions of the parties.
E. CONTRACTOR shall mean the indbiidual or business entiiy subrniging a Bid Proposal and to whom ihe CookCounty Board of Commissionem awards the Contract.
F. COUNTy shall mean the County of Cook, s body polfiic and aofparafe of the Stats of Illinois
8. DIRECTOR shall mean ths person or persons aufhodzed by the Cauniy to act in cannecbon with this Contract.Such aulhorizsfion shall not indude any pawer to change the scope of the Contract or to abligafs the County topay additional sums beyond the amount of the Contract awarded by Ihe Cook County Board of Commissioners.
W. CHIEF PROGUREIINENT QFFICER shafi mean the Chief procurement ONaer of ths County of Cook whosedufies and responsjbifitiss are more pargcularly described In ths Nlinois ccrrlabed statutes 1994. 66 ILcs 6/6«
I. SPECIFICATIONS shall mean the description of the fviquired services, Contract Goads, equipment, personnel,valume and use sfafisfics and afi requirements for the scope ofwork sst forth in the cardracl Documents.
IBSEN PREPARATfON OF PROPOSALS
The Bidder shall prepare one (1) copy of its Bid Proposal on the prapcsal farms within the Contract Documents sndthree (3) execution pages, afi with original signatures in the back of the document. Unless otherwise stated, aN blank.spaces on the prcpossi forms shall be fully completed. Bidder bears afi responsibility for enar or omissions in thesubmission of the,Bid Proposal.
When required in the legal advertisement or ths Special Condfiions, the Bidder shall visit the jab-site and shall carefuliy
examine and become famiTiar With afi conditions which may in any way affect the performance of the Contract and shsfisubmit cwbTicstion of such inspecfion along with the Bid PraposaL The dates and conditions af the sits inspecbon arsdetermined by Couch/.
'844 'BID DEPOSIT
CONTRACT NO. 1553-14332INSTRUCTIONS TO BIDDERS AND GENERAL CONDITIONS
When required in the legal advsrdsement, the Bid Proposal shall be accompanied by cash, cashier's check, certifiedcheck, bank drait or surety bond in the amount shown in the legal advsrtlsernsnt or as may bs prescribed in theseConlrsct Documents. A cerNNed or cashier'e ahsak shag bs drawn on a responsible bank doing business in the UnitedStates snd shag bs made payable to ths order of the County o( Cook, The Surety Issuing the bond must hers a generalrating of "A", and shaN be s Class VII or higher in the financial Size category as defined by Best's Key Raling Guide-Prapsrty snd Casually. Failure to submg the bid deposit shall constitute an informal Bid Proposal and such Bid Propasaishag bs is)ected.
The Bidder hereby agrees that the bid deposit shall bs forfegsd to the county as Nquidatsd damages snd not as penaltyln Ihs event Bidder fmils to comply with IB-11, IB-18, or othenvlse falis or refuses ta honor the Bid Proposal upon awardof ths Contract by the County.
The bid deposit of ag bidders will be returned, with the axcepgan of the Contractor, alter ths County has awsnted thsContracL The bid dspasN of the Contractor will be returned after the Conkact has been awash and the Contractor hassubrrilttsd sg insurance dacuinentatlon and the Perl'onnance snd Paymeni Bond, es required by the ContractDacuments,
l8%5 EXCEPTIONS
If any Bidder intends to take any deviations or exceptions from the Specilica6ons or other Conbact Documents. Biddershall submit to ths Chief Procuremsnt Oglcer a written request for a deviation or exception pdor to ths date and Nme afBid Opening. If the Chief Pmcurement Olgcsr considers such deviation or exception acceptable, the Chief ProcurementOglcsr shall issue an Addendum sstqng faith such deviation or exception fmrn lhe SpsdTicagons or other ContractD~'which shall be applicable to aN Sdders submiigng a Bid Proposal. If na Addendum is issued by the ChiefProcurement Officer, Ihen such dsviatian or exception shall be deemed rejected. The County may reject any BidProposal containing dsviaNons ar excepdons nat previously.accepted through a wiitten Addendum. A oopy of suchAddendum wgl be magsd or delivered to each Bidder receiving a set of such Cantrsct Documents. Bidder shel[acknawledge receipt of each Addendum issued in ths specs pmvldsd on the proposal form. AN written requests fardeviations or exCsptlans shall be addressed to:
Chief Pnxxxsmsnt Oflicer
ONce ofNle Chief Praculmrlefit Ofgcer118 North Clark Street, Room 1018Chicago, INinais 60602(Reference ths Project Title and Contract Number)
IB4I6 BIDDER tlyARRANTIES
The submission of a Bid Piapossi shag aonsbtute s warranty thaL (i) Bidder has carefufy snd thoroughly reviewed thsContract Documents snd has found them complete and free fram ambiguigss end sufNcisnt to describe the Conimctwork; (5) Bidder and ag workmen and/or smphyses it Intends to uss In the performance of this Contract are skgled sndexperienced in ths type of work or services caged for by the Contract Documents; and (iil) neither the Bidder nor any ofits employees, agents, suppliers or subcontractors have relied on any verbal representagcns from.ths County, or any ofthe County's employees, agents, or cansukants, in preparing ths Bid Proposal:
IB-Z
CONTRACT NO. 1553-14332INSTRUCTIONS TO BIDDERS AND GENERAL CONDITIONS
IB4IT SUBIEISSION.OF BID PROPOSALS
Ag Biddem shall submit the bound copy of Ihe sealed Bid Proposal in an envelope and shall deposit them in the bid boxlocated in the ONce of the Chief Procurement Oiticer, Room 1016, County Building, 11& Norlh Clark Street. Chicago,ll5nots 60602 by the date and hour for 5ie Bid Opening as shown in the legal advertisement. Ths sealed envelopesubmitted by the Bidder shag carry the fogowlng Informagon on ths face of the envelope: Bidder's name, address,,subject matter of Sd Proposal, advertised dais of Bid Operdng and the hour designated for Bid Opening as shown in thelegal advertisement.
'B-08
BID PROPOSALS TO CONFORIS TO REQUIREMENTS OF LEGAL ADVERTISING
COOK COUNTY ORDINANCE CHAPTER 84. ARTICLE IV. DIVISION 2. SECTION 84.161
The County vli5 not ersartatn cr consider any Bid Proposah: (i) received a6er the exact fims specTiied'in the legaladvergsements; (ii) not accompanied by the required bid deposit; or (iiij in any other way falling to comply fu5y with thecondifions stated in the krgai advertisement therefore.
IB-09 COMPETENCY OF BIDDER
No Bid Pmposal will be accepted from or Contract swarded to s Bidder that is in arrears or is in default to the County
upon any debt or ConkacL or ihst is a dehuiier, as surety or otherwise upon any obligation to.ssid County, or has failedto perlbrm faithfully any previous contract with the County.
IBA6 LOCAL BUSINESS PREFERENCE
COOK COUNTY ORDINANCE CHAPTER 84. ARTICLE IV. DIVISION 2. BECTION 84-181(o).
The Chief Procurement OI5cer shall, In the purchase of a5 supplies and services funded with County dollars bycompetlfive sealed bidding, accept the lowest bid pdice or lowest evaluated bid price from a responsive or responsiblefocal business, provided Ihat the bid does not exceed the lowest. bid price or lowest evaluated bid pdce fmm aresponsive and responsible non-local business by more than 5ve percent (5%).
"Local Business" shall me'sn a person authorized to transact business in this State and having a bona tide establishment
for transacting business located within Cook County at which it was actuagy transacting business on the date 'when anycompetgtve solicitation fcr a public contract is first advertised or announced and further which employs the majorky of its
regular, full time work fume within Cook County, including a foreign corporation duly authorised to transact business in
this Sate and which has s bona Sde establishment 5rr transacdng business located within Cook County at which ii wasaotuagy transacdng business on ths date when any compe55ve solicitation for a public contract Is first advertised orannounced and further u5ikh employs the majority of its regular, full time work force within Cook County.
IB-'l1 CONSIDERATION OF BID PROPOSALS
The Couniy reserves the right to reject Or accept any or ag Bid Proposals, to extend the bidding period, to waive
technicaliTies ln the Contract Documents andlor to direct that ths pro)sot be abandoned or rebid prior to sward of thsContract.
After Bid Pmposals are opened snd mad aloud, they will be evaluated based on the pdce, conformance with
Specificagons, the responsibility of the various Bidders taking into considera5on factors indudtng, but not limited to,those noted in IB-09, IB-10and responsiveness to the County's Minority and Female Owned Susiness Ordinance,
IB-3
CONTRACT NO. 1553-14332INSTRUCTIONS TO BIDDERS AND GENERAL CONDITIONS
IBH2 WITHDRAWAL OF BID PROPOSAI.S
Bidders may wflhdraw their Bid Proposais at sny tiros pdor to ths time speiflfled in the legal advs'rtissment as the dateand hour set for the Bid Opening. However, no Bidder shall withdraw, cancel or, modify its Bid Proposal for a period ofninety (90) calendar days afler said advertised Bid OpsNng.
IS-12 ACCEPTANCE OF PROPOSALS
The Chief Procurement Oflicer shall notify the successful Bidder, in writing, of award of the Contract by the County within
ninety (gg) days from the Bid Opening date. Upon receipt ofthe Notice of Award, the Contractor shall promptly secure,execute and deliver to the Chief Procurement Oflicer any documents required herein.
IB-14 PERFORflflANCE AND PAYflflENT BOND
When required in the legal advertisement or Special Conditions, the successful Bidder shall flsnish a Performance andPayinent Bond in the full amount of the Contract on the County Form, a specimen of which is provided herein, TheSurety issuing the Perfonnance and Payment Bond must have e general rating of "A" snd shell be a Class Vlt or higherin the financial size category as deflnsd by Best's Key Rating Guide-Property and Casualty,
In the event that ths Bidder fails to (umish the Performance and Payment Bond within fourteen (14) calendar days alterservice of the Noflcs of Award, the County may diect to retain Bidder's bid deposit as liquidated damages and not as spenalty and the Contract may be terminated. The parties agree that the sum of the hid deposit is s fair estimate of theamount of damages that the County wfll sustain due to the Bidder's failum to furnish the Performance snd PaymentBond and the termination of the Contract.
IB-15 PRICES FIRM
Ail pdrxw quoted in the Sd Proposal shall be firm and will not be subtect to increase during Ihe term of the Contractswarded to the Contractorrexcept ss otherwise provided in these Contract Documents.
IB-18 CASH BILLING DISCOUNTS
Cash bigng or percentage discounts for payment will not be considered in evatuafrng Bid Proposals.
IB-1T CATALOGS
Each Bidder shsfl submit in TRIPLICATE, where necessary or when requested catalogs, descriptive literature, anddstahed drawings, fully detaSng features, designs, construction, apprflntment and tlnishes not covered in theSpecScations but necessary to fully describe the materials, Contract Goods or work proposed to be furnished.
18-1& AUTHORIZED DEALER/DISTRIBUTOR
The Bidder must be: g) the manufacturer; g9 an authorized dealer/dishibutor, or (ill) able to promptly secure thsnecessary genuine paris, asssmbfles snd/or accessories as supplied by the original equipment manufacturer (O.E.M.),along wtflr any necessary schematics or drawings to fulfil the contractual obligations. Further, the Bidder must bs ableto furnish original product warranty and manufacturer's related services such as product information, product re-callnotices, slc. Proof cf abTiily to transfer product warranty to gre County is to be submiited with the Bid Proposal.
l8.18 TRADE NAMES
CONTRACT NO. 1553-1433?INSTRUCTIONS TO BIDDERS AND GENERAL CONDITIONS
In cases where an item is identified by s manufacture/s name, trade name, cstaiog number, or refenmce, it is .understood that the Bidder proposes to furnish the item idsnfified and doss not propose to furnish an "squat" unless thsproposed "equal" is definitel indicated therein by the fifidder, The County reserves ths right to rsNisw and awardalternate Contracts, if ths commodity snd/or service is suitable to its requirement.
The reference to the above catalog is intended to be descriptive and not restrictive and to inrficate to the prospectiveBidder articles that shall be satisfactory. Bid Proposals on other makes and catalogs shsil be considered, pnnrided eachBidder slates on the face of the Bid Proposal exacfly what is being pmposed tc be furnished or forwards with ths BidProposal an ifiustrstfon, or other descripfive mafiar which shall clearly Indicate the character of ths arficle covered by theBid Proposal.
The County reserves ihe right to approve as an equal, or to reject as not being an equal, any srtide the Bidder proposesto furnish which contains major or minor variations from SpeciTications but which msy comply substsntiafiy.
IB-20 SAMPLES
Bidders msy be saluki upon request of the Chief Procurement Officer or the Director to'urnish and deliver arepresenbdive sample sufficient to.efiectivsly evaluate each item listed in the Bid ProposaL Afi samples must bedelivered F.O,B. DESTINATION, FRE1GHT PREPAID to an identified defniery location within five (8) business days ofthe request. Samples submmed must be idenfical to those spedfied in the Bid proposal. Submission of other than thesamples refiected in the Bid Proposal iir failure to furnish samples within the required time period shafi bs cause ibr
rejscfion of the Bid Pmpossi. Afi samples are subject to muSstlon and wfil not be returned. Bidders shall bear ths costof any simples and shipping or dslhrsry cosh related thereto.
IB-21 NOTICES
All communications and notices between the County and Bidders regarding ths Contract Documents shall be in writing
and hand de(ivered or defivered via first riess United States mall, postage prepaid.. Notices to ths Bidders shall bsaddressed to the name and address provided by ths Bidders; notices to the Chief Procuremsnt Officer shall beaddressed to Room 'l018, County Bufiding, 118North Clark Brest, Chicago, filinds 69602.
IB-22 COMPI.IANCE WITH LAWS - PUBLIC CONTRACTS
This Contract is a competitively bid pubfic contract of Cook County government subject to laws and onfinsnces
governing public contracts. The Bidder shsfi at afi times obsenre snd comply wtfii all laws, onfinancss, regulsfions andcodes of fiie Federal, Sate, 'County and other local government agencies which may In any manner effect thspreparatkm of the Bid Pmposal or ths performance of the Contract. If the Bidder obsenres fiwt any of the ContractDocumenls are at variance therewith, it shall promptly notily the Chief Pmcurament Officer in writing and necessarychanges shall be effected by appropriate modilication.
iB.28 COOPERATION WITH INSPECTOR tfiENERAL
persons or businesses seeking county conbacts are required to abide by all of the applicable provisions of the oflice ofthe Independent General Onfinance (Secfion 2-281 et. seq. of the Cook County Code of Ordinances). Failure to
cooperate as required may result in monetary andlor other penalties.
END OF 8ECTION
IB-5
CONTRACT NO. 1553"14332INSTRUCTIONS TO BIDDERS AND GENERAL CONDITIONS
GENERAL CONDITIONSBfD CONTRACTS
INDEX .
Secgon
GC-01
, GC-03
GC-04
'OD
GC-07
GC-'08
GC-09
GC-10
GC-1'f
GC-12
GC-13
GC-14
GC-18
GC-17
GC-1 8
GC-'lg
GC-20
GC-21
GC-22
GC-23
GC-24
. GC-25
~ub
Subcontracting or Assignment of Contract or Contract Funds
Indemnification
inspection snd ResponsibiTity
Payment
Prepaid Fees
Taxes
Price Reducbon
'Contractor Credits
Disputes
hlodiffcations and Amendments
Default
County's Remedies
Contractor's Remedies
Delays
Insurance Reffufrements
Patents, Copyrights ahd Lirenses
Compliance with Laws
Delivery
MBE/WBE Cook County Ordinance
Material Safety Data Sheet
Conduct of the Contractor
Accident Reports
Use of Premises
General Notice
Termination for Convenience
GC-1
GC-1
GC-1
GC-2
GC-2
GC-8
GC-4/8
GC-8
GC-7/10
GC-10
GC-10
GC-11
GC-11
GC-11
CONTRACT NO; 1553-14332INSTRUCTIONS TO SIDDERSAND GENERALCONDITIONS
GENERAL CONDITIONS
SID CONTRACTSINDEX
~econ
GC-26
GC-27
GC-28
GC-28
GC-30
GC-31
GC-32
GC-34
GCQS
GC-36
GC-37
GC-38
~Sub ect
Guarantees and Wan'antics
Standard of Contract Goods
CongdentiaQy And Qvmsrship Of Documents
Quantities
Audit; Examination of Reccrds
Govsmlng Law
Cooperation with Inspector General
Waiver
Entire Agrssmsnt
Force Majeure
Governmental Joint'Purchasing Agreemsnt
Cooperative Purchasing
Pedsrsl Clauses
Contract Interpretation
~IPa e
GC-11
GC-12
GC-12
GC-12
GC-12
GC-1 3
GC-13
'C-13
GC-18
GC-13
GC-13
GC-13
GC-14/21
GC-22
CONTRACT NO. 1553-14332INSTRUCTIONS TO BIDDERSAND GENERAL CONDITIONS
GENERAL CONDITIONS
GC-bf SUBCONTRACTING OR ASSIGNMENT OF CONTRACT OR CONTRACT FUNDS
Once swarded, this Conbact shali not bs subcontracted or any part Sierscf assigned without the express written
approval of'ths County Chief Procurement OBicsr ("Chief Procurement Officer"). In no case, however, shall suchapproval relieve the Ccnhactor from his obligations or change the terms of the Contract. The Contractor shall nottranafer Or aSSign any CantraCt fundS Or Cbiimv due Or tO beCOme due Withaut the adVanCe Wdgen aPPrOVal Of the ChiefProcurement Officer. The unauthorized subcontracting or assignment of the Contract, in whole or in part, or theunauthcdzsd transfer or assignment of any Contract funds, either In whole cr in part, or any interest therein, which shallbs dus cr sre to become due ths Contractor shali have no effect on the County and ars null and void.
The Contractor shall identify any and all contractors and subcontractors it intends to use in the performance of theContracL All such persons shall be subject tc the pdior approval of the County.
The Contractor and its employees, contractors, subcontrackxs, agents and representatives are, for sil purposed ar'ising
out of this Contract, independent contiaclors and are not employees of the County. It is expressly understood andagreed that the Contractor snd lts employees, contractors, subcontractors, agents and representatives shall in no eventas a msult of a contract be entitled to any benefit to which County employees are entitled, induding, but not limited to,oveitime, retirement benegls, worker's compensation beneBs and injury leave or other leave benefits,
GC-02 INDEMNIFICATION
Ths Contractor covenants and agrees to indemnify and save harmless the County snd iis commissioners, offfcials,
employees, agents and representatives, and their respeobve'heirs, successors and assigns, from snd against anyand all costs, expenses, abomey's fees, losses, damages and liabilities incurred or suffered directly cr indirecffy from
or attributable to any claims'arising out of or incident to the perfOrmance or nonperformance of the Contract by theContractor, or ihs acts or omissions of the ofbcers, agents, employees. contractors, subcontrsotor's, licensees orinvitees of the Contractor. The Contractor expressly understands and agrees thai any Performance Bond orinsurance protection required of ths Contractor, or otherwise provided by the Contractor, shall in nc way limit theresponsitNity to Indemriffy the County as hereinabove prowded.
GC-03 INSPECTION AND RESPONSIBILITY
The Counly shall have a right to Inspect any Contract Goods used in canying out this Contract and shall bs responsiblefor ths quality and standards df sll materials or completed work furnished under thh ContracL Contract Goods or
completed work not complying herewith may be rejected by the Chief procurement OMcer andror the Director and shall
.be replaced and/or re-performed by the Contractor at nc cost to the County. Any Contract Goods rejected shall bsremoved within a reasonable. time from the premises of the County at the angra expense of the Contractor, atter noticehas been ghien by the County to the Contmctcr that such Contract Goods have been rejected.
GC-04 PAYMENT
Ail invoices submitted by the Contractor shall be in accordance viith the cost provisions contained in th'e ContractOocumerds. No payments shalt be made wiihcut such invoices having been submiiteif along with a County VoucherForm.
GOALS PREPAID FEES
In the event this Contract is terminated by ekher party, for cause or otherwise, and the County has prepaid for anyservice or Contract Good to be provided pursuant to this Contract, Contractor shall refund to the County, on a proratedbasis to gte effebtive date of termination, all amounts prepNid for such service or Contract Good nct actually provided asa result of the terminagon. The refund shall be made within fourteen (I4) days of ths effective dais of termination.
GC-1
GC~ TAXES
CONTRACT NO. 1553-14332INSTRUCTIONS TO BIDDERS AND GENERAL CONDITIONS
Federal Excise Tsx does not apply to matertials purchased by the Countyby virtue of Exempgcn Certificate No. 36-76-0038K. Ilinois Reteiiee'ccupation Tax, Use Tax and Municipal Retailers'ccupation Tax do not apply to msterials orservices purchased by the County by virtue of statute. The price or prices quoted herein shall Include any snd ail otherfederal and/or stats, direct and/or indirect taxes which apply to this ContrecL The County's Slats cf illinois Sales TexExemptkmldenqgcsdon No, Is E-9998-2013-05.
GOD PRICE REDUCTION
If at any Eimb after the contract sward, contractor makes a general price reduction in ths price of any goods covered bythe Contract, ths equivalent price reduction based on slmibrr quannles end/or considerations shall apply to tNs Contractfor the duration of ths Congact period. Such prloe reductions shall be effective at the same time and in the samemanner as the reduction in the prtice to customers generagy.
GC48 CONTRACTOR CREDITS
To the extent the Contractor gives credits toward tuture purchases of goods or iervlcss, financial incenlives, discounts,value points or other benegts based on the purchase 'of the materials or ssNiCea Provided for under this Contract, suchcredils belong to the County and not any specific using department. Contractor shall repori any such credits to the ChiefProcwernent Officer.
GC-05 fXSPUTES
Any dispute artsing under the Contract between ths County and Contractor shall be decided by ths Chief ProcummentOfficer. The complaining party shell submit a written statement detailing the dispute and soecifiiinc the soeciEo relevantContract orovisionisf to the Chief Procurement Officer. Upon request of the Chief Procurement Officer, the partycomplained against shall respond io ths complaint in wriging within five days of such request The Chief ProcurementOflicer wE reduce his decision to Wrtting and meiil or othecNiss furnish a copy thereof to the Contractor and Director.Dispute resolution as pmvidsd herein shall be a condl5on precedent to sny either schon.at law,or in equity.Notwithstanding a dispute, Contractor shaN continue to discharge all its obllgagons, duties and responiibiiltles set forth ln
the Contract during any dispute resolution proceeding unless otherwise agreed to by the County in writing,
GC-10 MODIFICATIONS AND AMENDEIENTS
The parties may during the term of the Contract make modigcstions and amendments to the Contract but only ssprovided in this section. Such modiTicatlons and amendments shall only be made by mutual agreement in writing
In the case of Contracts not approved by the Board, the Chief Procurement Officer may. amend a oontract providedthat any such amendment does not extend ths Contract by more than one (1)year, and further provided that the totalcost of all such amendments does not increase the total amount of the Conbact beyond $150,000. Such action mayonly be made with the advance wrtitten approval of the Chief Procurement Owcsr, If the amendmenl extends theContract beyond one (1)yser or Increases ths total award amount bey'ond $150,000, then Board appmval will berequiied.
No County department or employee thereof has authority to make sny modifications or amendments to this Contract,Any modwcstions or amendments to this Contract roads without the express wrkten approval of the ChiefProcurement Officer is void snd unenforceabkr.
Contractor is hereby noNied that, except for modifications and amendments which are made in accordance wilh thisGC-10, Modificagons and Amendmsnts, no Count'y department or employee thereof has authority tc make anymodificabon or amendment to this Contract.
GC-2
CONTRACT NO. 1553-14332INSTRUCTIONS TO BIDDERS AND GENERAL CONDITIONS
GC 11 DEFAULT
'Contractor shall be in dehult hereunder in the event of a mfiterial breach by Contractor of any term or condition of thisGonbact where Contiactor has failed to cwe such breach within ten (10) days after written notice of breach is given toContractor by the County, setfing forth the nature of such breach.
A materiisl breach of ths contract by ths Contractor includes but is not limited tc the following:
1. Failure to begin performance under this Contract within the specified time;
2. Failure to perlbrm under this Contract with suflictent personnel, equipment,. or materials to ensure completionof said perfonnance within the speclflsd time or failure to assign qualified personnel to ensure completionwithin ths spedfied time;
3. 'Performance cftNs contract in arI unsatisfactory manner
4. Refusal to perform services deemed to be dsfecbvs or unsuitable
5. Discontinuance of performance of Contractcris obfigatlons under the Contract or the Impairment or thsreasonable progress of performance;
6. Becoming insolvent, being dedared bankrupt or committing any act of bankruptcy or insolvency;
7. Any assignmsnt of this contract fior the benefit of creditors;
8. Any cause whatsoever which impairs performance in an acceptable manner; or
9. Any other material breach of any term or condition of this Contract.
Couniy shall be in default hereunder if wry material breach of the Contract by the County occurs which is not cured byths County within forty-tire (45) days afier written notice of breach has been given by Contractor to ths County, setting .
forth the na'turs of such breach.
GC-12 .COUNT'S RESIEDIES
If the Contractor fails to remedy a material breach during the ten (10) day cure period pursuant to General Conditkm GC-11, Default, the County shall have ths right to terminate this Contract pnwided, however, that the County shall give
'Contractor prior written nofics of its Intent to terminate, Following, notice of breach to Contractor, the County reservesths right to withhold payments owed to Contractor until such time as Conlractor has cured the breach which Is thesubject matter of the nofics. In addition, tha County shall have the right to pursue all remedies in law or equity.
GC-13 CONTRACTOR'S REIyiEDIES
If ths County has been notified of breach and falls to remedy the breach during the forty-five (45) day cure periodpursuant to General Condifion GC-11, Default, ths Contractor shall have ths right to terminate Ibis Contract providing,
however, fiat Contractor shall give the County thirty (30) days priior written notice of termination.
Contrackrr shall have the nght to pursue all remedies available in law or equity. In all cases the Contractor's damagesshall be those provable damages not to exceed the value of the Contract as swarded by the Cook County Board ofCommissioners. Contractor shall not disrupt the operation or repossess any component thereof.
GC-14 DELAYS
Contractor agrees that no charges or claims for damages shall be made by Contractor for any delays or hindrances from
any cause whatsoever during the progress of any portion of fiiis Contract.
GC-3
. CONTRACT NO, 1553-14332INSTRUCTIONS TO BIDDERS AND GENERAL CONDITIONS
GC.18 INSURANCE REIQUIRENIENTS
1) The Contractor shall require ail policies of insurance that are in any way related to the work snd are sscumd sndmaintained by Contractor and all ffers of subcontractors to include dauses providing that each underwriter shallwaive sll of its rights cf recovery, under subrogation or otherwiss, against Cook County, Board of Commissionersand employees of the County.
2) Ths Contractor shalI'waive all riights of mcovery against Cook County, Board of Commissioners, employees ofthe County and other Contractors and subcontractors which Conhactor may have or acquired because ofdeductible clauses in or inadequacy of limits of any policies of insurance that are in any way related to the workand that are secured snd inaintNined by Contracto'r,
5) The Contractor shag require sll tiers of subcontisctors to waive the rights of recovery against Cook Courity andag tiers of subconkactors,
lnsuraree Rsouirsments of the Contractor
Prior
t the effective date of th(s Contract, the Contractor, at ils oost, shall secure snd maintain at all times, unlessspedged othsrwlss, unfri complebon Of the term of this Contract ths insurance specified below.
Nothing contained in these insurance requirements is to be construed as limiTing the extent of the Contractor's
responsibility for payment of damages resulgng from its operations under this Contract. The insurance purchased sndmaintained by the Contractor shall be primary and not excess or pro rata to any other insurance Issued to the County.
The Contractor's Insurance shall apply separately to each insured against whom claim ls made or suit Is brought,except with respect to Ihe limits of the insurer's liability,
The limits of liability shall be as stated below, unless, prior to ths effective date of this Contract, written approval isgranted. by the Cook County Department of Risk Managwnent for variance Rom those limits.
1. Cove rages
(s) Vyorkera Comoensation Insurance
Workers'ompensation shall bs in accordance with the laws of the State of illinois or anyother applicable Jurisdiction.
The Workers Compensation policy shall also include the following provisions:
(1) Employers'iability coverage with a limit of
'500,000each Accident
$500,000 each Employee
$500,000 Policy Limit for Disease
(2) Bniad form all states coverage
GC-4
CONTRACT NO. 1553-14332INSTRUCTIONS TO BIDDERS AND GENERAL CONDITIONS
GC-15 INSURANCE REQUIREMENTS fCON'T.i
(b) Commercial General tjabilitv Insurance
(1) Ths Commsrcbit General Liability shsii be on sn occurrence form basis to cover bodilyinjury and property damage including loss of use.
General LlabiTdy limits shall not be less than $1,000,000 per occurrence and $2,000,000aggregate combined single limit for bodily injury and property damage. The GeneralLiability policy shell indude, wilhout limitation the following ccvemges:
(a) 'll premises and operations
(b) Broad Form Blanket Contractual Liability;
(c) Products/Completed Operations
(d) Broad Form Property Damage Liability;
(e) Cross Liability.
(c) Commshensive Automobge Liabilitv Insurance
Comprehensive Automobile Liability to cover all owned, renowned and hired automobiles, trucksand trailers. Ths Comprehensive Automobile Liability limits shall not be less than the following:
1) Liability - All Auhs: Bodily injury 8 Property Osmags - $1,000,000pei Occurrence
2) UninsurediMotorists: Per illinois Requirements
(d) Umbrella/Excess Llsbilitv Insurance
In addiTion to the coversges and limits specified above, Contractor and Sub-Contractors of any tiershall secure and maintain s limit of iiability no iess than:
1) $2,000,000 each occurrence for sll liability
2) $2,000,000 in the aggregate psr policy year sepsr'ately with respect to products sndcompleted operations
Additional requirements
(a) Addithnal Insured
Cook County, its offidats, employees and agents shall be named as additional insureds under theCcmmsrdsi General Liability pogcy.
(b) Quslificalion of Insurers
.All insurance companies providing coverage shall bs licensed or approved by ths Department ofInsuranos, Stats cf illinois, snd shall have a Ilnanclsl rating no lower than (A-) Vll as listed in A.M.Best's Key Rating Guide, current edition or interim report. Companies with ratings lower than (A-)Vll wE be acceptable only upon written consent of the Cook County Department of Risk
Management.
CONTRACT NO. 1SS3-14332INSTRUCTIONS TO BIDDERS AND GENERAL CONDITIONS
GC-15 INSURANCE REQUIREMENTS ICON'T.l
(c) Insumnce Notices
Afl pofldes of insurance which may be required under terms of this Contract shall be endorsed toprovide that ths insurance company shall noffiy tha Cook Caunty ONce of the Chief PracuremsntOfflcer, 118North Clark Street, Room 1018, Chicago, Illinois 50502 st least 30 days Prior to theeffective date of any cancellation or modiffcation of su'ch policies. Priior to the date on whichContractor commences performance cf its part of the work, Contractor sha5 furnish to the Countycer55cates of insurance maintained by Contractor.
In no event shall any faiiure of the County to receive Gerhflcatss of Insurance required hereof or Iodemand mcsipt of such Ceriiflcatss of Insumnce be construed as a waiver af Gontractor'sobfl 'o obtain insurance ursuant to these insurance requirements.tprhamr p
GC-18 .PATENTS. COPYRIGHTS'AND LICENSES
Contractor agrees to hold harmless and indemnify ths County, its oNcers, agents, employees and afflliatas fmm anddefend, at ita own expense gnrfluding reasonable atlornsys', accountants'nd consultants'ess), any suk or proceedingbrought against County based upon s claim that the ownership and/or use of equipment, hardware and soibvare or anypari thereof utilized in performing Contractofs services consfftutes an infringement of eny patent, copyright or license orany otheiinteflecfusl property riight.
In ths event the ues of any equipment, hardware or sollwam or any part thereof ie en)oined, Contraotor vwlh all
reasonable speed and due dfllgence shall provide or otherwise secure for County, at the Contractor's election, ons at thefollowing: tha right to continue use of the equipment, hanhirare or eoffware; an 'equivahnt system having thsSpeaTiceflons as provided in this ContracL or to modify the system or its camponsnt parle so that it becomes non-infringing 'while performing. in a substantially similar manner to the original system, meeting the Specifications of thisContrscL
("GC-11 COMPLIANCE WITH LAWS
The Conhactor shall obsene and comply vrith the laws, ordinances, regulaflons and codes of the Federal, State, Countyand other local government agsnciea which may in any manner affect the perfonnance of the Contract, including but notflmited to those County Ordinances set forlh in the Ceitlficafions attached hereto snd incorparated herein. Assurance ofcompliance with this reqWmment by the Contractor's employees, agents or subcontractors shsfl be the responslbiTriy af.
the Contmctor.
The Conhactar shall secure and pay for s5 federal, stats and local licenses, permils and fees riequimd hereunder.
GC-18 DELIVERY
Afl Contract Goods shipped to the Gounbr shall bs shipped F.O.S.,DESTINATION, FREIGHT PREPAID. Arrangements
shall be made in advance by ths Contractor in order that the County may arrange for receipt of the inaterlals.
Truck dsfiveries will be accepted before 3:00 P.M. on weekdays only. No dehvsries sflifl be accepted on Sahadsys,Sundays or County Holidays. The County is not responsible for delivery dektys due to waiTing times for loading andunloading at dock locations.
The'quanNy of Contmct Goods delivered by truck wfll be ascertained from s weight certilicate issued by s duly licensed'Pubic Wsight4llaster. In the case of dsflvery by rail, weight wfll be ascertained from bill of lading from originaticqf line,
but the County ressniss the right ta remeigh et the nearest avaihrbte raflroad scale,
The County rsseniss the righl to add new delivery locations or delete previously listed delivery locations as required
during the Contract period. The only rsstricgon regarding ths County's right to sdd new delivery lacations shsfl be fftat
any nsw or addiffonal locaflon shsfl be within the geographical boundarie of the Gaunty of Cook.
GC-6
CONTRACT NO. 1553-14332INSTRUCTIONS TO BIDDERS AND GENERAL CONDITIONS
GC-19 MINORITYAND WOMEN BUSINESS ENTERPRISES
COOK COUNTY ORDINANCE CHAPTER 34. DMSION 8.SECTION 84-2/6 to SECTION 34-303
POLICY AND GOALS
It is the policy of the County of Cook to prevent discrimination In ths award of or paiMpatian inCaunty contracts and to eliminate arbitrary barriers for participation, as both prime and subcontractors, in such contracts by local businesses cer55ed as Minority Business Enterprises (MBE)and Women-owned BuNness Enterprises (WBE). In furtherance of this policy, the Cook CountyBoard of Commissioners has adopted a.Minority- and Women-owned Business EnterpriseOrdinance (the "Ordinance" ) which establishes a goal of awarding not less than twenty-five percent(26%) of ths annual total dollar amount of contracts to csriified MBEs and ten percent (10%)af theannual dollar value of all such contracts to certified WBEs.
The County may set contract-specific goals for each contract, based on the commodities orservices specified in this bid document. The MBE/WBE percentages required for thiscontract sre itated in the Special Conditions, A Bkl or Quotation shall be rejected if the Countydetermines that a Bid or Quotation fails to comply with this General Condition, Including but notlimited io, commitmenh to achieve for this contract, the MBE/WBE.goals of the contract amount orto indude s Petition for Reduction/Waiver documenting why the goals sre not stlminable despite thecanbactor's Good Faith Efforts. A Bid or Quotation may be reiected and a new Bid or Quotagonmsy be solicited if the public interest is served thereby. Unless otherwise specified in the Bid orQuotation Dacuments, for purposes of this GC-1 9, the contract amount is the amount'hat hss beenentered on ths Proposal page of the Bid or Quotation Documents.
Except to the extent that s Bid or Quotagon includes a Reduclicri/Waiver request, the contract MBEsnd WBE participation goals may be achieved by the Bid or Quotation snfities'tatus as a MBE orWBE; by entering into a joint venture wilh one or more MBEs and/or WBEs; by subcontracting aportion af the work to one or mors MBEs and WBEs; by establishing snd carrying out amentor/protdgd agreement; by the Indirect Participstian of cne or mare MBEs and.WBEs used bythe endty submitting a BId or Quotation in other aspects of its business; or by any combina5an ofths famgoing so long as the Utilization Plan evidences s commitment to the MBE and WBEcontract goals set forth in (B) above.
Ths same Business, Enterprise, whether ss a contractor, subcontmctor or s'upplier, cannot beutilized as both a MBE snd a WBE on ths same contract.
To the extent that the Onfinance does nat apply to this Bid or Quatstion, unless spedgicslly waivedin the Bid or Quotation Dacuments, this GC-19 snd the wording af the Ordinance shall apply. Ifthere ls a conflict bebssen this GC-19 and the Ordinance or thd wording of the Ordinance, thsOrdinance or its wording controls.
A Contractar's failure to carry aut its commilments in the course of the Cantract's perfarmance shallconsdtute a material breach af the Contract and if such breach is not appropriately cured, niayresult in the termination of the Contract or such remedy authorized by the Ordinance as the Countydeems appropriate.
GC-7
CONTRACT NO, 1553-14332INSTRUCTIONS TO BiDDERS AND GENERAL CONDITIONS
MINORITY AND WOMEN BUSINESS ENTERPRISES
COOK COUNTY ORDINANCE CHAPTER 34. DIVISION 5. SECTION 34-275 to SECTION 34-303
II. REQUIRED BID OR QUOTATION SUB55ITTALS
To bs consldemd responsive, a Bid or Quotagon shall meet ths MBE and WBE goals by submttgng aUtilization Plan with the Bid or Quotation, whi'ch shall be (1) supported by Letters of Intent from the MBEsand WBEs together with the MBEs/WBEs Letters of Certification, andlor (2) indude a written PebTion forReducticniWaiver with the Bid or Quotation supporled by documentation of Good Faith Efforts to meet thegoals. Failure to submit the documents set forth in (A) and (B) of this Section II in accordance with theseguidegnss will cause the Bld or Quotation to be considered non-responsive and shall be'cause to reject thsBid or Quotabon.
A. MBSWBE Utgization Plan
Each Bid or Quotation shall include with the Bid or Quotation a complete Utilizagon Plan. The Utilization
Plan shall iiet ths names; mail and smail addresses, telephone number and contact persons of businessesintended to bs used as MBEs arid WBEs on the Contract. If the entfly submitting a Bid or Quotation, dr, anyof its subcontractors, suppliers or consultants, are,certtged MBEs or WBEs they shail be identiged as anMBE or WBE wghin the Utgizagon Plan.
'.
Letter(s3 of Intent
Except as sst forth below, a Bid or Quotation shall Include with its Utgizatlon Plan, Letter(s) of Intentexecuted by each MBE and WBE Included in the Utilization Plan and by the engty submit5ng the Bid orQuotation, which sets forth that each MBE and WBE intends to perform as a subcontractor, suppger, jointventure partner and/or consultant on ths contract. The Letters of Intent must accurately detail the work to beperformed by Ihe M BE or WBE gnn and the agreed rates andlor pncss to be paid.
lf the Bid or Quotation does not induds ag Letter(s) of Intent with its Utilization Plan, such Letter(s) of Intent
may bs submitted to the office of contract compgance within three (3) business days after ths date of theBid or Quotation Opening. Failure to submit ag Letter(s) of Intent as required shag result in the ContractCompliance Administrator's determination that a Bid or Quotation is not responsive and shall be cause toreject the Bid or Quotation,
Ag commitments made by a Bid or Quotation in its Utllizatlon Plan must conform to those included in thssubmitted Letter(s) of Intent. The Contract Compliance Administrator reserves ths right to requestsupplemental iriforrnation regarding the Letter(s) of Intent submitted with a Bid or Q'uotation and suchinformation shag be furnished. (Reference pages EDS-2 for a formaf sample of a Letter of Intent)
2. Letter(s) of Certiiication
Only a Letter of Certification from one of the following entitles shall be accepted as.certification of MBEIWBEstatus:
County of CookSmail Business Administration SA Programglinols Unified Certification Program
or any other govemrnental body or agency approved by the Contract Compliance Administrator as applying.
certification standards substantiagy similar to those applied by the County of Cook may also bs accepted,
The Contract Compliance Administrator retains the right to reject the certification of any MBE or WBE on thsground that it does not meet the County's definition of a MBE or WBE.
GC-8
CONTRACT NO. 1553-14332INSTRUCTIONS TO BIDDERS AND GENERAL CONDITIONS
GC.18 I!BNORITY AND WOMEN BUSINESS ENTERPIUSES
COOK COUNTY ORDINANCE CHAPTER 34. DMSION 8. SECTION 34-375 to SECTION 34-383
3. Joint Venture Affldauit
In the event a Bid'or Q'uotstion achieves MBE and/or WBE parfickiation by entering into a Joint Venture, theBid or Quotafion shall inciude the required Joint Venture Affidavit which is available in the Office of ContractCompliance. Such Joint Ventum Affidavit shall be submitted with the Bid or Quotalion along with Letter(s)
ot'ertification.
B. Reduotiorf/Waiver Petitlan
In the event a Bid or Quotation is unable to meet the applicable contract MBE and WBE participation goals;'he
Bid or Qutfiafion must indude a Petition for Reduction/Waiver and submit the Petition with its Bid orQuotation. The Petition for Reducfion/Waiver shall be supported with svdidence and sufficient documentationto demonstrate the Bid's or Quotation's.Good Faith Efforts in attempting to achieve the applicable MBE sndWBE goals. If a Bid or Quotation does not include all documentsfion in support of the Petition with its Sid or
'uotation,such documentation must bs submitted to the Office of Contract Compliance within three (3)business days after the date of the Bid or Quatation opening.
SI REDUCTION/WAIVER OF MBFJMBE GOALS
Grantina a Reduction/Waiver Rsausst.
The determination af the adequacy of the Good Faith Efforts to utilize MBEs and WBEs in a Bid orQualafion wiii be evaluated on the baws of the actions in attempting to achieve MBE and WBEparticipation goals set forth in the Bid or Quotation. Examples of actions constituting Good FaithEfforts for a Bid or Quotation srs set forth within'he Ordinance and in the "Pefifion forRsducfion/Waiver of MBE/WBE Participation Goals" contained in the Bid or Quotation Documents.
The Contract Compliance Admimistrstor msy grant the Petition for Rsducbonhh/Giver based uponthe following criteria: (a) sutficient qualitied MBEs and WBEs capable'of providing the goods orservices required by the contract are unavailable despite the good faith efibrts of the contractor; (b}ths specificstions and the reasonable and necessary requirements for performing the contractmake it impossible or eoonomlcafiy infeasible to divide ths contract Into sufficiently smsfi tasks orqusnfifiss to enable the contractor to ufitize MBEs and WBEs in accordance with. ths applicablsgoals; (c) the price(s) quoted by any potential MBE or WBE source of goods or services is morsthat f0% above compe5Tive levels; snd (d) any other factor determined to be relevant by theContract Compliance Administrator.
Osnvina a Reducgon/Waiver Rsausst
If the contract Compfiance Administrator determines that a Bid or Quotafion has not demonstratedadequate Good Faith Efforts to meet ths applicable contract MBE snd WBE goals, fiie ContractCompliance Administrator may deny a Petitian for Reduction/Waiver and declare the Bid orQuotation non-responsive and recommend mjsction of the Bid or Quotation.
Faiiure to undertake and/or to document adequate Good Faith Efforts shall be cause to deny aPetition for Rsducfion/Waiver. Determination of the adequacy of s Bid's or Quotation's Good FaithEffart wifi be evaluated on the basis of the Bid's or Quotation's actions as af the date of the Bid arQuotatian opening.
GC-18 MINORITY AND WOMEN BUSINESS ENTERPRISES
CONTRACT NO. 1553-14332IhlSTRUCTIONS TO BIDDERS AND GENERAL CONDITIONS
COOK COUNTY ORDINANCE CHAPTER 34. DIVISION 6. SECTION 34-276 to SECTION 34-303
IV, CHANGES IN CONTRACTOR'9 UTILIZATION PLAN
A, Contractor, during its performance of the Contract, msy not change the MBE or WBE coinmitmentssp'scified in its Utlllzagon Plan, Including but not limited to, terminating a MBE ar WBE c'ontract,redudng the scope of ths work to be performed by a MBE/WBE, or decreasing the price to aMBE/WBE, except as otherwise pravided by the Ordinance.
Where an enterprise under ths Contact wss previously considered to be a MBE or WBE but is laterfound nol ta bs, or work is found not to be creditable toward the MBE or WBE goals as staled in theUffltzation Plan, ths Contractor shall seek to discharge the disqualified enterprise, upon properwritten notification to gre Contract Compgsncs Administrator, and make every effort to identify andengage s qualified MBE or WBE as its replacement. Fagure to obtain s MBE or WBE replacementwithin 30 working days of the Contract Compliance Administrator's wiiitsn approval of the removalof a MBE or WBE may result in the termination of the contract or the imposition of su'ch remedyautharlxed by the OrdinanCS, unleea a Written PegtlOn far Redudicn/WSIVer ie granted tO
Contractor allowing Contractor to award the work to a non-MBE or WBE.
V. NONCOMPLIANCE
If the County determines that the Contractor has failed to comply with its contractual commitments or anyportion of the Ordinance or thia GC-19, the Conhact Compliance Administrator wN notify the Contractor ofsuch nancompgance ind may take any and sll appropriate actions as set forth within ths Ordinance.
The Contractor is required to comply with the repar6ng and record-keeping requirements as set forth in theOrdinance and as established by the Contract Compliance Administrator. Upon award of a Contract,Contractor ls responsible for acqulring all necessary.County reporting and record-keeping forms which will
be made available in ths Oflice of'Contract Compliance.
Vll. EQUAL EMPLOYMENT OPPORTUNITY
Compliance vrith MBE snd WBE requirements anil not diminish or suppisnt Equal Employment Opportunityand Civil Rights provisions as required by law as they relate to contractor and subcontractor obligations.
GC-20 MATERIAL DATA SAFETY SHEET
Where required under the illinois "ToMic Substance Disclosure To Employees Act", illinois Compiled Statutes, 1994, 620ILCS 266/I, Contractor shall submit with each delivery of Contract Goods, a Material Safety Dale Sheet.
GC-21 CONDUCT OF THE CONTRACTOR
The Cntractor agrees to inform the County on a timely basis of al of the Contractor's interests, if any, which are orwhich the Contractor reasonably believes may be incompatible with any interest of the Counly. The Contractor shall
fake notice of snd comply a4ith the Cook County Lobbyist Registration Ordinance {No. 93-0-22, 6-22-63). TheContractor shall not use for personal gain or make other improper use of privileged infonnagon which is acquirbd in
aonnedian with the Contracl
GC-10
CONTRACT NO. 1533-14332INSTRUCTIONS'TO BIDDERS AND GENERAL CONDITIONS
GC-22 ACCIDENT REPORTS
Ths Chief Procuremerit Offiosr and Director shall be given vmtten noggcsgon within twenty-four (24) hours of anyoccunence, on the sile er otherwise, which pertains in any way tc this Contract and involves the Contractor's pemonnsl,or those of any of his subcontractors or others whether said occurrence bs in ths nature of bodily injury to employees orthird parliss or propsrty damage.
The n.port shall include the name of penen(s) injured, name of his employer, date, time arid location of occurrence,extent of injury andlor damage, name(s) of eyewitnesses, imd who treated the person(s) for itiiuries sustained, and suchother information as may be relevant. The Contractor shell notify the local police any occunence requiring an officialpolka record. The scandent report Should indicate whether the police were notltied and, if so, the number of the pcgceieporb
GC-2$ USE OF PRESIISES
Ccntmctor shel center with the Director to ascertain full knowledge of ag rules and regula5ons of the County facilitiesrelative to this Contract and shell comply therewith. Their Contractor shall confine the opersfions of ite employebs to thelimits indicated by laws, ordinances, permtbi andfor dlrscgon of ths Director and shall not encumber ths premises with
materials or debris. The Contractor shall not load or permit any part of tiw structure to be loaded with a weight that will
endanger its safety.
'The County reserves the right to'pmhibit any person from entering any County fadlily for any. reason. All
subcontractors, agents and employees of the Contmctor shall be accountable to the Dksctor while on any Countyproperly and shall abide by ag securtqr regulations Imposed by the County.
GC-24 GENERAL NOTICE
All nogcss required pursuant to this Contract shall be in vniting snd addressed to the parties at their respectiveaddresses sst forth below. All such notices shall bs deemed duly given if hand delivered or if deposited in the United
States mail, registered or csrgfisd; return receipt requested. Notice ss provided herein does not waive service ofsummons or process.
TO THE COUNTY:
'C
THE CONTRACTOR:
Chief Procurement Officer
County of CookRoom 1018 County Building
118North Clark StreetChicago, lginois 60802
(Reference County Contract Number)
At address provided in ks bid document or as otherwtss indkxritsd In writing to County.
GC-28 TERIVSNATION FOR CONVENIENCE
The County may terminate this Contract, or any portion. at any time by notice in writing from the County to theContractor.
GC-25 GUARANTEES AND WARRANTIES
Ail guarantees and wsrran5es required shall be furnished by the Contractor snd shall be delivsmd to the Director beforetinal voucher on the Contract is issued. Ths Contractor agrees that the Contract Goods or senrices to be fumhhed shall
be covered by the most favorable commercial warrantiss the Contractor gives to any customer for the same orsubslanfiagy Mimiler Contract Goods or sevtcss and that the rights and remedies so provided srs in addigori to and donot limit any rights aifordsd to County.
CONTRACT NO. 1553-14332INSTRUCTIONS TO BIDDERS AND GENERAL CONDITIONS
GC.27 STANDARD OF CONTRACT GOODS
Only new, originslty manufactured Conbact Goods will be accepted by the County. The County vrill not accept anyContract Goods that have bssn refurbished, rebuilt, restored or renovated in 'any manner. In addi1ion, experimentalmaterials will nct be twceptable. Contract Goods not produced by regular production methods and/or which have nctbeen offered for sale to tiw public through acrxspted indusby trade chsnnskr for a masonabkr period of time prior to theoffering of the proposal, will be considered experimentaL
GC-28 CONFIDENTIALITY AND OWNERSHIP OF DOCUSIENTS
Contractor acknowledges and agrees that information regarding this Contmct kr confidential snd shall nct be disclosed,directly, Indirsotly or by implication, or be used by Ccntrsctor in any way, whether durIng the term of this Contract or atany Sne thsreslter, except solely es required in the course of Contractor'e performance of Services hereunder.Contractor shall comply with the appgcabkr privacy laws and regulations sffecgng Owner and will not disclose any ofOwner's records, materials, or other data to any third party. Contractor shall not have the right to compile and distributestatisbcal analyses and reporls utilizing dafa derived from information or data obtained from Owner without ths priorwrl1ten approval of Owner. In the event such approval is given, any such reports published and distributed by Contraotorshall be furnished to Owner without charge.
All documents, data, studies, reports, work product or product created as s result of the performance of Service(s) shallbe the property of the County'of Cook. It shall be a breach of this Contract for the Contractor to reproduce or use, anydocuments, data, studies, report, work pmduct or.product obtained from Ihe County of Cook or created hereby for ris
own puqroses or io be copied and used by any third party. During the psrformanoe of ihe Services herein provkled for,'ths Ccnbactor shall be responsibkr of any loss or damage to ths documents herein enumerated while they srs in hispose'ession, snd any such document lost or damaged shall be restored et the expense of the Contractor. Full access tothe work during the prepsraficn of the plans shall be available to the County and other public agencies interested in thiswork.
GC-29 QUANTITIES
The quantities of materials required fer the performance of the Contract are estimates for the purpose of detemvnlng anapproximate total Contract amount and may not be the actual quantities required during the tenn of the Contract TheCounty'reserves the nght to increase or decmase the quanftffes at the Conbact.price, to correspond to the actual needsof the County. The County will be obligated to order and pay for only such quangffes as are from time to time ordered,delivered, and accepted on purchase orders issued by the Chief Procurement Officer.
GC40 AUDIT: E)IAININATION OP RECORDS
The Contractor agrees that the Cook County Auditor or any of ih duly authorized representatives shall, untg expiraffon ofthree (3) years after the fsvrl payment under the Contract, have access and ihe right to examine any books, docurrents,papers, canceled checks, bank statements, purveyor's and other invoices, and records of the Contractor related to thsContract, or, to Contractor's compliance with any term, condition or provision thereof. The Contractor shall bsresponsible for sstsbgshing snd maintaining reoord's sufficient to document the costs associated with performance underthe terms of this Contract
The ccnbsctor further agrees that it shall indude in all of its subcontracts hereunder a proviNon to the effect that thesubcontractor agrees that the Cook County Auditor or any of ks duly authcrized rsprssentsffves shell, until exptragon ofthree (3) years after ffnal payment under the subcontract, have access and the right to examine any books, documents,
papers, canceled checks, bank statements, purveyor's and other Invoices snd rscotds of such subcontractor involving
transacgons relating to Ihe subcontract, or to such subcontractor's compliance with any term, condition or provision
thereunder or under the Contract.
In the event the Contractor receives payment under 1hs Contract, reimbursement for which is later disallowed by thsCounty, the Contractor shall promptly refund ths dkrallowed amount to ths County on request, or at ths Counts opgon,the County may credit the amount disallowed from the next paymen1 due or to become dus to the Ccnbactor under anycontrarri wilh the County.
GC-22
CONTRACT NO. 1553-14332INSTRUCTIONS TO BIDDERS AND GENERAL CONDITIONS
GC31 GOVERNING LAW.
This Contract shall be governed by and construed under the laws of the State cf illinois. The Contractor inevocablyagmes that, subject to the County's sole and absolute elecgon, any aclion or proceeding in any way, manner or respectarising out of the Contract, or arising fiom any dispute or controversy arising In connection with or related to theContract, shall bs litigated only in courts within ths City of Chicago, County of Cook, Stats of illinois, and ths Contractor
'onsentsand submits to the jurisdiction thwscf. In accordance with these provisions, Contractor wsWss any right It msyhave to transfer or change the venue of any litigation brought against it by the County pursuant to this Contract.
GC42 COOPERAllON WITH INSPECTOR GENERAL
Contractors, subccntractws, licensees, grantess or persons or businesses whc have a County contract, grant, license,or csrtiScation of eligibiliiy for County contracts shall abkle by sll of the appllcabls provisions of ths Oflice of dtsIndependent Inspector General Ordinance (Section 2-251 et. seq. of the Cook County Code of Ordinances). Failure tccooperate as required may result in monetary sndfor other psnsltiss.
GOD WAIVER
No term or provision of this Contract shall be deemed waived snd no breach consented to unless such waiver orconsent shall be in writing snd signed by the party claimed to have wahrsd cr consented. The waiver of any suchprovishn shall be stricdy limited to the identlded provision.
GC-34 ENTIRE CONTRACT
It ls expressly agreed that the provisions set forth In this Contract constitute all ths understandings and agreementsbetween ths psrliss., Any prior agreements, promises, negotiations, or representations not expressly set forth in thisContract sre of no force snd effect.
GOD 'FORCE INAJEURE
Neither contractor nor county shall be lkibls fcr falling to futfiN any obligation under this contract if such failure is causstlby an event beyond such party's reasonable control and which is not caused by such party's fault or negligence. Suchevents shall bs limited to acts of'God, acts ofwar, fires, gghtning, floods, epidemics, or dots.
GC-35 GOVERNMENTAL JOINT PURCHASING AGREEMENT
Pursuant to Section 4 of ths illinois Governmental Joint Purchasing Act (30 ILCS 525) and ths Joint PurchaseAgrssmsnt appmvsd by ths Cook County Board of Commissioners {April g, 1SB8), other units of government maypurchase goads or services under this contmct.
In the event that other agencies participate in a joint procurement, the County reserves the right to renegotiate theprice to accommodate Ere ktrgsr volume.
GC.33 COOPERATIVE PURCHASING
As psrmilted by ths County cf Cook, other government snlitiss may wish to tuse participate under the same termsand condigons contained in this cordract (piggyback). Each entity wishing to piggyback must have prior authorizationfrom the County of Cook and vendor. If such participation is authorized, all purchase orders will be issued directly
fram and shipped directly to the entity requiring supplies/services. The County shall not be heM responsible for anyorders placed,'deliveries made or payment for suppllesiservices ordered by these entitles, Each entity reserves theright to determine their partkfpation in thkt contract.
GC-13
CONTRACT NO. 1553-14332INSTRUCTIONS TO BIDDERS AND GENERAL CONDITIONS
GC-38 FEDERAL CLAUSES
Interest of Members of or Deleoates to the United States Conoress
In accordance with 41 U.S.C.5 22, the Contractor agrees that it will nct admit any member of or'delegate tothe United States Congress to any share or part of the Contract or any benefit dsrhisd therefrom,
2. False or'Fraudulent Statements and Claims
(a) The Contractor recognizes that the requirements of the Program Fraud Civil Remedies Act of 1988,as amended, 49 U.S.C.55 3081 et seq and U.S. DOT regulations, "Program Fraud CivilRemedies," 49 C,F.R. Pari 31, apply to its actions pertaining to the ContracL Accordingly, bysigning the Contract, the Contractor cetifies or afllrms the truthfulness and accuracy ofanystatement it has made, it makes, or It may make pertaining to the Contract, induding withoutlimitation any invoice for its services. In addition to other psnaltiss that may be applicable, theContractor also acknowledges that if it makes a false, gcbTious, or fraudulent daim, statement,submission, or certification, ths Federal Government reserves the right to Impose ths penalties ofths Program Fraud Civil Remedies Act of 1988, se amended, on the Contractoi to the extent theFederal Government deems appmpriate.
(b) The Contractor also acknowledges that if it makes a false„fictitious, or fraudulent claim, statement;submission, oi certification to the County or Federal Government in connecgon with an urbanizedarea formula project financed with Federal assistance authorized by 49 U,S.C. 5 6307, theGoVemrnent reserves the dight to impose on ths Contractor the 'psnaltiss of 18 U.S.C. 5 1001 and49 U,S.C. 5 6302(n)(1), to ths extent the Federal Government deems appro'prlate.
Federal Interest in Patents
(a) 'eneral. If any invention, improvement, or discovery of the Contractor is conceived or first actuallyreduced to practice in the course of or under the Contract, and that iiwenfion, Improvement, ordiscovery is patentable under ths laws 'of the Unites States ofAinsrlsa or any foreign country, theContractor agrees to nolify County immediately and provide a detailed report.
(b) Federal Rights. Unless the Federal Govemm'snt later makes a contrary determination in writing,ths righls and responsibimes of the County, Contracto'r, and the Federal Government pertaining tothat invention, improvement, or discovery will be determined in accordance with applicable Federallaws and regulations, iixdudlng any waiver thereof. Unkiss the Federal Government later makes scontrary determination in writing, ths Contractor agrees 81st, irrespective of its status or the statusof any subcontractor at any tier (e.g.,a large business, small business, non-profit crganizalon,institu5on of higher education, individuag, the Contractor agrees it will transmit to ths FederalGovernment tho~e rights due the Federal Government in any invention resulbng from the contract.
Federal interest in Date and Coovriohts
(a) 'Definilion. The term "subject data" used in this section means recorded information, whether or notcopyrighted, that is delivered or specified to be delivered under tlie Contract. Examples inckide;but are not limited, to: omnputer software, engineering dnnvings and associated lists,,specifications, standards, process sheets, manuals, technical reports, catalog item identifications,and related information. Ths term "subject date" does not Include financial reports, cost analyses,and similar information inddental to Contract administration.
(b) Federal Restrictions. The following resbtctions apply to all subject data first produced in theperfonnance of the Contract. Except as provided in the Contract and except for its own internaluss, the Contractor may not publish or publidy reproduce subject data in whole or In part, or in anymanner or form, nor may the Contractor authorize others to do so, without the written consent ofths County and the Federal Government, until such time as ths Federal Government may haveeither released or approved the release of such data to ths public:
GC-14
CONTRACT NO. 1553-14332INSTRUCTIONS TO BIDDERS AND GENERAl CONDITIONS
GC48 FEDERAL CLAUSES (CON'T;I
{c) Federal Rights in Dale and Copyrights. In accordance vrith subparts 34 and 36 of the CommonRul's,ths County snd the Federal Government reserve a royalty-free, non-excluiiivs andinsvocable license to reproduce, publish, or othsrWlss uss, snd to authorize others to uss, forCaunty or Federal Government purposes, ths types of subject data described below, Without thecopyright awnsr's consent, the County and Federal Government may not addend their license toother parties.
(1) Any subject data developed under the'contraot or subsgrsement financed by a federalGrant Agreement or Cooperative Agreement, whether or not a copyright hss been.obtained; snd
(2) Any rights of aopyright whloh the Contractor purchases ownership with Federalassistance.
(d) Special Federal Rights for Planning Research and Dsvelapinsnt Projects, Wherr the FederalGovernment provides gnanctal assistance for a planning, research,.development, or demonstrationproject, its general Intention is to Increase public knowledge, rather than limit the benefits of theproject to participants in the project. Therefore, unless the Federal Government determinesotherwise, the Contractor on a planning, research, development, or demonstration project agreesthat, in addNon to the rights in data snd copyrights sst forlh above, the County or FederalGovernment may make availabls to any third party either a license in the capyrlght to ths subjectdata or a copy of the sub)sot data. If the project is not completed for sny reason whatsoever, all
dsts developed under ths project will become subject data and will be delivered as the County orFederal Government may direct. This subsection, however, does not apply ta adaptions ofautamatic data processing equipment or previously exisfing software programs for the County's usewhose costs are fmsnced with Federal transportation funds fcr capital projects.
(s) Hold Harmless. Unless pmhibitsd by state law, upon request by the County or thrt FederalGovernment, the Contractor agrees to indemnify, save, and hold harmless the County and theFederal Government and their officers, agents, and employees acting within the scope of theirofficial dufres agaiiist any habiiity, including costs and expenses, resulting from any willful or
'ntentionalvioistian by the Contractor of proprietary rights, capyrights, or right of priivacy, arising outof the publication, translagon, reproduction, dsliveiy. uss, or disposition of any data furnished underthe Contract, The Contractor will not be required to indemnify the County or Federal Governmentfor any such liability arislng out of the wrongful sots of emp(oyees or agents of the County orFederal Government.
(f) Restrictions on Access to Patent Rights. Nothing contained in this section on rights in data wll!
imply a license to ths County or Federal Government under any patent or be construed as af(eatingths scope of any license or other right otherwise granted to the.County or Federal Governmentunder sny patent.
(g) Application on Materials Incorporated into Project. The mquirements of Subsections 2, 3, and 4 ofthis Section do not apply to material furnished by the County snd incorporated into the work.
CONTRACT NO. 1553-14332INSTRUCTIONS TO BIDDERS AND GENERAL CONDITIONS
GAS FEDERAI. CLAUSES ICON'T.i'
Records and Audits
Contractor will deliver or cause to be delivered all documents (including but not limited to all Dsliverablesarid supporting data, records, graphs, charts and notes) prepared by or for the County under the terms ofthis Agreement to ths County promptly in accordance With ths time limits pregcribed.in this Contract, and ]fno time limit is specified, then upon reasonable demand therefor or upon tsrminigon or completion of theServices hereunder. In the event of the failure by ths Contractor to make such delivery, then and in thatevent, the Contractor will pay to County reasonable damages the County may sustain by reason thereof.
Ths County and the Federal Government will have the right to audit alf payments made to the Contractorunder this Agrsemsnt: Any paymenia to the Contractor which exceed the amount to which ths Contractor Isentitled under the terms of this Agreement will be subject to set-off.
The Contractorwill keep and retain records relagng to this Agreement and will make such records availableto representatives of the County and the Federal Government, induding without limRation ths sponsoringfedeml agency, other participating agencies, and the Comptroller General of ths United States, atreasonable gmes during the performance of this Agreement and for at least five years after termination ofibis Agreement for purposes of audit, inspection, copying, transcribing and abstracting.
No provision in this Agreement gmntlng the County or the Federal Government a right of access to recordsis intended to impair, limit or affect any right of access to such records which the County or the FederalGovernment would have had in the sbssnos of such provisions.
6, Environmental Recuirsmsnts
The Contractor recognizes that many Federal and state laws imposing environmental and resoumeoonservation requirements may apply to the Contract. Some, but not sii, of the major Federal Laws thatmay affec the Contract Include: the National Environmental Policy Act of 1969,as amended, 42 U.S.C.gjt,4321 st seq.; the Clean Air Act, as amended, 42 U.S.C. 55 7401 et ssq. and scattered sscgons of 29 U.S.C.;the Clean Water Act, as amended, scattered sscgons of 33 U.S.C.and 12 U.S.C.Ithe ResourceConservation and Recovery Act, as amended, 42 U.S.C.55 6901 et ssq.; and the ComprehensiveEnvironmental Response, Compensation, and Liability acct, as amended, 42 U.S.C.gg 9601 et ssq. TheContractor also recognizes that U.S. EPA, U.S. DOT snd other agencies of the Federal Government haveissued and are expected iri the future to issue regukrtions, guidelines, standards, orders,, dkrsctlves, cr otherrequirements gtat may affect the Contract, Thus, the Contractor agrees to adhere to, and impose on itssubcontractors, sny such Federal requirements as the Federal Government may now or in the future .
promulgate. Listed below are requirements of pargcuiar concern. The Contractor acknowledges that this list
does not conssute the Contractor's entire obligation to meet ail Federsi snw'ronmental and resourceconservation requirements. The Contractor will indude'these provisions in all subcontracts.
(a) Environmental protection. The Contractor agrees to comply with ths applicable requirements cl'hsNational Environmental Policy A'ct of 1969,as emended,42 U.S:C.Sg 4321 et ssq. In'accordancewith Executive Order No. 12898, "Federal Actions to Address Environmental Justice in Minodty
Populations and Low-Income Populations," 59 Fed. Reg, 7629, Feb. 16, 1994; U.S. DOT statutoryrequimments on environmental matters at 49 U.S.C.S 5324(b); Council on Environmental Quality
rsgulagons on compliance with ths National Environmental Policy Act of 1969, as amended, 40C.F.R.Patt 1500 st ssq„snd U.S.'DOT regulations, "Environmental Impact and RelatedProcedures," 23 C,F.R. Part 771 and 49 C.F.R.Part 822:
GC-16
CONTRACT NO 1553-14332INSTRUCTIONS TO BIDDERS AND GENERAL CONDITIONS
GC-3$ FEDERAL CLAUSES ICON'T.f
(b) Air Quality. The Contmctor agrees to comply with all appgcable standards, orders, or regulagonsissued pursuant to the Ckran Air Act, as amended, 42 U.S.C.fi5 7401 et seq. Speciticaliy. theContractor agrees to comply with appliable requirements of U.S. EPA reguisticns, "Conformity toState of Federal Implementation Plans of Trsnsportbtion Plans, Programs, and Projects Developed,Funded or Approved Under Title 23 U.S.C.or the Federal Transit Act," 40 C.F.R.Part 51, SubpartT; and 'Determining Conformity of Federal Actions to Strda or Federal Implementation Plans, 40C.F.R.Part 93. The Contractor further agmes to report and require each subcontractor at any tierto report any violation of these requirements resulting from any Contract implementation ac5vity to,the County and the appropriate U.S. EPA Regional Of5cs.
(c) Clean Water. The Contractor agrees to comply with all appgcable standards, orders, or regulationsissued pursuant to the Federal Water Poltugon Control Act, as amended, 33 U.S.C.55 1251 et seq.The Contractor further agrees to report snd require each subcontractor at any tier to report any
'iolagonof these requirements resulting from any Contract implementation actiVity to the Countysnd the appropriate U.S. EPA Regional ORIce.
(d) List of Violating Facilities. The Contractor agrees that any fedfity to be used in the performance ofthe Contract or to benegt from the Contract will not be listed on the U.S. EPA List cf Vioia5ing
'aciRies {"List"), and the Contractor wgl promptly notify the County if the Contractor receives anycommunication from the U.S. EPA that such a facility is under consideration for inclusion on
the'ist,
'e) Preference for Recycled Products. To ths extent practicabls snd economically feasible snd to theextent that it does not reduce or impair the quality of the work, the Contractor agrees to userecycled products in perlbrmance of the Contract pursuant to U.S. Environment Protection Agency(U S. EPA) guidelines at 40 C F R. Parts 247 253, which implement section 6002 of the ResourceConservation and Recovery Act, as amended, 42 U.S.C; 9 6962,
7. No Exclusionarv or Diecriminatorv Sosoi5cations
Apart from inconsstent requirementb imposed by Federal statute or regulations, ths Contractor agrees fhat itwill comply with the requirements of 49 U.S.C.5 5323(h)(2) by refraining from using any Federal assistance
r discriminatory specigcstions.to support subcontracts procumd using exclusionary o
8. Csrco Preference -Use of United States Fisc Vessels
The Contractor agrees to comply with U.S. MariTirne Administration regulations, "Cmgo-Preference —U,S,Flag Vessels," 49 C.F.R. Part 381, and to include ths clauses required by those regulegcns, modiged asnecessary to iden5fy the affected parties, in each subcontract or subagresment involving equipmsnt,materials, or commodities suitable for transport by ocean vessel.
9.. Flv America
Section 14.cof the Master Agreement states that if the contract or subcontracts may involve theinternational transportation of goods, equipment, or personnel by air, the contract must require Contractorsand subcontractors at every tier to use U,S.-flag air cardiers, to the extent service by these carriers is
availabis, 49 U.S.C.40118 and 4 C,F.R. Part 62.
GC-17
CONTRACT NO. 1353-14332INSTRUCTIONS TO BIDDERS AND GENERAL CONDITIONS
GC-58 FEDERAL CLAU8ES ICON'T.l
10, No'Federal Government Obliuations to Third Parties
The Contractor agrees that, absent the Federal Government's express written consent, the FederalGovernment will not be subJeot to any obligations or liabgltles to sny contractor or any other person not aparty to ths Grant Agreement or Cooperative Agreement between ths County and the Federal Governmentwhich is a source of funds for this ContracL Notwithstanding any concurrence provided by the FederajGovernment in or approval of any solicitation, agreement, or conbact, the Federal Government continues tohave no obligafions or liabiTities to any parly, induding the Contractor.
11. Afiowable Coats
Notwithstanding any compensation provision to the contrary, the Conlraclor's compensation under thisContract will be limited to those amounts which are allowable and allocable to the Contract in accmlancewith OMB Circular A-57 and the regulations in 49 C.F.R.Part 18. To the extent that an audit reveakr that theContractor has received payment in excess of such amounts, the County msy offset such excess paymentsagainst any future payments due to the Contractor and, if no future payments are due oi if future paymentsare lees than such ezcess, the Contractor wfil promptly refund the amount of the excess payments to theCounty.
12. Trade Restricfions
Contraotor csrtNss that neither it nor any Subcontractor
(s) is owned or controlled by one or more cNzens of a foreign country included in the list of countriesthat discriminate against U.S. firrris published by the Office of the United States TradeRepresentative (USTR);
(b) has knowingly entered into any. contract or subcontract with a person that is s dtlzen or rlatlonal cfa foreign country on said list, nor is owned or controlled directly or Indirectly by one or more citizensor nationsls of a foreign country on said fist;
(c) will pmcure, subcontract for, or recommend any product that Is produced in s foreign country onsaid list.
Unless ths restrictions of this dause ars waived by the Secretary of Transportation in accordance with 49CFR 80,17, no Nofice-to-Proceed wgl bs issued to sn entity who is unable to certify to ths above. If
Contractor knowingly procures or subcontracts for the supply of eny product or service of a foreign countryon said list for use on the project, the USDOT may direct, through the County, cancellation of the Contract atno cost to the Government.
Further, Contractor agrees that it wlfi incorpo'rate this provision for cerlNcatlon without,modification in eachsub'contract. Conbactor msy rely on ths cerfificatkm of a prospective Subcontractor unless lt has knowledgethat the certificagon is erroneous. Contractor will provkie immediate written notice to 1hs County if it learnsthat its certificatio or that of a Subcontractor was enoneous when submitted or has become erroneous byreason of changed circumstances. Each Subcontractor must agms to provide written notice to Contnsctor if
at sny time it teams that Its cerfificsfion wss erroneous by reason of changed circumstances. Nothing
contained In ths foregoing will be construed to require estabfishment of a system of records in order torender, in good faith, the certification required by this provision. Ths knowledge and information of theContractor is not required to exceed that which is normally possessed by a prudent person in the ordinary
oourse of business dealings.
This ce'rtification concerns a matter within the Jurisdiction of an agency of the United States of America andthe making of s false, fictitious, or fraudulent csrtNcatlon msy render ths maker subject to prosecugon underTitle 18, United States Cods, Secgon 100.
GC-18
CONTRACT NO. 1553-14332INSTRUCTIONS TO SIDDER5 AND GENEItAL CONDITIONS
GC-3$ FEDERAL CLAUSES (CON'T.l
'l3. Contract Work Hours and Safelv Standards Act
If applicable according to their terms, the Contractor agrees to comply and assures compliance with sections102 and 107 of the Contract Work Hours snd Safely Standards Aci, as amended, 40 U,S,C, 5(j 327 through333, and implementing U.S. DOL regulations, "Labor Standards Provisions'Applicable to Contracts
Governing Fsderaily Financed and Assisted Construction (also Labor Standards Pmvisions Applicable toNonconstrudion Contracts Subject to the Contract Work Hours and Safety Standards Act)," 29 C.F.R.Part5; and U.S. DOL regulations, "Safely and Health Regulations for Construction," 29 C.F.R.Part 1926. In
addition to other requirements that msy apply:
(s) In accordance with secgon of the Contract Work Hours and Safety Standards Act, as amendid, 40LI.S.C.55 '327 through 332, the Contractor agrees and assures that, for the ConIract, the wages ofevery mechanic and laborer will be computed on ths bash of s standard work week of 40 hours,and gist each worker will be compensated for work exceeding die standard work week at a rate otnot less than 1„5times the basic rate of pey for all hours worked in excess of 40 hours in ths workweek. The Contractor agrees that determinations pertaining to these requirements will be made Inaccordance with spplicsbls U,S. DOL regulations, "Labor Standards Provisions Applicable to.Contracts Governing Federally Financed and Assisted Construction (also Labor StandardsProvisions Applicable to Nonconstrucbon Contracts Subject to the Contract Work Hours and SafetyStandards Act)," 29 C.F.R.Part 5.
(b) In accordance with section 107 of the Contract Work Hours snd Safety Bandards Act, asamended, 40 U.S.C.9 333, ths contractor agrees and assures that ho labomr or mechanicworking on a construction contract will be required to work in surroundings or under workingcondigons that srs 'unsanitary, hazardous, or, dangerous to his or her health snd safety, ssdstemiined in accordance with U.S. DOL mgulsgons, "Safety and Health Regulations forConstruction," 29 C,F.R.Part 1926.
14. Veteran's Preference
In ths employmeni of labor (except iri executive, administrative, and supervisory positions), preference will
be given to Vietnam-era veterans and disabled veterans. However, this preference may be given only
where individuals are available and qualiTied to perlbrm the work to which employment relates.
15. Coovrioht Ownemhio
Consultant snd the County intend ths1, to ths extent permitted by Iaw, the Dsllversbles tc be produced byConsultant at fhe County's instance snd expense pursuant to this Agreement are condusively deemed"works msds for hire" within the meaning and purview of Sedion 101 of the United Bates Copyright Act, 17US C. 9101 et seq. (the Copyright Act ), snd that the County vnll be the copyright owner of the Deliversblesand of sil sspsds, elements and components of them in which copyright can subw'st.
To the extent that any Deliverable does not qualify ss s "work made for hire," Consultant Irrevocably grants,conveys, bargains, sells, assigns, transfers snd delivers to the County, its successors snd assigns, all right,title and interest in end to the copyrights snd ail U.S. and foreign oopyright rsgistragons, copyright
applications and copyright renewals for them, and other intangible, intellectual Property embodied in orpertaining to Ne Dellverables prepared for the County under this Agreement, free and clear of any liens,claims or other encumbrances, to ths fullest extent permitted by law. Consultant will execute all documentsand perform tdi acts that ths County msy reasonably request in order to assist ths County in perfecting IIsrights ln snd to ths copyrights relating to ths Dellverables, at the sole expense of the County. Consultantwarrants to County, its successors and assigns, that on the date of transfer Consultant is the lawful owner ofgood and marketable title in and to the copyrights for the Deliverables snd hss the legal rights to fully assignthem. Consultant further warrants that it has not assigned any copyrights nor granted any )icensss, axtfusiveor nonexclusive, to any other psrly, and that it is not a party to any other sgrsemsnts or subject to any otherrsstrictiotvr with respect to the Deqverables. Consultant warrants and represents that the Dslivsrsbles amcomplete snd comprehensive, end Ihe Dellvsrebles are s work of original authorship.
CONTRACT NO 1553-14332'NSTRUCTIONSTO BIDDERS AND GENERAL CONDITIONS
.GC-38 FEDERAL CLAUSEB ICON'TB
Accsssibilitv Comoliance
If this Agreement involves design for construction, the Consultant warrants that all design documentsproduced or utilized under this Agreement and all construction or alterations undertaken under thisAgreemsnt will comply with all federal, state and local laws and regulations regarding accessibility standardsfor persons with disabilities or environmentally limited persons induding, but not limited tc, the following: theAmericans. with Disabilities Act of 1990, 42 U.S.C.() 12101 et seq. and the Americans with Disabilities ActAccessibility Guidelines for Buildings and FsciliTies ("ADAAG"); the Architectural Bamers Act, Pub. L. 90-480(1968), snd ths Uniform Fsdemi Accessibility Standards ("UFAS"); and the Illinois Environmental BarriersAct, 410 ILCS 25/1 et seq., and all regulations promWgated thereunder, sss illinois Administrative Code,Title 71, Chapter 1, Section 400.110. If the above slander'ds are inconsistent, the Consultant must 'complywith the standard providing the greatest accessih1ity. Also, ths Consultant must, pdor to construction,mview the plans and specifications to insure compliance with the above referenced slandards. If theConsultant fails to comply with the foregoing standards, the Consultant must perform again, at no expense,
'llservices required to be rs-per/coned as s direct or indirect result of such failure.
Visual Rlahts Act Waiver
Ths Consultant/Contractor waives any and all rights that may be granted or conferred under Section 106Aand Section 113of the United States Copyright Act, (17 U.S.C.5 101 et seq.) (the "Copyright Act") in anywork of visual art that may be provided pursuant to this Agreement,. Also, the Consultant/Contractorrepresents and warrants that the Consultant/Contractor has obtained s waiver of Section 198A and Section113of the Copyright Act as necessary from any employees snd subcontractors, if
any.'8.
Ecual Emolovmsnt Ocoortunitv
All contracts shall contain a provision requiYing compliance with E:O. 11246, "Equal EmploymentOpportunity," as amended by E.O. 11375,"Amending Executive Order 11246 Relating to Equal EmploymentOpportunity," snd as supplemented by regulations at 41 CFR part 80, "Offic of Federal ContractCompliance Programs, Equal Employmsnt Opportunity, Department of Labor."
19. Cooeland "Anti-Igckbsck" Act (18 U.S.C.874 and 40 U.S.C.276c)
All contracts and subgrants in excess of 82000 for construction or repair awarded by recipients andsubrscipisnts shall Indude a provision for compliance with ths Copeland "Anti-Kickback" Act (18 U.S.C.874), ss subplemsnted by Department of Labor regulations (29 CFR part 3, "Contractors sndSubcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from theUnited States"). The Act provides that each contractor or subrecipient shall be prohibited from inducing, byany mesne, any person employed in the construcgon, completion, or repair of public work, to give up anypart of ths compensation to which he Is otherwise entitled. The recipient shall report all suspected or,reported vioiabons to the Federal awarding agency.
20. Davis-Bacon AcL as amended /40 U.S.C.276a to a-7)
When required by Federal program legislation, all construction contracts 'awarded by the recipients andsub recipients of more than 32000 shall Include a provision for compliance with the Davis-Bacon Act (40U.S.C. 278a to a-7) and as supplemented, by Department of Labor regulations (29 CFR part 6, "LaborStandards Provishns Applicable to Contracts Governing Federally Financed and Assisted Construcgon").Under this AcL contractors shall be required to pay wages to laborers snd mechanics at a rate not less thanths minimum wages specified in a wage determinagon made by the Secretary of Labor. In addition,contractors shall be required to pay wages not less 1han once a week. The recipient shall place a copy of thecurrent prevailing wage date rminagon issued by the Department of Labor in each sWIWtation and the awardof a contract shall be conditioned upon ths acceptance of ths wage determination. The recipient shall reportaH suspected or reported violations to ths Federal awarding agency.
GC-20
CONTRACT NO 1553-14332tNSTRUCTIONS TO BIDDERS AND GENERAL CONDITIONS
FEDERAL CLAUSES (CON'Tg
21. Contract Work Hours and Safetv Standards Act (40 U.S.C.327-~)
Where applicable, all contracts awarded by recipkrnbr in excess of 52000 for construction contracts and in .excess of $2500 for other contracts that Involve the em'ploymsnt of mechanics or laborers shall Include apmvlslon for oompllancs with Sections 102 and 107 of the Contract Work Hours snd Safety Standards Act(40 U.S.C.327~), as supplemented by Department of Labor regulations (29 CFR part 5). Under Section102 of the Act, each contractor shall be required to compute the wages of every mechanic and laborer onthe basis of a standard work week of 40 hours. Work in excess of the standard work week is permissibleprovided that the worker is compensated at s rate of not less than 1 N times lhs basic rats of pay for allhours worked in excess of'40 hours in the work week, Section 107 of ths Act is applicabls to constructionwork snd provides that no laborer or mechanic shall be required to work in surroundings or under workingconditions which are unsanitary, hazardous or dangerous. These requirements do not apply to thepurchases of supplies or materials or articles ordinartly available on the open market, or contracts fortransportation or transmission of intelligence.
Rlohts to Inventhns Made Under a Contract or Aoreement
Contracts or agreements for the performance of expertmsntal, devshpmentai, or research work shallprovide for the rights of the Federal Government and the recipient in any resulting invention in accordancewith 37 CFR part 401, "Rights to inventions Made by Nonprogt Organizations and Small Business FirmsUnder Government Grants, Contracts and Cooperative Agreements," and sny implementing regulagoneissued by the awarding agency.
23. Clean Air Act(42 U S C. 7401 et sso Land the Federal Water Pollubon Control Act(33 U S C. 1251 et seo 1ss amended
Contracta and subg rants of amounts in excess of $100,000 shall contain s provision that requires therecipient to agree to comply with all applicsbls standards, orders or regulations issued pursuant to the CleanAir Act (42 US.C. 7401 st ssq.) and the Federal Water Pollution Control Act as amended (33 U.S,C. 1261 etseq.). Violations shall be reported to the Federal awarding agency and the Regional Office of theEnvironmental Protection Agency (EPA).
24. Bvrd Anti-Lobbvino Amendment (31 U.S.C. 1352)
Contractors who apply or bid for an award of $100,000 or mors shall file the required certlflcbtlon. Each tiercertlges to ths ger above that It will not snd has not used Federal appropriated funds to pay any person ororganization for influencing or attempting to influence an officer or employee of any agency, a member ofCongress, ofgcer or employee of Congress, or an employee of a member of Congress in connection withobtaining any Federal contract, grant or any. other award covered by 31 U.S.C. 1352.Each tier shall alsodisdose sny lobbying with non-Federal funds that takes place in connection with obtaining any Federaiaward. Such disclosures ars forwarded from tier to ger up to the recipient.
26. Debarment and Susoension (E.O.s 12549 and 12689'I
ko contract shall bs made to parties listed on the General Services Administration's List of Parties Excludedfrom.Federal Procuremsnt or Nonprocurement Programs in accordance with E,O.s 12649 and 12669,"Debarment and Suspension." This list contains the names of patties.debarred, suspended, or otherwiseexcluded by agencies, and contractors declared ineligible under statutory or regulatoty authority other thanE.O. 12549. Conlractors with awants that exceed the small purchase threshold shall provide the requiredcertification regarding its exclusion status and that of its principal employees.
GC-21
CONTRACT NO. 1553-24332INSTRUCTIONS TO BIDDERS AND GENERAL CONDITIONS
OCCAM CONTRACT INTERPRETATION
Whenever the singular is used herein, the masculine, feminine and neuter 'gender shall be deemed to'include the others.The headings of artides, paragraphs and sections In this Contract are included for convenience only and shall not beconsidered by either party in construing ths meaning of this ContracL If any provision or clause of this Contract shag beheld to be invalid, such pmvislon or clause shalt be deleted from the Contract and Ihs Contract shall be construed to giveeffect to ths remaining porlions thereof.
This Contract shall be interpreted and construed based upon the following order of precedence of component parts.Such onler of precedence shall govsr'n to resolve all cases of conflict, ambiguity orinconsistency.
1. Addenda, if any.
2. Execution Forms
3. Specilication.4. Special Conditions.
3. General Conditions.
6. Insbuction to Bidders.
7. Legal Advertisemsnt,
8. Bid Proposai.
END OF SECTION
GC-22
SC-01 SCOPE
SPECIAL CONDITIONS
CONTRACT NO. 1553-14332
The bidder shall furnish Cable TV Equipmsnt Maintenance Service for the Cable TV Office in the Bureau of Technology all in
accordance with the Contract Documents, Specfflcations snd Proposal herein.
SC-02 CONTRACT PERIOD
This contract is effective May 1, 2015 through April 30, 2017 with two (2), one (1) —year renewal options.
SC-03 AWARD OF CONTRACT
The contract shall be awarded to the lowest responsible and responsive bidder whose bid meets the requirements and criteria setforth in the Request for Sealed Bid. All items, unless otherwise stated, will be assumed to meet all specifications and requirementsas set forth in the Request for Sealed Bid. Ambiguous bids which are uncertain as to terms, delivery, quantity, or compliance with
specifications may be rejected or declared non-responsive. The County shall be sole determinant of the relevant and appropriatecost factors used in evaluating any Base, Options and/or Alternate bids. Bidders must quote this service in both a monthly and lump
sum price for consideration. It is the Intent of the County to award this bid to one company with one award resulting from this bid.
SC-04 MBE/WBE REQUIREMENTS FOR THIS CONTRACT
The bidder shall have a subcontracting goal of not less than twelve and one-half (12.5%)percent MBE and five (5%)percent WBE of the awarded contract price for work to be performed.
The bidder must comply with the County's MBE/WBE participation requirements. The County has issued MBE/WBE goals for thisProject. The bidder shall submit with its Proposal, an MBE/WBE Utilization Plan indicating how it proposes to meet these goals. If
the bidder has not met the goals or made good faith efforts to meet the goals, the bidder's response will be deemed nonresponsiveand will not be considered for award. The MBEAVBE firms must certified by the County of Cook or the City of Chicago.
Certified MBE/WBE bidders msy count their own participation, however, a female firm certified as M/WBE or W/MBE may becounted towards the MBE or WBE goal, but not both. (Designations cannot be changed after submission of the compliance plan.)
Unless otherwise specified in the Bid Documents, for purposes of this contract, the contract amount is the total bid amount that hasbeen entered on the Proposal Page of the Bid Documents.
SC-05 SERVICE LOCATION
All services shall be performed at 118 North Clark, Room 567 and 69 West Washington Street, Room 2959
SC-06 PRE45ID CONFERENCE/SITE INSPECTION
The County will hold a Pre-Bid Conference followed by a site inspection of the various locations of equipment requinngmaintenance. Representatives from the Procurement Department and the Bureau of Technology's Cable TV office will comprise thepanel to respond to answer any questions regardmg Cable 'TV Equipment Maintenance and Invitation to Bid procedures. It is notmandatory that the bidders attend this Pre-Bid Conference/Site inspection, however it is highly recommended. ProspectiveProposers must respond to Hermine Wise st (312) 603-3950 or e-mail Hermine.Wiseecookcountyil.gov on or before March 2, 2015with firm's name and number of attendees. A maximum of two (2) representatives from each firm may attend the Pre-BidConference.
DATE: March 3, 2015
TIME: 10:00AM
PLACE: 118 North Clark Street, Chicago, IL, Room 1018
SC-1
SC-07 INQUIRIES
SPECIAL CONDITIONS
CONTRACT NO. 1553-14332
A copy of any written request for Interpretation of documents shall be provided to the Oflice of the Chief Procuremsnt Offfcer at theaddmss set forth below.
Inquldss about ths Interpretsgcn of the Spsoitlcsgons must be made only in writing and shall be directed to the Chief Procurem antOffice. Inquiries will bs answered in writing, if deemed necessary, by means of an Addendum issued by the Office of ths ChiefProcuiement Officer. (Reference Instructions to Bidders, Section IB-05 "Exceptions, Page IB-2), Inquiries must be received nolater than 6 00 p m. on March 8, 2016. Inquhidiss will be answmsd by the close of business on INarch 10, 201S.
During gre bid process, all inquiries must bs dirsclsd, in writing, only to ths Office of ths Chief Prccursmsnt Oflicer as fogowsi
Shannon E.Andrews
Cook County Chief Procumment Officercro Hermine Wise, Contract Negotiator118 N. Clark Street, Roam 1018Chicago, IL 60602
Contact Info for Contract Negotiator:Hermine Wise: (312) 6033950, Hermine Wiseitecoc ken untvg. cov
SC-08 'OTIFICATION
Do not sewlcs until notified by using department Contact person for all service requests sn annual Inspection and maintenance.shall be Eric Bitsy (312) 6030388, Cell (312)771-6311 or smail eric bltovdbccokccuntvll.
SC-2
SPECIFICATIONS
CONTRACT NO. 1533-14332
S-1 SERVICE INITIATION
The Cook County Bureau cf Technology ONce of Cable Television wishes to purchase 4 maintenance agreement to cover thsrepair and maintenance of the County'4 cable television equipment.,Contractor shall, in the first year of ths contract, provide ssrv'icsas required to equipment In Item 1 Lot A and Lot B. Item 2 Lot C equipment is under warranty will be added to this agreement in
ths second year of the contract.
S-2 VENDOR REQUIREMENTS
vendor must list five (6) or more television broadcast facilitisg for which the company has provided equipment malnMnanceservices. This can Include.a corporation, government, religious institution or professkmal team, These facilities wig be used asreferences so please provide oontact Informagon for each broadcast facility listed. Failure to provide this information or responsesfrom references listing kuw than satisfactory service can cause ths bidder to be corisidersd non responsive.
Vendor must be an authorized repair service provider for the fogowing equipment
1, Tightrope cablecast SX2 video server510, Tightrope CG330 SDI carousel player (hardwarefsollwars)
2. Broadcast Plx mica 1000 video switcher (hardwarersohwars)
3. Avid media ccmpossr7 symphony and avid media composer 7 {hardwandsohware)
4. Panasonic AG-HPX370 P2 camcorder
5. Sony D36ws camera, DSR2000, DSR80 and PVW 2800, UW1 700 recorders
SN SCDPE OF SERVICES
1.Annual Maintenance
Contractor must provide a routine Inspection and maintenance sech year of the contract Contractor shall check all components ofthe system to Insure that they are working properly. Contractor shall replace any movsabls parle that appear worn snd anybatteries, belts, tapes or other like Items that are essential to the smooth functioning of ths units.
Contractor shall prepare a performance report which specifies ths units that were checked and service if any that wes provided.This report shall include Contractor's aasessment of the equipment and any recommendations the Contrardor may have for futureequipment maintenance or for squipmsnt replacement.
2. Repair Service
Contractor shall provrde on-siis and effete mpair service when needed. Tschnldan shall respond to a mquest for service within 4hours of the initial cell when placed befors fn00 PM. Technicians must respond to cath after 1;00 PM no later than 9:DD AM the
following day.
Breakdowns that cause creen potentially cause the County to be unable to record or broadcast am considered srl emergency, In
such situations a tschnlden should be onrslte ss soon ss possible, but not longer than three hours. Contractor must be able toprovide loaner equipment while broken video cameras, tape decks and video switches sre being repaired.
Listed below is the equipment that must bs covered in ths mainbmance agreemenL
gg5I1 LOTAandLOTB
LOT A Equipment
QTY. MODEL ¹ SERIAL ¹ DESCIBP~TION
1 TIGHTROPE MONITOR
CABLECAST CBLNX2-510CAROUSEL CBL-CG330-SOIDSR-'I500
TIGHTROPE
TIGHTROPETIGHTROPE.SONY
SERIAL ¹ 13284SERIAL¹ 13130
Computer Monitor
I DVCsm Recorder
SPECIFICATIONS
CONTRACT NO. 1553-14332
I
1
PANACEA 16X6MtkT/010
'S104
KEYWEST
LMD-1 530W
LEITCHMATROXKVM
KEYWESTTECHNOLOGYSONY
DVI ConverterSwitch 4 partSDI logo Insertsr
SD/Analog VideoMonitor
jE2100
1 NOBILIS
4 BRBKHSD1
VCLHG0862
II/IG-1 000
1 OPTION 110
1 823
Sony Camera Control
1 5
1 ME40A
1 82230HD
1 'skX1200 HDw/o HDhlll
1 I -TB Drive-1 2001 GBN-1000P
ADTECH
EDUIS
'ONY VTC
SONY
SONY
SONYBROADCASTPIX
BROADCASTPIX
BRCADCASTPIXBROADCASTPIXBROADCASTPIX
SAMSUNG
SAMSUNG
360 SYSTEMS .
360 SYSTEMSHARMONICS
Edje s2100 EncoderControllerEdlus workstationcamo uterHD 3GMOS ColorVideo CameraHD/SD Output Card forBRG-2700 P/T/ZCameraHigh-Grade 0.8xWideConversion Lens far62mm
Mica Live InlsgrstedProduction System with8 HD/SD SDI Inputsand 7 chsnneh of fileInputs - and 1000,Contral Panet1RU physical remotepanel for controllingsuxes 5 macros360/Hards DDRControl of 360 SystemsSony Camera Control
Custom keyboard forMica Desktop, withlettered buttons40" Thin BeastCommercial LEOMonitar22" Full HD PreviewMonitorHigh Definition VideoServer -1-In/3wut HD
. server, 4 TBStorage1-TB Drive-1200Carbon Goder
1 SLAS+1YSWATADV-GBN HARli/IONIC 8 Rhazst Custom SLA-'l2
Menthe
HVR1500A
SR-HD1250US
UTAH-1 00/X1 SH
96-01226
DN.F860R .
SONY
JVC PRO
UTAHSCIENTIFIC
VIEWCAST
DM
HDV/DVGAM VTR
BLU-RAY. Disc & HDDRecorder
16X18HD/SD VideoRouter, 3G, Includesone wall mount powersupplyNiagra Professional HDMedia Appliance and
. Encoder
SD/USB Solid State
SPECIFICAT)QNS
CONTRACT NQ, 1553-14332
1 1402-VLZ3
HR624mk2
MS-702
PROFESSIONAL
MAC KIE
MACKIE
CLEARCOM
RscordedPIayer
14Msnnsl CompaclRecording/SR Mixer6'-Vt/ay HighResolution StudiaManitor
2-channelheadse//spsaksrrnainstation - ul llsbsd withbuilt-In 2-amp powersupply, rack mounti1ru)
!
('". 1
t
RS-601
CCATS
CC-26K-X4
SEM-I
BEPS
ES-160A
AMX6030-001
AMX5'I 11-001
AMIQ-USB
3RUFRIVI
5030
AVEPC
7110
7125
5160
5350
6020
CLEARCOM
CLEARCOM
CLEARCOM
ENSEIIIIBLEDESIGNS
ENSEMBLEDEStGNSESE
AVOCENT
AVOCENT
AVOCENT
ENSEMBLEDESIGNS
ENSEMBLEDESIGNSENSEMBLEDESIGNSENSEMB!.EDESIGNSENSENIBLEDESIGNSENSEMBLEDESIGNS
ENSEMBLEDESIGNS
ENSEMBLE
1-channel standardbsltpack. 4-pin maleheadset connector. 3-ain femalestnglewar lightweightheadset - 4-pin femalexlrsingle-sar lightweightheadsetBrightEye Mgto 3G /HD /SD ScanConverterBrig htEye IndividualPOWer SuaahrMaster Clock/TimeCode Generator.
4 Output 8 16 inputport, rack mountablsmatrix switch with rackmount kil 6 AMVyorkssoftwarePS/2.6 USB desktopussr'tation w/AMIQ-PS2 maduls for a localPC connectionServer interlacemodule for VGA vkfeo,USB keyboard 8,mouse - AMX switchonlyAvenue 3RU Frame{accepts any 10modules)Avenue 3RU SystemControl ModuleAvenusw PCApplication Control .Avenue HD/SD/ASIRelocking DAAvenue HD/SD/ASDual Relocklaa DAAvenue Analog Video,AES and HD Tri-levelSvno DAAvenue Four ChannelAnalog to SD Dig'aslConverter vrlgr
TBC/Frame SvncAvenue Redundant
SPEC)F)CATIONS .
CONTRACT NO. 1553-14332
5110DESIGNSENSEMBLEDESIGNS
WFM500Q WIOPT AO TEKTRONIX
Power for 3RUAvenue Digital.Relocklng DA withEDH Monitoring 8insertionportable waveformmonitor
LOT 8 EQUIPMENTQTY.
1MODEL ¹MICA 100
DSR 2QQQ
DSR-80PVNI2800CCU.MA 5
D35WS
MFG.100
BROADCAST'IX
SONYSONY
SONYSONYSONY
SERIAL ¹
Bsrlal ¹s 10212, 10228,1Q220
DESCRIPTIONMica Video Switcher
DVCAM recordersDVCAM recorders
Esteem SP ReorderCorners Control Unit
Sony video camera
3.1
21
22
C8130FX8
D-76APL PRO SB440
1402-VNITRIS DX
CSISPIRIT
CROWNCLEARCCM
MAC KIEAVID
Camsral tripodAudio Mixer-Power amplifierIntercom systemAudio MixerBreakout Box
II1
AVID RAID
AVID ASSURANCE
AVID MEDIA COMPOSER 7
AVID MEDIA COMPOSER 72820
AG-HPX370
AJ-PCD35 PJ
H38DVB
QUAD 2700
UW1 700CBL- SX2%10
CBL-CG330-SDI
AVID
HP
PANASONIC
PANASCNICP2 CARD
DRIVEREADER
LIBEC
Serial ¹A3TAA0025
ANTONBAUERSONY
TIGHTROPE 8ERIAL 8 13284, SERIAL¹ 13130TIGHTROPE
System ID 10340848381
System ID 10340848264
Audio Video Hani Drive
(2) twa year assuranceaiippalt
With Symphony.OptionEditing SystemEditina ~tom .Computer for AvidSgyatemENG Field Camera
P2 Cant Drive Reader
Camera Trtpod
Battery Charger
Bet-s-.aam Sl recorderVideo ServerCarouse! Player
ITEM 2 LOT C EQUIPMENTQTY. MODEL ¹
2 'G-HPX370 Bares P2MFG.
PANASONICSERIES'PS
SERIAL ¹ DESCRIPTIONMD Camcorder
4
'22
F Sensa
~
UL-2-20
I SHAN-TM700
PANASONIC
ANTONBAUER
. PANABONIC
P2 cards (32 GB)5 Bav p2 Drtive
Ultra lite (FIxtuie)
Tripod Adapter
SPECIFICATIONS
CONTRACT NO. 1553-12I33Z
TAJ MC700Electro-Voice
Rs27N/D
ECM 658UWPV1/4244
Arri6710960wTdCaster
L848MI2A)N
i
CG83O
~PANASONICI QTV-
PORTABLEELECTROVOICESONYSONY
SOFT BANKTRI-CASTER480
TRI CASTERTRI CASTERCLEAR COMINTERCOMSYSTEM FORCANIERAB.SONY .
CANNONXFt05SX2VIDEO
SERVERCAROUSELPLAYER
SerialSNA2018006989771
Shotaun hNcrophoneTe(op tempter
Mlorophone
Lavaliere MicrophonesWireless MicrophoneSvstemL lcht Kit
(Fixturesl'UI'nkeV
sVstem
control Surface
Kevboard
22 "Color MonitorCamcorders for the Tri-CasterProfessional 2 stageTripod
IFAPPLICABLE
SITE INSPECTION
CONTRACT NO. 1553-14335
ir; This is to verify that I have, this date, cdnducted a Mandatory Sile Inspection as required by the above numbered contract.
I have co'ntsctsd ths person named in the contract or their assignee snd am eatlshed with ths condfhone es specified st sll theselocations.
Any bnforeseen conditions not specified in the contract and as found by my Sits inspection are shove on the front of this form
and/or sllschsd sheers.
CALICII'AME
(TYPED AND SIGNATURE)
AV~ M~IILKCQIIIPANY
@QSTEF< ~FLS S(Wr I >L'TOFFICIAL CAPACITY
'f1 > —ZE~ 8TELEPHONE NUMBER tArsa Cods)
NOTE: This form must be INsd in completely snd returned with Bid Proposal.
INSPECTION CONFIRMED BY: Sign-in Sheet
PROPOSA(.
CONTRACT NO. 1553-14332
BIDDER: f3I J ~ M D t E.WS
'The undersigned declares that they have carefuily examined the Advsrtisemsnt for Sda the Proposal Foun, General and specialConditions and Specigcations IdsntifIsd as Ccmhact Document Number 142613681as prepared by Cook County; and that theyhave familiarized themselves with all of the conditions under which it must be cerned out and understand that in making thisProposal they waive all rights to plead any misunderstanding mgsrding the same.
(si: Year Pricing
ITEM NO. UNIT OF MEASURE DESCRIPTION
pel year Maintenance and Repair of Lot A and B equipment
AS PER SPECIFICATIONS HEREIN.
TOTAL
2n Year Pricing
pal'ear Maintenance and Repair of Lot A end 6 equipment
2. per year 1 Nlaintsnance and Repair of Lot C equipment
NDV& . Q X CLL)gr~vb T M r Cz C I u arIL f\~~( tkrkrz& Tofhtvltc+ ~ I rvgcDpnl Al
AS PER SPECIFICATIONS HEREIN.
TOTAL
GRAND TOTAL 6
The race(pt of the following addenda to the Specifications is acknowledged:
Adderidum No.
. Addendum No.
Date:
Date:
Addendum No, Date:
P-1
PRO'POSAL
CONTRACT NO. 1553-14332
QUICK PAYMENT DISCOUNTS
'ook
Counfy is working hard to reduce budgets, engage h strsiegm sourctng, and streamline internal processes. Consequently,Cook County hss Initiated a Quick payment program, Ths Quick payment program serves the purpose of both benefiting Cookcounty and the vendor community. The couruy will be abls to able purchase goods and so«doss in «tinelier manner whke
improving vendor relations. Vendors will benefit from reduced collecdon periods end improved capital chmges. This will agow thevendor community io also reduce opportunity costs and improve sb«tegic planning capabilities. In ths chart below please pmvidewhat quick payment discounts your company is willing to offer. This will bs used for informational purposes.
Quick Payment Discounts
1. What payment tenne would your company propose for thhr procurement?
h.ll iS -I C.o@EM~ I rbddtrkk+TK
2. Is there a quick payment discount that your company would be willing to cffsrf If so, please prOVlds details,
EARLY PAYtllENT % DISCOUNT
NET 30
NET 20
OTHER
References
List five fscaitlss where you have Installed or provided maintenance lo per specification Number 8-2 . They may be listed bstow orIncluded on ari attached sheet of paper.
Documentation
Provide documentation that you are an authorized repair person for gur brands listed in Specification Number -2,
. CONTRACT NO. 1553-14332
ECONOMIC DiSCLOSURE STATEMENTJWD EXECUTION DOCUIIIIENT
INDEX
Section Description Pages
Instructions Instructions for Completion of EDS EDS i-ii
MBE/WBE Umization Plan EDS 1
Letter of Intent EDS 2
Petition for Reduction/Waiver of MBE/WEE ParticipationGoals EDS 3
Csrtiffcatlons EDS4,5.
Economic and Other Disclosures, Affidavit of ChildSupport Obligations and Disclosure of Ownership Interest
EDS 6-12
Sole Proprietor Signature Page EDS 13a/b/c
Partnership Signature Page EDS 14/a/b/c
Limited Liability Corporation.Signature Page EDS 15s/b/c
10
.Corporation Signature Page
Cook County Signature Page
EDS 183/b/c
EDS1T
1.10.13'
CONTRACT NO. 1553-14332
This. Economic Dlsdoswe Statement and Execution Document ("EDS") is to bs completed snd executed by everyBidder on a County contract, every party responding to a Request for Proposals or Request for Qualilications"(Propbssr"), and others as required by the Chief Procuremsnt Offlcsr. If the Undersigned is awarded a contractpursuant to the procurement process for which this EDS was submitted (the "Contract"), fltii Economic DisclosureStatement and Execution Document.shall stand as the Undersigned's execugon of the Contract.
Deflnlgons. Capitalized tenne used In this EDS and not otherwise defined herein shall have the ms'stings given tosuch tenne in the Instructions to Bidders, General Conditions, Request for Proposals,. Request for Quaflflcitlons, orother documents, as spplicabls.
"Affiliated Entify" means a person or entity that, directly or indirectly: contrtfls the Bidder, iscontrolled by the Bidder, or is, with the Bidder, under common corrkol of.another person or entity.
. Indicia of control include, without limitation, interlocking management or ownership; identity of- interesti smorig family members; shared faciflflss and equipment; common uss of employees; and'rganixstlon of s business entity foflowlng ths Ineliglbiflty of a businesi entity to do business with
the County under the standards set forth in the Certifications included in this EDS, usingsubstantial!y the same management, ownership or principals as the ineligible entity.
"Bidder," "Pmpoeeq" "Unders/gned or "Applicant," is the person or entity executing this!", EDS. Upon sward and execution of a Contract by the County, the Bidder, Proposer, Undersigned
or Applicant, as the casd may be, shall become the Contractor or Contracting Party.
"Propossi," for purposes of this EDS, is the Undersigned's complete response to an RFP/RFQ, orif no RFQ/RFP was issued by the County, the "Proposal" is such. other proposal, quote or offersubmitted by the Undersigned, and in any event a 'Proposal" indudes this EDS,
Code" means the Code of Onlinances, Cook County, llflnols avaflsble through the Cook CountyClerk's ONce website (htto://www.cookctvclerk.corn/sub/ordinances.sso). This page csn also bsaccessed by going to www.cookctvc!srk.corn, cflcklng on the tab labeled "County,BowdProceedings,".snd then clicking on the link to "Cook County Ordinances.t
Contractor" or "Contract/ng Party" means ths Bidder, Proposer or Applicant with whom thsCounty has entwsd into a ConlracL
"EDS"means this complete Economic Disclosure Statement and Execution Document, Including
afl sections listed in the Index and sny attachments.
"Lobby"'or "lobbying" means to. for compensation, attempt to influsnce a County official orCounty employee with mspect fo any County matter.
"lobbyist" means any person or entity who lobbies.
"Prohibited Acts" mesne any of ths actions or occurrences which fohn ths basis for
disqualification under the Code, or under the Certiflcations hereinafter sst forth,
Sscbons 1 through 3: 55BE/WBE Documentation. Secgons 1 and 2 must be completed in order to satisfy therequimments of the County's MBE/WSE Ordinance, as .set forth in the Contract Documents, if applicable. If theUndersigned believes a waiver is appropriate and necessary, Section 3, the Petition for Waiver of MBE/WBEPartiripaflon must be completed,
Section 4: Certiflcstlons. Section 4 sets forth certiflcatlons that are required for contracting parties under the Cods,Exscuflon of this EDS constitutes a warranty that afl the statements and cerflflcaflons contained, bnd all fhe factsstated, in the CerflTicaflons are true, correct and complete as of the date ofexecution.
Section 5: Economic a'nd Other Diectosures Statement Beckon 5 is the County's required Economic snd OtherDisclosures Statement form. Execution of this EDS consfltutes a warranty that afl the information provided in thsEDS is frue,.correct snd complete as of the date of execution, and binds the Undersigned to ths warranties,
'epresentations, agreements and acknowledgsments contained thirsln.
EDS-i1.10.13
CONTRACT NO.,1553-14332
Sections 8, 7, 8, 9:Ekacutloh Fonna. The Bidder executes this EDS, and the Contract, by completing and signingthree copies of the sppmpiiats Signature Page. Section 6 Is ths form for a sole proprietor; Section 7 Is the form for apartnership or joint ventura; Section 8 is the form for s Limited Liability Corporation, and Section 9 is the form for acorporation. propsr execution requires THREE ORIGINALS; therefore, ths appropdste Sighaturs page must bs fljlsd
'n,
three copies made, and all three ccpkrs must bs properly signed, notarized and submitted. Ths forms may beprinted snd completed by typing or hend writing ths Information istluired.
Requlmd Updates. The information pnwided in this EDS will be kept current. In the event of any change in anyinformahon provided, including but not Smited to any change which would render inaccurate or incomplete anycertigcafion or statement made In this EDs, the Undersigned will supplement this EDs up io the time Ihe countytakes acfion, by filing an amended EDS or such other documentation ae le Isqueeted.
A'ddifional Information. The County's Governmental Ethics and Campaigri Financing Ordinances, impose certainduties snd obligations on persons or entities seeking County contracts, work, business; or banssctions. For furtherinformakon please contact the Director of Ethics at (312) 603-4304 (68 W. Washington St. Suite 3040, Chicago„ IL60602) Or visit cur webeke at www.cookcountygcv.corn snd go to the Ethics Department link. The Bidder
must'omply
tully with the applicable ordinances.
EDS-ii:l.10.13
BIDDER/PROPOSER HEREBY STATES that all MBE/WBE firms Included in this Plan are aerated MBEs/WBEs by at least one of ths entitleslisted In the General Candltons.
I. BIDDER/PROPOSER MBE/WBE StATUS: (cheat ths approprisle line)
Bidder/Pmposer is a asrgfied MBE or WBE finn. (Ifso, attach copy of appropriate Letter of Cerglicalion)
Bidder/Proposer la a Joint Venture snd ons or mma Jalnt Venture partnem ss aeNUed MBEs or WBEs. (If so,attach copies af Letter(s) of csdgcagon, a copy of Jdnt venture Agrseimmt claudy dsscdbhig the rale of the MBBwBE
Urm(s) and'ln ownership interest in the Joint Ventura and a completed Joint Venture Affidavh —available fram lhe Officeof Contract Compliance)
Bidder/Proposer Is nat a cerNiad MBE or WBE lirm, nor s Joint'Venture with MBEIWBE parlnem but will utllze MBEand WEE Urms either direally or indlrsdly In the performance af the Contract '{ifso, ccvnplete SecUons U and gl).
II. 'irect Psrgclpatlon of, MBE/WBE Firms' 'ndirect Participation af MBE/WBE Firms
Where goals have not been achieved through direct participation, Bidder/Proposer shall Include documentation outlining efforts toachieve Dhsct Pertlcipalion st the lime of Bldlpmpossl submission. hrdlrect PartlrJpslon will anly be considered after ag egorts toachieve IÃrect Partlcipagon have been exhausted. Only agw wrtgsn documentation'f good Faith Egorts is received. wgl IndlreatPanlclpatfon be considered.
MBEs/WBEs that will perform as subcontractors/suppliers/consultants Include the follorring:
MBE/WBE Firm:
Address:
E-mail:
Contact Person:
Dollar Amount Parllclpeton: $
Pement Amount af PaNcipatlon
'Latter of Intent tlaachedf'Letter of Certiticallon attached'?
YesYes
No
No
MBE/INBE Finn;
Address:
Emragi
Conbrct Person;
Dotir Amoum PsNcipatori;. $
Percent Amount af PaNalpatlan:
'Leger af Intent agachedf'Letter of CerNlcason attaahedf
'Yes
Yes
Phonw
No
No.
Agech addlUonal sheen as needed
"Additionally, all Letters of Intent, Letters of Certification and documentation of Good Faith Efforts omitted from thisbid/proposal ~ut be subrgitted to ths Oflice of Contract Compliance so as to assure receipt by the ContractCompgancs Administrator not later than thms (3) business days after thi Bid Opening data.
EOB-11.10,13
M/WBE Finn:
Address:
City/State:
Phone:
Email:
Zip
Csnlfjng Agency:
Certitlcation Explrahon Date:
Contact Psrsorr.
Contract ¹:
Participation: [ ] iyasct'
] Inc[sect
Wgl ths M/WSE firm be subcontradlng sny,of ths performance of this cordract to another tlnn'l
[ ] No [' Ysa'- please attach explanation. Proposed Subconbnctor.
The undemigned MlWBE is prepared to provide the following Commodifies/Services for the above named Pro[scg ContracL
Indi cata the Dogar Amount, or Pmnentans, and Ihe Terms of Pavment for the abovs4sscdbed Commodities/ Services:
[Ifmora space ls needed td fully describe /rtrWBE Rnn's pmpMsd scope of work end/br pay/nant schedule, attach additions/ sheets)
THE UNDERSIGNED PARTIES AGREE that this Leiter of Intent will become a binding Subcontract Agreemsnt conditioned upon theBidder/Proposer's receipt of a signed contract from the County of Conic The Undendgned Parties.do also certify that they did not awx theirsignatureato this document unlit all areas unde/ Desmlplion of Sec/ical Supply and Fee/Coat were completed,
Slgnatws (ht/WBE].
Slgnatum (Pdma Bidder/Pmposaf/
Print Name 'Print Name
Firm Name Firm Name
Dafe
Subscribed and swum before me
this day of
Notary Pubgc
20
Subscdbad and swmn before me
thts day cf
Notary Public
SEAL
EDS-2
1.10.13 .
PETITION FOR WAIVER OF MBEIWBE PARTICIPATION (SECTION 3Q
BIDDERIPROPOSER HEREBY REQUESTS:
)K FULL'MBEWAIVER . 'FULLWBEWAIVER
REDUCTION (PARTIAL MBE sndior WBE PARTICIPATIOI4)
% of Reduction for MBE Psrgcipagon'lo of Reduction Icr WBE Psr5clpation
B. REASON FOR FULLIREDUCTION WAIVER REQUEST
Bidder/Proposer shall check each item app5csble to its reason for a waiver mquest. Additionagv. suooorlino documentsdon shag
bs submitted with this rsousst, If such srmooidnc documentation cannot be submitted with.bidlorocossllouotadon. suchdodumenta5on shall bs submitted dlrectlv to the Othce of Contract Comoyancs no later than thee I3i dave froin the date ofsubmission date.
(I) Lack'of sugicient qualided MBEs andtcr WBEs capable of providing 3rd goods or services required by the contracL
(Please explain)
(2) The spscidcsgons and necessary requirements for pedcrming the contract make It Impossible or economica5yinfeasible lo divide the contract fo enable ihe contractor to uiilize MBEa and/cr WBEs in accordance wiih Iheapplicablspar5cipstion, (Please explain)
(3) Price{s) quotedby potsndil MBEs and/or WBEs are above competitive levels and Incmase cost of doing businesssnd would make acceptance of such MBE.snd/or WBE bid economicayy Imprsoilcebls, taking into cOnsidsrsdon
the percentage oftotal contract pdce mpresentsdby such MBE andior WBE bid. (Plesseexplsln)
Ã1 (4) There are other relevant factors making it impossibfe or sconomicagy infeasible tc udiize MBE and(or
WBE firma (Please explain)
GOOD FAITH EFFORTS TO OBTAIN MBEIWBE PARTICIPATION
(I) Made timely written solicitation to identified MBEs and WBEi for ufilizagcn of goods andlor services;and provided MBEs and WBEs wilh a timely opportunity to review and obtain relevant specifications,
'erms and conditions of the proposal to enable MBEs and WBEs to pmpare an informed response tosolicitatlon, (Please attach}
(2) Fogowsdup Inlgal solicitation of MBEs and WBEs to determine if firms are interested in doing
business. (Please attach) .
(3) Advertised in a timely manner in one or more dhily newspapers andior trade publica5on for MBEs and
WBEs for suppbr of goods snd services. (Please attach)
(4) Used the services and assistance of the ONce of Contract Compgance staif. {Please explain)
(5) Engaged MBEs 5 WBEa for indirect participation. {Please explain)
OTHER RELEVANT INFORMATION
Agach any other documentagon relahvs to Good Faith Efforts in complying vnth MBEIWBE psrbcipation.
ZxiLE Ao, ivL 6'(M8f w~< l4in.s ~&M yx~ A~ Acim~i+ED
CEp~ ( sq3.hei Is.lTE6dArcirL i m ca<co,r„ci Tr<e~ co+4:iP.rL{'ILt~~ ~ F"
ED'
THE FOLLOWING CERTIFICATiONS ARE MADE PURSUANT TO STATE LAW AND THE CODE. THE UNDERSIGNED ISCAUTIONED TO CAREFULLY READ THESE CERTIFICATIONS PRIOR TO BIGNING THE SIGNATURE PAGE, SIGNING
~THE SIGNATURE PAGE SHALL CONSTITUTE A WARRANTY BY THE UNDERSIGNED THAT ALL THE STATEbllENTS.,.ICERTIFICATIONS AND INFORMATION SET FORTH WITHIN THESE CERTIFICATIONS ARE TRUE, COMPLETE AND
CORRECT AS OF THE DATE THE. SIGNATURE PAGE IS SIGNED. THE UNDERSIGNED IS NOTIFIED THAT IF THFCOUNTY LEARNS THAT ANY OF THE FOLLOWING CERTIFICATIONS WERE FALSELY MADE, THAT ANY CONTRACT .ENTERED INTO WITH THE UNDERSIGNED SHALL BE SUBJECT TO TERMINATION.
A, . PERSONS AND ENTITIES SUBJECT TO DISQUALIFICATION
No person or business entity shell be awarded a contract or sub-contract, for a. period of gve (5) years from ths date of ..convlctibn or entry of s plea or'admission of guilt,, irivii or criminal, if that person or business entity:
1) Has been convicted of sn act committed, within ths State of'illinois, of bribery or attempting to bfibe sn officeror employee'f a unit of shde, federal or local government or school district in the State of Ilgnois in'hat .
. officer's or employee's official capacity;
2) Has been comricted by federal, state or local government of an act of bid-rigging or attempting to rig bids as, dsllned in gw Sherman Anti-Trust Act snd Clayton Act. Act. 15 U.S.C.Section 1 st Ssq.;
3) Has been convicted of bid-rigging or attempting to rig bids under the laws of federal, state or'localgovernment;
4) Has been conw'cted of an act committed, viithin the State, of price-bxing or atlempting to. fix prices as definedby the Sherman Anti-Trust Act and the Clayton Act. 15 U.S.C. Section 1, et seq.;
5) Has been convicted of price-fbdng or attempting to fix prices under ths laws the State;
6) Has been convicted of defmuding or attempting to defraud any'unit of state or local government or schooldistrict within the State of illinois;
7) Has msds 'an admission of guilt of such conduct as set forth in subsections (1) through (6) abave whichadmission is a matter of record, whether or not such person or business entiiy wss subject to pnxrecution forths offense or offenses admitted to; or
8) Has entered a plea of nolo contendere to charge of bribery, prioe-fixing, bid-rigging, or fraud, as set forth In
sub-paragraphs (1) through (6) above.
'n ths case.of bribery or altempting to bribe. a business entity msy not be awarded a contract if an o%cial, agent oremployee of such buiiness entity committed the P ohiblted Act on behalf. cf the business entity and pursuant to thedirection or authorizagon of an oflicer, rgrector or other msponsible ogicial of the business entity, arid such ProhibitedAct occurred within ttvse years prior to ths award of the contntcL In addition, a.business entity shall bs disqualified if
an owner, partner or shareholder controlling, directly or indirectly, 20 '!a or mors of ths businiss entity, or an ofbcsr of'hebusiness entity hes performed any Prohibited Act whhin five years'pdor to the sward of the Contract.
THE UNDERSIGNED HEREBY CER77FlES THAT: The Undersigne'd has read the provisions of Section A, Personsand Ent5es Subject to Dlsqualigcstion, that ths Undersigned has nct commilted'any Prohibited Act set forth in SectionA, and that award of ths ContraCt to ths Undersigned would nct violate the provisions of such Section or of the Cods.
B. BIDRIGGING OR BID ROTATING
THE UNDERSIGNED HEREBY CERTIRES THAT. In scconfsncs wiN 720 ILCS 5/33'E-I I, neither the Undersignednoi any Alyitiated Entity is boned from swanl of this Connect.as s moult of s conviction Ibr the violation of Stats lawsprobibEng bid-ngging or Old iofsting.
DRUG FREE WORKPLACE'ACT
THE UNDERSIGNED HEREBY CER77I-IES THAT! The Undersigned vnll provide a drug free workplace, as required byPublicAct 86-1450 (30ILCS 550/2-11).-
EDS-41.10.13
O. DELINQUENCY iN PAYMENT OF TAXES
THE VNDERSIGNED HEREBY CERTIFIES THAT: The Undersigned is not sn owner ar s party msponsible for thepayment of any hcr or fee sdministemd by Cook County, by s local municipality, or by the IBnol s Department ot Revenue,which such tsx or lbe is delinquent, such ss bar steant of s contract ar subcontract pursuant to ths Code; Chapter 84,Secdon 34-12B
E. HUISAN RIGHTS ORDINANCE
No person who is s party to.a contract with Cook County ("County") shell engage in unlawful discrimination or sexualhamssment against any iridividual in the terms or condIUons of employment, credit, public accommodations, housing, or .
provisiofi of County fadliliss, services or programs (Code Chapter ¹2, Seagan 42-80 et seq).
F. ILLINOIS HUMAN RIGHTS ACT
THE UNDERSIGNED HEREBY CERTIFIES THATr lt B in compliance wBr the the IIlinabr Human Rights Act (775 ILCS52-f05), snd sgises to abide by the reqwrsments of the Act as part ofltscontractusl obllgsttons.
G, MACBRIDE PRINCIPLES, CODE CHAPTER 84, SECTION 34.182
If the primary cantractrx currently conducts business operations in Norihern Ireland, or will conduct budiness during theprotected duration of a County contract, ths primary contractor shall make al reasonable snd good faith slforts to conductany such business operations in Northern Ireland in accordance with Ihe MacBrids Principles for Northern Ireland asdelkied in Illinois Public Act 66-1390,
H, LIVING WAGE ORDINANCE PREFERENCE {COOK COUNTY CODE, CHAPTER 34, SECTION 84-127;
The Cods requires that a living wage must bs paid to Indhiidusls employed by a Contractor which has a County Contractand by all subcontractors of such Conhactor under a County Contract, throughout the duragon of such County Contract.The amount of such sving wage is determined from time to time by, and is available from, the Chief Finandal Oificer of the
County,
For purposes of this EDS Section 4, H, "Cantmct" means any written'agreement whereby ths County is committed to ordoes expend funds in connection with ths agreement or subcontract thereof. The term "Contract" as used in this EDS,Section 4, I, spscifically exdudes contracts with the fallowing:
1) Not-For Profit Organizations (defined as acorporsdton having tsx.exempt status under Ssclian 601(C)(3)of theUnited State Internal Revenue Cods and recognized under ths lllinohi State not-for profit law);
2) Community Development Block Grants;
3) Cook County Works Department
4) Sheriffs Work Alternative Program; and
6) Department cfCorrection inmates.
EDS-61.10.13.
REOUIRED DISCLOSURES ISECTION SI1..DISCI.OSURE OF LOBBYIST CONTACTS
List all persons or entities that have made lobbying coritacts on your behalf with respect to this contract:
Name Address
>/A
2.,LOCAL BUSINESS PREFERENCE DISCLOSURE; CODE, CHAPTER 34, SECTION 34-151(p};
"Local Business" shall mean a person. authorized to transact business in this Sade snd having a bona fide establishment fortransacting business located within Cook County at which it was actually transacting business on the date when any competitivesolicitation for a public contract is Srst 'advertised or announced and further which employs ths majority cf Its'regular, full time workforce within Cook County, induding s foreign corporation duly authorized to transact business In this State snd which has a boriafide establishment for'ransacting business located within. Cook County at which it was actually transacting business on the datewhen any competitive solicitafion for a public contract is first sdvsrkssd or announced and further which employs the majority of itsregular, full gme work force within Cook County.
a) Is Bidder s "Local Business" as dellnsd above?
Yes: ~ No
b) . If yes, list business addresses within Cook County:Au'~ SV STErnf 67l7 kJ'. AL~4dtdA-4<fWe OA u/rd+<S. W~
c) Does Bidder employ the msjodty of its regula'r fu8-8me workforce within Cook County?
Yss: ~ No:
3. THE.CHILD SUPPORT ENFORCE88ENT ORDINANCE (PREFERENCE (CODE, CHAPTER 34, SECTION ~88)Every Applicant fcr a County Privilege shall be in full compliance with any child support order before such Applicant is entitled toreceive or renew a County Privilege. When delinquent child support exists, the County shall not issue or renew any CountyPrivilege, and may revoke any County Privilege.
All Applicants are requimd to review the Cook County Aft)davit of Chikl Support Obllgatlons attached to this EDS (EDS-8)and compkrte Sw following, based upon the definitions and other information lnduded in such Affidavit.
EDS-8
(.10.13
REAL ESTATE OWNERSHIP DISCLOSURES.
The Undersigned must indicate by checking the appropddte provision below and providing afi required informatiod that either.
a) The following is s completd list of all real estate owned by the Undersigned in Coofi County:
PERMANENT INDEX NUMBER(81:
(ATTACH SHEET IF.NECESSARY TO LIST ADDITIONAL INDEXNUNIBERS)
OR:
b) K The Undersigned owns no real estate in Cook County.
tk EXCEPTIONS TO CERTIFICATIONS OR DISCLOSURES
If the Undersigned is unabls to certify to any of the Certifications or any other statements contained in this EDS and not evplalnedelsewhere in this EDS, ths Undsrwgned must eapiain below:
If the letters, "NA", the word "None" or iNo Response" appears above, or if the space B left blank, it wifi be conclusively presumedthat the Undsriigned cerlified to all Certifications and other statements contained in this EDS.
EDS-7
1.10.13
COOK COUNTY DISCI.OSURE OF OWNERSHIP INTEREST STATEMENT
The Cook County Code of Ontlnancss ([2-610 et seq.) requires that any Applicant for any County Acgon must die/doss information.~cerning ownsmhip interests in the Applicant. This Disdosure of Ownership Interest Statement must be Completed 'with ail
">rmattan cunent es of the date this Statement is signed. Furthermonh this Slatsment must be kept current, by Sing an amended's;element, unS such time as fhs County Board or County Agency shall take action on ths application. The information contained Inthis Statement will be maintained in a database and made available for public viewing.
g 'you are asked to list nsrnsi, but Ihere sre no spplicabls names to list, you must stats 'NONE. An incomplete Statement will be.returned and any action regarding this contract will be delayed. A ftatuie to fully comply with the ordinance may result in the actiontaken by the County Board or County Agency being voided.
"App/loan/'ews any Entity or person making an application to the County for sny County Action.
'County Act/cn" means any action by a County'gency,'a County Department, or the County Board re'garding an ordinance orordinanos'amendment, s County Board approval,'or other County agency approval, with respect to contracts, leases, or sale or
. purchase of real estate.
"Enf/Iy" or "Legs/ Entity" means a. sole proprietorship, corpo/stion, partnership, association, business trust, estele two or morepersons having a joint or common Interest, trustee of a land trust, other commercial or legal entity or any beneficiary or beneficiariesthereof..
This Disclosure of Ownership interest Statement must bs submitted by:
1. An Applicant for County Action and
2. An indwidual or Legal Entity thai holds stock or a beneficial interest in the Applicant and is listed cn the Appiicsnt's Statement (a ."Holder" ) must Se a Statement snd complete 41 only under Ownership interest Declaration.
please pdnt or type responses dearly end legibly. Add additional pages if needed, being careful to idengfy each portion of ths form towhich each additional page refers.
This Statement is being made by the [ +IApplicant or [ I Stock/Beneficial Interest Holder
This Statement Is an: [. Qj Original Statement or [ ]Amended Statement
Identifying Information:
Name /-'|t/D WSrE'rr/ o D/8/A EINNO.; gg OSZicS/
Rrest Address: 7/ 7 ~EAz 4 8 dvc~rpd'i~
City p~rJe yc;J p&O&i~ Zip Code:
Phone No.: 636 @77-ZEBRA
Form of Legal Entity:
[ I Sole Proprietor [ ] Partnership 'orporatlori [ I 'rusteeof Land Trust
[ I Business Trust [.] . 'Estate Association [- I Joint Venture'
[ [ " Other (de'scribe)
ED'.10.13
Ovvnershtp Interest Declsrsdoiu
List ths name(s), sdd/ess, and percent ownership of each individual and each EnNy having a legal or bensgmialinterest {including ownership} of more tturn five percent (5%) in the Applicant/Holder.
Address Percentage Interest in
Applicant/Holder
2. I(the Ntersst of any individual'or any Entity listed in (1)above is held as an agent or agents, or a nominee ornominees, iist ths name snd address of the principal on whose behalf ate interest is held.
Name of Agent/Nominee Name of Pdncipsi Princtpsfa Address
Is the Applicantconstructiveiycontrclledby another person or i.egal Enthtr/ ( ]Yes ( j No
If yes, state the name, address end percentage of beneficial interest of such person or legal entity, snd therelationship under which such control is being or may be exercised.
Address Percentage of RelationshipBeneficial Interest
bsclaration (check the applicable box)
[pJ I state under oath that the Applicant has withheld no distfosure as to ownership interest in the Applicant nor essrvedany information, date or plan as to the intended uss or purpose for which the Apptlcant seeks County Board or otherCounty Agency action.
] I state under oath that ths Holder has wilhheld no disdosurs as to ownership interest nor reserved any informationrequkad to be disclosed.-
70M /yf EKm 4Name of AuthcnxedAP(N~cni/ Representative (please print or type)
Signature
/8//r. /rfdc/w <'~ /d~4<Ysye'irt s. r «vrE-mall address
W/c ii~ Pica &~~isa~ FTitle
s Pi, / />
Date'g~-V'7:7 - P ~ ovc
Phone Number
Subscribed to snd.sworn before methis (( daycf&~d-,20 ./ 5
~/can ct g 4 (~ig(c
~'ycommfssion expims: ~ i ~o ) i)
Noterv'Public SlcnstureNotaiy Seal
EDS-10'l.10.13
swoRN FA M TT.Txi, RKT.A TTANRTTTF TTTset.ART1RR FARM
Pursuant to Section 2-5&2 of the Cook County Ethics Ordinance, any persons doing b»st»sass with Cook County must disclose,to the Cook County Board ofEthics, the existmce offam/lial relationships" to any person holding elective office in the State ofIllinois, Cook County, or iu any municipality withm Cook County. Please print your responses.
Name of Ovmer/Employee:' 8 / A Title:
y
Business Endty Name: Phone:
The fcllo~g f fiid mimionshlp ~b~ween theo~er or say employee of th. b~css ent;ty corn ted to dobusiness with Cook County and any person holding elective office in the State of Illinois, Cook County, or in auy
'
municipality within Cook County.
Owner/Employee Name: Related to: Relationship:
Ifmore space is needed, attach an additional sheet following the above format.
There is no fiunilial relanonship that exists between the owner or any employee ofthe business entitycontracted to do business with Cook County and any person holding elective office in the State of illinois, CookCounty, or m any municipality within Cook County.
To the best of my knowledge and belief, the information provhied above is true and complete.
s/r,/ rOwner/Employee's Signature
/ '~Subscribe and sworn'efore me this
a Notsgy Public in and for C ~+ 'ounty., IC.
Z H I~(~T{Signature)
Date
.20 (5
NOTARY PUBLICSEAL
My Commission expires'
Completed fonna must be filed within 30 days ofthe execution ofany contract or lease with Cook County and should be mailed
Cook County Board of Ethics69 West Washington Street,
Snite3040Chicago, Iignois 60602
SISNATURE RY a COnnOEATION
(SECllON g)
The Urvhrsignsd hereby csrsTies snd wansrds: thai ell, of the sbdsments, cs tIcstlcru, snd r resenbaicns set.forth in this EDSsrs true, complete snd ccnscb that the Undersigned is in full cmmtbsu@ and wtt conanuato be in ccmpiwncs th~ Ihs tennof ths. connect or county wvllegs issued to the Undersigned with all Ihs poilciee snd requirements set forth In this EDs; snd thatall of the'fools and InformSSon provided by Ihe Undwslgned In this EDS ars bus, 'complete ahd ccrrecL The Undersigned agrees to .inform the Chief Procursmenl Ogicer ln wrillng if any of such sbrtements, erificalions, represenlalons, facts or Infcrmagon .becomes cr is found tc bs unbue, incomplete or incorrect during lhs term of lhe Ccntnst or County Prbdege.
BUSINEss NAME: 8 VX Sus&nrLW . 'Xnr .,U
I'USINESSADDRESS: I 3 7 Meth A ictoruy n'In P.oculQ u
B~;.WWlr~ CmO~Q'~ BUSINESSTELEPHONE: Cn& t 1 I oLKOK) FAXNUMBER: GSO (17 2 AQI
coNTAcT PERSDN Vo trFL ALc.l vvL g
FEIN: l 5 9 'cQ I H l "ILCORPORATE FILE NUMBER: F 5% l cI I
UBT THE FOLLOVVING CORPORATE OFFICERS
PREslDENT; iTP46l'tu Skoc jonw VICE PREBIDENT: 4 Leftvi fhhc.c.
m"oJ
BECRETAR7r:~~u Q,oai ~nLe. RrtrW
~SIIENATURE OF PRESI NT: ( l///i
tCORPORATE SEC
Subscribed end swum Io befcm ms thin
day of .A4rr Ift
x ~C'klPQAKMy commission svpbss
Gt.Bl l4-
Ann Marilyn SohroederNotary Public
Minnesota~ "„i, gfcswednsfbstfaalf37,@73 I
ry Sg cbsy
* If the corporation is not mgishmrd In ths Stats of ggnols, s copy of the Cerglieats of Eood Standing hom the staleof lnsolpomgcn arnot be submNsd with this S(gushes Page.
In ths event that Ibis SignatUro Page te signed by any pomona than ths President and Secrsbsy, starch olther acersgsd copy of ths oorponde bytaws, resolugon or ogsrr authodaagoh by ths rpoiatlon, sulhoHaing suchpersons to sign Se tggnshns Page on behalf of ths corporagom
'DS-16a
1.70.13
COOK COUNTY SIGNATURE PAGE
(SECTION 10)
ON BEHALF OF THE COUNTY OF COOK, A BODY POLITIC AND CORPORATE OF THE STATE OF ILLINOIS, THIS CONTRACT IS
HEREBY EXECUTED BY:
COOK COUNTY CHIEF PROCUREMENT OFFICER
DATEDATCHICAGO, ILLINOISTHIS 96I ~ DAY OF ElAYI )
I
IN THE CASE OF A BID PROPOSAL, THE COUNTY HEREBY ACCEPTS:
THE FOREGOING BID/PROPOSAL AS IDENTIFIED IN THE CONTRACT DOCUMENTS FOR
CONTRACT NUMBER 1553-14332
OR
ITEM(S), SECTION(S), PART(S)
TOTAL AMOUNT OF CONTRACT $49.262.00
(DOLLARS AND CENTS)
FUND CHARGEABLE:
APPROVED AS TO FORM;
NA
ASSISTANT STATE'S ATTORNEY
(Required on contracts over $1,000,000.00)
EDS-17