80
COOK COUNTY GOVERNMENT Office of the Chief Procurement Offcer CONTRACT FOR SUPPLY DOCUMENT NO. 1635-1 6205 ELECTRONIC POLLBOOK WORKSTATION AND PROTECTIVE CASE FOR THE COOK COUNTY CLERK'S OFFICE PRE-BID MEETING: DATE". FRIDAY, JUNE 3, 2016 TIME: 10:30AM LOCATION: 118 N. CLARK ST., ROOM 1018, CHICAGO, IL 60602 APPROVED BYTHE BOARD OF COOK COUNTY COMNIISSIONERS OCT 88 2016 BIOS TO BE EKECUTED IN TRIPLICATE WEDNESDAY JULY 13, 2016 AT 10:00AM CENTRAL STANDARD TIIIE LATE BIDS WILL NOT BE CONSIDERED DELIVER BIDS TO 118 N. CLARK ST;, ROOM 1018, CHICAGO, IL 60602 Questions regarding this Bid should be directed to: Ryan Connor, Contract Negotiator EIIIIAIL: RYAN.CONNORiICOOKCOUNTYILGOV Toni Preckwinlde Cook County Board President Shannon E. Andrews Chief Procurement Officer 8/2015

COOK COUNTY GOVERNMENT · 2020. 7. 29. · contract no. 1635-15205 instructions to 6idders bid contracts index secbon s~ub'ect ib-01definitions.. ib-02preparation of eds and execution

  • Upload
    others

  • View
    6

  • Download
    0

Embed Size (px)

Citation preview

  • COOK COUNTY GOVERNMENTOffice of the Chief Procurement Offcer

    CONTRACT FOR SUPPLY

    DOCUMENT NO. 1635-16205

    ELECTRONIC POLLBOOK WORKSTATION AND PROTECTIVE CASEFOR

    THE COOK COUNTY CLERK'S OFFICE

    PRE-BID MEETING:

    DATE". FRIDAY, JUNE 3, 2016TIME: 10:30AMLOCATION: 118N. CLARK ST., ROOM 1018,CHICAGO, IL 60602

    APPROVED BYTHE BOARD OFCOOK COUNTY COMNIISSIONERS

    OCT 88 2016

    BIOS TO BEEKECUTED IN TRIPLICATE

    WEDNESDAY JULY 13,2016AT 10:00AM CENTRALSTANDARD TIIIELATE BIDSWILL NOT BECONSIDEREDDELIVER BIDS TO 118N. CLARK ST;, ROOM 1018,CHICAGO, IL 60602

    Questions regarding this Bid should be directed to:Ryan Connor, Contract NegotiatorEIIIIAIL: RYAN.CONNORiICOOKCOUNTYILGOV

    Toni PreckwinldeCook County Board President

    Shannon E.AndrewsChief Procurement Officer

    8/2015

  • CONTRACT NO. I 635-15205

    TABLE OF CONTENTS

    Section

    Instructions to Bidders .

    Parle

    IB-1

    General Conditions

    Special Conditions .

    Specifications .

    Site Inspection Ceriificate

    Proposal

    GC-1

    SC-1

    6-1

    SI-1

    P-1

    EXHIBITS:

    Exhibit I:

    Exhibit II

    Exhibit Ill

    Identification of Subcontractor/Supplier/Subconsultant Form

    Electronic Payables Pmgram Form

    Preference for Veteran's Business Enterprise and Service-Disabled Veteran's Business EnterpriseForm

    Exhibit IV

    Exhibit V

    Exhibit Vl

    Exhibit Vll

    Veteran's Workplace Preference Public Works Contracts Form

    Minority-Owned Business Enterprise and Women-Owned Business Enterprise Utilization Plan

    Couniy Board Authorization

    Economic Disclosure Statement Forms, including Contract and EDS Signature Pages

    8/2015

  • CONTRACT NO. 1635-15205

    INSTRUCTIONS TO 6IDDERSBID CONTRACTS

    INDEX

    Secbon S~ub'ect

    IB-01 DEFINITIONS ..

    IB-02 PREPARATION OF EDS AND EXECUTION DOCUMENT

    IB-03 SITE INSPECTION CERTIFICATE

    ~Pa e

    IB-04 BID DEPOSIT ..IB-05 EXCEPTIONS AND ADDENDUM ..

    IB-06 BIDDER REPRESENTATIONS AND WARRANTIES

    IB-07 SUBMISSION OF BID PROPOSALS..

    IB-08 BID PROPOSALS TO CONFORM TO BID DOCUMENTS.

    IB-09 COMPETENCY OF BIDDER.

    IB-10 LOCAL BUSINESS PREFERENCE

    IB-11 RE-ENTRY EMPLOYMENT EARNED CREDITS ..

    IB-12 ELIGIBLE VETERANS BID PREFERENCE FOR PUBLIC WORKS CONTRACT....

    IB-13 ELIGIBLE BID PREFERENCE FOR VBEs and SDVBEs.

    IB-14 PUBLIC WORKS.

    IB-15 CONSIDERATION OF BID PROPOSALS ..IB-16WITHDRAWAL OF BID PROPOSALS ..IB-17 NOTICE OF AWARD ..

    IB-18 BID DISPUTES.

    IB-19 PERFORMANCE AND PAYMENT BOND.

    IB-20 PRICES FIRM ..

    IB-21 CASH BILLING DISCOUNTS .

    IB22 CATALOGS..

    IB-23 AUTHORIZED DEALER/DISTRIBUTOR

    I B-24 TRADE NAMES......................

    IB-25 SAMPLES ..

    5/2015

  • CONTRACT NO. 1635-15205

    IB-26 NOTICES ..

    IB-27 COMPLIANCE WITH LAWS - PUBLIC CONTRACTS.

    IB-28 COOPERATION WITH INSPECTOR GENERAL.

    IB-29 CREDIT CARD PAYMENTS .......IB-30 MINORITY AND WOMEN OWNED BUSINESS ENTERPRISE ORDINANCE ....IB-31 COOK COUNTY RECYCLED PRODUCT PROCUREMENT POLICY .....IB-32 ESTIMATED QUANTITIES .

    $2015

  • CONTRACT NO. 1635-15205

    INSTRUCTIONS TQ BIDDERS

    IB41 DEFINITIONSA BIDDER shall mean any Person who submits a Bid.

    BID COVER PAGE shall mean the general description of the required services, goods, equipment, orsupplies, the contact informabon of the assigned Contract Negobator or SpeciTication Engineer in the Office ofthe Chief Procurement Officer, and shall include the date, time snd place for boih the submission of BidProposals and the opening of the Bid Proposals.

    BID or BID PROPOSAL shall mean a response to the Bid Notice conlaining sll Bid Documents and any otherdocuments or informafion the Bidder is required to provide.

    D. BID DOCUMENTS means the documents, specifications, forms and other information necessary and requiredfor s Bid.

    E. BID NOllCE means the notice from the CPO regarding a Procursmsnt which shall include: a generaldescription of the Procurement; information netmssary to obtain the Bid Documenls; and the date, time andplace for both the submission of Bids and the opening of the Bids.

    F. CONTRACT shall mean any written document to make Procurements by or on behalf of Cook County.

    CONTRACT DOCUMENTS shell mean collscbvely ths Bid Cover Page, legal sdverbsement, Bid Notice, BidDocuments, Bid, Economic Disdosurs Statement, MBE/INBE Ufilizslion Plan and any other document requiredby the Chief Procurement OMcer. The above documents shall be considered as one integrated documentsetting forth the obligations of the parties.

    H, CONTRACTOR shall mean the Person that enters into a Contract with the County.

    L COUNTY shall mean fite County of Cook, a body polEc and corporate of the State of illinois.

    DIRECTOR shall mean the pemon or persons authorized by the County to act in connechon with this Contract.Such authorizabon shall not include any power to change the scope of the Contract or to obligate the County topay additional sums beyond the amount of the Contract awarded by the Cook County Board of Commissionersor the Chief Procurement Officer.

    K. CHIEF PROCUREMENT OFFICER or CPO shall mean the Chief Procurement Officer of the County of Cookwhose dufies and responsibiMies are more parbcularly described in the Cook County Procurement Code,Chapter 34, Artide IV, Division L

    L OCPO shall mean the Oflice of the Chief Procurement Officer of Cook County.

    PERSON shall mean any individual, corporation, partnstship, Joint Venture, trust association, Limited LiabilityCompany, sole proprietorship or legal entity.

    PROCUREMENT shall mean obtaining supplies, equipment, goods or services of sny ldnd.

    O. SPECIFICATIONS shall mean the description of the services, work, goods, equipment, personnel, volume anduss statistics and all requirements for ths scope of work sst forth in the Contract Documents.

    USING AGENCY shall mean the departments or agencies within Cook County government induding electedofficials.

    IB-1 6/2015

  • INSTRUCTIONS TO BIDDERS

    CONTRACT NO. 1635-15205

    IEWYZ

    A.PREPARATION OF EDS AND EXECUTION DOCUMENTThe Bidder shafi prepare one (1)copy of its Bid Proposal on the proposal forms within the Contract Documentsand three (3) Economic Disdosure Statement and Execution Documents ("EDS"), afi with original signatures.Unless othtawiss stated, afi blank spaces on ths proposal forms shall be fully completed. Bidder beam allresponsibility for error or omissions in the submission of the Bid Pmposal. Bid Proposals and EDS which arenot properly signed may be rejected.

    B. lf the Bidder is a corporation, the President and Secretary must execute the EDS. In the event that this BidProposal is executed by someone other than the President, attach hereto a certifie copy of that section of theCorporate By-Laws, resolution or other authorizafion by the Corporation, satisfactory to the County that permitsthe person to execute Bid Proposal for said corporation. If the corporation is not incorporated in the Stats ofillinois, a copy of the Certificat of Good Standing fiom the state of incorporation must be submitted with theEDS.

    If the Bidder is a partnership or joint venture, afi partners or joint venturers must execute the EDS, unless onepartner or joint venture has been authorized to sign for the partnership or joint venture, in which case, thepartnership agreement, rssolufion or evidence of such authority, satisfactory to the County, must be submitled.If the Bidder is a joint venture, attach a copy of the joint venture agreement.

    If the Bidder is a member-managed LLC afi members must execute the EDS, unless otherwise provided in theoperating agreement, resolution or other corporate documents. If ths Bidder is a manager-managed LLC, themanager(s) must execute the Bid Proposal. The Bidder must attach either a certifisd copy of ths operatingagreement, resolution or other authorization, satisfactory to the County, demonstrafing such person has theauthority to execute the EDS on behalf of the LLC. If the LLC is not registered in the State of illinois, a copyof a current Csrtificate of Good Standing from the state of incorporafion must be submitted with the EDS.

    E. If the Bidder is a Sole Propdetorship, the sole proprietor must execute the EDS,

    A "Partnemhip" "Joint Venture'r "Sole Proprietorship" operating under an Assumed Name must be regislsredwith the illinois county in which it is located, as pnwided in 805 ILCS 405 (2012) and documentation evidencingregistration must be submitted wilh the EDS.

    IBM SITE INSPECTION CERTIFICATEThe Bidder shall inspect the job.site to become familiar with the conditions related to the work or services and therequirements set forth in Ihe Bid Documents. Failure of Ihe Bidder to visit the Site shall not re(eve or alter the Bidder'sresponsibility for complebng the work or atavkws as required by the Contract Documents.

    When required as mandatory in ths Contract Documents, the Bidder shall visit the job-sile and shall carefully examineand become familiar with afi conditions which may in any way affect the performance of the Contract and shall submitcsrtificafion of such inspection along wilh ths Bid Proposal. The dates snd conditions of the site inspection arsdetermined by the County. If the Contract Documents provide that inspecbon of the sits is mandatory, a Bidder's failureto afisnd all of the required site inspections shall render the Bid Proposal non-responsive.

    ISA BID DEPOSITWhen required in ths Contract Documents, the Bid Proposal shall be accompanied by, cashier's check, certified check,bank draft or surety bond in the amount shown in the legal advertisement or as may be prescribed in these ContractDocuments. A certified or cashier's check shall be drawn on a responsible bank doing business in the United States andshall be made payable to the order of the County of Cook. The surety issuing the bond must have a general rabng of"A", and shall be a Class Vll or higher in gte financial size category as defined by Best Company Inc., Moody's InvestorServices, Standard 5 Poor's Corporation or similar rating agency. The surety must be licensed by the Stats of filinoisDepartment of Insurance and be listed in the cunsnt U.S. Treasury Circular 570 when federal funds are being used.Failure to submit the bid deposit shall consbtuts a non-responsive Bid Proposal and such Bid Proposal shall be rejected.

    IB-2 SI2015

  • CONTRACT NO. 1835-15205

    INSTRUCTIONS TO BIDDERS

    IBu)4 BID DEPOSIT Icon't.)The Bidder hereby agrees that the bid deposit shall be forfeited to the County as liquidated damages snd not as penaltyin the event Bidder fails to comply with IB-15 and IB-17, or otherwise fails or refuses to honor ths Bid Proposal uponaward of the Contract by ths County,

    The bid deposit of afi bidders will be returned, with the excepfion of the apparent lowest responsive and responsibleBidder, after the County has awarded ihe Contract. The bid deposit of the lowest responsive and responsible Bidder willbe returned after the Contract has been awarded and the Bidder has submitted afi insurance documentafion and thePerformance snd Payment Bond, as required by the Contract Documents.

    IB-05 EXCEPTIONS AND ADDENDUMThe County will not provide oral answers to questions concerning Bid Documents before or subsequent to the mvsrd ofa Contract. If an interpretation or cl riTicafion of the Bid Document is desired by the Bidder or if the Bidder intends torequest a deviabon to the Specificabons, the Bidder shall submit quesbons or request for the deviation to theSpecificabons to the Chief Procurement ONcer prior to the date for inquiries set forth in the Special CondiTions. TheChief Procurement Oflicer will answer questions or requests for deviations to the Speciiications by issuing sn Addendumwhich shall be available to afi Bidders submitting a Bid Proposal. If no Addendum is issued by the Chief ProcurementOificer, then such deviabon or excepfion to the SpeciTicafion shall be deemed rejected. The Chief procurement Officershall reject any Bid containing deviations or exceptions to the Specificalions not previously accepted through a writtenAddendum. Bidder shall acknowledge receipt of each Addendum issued in the space provided on the proposal form.The Bidder's failure to acknowledge in wribng sny issued addenda may result in the CPO finding the Bid non-responsiveand rejecting the Bid. The OCPO shall not allow any Bidder to acknowledge any such addenda, in writing or orally, afterthe Bid Opening.

    Afi written requests for clarifications, deviations or excepbons shall be addressed to the Specification Engineer orContract Negotiator listed on the Bid Cover Page:

    If the apparent lowest Bidder takes exceptions or deviations to the General Conditions, which are submitted with ihe Bid,the CpO shall reject the Bid as non-responsive in the event that the Chief procurement Oflicer, in his or her sole opinion,delermines such excepbons or deviations to be material.

    IB4M BIDDER REPRESENTATIONS AND WARRANTIESThe submission of a Bid shall constitute a representabon and warranty that (i) Bidder has carefully and thoroughlyreviewed the Contract Documents and hss found them complete and free from ambiguities and sufiicient to describe therequired goods, equipment, supplies or services; (ii) Bidder and afi laborers, employees or subconbtractors it intends touse in the performance of this Contract are skilled and experienced in the type of work or services called for by theContract Documents; and (iii) neither the Bidder nor eny of its employees, agenls, suppliers or subcontractors haverelied on any verbal representations from the County, or any of the County's employees, agents, or consufiants, inpreparing Ihe Bid

    IB 07 SUBMISSION OF BID PROPOSALSAfi Bidders shall submit the bound copy of the Bid in a sealed envelope and shafi cause the Bid to be delivered to TheOflice of the Chief Procurement Officer, Room 1018, County Building, 118North Clark Street, Chicago, lfiinois 60602 bythe date and hour for the Bid Opening as shown in the Bid. The sealed envelope submilted by ths Bidder shall have theBid label, set forth herein, or shall have the following information on the face of the envelope: Bidderis name, address,subject matter of Bid, Bid or Contract number, advertised date of Bid Opening and Ihe hour designated for Bid Openingas shown in the Contract Documents.

    I B-3 8I2015

  • CONTRACT NO. 1635-15205

    INSTRUCTIONS TO BIDDERS

    1845 BID PROPOSALS TO CONFORM TO BID DOCWIENTSThe County will not entertain or consider any Bids: (I) received after the exact time specified in ths Bid; (ii) notaccompanied by the required bid deposit; or (iii) in any other wey failing to comply fully with ths conditions stated in theBid.

    IB49 COMPETENCY OF BIDDERNo Contract shall be awarded to a Bidder that is in arrears or is in default to the County upon sny debt or Contract, orthat is a defaulter, as surety or otherwise upon any obligation to said Courriy, or has failed to perform faithfufiy anypreMrous contract with the County.

    IB-10 LOCAL BUSINESS PREFERENCEThe Chief Procurement Officsr shall, for all Procursmenls funded solely with County dollars by competitive sealedbkkling, accept ths lowest bid price or lowest evaluated bid price from a responsive or msponsible local business,provided that the Bid doss not exceed ths lowest bid price or lowest evaluated bid price fiom s responsive andresponsible non-local business by mors than five percent (5%].

    "Local business" shall mean a Person, irvtuding a foreign corporation authorized to transact business in illinois, havinga bona fide establishment located within the County at which it is Vansacfing business on the date when a Bid issubmeed to the County, and which employs the mNority of its regular, full-time work force chin ths County. A JointVenture shall consfriute a Local Business if one or mors Persons that qualify ss e "Local Business" hold interests totalingover 50 percent in the Joint Venture, even it the Joint Venture does not, at the time of ths Bid submittal, have such abona fide establishment within the County.

    IB-11 RE-ENTRY EMPLOYMENT EARNED CREDITSIn sccordanos with section 34-231 through Section 34-235 of ths Cook County Procurement Code, for all Pubiic WorksContracts, with an estimated Bid Price of 5100,000 or more, ths Bidder shall be permitted but is not required, to submitan employment plan of Former Ofianders with its Bid Proposal in order to receive an earned credit for future PublicWorks Contracts. The Employment Ban shall be approved by the CPO and, if required, the Cook County ReentryEmployment Commifiee. Upon the complefion of a qualifying contract and the Bidder presenfing satisfactory informationand documentation to the CPO, the CPO shall provide the Bidder with an Earned Credit Certilicate, which shall bs validfor three years from the date of issuance. Ths Bidder shall receive sn earned credit of "/Yo of ths Bid Price for futurepublic Works Contrads, if 5-10% of the percentage of Total Labor Hours are performed by Former Offenders, snd anearned credit of 1M of the Bid Priice for future Public Works Contracts, if the more than 1055 of the percentage of TotalLabor Hours are performed by Former Olfendsrs. For purposes of this provkfion, "Former Ofsndsrs" shall mean adultswho am residents of the County and who have been convltfiad of a crime. Labor hours" shall mean the total hours ofworkers receiving an hourly Wage who are directly employed at the work site. It shall Irxfiude hours performed byworkers employed by the contractor and sfi subcontractors working at the site. "Labor hours shall not Include hoursworked by nonworldng former, superintendents, owners snd workers who ere not subject to prevailing wagerequirements.

    IB-4 8/201 5

  • CONTRACT NO. 1635-15205

    INSTRUCTIONS TO BIDDERS

    IB-12 ELIGIBLE VETERANS BID PREFERENCE FOR PUBLIC WORKS CONTRACTIn accordance with Secfion 34-236 (a) of the Cook County Procurement Code, for all Public Works Contracts, ihe CFOshall give s preference of one percent of the amount of the Conirsct to a Responsible and Responsive Bidder for aPublic Works Contract when such Bidder has committed by aflidsvit to utilize Eligible Veterans for at least five percent ofthe hours worked under such Contract. Failure to u5lize Eligible Veterans in accordance with the aifidavit will result inbreach of Contract.

    IB-13 ELIGIBLE BID PREFERENCE FOR VSEs and SDVBEs

    In accordance with Section 34-236 (b) of the Cook County Procurement Code, the CPO shall give a preference of fivepercent of the amount of the Contract to a Responsible and Responsive Veteran owned Business Enterprises ("VBEs")or Service Disabled Veteran owned Business Enterprises ('SDVBE") cerlilied by the Contract Compliance Direcnr('CCD"), or by any other entity approved by the CCD.

    IB-14 PUBLIC WORKSFor afi Public Works Projects, the Bidder shall comply with Secfion 34-190 of the Cook County Procurement Code,which requires that Public Works Conlracts having an estimated contract price of $100,000 or more, where nototherwise prohibited by Federal or State law, shall have at least 50 percent of the total hours worked on the site byemployees of the Contractor and subcontractors shall be performed by residents of the County.

    Afi Bid Proposals for Public Works Construction shell be evaluated to determine, whether the Bidder is responsible, inaccordance with Sedion 34-145 of the Cook County Procurement Code. In accordance wilh Section 34-145 the CPOshall determine whelher the Bidder. (i) is authorized to do business in illinois and the County; (ii) has, as applicable, aFederal Employer Idsnfilication Number or Social Securit)r, (iii) mesio any applicable insurance requirements in the BidDocument; (iv) has cerfilied that it is in compliance with afi provisions of the filinois Prevailing Wage Act, and Stab/ andFederal equal smploymsnt opportunity laws; (v) has cerblied that it par5cipates in active apprenticeship and trainingprograms approved and registered with the United States Department of Labor Bureau of Apprenticeship and Trainingfor each of the trades of work contemplated under the awarded Contract; (vi) contractually requires any subcontractor toparfidpate in active apprenticeship and baining programs approved and registered with the United States Department ofLabor Bureau of Apprenticeship and Tmining for each of the trades of work contemplated under the awarded Contract;and (vii) has agreed to provide Cerlified payrolls as speciTied in the lfiinois Prevailing Wage Act

    18-15 CONSIDERATION OF BID PROPOSALSThe County reserves the right to reject or accept any or afi Bid Proposals, to extend the bidding period, to w~ivetechnicalities in the Bid and/or to withdraw or cancel the Bid or to issue a new Bid, i.e., "rebid" prior to award of theContract

    Ailsr Bid Proposals ars opened and read aloud, they will be evaluated based on the price, conformance withSpecificsfions, the responsibility of the various Bidders taking into consideration factors including, but not limited to,those noted in I B-09, IB-10 and responsiveness to the County's Minority and Female Owned Business Ordinance.

    The Chief Procurement Officer reserves the right to make corrections, alter receiving the Bids, to any clerical errorapparent on the face of the Bid, incWding but not limited to obviously incorrect units or misplaced decimal points, orarithmetic errors. In the event that comparison of the Sdders "Unit pric" and "Total price* submitted for any line itemsreveals a calcula5on error, the Unit Price will prevail.

    The Chief Procurement Officer reserves the right to reject any Bid that, in his or her discrefion and authori1y is deemedmaterially unbalanced.

    IB-5 8/2015

  • CONTRACT NO. 1635-15205

    INSTRUCTIONS TO BIDDERS

    IB-16 WITHDRAWAL OF BID PROPOSALSBidders may withdraw their Bid Proposals at any time prior to the time specilied in the Bid as the date and hour set forthe Bid Opening. However, no Bidder shall withdrew, cancel or modify ils Bid Proposal for a period of ninety (90)calender days after said advertised Bid Opening.

    IB17 NOTICE OF AWARDThe Chief Procurement Oificer shall nobTy the successful Bidder, in wriiting, of award of the Contract by the County withinninety (90) days from the Bid Opening date. Upon receipt of the Notice of Award, ths Contractor shall prompfiy secure,execute and deliver to the Chief Procurement Oflicer sny documents required herein.

    IB-19 BID DISPUTESSection 34-136 of lhe Cook County Procurement Code permits Bidders to file protasis. Any Bidder who reasonablybelieves that the recommended Bidder is not the lowest Responsive and Responsible Bidder, or has a complaint aboutths bid process, msy submit a bid protest, in wriTing, snd directed to ths CPO, within three business days after the dateupon which the CPO posts the recommended Bid for award or execution on the County's website. The bid protest mustspeciTy why the protester believes the recommended Bidder is not the lowest Responsive and Responsible Bidder, orwhy the protestor believes the bid procedure was unfair, induding a statement of how the allslmd unfairness prejudicedthe protssbng Bidder and the action requested of the CPO. A bid protest based on an issue which could have beendarified through a request for clarificabon or information pursuant to Section 34-136(d), and IB-05, Communicafions withthe County regarding compe5tive bidding process, will not be considered if fite protesting Bidder failed to make suchrequest When a bid protest hes been submitted, no furiher action shall be taken on lhe Procurement unS ths CPOmakes a decision concerning the bid protest, unless the Using Agency responds in writing and sufficiently demonstratesthat (i) the item to be procured is urgently required and (fi) failure to make the award promptly will unduly delay deliveryor periormance or cause other undue harm.

    The CPO shall issue a written decision on ths bid protest to ths protesting Bidder end to any other Bidder alfsctsd bysuch decision as soon as reasonably practicable. If the bid protest is upheld based on a lack of fairness in ihe bidprocedure, the CPO shall re-bid the procurement. If the CPO determines that the recommended Bidder was notResponsive and Responsible, that Bidder shall be disqualified and the CPO may either recommend the lowestResponsive and Responsible Bidder or re-bid. Any CPO decision concerning bid protests shall be final.

    IB-19 PERFORISANCE AND PAYMENT BONDWhen required in fifid Documents, the successful Bidder shall furnish a Pertormancs and Payment Bond in the fullamount of the Contract on the County Form, a spedmen of which shall be provided. The Surety issuing thePerformance and Payment Bond must have a general rating of "A" and shall be a Class Vfi or higher in the financial sizecategory as defined by Best's Key Rating Guide-Properly and Casualty, or have such ratings as specified in the ContractDocuments.

    In the event that the Bidder fails to furnish the Performance and Payment Bond within fourteen (14) calendar days afterservice of the Notice of Award, the County may elect to retain Bidder's bid deposit as liquidated damages and not as apenalty and reject the Bid. The parties agree that the sum of the bid deposit is a fair estimate of the amount of damagesthat the County will sustain due to the Bidder's failure to furnish the Performance and Payment Bond and the terminationof the Contract.

    IB20 PRICES FIRINAfi prices quoted in the Bid Proposal shafi be firm and will not be subject to increase during the term of the Contract,except as otherwise provided in these Contract Documents.

    IB-21 CASH BILLING DISCOUNTSCash billing or percentage discounts for payment will not be considered in evaluating Bid Proposals.

    IB-S 8i201 5

  • CONTRACT NO. 1635-15205

    INSTRUCTIONS TO BIDDERS

    IB-22 CATALOGSEach Bidder shall submit in TRIPLICATE, where necessary or when requested catalogs, descriptive literature, anddetailed drawings, fully detailing features, designs, construction, appointment and finishe not covered in theSpecifications but necessary to fully describe the goods, equipment, supplies or services,

    IB-23 AUTHORIZED DEALER/DISTRIBUTORFor goods, equipment and supplies, the Bidder must be one of the following: (i) the manufacturer; (ii) an authorizeddealer/distributoq or (iii) able to promptly secure the necessary genuine parts, assemblies and/or accessories assupplied by the original equipment manufacturer (O.E.M.),along with any necessary schematics or drawings to fulfill thecontractual obligations. With respect to the purchase of vehicles, or seniices related to vehides, the Specifications orSpecial Conditions may require that the Bidder be an authorize dealership of the manufacturer. The Bidder must beable io furnish original product warranty and manufacture/s related services such as product information, product re-callnotices, etc. Proof of ability to transfer product warranty to the County is to be submitted with ths Bid ProposaL

    IB-24 TRADE NAfilESln cases where an item is identified by a manufacturer's name, brand name, trade name, catalog number, or reference,it is understood that the Bidder proposes to furnish the ilem identified and does not propose to furnish an alternate butequivalent item, unless the Bidder has proposed and the County has accepted the alternate but equivalent item.

    unless the Bid states that no substitute shall be afiowed, the reference to a manufacturer's name, brand name, tradename, catalog number, or reference is intended to be descriptive and not restrictive and to indicate to prospectiveBidders articles that shall be satisfactory. Bid Proposals for other manufacturer names, brand names, trade names,catalog numbers or references shall be considered, provided each Bidder slates on the face of the Bid Proposal whatalternate, but equivalent items are being proposed.

    If the Bidder proposes alternate, but equivalent, items, the Bidder must provide ths following: (i) product identfilcaaon,induding manufacturer's name and address; (ii) manufacturer's literature idenfifying the product description, referencestandards and performance snd test data; (iii) samples, as applicable; and (iv) itemized comparisons of the proposedalternate items listing significant variations. If a Bidder proposes alternate items, it warrants and represents that inmaking a formal request for substitution that (i) the proposed alternate item is equivalent to or superiior in ail respects tothe item specified in the Bid; and (ii) that the same warranties and guarantees will be provided for the proposed afiemateitems as those specilied in ths Bid. Ths CPO may, in his or her sole discrebon accept an alternate item for a specifieditem, provided the alternate items so bid is, in the CPO's sole opinion the equivalent of ths item specilied in the Bid. Analternate item that ihe CPO determines not to be equivalent to the specified item shsfi render the bid non-responsiveand the CPO shall reject the Bid.

    IB-25 SAMPLESBklders may bs asked upon request of the Chief Procursmsnt Officsr, induding subsequent to the Bid Opening, tofurnish and deliver a representative sample sufficient to effectively evaluate each item listed in the Bid Proposal. Afisamples must be delivered F.O.S. DESTINATION, FREIGHT PREPAID to an identified delivery location within five (5)business days of the request. Samples submitted must be identical to those specilied in the Bid Proposal. Submissionof other than the samples reflected in the Bid Proposal or failure to furnish samples within the required time period shallbe cause for rejection of the Bid Proposal. All samples ars subject to mutilafion and will not be returned. Biddws shallbear the cost of any samples and shipping or delivery costs related thereto.

    IB-26 NOTICESAfi communications and notices between the County and Bidders regarding the Bid Documents shall be in wriTing andhand delivered or delivered via first class United States mail, postage prepaid, or via e-mail. Nofices to the Bidders shallbe addressed to the name and address provided by the Bidders; notices to the Chief Procurement Officer shafi beaddressed to Room 1018, County Buikfing, 118North Clark Street, Chicago, filinois 50602.

    IB-7 8/2015

  • CONTRACT NO. I 635-15205

    INSTRUCTIONS TO BIDDERS

    IB-27 COMPLIANCE WITH LAWS - PUBLIC CONTRACTSThis is a competitive Bid of Cook County government subject to laws and ordinances governing public bids andcontracts. The Bidder shall at all times observe and comply with all laws, ordinances, regula&one and codes of theFederal, State, County and other local government agencies which may in any manner effect the preparation of ths BidProposai or the performance of the Contract. If the Bidder observes that any of the Bid Documents are at variance withany laws, ordinances, regulalions or codes, it shall promplly notify the Chief Procurement Oflicer in writing and ifnecessary an addendum shall be issued by Ihe Chief Procurement Oflicer

    IB-2& COOPERATION WITH INSPECTOR GENERALPersons or businesses seeking County contracts are required to abide by a& of the applicable provisions of the Of&ca ofthe Independent Inspector General Ordinance {Section 2-281 et. seq. of the Cook County Code cf Ordinances). Failureto cooperate as required may result in monetary and/or other penalties.

    IB- 2& CREDIT CARD PAYMENTSThe County has implemented a Prompt Payment Program (the "E-Paysbles Program" ) Bidders who voluntarilypar&cipate in the Program will receive prompt payments via the County's Visa Purchasing Card. In order toparticipate in the Program, Bidders must submit the E=Payables Enrollment Form to the Cook County Comptroller'sONce A description of the Program is attached for informational purposes. Notwithstanding the foregoing, theCounty has no duty or obligation to process prompt payments to Bidders. The County reserves its right todiscontinue the Program st any time. The County will not provide a bid incentive or preference to Bidders whoparticipate in the Program.

    IB40 MINORITY AND WOMEN OWNED BUSINESS ENTERPRISE ORDINANCECook County has adopted the Minority and Women Owned Business Enterprise Ordinance (the "Ordinance" ). TheOrdinance establishes annual participa&on goals for lillinority and Women Owned Business Enterprises. Therequirements of ths Ordinance, as well as the documents the Bidder must submit are set forth in GC-19. TheBidder's failure to submit the MBE/INDE Utilization Plan, as more fully dew:ribed in GC-I 9 shall render the Bid ncn-responsive.

    IS&1 COOK COUNTY RECYCLED PRODUCT PROCUREMENT POLICYCook County has adopted the Cook County Rscyclsd Product Procurement Policy. In accordance with the Policy,Cook County encourages the use of recydsd paper and paper products, whenever practicable. The Bidder shall userecycled paper, except where the specialized nature of certain materials (such as photographs) requires otherwise,and a& documents shall be printed two-sided unless twomded printing is not practicable.

    IB42 ESTIMATED QUANTITIESUnless expressly stated in the SpecNcations, Special Conditions, or Proposal page(s) any quentitiss stated in this Bidrepresent estimated usage and as such are for bid canvassing purposes only. The County reserves the right toincrease or decrease quantities ordered Nothing herein will be construed as an intent or obligation on the part of theCounty to purchase any goods, equipment, supplies or services beyond those determined by the County to benecessary to meet iis needs.

    END OF SECTION

    I B-8 8/2015

  • CONTRACT NO. 1535-15205

    GENERAL CONDITIONSBID CONTRACTS

    INDEX

    ~n ~SGC-01 SUBCONTRACTING OR ASSIGNMENT OF CONTRACT OR CONTRACT FUNDS ...GC-02 INDEMNIFICATION ..GC-03 INSPECTION AND RESPONSIBILITY

    GC-04 PAYMENT TO CONTRACTORS AND SUBCONTRACTORS..

    GC-05 PREPAID FEES.

    GC-06 TAXES .

    GC-07 PRICE REDUCTION ......GC-M CONTRACTOR CREDITS ..

    GC-09 DISPUTES ..GC-10 CONTRACT AMENDMENTS ..

    GC-11 DEFAULT..

    GC-12 COUNTY'S REMEDIES.

    GC-1 3 CONTRACTOR'S REMEDIES ..

    GC-14 DELAYS..

    GC-1 5 INSURANCE REQUIREMENTS .

    GC-16 PATENTS, COPYRIGHTS AND LICENSES..

    GC-17 COMPLIANCE WITH LAWS.

    GC-1 8 DELIVERY

    GC-19 MINORITY AND WOMEN BUSINESS ENTERPRISES...

    GC-20 MATERIAL DATA SAFETY SHEET.

    GC-21 CONDUCT OF THE CONTRACTOR.

    GC-22 ACCIDENT REPORTS....

    GC-23 USE OF PREMISES ..

    GC-24 GENERAL NOTICE

  • CONTRACT NO. 1835-15205

    GC-25 TERMINATION FOR CONVENIENCE

    GC-26 GUARANTEES AND WARRANTIES ..

    GC-27 STANDARD OF CONTRACT GOODS, EQUIPMENT OR SUPPLIES .....GC-28 CONFIDENTIALITY AND OWNERSHIP OF DOCUMENTS..

    GC-29 QUANTITIES.

    GC-30 AUDIT; EXAMINATION OF RECORDS.

    GC-31 GOVERNING LAW

    ....12

    ....12

    ....1 2

    ....12

    ....1 3

    ....1 3

    GC-32 COOPERATION WITH INSPECTOR GENERAL.

    GC-33 WAIVER.

    GC-34 ENTIRE CONTRACT.

    GC-35 FORCE MAJEURE

    GC-36 GOVERNMENTAL JOINT PURCHASING AGREEMENT .

    GC-37 COMPARABLE GOVERNMENT PROCUREMENT.

    GC-38 FEDERAL CLAUSES.

    GC-39 CONTRACT INTERPRETATION

    ....1 3

    ....1 3

    ....1 4

    ...14

    ....1 4

    ....14

    ....1 4

    ....23

  • CONTRACT NO. 1635-15205

    GENERAL CONDITIONS

    GCzif SUBCONTRACTING OR ASSIGNMENT OF CONTRACT OR CONTRACT FUNDSOnce awarded, this Contract shall not be subcontracted or any part thereof assigned without the express writtenapproval of the County Chief Procurement Oflicer ("Chief Procurement Oflicer" ). In no case, however, shafi suchapproval relieve the Contractor from his obligations or change the terms of the ContracL The Contractor shall nottrans/er or assign any Contract funds or daims due or to become due without the advance written approval of the ChiefProcurement Oflicer. The unauthorized subcontracting or assignment of the Contract, in whole or in part, or theunauthcriized transfer or assignment of any Contract funds, either in whale or in part, or any interest therein, which shallbe due or ars to become due the Contractor shell have no effect on ths County snd are null and void.

    The Contractor shall identify any and afi contractors and subcontractors it intends to use in the performance of theContract by complefiing the Identification of Subcontractor/Supplier/Subconsufiant Form ("ISF'). Afi such persons shallbe subject to the prior approval of the County. The Contractor will only subcontract with competent and responsibleSubcontractors. The Chief Procurement Oflicer may require in his cr her sole discretion, that the Contractor providecopies of afi contracts wilh subcontractors.

    The Contractor and its employees, contractors, subcontractors, agents and representatives are, fcr sfi purposes arisingout of this Contract, independent contractors and are not employees cf the County. It is expressly understood andagreed that the Contractor and its employees, contractors, subcontractors, agents and representatives shall in no eventas a result of a contract be entitled to any benefit to which County employees are entitled, induding, but not limited to,overtime, retirement benelits, worker's compensafion benefits and injury leave or other leave benefits.

    GC4)2 INDEMNIFICATIONThe Contractor covenants and agrees to indemnify and save harmless the County and its commissioners, ollicials,employees, agents and representatives, and their respecbve heirs, successors and assigns, from and against anyand afi costs, expenses, attorney's fees, losses, damages and liabilities incurred or suffered directly or indirectly fromor attributable to any claims arising out of or incident to ths performance or nonperformance of the Contract by theContractor, or the acts or omissions of the officers, agents, employees, contractors, subcontraotors, licensees orinvitees of the Ccnlractor. The Contractor expressly understands and agrees that any Performance Bond orinsurance protection required of the Contractor, or otherwise provided by the Contractor, shall in no way limit theresponsibility to indemnify the County as hereinabove provided.

    GC413 INSPECTION AND RESPONSIBILITYThe County shall have a right to inspect and approve sny Contract goods, equipment, supplies or services used incanying out this Conbact and shall approve the quality and standards of afi materials cr completed work furnished underthis Contract. Contract goods, equipment, supplies or services not complying herewith may be rejected by the ChiefProcurement Officer and/or the Director and shall be replaced and/or re-performed by the Contractor at no cast to theCounty. Any Contract goods, equipment or supplies rejected shall be removed within a reasonable time from thepremises of the County at the entire expense of the Contractor, alter nofice has been given by the County to theContractor that such Contract goods, equipment or supplies have been rejected.

    GC4I4 PAYMENT TO CONTRACTORS AND SUBCONTRACTORSAfi invoices submitted by the Contractor shall be in accordance with ihe cost provisions contained in the ContractDocuments and shall contain a detailed description of the Deliverables (l.e., the goods, equipment, supplies or services)including the quantily of the Deliverables, for which payment is requested. Afi invoices for services shall include itemizederdries indicafing the date or time period in which the services were provided, the amount of time spent performing theservices, and a detailed description of the services provided duriing the period of the invoice. Afi invoices shall retlect theamounts invoiced by and the amounts paid to the Contractor as cf the date of the invoice. Invoices for new chargesshall not include "past due" amounts, iT any, which amounts must be set forth on a separate invoice. Contractor shallnot be entitled to invoice the County for any late fees or other penalties.

    GC-1 8/2015

  • CONTRACT NO. 1635-15205

    GENERAL CONDITIONS

    GC-04 PATMENTTO CONTRACTORS AND SUBCONTRACTORS Icon't)In accordance with Secfion 34-177 of the Cook County Procuremsnt Code, the County shall have a right to set otf andsubtract from any invoice(s) or Contract price, a sum equal to any fines and penaltiss, including interest, for any tax orfee delinquency and any debt or obligation owed by ths Contractor to ths County,

    The Contractor acknowledges its duty to ensure the accuracy of sfi invoices submitted to Ihe County for payment Bysubmitting the invoices, the Contractor cerfifies that afi itemized entries set forth in the invoices are true and correct TheContractor acknowledges that by submiMng the invoices, it cerbfies that it has delivered the Deliverables, i.s., the goods,supplies or equipment set forth in the Contract to the Using Agency, or that it has properly performed the services setforlh in the Contract. The invoice must also rsfiect ths dates and amount of time expended in the provision of servicesunder the Contract. The Contractor acknowledges that any inaccurate statements or negligent or intentionalmisrepresentations in the invoices shall result in the County exercising afi remedies available to it in law and equityincluding, but not limited to, a delay in payment or non-payment to the Contractor, and reporting the matter to the CookCounty Oflice of the Independent Inspector General.

    When a Contractor receives any payment from the County for any supplies, equipmsnt, goods, or services, it hasprovided to the County pursuant to its Contract, the Contractor must make payment to its subcontractors within 15days after receipt of payment from the County, provided that such subcontractor has sahsfactorily provided thesupplies, equipment, goods or services in accordance with the Contract and provided the Contractor with afi of thedocuments and informabon required of the Contractor. The Contractor may delay or postpone payment to asubcontractor when the subcontractor's supplies, equipment, goods, or services do not comply with the requirementsof the Contract, the Contractor is acting in good faith, and not in retaliation fcr a subcontractor exercising legal orcontractual rights.

    GC416 PREPAID FEESIn the event this Contract is terminated by either party, for cause or otherwiss, and the County has prepaid for snygoods, equipment, supplies or services to be provided pursuant to this Contract, Contractor shall refund to the County,on a prorated basis to the effective date of termination, afi amounts prepaid for such goods, equipment, supplies orservices not actually provided as a result of the terminafion. The refund shall be made within fourteen (14) days of theelfecfive date of terminabon.

    GC4I6 TAXESFederal Excise Tax doss not apply to materials purchased by the County by virtue of Exempfion Certificate No. 36-75-0038K filinois Retailers'ccupation Tax, Use Tax and Municipal Retailers'ccupation Tax do not apply to materials orservices purchased bythe County by virtue of statute. The price or prices quoted herein shafi indude any and afi otherfederal and/or state, direct and/or indirect isxes which apply to this Contract. The Counij(s Bate of filinois Sales TaxExemption Identification No. is E-9998-2013-07.

    GC417 PRICE REDUCTIONIf at any time after the Contract award, Contractor makes a general price reducfion in the price of any goads, equipment,supplies or services covered by the Contract, the equivalent price redudion based on similar quantities sndlorconsiderations shall be applied to this Contract for the term of the Contract. Such price reducfions shafi be effscfive atths same time and in ths same manner as the reduction in the price to customers generally.

    GC4IS CONTRACTOR CREDITSTo Ihe extent the Contractor gives credits toward future pumhases from ila financial incentives, discounts, value points orother benefits based on the purchase of the goods, equipment, supplies or services provided for under this Contract,such credits belong to the County snd not any specific Using Agency. Contractor shsfi report any such credits to theChief Procursmsnt Ofiicer.

    GC-2 8/2015

  • CONTRACT NO. 1635-15205

    GENERAL CONDITIONS

    GC4)g DISPUTESAny dispute arising under the Conbact between the County and Contractor shall be decided by the Chief ProcurementONcer. Ths complaining party shall submit a written statement detailing the dispute and eoecifvino the soecilic relevantcontmct orovisionlsl to ihs Chief Procursmsnt Oificer. Upon request of the Chief Procurement Oflicer, the partycomplained against shall respond to the complaint in writing within five days of such requesL The Chief ProcurementOificer will reduce his decision to wriTing snd mail or otherwise furnish a copy thereof to the Contractor and Director.Dispute resolulion as provided herein shall be a condilion precedent to any other acfion at law or in equity.Notwithstanding a dispufir, Contractor shall continue to discharge afi its obligations, duties and responsibilities set forth inthe Contract during any dispute resolu5on proceeding unless otherwise agreed to by the County in writing.

    GC-10 CONTRACT ANIENDMENTSThe parties may during the term of the Contract make amendments to the Contract but only as provided in thissecbon. Such amendments shall only be made by mutual agresmsnt in writing.

    In the case of Contracts not approved by the Board, the Chief Procurement Officer may amend a contract providedthat any such amendment does not extend the Contract by more than ons (1)year, and further provided that the totalcost of all such amendments does not increase the total amount of the Contract beyond $150,000. Such acfion mayonly be made with the advance written approval of the Chief Procurement Officer. If the amendment extends theContract beyond one (1)year or increases the total award amount beyond $150,000, then Board approval will berequired.

    No Using Agency or employee thereof has authority to make any amendments to the Contract Any modifiicabons oramendments to the Contract made without the express written approval of 1he Chief Procurement Officer is void andunenforceable

    Contractor is hereby nofified that, except for amendments which are made in accordance with this GC-10ModiTications and Amendments, no Using Agency or employee thereof has authority to make any modiiication oramendment to ths Contract.

    GC-11 DEFAULTContractor shall be in default hereunder in the event of a material breach by Contractor of any term or condition of thisConlract where Contractor has failed to cure such breach within tsn (10) days after written nofice of breach is given toContractor by the County, setting forth the nature of such breach.

    A material breach of the contract by the Contractor indudes but is not limited to the following.

    1.. Failure to begin performance under the Contractwithin the specified time;Failure to perform under ths Contract with sutficisnt personnel, squipmsnt, or materials to ensure completionof said performance within the specified time or failure to assign qualifisd personnel to ensure completionwithin the specified time;

    3. Performance of the Contract in an unsatisfactory manner;

    4. Refusal to perform services deemed to be defecfive or unsuitable;

    Discordinuance of performance of Contractor's obfigabons under the Confiact or the impairment or thsreasonable progress of performance;

    6 Becoming insolvent, being dedared bankrupt or commithng any act of bankruptcy or insolvency;

    7. Any assignment of the Contract for the benefit of creditors;

    GC-3 5/2015

  • CONTRACT NO. 1635-15205

    GENERAL CONDITIONS

    GC-11 DEFAULT (con'tl6. Any cause whatsoever which impairs performance in an acceptable manner; or

    9. Any other material breach of any term or condition of the Contract.

    County shall be in default hereunder if any material breach of the Contract by the County occurs which is not cured bythe County within forty-five (45) days alter written notice of breach has been given by Contractor to the County, setbngforth the nature of such breach.

    GC-12 COUNTY'S REMEDIESlf the Contractor fails to remedy a material breach during the ten (10) day cure period pursuant to General Condition GC-11, Default, the County shall have the right to terminals the Contract provided, however, that the County shall giveContractor prior written notice of its intent tc terminate. Foficwing notice of breach to Contractor, the County reservesthe right to wiynhold payments owed to Contractor until such time as Contractor has cured the breach which is thesubject matter of the notice. In addition, the County shall have the right to pursue all remedies in lsw or equity.

    GC-13 CONTRACTOR'S REMEDIESIf the County has been nolified of breach and fails to remedy the breach during the forty-five (45) day cure periodpursuant to General Condition GC-11, Default, the Contractor shall have ihe right to terminate this Contract providing,however, that Contractor shall give the County thirty (30) days prior written nobce of termination.

    Contractor shall have the right to pursue afi 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 awarded by the Cook County Board ofCommissioners or the Chief Procurement Officer.

    GC-14 DELAYSContractor agrees that no charges or dsims for damages shall be made by Contractor for any delays or hindrances fromany cause whatsoever related to the performance of the Contract.

    (REMAINDER OF PAGE LEFT INTENTIONALLY BLANK)

    GC-4 8/2015

  • CONTRACT NO 1535-15205

    GENERAL CONDITIONS

    GC-15 INSURANCE REQUIREMENTS

    Insurance Reoulrements of the Vendor

    Prior to the effective date of this Contract, the Vendor, at its cost, shall secure and maintain at all times until completionof the term of this Contract the insurance specified below.

    Nothing contained in these insurance requirements is to be construed as limiting the extent of the Vendor's responsibilityfor payment of damages resulting from its operations under this Contract.

    The Cook County Department of Risk Management maintains the riight to modify, delete, alter or change theserequirements.

    Coveraoes

    (a) Commercial General Llabllitv Insurance

    The Commercial General Liability shall be on an occurrence form basis (ISO Form CG 0001 or equivalent) to coverclaims for injuries to persons or damage to property which may arise from or in connection with products ormaterials supplied to Cook County.

    Each OccurrenceGeneral Aggregate

    $ 2,000,000$ 2,000,000

    Additional reauirsments

    (a) Additional Insured

    The Commercial General Liability policy shall name Cook County, its oflicials, employees snd agents ss additionalinsureds on a primary and non-contributory basis. Any insurance or self-insurance maintained by Cook Countyshall be excess of the Vendor's insurance and shall not contribute with it. If the Vendor maintains higher limits thanthe minimums shown above, Cook County shall be enikled to coverage for the higher limits maintained by Vendor.

    (b) Qualification of Insurers

    All insurance companies providing coverage shall be licensed or approved by the Department of Insurance, State ofillinois, and shall have a linancial rating no lower than (A-) Vll as listed in A.M. Best's Key Rating Guide, currentedition or interim report. Companies with ratings lower than (A-) Vll will be acceptable only upon consent of theCook County Department of Risk Management. The insurance limits required herein may bs sstisged by acombination of primary, umbrella andlor excess liability insurance policies.

    (c) Insurance Notices

    Vendor shall provide the Office of the Chief Procurement Officer with thirty (30) days advance writlen noses in theevent any required insurance will be cancelled, materially reduced or non-renewed. Vendor shall securereplacement coverage to comply with ths stated insurance requirements and provide nsw certificates of insuranceto the Oflice of the Chief Procurement Oflicer.

    Prior to the date on which Vendor commences performance of its part of the work, Vendor shall furnish to the Officeof ths Chief Procurement Oflicer certificates of insurance maintained by Vendor. The receipt of any cerfilicats ofinsurance does not constitute agreement by the County that the insurance requirements have been fully met or thatths insurance policies indicated on the certificate of insurance ars in compliance with insurance required above.

    8/2015

  • CONTRACT NO. 1635-15205

    GENERAL CONDITIONS

    GC-15 INSURANCE REQUIREMENTS/cont'n

    no event shall any failure of the County to receive owtificates of insurance required hereof or to demand receipt ofsuch Certificates of Insurance bs construed as s waiver of Vendor's obligations to obtain insurance pursuant to theseinsurance requirements

    GC-16 PATENTS. COPYRIGHTS AND LICENSESContractor agrees to hold harmless and indemnify the County, its officials, agents, employees and affiliates from anddefend, as permitted by lfiinois law, at its own expense (induding reasonable attorneys', accountants'nd

    consultants'ees),

    any suit or proceeding brought against County based upon a claim that the ownership and/or use of equipment,hardware and software or any part thereof utilized in performing Contractor's services constitutes an infringement of anypatent, copyright or license or any other intellectual property right.

    In the event the use of any equipment, hardware or software or any part thereof is enjoined, Contractor with allreasonable speed and due diligence shall provide or otherwise secure for County, at the Contracts/s election, one of thefollowing the right to continue use of the equipment, hardware or soltware; an equivalent system having theSpecifications as provided in this Contract; or to modify the system or ils component parts so that it becomes non-infiinging while performing in a subslantiafiy similar manner to the original system, meeting ihe Specifications of thisContract.

    GC-17 COMPLIANCE WITH LAWSThe Contractor shall observe and comply with the laws, ordinances, regulations and codes of the Federal, State, Countyand other local government agencies which may in any manner affect the performance of the Contract, including but notlimited to those County Ordinances set forth in the Cerfifications, Affidavfis or EDS attached hereto and incorporatedhemin. Assurance of compliance with this requirement by the Contractor's employees, agents or subcontractors shallbe the responsibility of the Contractor.

    The Contractor shall secure and pay for all federal, state and local licenses, permits and fees required in order toperform this Contract.

    GC-18 DELIVERYAll Contract goods, equipment or supplies shipped to ths County shsfi be shipped F.O.B., DESTINATION, FREIGHTPREPAID. Arrangements shall be made in advance by the Contractor in order that the County may arrange for receipt ofthe materials.

    Truck deliveries will be accepted before 3:00 P.M. on weekdays only. No deliveries will be accepted on Saturdays,Sundays or County Holidays. The County is not responsible for delivery delays due to waiting times for loading andunloading at delivery locations.

    The quantity of Contract goods, equipment or supplies based on weight that are delivered by truck will be ascertainedfrom a weight certificate issued by a duly licensed Public Weight-Master. In the case of delivery by rail, weight will beascertained from bill of lading from originating line, but the County reserves the right to re-weigh at the nearest availablerailroad scale.

    The County reserves the right to add new delivery locations or delete previously listed delivery locations as requiredduring the Contract period. The only restriction regarding the County's right to add new delivery locations shall be thatany new or additional location shall be within the geographical boundaries of the County of Cook.

    8/2015

  • CONTRACT NO. 1635-15205

    GENERAL CONDITIONS

    GC-19 MINORITY AND WOMEN BUSINESS ENTERPRISESCOOK COUNlY ORDINANCE CHAPTER 34. DIVISION 8 SECTION 34-260 to SECTION 34000

    POLICY AND GOALS

    It is the policy of the County of Cook to prevent discrimination in the award of or participation in CountyContracts and to eliminate arbitrary barriers for participation in such Contracts by local businesses certifiedas s Minority Business Enterprise (M BE) and Women-owned Business Enterprise (WBE) as both prime andsub-contradors. In furtherance of this policy, the Cook County Board of Commissioners has adopted aMinority- and Women-owned Business Enterprise Ordinance (the "Ordinance" ) which establishes annualgoals for MBE and WBE parbdpation as outlined below:

    ContractType

    Goods and ServicesConstrucfion

    Professional Services

    MBE

    25%24%

    Goals

    35% Overall

    WBE

    10%10%

    The County shall set contract-specltlc goals, based on the availability of MSEs and WBEs that arecertiiied to provide commodiTies or services specified in this solicitation document. The MBE/WBEpartlclpagon goals for each Contract are stated in the Special Condlfions. A Bid, Quotafion, orProposal shall be rejected if the County determines that it fails to comply with this General Condibon in anyway, including but not limited to: (i) fafilng to state an enforcsabls commitment to achieve for this contractthe identified MBE/WBE Contract goals; or (ii) failing to include a Petition for Reducbon/Waiver, which statesthat the goals for MBE/WBE participation are not atlainable despite the Bidder or Proposer Good FaithEfforts, and explains why. If a Bid, Quotation, or Proposal is rejected, then a new Bid, Quotation, or Proposalmay be solicited if the public interest is served ihereby.

    To the extent that a Bid, Question, or Proposal indudes a PetiTion for Reduction/Waiver that is approved bythe Oflice of Contract Compliance, the Contract specifi M BE and WBE participabon goals msy be achievedby the proposed Bidder or Proposer's status as an MBE or WBE; by the Bidder or Proposer's enforceablsjoint-venture agreement with one or more MBEs and/or WBEs; by the Bidder or Deposer entering into oneor more enforceable subcontracbng agreemenls with one or more Ii/IBE and WBF by the Bidder or Proposerestablishing and carrying out an enforceable mentor/protege agreement with one or more MBE and WBE;by the Bidder or Proposer actively engaging the Indirect Participation of one or more M BE and WBE in otheraspects of its business; or by any combination of the foregoing, so long as ths Ufilization Plan evidences acommitment to meet the MBE snd WBE Contract goals set forth in (B) above, as approved by the Oflice ofContract Compliance.

    D. A single Person, as defined in the Procurement Code, may not be utilized as both an MBE and a WBE onthe same Contract, whether as a contractor, subcontractor or supplier.

    Unless specNcafiy waived in the Bid or Proposal Documents, this General CondNon, GC-1 9; the Ordinance;and the policies and procedures promulgated thereunder shall govern. If there is a conflict between this GC-19 and the Ordinance or the policies and procedures, the Ordinance shall control.

    A Contractods failure to carry out its commitment regarding M BE and WBE parlicipalion in the course of theContract's performance msy constitute a material breach of the Contract. If such breach is not appropriatelycured, it msy result in withholding of payments under the Contract, contractual penaNes, disqualiiicstion andany other remedy provided for in Division 4 of the Procurement Code at lsw or in equity.

    GC-7 8/2015

  • CONTRACT NO. 1835-15205

    GENERAL CONDITIONS

    GC-19 MINORITY AND WOMEN BUSINESS ENTERPRISESCOOK COUNTY ORDINANCE CHAPTER 34. DIVISION 8 SECTION 34-260 to SECTION 34-300 Icon't.l

    REQUIRED BID OR PROPOSAL SUBMITTALS

    A Bidder or Proposer shall document ils commitment to meeting the Contract specific MBE and WBE participationgoals by submitling a Utilizalion Plan with the Bid or Proposal. The Utilization Plan shall include (1) one or moreLetter(s) of Intent from the relevant MBE and WBE firms; and (2) current Letters of Certification as sn MBE or WBE,Alternatively, the Bidder or Proposer shall submit (1) a written Petition for Reduction/Waiver with the Bid, Quotation orProposal, which documents its preceding Good Faith Efforb'nd an explanation of its inability to meet the goals forMBE and WBE parlicipation. The Utilization Plan shall be submitted at the time that the bid or proposal is due.Failure to include a Ufillzation Plan will render the submission not Responsive and shall be cause for theCPO to reject the Bid or Proposal.

    M BE/WBE Utilization Plan

    Each Bid or Proposal shall include a complete Utilization Plan, as set forth on Form 1 of the M/WBECompliance Forms. The UtiTizabon Plan shall include the name(s), mailing address, email address, andtelephone number of the principal contact person of the relevant MBE and WBE tirms. If the Bidder orProposer submits a Bid or Proposal, and sny of their subcontractors, suppliers or consultants, are certifiedM BE or WBE firms, they shsfi be identified ss an M BE or WBE within the Utilization Plan.

    1. Letter/a I of Intent

    Except as set forth below, a Bid or Proposal shall include, as part of the Utilization Plan, one or moreLetter(s) of Intent, as set forth on Form 2 of the M/WBE Compliance Forms, executed by each MBE andWBE snd the Bidder or Proposer. The Letter(s) of Intent will be used to confirm that each MBE and WBEshell perform work ss a subcontractor, supplier, joint venture, or consultant on the Contract. Each Letter ofIntent shall indicate whether and the degree to which the M BE or WBE will provide goods or services directlyor indirectly during the term of the Contract. The box for direct parficipation shall be marked if the proposedM BE or'WBE will provide goods or services direcfiy related to the scope of the Contract. The box for Indirectparticipation shall be marked if the proposed filIBE or WBE will not be direcfiy involved in ihe Contract butwill be utilized by ths Bidder or Proposer for other services not related to ths Contract. Indirect Parbcipationshall not be counted toward the participation goal. Each Letter of Intent shall accurately detail the work to beperformed by the relevant MBE or WBE firm, the agreed dollar amount, the percentage of work, and theterms of payment.

    Failure to include Letter(s) of Intent will render the submiszdion not Responsive and shall be causefor the CPO to reject the Bid or Proposal.

    Afi Bids and Proposals must conform to the commitments made in the corresponding Letter(s) of Intent, asmay be amended through change orders.

    The Contract Compliance Director may at any time request supplemental informafion regarding Letter(s) ofIntent, and such information shall be furnished if the corresponding Bid or Proposal is to be deemedresponsive.

    2. Lefiar/sl of Certifiicafion

    Only current Letter{a) of CerbTication from one of the following entities may be accepted as proof ofcertification for M BE/WBE sbrkrs, provided that Cook County's requirements for cerfification are met

    ~ County of Cook~ City of Chicago

    GC-8 8/201 5

  • CONTRACT NO. 1635-15205

    GENERAL CONDITIONS

    GC-1$ MINORITY AND WOMEN BUSINESS ENTERPRISESCOOK COUNTY ORDINANCE CHAPTER 34. DIVISION 8 SECTION 34-280 to SECTION 34300 icon't.l

    Persons that are cunently certNed by the City of Chicago in any area other ihan Construction/Public Worksshall also complete and submit a MBE/WBE Reciprocal Cerbficalion Affidavit along with a current letter ofcertification from the Cily of Chicago. This Aflidavit form can be downloaded fromwww.cookcountvil oov/contractcomoliance.

    The Contract Compliance Director may reject the certification of any MBE or WBE on the ground that it doesnot meet the requirements of the Ordinance, or the policies and rules promulgated thereunder.

    3. Joint Venture Affidavit

    In the event a Bid or Proposal achieves MBE and/or WBE parbcipsbon through a Joint Venture, the Bid crProposal shall include the required Joint Venture Affidavit, which can be downloaded fromwvrmcookcounwil.oov/contrsctcomoliance. Ths Joint Venture Affidavit shall be submitted with the Bid orProposal, along with current Letter(s) of Certification.

    Petition for Reduction/Waiver

    In ths event a Bid or Proposal does not meet the Contract specNc goals for M BE and WBE participation, theBid or Proposal shsfi include a Petition for Reduction/Waiver, ss set forth on Form 3. The Petition forReduction/Waiver shall be supported by sufficient evidence and documentation to demonstrate the Bidder orProposer's Good Faith Efforts in attempting to achieve the applicable MBE and WBE goals, and ils inabilityto do so despite its Good Failh Efforts.

    Failure to Include Petition fior Reduction/Waiver wlfi render the submission not Responsive and shallbe cause for the CPO to reJect the Bid or Proposal.

    0I. REDUCTION/WAIVER OF MBE/WBE GOALS

    Grantino or Denvino a Reducfion/Waiver ReouesL

    1. The adequacy of ths Good Faith Efforls to utilize MBE and WBE firms in a Bid or Proposal will beevaluated by the CCD under such condifions as are set forth in the Ordinance, the policies and rulespromulgated thereunder, and in the "Psbtion for Reducfion/Waiver of MBE/INBE Participation Goals"—Form 3 of the M/VVBE Compliance Forms.

    2. With respect to a Petition for Reduction/Waiver, the sufficiency or insufficiency of a Bidder or Proposer'sGood Faith Efforts shall be evaluated by the CCD as of the date upon which the corresponding Bid orProposal was due.

    3. The Contract Compliance Director or his or her duly authorized Waiver Committee may grant or denythe PsbTion for Reduction/Waiver based upon factors including but not limited to: (a) whether sufficientqualified MBE and WBE Iirms are unavailable despite good faith efforts on the part of the Bidder orPropossn (b) the degree to which specNcations and the reasonable and necessary requirements forperforming the Contract make it impossible or economically infeasible to divide ths Contract intosufficiently small tasks or quantities so as to enable the Bidder or Proposer to utilize MBE and WBEfirms in accordance with the applicable goals; (c) the degree to which the prices or prices required byany potsnfial MBE or WBE sre more that 10% above competNve levels; and (d) such other factors asare determined relevant by the Contract Compliance Director or the duly authorized Waiver Committee.

    3. If the Contract Compliance Director or the duly authorized Waiver Committee determines that theBidder or Proposer has not demonstrated sufficient Good Faith Efforts to meet the applicable MBE and

    GC-0 8/2015

  • CONTRACT NO. 1635-15205

    GENERAL CONDITIONS

    GC-19 MINORITY AND WOMEN BUSINESS ENTERPRISESCOOK COUNTY ORDINANCE CHAPTER 34. DIVISION 8 SECTION 34-280 to SECTION 34Q00 icon't.i

    WBE goals, the Contract Compliance Director or the duly authorized Waiver Committee msy deny aPetition for ReductioniWaiver, declare the Bid or Proposal non-responsive, and recommend rejecfion ofthe Bid, Quotation, or Proposal.

    IV. CHANGES IN CONTRACTOR'S UTILIZATION PLAN

    A Contractor, during its performance of the Contract, msy not change the original MBE or WBEcommitmenls speciTied in the relevant Utilization Plan, including but not limited to, terminating a MBE orWBE Contract, reducing the scope of the work to be performed by a M BE/WBE, or decreasing the price to aMBEIWBE, except as otherwise provided by Ihe Ordinance and according to the policies and procedurespromulgated thereunder.

    Where a Person listed under ths Contract was previously considered to be a M BE or WBE but is later foundnot to be, or work is found not to be creditable toward the MBE or WBE goals as stated in the UtilizationPlan, the Contractor shall seek to discharge Ihe disqualified enterprise, upon proper written nofificagon tothe Contract Compliance Director, and make every effort to idenfify and engage a qualified MBE or WBE asits replacement. Failure to obtain an MBE or WBE replacement within 30 business days of the ContractCompliance Directods written approval of the removal of a purported MBE or WBE msy result in thetsrminabon of the Contract or the imposition of such remedy authorized by the Ordinance, unless e writtenpetition for Reduction/Waiver is granted allowing the Contractor to award the work to a person that is notcertified as an MBE or WBE

    V. NON-COMPLIANCE

    If the CCD determines that the Contractor has failed to comply with its contractual commitments or any portion of theOrdinance, ths policies and procedures promulgated thereunder, or this GC-19, the Conlract Compliance Directorshall notify the Contractor of such determination and may take any and all appropriate acgons as set forth in theOrdinance or the polides and procedures promulgated thereunder which indudes but is not limited to disqualiTication,penaliies, withholding of payments or other remedies in law or equity.

    VL REPORTINGIRECORD-KEEPING REQUIRENIENTS

    The Contractor shall comply with the reporting and record-keeping requirements in the manner and time eslsblishedby the Ordinance, the policies and procedure promulgated thereunder, and the Contract Compliance Director.Failure to comply with such reporting and record-keeping requirements may result in a dedarabon of Contract defaultUpon award of a Contract, a Contractor shall acquire and utilize all Cook County reporting and record-keeping formsand methods which srs made available by the Office of Contract Compliance. MBE and WBE firms shall be requiredto verify payments made by and received from ths prime contractor.

    Vg. EQUAL ENIPLOYMENT OPPORTUNITY

    Compliance with MBE and WBE requirements will not diminish or supplant other legal Equal Employment Opportunityand Civil Rights requirements that relate to contractor snd subcontractor obligations.

    Any questions regarding this section should be directed to:

    Cook County Contract Compliance Director118North Clark Street, Room 1020Chicago, illinois 80602(312)603-5502

    GC-10 8I2015

  • CONTRACT NO. 1635-15205

    GENERAL CONDITIONS

    GC-20 MATERIAL DATA SAFETY SHEETWhere required under ths filinois "Toxic Substance Disclosure to Employees Acf', filinois Compiled Statutes, 820 ILCS255/1, Contractor shall submit with each delivery of Contract goods, equipment or supplies a Material Safety DataSheet.

    GC-21 CONDUCT OF THE CONTRACTORThe Contractor agrees to inform the County on a timely basis of all of the Contractor's interests, if any, which are orwhich the Contractor reasonably believes msy be incompatible with sny interest of the County. The Contractor shalltake notice of and comply with the Cook County Lobbyist Registration Ordinance, Section 2421 et al., Cook CountyCode. The Contractor shsfi not use for personal gain or make other improper use of privileged information which isacquired in connecfion with the Contract

    GC

  • CONTRACT NO. 1635-15205

    GENERAL CONDITIONS

    GC-24 GENERAL NOTICE Icon't.iTO THE CONTRACTOR:

    At address provided in its bid document or as otherwise indicated in writing to County.

    GCM TERMINATION FOR CONVENIENCEThe County may terminate ibis Contract, or any porbon, at any time by notice in writing from the County to theContractor. Unless ogrerwise stated in the noses, the eifecbve date of such terminabon shall bs three business daysafter the date the notice of termination is mailed by the County. If the County elects to terminate ths Contract in full,unless otherwise speciged in ths notice of terminafion, the Contractor shall immediately cease performance and shallpromptly tender to the County all work products, reviews, recommendabons, reports, documenls and analyses, whethercompleted or in process. If the County elects to terminate the Contract in part, unless otherwise specified in the notice ofparfial termination, Ihe Contractor shall immediately cease performance of those portions of Ihe Contract which areterminated and shall promptly tender to the County all work products, reviews, recommenda6ons, reports, documentsand analyses relating to said portions of the Contract, whether completed or in process. Contractor shall refrain fromincumng sny further coals with respect to portions of the Contract which are terminated except ss specifically approvedby the Chief Procurement Officer. The Contractor shall not invoice the County for any goods, equipment, supplies orservices provided ager the etfecfive date of termination.

    GOD GUARANTEES AND WARRANTIESUnless otherwise stated herein, sll guarantees and warrarrbes required shall be furnished by the Contractor and shall bsdelivered to the Director before iinal payment on the Conlract is issued. The Contractor agrees that the Contract goods,equipment, supplies or services to be furnished shall be covered by the most favorable commercial warranties theContractor gives to any customer for the same or subslangslly similar Contract goods, equipment, supplies or servicesand that the rights and remedies so provided are in addiTion to and do not limit any righis alforded to County.

    GC-27 STANDARD OF CONTRACT GOODS. EQUIPNIENT OR SUPPUESOnly new, originally manufactured Contract goods, equipment or supplies wi8 be accepted by Ihe County. The Countywill not accept any Contract goods, equipment or supplies that have been refurbished, rebuilt, restored or renovated inany manner. In adiggon, experimental materials will not be acceptable. Contract goods, equipment or supplies notproduced by regular production methods and/or which have not been offered for sale to the public through acceptedindusby trade channels for a reasonable period of time prior to ths offsring of the proposal, will bs consideredexperimental.

    GC-28 CONFIDENllAUTY AND OWNERSHIP OF DOCUMENTSCordractor acknowledges and agrees that information regarding this Coniract is conf dengal and shall not be disclosed,direcgy, Indirectly or by implication, or be used by Contractor in any wsy, whether during the term of this Contract or atany time theresflsr, except solely as required in the course of Contractor's performance of the Contract. Contractor shallcomply with the applicable privacy laws and reguladons affecbng the County and will not disclose any of County'srecords, materials, or other data to any third parly. Corriractor shall not have the right to compile and distribute stalisticaIanalyses and reports ulilizing data derived from information or data obtained from County without the prior wriittenapproval of County. In the event such approval is given, any such rsporls published and dialributed by Contrador shallbe famished to County without charge.

    Ag documents, data, studies, reports, work product or product crested as a result of the performance of this Contractshall be the properly of the County of Cook. It shall be a breach of this Contract for the Contractor to reproduce or use,any documents, data, studies, report, work product or product obtained from the County of Cook or created hereby for itsown purposes or to be copied and used by any third parly. During the performance of the services herein provided for,the Contractor shall be responsible of any loss or damage to the County's documents while they sre in ths Contractor'spossession, and any such document lost or damaged shall be restored st the expense of the Contractor.

    GC-12 8/2015

  • CONTRACT NO. 1635-15205

    GENERAL CONDITIONS

    GC-29 QUANTIllESThe quantities of materials required for the performance of the Contract sre estimates for the purpose of determining anapproximate total Contract amount and may not be the actual quantities required during the term of the Contract, ThsCounty reserves ths right to increase or decrease the quantities at the Contract price, to correspond to the actual needsof the County. The County will be obligated to order and pay for only such quantities as are from time to time ordered,delivered, and accepted on purchase ordem issued by the Chief Procurement Officer.

    GC~ AUDIT: EXAMINATION OF RECORDSThe Contractor agrees that the Cook County Auditor or any of its duly authorized representatives shall, until expiration ofthree (3) years after the final payment under the Contract, have access and the right to examine any books, documents,papers, canceled checks, bank statements, purveyor's and other invoices, and records of the Contractor related to theContract, or to Contractor's compliance with any term, condNon or provision thereof. The Contractor shall beresponsible for estabfishing and maintaining records suNdent to document the costs associated with performance underths terms of this Contract

    The Contractor further agrees that it shsfi include in afi of its subcontracts hereunder a provision to the effect that thesubcontractor agrees that the Cook County Auditor or any of its duly authorized representalives shall, until expirafion ofthree (3) years after final payment under the subcontract, have access and the right to examine any books, documents,papem, canceled checks, bank slatements, purveyor's and other invoices and records of such subcontractor involvingtransactions relating to the subcontract, or to such subcontractor's compliance with any term, condition or provisionthereunder or under the Contract

    In the event the Contractor receives payment under the Contract, reimbufsement for which is later disafiowed by theCounty, the Contractor shall promptly refund the disallowed amount to the County on request, or at the Counb/s option,the County may credit the amount disallowed from the next payment due or to become due lo the Contractor under anycontract with the County.

    GC-31 GOVERNING LAWThis Contract shall be governed by and construed under the laws of the State of illinois. The Contractor irrevocablyagrees that, subject to the County's sole snd absolute elecbon, any acfion or proceeding in any way, manner or respectarising out of the Contract, or arising from any dispute or controversy in connecfion with or isleted to ths Contract, shallbe lifigated only in courts within the Circuit Court of Cook County, Stats of lfiinois, and the Contractor consents sndsubmfis to the jurisdicfion thereof. In accordance with these provisions, Contractor waives any right it may have totranaf'sr or change the venue of any litigalion brought against it by the County pursuant to this Contract.

    GCN2 COOPERAllON WITH INSPECTOR GENERALContractors, subcontractors, licensees, grantses or persons or businesses who have a Couniy contract, grant, license,or certification of eligibility for County coniracts shall abide by afi of the applicable provisions of the ONce of theIndependent Inspecfor General Ordinance (Secfion 2-281 et. seq. of the Cook County Code of Ordinances). Failure tocooperate as required may result in monetary and/or other penalties.

    GAS WAIVERNo term or provision of this Contract shall be deemed waived and no breach consented to unless such waiver orconsent shall be in wiNng and signed by the party claimed to have waived or consented. The waiver of any suchprovision shall be skicfiy limited to the identified term or provision.

    GC-13 8/2015

  • CONTRACT NO. 1635-15205

    GENERAL CONDITIONS

    GOD ENTIRE CONTRACTIt is expressly agreed that the provisions set forth in this Contract constfiute afi the underslsndings and agreementsbetween the parties. Any prior agreemeras, promises, negofistions, or representations not expressly set forth in thisContract sre of no force snd effect

    GC45 FORCE MAJEURENeither Contractor nor County shall be liable for failing to fulfill any obligafion under this Contract if such failure is causedby sn event beyond such party's reasonable control and which is not caused by such party's fault or negligence. Suchevents shall be limited to acts of God, acts of war, fires, lightning, floods, epidemics, or riots.

    GC~ GOVERNMENTAL JOINT PURCHASING AGREEMENTPursuant to Section 4 of the illinois Governmental Joint Purchasing Act (30 ILCS 525) and the Joint PurchaseAgreement approved by the Cook County Board of Commissioners (April 9, 1965), other units of government maypurchase goods, supplies, equipment or services under this Contract.

    In the event that other agencies parlicipste in a joint procurement, the County reserves the right to renegotiate theprice to accommodate the larger volume

    GCQT COMPARABLE GOVERNMENT PROCUREMENTAs permitted by the County of Cook, other government enfifies, if authorized by law, may wish to also purchase thegoods, supplies, services or equipment under the same terms and conditions contained in this Contract (i.e.,comparable government procurement). Each entity wishing to reference ibis Contract must have prior authorizationfrom the County of Cook and the Contractor. If such parficipation is authorized, afi purchase orders will be issueddirectly from and shipped directly to the entity requiring the goods, supplies, equipment or services. The County shallnot be held responsible for any orders placed, deliverie made or payment for the goods, supplies, equipment orservices ordered by these entities. Each entity reserves the right to determine the amount of goods, supplies,equipment or services it wishes to purchase under this Contract.

    GOES FEDERAL CLAUSESThe fofiowlng provisions apply to afi Contracts which are funded in whole or in part with federal funds.

    Interest of Members of cr Deleostes to the United States Ccncress

    In accordance with 41 U S C. 5 22, the Contractor agrees that it wifi not admit any member of or delegate tothe United States Congress to any share or part of the Contract or any benefit derived therefrom.

    False cr Fraudulent Statements and Claims

    (a) The Contractor recognizes that the requirements of the Program Fraud Civil Remedies Act of 1986,as amended, 49 U.S.C. fifi 3081 et seq snd U.S. DOT regulations, "Program Fraud CivilRemedies," 49 C.F.R. Part 31, apply to its actions pertaining to the Contract. Accordingly, bysigning the Contract, the Contractor certifies or affirms the truthfulness and accuracy of anystatement it has made, it makes, or it msy make perlaining to the Contract, including withoutlimitabon any invoice for its services. In addition to other pensltiss that msy bs applicable, thsContractor also acknowledges that if it makes a false, ficfitious, or fraudulent claim, statement,submission, or cerfificafion, the Federal Government reserves the right to impose the penalties ofthe Program Fraud Civil Remedies Act of 1986, as amended, on the Contractor to the extent theFederal Government deems appropriate.

    GC-14 8/201 5

  • CONTRACT NO. 1635-15205

    GENERAL CONDITIONS

    GAS FEDERAL CLAUSES (con't1(b) The Contractor also acknowledges that if it makes s false, fictitious, or fraudulent claim, statement,

    submission, or cerbfication to ths County or Federal Government in connection with an urbanizedarea formula project financed with Federal assistance authorized by 49 U.S.C. g 5307, thsGovernment reseives the right to impose on the Coniractor the penalties of 18 U.S.C. 5 1001 and49 U.S.C. 5 5307(n)(1), to the extent the Federal Government deems appropriate.

    Federal Interest in Patents

    (a) General. If any invention, improvement, or discovery of ths Contractor is conceived or first actuallyreduced to practice in the course of or under the Contract, and that invention, improvement, ordiscovery is patentable under the taws of the Unites States of America or any foreign country, theContractor agrees to notify County immediately and provide a detailed report.

    (b) Federal Rights. Unless the Federal Government later makes s contrary determination in writing,the rights and responsibilities of the County, Contractor, and the Federal Government pertaining tothat invention, improvement, or discovery will be determined in accordance with applicable Federallaws end regulabons, including any waiver thereof. Unless the Federal Government later makes acontrary determinalion in writing, the Contractor agrees that, irrespective of its status or the statusof any subcontractor at any tier (e.g., a large business, small business, non-profit organization,insfitution of higher education, individual), the Contractor agrees it will transmit to the FederalGovernment those rights due the Federal Government in any invention resulting from the contract.

    Federal interest in Oats and Coovriohts

    (a) Deiinition. The term "subject data" used in this section means recorded information, whether or notcopyrighted, that is delivered or specified to be delivered under the Contract. Examples include,but are not limited, to: computer software, engineering drawings and associated lists,spscgicsbons, standards, process sheets, manuals, technical reporls, catalog item idsnfificstions,and related information. The term "subject data" does not include financial reports, cost analyses,and similar information incidental to Contract administration.

    (b) Federal Restricbons. The fofiowing restrictions apply to afi subject data first produced in theperformance of the Contract. Except as provided in the Contract snd except for its own internaluse, ths Contractor may not publish or publicly reproduce subject data in whole or in part, or in anymanner or form, nor may the Contractor authorize ofiiers to do so, without the written consent ofthe County and the Federal Government, until such fime as the Federal Government msy haveeither released or approved the release of such data to the public.

    (c) Federal Rights in Data and Copyrights. In accordance with subparts 34 and 36 of the CommonRule, the County and the Federal Government reserve s royalty-free, non-exclusive andirrevocable license to reproduce, publish, or otherwise use, and to authorize others to use, forCounty or Federal Government purposes, the types of subject data described below. Wrihout thecopyright owner's consent, the County and Federal Government may not extend their license toolher parties.

    (1) Any subject data developed under the contract or subsgreement financed by a federalGrant Agreement or Cooperative Agreement, whether or not a copyright hss beenobtained; snd

    (2) Any rigtris of copyright which the Conlraclor purchases ownership with Federalassistance.

    GC-15 &f2015

  • CONTRACT NO. 1835-15205

    GENERAL CONDITIONS

    GC-38 FEDERAL CLAUSES (con'Ll(d) Special Federal Rights for Planning Research and Development Projects. When the Federal

    Government provides financia assistance for a planning, research, development, or demonstrationproject, its general intention is to increase public knowledge, rather than limit the benefits of thsproject to participants in the project Therefore, unless the Federal Government determinesotherwise, the Contractor on a planning, research, development, or demonstration project agreesthat, in addition to the rights in dale and copyrights set forth above, the County or FederalGovernment may make availabls to any third party either a license in the copyright to the subjectdata or a copy of the subject data. If the project is not completed for any reason whatsoever, a6data developed under the project will become subject date and will be delivered as the County orFederal Government may direct. This subsection, however, does not apply to adeptions ofautomatic data processing equipment or previously exis6ng software programs for the County's usewhose costs are financed with Federal transportation funds for capital projects.

    (e) Hold Harmless. Unless prohibited by state law, upon request by the County or the 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 duties against any liability, including costs and expenses, resulfing from any willful orintenfional violation by the Contractor of proprietary rigMs, copyrights, or right of privacy, arising outof the publication, translation, reproducfion, delivery, use, or disposition of any data furnished underIhe Contract. The Contractor will not be required to indemnify the County or Federal Governmentfor any suc