new inc. - cook county, illinoisopendocs.cookcountyil.gov/procurement/contracts/1545-14762.pdf ·...

80
50DDER: New Orleans Tele<>ort, Inc. COOK COUNTY GOVERNMENT Office af lie Chief Proclement Olricw 'ONTRACT FOR SERVICE DOCUMENT NO. 1545-14702 AFTER HOURS PHONE CljlVERASE FOR COOK COUNTY DEPARTINENT OF FACILITIES BANAQEIIIENT PRE-BID SIEETINQ: DATEi AUQUST20, 2015 TIIBE: 0:00 A.IL I.OCATION: 118 N. CLARK ST., ROOIE 'I018, CHICAQO, IL 00802 BIDS TO 0IE EXECUTED IN TRIPUCATE BID OPENINQ WILL BE ON FRIDAY SEPTEIIBER18 2015 AT 10'00 A I5 CENTRAL STANDARD TI55E 'LATE BIDS WILL NOT BE CONSIDERED DEI.IVER BIDS TO 110N. CLARK ST., ROON 1018, CHICAQO, IL 00502 'oeeflona reganilng Sda Bid ehould be di~ fo: Dan QM, Speofflca0one Engineer II EIIAIL: DAN.QIISCOOKCOUNTYIL.QOV or 812 0004025 Toni Peaekwlnkle Cook Counflf Soafd Pfaaldenf Shannon E. Andrewe Chief Ffoourafnent OISoer

Upload: others

Post on 27-Aug-2020

2 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: New Inc. - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1545-14762.pdf · 50dder: new orleans teleort, inc. cook county government office aflie chief

50DDER: New Orleans Tele<>ort, Inc.

COOK COUNTY GOVERNMENTOffice af lie Chief Proclement Olricw

'ONTRACTFOR SERVICE

DOCUMENT NO. 1545-14702

AFTER HOURS PHONE CljlVERASEFOR

COOK COUNTY DEPARTINENT OF FACILITIES BANAQEIIIENT

PRE-BID SIEETINQ:

DATEi AUQUST20, 2015TIIBE: 0:00A.ILI.OCATION: 118N. CLARK ST.,ROOIE 'I018, CHICAQO, IL 00802

BIDS TO 0IE EXECUTED IN TRIPUCATEBID OPENINQ WILL BEON

FRIDAY SEPTEIIBER18 2015 AT 10'00 A I5CENTRAL STANDARD TI55E'LATE BIDS WILL NOT BECONSIDEREDDEI.IVER BIDS TO 110N. CLARK ST.,ROON 1018,CHICAQO, IL 00502

'oeeflona reganilng Sda Bid ehould be di~ fo:Dan QM, Speofflca0one Engineer II

EIIAIL: DAN.QIISCOOKCOUNTYIL.QOV or 812 0004025

Toni PeaekwlnkleCook Counflf Soafd Pfaaldenf

Shannon E.AndreweChief Ffoourafnent OISoer

Page 2: New Inc. - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1545-14762.pdf · 50dder: new orleans teleort, inc. cook county government office aflie chief

TABLE OF CONTENTS

Instruc8ons to Bidders .. ~Pa eIB-1

General Conditions .

Special Conditions

Specifications .

Site inspection Certificate ..

GC-1

SC-1

S-1

SI-1

Price Proposal .. P-1

EXHIBITSiExhibit k

Exhibit II

Exhibit III

Identification of Subcontractor/Supplier/Subconsultant Form

Electronic Payables Program Form

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

Exhibit IV

Exhibit V

Exhibit Vl

Veteran's Workplace Preference Public Works Contracts Form

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

Economic Disclosure Statement Forms, incfuding Contract and EDS Signstum Pages

Page 3: New Inc. - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1545-14762.pdf · 50dder: new orleans teleort, inc. cook county government office aflie chief

CONTRACT NO. 1545-14762

INSTRUCTIONS TO BIDDERSBID CONTRACTS

INDEX

Section

IB-01

IB-02

IB-03

IB-04

IB-05

IB-06

IB-07

IB-08

IB-09

IB-10

16-11

IB-12

IB-13

IB-14

IB-15

IB-16

IB-17

IB-18

IB-18

16-20

IB-21

IB-22

IB-23

IB-24

IB-26

~Sub'ect

Definitions

EDS and Execution Document

Site Inspection Certificate

Bid Deposit

Exceptions and Addendum

Bidder Representations and Warranties

Submission of Bid Pmposals

Bid Proposais to Conform to Contract Documents

Competency of Bidder

Local Business Preference

Re-Entry Employment Earned Credits

Bigible Veterans Bid Preference for Public Works Contract

Eligible Bid Preference for VBEs and SDVBEs

Public Works

Consideration of Bid Proposals

Withdrawal of Bid Proposals

Notice of Award

Bid Disputes

Performance and Payment Bond

Prices Firm

Cash Billing Discounts

Catalogs

Aulhoriized Dealer/Distributor

Trade Names

Samples

IB-1

IB-2

IB-2

IB-2/3

IB-3

IB-3

IB-3

IBP

IB-4

IB-4

IB-4

IB-5

IB-5

IB-5

IB4

IB-6

IB-6

IB-6

164I

IB-6

IB-6

IB-7

IB-7

IB-7

IB-7

3/2015

Page 4: New Inc. - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1545-14762.pdf · 50dder: new orleans teleort, inc. cook county government office aflie chief

CONTRACT NQ. 1646-14782

INSTRUCTiONS TO BIDDERSSID CONTRACTS

INDEX

18-28

IB-27

IB-28

IB-29

IB-30

IBBt

'SA

Notices

Camplisnce with Laws - Public ontrncts

Cooperation wNh Inspscfar Gsnwsl

Credit Card Payments

Minority snd Women Owned Business Enterprise Qnfinsnce

Cook County Recyded Product Pmcuremsnt Policy

Estimated QusnSies

IB-7

IB-8

18-8

IB-8

184I

184

8/2016

Page 5: New Inc. - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1545-14762.pdf · 50dder: new orleans teleort, inc. cook county government office aflie chief

CONTPACT MO. 14752

INSTRUCTIONS TO BIDDERS

DEFINITIONS

BIDDER shell mean sny Parson who submits a Bid

BID COVER PAGE shall mean the general descrlpgon of the isquksd ssniicss, goods, equipment, crsuPPlies, the coruact informalicn of gm assigned Contract Negotiator or SPecification Engineer in the Ofacs ufthe Chief Procunment Oflicer, and shall indude gm date, gms and place for both ths submission of BidProposals snd gte opening of the IEd Proposals.

BID or BID FROFO&AL shall mean a mspcnse to ths Bid Noyes contatdng all Bid Documents and sny otherdocuments or lnkmnsgon the Bidder is rsqulmd lo priwide.

BID DOCUMENTS means the documerda, specidcagons, forms and dhar information necessary and requiredfor a Bid.

BfD NOTICE rmums ths notice from ihs CPO reganttng a Pmcurement which shall indude: a genemldsacrlpgon of the Procuniment; Information necessary tc obtain the SN Documents; and Ihe date. arne andplace for boih the submission of Bids and Ihe opening of ths Bids.

CONTRACT ahab mean any wrlhen document to make Pmcuramentz by aron bshslf of Cock County.

CONTRACT DOCUIEENTS shag mean ccllectlvsty the Bid Cover Page, legal sdvarthrsrsant, tgd Notice, Btd

Documents, sid, Economic Disclosure shaement, hErErwBE Ugllzatloa Ran and sny other document required

by the Chief Prccummsnt Oglcar. The above docunumta shall ba~as cns inhgiswd documenteading forth the cbligslions of lhe psrlkm.

CONTRACTOR shall mean the Psnmn that enters irdu a Contract with ihe County.

COUNTY shall mean the Couniy of Cook, a body poBic snd corporale of the Suds of llllnokr.

DIRECTOR shall mean the parson cr persons sulhorizad by the Couniy lo ad in connedion with this Contract.Suoh authorization shall not include sny power to change the scope of ttm Contract or to otutgrda the County lopay sddMonsl sums beyond the amount of ihe Conbuct swarded by the Cook County Boanl of Commiaaionmsor the Chief Proctssment Oflicer.

cHIEF PRDDUREIEENT CFFIcER or OPD shall mean the chief Pmcumment QBoar of the county of cookwhose duties and responsibilities me mare psrttcubsly'described In the Cook County Prccuremwnt Code,'Chapter 34, Arfkde IV, DINiaion I.

OCPO shall mean gre Ogice of the Chief Procuiemant Ollicer of Cook Ccumy.

PERSON shall mean any Individual, corpomgon, partnership, Joint Venture, trust association, Limited Uablllly .

Company, sole pmpristomhlp or legal enlibi:

pROCURENENT shall mean obtaining supplies, equipment, goods or zewioaz of any kind

SPECIFICATIONS shall mean the descdpticn of the services, work, goads, equipment, pmsonnel, volume anduse staysaca snd all requirements fur gm scope of work set forth In the Contrad Documents.

USINO AGENCY shall mean the depzvtmsnta or sgenckm wltmn Cook County gcvwnmsnl indudlng electedofgctsls.

8/2015

Page 6: New Inc. - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1545-14762.pdf · 50dder: new orleans teleort, inc. cook county government office aflie chief

CONTRACT NO, 1545-14702

IB4I2 PREPARATION OF EDS AND EXECUTION DOCUMENT

A. Ths Bidder shall prepare one (1)copy of its Bid Proposal on ths proposal forms within the Contract Documentsand three (3) Economic Disclosure Statement and Execution Documents ("EDS"),all with original signatures.Unless otherwise stated, all blank spaces on the proposal forms shsfi be fully completed. Bidder bears afiresponsibility for error or omissions in the submission of the Bid Proposal. Bid Proposals and EDS which arenot properly signed may be rejeded.

If the Bidder is a corporation, the President and Secretary must execute the EDS. In the event that this BidProposal ls executed by someone other than the President, attach hereto a certified copy of that section of theCorporate By-Laws, resolution or other authodization by the Corporafion, satisfactory to the County that permfisthe person to execute Bid Proposal for said corpora6on. If the corporafion is not incorporated in the Slate offifinois, a copy of the CertiTicate of Good Standing fiom the state of incorporation must be submitted with fheEDS.

If the Bidder is s partnership or joint venture, afi partners or Joint venlurers must execute the EDS, unless onspartner or joint venture has been authodized to sign for the partnemhip or joint venture, in which case, thepartnership agreement, resolution or evidence of such authority, satisfactory to the County, must be submified.If the Biddei is a joint venture, attach a copy of the Fxnt venture agreement.

D. 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 the Bidder ls a manager-managed LLC, themanager(s) must execute the Bid Proposal. The Bidder must attach either a certified copy of the operatingagreement, resolution or other aulhorization, satisi'actory to the Counly, demonstrating such person has theauthodityto execute the EDS onbehalfof the LLC. If the LLC is notrsgistered in the Sate of filinois, a copyof a current Cer6ficste of Good Standing from the slate of incorporation must be submitted with the EDS.

E. If ths Bidder is a Sole Proprietorship, the sole propdetor must execute the EDS,

F A "Partnership" 'Joint Venture" or Sole Proprietorship" operating under an Assumed Name must be registeredwith the lfiinois county in which it is located, as provided in 805 ILCS 405 (2012) and documentation evidencingregistration must be submitted with the EDS.

IB43 SITE INSPECTION CERTIFICATE

The Bidder shall inspect the job-site to become familiar with the conditions rekded to the work or services and therequirements set forth in the Bid Documents. Failure of the Bidder to visit the Sfie shall not relieve or alter the Bidder'sresponsibility for completing the work or services as required by the Contract Documents.

When iequired as mandatory in the Contract Documents, the Bidder shall visit the job4ite and shall carefully examineand become famfilar with afi condiTions which may in any way affect the performance of the Contract and shall submitcertification of such inspecfion along with ths Bid Proposal. The dates and conditions of the site inspection aredetermiiaxl by the County. If the Contract Documents provide that inspection of the site is mandatory, a Bidder's failureto attend afi of the required site inspections shall render the Bid Proposal non-responsive.

18-04 BID DEPOSIT

When required in the Contract Documents, the Bid Proposal shall be accompanied by, cashier's check, certified check,bank dralt or surety bond in the amount shown in the legal advertisement or as mey be prescribed in these ContractDocuments. A ceitified or cashier's check shall be drawn on a responsible bank doing business in the United States andshall be made payable to ths order of the County of Cook. Ths surety issuing ths bond must have a general rating of"A", and shafi bs a Class Vfi or higher in the tinanclel size category as

defined

b Beet Company Inc., Moody's InvestorServices, Standard 8 Poor's Corporation or similar rating agency. The surety must be ficenssd by the State of filinois

Page 7: New Inc. - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1545-14762.pdf · 50dder: new orleans teleort, inc. cook county government office aflie chief

INSTRUCTIONS TO BIDDERS

CONTRACT MO. 14T82

IB04 BID DEPOSIT icon%)

Ths Bidder hemby agrees that the bid deposit shall bs Ibifsited to cre County as llqukkttsd damages snd not ss penaltyin the event Bidder falls lo comply wgh 18-18snd IB-17, or oguxwlse falls or rehses to honor the Bd Proposal upon

sward of the Contract by gre County.

The bki deposit of all bidders will be mturned, with the sxcepgon of the apparent lowest msponshm snd responslNsBidder, aller Ihe Coumy has swanhd the Consent. Ths bid deposk of the lowsst wsponslve and respcnsWs Bidder wgbs returned ager the Conbsct has been awarded snd ths Bidder has eubmlged sg insurance documenlatlon and IhePsrfommnce and Payment Bond, ae mquinxl by the Contract Documents.

IB-05 EXCEPTIONS AND ADDENDUIE

The County will not provide oral answers to qussgons ooncsming Bid Documents before or subsequent to the award ofs correct. If an In~ or tfadgcatkm of the Bid Document N desired by gre Bidder or if the Bidder Intends iorequest a deviation to gm SpecEcagons, the Bidder shall submit questions or mquest for gre deviation to ihs~ns Io the Chkd Procurement ONcer pfior to ths dais for inquiries set fcrgr in the Special Ccndikons. TheChief Pmcuremsnt Oflicer will answerqussgons or requests for dmfagons to the Spscifcagons by issuing an Addendumwhich'shag be available Io sg Bidders eubmiNng s Bid Proposal. tl no Addendum is issued by ths Chkd ProcurementOflicer, Ewn such deviation or excepgon to gm SpscEcstion shag be deemed rejechrd. Ths Chief procurement OfIhershalt reject any Bid conlakrkrg deviations or excepdons to ths Specifications nct pnnllouaty accepmd gucugh a wdttsnAddendum. BNder shall acknowledge mcmpt of each Addendum Issued in the space pmvldsd on the proposal form.Ths Biddey s fagurs to admowledge In writing eny issued addenda may msult irrgrs CPO coding Ihe Sd nonrssp one[vsand rejecgng Ihe Bid. The OCpO shall not agcw any Bidder to acknowledge any such addenda, in wrigng or orally, afterthe Bid Opening.

All wrNnn requests for dadfxxdtons, devisgons or exceptions shall be addmssed to the Spsdllcagon Engineer orContract Negotiator listed on the Bid Cover Page:

If the appwsnt lowest Bidder takes exceptions or deviations to Ihs General CondEcss, which are submNed with ths Bid,the CPO shall reject ths Bid as non-responshm in ths event that gm Chief Procursmsnt Ogicer, in his or her sole opinion,determines such exceptions or deviations to be material.

IB4$ BIDDER REPRESENTATIONS AND WARRANTIES

Ths submNsion of a Bid shell constitute a repmssniatlon snd vnumnty that'(8 Sddsr hss carefugy and thoroughlyrevlevmd the Contract Docxrumts and has found them oonppleta snd free from~and suNcient tc describe therequlmd goods, equipment, supplies or services; jig Bidder and all krbcrers, smplopms or subconbtrackxs it intends touss in Ss perfonnance of INs Contract sra skilled and sxpmiencsd in gw Iyps of work or senfcee caSed for by theConbact Doouments; snd gii} neither the BNdsr ncr any of gs employees, agsnlx, suppliers or subconlractors havemlktd on any verbal represenhgons from the County, or any of gw County's npknrfess, egards, or consultants, In

pmparing the Bid.

IB4IT SIIBIEISSION OF BID PROPOSALS

All Biddem shall submit ttw bound copy of ths Bid in a sealed envelope and shall cause the Bid to bs debremd to TheOEos ofthe Chief Prccursmsrit ONcer, Room 1018,County Builtgng, 118Nmth Chrk Street, Chicago, lgnots 80802 bythe dale and hour tbr ths Bid Opening ss shown in ths Bid. Ths sealed envelops summlted by the Bidder shall have thsBid label, set forth heiisin, or shall have the fcgowkrg information on the face cf the envelope: Bidder's nwne, address,subject magsr of Bid, Bid or Contract number, advertised date of Sd Opening and Ihe hour designated for Bid Openingas shown in the Contract Documents.

IB-3

Page 8: New Inc. - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1545-14762.pdf · 50dder: new orleans teleort, inc. cook county government office aflie chief

CONTRACT NO. 14782

INSTRUCTIONS TO BIDDERS

ISJNI BID PROPOSALS TO CONFORM TO BID DOCUISENTS

The Counqr will not enteritfin or consider any Bids: 5) recoiled afier the sicrct fims speclfied in the Bid; (5) not

accompanied by ths rsquked bid deposit; or (S) in eny other way fieifing to comply fully with ths condifions stated in fire

Bid.

IBJIS COINPETENCYOF BIDDER

No conkaN shall be awanled to a Bidder that is in arrears or is in default to the county upon any debt or contrscL or'hat ls a defaulter, as sursbr or'otherwise upon any obligation to said county, or hss fafied tc psrfwm faithfully eny

previous contract with ths Couniy.

IS-10 LOCAL BUSINESS PREFERENCE

The Chief Pmcuument Otficer shsfi, for afi Prccuremsnls funded solely with County dollars by compslifive sealedbidding, accept ths lowest bid price cr lowest svilustsd bid prhe from s responsive or responsible local business,prcvklsd that the Bid does not caused the lowwif bid price or lowest svaluahd bid price fium a risponslve sndresponsible non-local business by more then five percent (5%).

Local business" shall mean a Person, inrfiuding s foreign corporafion authorized Io bansact buaness in filinois, having

a bans fide establishment krceted within Ihe Coun!y at which it is trensacfing bushess on ths date when a Bid N

submNad to ths County, and whkh employs ths ms)orfiy of fis regular, full@ms work feme within ths County. A Jointventwe shafi consEute a Local Business if cesar mom persons swt qualgy as e "Local Business" hold interests totaling

over 50 pwcent In the Jcfnt Venture, even if ihe Joint Ventuie does nct, at the fime of the Bid submSal, have such abona fide establishment wfihkr fiw County,

IB-11 RE-ENTRY EISPLOYISENT EARNED CREDITS

In accordance with Sbction 34-231 through Secfion 34435 of the Cook County Prccwemsnt Cods, for all Public Works

Contmckr, with an estimated fifid price of 5100.000cr more, grs'Sddsr shall be pennilled but le not requked, to submfi

an eirqficyment plan of Former Olfendem wfih fis Bid Proposal in order to reecho an earned craik for future public

Woiks Contracts. The Emffioyment Plan shafi be approved by gre CPO and, If mqvlrsd, ths Cock County Re-entryEmployment Commiltee. Upon the completion ofs qualifying contract and the Bidder preserriing s fisfadory information

and dion to the CPO, the CPO shag provide the Bidder with an Earned Crerllt Cerfificate, wNch shall be vefid

for three years fmm ths date cf issuance. The Bidder shall receive an earned cnvfit of %% of ihe Sd Prics for future

Pubfio Worirs Contracts, if 5-10% of the percentage ol Total Labor Hours sm pwformed by Former Ofitmdem, and anearned credit of 1% of the Bid Price for future Public Works Contracts, If the more fiwn 10% of the pracentege of Total

Labor Howe are performed by Former Offenders, For purposes of this provision, 'Farmer Offenders'hall mean adufis

who amnaildents of the County and who have been convicted of a crime. "Labor hours" shall mean the total hours ofworkers mceivlng sn hourly Wage who are dinmfiy employed at-the work site. It shall indude hours performed byworkers employed by the conkactor and afi subccntractom wcridng at the sits. "Labor bourn" shall not ktctuds hours

worked by nonworking former, superi tendants, owners snd workers who are not subject ts pmvsfilng wagerequlremenls.

IB4 fil2015

Page 9: New Inc. - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1545-14762.pdf · 50dder: new orleans teleort, inc. cook county government office aflie chief

CONTRACT NO. 1545-14762

IB-12 ELIGIBLE VETERANS BID PREFERENCE FOR PUBLIC WORKS CONTRACT

In acconlsncs with Section 34-236 (s) of the Cook County Procurement Code, for all Public Works Contracts, the CPOshall give a preference of one percent of ths amount of the Contract to a Responsible and Responsive Bidder for aPublic Works Contract when such Bidder has commiitsd by affidavit to utilize Eligible Veterans for at least fiv percent ofthe hours worked under such Contract. Failure to utilize Eligible Veterans in accordance with the afiidavit will result in

breach of Contract.

18-13 ELIGIBLE BID PREFERENCE FORVBEs snd SDVBEs

In accordance with Section 34-236 (b) of ths Cook County Procurement Cods, the CPO shell give a preference of fivepercent of the amount of the Contract to a Responsible and Responsive Veteran owned Business Enterprises ("VBEs")or Seniice Disabled Vetenm owned Business Enterprises ("SDVBE")certified by the Contract Compliance Director("CCD'), or by any other enbty approved by the CC D.

IB-14 PUBLIC WORKS

For all Pubfic Works Projects, the Bidder shall comply with Section 34-190 of the Cook County Procurement Code,which requires that Public Works Contrada having an esfimated contract price of $100,000 or more, where notothenrise prohibited by Federal or State lsw, shall have at least 50 percent of the total hours worked on the site by

employees of the Contrarrior and subcontractors shall be performed by residenla of the County.

All Bid Pmposals for Public Works Construcfion shall be evaluated to determine, whether the Bidder is responsible, in

accordance with Section 34-145 of the Cook County Procurement Code. In accordance with Secfion 34-145 the CPOshall determine whether the Bidder: (i) is authorized to do business in illinois and the County; (ii) has, as applicatrie, aFederal Employer Identificatio Number or Social Security; (iir) meets any applicabis insurance requirements in the BidDocument; (iv) has certiTuxl that it is in compliance with all provisions of the illinois Prevailing Wage Act, and State andFederal equal employmsnt opportunity laws; (v) has certified that it participates in active apprenficeship and training

programs approved and registered with the United States Department of Labor Bureau of Apprenficsship and Trainingfor each of the trades of work contemplated under the awarded Contract; (vi) contractually requires any subcontractor toparticipate in active apprenticeship and training programs approved and registsnxl with the United States Dspartmerri ofLabor Bureau of Apprenticeship and Training for each of the trades of work contemplated under the awarded Contract;and (vii) has agreed to provide Certified payrolls as specified in the illinois Prevailing Wage Act.

IB.16 CONSIDERATION OF BID PROPOSALS

The Counly reserves the right to reject or accept any or afi Bid Proposals, to extend the bidding period, to waivetechnicaliTies in the Bid and(or to withdraw. or cancel the Bid or to issue a new Bid, i.s., "i'sbid" prior to award of theContract.

ARer Bid Proposals are opened and read aloud, they will be evaluated based on the price, conformance with

Specificafions, the responsibility of ths various Bidders taking into consideration factors including, but not limited to.those noted in 18-09, IB-10and responsiveness to the County's Minority and Fernale Owned Business Ordinance.

The Chief Procurement Oflicer reserves the right to make conections, after receiving the Bids, to any derical error

apparent on the face of the Bid, including but not limited to obviously incorrect units or misplaced decimal points, orarlthmefic errors. In the event that comparison of the Bidder's "Unit Price" and "Total Price" submitted for any line itemsreveals s calculation error, the Unit Price will prevail.

The Chief procurement Oflicer reserves the right to reject any Bid that, in his or her discretion and authoriity is deemedmaterially unbalanced.

Page 10: New Inc. - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1545-14762.pdf · 50dder: new orleans teleort, inc. cook county government office aflie chief

CONTRACT NO. 1545-14762

IB-15 WITHDRAWAL OF BID PROPOSALS

Bidders may withdraw ther Bid Proposals st any time prior to ths time specilisd in the Bid as the date and hour set for

ths Bid Opening. However, no Bidder shall withdraw, cancel or modify Its Bid Proposal for a period of ninety (90)calendar days after said advertised Bid Opening.

16-17 NOTICE OF AWARD

The Chief Procurement Oflicer shall notify the successful Bidder, in wriiting, of award of the Contract by the County within

ninety (90) days from ths Bid Opening date. Upon receipt of the Notice of Award, the Contractor shell promptly secure,execute and deliver to the Chief Procurement Office any documents required herein.

IB-18 BID DISPUTES

Section 34-136 of the Cook County Procurement Code permits Bidders to tfis protests. Any Bidder who reasonably

'efieves that the recommended Bidder is not the lowest Responsive and Responsible Bidder, or has a complaint about

the bid process, may submit a bid protest, in writing, and directed to the CPO, within three business days after the date

upon which the CPO posts the recommended Bid for award or execution on the County's website. The bid protest must

specify why the protester believes the recommended Bidder is not the lowest Responsive and Responsible Bidder, or

why the protestor believes the bid procedure was unfair, including a statemenl of how the alleged unfairness prejudiced

the protesfing Bidder and the action mquested of the CPO. A bid protest based on an issue which could have been

clarified through a request for clarification or infixmation pursuant to Section 34-136(d), and IB-05, Communications with

the County regarding competitive bidding process, will not be considered if the protesting Bidder failed to make such

request. When a bid protest has been submitted, no further acbon shall be taken on the, Precedent until the CPO

makes a decision concerning the bid protest, unless the Using Agency responds in writing and sufiiciently demonstrates

that (i) the ilem to be procured is urgently required and (ii) failure to make the award promptly will unduly delay delivery

or perfonnance or cause other undue harm.

Ths CPO shall issue a written decision on the bid protest to ths protesting Bidder and to any other Bidder affected by

such decision as soon as reasonably practicable. If the bid protest is upheld based on a lack of fairness in the bid

procedure, the CPO shall re-bid the procurement. If the CPO determines that the recommended Bidder was not

Responsive and Responsible, that Bidder shall be disqualifisd and the CPO may either recommend the lowest

Responsive and Responsible Bidder or re-bid. Any CPO decision concerning bid protests shall be final.

IB-19 PERFORfifiANCE AND PAYfifiENT BOND

When required in Bid Documents, the successful Bidder shall furnish a Perfonnance and Payment Bond in the fufi

amount of the Contract on the County Form, a specimen of which shall be provided. The Surety issuing the

Performance and Payment Bond must have a general rating of "A" and shall be a Class Vll or higher in ths financial size

category as defined by Beefs Key Rating Guide-Property and Casualty, or have such ratings as specfiled in the Contract

Documents.

In the event that the Bidder fails to furnish the Performance and Payment Bond within fourteen (14) calendar days atter

service 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 damages

that the County will sustain due to ths Bidder's failure to furnish the Performance and Payment Bond and the termination

of ths Contract.

IB-20 PRICES FIRfifi

Afi prices quoted in the Bid Proposal shall be firm and will not be subject to increase during the term of the Contract,

except as otherwise provided in these Contract Documents.

Page 11: New Inc. - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1545-14762.pdf · 50dder: new orleans teleort, inc. cook county government office aflie chief

CONTRACT NO 1545-14762

IB-21 CASH BILLING DISCOUNTS

Cash billing or percentage discounts for payment will not be considered in evaiusfing Bid Proposals.

IB-22 CATALOGS

Each Bdder shall submit in TRIPLICATE. where necessary or when requested catalogs, descriptive literature, anddetailed drawings, fully detailing features, designs, consbuction, appointment and finishes not covered in theSpeciTicsfions but necessary to fully describe the goods, equipment, supplies or services.

IB-23 AUTHORIZED DEALER/DISTRIBUTOR

For goods, equipment and supplies, the Bidder must be one of the followirg: (r) the manufackrrer, (ii) an authorizeddealer/distributor; or (iii) able to promptly secure the necessary genuine parle, assemblies and/or accessories assupplied by the original equipment manufacturer (O.E.M.), along with any necessary schematics or drawings to fulfifi thecontractual obfigations. With respect to the purchase of vehides, or services related to vehicles, the Specifications orSpecial Conditions may require that the Bidder be an authorized dealership cfthe manufacturer. The Bidder must beable to fumhh original product warranty and manufacturer's rehted services such as product informabon, product re-callnotices, etc. Proof of ability to transfer product warranty to the County is to be submitted with the Bid Proposal.

18-24 TRADE NAMES

In 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 item 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 allowed, the reference to e manufacturer's name, brand name, tradename, catalog number, or reference is irrisnded to be descripbve and not restrictiv end to indicate to prospecbveBidders a/ides that shall be satisfactory. Bid Proposals for other manufacturer names, brand names, trade names,catalog numbers or references shall be considered, provided each Bidder states 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 the following: (r) product identiiicafion,induding manufacturer's name and address; (i9 manufacturer's literature idsnfifying the product description, refeienoestandanfs 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 in

making a formal request for substitution that Qr the proposed alternate item is equivalent to or superior in all respects tothe item specified in the Bid; and (ii) that the same warranties and guarantees will be provided for the proposed alternateitems as those specified in the Bid. The CPO may, in his or her sole discretion accept an alternate item for a specifieditem, provided the alternate items so bid is, in the CPO's sole opinion ths equivalent of the item specNed in the Bid, Analternate item that ths CPO determines not to be equivalent to the specified item shell render the bid non-responsiveand the CPO shafi re/ect the Bid.

IB-25 SANIPLES

Bidders may be asked upon request of the Chief Procurement Officer, including subsequent to the Bid Opening, tofurnish snd delivisr a representative sample sufficient to effectivel evaluate each item listed in the Bid Proposal, All

samples must be delivered F.O.B. DESTINATION, FREIGHT PREPAID to an identified defivsry location within five (6)business days of the request Samples submitted must be identical to those specified in the Bid Proposal. Submissionof other than the samples refiected in the Bid Proposal or failure to furnish samples within the required time period shallbe cause for rejection of the Bid proposal. Afi samples are subject to mutilation and will not be returned. Bidders shallbear the cost of any sampkrs and shipping or delivery costs related thereto.

Page 12: New Inc. - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1545-14762.pdf · 50dder: new orleans teleort, inc. cook county government office aflie chief

CONTRACT NO. 1545-14762

IB-26 NOTICES

All communications snd notices between the County and Bidders regarding the Bid Documents shafi be in writing and

hand delivered or delivered via first class United States mail, postage prepaid, or vis e-mail. Notices to the Bidders shall

be addressed to the name and address provided by the Bidders; notices to the Chief Procuremsnt Officer shall beaddressed to Room 1018, County Building, 118North Clark Street, Chicago, filinois 60602.

IB-27 COMPLIANCE WITH LAWS - PUBLIC CONTRACTS

This is a competitive Bid of Cook County government subject to laws snd ordinances governing pubfic bids and

contracts. The Bidder shall st afi times observe and comply with afi laws, ordinances, regulations and codes of the

Federal, Bate, County and other local government agencies which may in any manner effect the preparation of the Bid

Proposal or the performance of the Contract. If the Bidder observes that any of the Bid Documents are at variance with

any laws, ordinances, regulations or codes, it shall prompfiy notify the Chief Procurement Olficer in writing and if

necessary an addendum shsfi be issued by the Chief Procurement Oificer.

IB-26 COOPERATION WITH INSPECTOR GENERAL

Persons or businesses seeking County conlrams are required to abide by afi of the applicable provisions of the Otfice of

the Independent Inspector General Ordinance (Section 2-281 eL seq. of the Cook County Code of Ordinances). Failure

to cooperate as required may result in monetary and/or other penalties.

IB- 29 CREDIT CARD PAYMENTS

The County has implemented a Prompt Payment Program (the "E-Payables Program" ). Bidders who voluntarily

participate in the Program will receive prompt payments via the Count//s Visa Purchasing Card. In order to

participate in the Program, Bidders must submit the E=Payables Enrollment Form to the Cook County Comptrofiers

Office. A description of the Program is attached for informational purposes. Notwithstanding ths foregoing, the

County has no duty or obligation to process pmmpt payments to Bidders. Ths County reserves its right to

disconfinue the Program at any time. The County will not provide a bid incentive or preference to Bidders who

participate in the Program.

IB-30 MINORITY AND WOMEN OWNED BUSINESS ENTERPRISE ORDINANCE

Cook County has adopted the Minority and Women Owned Business Entsrprise Ordinance (the "Ordinance" ) The

Ordinance sstsbfishes annual participation goals for Minority snd Women Owned Business Enterprises, The

requirements of the Ordinance, as well as the documents the Bidder must submit are set forth in GC-19. The

Bidders failure to submit the MBE/WBE Utilization Plan, as more fully described in GC-19 shall render the Bid non-

responsive.

IB-31 COOK COUNTY RECYCLED PRODUCT PROCUREMENT POLICY

Cook County hss adopted the Cook County Recycled Product Procurement Policy. In accordance with the policy,

Cook County encourages the use of recyded paper and paper products, whenever practicable. The Bidder shell use

recycled paper, except where ths specialized nature of certain materials (such as photographs) requires otherwise,

and afi documents shell be printed two-sided unless two-sided printing is not prscficable.

I942 ESTIMATED QUANTITIES

Unless expressly stated in the Specifications, Special Conditions, or Proposal page(s) any quanlities stated in this Bid

represent estimated usage and as such are for bid canvassing purposes only. The County reserves the right to

increase or decrease quantities ordered. Nothing herein will be construed as an intent or obligation on the part of ths

.County to purchase any goods, equipment, supplies or services beyond those determined by the County to be

necessary to meet its needs.END OF SECTIONIB-8

Page 13: New Inc. - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1545-14762.pdf · 50dder: new orleans teleort, inc. cook county government office aflie chief

CONTRACT NO. 1545-14762

GENERAL CONDITIONS

BID CONTRACTSINDEX

GC-01

GC-02

GC-03

GC-04

GC-05

GC-06

GC-07

GC-08

GC-09

GC-10

GC-11

GC-12

GC-13

GC-14

GC-15

GC-16

GC-17

GC-18

GC-19

GC-20

GC-21

GC-22

GC-23

GC-24

Subcontracting or Assignment of Contract or Contract Funds

Indemnification

Inspection and Responsibility

Payment

Prepaid Fees

Taxes

Price Reduction

Contractor Credits

Disputes

Contract Amendments

Default

County's Remedies

Contractor's Remedies

Delays

Insurance Requirements

Patents, Copyrights and Licenses

Compliance with Laws

Delivery

MBE/WBE Cook County Ordinance

Material Safety Data Sheet

Conduct of the Contractor

Accident Repents

Use of Premises

General Notice

GC-1

GC-1

GC-1

GC-1/2

GC-2

GC-2

GC-2

GC-2

GC4

GC-3

GC-3/4

GC-4

GC-4

GC-4

GC-6

GC-7

GC-7

GC-7/1 1

GC-12

GC-12

GC-12

GC-12

GC-13

Page 14: New Inc. - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1545-14762.pdf · 50dder: new orleans teleort, inc. cook county government office aflie chief

CONTRACT NO. 14752

Section

GC-25

GC-27

GC-28

GC-28

GC-31

GC-32

GC-33

Gas

GC-35

GC-35

GC-37

GC-38

GC-38

GENERAL CONDITIONSSID CONTRACTS

INDEX

~Suh't

Termination for Cmwenisncs

Guarantees and Warranfies

. Standard of Ccntram Goods

Congdsntiality and Ownership of Documents

Quantities

Audit; Examinsgon of Records

Governing Law

Cooperation wilh Inspector General

Waiver

Entire Agreement

Force llllajeure

Governmental Joint Pumhasing Agreement

Comparable Government Procurement

Federal Clauses

Contract Inter pndagon

GC-13

GC-13

GC-13

GC-13

GC-14

GC-14

GC-14

GC-14

GC-14

GC-15

GC-15

GC-16

GC-15

GC-15/23

GC-24

Page 15: New Inc. - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1545-14762.pdf · 50dder: new orleans teleort, inc. cook county government office aflie chief

CONTRACT NO. 1545-14762

GENERAL CONDITIONS

GC-01 SUBCONTRACTING OR ASSIGNMENT OF CONTRACT QR CONTRACT FUNDS

Once swarded, this Contract shall not be subcontracted or any pert thereof assigned without ths express written

approval of ths County Chief Procurement Ogiosr ("Chief Procursmsnt OScer"). In no case, however, shall such

approval relieve the Contractor from his obligations or charge the terms cf Ihe Contract. The Contractor shell not

transfer or assign any Contract funds or daims due or to become due without the advance written approval of the Chief

Procurement Officer. The unauthorized subcontracting or assignment of the Contract, in wixrie or in part, or theunauthorized transfer or assignment of eny Contract funds, eigwr in whole or in perl, or any interest therein, which shall

bs due or ars to become dus the Contractor shall have no effect on the County and ere null and void.

The Contractor shall idenbfy any and all conbactors and subcontractors it intends to use in the performance of theContract by completing the Identification of Subcontractor/Supplier/Subconsullant Form ("ISF"). All such persons shalbe subject to the prior approval of the County. The Contractor will only su contract with competent and responsibleSubconlractors. The Chief Procurement OBcsr may require in his or hsr sde discretion, that the Contractor provide

copies of all contracts with subcontractors.

The Contractor and its employees, contractom, subcontractors, agents and representatives are, for all purposes arising

out of this Contract, independent contractors and are not employees of the County. It is expmssly understood andagreed that the Contractor and its employees, contractors, subcontractors, agents and representagvas shall in no event

as a result of a contract be engtled to any benefi to which County employees are entitled,.including, but not limited to,overtime, rsfirement bsneBa, worker's compensation benefits and injury leave or other leave benefits.

GC-02 INDEMNIFICATION

The Contractor covenants and agrees to indemnify and save harmless the County and its commissioners, officials,

employees, agents and representatives, and their respective heirs, successors and assigns, fmm and against anyand sll costs, expenses, attorney's fess, losses, damages and liabilities incurred or suffered directly or indirectly from

or attributable to any claims arising out of or incident to the performance or nonperformance of ths Contract by theContractor, or the acts or omissions of the oflicers, agents, employees, contractors, subcontractors, licensees orinvitees of the Contractor. The Contractor expressly understands and agrees that any Performance Bond orinsurance protection required of the Contractor, or otherwise provided by Ihe Contractor, shall in no way limit theresponsibility to indemnify the County as heminabove provided.

GC-08 INSPECTION AND RESPONSIBIUTY

The County shall have a right to inspect and approve any Contract goods, equipment, supplies or services used in

carrying out this Contract snd shall approve the quality and standards of all materials or completed work furnished under

this Contract Contract goods, equipment, supplies or services not complying herewith may be mjected by the Chief

procuremsnt Oftlcer and/or ths Director and shall be replaced and/or rs-performed by ths Contractor at no cost 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 notice has been given by the County to theContractor that such Contract goods, equipment or supplies have been rejected.

GC-04 PAYMENT TO CONTRACTORS AND SUBCONTRACTORS

All invoices submitted by the Contractor shall be in accordance with the cost provisions contained in the Contract

Documents and shall contain a detailed descripfion of the Deliversbles (i.s„the goods, equipment, supplies or seniices)

including the quantity of the Deliverables, for which payment is requested. All invcices for services shall include itemized

entries indicating the date or time period in which the services were provided, the amount of time spent performing thaservices, and a detailed description of the services provided during the period of the invoice. All invoices shall regect theamounts irwoiced by and the amounts paid to the Contractor as of the date of the invoice. Invoices fcr new chargesshall not include "past due" amounts, if any, which amounts must be sst forth on a separate invoice. Contractor shag

not be snlltled to invoice the County for any late fees or other penalties.

GC-1 3/2015

Page 16: New Inc. - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1545-14762.pdf · 50dder: new orleans teleort, inc. cook county government office aflie chief

CONTRACT NO. 14762

GENERAL CONDITIONS

GC44 PAYNIENT TO CONTRACTORS AND SUBCONTRACiQRS (con't.i

ln accordance with Secgon 34-177 of ths Cook Courdy procurement Code, ths County shag have s rtght to set oo sndsubtrarx from sny Invohe(s) or contract prlos. s sum equal to any snes and pensges, Indudlng interest, for eny tax orfee drdinqusncy and any debt or obligation owed by the Contmckx to the County.

The Contractor acknotdedges its duty to ensum the accuracy of sll invoices submitied tc the Counly for payment. Bysubmggng ths invoices, the Contractor csrglies that all itemlasd snldes sst forth in Ore invoices am bus and correct. TheContractor acknowledges Sml by submitting the Invoices, It csrgges that It has dsgvered the Degvsrables, I.e., ths goods,supplies or equipment sst fcdh In the Conlmct tc thb Using Agency, or that It kas properly psrlbrmed Sre services setforth kr ihe Contract. The kwoics must also teRed the dates and amount of time expended in the pmw'sion of senricesunder the Contract. The Contractor acknowledges that any ktaccurate statements or negligent or intsngonalmis pressnlations in the invoices shall result in the County exercising ag rscuxgss availsbls to it in law and equilyinduding, but not limksd io, a delay in payment or non-payment lo the Contmctor, and reporting the mager to ths CookCounty OSce of the In spsndent Inspector General,

When a Ccrdractor receives any payment from ths County for any supplies, equipment, goods, or services, it haspnwided to the County pmsusnt to its Contract, the Contrador must make paymsct to its subccnbactors within 15days ager receipt of payment from the County, provided that such subcocbacbx hss sati actorily provided thesupplies, equipment, goods or services in accordance with Oe Contract snd provided the Contractor with sg ot ihedocumenls and Informagon required of the Contractor. The Contractor msy delay or postpone payment to asubconhactcr when the subccnkictor's supplies, equipment, goods, or services do cot comply wgh the requirementsof the Contract, ths Contmctcr ls acgng in good faith, snd not in,retsgatlcn for a subcontractor sxerdsing legal orcontractual rights.

GC4NI PREPAID FEES

In ths event this Contract kr terminated by eghsr parly, for cause or otherwiss, snd the Counly hss pmpald for snygoods, sqrdpmsnt, suppges cr ssnricss to bs pmvlded pursuant to this Contract, Conlrador shell mfund to the County,on a proceed basis to Sre elhctivs date of tsrminagon, al! amounts prepaid for such goods, equlpmsnt, supplies orservices not actually prow'ded es a result of the termination. The refund shall be made within fourteen (14) days of thssgscgvs date of termination.

GC4IB TAXES

Federal Excise Tax doss not apply to matedskr pumhassd by the County by virtue of Exemption Cerggcate No. 38-75.0038IC glinois-Retailers'ccupation Tax, Use Tsx snd Municipal Retegers'ccupskos Tsx do nct apply to materials orservices purchased by the County by virtue of statute. The price or prices quoted karen shall induds any and all otherfederal arxyor slate, direct erxyor indirect bmm which apply to this ConbscL The County's State cf llinols Sales TaxExemplionidsntification No. is E-9993-2013-07.

GC4I7 PRICE REOUCllON

If at any Sme alter the Contract sward. Contractor makes a gensml price reducgon in the price cf any goods, squipmsnt,supplies or services covmad by the Conback the equivalent price raduotion based on similar quantities androrconsidersgons shall bs applied to this Contract for the term of Ihe Contract. Such price reductions shell be effsclivs atthe same Sns and In the same manner as ihe mducgon In ths presto customers gsrmrsgy.

GCum CONTRACTOR CREDITS

To the extent the Contrador gives credits towmd future purchases from im Snancial incentives, discoums, value points orother bsnsQs based on Ote purchase of the goods. equipment. supplies or servkas provided for under this Ccntracksuch edits belong to the County and not any speciTic Using Agsnoy. Contrschr shsS mport any such credits to theChief Procurement Ofgcsr.

GC-23/201 5

Page 17: New Inc. - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1545-14762.pdf · 50dder: new orleans teleort, inc. cook county government office aflie chief

CONTRACT NO. 1545-14762

GENERAL CONDITIONS

GC-09 DSPUTESAny dispute arising under the Contract between the County and Contractor shall be decided by the Chief ProcurementOfficer. The complaining party shall submit a written statement detafiing the dispute and soedfvino the soscific relevantContract orovision(s'I to the Chief Procurement Officer. Upon request of Ihe Chief Procuremsnt Officer, the partycomplained against shall mspond to the complaint in writing within five days of such request. The Chief ProcurementOfticer will reduce his decision to writing and mail or otherwise furnish a copy thereof to the Contractor and Director.Dispute resolution as provided herein shall be a condrTion precedent to any other action at law or in equity,Notwithstanding a dispute, Contractor shell continue to discharge afi its obligafions, duties and responsibilities sst forth in

the Contract during any dispute resolution proceeding unless otherwise agreed 1o by the County in writing.

GC-10 CONTRACT AfifiENDMENTS

The parties may during the term of the Contract make amendments to the Contract but only as provided in thissection. Such amendments shall only be made by mutual agreement in writing.

In the case of Contracts not approved by ths Board, the Chief Procuremsnt Officer may smsrid a contract providedthat any such amendment does not extend the Contract by more than one (1) year, and further provided that the totalcost of afi such amsndmenls does not increase the total amount of the Contract beyond $150,000. Such action mayonly be made with the advance written approval of the Chief Procurement Ofiicer. 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 modifications oramendments to the Contract made without the express written approval of the Chief Procurement Officer is void andun enforceable.

Contractor is hereby notifie that, except for amendments which are made in accordance with this GC-10Modlfications and Amendments, no Using Agency or employee thereof has sulhorlty to make any modification oramendment to the Contract.

GC-11 DEFAULT

Contractor shall be in default hereunder in the event of a materia breach by Contractor of any term or condition of thisContract where Contractor has failed to cure such breach within ten (10) days sitar written notice of breach is given toContractor by the County, sstbng forth the nature of such breach.

A material breach of the contract by the Contractor includes but is not limited to the fallowing:

1. Failure to begin performance under the Contract within the specified time;

2. Failure to perform under ths Contract with sufficient personnel, equipment, or materials to ensure completionof said performance within the specified time or failure to assign qualified personnel to ensure completionwithin the specified time;

3. Performance of the Contract in an unsatisfactory manner;

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

5. Discontinuance of performance of Contractor's obligations under the Contract or the impairment or thereasonable progress of performance;

6, Becoming insolvent, being declared bankrupt or committing eny act of bankruptcy or insolvency;

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

GC-3 3/2015

Page 18: New Inc. - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1545-14762.pdf · 50dder: new orleans teleort, inc. cook county government office aflie chief

CONTRACT NO. 1545-14762

GENERAL CONDITIONS

GC-11 DEFAULT Icon't.)

8. 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 materiial breach of the Contract by the County occurs which is not cured bythe Couniy within forty-five (45) days atter written notice of breach has been given by Contractor to the County, settingforth the nature of such breach.

GC-12 COUNTY'S REMEDIES

If the Contractor fails to mmedy a material breach during the ten (10) day cure period pursuant to General Condition GC-11, Default, the County shall have the right to terminate the Contract provided, however, that the County shall giveContractor prior written notice of its intent to terminate. Following notice of breach to Contractor, the County reservesthe right to withhold payments owed to Contntctor until such fime 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 law or equity.

GC-13 CONTRACTOR'S REMEDIES

if the County has been noftlled of breach and fails to remedy ths breach during the forty-five (45) day cure periodpursuant to General Condlgon GC-11, Default, the Contractor shall have the right to terminate this Contract providing,however, that Contractor shall give the Couniy thirty (30) days prior written notice of termination.

Contractor shall have the right to pursue all remedies available in law or equity. In all cases the Contractors damagesshall be those provable damages nct to exceed the value of the Contract as awarded by the Cook County Board ofCommissioners or the Chief Procurement OIAcer,

GC-14 DELAYS

Contracmr agrees that no charges o'r claims for damages shall be made by Ccnkactcr for any delays or hindrances from

any cause whatsoever related to the performance of the Contract.

GC-15 INSURANCE REQUIREMENTS

Waiver of Subrooation

All insurance policies shall contain a Waiver of Subrogation Endorsement in favor of Cook County.

insurance Reoulraments of the Contractor

No later than the effective date of this Contract, ths Contractor,'t its cost, shall secure snd maintain at all fimes,unless specified otherwise, until completion of the term of this Contract the insurance specified below.

GC-4 3/2015

Page 19: New Inc. - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1545-14762.pdf · 50dder: new orleans teleort, inc. cook county government office aflie chief

CONTRACT NO. I 545-14762

GENERAL CONDITIONS

GC-15 INSURANCE REQUIREMENTS Icon't.i

Nothing contained in these insurance requirements is to be construed as limiting the extent of the Contractor'sresponsibility for payment of damages resulting from its performance of this Contract. The insurance purchased andmaintained by the Contractor shall be primary and not excess or pro rata to sny alber insurance issued to the County.

Contractor shall require all subcontractors to provide the insurance required in this Contract, or Contractor mayprovide ths coverages for the subcontractors. All subcontradors are subject to the same insurance requirements asContractor except paragraph (d) Excess Liability or unless specified otherwise. The Cook County Department of RiskManagement maintains the right to modify, delete, alter or change these requirements.

Coverages

(a) Workem Comosnsation Insurance

Workers'ompensation shall be in accordance with the laws of the Stats of illinois or any otherapplicable jurisdiction.

The Workers Compensagon policy shall also include the fallowing provisions:

Employers'iability coverage with a limit of

$500,000 each Acddent

$500,000 each Employee

$500,000 Policy Limit for Disease

(b) Commercial General Liabilitv Insurance

The Commercial General Liability shall be on an occurrence form basis to cover bodily injury andproperty damage including loss of use.

The General Liability 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 General Liability policyshall Include, without limitation ths following coverages:

(1) All premises and operations;

(2) Contractual Liability;

(3) Products/Complrded Operations;

(4) Severability of interest/separation of insureds clause.

(c) Automobile Liabilitv Insurance

When any vehicles are used in the performance of the Contmct, Contractor shall secureAutomobile Liability Insurance to cover all owned, non-owned and hired automobiles, trucks andtrailers. The limits of liability shall not be less than the following:

(1) Liability - All Autos: Bodily Injury & Property Damage - $1,000,000 per Occurrence

(2) Uninsured/Motorisls: Per illinois Requirements

GC-5 3/2015

Page 20: New Inc. - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1545-14762.pdf · 50dder: new orleans teleort, inc. cook county government office aflie chief

CONTRACT NO. 1545-14762

GENERAL CONDI) IONS

GC-15 INSURANCE REQUIREMENTS /con't.)

(d) Umbrage/Excess Lisbllltv Insurance

In addition to the coverages and limits speclfied above, Conhactor shall secure snd maintain a limit

of liability no less than $1,000,000 each occurrence for all liability.

2. Additional requhements

(a) Additional Insured

Cook County, its officials, employees and agents shall be named as additional insureds under theCommercial General Liability policy and Automobile Liability policy. Contractor's insurance shall beprimary and non-contributory with any insurance maintained by Cook County. Any insurance orself-insurance maintained by Cook County shall be excess of the Contractor's insurance and shallnot contribute with it. The full policy limits and scope of protection shall apply to Cook County as anadditional insured even if they exceed the minimum insurance limits specified above.

(b) Qualificafion of Insurers

All insumnce companies providing coverage shall be licensed or approved by the Department ofInsurance, State of lglnois, and shall have s finsncial 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 will be acceptable only upon written consent of the Cook County Department of RiskManagement.

(c) Insurance Notices

All policies of insurance which may be required under terms of this Contract shall be endorsed toprovide that the insurance company shall notify the Cook County Office of the Chief ProcurementOfficer, 118North Clark Slreet, Room 1018,Chicago, fllinois 60602 at least 30 days prior to theeffective date of any cancellation or modification of such polides. Prior to the date on which

Contractor commences performance of its part of the work, Contractor shall furnish to the Countycertificates of insurance maintained by Contractor.

In no event shall any failure of the County to receive Certificates of Insurance required hereof or todemand receipt of such Cerglicates of Insurance be construed as a waiver of Contractor's

obligations to obtain insurance pursuant to these insurance requirements.

GC-16 PATENTS. COPYRIGHTS AND LICENSES

Contractor agrees to hold harmless and indemnify the County, ils officials, agents, employees and affiliates from anddefend, as permitted by glinois Iaw, at its own expense (including reasonable altomeys', accounlanls'nd

consultants'ees),

any suit or proceeding brought against County based upon a claim that the ownership and/or use of equipmem,hardware and software or any part thereof uhlizsd 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 sofiwsre or any part thereof is enjoined, Contractor with sllreasonable speed and due diligence shall provide or otherwise secure for Counly, at the Contractu& election, one of thefollowing: the right to con6nue use of the equipment, hanhrare or software; an equivalent system having theSpecifications as provided in this Contract; or to modify the system or its component parts so that it becomes non-

infringing while performing in a substantially similar manner to the original syslem, meeting the Specifications of thisContract

GC-6 3/2015

Page 21: New Inc. - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1545-14762.pdf · 50dder: new orleans teleort, inc. cook county government office aflie chief

CONTRACT NO. 1545-14762

GENERAL CONDITIONS

GC-17 COMPLIANCE WITH LAWS

The Contractor shall observe and comply with the laws, ordinances, regulagons and codes of the Federal, State, County

and ogrer local government agencies which may in any manner affect the performance of ths Contract, Including but notlimited to those County Onlinances sst forth in the Certifications, Affidavits or EDS attached hereto and incorporated

herein. Assurance of compliance with this requirement by the Contractor's employees, agents or subcontractors shall

be the responsibility of the Contractor.

The Contractor shall secure and pay for ag federal, stats and local licenses, permits and fees required In order toperform this Contract.

GC-18 DELIVERY

All Cordrsct goods, equipment or supplies shipped to the County shall be shipped F.O.B.,DESTINATION, FREIGHTPREPAID. Arrangemsnts shall bs made in advance by the Contractor In order ihat the County may arrange for receipt ofthe materials.

Truck deliveries will be accepted before 3:00 P.M. on weekdays only. No degveries 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 locahons.

The quangty of Contract goods, equipmsnt or supplies based on weight that ars delivered by truck will be ascertainedfrom a weight certificate issued by a duly licensed Public WeigM-Master. In 8te case of delivery by rail, weight wjg beascertained from bill of lading from originating line, but the County reserves the right to re-weigh at.the nearest available

railroad scale.

The County reserves the right to add new delivery locations or delete previously listed delivery locations as required

during the Contract period. The only rsstricbon regarding the County's right tc add new delivery locations shall be that

any new or additional locahon shall be within the geographical boundaries of the County of Cook.

GC-19 MINORITY AND WOMEN BUSINESS ENTERPRISESCOOK COUNTY ORDINANCE CHAPTER 34. DIVISION 8 SECTION 34-280 to SECTION 34400

I. POLICY AND GOALS

A. It is the policy of the County of Cook to prevent discrimination in the award of or participation in County

Contracts and to eliminate arbitrary barriers for participation in such Contracts by local businesses cerggedas a Minortity Business Enterprise (MBE) and Women-owned Business Enterprise (WBE) as both prime andsub-contractors. In furtherance of this policy, the Cook County Board of Commissioners has adopted aMinority- and Women-owned Business Enterprise Ordinance (ths "Ordinance" ) which establishes annual

goals for MBE and WBE participatio as outlined belovr.

Contract Type

Goods and Services

Construction

Professional Services

MBE

25%

24%

Goals

359'o Overall

WBE10'Ya

10%

GC-7 3/2015

Page 22: New Inc. - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1545-14762.pdf · 50dder: new orleans teleort, inc. cook county government office aflie chief

CONTRACT NO. 1545-14762

GENERAL CONDITIONS

GC-19 MINORITY AND WOMEN BUSINESS ENTERPRISESCOOK COUNTY ORDINANCE CHAPTER 34. DIVISION 8 SECTION 34-260 to SECTION 34%00 Icon't.l

The County shall set contrsctapecific goals, based on the availability of MBEs and WBEs that as»certified to provide commodiffes or services specified in this solicitation document. The MBE/WBEparticipation goats for each Contract are stated in the Special Conditions. A Bid, Quotation, orProposal shafi be mjected if the County determines that it fails to comply with this General Condition in anyway, including but not limited to: (i) failing to state an enforceable commitment to achieve for this contractthe identified MBE/WBE Contract goals; or (il) failing to Include s Psfition for Reduction/Waiver, which statesthat the goals for MBE/WBE participation ars not attainabls 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 thereby.

C. To the extent that s Bid, Quotation, or Proposal includes a Petition for Reduction/Waiver that ie approved bythe Office of Contract Compliance, ths Contract specific MBE and WBE participation goals may be achievedby the proposed Bidder or Proposer's statue es an MBE or WBE; by the Bidder or Proposer's enforceablejoint-venture agreement with one or more MBEs and/or WBEs; by the Bidder or Proposer entering into oneor more enforceable subcontracting agreements with one or more MBE snd WBE; by the Bidder or Proposerestablishing and carrying out an enforceable mentor/prot(ige agreement with one or more MBE and WBE;by the Bidder or Proposer actively engaging ths Indirect Participation of one or more MBE and WBE in otheraspects of its business; or by sny combination of the foregoing, so long as ths Utfiization Plan evidences scommitmsnt to meet the MBE and WBE Contract goals set forth in (B) above, ss approved by the Oflice ofContract Compliance.

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

E. Unless specifically waived in the Bid or Proposal Documents, this General Condition, GC-19;, the Ordinance;and the policies and procedures promulgated thereunder shall govern. If there is a confiict between this GC-19and the Ordinance or the policies and procedures, the Ordinance shall control.

F. A Contractor's failure to carry out its commitment regarding M BE and WBE participation in the course of theContract'4 performance may consfitute s material breach of ths Contract. If such breach is not appropriatelycured, It may result in withholding of payments under the Contract, contractual penalties, disqualification andany other remedy provided for in DiMision 4 of the Procurement Code at lsw or in equity.

II. REQUIRED BID OR PROPOSAL SUBMITTALS

A Bidder or Proposer shall document its commitment to meeting the Contract specific MBE and WBE particlpationgoals by submitting a Utfiizstion Plan with the Bid or Proposal. Ths Utilization Plan shall include (1) one or morsLetter(s) of Intent from the relevant MBE and WBE firms; and (2) current Lefiem cf Certification as an 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 Efforts and an explanafion of its inability to meet the goals forMBE and WBE participation. The Utilization Plan shall be submitted at the time that the bid or proposal is due.Failure'to include a Utilizatlon Plan wffl render the submission not Responsive and shall be cause for theCPO to mject the Bid or Proposal.

GC-8 3/2015

Page 23: New Inc. - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1545-14762.pdf · 50dder: new orleans teleort, inc. cook county government office aflie chief

CONTRACT NO. 1545-14762

GENERAL CONDITIONS

GC-19 MINORITY AND WOMEN BUSINESS ENTERPRISESCOOK COUNTY ORDINANCE CHAPTER 34. DIVISION 8 SECTION 34-250 to SECTION 34agfi Icon't.)

MBE/WBE Utilizafion Plan

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

1. Letter/s\ 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 and the Bidder or Proposer. The Letter(s) of Intent will be used to confirm that each MBE and WBEshall perform work as a subcontractor, supplier, joint venture, or consultant on the Contract. Each Letter of

.Intent shall indicate whether and the degree to which the MBE or WBE will provide goods or services directlyor indirectly during the term of the Contract. The box for direct parieipafion shall be marked if the proposedMBE or WBE will provide goods or services directly related to ths scope of the Contract. The box for Indirectparticipation shall bs marked if the proposed MBE or WBE will not be directly involved in the Contract butwill be utilized by the Bidder or Proposer for other services not related to the Contract. Indirect Participationshall 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 wfil render the submission 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, asmsy be amended through change orders.

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

2. Letter(sl of Certification

Only current Letter(s) of Certification from ons of the following sntifiss may be accepted as proof ofcertification for MBE/WBE status, provided that Cook County's requirements for certification are met;

~ County of Cook

~ City of Chicago

Persons that are currently certified by the City of Chicago in any area other than Construction/Public Worksshall also complete and submit a MBE/WBE Reciprocal Certification Atfidavit along with s current letter ofcertification from the City of Chicago. This Affidavit form can be download ed frzim

www.cookcountvil.oov/contractcomoliance.

Ths Contract Compliance Director may reject ths 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.

GC-9 3/2015

Page 24: New Inc. - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1545-14762.pdf · 50dder: new orleans teleort, inc. cook county government office aflie chief

CONTRACT NO. 1545-14752

GENERAL CONDITIONS

GC-19 MINORITY AND WOMEN BUSINESS ENTERPRISESCOOK COUNTY ORDINANCE CHAPTER 34. DIVISION 8 SECTION 34-280 to SECTION 34300 Icon't. I

3. Joint Venture Affidavi

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

B. Petition for Reducbon/Waiver

In the event a Bid or Proposal does not meet the Contract specific goals for MBE snd WBE participation, theBid or Proposal shall include a Petition for Reducgon/Waiver, as set forth on Form 3. The Petition forReduction/Waiver shell be supported by sufficient evidence and documentation to demonstrate the Bidder orProposer's Good Faith Efforts in attempting to achieve the applicable MBE snd WBE goals, and its inabilityto do so despite ils Good Faith Eff'orts.

Failure to include Petition for Reduction/Waiver will render the submission not Responsive and shallbe cause for ths CPO to reject the Bid or Proposal.

III. REDUCTION/WAIVER OF MBE/WBE GOALS

A. Grantino or Denvino a Reduction/Waiver Reouest.

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

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

3. The Contract Compliance Director or his or her duly authorized Waiver Committee may grant or denythe Petition for Reduction/Waiver based upon factors including but nct limited to: (a) whether sufffcientqualified MBE and WBE firms are unavailable despite good faith efforts on the part of the Bidder orproposer; (b) the degree to which specifications and the reasonable and necessary requirements forperforming the Contract make it impossible or economically infeasible to divide ths Contract intosufficiently small tasks or quanNies so as to enable the Bidder or Proposer to utilize MBE and WBEfirms in acrzirdance with the applicable goals; (c) the degree to which the prices or prices required byany potential MBE or WBE are more that 10% above competitive levels; and (d) such other factors asare determined relevant by the Contract Compliance Director or the duly authorized Waiver Committee

4. If ths Contract Compliance Director or the duly authodized Waiver Committee determines that theBidder or Proposer has not demonstrated sufficient Good Faith Efforts to meet the applicable MBE andWBE goals, the Contract Compliance Director or the duly authorized Waiver Committee may deny aPetition for Reduction/Waiver, declare the Bid or Proposal non-responsive, and recommend rejection ofthe Bid, Quotaffon, or Proposal.

GC-10 3/2015

Page 25: New Inc. - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1545-14762.pdf · 50dder: new orleans teleort, inc. cook county government office aflie chief

CONTRACT NO. I 545-14762

GENERAL CONDITIONS

GC-19 MINORITY AND WOMEN BUSINESS ENTERPRISESCOOK COUNTY ORDINANCE CHAPTER 34. DIVISION 8 SECTION 34-260 to SECTION 34400 icon't.)

IV. CHANGE8 IN CONTRACTOR'S UTILIZATION PLAN

A. A Contractor, during its performance of the Contract, may not change the original MBE or WBEcommitments specih'ed 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 s MBE/WBE, or decreasing the price to aMBE/WBE, except as otherwise provided by the Ordinance and according to ths policies and procedurespromulgated thereunder.

Where a Person listed under the Contract was previously considered to be a MBE 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 the disqualified enterprise, upon proper written notification tothe Contract Cornplianoe Director, and make every effort to identify and engage a qualified MBE or WBE asits replacement. Failure to obtain an MBE or WBE replacement within 30 business days of the ContractCompliance Director's written approval of the removal of a purported MBE or WBE may result in thetermination of the Contract or the imposition of such remedy authorized by the Ordinance, unless a writtenPetition for Reducbon/Waiver is granted allowing the Contractor to sward 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 contradual commitments or any portion of theOrdinance, the policies and procedures promulgated thereunder, or this GC-19, the Contract Compliance Directorshall nogfy the Contractor of such determinafion and may take any and all appropriiate actions as set forth in theOrdinance or the policiss and procedures promulgated thereunder which includes but is not limited to disqualification,

'enalties, withholding of payments or other remedies in law or equity.

VI. REPORTING/RECORD-KEEPING REQUIREMENTS

The Contractor shall comply with the reporfing and record-keeping requirements in the manner and time establishedby ths Ordinance, the policiss and procedure promulgated thereunder, and the Contract Compliance Director,Failure to comply with such reporting and record-keeping requirements may result in a declaration of Contract default,Upon award of a Contract, a Contractor shall acquire and utilize all Cook County reporting and record-keeping formsand methods which are made available by the Office of Contract Compliance. MBE and WBE finns shall be requiredto verify payments made by and received from the prime contractor.

Vll. EQUAL EMPLOYNIENT OPPORTUNITY

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

Any questions regarding this section should be directed to:

Contract Compliance DirectorCook County

118 North Clark Street, Room 1020Chicago, glinois 60602(312) 603-5502

GC-11 3/2015

Page 26: New Inc. - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1545-14762.pdf · 50dder: new orleans teleort, inc. cook county government office aflie chief

CONTRACT NO. 1545-14762

GENERAL CONDITIONS

GC-20 MATERIAL DATA SAFETY SHEET

Where required under the illinois "Toxic Substance 'Disclosure to Employees Ad", illinois 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 CONTRACTOR

The 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 may bs Incompatible with sny interest of the County. The Contractor shalltake nofice of and comply with the Cook County Lobbyist Registration Ordinance, Section 2-621 et al., Cook CountyCode. The Contractor shall not use for pemonal gain or make other improper use of privileged information which isacquired in connection with the Contract.

GC-22 ACCIDENT REPORTS

The Chief Procurement OIEcer and Director shall be given written notificsfion within twenty-four (24) hours of anyoccurrence, on the site or otherwise, which pertains in any way to the performance of this Correct and involves theContrarXoys personnel, or those of any of his subcontractors or others whether miid occurrence be in the nature of bodilyinjury to employees or thinl parties or property damage.

The report shall Include the name of person(s) injured, name of his employer, date, time and location of occurrence,extent of injury and/or damage, name(s) of eyewitnesses, and who treated the person(s) for injuries sustained, and suchother information as msy be relevant. The Contractor shall nobfy the local police of any occurrence requiring an olgcialpolice record. The accident report should indicate whether the police were nobTied and, if so, the number of the policereport.

GC-2$ USE OF PREMISES

Contractor shall confer with the Director to ascertain full knowledge of all rules and regulations of the County faciligesrelative to this Contract and shall comply therewith. The Contractor shall confine the operations of ks employees to thelimits indicaled by laws, ordinances, permits and/or direction of the Director snd shall not encumber the premises withmaterials or debris. The Contractor shall not load or permit any part of the structure to be loaded with a weight that will

endanger its structural integrity,

The County reserves the right to prohibit any person from entering any County facility for any reason. All

subcontractors, agents and employees of.the Contractor shall be accountable to the Director while on any Countyproperty snd shall abide by all security regulafions imposed by the County.

GC.24 GENERAL NOTICE

All notices required pursuant to this Contract shall be in wdgng and addressed to the parties at their respecbveaddresses set forth below. All such notices shall be deemed duly given if hand delivered or if deposited in the UnitedStates mail, registered or cerbfied, return tea.ipt requested. Notice as provided herein does nol waive service ofsummons or process.

TO THE COUNTY:

Chief Procurement Officer

County of CookRoom 1018County Building

118 North Clark StreetChicago, illinois 60602

(Reference County Contract Number)

GC-12 3/2015

Page 27: New Inc. - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1545-14762.pdf · 50dder: new orleans teleort, inc. cook county government office aflie chief

CONTRACT NO, 1545-14762

GENERAL CONDITIONS

GC-24 GENERAL NOTICE icon't.i

TO THE CONTRACTOR:

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

GC-25 TERMINATION FOR CONVENIENCE

The County may terminate this Contract, or any portion, st sny time by notice in writing Bom the County to theContractor. Unless otherwise stated in the notice, the sffecbve date of such termination shall bs three business daysafter the date the notice of termination is mailed by the County. If the County elects to terminate the Contract in full,

unless olherwise specified in the notice of termination, the Contractor shall immediately cease performance and shall

promptly tender to the County all work produds, reviews, recommendations, reports, documents and analyses, whether

completed or in process. If the County elects to terminate the Contract in part, unless othenvise speciTied in the nogce ofpartial termination, ths Contractor shall immediately cease performance of Ihose portions of the Contract which areterminated and shall promptly tender to ths County all work products, reviews, recommendations, reports, documents

and analyses relating to said portions of the Contract, whether completed or in process. Contractor shall refrain from

incurriing any further costs with respect to portions of the Contract which are terminated except as specifically approved

by the Chief Procurement CNficer. The Conbactor shall not invoice the County for any goods, equipment, supplies or

services provided after the egsctive date of termination.

GC.25 GUARANTEES AND WARRANTIES

Unless otherwise stated herein, all guarantees and warranties required shall be furnished by the Contractor and shall bedelivered to the Director before final payment on the Contract 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 thsContractor gives to any customer for the same or substantially similar Contract goods, equipmsnt, supplies or services

and that the rights and remedies so provided are in addition to and do not limit any rights afforded to County.

GC-27 STANDARD OF CONTRACT GOODS. EQUIPMENT OR SUPPLIES

Only new, originally manufactured Contract goods, equipment or supplies will be accepted by the County. The County

will not accept any Contract goods, equipment or supplies that have been refurbished, rebuilt, restored or renovated in

any manner. In addition, experimental materials will not be acceptable. Conlrsct goods, equipment or supplies not

produced by regular producbon methods and/or which have not been offered for sale to the public through acceptedindustry trade channels for a reasonable period of time prior to the offering of the proposal, will be considered

experimental.

GC-25 CONFIDENTIALITY AND OWNERSHIP OF DOCUMENTS

Contractor acknowledges and agrees that informatiori regarding this Contmctis confidential snd shall not bs disdosed,

directly, indirectly or by impkcation, or be used by Contractor in any way, whether during the term of this Contract or at

any time Ihereaiter, except solely as required in the course of Contractor's performance of the Conbact. Contractor shall

comply with the applicable privacy laws and regulations alfecgng the County and will not disclose any of Counly's

records, materials, or other data to any third party. Contractor shall not have the right to compile and distribute statistical

analyses and reports utilizing data derived from information or date obtained from County without ths prior written

approval of County, In the event such approval is given, any such reports published and distriibuted by Contractor shall

be furnished to County without charge.

All documents, data, studies, reports, work pmduct or product created as a msult of the performance of this Contract

shall be the property 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 its

own purposes or to be copied and used by any third parly. During the performance of the services herein pnivided for,

the Corriractor shall be responsible of any loss or damage to the County's documents while they are in the Contractor's

possession, and any such document lost or damaged shall be restored at the expense of the Contractor.

GC-1 3 3l2015

Page 28: New Inc. - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1545-14762.pdf · 50dder: new orleans teleort, inc. cook county government office aflie chief

CONTRACT NO. I 545-14762

GENERAL CONDITIONS

GC-29 QUANTITIES

The quanWies of materials required for the performance of the Contract are estimates for the purpose of determining anapproximate total Contract amount and may not be the actual quantities required during ths term of the Contract. TheCounty reserves the riight to increase or decrease the quangges at the Contract price, to correspond to the actual needsof the County. The County will be obligated to order and pay for only such quanSies as are from fime to time ordered,delivered, and accepted on purchase orders issued by the Chief Procurement Ollicer.

GC.30 AUDIT: EXAMINATION OF RECORDS

The Contractor agrees thm the Cook County Auditor or any of ils duly authorized representatives shall, until expiration ofthree (3)years after the gnat payment under the Contract, have access and the right to examine any books, documents,papers, canceled checks, bank statements, purveyor's and alber invoices, and mcords of the Contractor related to theContract, or to Contracts/s compliance wilh any term, condition or provision thereof. The Contractor shall beresponsible for establishing and maintaining records sufficient to document the coals associated with performance underths tenne of this Contract.

The Contractor further agrees that it shall include in all of its subcontracts hemunder a provision to the effect that thesubcontmctor agrees that the Cook County Auditor or any of ils duly authorized representatives shall, until expiration ofthree (3) years after final payment under the subcontract, have access and the right to examine any books, documents,papers, canceled checks, bank statements, purvsyoris and other invoices and records of such subcontractor Involvingtransacbons 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 mceives payment under the Contract, reimbursement for which is later disallowed by theCounty, the Contractor shall promptly refund the disallowed amount to the County on request, or at the County's option,ths County may credit the amount disallowed from the next payment dus or to become due to the Contractor under anycontract with ths County.

GC-31 GOVERNING LAW

This Contract shall be governed by and construed under the laws of the State of illinois. Ths Contractor irrevocablyagrees that, subject to the County's sole and absolute election, any action or proceeding in any way, manner or respectarising out of ths Contract, or arising from any dispute or controversy in connsckon with or related to ths Contract, shallbe litigated only in courls within the Circuit Court of Cook County, State of Illinois, and the Contractor consents andsubmits to the jurisdiction thereof. In accordance with these provisions, Contractor waives any right it may have totransfer or change the venue of any litigation brought against it by the County pursuant to this Conbact.

GOD COOPERATION WITH INSPECTOR GENERAL

Contractors, subcontractors, licensees, grantees or persons or businesses who have a County contract, grant, license,or cerliiicalion of eligibility for County contracts shall abide by all of the applicable provisions of the Office of theIndependent Inspector General Ordinance (Section 2-281 eL seq. of the Cook County Code of Ordinances). Failure tocooperate as required may result in monetary and/or other penalfies.

GOD WAIVER

No term or provision of this Contract shall be deemed waived and no breach consented to unless such waiver orconsent shall be in writing and signed by the party claimed to have waived or consented. The waiver of any suchprovision shall be strictly limited to the identiged term or provision.

GC-14 3/2015

Page 29: New Inc. - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1545-14762.pdf · 50dder: new orleans teleort, inc. cook county government office aflie chief

CONTRACT NO. 1545-14762

GENERAL CONDITIONS

GC-34 ENTIRE CONTRACT

It ls expressly agreed that ths provisions sst forth in this Contract constitute all the understandings and agreementsbetween the parties. Any prior agreements, promises, negotiations, or representations not expressly set forth in thisContract are of no force and effect.

GC-35 FORCE MAJEURE

Neither Contractor nor County shall be liable for falling to fuNII any obligation under this Contract if such failure is causedby an 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-38 GOVERNMENTAL JOINT PURCHASING AGREEMENT

Pursuant to Section 4 of the illinois Governmental Joint Purchasing Act (30 ILCS 525) and ths Joint PurchaseAgreemsnt approved by the Cook County Board of Commissioners (Apriil 9, 1965), other units of government maypurchase goods, supplies, equipment or services under this Contract.

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

GC-37 COMPARABLE GOVERNMENT PROCUREMENT

As permitted by the County of Cook, other government entibes, if authorized by lsw, may wish to also purchase thegoods, supplies, services or equipment under the same terms and condiffons contained in this Contract (i.e.,comparable government procurement). Each entity wishing to reference this Contract must have prior authoriization

from the County of Cook and the Contractor. If such participation is authorized, ail purchase orders will be Issueddirectly from snd shipped directly to the entity requiring the goods, supplies, equipment or services. The County shallnot be held responsible for any orders placed, deliveries 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 ConhacL

GC-38 FEDERAL CLAUSES

The following provisions apply to sll Contracts which are funded in whole or in part with federal funds.

1. Interest of Members of or Deleoates to the United States Concress

In accordance with 41 U.S.C.g 22, the Contractor agrees that it will 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 or Fraudulent Ratsments and Claims

(a) The Contractor recognizes that the requirements of the Program Fraud Civil Remedies Act of 1g86as amended, 49 U.S.C. gg 3081 et seq and U.S. DOT regulations, "Pmgram Fraud CivilRemedies,'9 C.F.R. Part 31, apply to its actions pertaining to the Contract. Accordingly, bysigning the Contract, ths Contractor certifies or affirms the truthfulness and accuracy of anystatement it has made, it makes, or it may make pertaining to the Contract, including withoutlimitation any invoice for its services. In addition to other penalties that may be applicable, theContractor also acknowledges that if it makes a false, fic33ous, or fraudulent claim, statement,submission, or certification, the Federal Government reserves the right to impose the penalties ofths Program Fraud Civil Remedies Act of 1986, as amended, on the Contractor to the extent theFederal Government deems appropriate.

GC-1 5 3/2015

Page 30: New Inc. - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1545-14762.pdf · 50dder: new orleans teleort, inc. cook county government office aflie chief

CONTRACT NO. 1545-14762

GENERAL CONDITIONS

GC-38 FEDERAL CLAUSES icon'1.)

(b) The Contractor also acknowledges that if it makes a false, fictitious, or fraudulent claim, statement,submission, or certification to the County or Federal Government in connection with an urbanizedarea formula project financed with Federal assistance authorized by 49 U.S.C. fi 5307, theGovernment reserves the right to impose on the Contractor the penalties of 18 U.S.C. fi 1001 and49 U.S.C.g 5307(n)(1), to the extent the Federal Government deems appropriate.

Federal Interest in Patents

(a) General: lf 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 invention, improvement. ordiscovery is patentable under the laws of the Unites States of America or any foreign country, 1heContractor agrees to notify County immediately and provides detailed report

Federal Rights. Unless ths Federal Government later makes a contrary determination in writing,

ths rights snd responsibilities of the County, Contractor, and the Federal Government pertaining tothat invention, improvement, or discovery will be determined in accordance with applicable Federallaws and regulations, Including any waiver thereof. Unless the Federal Government later makes acontrary determination iri writing, the Contractor agrees that, irrespective of ils status or the statusof any subcontractor at any tier (e.g., a large business, small business, non-profit oiganization,Institution of higher education, indivlduafi, the Contractor agrees it will transmit tc the FederalGovernment those rights due the Federal Government in any invention resulkng from the contrack

Federal Interest in Data and Coovriohts

(a) Definition. The term "subject data" used in this section means recorded information, whether or not

copyrighted, that is delivered or specified to bs delivered under the Contract. Examples include,

but are not limited, to: computer software, engineering drawings and associated lists,specificakons, standards, process sheets, manuals, techiiicsl reports, catalog item identifications,

and related information, The term "subject data" does not indude financial reports, cost analyses,and similar information incidental to Contract administration.

(b) Federal Restrictions. The following restricfions apply to afi subject date first produced in theperformance of the Contract. Except as provided in the Contract snd except for its own internal

use, the Contractor may not publish or pubficly 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 ofthe County and the Federal Government, until such time as the Federal Government may have

either released or approved the release of such data to the public.

(c) Federal Rights in Data and Copyrights. In scx:ordancs with subparts 34 and 36 of the Common

Rule, the County and the Federal Government reserve a 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. Without thecopyright owner's consent, the County and Federal Government may not extend their license toother parties.

(1) Any subject data developed under the contract or subagreemsnt financed by a federal

Grant Agreement or Cooperative Agreement, whether cr not a copyright has beenobtained; and

(2) Any riights of copyright which the Contractor purchases ownership with Federalassistance.

GC-16 3/2015

Page 31: New Inc. - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1545-14762.pdf · 50dder: new orleans teleort, inc. cook county government office aflie chief

CONTRACT NO, 1545-14762

GENERAL CONDITIONS

GC-38 FEDERAL CLAUSES icon't.l

(d) Special Federal Rights for Planning Research and Development Projects. When the Federal

Government provides financial assistance for a planning, research, development, or demonstration

project, its general intenfion is to increase public knowledge, rather than limit the benefits of the

project to participants in the project. Therefore, unless the Federal Government determines

otherwise, the Contractor on a planning, research, development, or demonstration project agrees

that, in addition to the rights in data and copyrtights sst forth above, the County or Federal

Government may make aveilabls to any third party either a license In ths copyright to ths subject

data or a copy of the subject data. If the pioject is not completed for any reason whatsoever, sll

data developed under the project will become subject data and will be delivered as the County or

Federal Government may direct. This subsection, however, does not apply to sdaptions of

automabc data processing equipment or previously existing software programs for the County's usewhose costs are financed with Federal transportation funds for capital projects.

(e) Hold Harmless. Unless prohibited by stats law, upon request by the County or ths Federal

Government, the Contractor agrees to indemnify, save, and hold harmless the County and the

Federal Government a'nd their officers, agents, and employees acting within the scope of their

official duties against any liability, Including costs and expenses, resulting from any willful or

intentional violation by the Contractor of proprietary rights, copyrights, or right of privacy, arising out

of the publication, translation, reproduction, delivery, uss, ordisposition of any data furnished under

the Contract. Ths Contractor will not be required to indemnify ths County or Federal Government

for any such liability arising out of the wrongful acts of employees or agents of the County or

Federal Government.

(t) Restrictions on Access to Patent Rights. Nothing contained in this section on rights in data will

imply a license to ths County or Federal Government under any patent or be construed as affecting

the scope of any license or other right otherwise granted to the County or Federal Government

under any patent.

(g) Application on Materials Incorporated into project. The requirements of Subsections 2, 3, and 4 of

this Secbon do not apply to material furnished by the County and incorporated into the work.

Records and Audits

Contractor will deliver or cause to be delivered all documents (induding but not limited to all Deliverables

and supporting data, records, graphs, charts and notes) prepared by or for the County under the terms of

this Agreement to the County promptly in accordance with the time limits prescribed in this Contract, and if

no time limit is specified, then upon reasonable demand therefor or upon termination or completion of ths

Services hereunder, In the event of the failure by ths Contractor to make such delivery, then and in that

event, the Contractor will pay to County reasonable damages the County may sustain by reason thereof.

The County and the Federal Government will have the rtight to audi all payments made to the Contractor

under this Agreement. Any payments to the Contractor which exceed the amount to which the Contractor is

entitled under the terms of this Agreement will bs subject to set-off.

The Contractor will keep and retain records relating to this Agreement and will make such records availabls

to representatives of the County and the Federal Government, including without limitation the sponsoring

federal agency, other participating agencies, and the Comptroller General of the United States, at

reasonable times during the perfonnance of this Agreement snd for at least five years after termination of

this Agreement for purposes of audit, inspection, copying, transcribing and abstracting.

No provision in this Agreement grsnfing the County or ths Federal Government a right of access to records

is intended to impair, limit or alfect any right of access to such records which the County or the Federal

Government would have had in the absence of such provisions.

GC-17 312015

Page 32: New Inc. - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1545-14762.pdf · 50dder: new orleans teleort, inc. cook county government office aflie chief

CONTRACT NO, 1545-14762

GENERAL CONDITIONS

GC-38 FEDERAL CLAUSES icon't.i

Environmental Reouirements

The Contractor recognizes that many Federal and state laws imposing environmental and resourceconservation requirements may apply to the ContracL Some, but not all, of the major Federal Laws thatmay affect the Contract include: the National Environmental Policy Act of 1969, as amended, 42 U.S.C. jig4321 et seq 4 the Clean Air Act, as amended, 42 U.S.C.55 7401 et ssq. and scattered sections of 29 U.S.C;the Clean Water Act, as amended, scattered sections of 33 U.S.C. and 12 U.S,CJ the ResourceConservation and Recovery Act, as amended, 42 U.S.C. 55 8901 et ssqu and the ComprehensiveEnvironmental Response, Compensation, and Liability Act, as amended,'42 U.S.C. gtJ'601 et seq. TheContractor also recognizes that U.S. EPA, U.S. DOT and other agencies of the Federal Government haveissued and are expected in the future to issue regulations, guidelines, standards, orders, directives, or otherrequirements that may affect the ContracL Thus, the Contractor agrees to adhere to, snd impose on itssubcontractors, any such Federal requirements as the Federal Government may now or in the futurepromulgate, Listed below are requirements of particular concern.

The Contractor acknowledges that this list does not constitute the Contractor's entire obligation to meet all

Federal environmental and resource conservafion requirements. The Contractor will include theseprovisions in afi subcontracts.

(a) Environmental Protection. The Contractor agrees to comply with the applicable requirements of theNational Environmental Policy Act of 1969, as amended, 42 U.S.C. 55 4321 et seq. in accordancewith Executive Order No. 12898, "Federal Actions to Address Environmerdal Justice in Minority

Populations and Low-Income Populations," 59 Fsd. Reg. 7829, Feb. 16, 1994; U.S. DOT statutoryrequirements on environmental matters at 49 U.S.C. g 5324(b); Council on Environmental Quality

regulations on compliance with the National Environmental Policy Act of 1989, as emended, 40C.F.R. Part 1500 et seqq and U.S. DOT regulations, "Environmental Impact and RelatedProcedures," 23 C.F.R.Part 771 and 49 C.F.R.Part 622.

(b) Air Quality. The Contractoragrees to comply with all applicable standards, ordem, or regulations

issued pursuant to the Clean Air Act, as amended, 42 U.S.C. Qg 7401 et seq. Specifically, theContractor agrees to comply with applicable requirements of U.S. EPA regulations, "Conformity toState of Federal Implementation Plans of Transportation Plans, Programs, and Pmjscts 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 State or Federal Implementation Plans," 40C.F.R. Part 93. The Contractor further agrees to report and require each subcontractor at any tierto report sny violation of these requirements resulting from any Contract implementation activity tothe County and the appropriate U.S. EPA Regional Office.

(c) Clean Water. The Contractor agrees to comply with all applicable standards, orders, or regulations

issued pursuant to the Federal Water Pofiulion Control Act, as amended, 33 U.S.C. gq 1251 et seq.The Contractor further agrees to report and require each subcontractor at any tier to report anyviolation of these requirements resulting from any Contract implementation acfivity to the Countyand the appropriate U.S. EPA Regional Olfice.

(d) List of Violating Facilities. The Contractor agrees that any facility to be used in the performance ofthe Contract or to benefit from the Contract will not be listed on the U.S. EPA List of Violating

Facilities ("List"), and the Contractor will promptly notify the County if the Contractor receives anycommunication from the U.S. EPA that such a facility is under consideration for inclusion on theList.

GC-18 3/2015

Page 33: New Inc. - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1545-14762.pdf · 50dder: new orleans teleort, inc. cook county government office aflie chief

CONTRACT NO. 1545-14762

GENERAL CONDITIONS

GC-38 FEDERAL CLAUSES icon't.)

(e) Preference for Recycled Products. To the extent practicabls and economically feasible and to theextent that it doss not reduce or impair the quality of the work, the Contractor agrees to userecycled products in performance 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 ResoumeConservation and Recovery Act, as amended, 42 U.S.C. q 6962.

7. No Excluslonarv or Discrimlnstorv Soeclficatlons

Apart from inconsistent requirements imposed by Federal statute or regulations, the Contractor agrees that it

will comply with the requirements of 49 U.S.C. g 5323(h)(2) by refraining from using any Federal assistanceto support subcontracts procured using exclusionary or discriminatory specifications.

8. Cards Preference - Uss of United States Flao Vessels

The Contractor agrees to comply with U.S. Maritime Administration regulations, "Cargo-Preference —U.S.Flag Vessels," 49 C.F.R. Part 381, and to include the clauses required by those regulations, modified asnecessary to identify the affected parties, in each subcontract or subagreement involving equipment,matedials, or commodities suitable for transport by ocean vessel.

9. Flv America

Section 14.c of the Master Agreement states that if the contract. or subcontracts may involve the

international

transportation of goods, equipment, or personnel by sir, the contract must require Contractorsand subcontractors at every tier to uss U.S.-flag air cardiers, to the extent service by these cardiem isavailable. 49 U.S,C. 40118 and 4 C.F.R.Part 52.

10, No Federal Government Oblioations to Third Parties

The Contractor agrees that, absent the Federal Government's express written consent, the FederalGovernment will not be subject to any obligations or liabilities to any contractor or any other person not aparty to the Grant Agreemsnt or Cooperative Agreement between the County and the Federal Governmentwhich is a source of funds for this Contract. Notwithstanding any concurrence provided by the FederalGovernment in or approvai of any solicitation, agreement, or contract, the Federal Government continues tohave no obligations or liabilities to any party, including the Contractor.

11. Allowable Costs

Notwithstanding any compensation provision to the contrary, the Contractor's compensation under thisContract will be limited to those amounts which ars allowable and allocabls to the Contract in accordance

with OMB Circular A-87 and the regulations in 49 C.F.R.Part 18. To the extent that an audit reveals that theContractor has received payment in excess of such amounts, the County may offset such excess paymentsagainst any future payments due to the Contractor and, if no future payments are due or if future paymentsare less than such excess, the Contractor will promptly refund the amount of the excess payments to theCounty.

12. Trade Restrictions

Contractor certifies that neither it nor any Subcontractor.

GC-19 3/2015

Page 34: New Inc. - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1545-14762.pdf · 50dder: new orleans teleort, inc. cook county government office aflie chief

CONTRACT NO. 1545-14762

GENERAL CONDITIONS

GC-38 FEDERAL CLAUSES Icon't.l

(a) is owned or controlled by one or more citizens of a foreign country included in the list of countriesthat discdminate against U.S, firms published by ths Oflice of the United States TradeRepresentative (USTR);

(b) has knowingly entered into any contract or subcontract with a person that is a ciTizen or national ofa foreign country on said list, nor is owned or controlled directly or indirectly by one or more citizensor nationals of a foreign counby on said list;

(c) will procure, subcontract for, or recommend any product that is produced in a foreign country onsaid list

Unless the restrictions of this clause are waived by the Secretary of Transportation in accordance with 49CFR 30.17, no Notice-to-Proceed will be issued to an entity who is unable to certify to the above. If

Contractor knowingly procures or subcontracts for the'upply of any 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 will incorporate this provision for cerlNcation without modification in eachsubcontract. Contractor may rely on the certification of a prospective Subcontractor unless it hss knowledge

that the certification is erroneous. Contractor will provide immediate written notice to the County if it learnsthat its certificafion or that of a Subcontractor was erroneous when submitted or has become erroneous byreason of changed circumstances. Each Subcontractor must agree to provide written nogce to Contractor if

at any time it learns that its cerfrgcation was erroneous by reason of changed circumstances. Nogiing

contained in the foregoing will be construed to require establishment of a system of records in order torender, in good faith, the certification required by this provision.

The knowledge and information of the Contractor is not required to exceed that which is normally possessedby a prudent person in the ordinary course of business dealings.

This certification concerns a matter within the jurisdicbon of an agency of the United States of America andthe making of a false, fictitious, or fraudulent certification may render the maker subject to prosecution under

Title 18, United States Code, Section 100.

13. Contract Work Hours and Safetv Standards Act

If applicable according to their terms, the Contractor agrees to comply snd assures compliance with secbons102 and 107 of the Contract Work Hours and Safety Standards Act, as amended, 40 U.S.C. 5g 327 through

333, and implemenbng U.S. DOL regulations, "Labor Standards Provisions Applicable to ContractsGoverning Federsgy Financed and Assisted Construcgon (also Labor Standards Provisions Appllcabls toNonconstruction Contracts Subject to the Contract Work Hours and Safety Standards Act)," 29 C.F.R.part

5; and U.S. DOL regulation, "Safety and Health Regulations for Consbuction," 29 C.F.R. Part 1928, In

. addition to other requirements that msy apply:

(a) In accordance with section of the Contract Work Hours and Safety Standards Act, as amended, 40U.S.C. 55 327 through 332, the Contractor agmss and assures that, for ths Contract, ths wages ofevery mechanic and laborer will be computed on the basis of a standard work week of 40 hours,and that each worker will be compensated for work exceeding the standard work week at a rate ofnot less than 1.5times the basic rate of pay for ag hours worked in excess of 40 hours in the workweek. The Contractor agrees that determinabons pertaining to these requirements will be made in

accordance with applicable U.S. DOL regulations, "Labor Standards Provisions Applicable toContracts Governing Federally Financed and Assisted Construction (also Labor Standardsprovisions Applicable to Nonconstruction Contracts Subject to ths Contract Work Hours and SafetyStandards Act)," 29 C.F.R.Part 5.

GC-20 3/2015

Page 35: New Inc. - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1545-14762.pdf · 50dder: new orleans teleort, inc. cook county government office aflie chief

CONTRACT NO. 1545-14762

GENERAL CONDITIONS

GC-38 FEDERAL CLAUSES icon't.)(b) In accordance with section 107 of the Contract Work Hours and Safety Standards Act, as

'mended, 40 U.S.C. 8 333, the contractor agrees and assures that no laborer or mechanic workingon s construction contract will be required to work in surroundings or under working conditions thatare unsanitary, hazardous, or dangerous to his or her health and safety, as determined in

accordance with U.S. DOL regulations, "Safety and Health Regulations for Construction," 29 C.F.RPart 1926.

14. Veteran's Preference

In the employment of labor (except in executive, administrative, and supervisory posigons), preference will

be given to Vietnam-era veterans and disabled veterans. However, this preference msy be given onlywhere individuals are available and qualified to perform the work to which employment relates.

15. Coovrioht Ownershio

Consultant and the County Intend that, to the extent permitted by law, the Deliverables to be produced byConsultant at the County's instance and expense pursuant to this Agreement are conclusively deemed"works made for hire" within the meaning and punriew of Section 101 of the United States Copyriight Act, 17U.S.C. $101 et seq. (the "Copyright Act"), and that the County will be the copyright owner of the Deliveiablesand of all aspects, elements and components of them in which copyright can subsist.

To ths extent that any Deliverable does not qualify as a "work made for hire," Consultant irrevocably grants,conveys, bargains, sells, assigns, transfers and delivers to the County, its successors and assigns, all right,title and interest in and to the copyrights and ag U.S. and foreign copyright registrations, copyrightapplications snd copyright renewals for them, and other intangible, intellectual properly embodied in orpertaining to the Deliverables prepared for the County under this Agreement, free and clear of any liens,claims or other encumbrances, to the fullest extent permitted by law. Consultant will execute all documentsand perform ell acts that the County may reasonably request In order to assist the County in perfecbng itsrights in and to the copyrights relating to the Deliverables, at the sole expense of the County.

Consultant warrants to County, its successors and assigns, that on the date of transfer Consultant is thelawful owner of good and marketable title in and to the copyrights for the Deliverables and has the legalrights to fully assign them. Consultant further warrants that it has not assigned any copyrights nor grantedany licenses, exclusive or nonexclusive, to any other party, and that it is not a parly to any other agreementsor subject to any other restrictions with respect to the Dellverables. Consultant warrants snd represents thatthe Deliverables are complete and comprehensive, and the Deliverables are a work of original authorship.

Accessibiiitv Comoliance

If this Agreement involves design for construction, the Consultant warrants that all design documentsproduced or utilized under this Agreement and sll construction or alterations undertaken under thisAgreement will comply with ell federal, state and local laws and regulations regarding accessibility standardsfor persons with disabilities or environmentally limited persons including, but not limited to, the following- theAmericans with Disabilities Act of 1990, 42 U.S.C. g 12101 et seq. and the Americans with Disabilities Arri

Accessibility Guidelines for Buildings and Facilities ("ADAAG"); the Architectural Barriers Act, Pub. L, 90A80(1988), and the Uniform Federal Accessibility Standards ("UFAS"); and the illinois Environmental BarriersArri, 410 ILCS 25/1 et ssq., and all regulations promulgated thereunder, see Illinois Administrative Code,Title 71, Chapter 1, Section 400.110. If the above standards are inconsistent, the Consultant must complywith the standard providing the greatest accessibility. Also, the Consultant must, prior to construction,

review the plans and specifications to insure compliance with the above referenced standards. If theConsultant fails to comply with ths foregoing standards, the Consultant must perform again, at no expense,all services required to bs re-performed as a direct or indirect result of such failure.

GC-21 3/2015

Page 36: New Inc. - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1545-14762.pdf · 50dder: new orleans teleort, inc. cook county government office aflie chief

CONTRACT NO 1545-14762

GENERAL CONDITIONS

GC-38 FEDERAL CLAUSES icon't.l

17. Visual Riohts Act Waiver

The 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. $ 101 et seq.) (the "Copyright Act") in anywork of visual art that may be provided pursuant to this Agresrsent. Also, the Consultant/Contractorrepresents and warrants that the Consultant/Contractor has obtained a waiver of Section 106A and Secgon113of the Copyright Act as necessary from any employees and subcontractors, if any.

18. Equal Emolovment Oooortunitv

All contracts shall contain a provision requiring compliance with E.O. 11246, "Equal EmploymentOpportunity," as amended by E.O. 11375, "Amending Executive Onier 11246 Relating to Equal EmploymentOpportunity," and as supplemented by regulagons at 41 CFR part 60, "Office of Federal ContractCompliance Programs, Equal Employment Opportunity, Department of Labor."

19. Cooeland "Anti-Kickback" Act (18 U.S.C. 874 and 40 U.S.C.276c)

All contracts and subgrants in excess of $2000 for construction or repair awarded by recipients andsubrecipients shall include a provision for compliance with the Copelsnd "Anti-Kickback" Act (18 U,S,C,874), as supplemented by Department of Labor regulations (29 CFR part 3, "Contractors andSubcontractors 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 means, any person employed in the construcbon, completion, or repair of public work, to give up anypart of the compensation to which he is otherwise entitled. The recipient shall report all suspected orreported violations to the Federal awarding agency.

20. Davis-Bacon Act. as amended (40 U.S.C.276a to a-7)

When required by Federal program legislation, all construction contracts awarded by the recipients andsubrecipients of more than $2000 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 5, "LaborStandards Provisions Applicable to Contracts Governing Federally Financed and Assisted Construction" ).

Under this Act, contractors shall be required to pay wages to laborers and mechanics at a rate not less thanthe minimum wages specified in a wage determination made by the Secretary of Labor. In addigon,contractors shall be required to pay wages not less than once a week. The recipient shall place a copy of thecurrent prevailing wage determination issued by the Department of Labor in each solicitation and the awardof a contract shall be conditioned upon the acceptance of the wage determination. The redpient shall reportall suspected or reported violations to the Federal awarding agency,

GC-22 3/2015

Page 37: New Inc. - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1545-14762.pdf · 50dder: new orleans teleort, inc. cook county government office aflie chief

CONTRACT NO. 1545-14762

GENERAL CONDITIONS

GC48 FEDERAI CLAUSES (con't.)

21. Contract Work Hours snd Safetv Standards Act (40 U.S.C. 327-333)

Where applicable, afl contracts awarded by recipients in excess of $2000 for construcbon contracts and in

excess of $2500 for other contrada that involve the employment of mechanics or laborers shall include aprovision for compliance with Sections 102 and 107 of the Contract Work Hours and Safety Standards Act(40 U.S.C. 327-333), as supplemented by Department of Labor regulations (29 CFR part 5). Under Secbon102 of the Act, each contractor shall bs required to compute the wages of every niechanic and laborer onthe basis of a standard work week of 40 hours. Work in excess of ths standard work week is permissible

pmvided that the worker is compensated at a rate of not less than 1 A times the basic rate of pay for aghours worked in excess of 40 hours in the work week. Section 107 of the Act is applicable to construction

work and provides that no laborer or mechanic shall be required to work in surroundings or under working

conditions which are unsanitary, hazardous or dangerous. These requirements do not apply to thepurchases of supplies or materials or articles ordinarfly availabls on the open market, or contracts fortransportation or transmission of intefligencs.

22. Riohts to Inventions Made Under a Contract or Aoreement

Contracts or agreements for the performance of experimental, developmental, or research work shall

provide for the rights of ths Federal Government and ths lecipisnt in any resulting Invention in accordancewith 37 CFR part 401, "Rights to Inventions Made by Nonprofit Organizations and Small Business FirmsUnder Government Grants, Contracts and Cooperafive Agreemsnb," snd any implementing regulations

issued by the awarding agency.

23. Clean Air Act (42 U.S.C. 7401 et seo.l and the Federal Water Poflution Control Act (33 U.S.C. 1251 st seoflas amended

Contracts and subgrants of amounts in excess of $100,000 shall contain a provision that requires therecipient to agree to comply with afi applicable standards, orders or regulations issued pursuant to the CleanAir Act (42 U.S.C.7401 et seq.) and the Federal Water Pollution Control Act as amended (33 U.S.C. 1251 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'I

Contractors who apply or bid for an award of $100,000 or more shall file the required certification. Each flercertifies to the tier above that it will not and has not used Federal appropriated funds to psy any person ororganization for influencing or attempting to influence an oftlcer or employee of any agency, a member ofCongress, officer or employee of Congress, or sn employee of a member of Congress in connection with

obtaining any Federal contract, grant or any other sward covered by 31 U.S.C. 1352. Each tier shall alsodisclose any lobbying with non-Federal funds that takes place in connection with obtaining any Federalaward. Such disclosures are forwarded from tier to fier up to the recipient.

25. Debarment snd Susoension (E.O.s 12549 and 12689l

No contract shall bs made to parties listed on ths General Services Administration's List of Parties Excludedfrom Federal Procurement or Nonprocurement Programs in accordance with E.O.s 12549 and 12689,"Debarment and Suspension." This list contains the names of parties debarred, suspended, or otherwise

exduded by agencies, and contractors declared ineligible under statutory or regulatory authority other than

E.O. 12549, Contractors with awards that exceed the small purchase threshold shall provide ths required

cerlflication regarding its exclusion status and that of its principal employees.

GC-23 3/2015

Page 38: New Inc. - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1545-14762.pdf · 50dder: new orleans teleort, inc. cook county government office aflie chief

CONTRACT NO. 1545-14762

GENERAL CONDITIONS

GC-39 CONTRACT INTERPRETATION

Whenever the singular is used herein, the masculine, feminine and neuter gender shall be deemed to include the others.The headings of articles, paragraphs and sections in this Contract are Included for convenience only and shall not beconsidered by either pady in construing the meaning of this Contract. If any provision or clause of this Contract shall beheld to be invalid, such pmvision or clause shall be deleted from the Contract and the Contract shall be construed to giveeffect to the remaining portions thereof.

This Contract shall bs interpreted and construed based upon the following order of precedence of component parts.Such order of precedence shall govern to resolve all cases of conflict, ambiguity or inconsistency.

1. Addenda, if any.

2. Special Conditions

3. Specification.

4. General Conditions.

5. Insauciion to Bidders.

6. Legal Advertisement.

7. Bid Proposal.

END OF SECTION

GC-24 3/2015

Page 39: New Inc. - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1545-14762.pdf · 50dder: new orleans teleort, inc. cook county government office aflie chief

CONTRACT NO. 1545-14762

SPECIAL CONDITIONS

SC-01 SCOPE

The Bidder shall provide After Hours Phone Coverage, to include Weekends and Holidays for the Cook

County Department of Facilities Management, all in accordance with the Contract Documents,

Specifications and Proposal herein.

SC-02 CONTRACT PERIOD

This is a Contract effective December 1, 2015 through November 30, 2017, with three (3), one yearrenewal options after award by the Board of Commissioners and after proper execution of the ContractDocuments.

SC-03 AWARD OF CONTRACT

The Contract shall be awarded to the lowest responsible and responsive Bidder whose bid meets the

requirements and criteria set forth in the Bid Documents. All items, unless otherwise stated, will beassumed to meet all specifications and requirements as set forth in the Bid Documents. Ambiguous bids

which are uncertain as to terms, delivery, quantity, or compliance with specifications may be declarednon-responsive and rejected. The County shall be sole determinant of the relevant and appropriate costfactors used in evaluating any Base, Options and/or Alternate bids. Bidders must quote all lines for

consideration, It is the intent of the County to award this bid in whole and not in part. Only one award will

result from this bid.

SC-04 MBE/WBE REQUIREMENTS FOR THIS CONTRACT

The Bidder shall have a subcontracting goal of not less than twelve and a half (12.5'/) percentMBE and five (5'/o) 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 this Bid, 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 nonresponsive and will not be consideredfor award.

Certified MBE/WBE Bidders may count their own participation, however, a female firm certified as M/WBE

or W/MBE may be counted towards the MBE or WBE goal, but not both. (Designations cannot bechanged after submission of the compliance plan.)

Unless otherwise specified in the Bid Documents, for purposes of this contract, the contract amount is thetotal bid amount that has been entered on the Proposal Page of the Bid Documents.

SC-1 3/2015

Page 40: New Inc. - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1545-14762.pdf · 50dder: new orleans teleort, inc. cook county government office aflie chief

CONTRACT NO. 1545-14762

SPECIAL CONDITIONS

SC-05 PRE-BID CONFERENCE

The County will hold a Pre-Bid Conference at the 118 N. Clark Street, Room 1018, Chicago, IL 60602.Representatives from the Department of Procurement and the Department of Facilities Management will

comprise the panel to respond to questions regarding ihe Specifications and Invitation to Bid procedures

It is not mandatory that the bidders attend this Pre-Bid Conference, however it is highly recommended.

Prospective Proposers must respond to to Dan Gizzi at (312) 603-6825 or e-mail an.gizzicookcountyil.gov

on or before August 20, 2015, with firm's name and number of attendees. A maximum of two (2)

representatives from each firm may attend the Pre-Bid Conference.

DATE: August 20, 2015TIME: 9:00A.M.

PLACE; 118 N. Clark St., Room 1018, Chicago, IL 60602

SC-05 INQUIRIES

A copy of any written request for interpretation of documents shall be provided to the Office of the Chief

Procurement Officer at the address set forth below:

Inquiries about the interpretation of the Specifications must be made only in writing and shall be directed

to the Chief Procurement Officer. Inquiries will be answered in writing, if deemed necessary, by means of

an Addendum issued by the Office of the Chief Procurement Officer. (Reference Instmctions to Bidders,

Section IB 05 "Exceptions and Addendum", Page IB 3). Inquiries must be received no later than 12 00p.m. on August 24, 2015.

During the bid process, all inquiries must be directed, in writing, only to the Office of the Cook County

Chief Procurement Oflicer as follows:

Shannon E. Andrews

Cook County Chief Procurement Officer

c/o Dan Gizzi, Specifications Engineer III

118 N. Clark Street, Room 1018Chicago, IL 60602

Contact info for Specifications Engineer III:

Dan Gizzi: (312) 603-6825, [email protected]

SC-'07 NOTIFICATION

Do not begin performance on the Contract until notified by the Using Agency.

SC-2 3I2015

Page 41: New Inc. - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1545-14762.pdf · 50dder: new orleans teleort, inc. cook county government office aflie chief

SPECIFICATIONS

CONTRACT NO. 1545-14762

ITEM NO. 1 PHONE COVERAGE AND ANSWERING SERVICE REQUIREMENTS

Phone calls shall include all after hours phone calls to the main phone line 773-674-3110, known

as the call center. This is a 24/7 phone number. The regular oflice hours for FacilitiesManagement are Monday through Friday from 7:00 AM to 4:30PM.

Phone coverage and answering services shall be Monday through Friday 4:30 P.M. to 7:00A.M.the following dayPhone coverage and answering services for Saturday and Sunday shall be 4:30 P.M on Friday to7:00A.M. on Monday.Phone coverage and answering on Holidays will be starting at 4:30 PM the day prior to theholiday and ending at 7:00AM the day after the Holiday or next business day.Holidays consist of the following: New Year's Day, Martin Luther King Jr. Day, Lincoln's Birthday,Washington's Birthday, Casmir Pulaski Day, Memorial Day, Independence Day, Labor Day,Columbus Day, Veterans'sy, Thanksgiving (Thursday and Friday) and Christmas Day.

All incoming calls will be routed to the phone coverage answering service switch board and thefollowing information must be obtained to process the outgoing call and email.

o Is the call an emergency or non-emergencyo Name of person callingo Contact informationo Person to contact at the siteo Call back numbero Building name or divisiono Floor locationo Cell Numbero Tier Numbero Nature of problem. Answering Service Operator is to obtain a description of

problem

I Non-Emergency incoming calls.

o Answering Service Operator is to call the location of the Non-Emergency,o If the call is answered the operator is to provide information from call to the

employee at the location.o If the cail is not answered, the operator is to leave a voicemail with the

information pertaining to the Non-Emergency call. The Operator is to follow-up

with an email to all Chain of Command employees. The email should contain allinformation from the call, the time called, who the operator contacted and if theoperator contacted the person or left a message.

o Emergency incoming calls.

o Answering Service Operator is to call the location of the Emergency.o If the call is answered at the location of the emergency the operator is to provide

information from call to the employee at the location.o If the call is not answered at the emergency location the operator is to call the

Cook County Powerhouse location.o If there is no answer at the Cook County Powerhouse location, then the operator

will call the Chain of Command.o Operator is to follow-up with an email to all Chain of Command employees. Email

should contain all information from the call, the time called, who the operatorcontacted and if the operator contacted the person or left a message

6-1 3/2015

Page 42: New Inc. - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1545-14762.pdf · 50dder: new orleans teleort, inc. cook county government office aflie chief

Contract Nc. 1546-f4762 Addendum No. t

Page 4

SPECIFICATIONS

e ITEM NO. t PHONE COVERAGE AND ANSWERING SERVICE REQUIREMENTS fCONTINUED)

~ phone Coverage and Answering Service Operators shall answer all incoming calls, obtain required information, contact theCook County representative via phone and send smells confirming ths information to all listed Cook CountyRepresentatives.

~ Chain of Command for Emergency calls.o Directoro Deputy Directorso Operating Engineer IV

o Supervisor of Mechanics II

o General Foremano Technical Services Supervisoro Chief Engineer DOCo Chief Engineer Outlying

e Chain of Command for Emergency emails.o Directoro Deputy Directorso Operating Engineer IV

o Supervisor of Mechanics II

o General Foremano Technical Services Supervisor.o Chief Engineer DOCo Chief Engineer Outlyingo Any other listed employees

~ The vendor is mquired to have ail incoming calls answered by a live person within 120 seconds of call offerede A list of buildings, phone numbers, email addresses and departmental locations will be provided upon award of the

contract.~ The vendor's staffing levels shall be adequate to handle the volume of received or rollovsr calls from Cook County

locations.Tl A ek th lek e i e i i e I I I I ~ e o ew ee k„e, I ee ee

A i AI

e The vendor must have the abilitv to accommodate on-nolan channes to Cook Countv contact lists.~ The vendor must orovids a monthlv summarv of all service calls to the Director of Cook Countv Facilities

. Nlanaaemsnt.e Bilffna ls to be oresented at the end of each month to Cook Countv Facilities Mananement for oavment.

This remainder of this section internally left blank.

ev 1/1/15

Page 43: New Inc. - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1545-14762.pdf · 50dder: new orleans teleort, inc. cook county government office aflie chief

CONTRACT NO. I 545-14762

SITE INSPECTION CERTIFICATE

(IF APPLICABLEI

This is to verify that Bidder has, this date, participated in the Mandatory Site Inspection as required in this

Bid. Bidder has inspected the site and related Bid Documents and fully familiarized itself with all

conditions and matters which might in any way affect the Defiverables, including costs and scheduling.

NAME (PRINTED/TYPED AND SIGNATURE)

COMPANY

OFFICIAL CAPACITY

TELEPHONE NUMBER (Area Code)

NOTE: This form must be filled in completely and returned with Bid Proposal.

INSPECTION CONFIRMED BY:

DATE:

SI-1 3/2015

Page 44: New Inc. - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1545-14762.pdf · 50dder: new orleans teleort, inc. cook county government office aflie chief

PROPOSAL

GOI4TIIACT NO. 1848-14782

SIDOER New Orleans Teleport, Inc.

The Sidder declares Ihst it has carefully esminsd ths Advergsement for Bids, the Instrucgon lo Bidders,ihe Proposal Form, General and'Special Conditions and Sperdgcagons idenggsd ae Contract DocumentNumber 1848-14782 for Ager Houm Phone Gnneee for Cook County Department of FadligssManagement, as prepared by Cook County, and 81st they have familiarized gemsslvss with ah of theconditions under which it must bs canisd out.and understand that in making thkr Proposal they waive sllrights to plead any mbundemkmdlng mganNng ths sama

In the event drat there is a mathemagcal snor between the 'Ung Price" and "Total Price", Ihe Unit Pricewill prevalL AN changes must be made by cmssing out and kdgaling the Item changed. Use of conecgonguid, i.e.,whge out or any oNer similar method is not sccsplsMs. Failure kr Initkd any changes may bsgrounds for mjaollon of the SM.

ITEM NO. UNIT OF MEASURE DESCRIFttON

AFTER HOUR PHONE COVERAGE,AS PER SPECIFICATIONS HEREIN.

525.00ASAR

RQKQf

18,900.00

GRA8IDTOTAL: 8"

'OTAL

DEILIVERY DATE: 1 5(NUMBER OF CALENDAR DAYS AFTER AWARD OF CONTRACT)

Ths receipt of the following addenda to the Spedllcauons Is ackncwisdged:

Addendum No. 09(03/15I

Addendum No. Date:

Addendum No.

Page 45: New Inc. - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1545-14762.pdf · 50dder: new orleans teleort, inc. cook county government office aflie chief

Exhibit I

Identification of SubcontractorlSu ppl ierISubconsultant Form

Page 46: New Inc. - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1545-14762.pdf · 50dder: new orleans teleort, inc. cook county government office aflie chief

CONTRACT MO, 14762

Cook CountyOffice of the Chief Procumment Officer

Identtgcatton of Subcontractor/Supplier/Subcanaultant Form

HAPPA Cizausuhfwuaan Check Cjuuutabt

The Siddur/Proposer/Respondent ("ths Conhactoi") will fully complete and emeute and submit an Identlllcatian ofSubcontractor/Supplier/Subconsultant Form ( ISP') with each Bid, Request fcr Proposal, snd Request forQualification. Ths Conbactor must comphds the ISF for each Subcontmctor, SupplIer or Subconsultanu whichshall be used on ths Contract. In the mmm that there are any changes in ths utgzation of Subcontmctcm,Suppliers or Subccnuuhants, the Conhactor must file en updated ISF.

Bid/RFP/RFQ No.: 1 545-1 4762

Total Bid or Proposal Amount: $ 1 S, 900

Cmthaaton New Oi 1 cans TelePortfInc.

Authorized Contact Barbara Lamontfor Contractor: PresidentEmail Address(commuter): blamontgcallsplus.net

September 9., 2015PHH H Hl:Aft HH PA CSubcontractor/Supplier/Subcansultsnt to beadded or substitute:Augtorizbd Contact forSubcontractor/Supplier/SubconuultantEmail AddressSubcontractor):

CompanyAddruuu 201 B Travis StreetcompanyAddrszs(Contmctor): (Subcontractor):

< "(~< ~,),Lafayette, LA 70503Z'm (Contractor):Telephone and Fex 337 7 Q 4 Q 550 pbone(contractor)Eugmstsd Start and ' ' a»Completion Dales(Caniractor)

Cay, Stateand Zip

(Subcontractor):Telephone and FaxSubcontractor)Estimated Start andCompletion Dates(Subcontractor)

Nahx Upon request, a copy of all written subcontractor agreements must be pnzfidud to the OCPO.

Toad Price fgOseorlation of Swvicss or Sunoliee Subcanhsct far

Services ar Bucolics

No Subcontractors, to be Used N/A

The mdmontract documents will incorporate sll requirements af the Contract uwmded tc the Conlrador ss applicable,The subcontract will in no way hinder the Subcontractor/Supplier/Subconsultant from maintaining itu progress on anyother contract on which it iu either a Suboonlractcr/Supplier/Subcansultant cr princlpel contrsctar. This dluctosum ismade with ths undsrshmdlng that the Contractor Is not under any drcumutanasu relieved of itu abilities sndobligehons, and is responsible for the organization, performance, and quality of work. This form does not sppriwsany pmpossd changes, revisions or modttmatlons ta gu'contract approved IIIBE/uyBE Ugilizsgon Plan. Anychanges to the con(vasya approved SIBE/ut/BE/Utgiza5on plan musk be submitted to gm Oflice of gmConhact Compliance.

Barbara LamontContmctcr

Title

President

Prime Contractor SignahaeSeptember 9, 2015

Date

ISF-1 e/2ats

Page 47: New Inc. - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1545-14762.pdf · 50dder: new orleans teleort, inc. cook county government office aflie chief

Exhibit II

Electronic Payables Program Form

Page 48: New Inc. - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1545-14762.pdf · 50dder: new orleans teleort, inc. cook county government office aflie chief

CONTRACT NO- 't 545-I 4408

OFFICE OF THE COOK COUNTY COMPTROLLERELECTRONIC PAYABLES PROGRAM I"E-PAYA&LES"I

FQR INFIDRNA7!ON PURPOSES QNLY

'~fs tfocument describes fhe ofttcs of fhe cosh countv comuanger's Electronic psvatdes prooram l"E-pavab/ee I.gjeu Wfah fn aartisinate fn &Pazahfee, friezes Canteof the COch Ccuntu COmceager'a Offioe. Aeocunfe PaVahre. ftig itf. ~fa h~treed. Room Sdfr. Chicano. IL frgdfrz

PESCRIPTIONTo increase payment affldsncy snd timeliness, we have introduced ErPsysbtss program, a new psymem initiagvs to our accountspsyabls model. This new ini5atlve ublizss s Visa pumhsslng card snd operates through ths Visa payment network. This ls Couwly'spreferred method of payment and your participagon in our Visa purchasing card pmgmm will provide mutual benegts both to yourorganization and ourn.

As a vendor, you may experience ths following bene&a by accepting this new payment type:tmproved cash flow and accelerated payment

~ . Reduced papenvork and a more streamlined accounts receivable processEgminsgon of stop payment issuesReduced payment delays

e Reduosd costs for handzng paper checksPayments settled directly to your merchant account

There ars two options within this m@egve:

3. Pstgcatsd Credit Cmd - "PULL" &et&amentFor this option, you will have an assigned dedicated cmdit card tc be used for each papnent. You will provide s point of con@et vrithlnyour organize&on who will keep credit card information on file. Each gms a payment is made, you will rscekm s remittance admce viaemail detailing the invoices being paid. Each time you receive a rsmlttrmce advice, youwb) process paymsnls in the same manner youprocess credit card transactions today.

d. Ons-Time Uae Credit Card - "&USA" SettlementFcr this option, you will provide a point of contact within your organizsdon who will receive an email no55catlcn authorizing you toprocess payments in the carne manner ycu process credit card transactions today. Each time payment is made, you will receive aremittance arhdcs, via email, detailing the invoices being paid. Also, each time you reczhm a remittance advice, you wig receive a new,unique credit card number. This cpgon is ideal for suppliers who are unsbls to keep cr@ttcard account inhrrmahon on fila

REMAINDER OF PAGE INTENTIONALLY LEFT BLANK

ACH;1 3/2015

Page 49: New Inc. - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1545-14762.pdf · 50dder: new orleans teleort, inc. cook county government office aflie chief

Exhibit III

Preference for Veteran's Business Enterpriseand

Service-Disabled Veteran's Business Enterprise Form

Page 50: New Inc. - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1545-14762.pdf · 50dder: new orleans teleort, inc. cook county government office aflie chief

VETERAN'S PREFERENCE FOR VBE AND SDVBE

INSTRUCTIONS

In accordance with Section 34-236(b) of the Cook County Procurement Code, the Chief Procurement Oflicer ("CPO") shall give apreference of five oercsnt of the amount of the Contract to a Responsible and Responsive Veterans Owned Business Enterprise(VBE) and Seniice Disabled Veterans Business Enterprise (SDVBE) requesting e preference for Bids, All Bidders who arereouestino this oreference must comolete the form. and attach a coov ofits certfffcadon. Prior to aonlvino the five oercentoral'srence. the CPO must receive aonroval from the Contract Comoliance Director fCCD) that the Bidder is a ouafffied VBE orSDVBE.

DEFINITIONS

Vetemnwwned Business Enterprise (VBE) means a smell business (i) that is at least 51 percent owned, controlled and managed byone or more Eligible Veterans or in Ihe case of a corporation, at least 51 percent or more of the stock of which is owned, controlled andmanaged by one or more Eligible Veterans; (ii) that has its home office in filinois, as csrfilied by the Contract Compliance Director(CCD) under policies and procedures promulgated by the CCD.

Eligible Veteran means a person who (i) has been either a member of ths armed forces of the United States or, while a citizen of theUnited States, was a member of the armed forces of afiiss of the United States in time of hostilities with a foreign country and (li) hasserved under one or more of the following conditions: (a) the veteran served e total of st least 6 months; (b) the veteran served for theduration of hosfilities regardless of the length of the engagement; (c) the veteran was discharged on the basis of hardshiP; or (d) theveteran was released from active duty because of a service connected disability and wss discharged under honorable condifions

Armed forces of the United States means the United States Army, Navy, Air Force, Marine Corps, Coast Guard or service in active dutyas defined under 36 U S C. Section 101.Service in the Merchant Mariine that constitutes active duty under Section 401 of federal publicAct 95-202 shall also bs considered service in ths armed forces for purposes of this Division.

Senice-Disabled Veteran-owned Business Enterprise (SDVBE) means a small business (i) that is at least 51 percent owned,controlled, and managed by one or more qualified service disabled veterans or in the case of a corporation, st least 51 pement or moreof the stock of which is owned, controlled and managed by one or more Service Disabled Veterans; (ii) that has its horne otfice jnfilinois, as certified by the CCD under policies and pnxxrdures promulgated by the CCD.

Service-Disabled Veteran means an Eligible Veteran who has been found to have 10 percent or more service connected disability bythe United States Department of Veterans Affairs or the United States Department of Defense.

Service-connected disability means a disability incuned in the line of duty in the active military, naval or air service as described in 36U.S.C. 101(16).

Small Suslness means a small business as defined by the U.S. Small Business Administration, pursuant to the business size standardsfound in 13 CFR Part 121, as related to the nature of the work the Person seeks to perform on Contracts. A Person is not an efigiblesmall business enterprise in any calendar fiscal year in which its gross receipts, averaged over the Person's previous five fiscal years,exceed the size standards of 13 CFR Part 121.

REQUEST FOR PREFERENCE

Bidder is requesting to receive a preference as a VBE. By requesting this preference, Bidder certifies that it meetsthe definition of a VBE, as set forth above and hss indudsd a copy of ils csrtlfication.

Bidder is reques6ng to receive a preference as a SDVBE. By requesting this preference, Bidder certifies that it meetsThe definition of a SDVBE, as set forth above and has included a copy of its cedification.

Bidder (please print or type) Title

Signature Date

E-mail address

Subscribed to and sworn before methis day of

Phone Number

My commission expires:

XNotary Public Signature

V-1

Notary Seal

Sl2015

Page 51: New Inc. - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1545-14762.pdf · 50dder: new orleans teleort, inc. cook county government office aflie chief

Exhibit IVVeteran's Workplace Preference Public Works Contracts Form

Page 52: New Inc. - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1545-14762.pdf · 50dder: new orleans teleort, inc. cook county government office aflie chief

CONTRACT NQ. 14762

AFFIDAVITVETERAN'8 WORKPLACE PREFERENCE PUBLIC WORKS CONTRACTS

INSTRUCTIONS

In accordance with Section 34-236(a) of the Cook County Procurement Cade, the Chief Procurement Office ("CPQ") shall give apreference of one oercent of the amount of the Contract to a Responsible and Responsive Contractor for a Public Works Contractwhen such Contractor has committed by affidavit to utilize Eligible Veterans for at least five percent of the hours worked under suchContract. Failure to utilize Eligible Veterans in accordance with the affidavit will result in breach of contract. All Bidders who srerecruesfino this nreference must comolete this AIBdavit.

DEFINITIONS

Eligible Veteran means a person who (I) has been either a member of the armed forces of ths United States or, while a cffizen of thsUnited States, was a member of the armed forces of allies of the United States in tires of hostilities with a foreign counby and (II) hasserved under one or more of the following conditions: (a) the veteran served a total of at least 6 months; (b) the veteran served for theduration of hostilities regardless of the length of the engagement; (c) the veteran was discharged on the basis of hardship; or (d) theveteran was released from active duty because of a service connected disability and was discharged under honorable condiTions.

Armed forces of the United Sfefes means the United States Army, Navy, Air Force, Msrine Corps, Coast Guard or service in acdvs dutyas dsflhsd under 38 U.S,C. Section 101.Service In the Merchant Marine that constitutes adlve duty under Section 401 of federal pubilcAct 95-202 shall also be considered service in the armed forces for purposes of this Division.

Public Works means all fixed works constructed or demolished by the County, or paid for wholly or in part out of public fundsadministered by the County. "Public Works" as defined herein includes all projects financed in whole or in part with bonds, grantsloans, or other funds made available by or through federal or State government, or the County. "Public Works" does not Include projectsundertaken by the owner at an owner~copied single-family residence or at sn owner-occupied unit of a muBfamily residence, "PublicWorks" Includes any maintenance, repair, assembly, or disassembly work performed on equipmsnt whether owned, leased, or rented,

, being first duly sworn, do depose and state as follows:

1. I am the authorized representative and I have the authority to make this Affidavit for and on behalf of the Bidder

2. Ths Bidder is requesting the CPO grant a preference of ons percent of ths amount of the Contract in accordance with Section34-238(a) of the Cook Procurement Code, es set forth above.

3. In accordance with the Cook County Procumment Code, the Bidder shall commit to utilize Eligible Veterans for at least fivepercent of the hours worked under the Contracl The Eligible Veterans must bs employed directly by the Bidder,

4, The Bidder shall be solely responsible for mquesting all pwsons to provide Bidder with appropriate documentation to ensurethat such person(s) is an Eligible Veteran, as defined above. Bidder certifies, tliat by seeking this preference, it shall maintainappropriate documentation, including payroll records, which show the number of hours worked by Eligible Veterans.

The Bidder certifies, affirms and acknowledges that the failure to utilize Eligible Veterans in accordance with this Afffdavit willresult in a breach of contract, which will allow the County to seek all rights and remedies as set forth in the Contract and anyother appropriate remedies available in equity or at law.

Bidder (please print or type) Title

Signature Date

E-mail address Phone Number

Subscribed to and sworn before methis day of , 20

My commission expires:

XNotary Public Signature Notary Seal

V-2 8/2015

Page 53: New Inc. - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1545-14762.pdf · 50dder: new orleans teleort, inc. cook county government office aflie chief

Exhibit II

Electronic Payables Program Form

Page 54: New Inc. - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1545-14762.pdf · 50dder: new orleans teleort, inc. cook county government office aflie chief

CONTRACT NO. 14762

OFFICE OF THE COOK COUNTY COMPTROLLERELECTRONIC PAYABLES PROGRANI I"E-PAYABLES"I

FOR INFORMATION PURPOSES ONLY

This document describes the Office of the Cook Countv Comntroller's Electronic Pavsblss Proonum f"E-Pevsbles"l.if vou wish to narticinste in E-Psvebles. nlesse contact the Coolr Countv Comotreller's Office. Accounts Pevabla 1f8 N. ClarkStmet. Room 500. Chicsoo. IL 80802.

OESCRIPTIONTo Increase payment efllclency and timeliness, we have introduced E-Payables program, a new payment Initiative to our accountspayable model. This new Initiative utilizes s Visa purchasing card and operates through the Visa payment network. This is County'spreferred method of payment and your participation in our Vise purchasing card program will provide mutual benefits both to yourorganization snd ours.

As a vendor, you msy experience the following benefits by accepting this new payment type:Improved cash flow and accelerated paymentReduced paperwork and a more streamgned accounts receivable processElimination of stop payment issuesReduced payment delaysReduced costs for handling paper checksPayments settled directly to your merchant account

There srs two Options within this inithtive:

9. Dedicated Credit Cant - "PULL" SettlementFor this option, you will have an assigned dedicated credit card to be used for each payment. You will provide a point of contact within

your organization who will keep credit card information on file. Each lime a payment is made, you will receive a remittance advice viaemail detailing the invoices being paid. Each time you receive a remitlance advice, you will process payments in the same manner youprocess credit caid transactions today.

4. One-Time Use Credit Card - "SUGA" SettlementFor this option, you will provide a point of contact within your organization who will receive an email notification authorizing you toprocess payments in the same manner you process credit card transactions today. Each time payment is made, you will receive aremittance advice, via email, detailing the invoices being paid. Also, each time you receive a remittance advice, you will mceve a new,unique credit card number. This opbon is ideal for suppliers who are unable to keep credit card account information on file.

REMAINDER OF PAGE INTENTIONALLY LEFT BLANK

ACH-1 Bi2015

Page 55: New Inc. - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1545-14762.pdf · 50dder: new orleans teleort, inc. cook county government office aflie chief

Exhibit VMinoritywned Business Enterprise

andWomen-Owned Business Enterprise Utilization Plan

Page 56: New Inc. - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1545-14762.pdf · 50dder: new orleans teleort, inc. cook county government office aflie chief

Contract No. 1545-14762New Orleans Teleport, Inc. d/b/a Calls Plus

Per the attached correspondence from the Office of Contract Compliance dated July 22, 2015, a

12,5% M BE and 5%WBE subcontracting goal was established for this Contract as stated in Section

SC-04, MBE/WBE Reauirements for this Contract. herein.

Per the attached October 7, 2015 correspondence from the Office of Contract Compliance,

evaluation of the vendor's M/WBE Utilization Plan was not required for this contract because the

contract award amount is under 525,000.00.

The Vendor submitted the Petition for Reduction/Waiver of MBE/WBE Participation included

herein with its bid.

Page 57: New Inc. - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1545-14762.pdf · 50dder: new orleans teleort, inc. cook county government office aflie chief

Dan taixzi (jjrocurement)

From:Sent:To:Subject:

lJsa Alexander (Contract Compliance)

Wednesday, July 22, 20XS 4:56 PM

Dan Gizzi (Procurement)

RE: M BE/WBE requirements

Good Afternoon Dan,

Please be advised that the established goal for contract no. 1545-14762 for After Hours Phone Coverage forthe Facilities Management 12.5%MBE and 5% WBE participation, ff you have any further questions and/orconcerns don't hesitate to contact me.

Thanks

Lisa Alexander, MCA

Deputy DirectorOffice of Contract Compliance

118North Clark Street, Room 1020Chicago, IL 60602312.603.5513lisa.alexander(acookcountviLaov

Page 58: New Inc. - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1545-14762.pdf · 50dder: new orleans teleort, inc. cook county government office aflie chief

Dan Gizzi (Procuretnent)

From:Sent:To:

'ubject:

Lisa Alexander (Contract Compliance)

Wednesday, October 07, 2015 1:23 PM

Dan Gizzi (Procurement)Contract No. 1545-14762

Good Afternoon Dan,

Please be advised that contract number 1545-14762 is under the 525,000.00 threshold and does not require evaluationfrom OCC. If you have any further questions, please don't hesitate to reach me via telephone or email.

Thanks,

Lisa Alexander, MCA

Deputy DirectorOflice of Contract Compliance

118 North Clark, Room 1020Chicago, IL [email protected]

Page 59: New Inc. - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1545-14762.pdf · 50dder: new orleans teleort, inc. cook county government office aflie chief

CONTRACT asp t4?B2

SSBE/SIIBE UTILIZATION PLAN - FOINN 1

BiODER/PROPOSER HEREBY STATES that ell MBE/WBE arms induueu In lhie Plan ars cerNled MBENWBEs by st least one of ihe siitllles listed in me OenemiConditions- Sedlon 19,

BIDDER/PROPOSERIIIBE/WBESTATUS: (checktheappmprtate line)

Bidder/Proposer is a rwnitled MBE or WBE firm. (Ii co, at(sch rzrpy of current Letter ofCmtNcctlon)

Bidder/Proposer is s Joint venture and one or mom Joint ventum psrlnsrs srs cerNed MBEs or wBEs. (If co, amen copies of Letter(s) ofCerlllcalkn, a copy cf Joint Venture'Agmement dearly drwcribtng Ns role cf the MBE/WBE llrm(s) snd gs ownership Intererd In ths JointVenture ands completed Joint VsntureANdavit-arsllablsordneslwww cookcounlvloou/contmctcomnlisncs)

B/dier/Proposer. Is nct a certNsd MBE or WBE Nm, nor s Joint Venture with MBE/VISE partners, but wal umze MBE mid WBE Brms ejtherdirectly orindimlly In ihe performance ofam contract. (Ii so, amphle sedlonc II behw und the Letter(s) of intent- Form 2),

Il. Oirscf Psrgdpagon of MBE/WBE Fines IndirectPmtldpagen of MBEANNE Firms

NOTE; Where goats have not been achieved through direct partlclpsBon, Bidder/Proposer shell Include documentation outbnlng wNorts toachieve Direct Participation at the Nims of Bid/Proposal submission. Indirect PartlcipaNon will only bs considered after aN ago/Is toachieve Direct ParBrdpagon have bann sxhaustmf. Only after writhe documentation of Mood Faith Btmls Is received wiN brdirwctParticipation be considered.

MBEs/WBEa that will pert/am m subcon~plleraloonsultants include Ihe foihuing;

MBE/WBE Firm:

Address:

E-malt

Contact Person:

Oollar Amount Ps licipalion: $

Fwrcent A mount of Paficipation:

'Leter of Intent llached? Yes'Currant LelterofCertNcellon agached? Yes

No

No

MBE/WBE Firm:

Address:

E4nall:

Contact Person:

Dollar Amount Padkipa5on: $

Percent Amount of Paradpallon

"tsger cf Intent easched? Yes'CunsntLsllsrcf erlNcsllon attached'? Yes

Phons

No

No

Alisch ru/rfg/one/ sbeefc as needed,

'Letter(s) of Inbmt and current Lettsm of Certlflcation NBIS( be submitted at the time of bid.

M/VVBE Lrtglzation Plan - Form 1 Revised: 02/29/2014

Page 60: New Inc. - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1545-14762.pdf · 50dder: new orleans teleort, inc. cook county government office aflie chief

CONTRACT ISO. 14trr2

55BE/558E LETTER OF INTENT - FOR55 2

hOWBE Rim:

Contact Person:

Adders:

City/8ate:

Phasm

Cerlfylng Agency.

Cmllcalon Explralon Date:

Bhnidty:

Bd/Proposal/Conkscilk

Emdl

Psr5dpalon: [ ] Direct [ ] Indirect

Wll Ihs 55/WBE lrrn bs subcontradlng any of grs goods or services of this contract to sassier lrmy

[ ]No [ ] Yes - Plersm agach explenaloit Proposed Subconhador(s):

The undesigned IWWBE is prepared to provide the following Commodities/Services for lw above named Pm)act/ Contract; fifmore spscsis nssdsd io fcftidsscrdrs 50MEF/nnh proposed scope or work sndrbr psymsnt ckkrkrkr, sssch sdr55cssisrsrs/s)

Indicate the Dollar Amount, Psrcentaos, and the Terms of Psvment for the sbovedssciibed Commadities/Senirces:

THE UNDERSIGNED PARTIES AGREE that Ibis Letfer'f Intent wll become a blndng Sobcantract Agreement for the abovework, condlonsd upon (f) ihs Bidder/Proposer's reoelpt of a signed conbact fnxn Ihe County of Caok; {2) UndenilgnedSubcordractor remaining compfant with al relevant credentials, codes, ordinances and ddutes required by Cantractor, CookCounty, and the State io parldpate as a kiBE/WBE lrm for the abwe work, The Undwdgned Purges do abo certify that theydid not atgx their signatums to this dacument anil al areas urider Dsscrip5on of Service/Supply snd Fes/Cost were completed.

Signature {55/yeE) sgndure (Firms Bddsr/Propose

Print Name

Firm Name Firm Name

Date

Subscnbed and sworn befmu me

this day of

Notary Public

Subscribed and swam before me

Ibis day of

Natmy Public

,20

M/WB5 Letter of Intent- Form 2 Revised: 1/29/14

Page 61: New Inc. - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1545-14762.pdf · 50dder: new orleans teleort, inc. cook county government office aflie chief

CONTRACT NO. 1CZBZ

PETITION FOR REDUCf ION/WAIVER OF MBSWBE PARTICIPATION —FORM 3

BIDDER/PROPOSER HEREBY REQUESTS:

X FULL MBE WAIVER FULL

REDUCTION {PARTIAL MBE and/or WBE PARTICIPATION)

fifi of Reduction for MBE Pwtlclpatkm

fik of Reduction for WBE Psrtldpagon

B. REASON FOR FULL/REDUCTION WAIVER REQUEST

Bidder/Proposer shalt check each gem applicable Io gs reason for a vndver request. Addifionafiy, supporgngdocumentation shall be submified viith this request

X

(1) Lack of suPicient qualiTied MBEs and/or WBEs capable of pmviding the goods or senfices requiredby Ihe contract. (Please explain)

{2) The specificafions and necessary requirements for performing gw contract mabs it impossIble oreconomically Infeasible to divide the contract to enable the conbsctor to utilize MBEs and/or Vi/BEsin accordance with the applicable parficipagon. (Please sxphdn)

{3) Price(s) quoted by potential ll(BEs and/or WBEs are above ccmpskTive levels and increase cost ofdoing business and would make acceptance of such MBE smyor WBE bid economkwllyirnprecficable, taking Info ctmsidenttion the peicsntsge of toad contract prhe represented by suchMBE andibr WBE bid. (Please explain)

{4)There weather relevant fachrs making it impossible or economically infeasible to utilize MBEand/or WBE firms. (Please explain)

C. GOOD FAITH EFFORTS TO OBTAgfi MBE/WBE PARTICIPATION

(1) Made fimely written soficikgon to Identified MBEs and WBEsbr utilization of goods and/orservices; and provided MBEs and WBEs with a timely oppcrtuiiity to review and obtain relevant

speciTicafions, terms and conditions of gte proposai to snaNe MBEs and WBEs to prepare aninformed msponse to solhflation. (Attach of copy written solhilstions made)

(2} Used gte services and asshtance of the Ollice of Contract Compfisnce skdf. (Please explain}

(3) Timely notiTied and used the services and assistance of community, minority and womenbusiness

organimttions. (Attach of copy wrlSen sogcgsf lone made)

(4) Followed up on initial soliciiabon of MBEs and WBEs to determine if firms are i~ in doingbusiness. (Attach supporgng documentagon)

(5) Engaged MBEs 8 WBEs for direcyindirect parlicipaticn. (Please explain)

D. OTHER RELEVANT INFORMATION

Atlach any other documentation ndative to Good Faith Efforts in complying with MBE/WBE pailicipatlon.

M/was Reduction/waiver Request - Form s Revised: 02/29/14

Page 62: New Inc. - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1545-14762.pdf · 50dder: new orleans teleort, inc. cook county government office aflie chief

Exhibit VlEconomic Disclosure Statement Forms, including Contract and EDS Signature Pages

Page 63: New Inc. - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1545-14762.pdf · 50dder: new orleans teleort, inc. cook county government office aflie chief

COOK COUNTYECONOMIC DISCLOSURE STATEINENT

AND EXECUTION DOCUMENTINDEX

Section Description Pages

Insbuctions for Completion of EDS EDS i- ii

Certifications

Economic and Other Disclosures, Affidavit of Child

Support Obligations and Disdosure of OwnershipInterest

Contract and EDS Execution Page

Cook County Signature Page

EDS 1-2

EDS 3 —12

EDS 13-15

EDS 16

Page 64: New Inc. - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1545-14762.pdf · 50dder: new orleans teleort, inc. cook county government office aflie chief

SECTION 1INSTRUCTIONS FOR COMPLETION OF

ECONOMIC DISCLOSURE STATEMENT AND EXECUTION DOCUMENT

This Economic Disclosure Statement and Execution Document ("EDS") is tc be completed and executedby every Bidder on a County contract, every Proposer responding to a Request for Proposals, and everyRespondent responding to a Request for Qualifications, and others as required by the Chief ProcurementOfficer. The execution of the EDS shall serve as the execution of a contract awarded by the County. TheChief Procurement Otficer 'reserves the right to request that the Bidder or Proposer, or Respondentprovide an updated EDS on an annual basis.

Definitions. Terms used in this EDS and not otherwise defined herein shall have the meanings given tosuch terms in the Instructions to Bidders, General Conditions, Request for Proposals, Request forQualifications, as applicable.

Afffffate means a person that directly or indirectly through one or more intermediaries, Controls isControlled by, or is under common Control with the Person specified.

Applicant means a person who executes this EDS.

Bidder means any person who submits a Bid.

Code means the Code of Ordinances, Cook County, illinois available on municode.corn.

Contract shall include any written document to make Procurements by or on behalf ofCook County.

Contractor or Contracting Party means a person that enters into a Contract with theCounty.

Control means the unfettered authority to directly or indirectly manage governance,administration, work, and all other aspects of a business.

EDS means this complete Economic Disclosure Statement and Execution Document,including all sections listed in the Index and any attachments.

Joint Venture means an association of two or more Persons proposing to perform a for-profit business enterprise. Joint Ventures must have an agreement in writing specifyingthe terms and conditions of the relationship between the partners and their relationshipand respective responsibility for the Contract

Lobby or lobbying means to, for compensation, attempt to influence a County official orCounty employee with respect to any County matter.

Lobbyist means any person who lobbies.

Person or Persons means any individual, corporation, partnership, Joint Venture, trust,association, Limited Liability Company, sole proprietorship orother legal entity.

Prohibited Acts means any of the actions or occurrences which form the basis fordisqualification under the Code, or under the Certifications hereinafter set forth.

Proposal means a response to an RFP.

Proposer means a person submitting a Proposal.

Response means response to an RFQ.

Respondent means a person responding to an RFQ.

RFP means a Request for Proposals'issued pursuant to this Procurement Code.

RFQ means a Request for Qualifications issued to obtain the qualificstions of interested parties

EDS-i 3/2015

Page 65: New Inc. - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1545-14762.pdf · 50dder: new orleans teleort, inc. cook county government office aflie chief

INSTRUCTIONS FOR COMPLETION OFECONOMIC DISCLOSURE STATEMENT AND EXECUTION DOCUIIIIENT

Section 1:Instructions. Section 1 sets forth the instructions for completing snd executing this EDS.

Section 2: Certifications. Section 2 sets forth certifications that are required for contracting parties underthe Code and other applicable laws. Execution of this EDS constitutes a warranty that all the statementsand certifications contained, and all the facts stated, in the Certifications are true, correct and complete asof the date of execution.

Section 3: Economic and Other Disclosures Statement. Section 3 is the County's required Economicand Other Disclosures Statement form. Execution of this EDS constitutes a warranty that all theinformation provided in the EDS is true, correct and complete as of the date of execution, and binds theApplicant to the warranties, representations, agreements and acknowledgements contained therein.

Required Updates. The Applicant is required to keep all information provided in this EDS current andaccurate. In the event of any change in the information provided, including but not limited to any changewhich would render inaccurate or incomplete any certification, or statement made in this EDS, theApplicant shall supplement this EDS up to ths time the County takes action, by filing an amended EDS orsuch other documentation as is required.

Additional Information. The County's Governmental Ethics and Campaign Financing Ordinancesimpose certain duties and obligations on persons or entities seeking County contracts, work, business, ortransactions, and the Applicant is expected to comply fully with these ordinances. For further information

please contact the Director of Ethics at (312) 603-4304 (69 W. Washington St. Suite 3040, Chicago, IL

60602) or visit the web-site at cookcountyil.gov/ethics-board-of.

Authorized Signers of Contract and EDS Execution Page. If the Applicant is a corporation, thePresident and Secretary must execute the EDS. In the event that this EDS is executed by someone otherthan the President, attach hereto a certified copy of that section of the Corporate By-Laws or otherauthorization by the Corporation, satisfactory to the County that permits the person to execute EDS forsaid corporation. If the corporation is not registered in the State of illinois, a copy of the Certificate ofGood Standing from the state of incorporation must be submitted with this Signature Page.

If the Applicant is a partnership or joint venture, all partners or joint venturers must execute the EDS,unless one partner or joint venture has been authorized to sign for the partnership or joint venture, in

which case, the partnership agreement, resolution or evidence of such authority satisfactory to the Of5ceof the Chief Procurement Officer must be submitted with this Signature Page,

if the Applicant is a member-managed LLC all members must execute the EDS, unless otherwiseprovided in the operating agreement, resolution or other corporate documents. If the Applicant is amanager-managed LLC, the manager(s) must execute the EDS. The Applicant must attach either acertified copy of the operating agreement, resolution or other authorization, satisfactory to the County,demonstrating such person has the authority to execute the EDS on behalf of the LLC. If the LLC is notregistered in the State of illinois, a copy of a current Certificate of Good Standing from the stats ofincorporation must be submitted with this Signature Page.

If the Applicant is a Sole Proprietorship, the sole proprietor must execute the EDS.

A "Partnership" "Joint Venture" or "Sole Proprietorship" operating under an Assumed Name must beregistered with the illinois county in which it is located, as provided in 805 ILCS 405 (2012), anddocumentation evidencing registration must be submitted with the EDS.

EDS-ii 3/201 5

Page 66: New Inc. - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1545-14762.pdf · 50dder: new orleans teleort, inc. cook county government office aflie chief

SECTION 2

CERTIFICATIONS

THE FOLLOWING CERTIFICATIONS ARE MADE PURSUANT TO STATE LAW AND THE CODE. THE APPLICANT ISCAUTIONED TO CAREFULLY READ THESE CERTIFICATIONS PRIOR TO SIGNING THE SIGNATURE PAGE. SIGNINGTHE SIGNATURE PAGE SHALL CONSTITUTE A WARRANTY BY THE APPLICANT THAT ALL THE STATEMENTS,CERTIFICATIONS AND INFORMATION SET FORTH WITHIN THESE CERTIFICATIONS ARE TRUE, COMPLETE ANOCORRECT AS OF THE DATE THE SIGNATURE PAGE IS SIGNED. THE APPLICANT IS NOTIFIED THAT IF THE COUNTYLEARNS THAT ANY OF THE FOLLOWING CERTIFICATIONS WERE FALSELY MADE, THAT ANY CONTRACT ENTEREOINTO WITH THE APPLICANT SHALL BE SUBJECT TO TERMINATION.

A. PERSONS AND ENTITIES SUBJECT TO DISQUALIFICATION

5)

6)

7) Has made an admission of guilt of such conduct as set forth in subsections (1) through (8) above whichadmission is a matter of record, whether or not such person or business entity was subject to prosecution forthe offense or offenses admitted to; or

8) Has entered a plea of no/o contendere to charge of bribery, price-fixing, bid-rigging, or fraud, as set forth insub-paragraphs (1) through (6) above.

In the case of bribery or attempting to briibe, a business entity may not bs swarded e contract if sn official, agent oremployee of such business entity committed the Prohibited Act on behalf of the business entity and pursuant to thedirection or authorization of an officer, director or other responsible offidal of the business entity, and such prohibitedAcl occurred within three years prior to the award of the contract. In addilion, a business enfity shall be disqualified if anowner, partner or shareholder controlling, directly or indirecfiy, 20% or more of the business entity, or an oificer of thebusiness entity has performed any Prohibited Act within five years prior tc the sward of the Contract.

THE APPLICANT HEREBY CERTIFIES THAT: The Applicant has read the Provisions of Section A, Persons andEnfifies Subject to Disqualification, that the Applicant has not committed any prohibited Act set forth In Section A, andthat award of the Contract to the Applicant would not violate the provisions of such Section or of the Code.

BIDWIGGING OR BID ROTATING

THE APPLICANT HEREBY CERTIFIES THA Tr In scconiance with 720 ILCS 5/33 E11, neither the Applicant nor anyAffliisfed Entity is bsned fiom award of this Contract ss s resuil of s conviction for the violation of Sisie laws prohibiffngbid-rigging or bid rotating.

No person or business entity shall be awarded a contract or sub-contract, fora periiod of five (5) years from the date ofconviction or entry of a plea or admission of guilt, civil or criminal, if that person or business enfriy:

1) Has been convicted of an act committed, within ths State of illinois, of bribery or attempting to briibe an officeror employee of a unit of stats, federal or local government or school district in the State of illinois in thatoflicer's or employee's official capacity;

2) Has been comricted by federal, state or local government of an sct of bid-rigging or attempting to rig bids asdefined in the Sherman Anti-Trust Act and Clayton Act. Act. 15 U.S.C. Section 1 et sec.;

3) Has been convicted of bid-rigging or attempting to iig bids under the laws of federal, state or localgovernment;

4) Has been convicted of an act committed, within ths State, of price-fixing or attempting to fix pffices as definedby the Sherman Anti-Trust Act and the Clayton Act. 15 U.S.C. Section 1, el seq.;

Has been convicted of price-fixing or attempting to fix prices under the laws the State;

Has been convicted of defrauding or attempting to defraud any unit of state or local government or schooldistrict within the State of illinois;

DRUG FREE WORKPLACE ACT

THE APPLICANT HEREBY CERTIFIES THAT: The Applicant will Provide a drug free workplace, as required by (30 ILCS58013).

EOS-1 3/2015

Page 67: New Inc. - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1545-14762.pdf · 50dder: new orleans teleort, inc. cook county government office aflie chief

D. DELINQUENCY IN PAYNIENT OF TAXES

THE APPLICANT HEREBY CERTIFIES THAT: The APPlicant is not an owner or a Party resPonsible for the Payment ofany tsx or fee administered by Cook County, by s local municipality, or by Ihe illinois Dspsrbnent of Revenue, which suchtsx or Ice ls delinquent, such ss bsr sward of 4 contract or subcontract pursuant to the Code, Chapter 34, Section 34-171,

HUNIAN RIGHTS ORDINANCE

No person who is a party to a contract with Cook County ("County" ) shall engage in unlawlul discrtimination or sexualharassment against any individual in the terms or condNons of employment, credit, public acrxrmmodations, housing, orprovision of County factfiges, services or programs (Code Chapter 42, Sec8on 42-30 et seq,).

F. ILLINOIS HUINAN RIGHTS ACT

THE APPLICANT HEREBY CERTIFIES THAT: It is in comPliance with the illinois Human Rights Act (775 ILCS Sr2-105),snd agrees to abide by the requirements of the Act as part ofits contractual obligations.

INSPECTOR GENERAL (COOK COUNTY CODE, CHAPTER 34, SECTION 34-174 and Section 34-250)

The Applicant has not willfully failed to cooperate in an investigation by the Cook County Independent Inspector Generalor to report to the independent Inspector General any and all information concerning conduct which they know to involve

corruption, or other crtminal activity, by another county employee or oigcisl, which corxwms his or her office ofemployment or County related transacbon.

The Applicant hss reported directly and without any undue delay any suspected or known fraudulent activity In theCounty's Procurement process to the Oflice of ths Cook County Inspector General.

H. CANIPAIGN CONTRIBUTIONS (COOK COUNTY CODE, CHAPTER 2, SECTION 2-585)

THE APPLICANT CERTIFIES THAT: It hss read and shall comply with the Cook County's Ordinance concerningcampaign contributions, which is codified at Chapter 2, Division 2, Subdivision II, Section 585, and can be read in its

entirety at www.

municode.corn.

I. GIFT BAN, (COOK COUNTY CODE, CHAPTER 2, SECTION 2474)

THE APPLICANT CERTIFIES THAT: It has read and shall comply with the Cook County's Ordinance concerningreceiving and soliciting gifts and favors, which is codified at Chapter 2, Division 2, Subdivision II, Section 574, and can beread in its entirety at www.municode.corn.

LIVING WAGE ORDINANCE PREFERENCE (COOK COUNTY CODE, CHAPTER 34, SECTION 34-180;

Unless expressly waived by the Cook County Board of Commissioners, the Code requires that a living wage must be paidto individuals employed by a Contractor which hss a County Contract and by all subcontractors of such Contractor under aCounty Contract, throughout the duration of such County Contract The amount of such living wage is annually by thsChief Financial Officer of the County, and shall be posted on the Chief Procurement Oflicer's website.

The tenn "Contract" as used in Section 4, I, of this EDS, specifically excludes contracts with the following:

1) Not-For Profit Organizations (defined as a corporation having tax exempt statue under Section 501(C)(3)of theUnited State Internal Revenue Code snd recognized under the illinois Stats nct-for -proilt law);

2) Community Development Block Grants;

3) Cook County Works Department;

4) Sheriffs Work Alternative Program; and

5) Department of Correction inmates.

EDS-2 3/2015

Page 68: New Inc. - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1545-14762.pdf · 50dder: new orleans teleort, inc. cook county government office aflie chief

CONTRACT NO. 14782

SIECTION 3

REQUIRED DISCLOSURES

DISCLOSURE OF LOBBYISTCONTACTS

List ag persons that have made lobbying contacts on your behalf with respect to this contract:

Name

rene frnnl 1 r~hl n

LOCAL BUSINESS PREFERENCE STATENIENT (CODE, CHAPTER 34, SECTION 84480}

Local trcsfnsss means s Person, including a foreign corporation authorized to transact business in iklnois, having a bona gdeestablishment located wiihin gre County at which il is transacting bushess on the date when s Bid is submbted to the County,and which employs the majorily of Its regular, fug-gme work force within ths County. A Joint Venture shall constitute a LocalBusiness if one or mors Persons that qualify as a "Local Business" hold interesN totaling over 50 percent in the Joint Venture,even H the Joint Venture does nol, at the tirre of ths Bid submNal, tutvs suoh s bona tide establlshrhent wthln ths County,

a} Is Applicant a Local Business" ss defined above?

Yes:

b) If yss, list business addresses wghln Gook County:

c) Does Applicant employ the majoNy of Ils regular fug time workforcewigrin Cook County?

Yes:

3. THE CHILD SUPPORT EN PORC EISENT ORINNANCE (CODE, CHAPTER 84, SECTION 34-17+

Every Appfcant for a county prkdlegs shag bs in full compgancs wkh sny chgd supped onlsr before such Applicant ls entlged toreceive or renew a County Prtvgege. When defnquent chgd support exists, the County shall not issue or renew sny County

Privilege, andmay revoke any County Privilege.

All Appgcanta are required to review the Cook County Afgdavlt of Child Support Obggagons attached to this EDS (EISI)and complete Sw Affidavit, based on the instruogons ln the Afgdavtb

EDS-3 872015

Page 69: New Inc. - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1545-14762.pdf · 50dder: new orleans teleort, inc. cook county government office aflie chief

CONTRACT NO 14782

4. REAL ESTATE OWNERSHIP DISCLOSURES.

Ths Applicant must Indicate by checking the sppprlsfe provision bslcw and providing all required informsgon that either:

a) The follcufng isa complete liitcfall real estate owned by the Applkant N Cock County:

PERINANENT INDEX NUMBER)S):

(ATTACH SHEET IF NECESSART TO LIST AM&TIONAL iNDEXNUINBERS)

b) X The Applicant owns no real estate in Cook County.

5. EXCEPTIONS TO CERTIFICATIONS OR DISCLOSURES.

If ths Applicant is unable to cerdiyto any of ths cers&cstlons or any other statements ocnained in this EDs snd not explainedelsewhere in this EDS, ths Applicsrd must explain below:

N/A

If the letters, "NA", thh word "None" or "No Response" appears above, or If the space is lait blank, It will be conduslvely presumedthat the Applicant certised to all CertBcstlons and clher statements conkdned in this EDS.

ED&A &r2015

Page 70: New Inc. - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1545-14762.pdf · 50dder: new orleans teleort, inc. cook county government office aflie chief

CONTRACT NO. 147ez

COOK COUNTT DISCLOSURE OF OWNERSHIP INTBIEST STATEISEBIT

The Cook County Cods of Ordlnanoss (g2.810 et ssq) raqulms that any Applicant for any CauQ Acgan must dlsdose Infarmatkinconcerning awnersdp Interests In the Applkwnt Thh Disdosure of Ownership Intwsst Statement mud be completed with agkrfonnatlan cummt as of ths dak: gis statement is dgned. Furthermme, this statement must be kept cmrent, by cling all mnsndsdStatement, unS such time as the County Board or Cmmiy Agency shag take action an gm appllcagon. The information canhtinsd ingds Statement wig be maintdined in a database and made availsbls far public viewing.

If yau am asked to list names, but gwre aie no appgcabls names to iht, you must dde NONE. An Incomplete Statement wgl bemlurned and sny action mgaidlng thh oontraat wig be delayed. A fagws to Icily aomplf wllh the ordinance msy moult In the acgontaken by ths Courdy goad or Couniy Agency being voided.

"ApplfcanP'eans any Entily ar pmson making en applicsfian to the County for any Casnly Adian.

'Coungr Aamm means any sedan by s County Agency, s County Department, or tks County Board mgardlng an onlinanas crordinanas ~snt, a Counly Board approval, or dhsr County agency approval, wiN respect to cantmds, leases, or sale orpurchase of nml estata

'Pwmcn" 'EnNy or 'ILegsi Entgy" means s sole proprletomhlp, corporation, partnership, sssaclagon, buekmm trust, estate, two ormore pwsarw having s joint or common imsresk oustss of s land oust, alber carvmwaiai or legal enNy or any bensgdnry orbenegcladss thereof.

This Disalosum of Ownership Interest Statement must bs submitted by:

1.An Appllasnl for Caunly Aotlon and

IL A person that hokls stack or a benettakil internet in gm Applkwnt gm[ is gated on ths Applicant's statement (a "Holdep) must gle aStatement and ccmplels dt only under Ownsmhlp Inhnsst Declaralhm.

please print or type respanses dsmly and legibly. Add additional pages if nssdsd, being careful to identify each portion of the ibnn towhich each addgonai page mfera

This Stahmmnt Is being made by the [X ]Applkwnt or [ ) StcdMenvlialal Interest Hokler

[ X ]Origkwl Btdementor [ ]Amended Statement

FEIN NO, 72-1 1 06286

2ip Codd 70503

Tb lamontgca 11sp 1us .net

Emaik

This~ls an:

Identifying Information:New Orleans Teleport, Inc.

Name

D/B/A: r nr.r,s nr.ris

SlrsetAddmss: 201 B Travis StreetCity: Lafayette State: LA

PhoneNo 4 0550 FaxNmnbsr 33 7-233-:1187

Cook Counly Business Reglsbagon Number:{SolePmpndcr, Joint Ventum Partnership)

Caiporsts Fikr Number (if appgcsble):

Form of Legal Entlly:

[ ] Sde Pmpltelar [ ] Partnership

N/A

Corporsgon [ ] Tmstes of Land Trust

[ ] Business Trust [ ] Estate [ ] Assodagon [ [ Joint Vsntwe

[ ] Ogwr (descdbe)

EDSS

Page 71: New Inc. - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1545-14762.pdf · 50dder: new orleans teleort, inc. cook county government office aflie chief

CONTRACT NO 1aysg

Qvvnemhip fnlersst Bsclaragon:

1. Ust Ihe name(s), addmss, and psnnmtcwnsmhlp of sech Person having a legal or bensttclal interest (includingownership) cf mom then IIve percent (5%) in ths AppllcantfHoldsr,

Barbara Lamont

GelobterElisabeth..Gelobter

Adams s1019 Kaliste SaloomLafayette, LA 70508

Same

Same

Percentage Inhvsst in

ApplkmnSHolder

513910

2. tf the interest ofany Person listed in (1)above is hekl as an agent or ageelr, or a nominee ornominess, Iiet genomeend address of gm prhdpal on whose behalfihe internet Is held.

hfame ofAgenWomlnes Nemo of Pdnclpsl PrlndpafsAddrsss

tf/)t

3. Is the Applkant oonstrucgvsly conkottedby another pmeon or legal Entkyy [ J Yes [ X J No

Ifyes, sktle ihs name, address snd pennmtsge of bsnskckd Intsnmt of such psmon, and the rebalcnshlp under whichsuch'ccnkol ls biing or may be~.

Pmcentage of RslsgonstdpBenettcial Internet

Corporate Olllcem, Igembere and partners Infonnagon:

For sll ooqpcrattcne, gst the nenes, sddmsses, snd tenne tbr ak corporate oNoma For all limited II~ocmpantes, yet gmnames, addnnwss for all members. For all parlner@lpe and jcfnt wmturas, list the names,,addmasee. ter each parlne'or Jointventure,

Name Address Title (specify gtle of Term cf Oflice

1019 Ka) iste Sa)oomBarbara Lamont Lafayette, LA 7050% 5~res Lent Sept. 1988 -present

~]RM1 n no 1 nht~r-.- n~m~

Elisabeth Gelobter Same

v'residentBoard Member

Sept. 1988 — PresentNov. 2000 — Present

Osclaragon (shook ths apptkmbts box):

.[XJ I state under cath gmt the Applicant hsa wilhheld no disckmure as to cnnsmNF internet in gm Applicant ncr reservedany krfcrmaficn, data or plan ae to gm intended uee cr purpose for which the Applicant seeks County Bcsnl or oNer

County Agency acgon.

J I stets under osththst the Holder has whhheld no dlsctosum esto ownership internet nor mserved any Informagonreqmred to bs dhsctosed.

EDB-T

Page 72: New Inc. - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1545-14762.pdf · 50dder: new orleans teleort, inc. cook county government office aflie chief

CONTRACT NO. 14782

COOK COUNTY DISCLOSURE OF OWNERSHIP INTEREST STATEIENT SIGNATURE PAGE

Barbara LamontName of Authodzsd ApplicantfHotdsr Repressntague (please print or type)

Signature

1 a ra ~l 1 n ~

E-mrrri address

PresidentTige

September 52, 2015Dsie

337-704-0550Phone Number

Subsgribed lothis ~a- day

x ~ Afif Jebara Bar fir19633~N6tary Pubgc Signature Notary Seal

and sworn before me ally commission expires:of 28 1. with Life

EDS-8 8/2015

Page 73: New Inc. - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1545-14762.pdf · 50dder: new orleans teleort, inc. cook county government office aflie chief

COOK COUNTY BOARD OP ETHICS69 W. WASHINGTON STREET, SUITE 3040

CHICAGO, ILLINOIS 60602312/6034304 Office 312/603-9988 Fax

FAMILIAL RELATIONSHIP DISCLOSURE PROVISION

Nenotism Disclosure Reuuirement:

Doing a significant amount of business with the County requires that you disclose to the Board of Ethics the existence of anyfamilial relationships with any County employee or any person holding elective office in the State of Illinois, the County, or in

any municipality within the County. The Ethics Ordinance defines a significant amount of business for the purpose of thisdisclosure requirement as more than $25,000 in aggregate County leases, contrads, purchases or sales in any calendar year.

Ifyou are unsure of whether the business you do with the County or a County agency will cross this threshold, err on the sideof caution by completing the attached familial disclosure form because, among other potential penalties, any person found

guilty of failing to make a required 'disclosure or knowingly filing a false, misleading, or incomplete disclosure will beprohibited fiom doing any business with the County for a period of three years. The required disclosure should be filed with

the Board of Ethics by January I of each calendar year in which you are doing business with the County and again with eachbid/proposal/quotation to do business with Cook County. The Board of Ethics may assess a late filing fee of $100 per day afteran initial 30-day grace period.

The person that is doing business with the County must disclose his or her familial relationships, If the person on the Countylease or contract or purchasing &om or selling to the County is a business entity, then the business entity must disclose thefamilial relationships of the individuals who are and, during the year prior to doing business with the County, were:

~ its board of directors,~ its officers,e its employees or independent contractors responsible for the general administration of the entity,

v its agents authorized to execute documents on behalf of the entity, and

v its employees who directly engage or engaged in doing work with the County on behalf of the entity.

Do not hesitate to contact the Board of Ethics at (312) 603-4304 for assistance in deterinining the scope of any required

familial relationship disclosure.

Additional Definitions:

"Familial relationship" means a person who is a spouse, domestic partner or civil union partner of a County employee or State,County or municipal official, or any person who is related to such an employee or ofilcial, whether by blood, maniage oradoption, as a:

G ParelltG Child

G Brother0 Sister0 Aunt

U UncleG Niece0 Nephew

D GrandparentG Grandchild

U Father-in-law

U Mother-in-law

G Son-in-law

tJ Daughter-in-law

0 Brother-in-law

G Sister-in-law

0 StepfatherG StepmotherIJ StepsonIJ Stepdaughter0 Stepbrother0 Stepsister0 Half-brotherG Half-sister

EDS-0 3/2015

Page 74: New Inc. - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1545-14762.pdf · 50dder: new orleans teleort, inc. cook county government office aflie chief

CONTRACT NO. 14792

COOK CQUNTY BOARD QF ETHICSFAMILIAL RELATIONSHIP DISCLOSURE FORM

PERSON DOING OR SEEKING TO DO BUSINESS WITH THR COUNTY

NsmeofpersonDohgBusinesswithiheCounty New Orleans Teleport, inc.

AddmacfpetecuDOingBuaiaeSSWiihtheccunty: 201 B TraVia St, Lafayetter LA 70503

Phone number ofPerson Doing Business udththe CotmB„33 7 704 0 55 0

Email address ofpersonDoing Business with the County: customercareacallsnlus. net

IfPcrsou Dohtg Bushress with the Couaty is a Business Bntky, pmvide the name, title aud contest information for'tbcindividual completing this dhclosure on behalf of the Person Doing Bushsss with the County:

Barbara Lamont. President same contact information

B. DESCRIPTION OF BUSINESS WITH THE COUNTYAppend addtttantd pager as needed and for each Conn(r lease, canc act, purim or sale sought andtarobtained daring the calendar year ofthis disdcsttre (or the proceeding calendar year ((disclosure ir madeon January I), tdenttft»

The lease number, contract number, purchase order number, request for proposal number aud(or mqucst forqualification number assochted with tbe basiuess you are doing or seeldng te do with the Countt»

Contract Ngmbert 1545-14762

Ibe aggregate dollar value of the business you sre doing or seeking to do whb the County: g

The name, title snd contact hformadon fcr the County ofgcial(s) or employee(s) involved in negotiating the businessyoumudoingorseekingtodowiththeCounty: nun t i uui snnr i fi r ntinnn mnrri nec r

312-603-6825 I dan. aizzigcookcountvil. oov

The name, title and coruact information for the County ofBcial(s) or employee(s) involved in managing the businessyou are doing or seehng to do with the County: TBD

C. D~RE OF FAMILIAL RELATIONSHIPS WITH'CQUNTV EMPLOYEES OR STATE. COUNTYOR MUNICIPAL ELECTED OFFICIALS

Cheat the bas that applies and prardde rtdated infcrmatian whetu needed

0 1he Pecan Doing Busmess with the County is an indlvhlual and there is so i'amilial relationship between thisindividual snd any Cook County employee or any persou holding elective cigce in the State of lllhoh, Cook County,or auy muutctpeihy wlddn Cook County.

11m Person Doing Business with the County is a business entity aud there is uo familial rehseuship between auymember ofthis business entity's board ofdhuctors, oiBcers, parsons respeeible for general administration of thebusiness entity, agents authorized to educate documeue oa behali'of the business eudty or employees directlyengaged bt contractual work with the County an behalf of the bushess entky, sml any Cook County employee or aayperson holding elective tdBce in tbe State of Illinois, Cook County, or any uunicipality withia Cork County,

EDS-10 8/2015

Page 75: New Inc. - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1545-14762.pdf · 50dder: new orleans teleort, inc. cook county government office aflie chief

COOK COUNTY BOARD OF ETHICSFAMILIAL RELATIONSHIP DISCLOSURE FORM

tj The Person Doing Business with the County is an individual and there is a familial relationship between thisindividual and at least one Cook County employee and/or a person or persons holding elective office in the State ofillinois, Cook County, and/or any municipality within Cook County. Tbe familial relationships are as follows:

Name of Individual Doing Name ofRelated County Title aud Position of Rclsted Nature of FamilialBusiness with the County Employee or State, County or County Employee or Sacs, County Relationship

Municipal Elected Official or Municipal Elected 05cial

Ifmore space is needed, anach an additional sheet fa//owing the above format.

The Person Doing Business with the County is a business entity and there is a familial relationship between at leastone member of this business entity's board of directors, ofgcers, persons msponsible for general administration of thebusiness entity, agents authorized to execute documents on behalf of the business entity and/or employees directlyengaged in contractual work with the County on behalf of the business eatity, on the one hand, and at least one CookCounty employee and/or a person holding elective office in the State ofIllinois, Cook County, and/or anymunicipality within Cook County, on the other. The familial relationships are as follows:

Name of Member of Boardof Director for BusinessEntity Doing Business with

the County

Name of Related County Title and Position of Related Nature of FamilialEmployee or State, County or County Employee or Sane, County Relationship*Municipal Elected Otgcial or Municipal Elected Official

Name of Ofdcer for Business Name of Related County Title snd Position of Related Nature of FamilialEntity Doing Business with Employee or State, County or County Employee or Stats, County Relationshipthe County Municipal Elected Ofgcisl or Municipal Elected Otgcial

EDS-11 Si2015

Page 76: New Inc. - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1545-14762.pdf · 50dder: new orleans teleort, inc. cook county government office aflie chief

CONTRACT NO. 14702

Name ofParson Responsiblefor the General

Adminisastion of theBusiness Entity DoingBusincm with the Cccnty

Name ofRelated County Title and Position ofRelated Nature ofFmnilialEmployee or Stain, County or County Employee or State, County RelationshipMunioipal Elected Otgcial or Municipal Elected Ogicisl

Name of Agem Authorized Name ofRelated County Title aad position ofRelated Nature ofFamilialto Execute Documents for Employee or State, County or County Employee or State, County RelationshipBusiness Bathy Doing Municipal Elected Offmist cr Municipal Elected OfficiaBusiness with thc County

Name of Employee of Name ofRelated County Title and Position of Related Nature ofFamilialBusiness Entity Directly Employee or Stale, Couab or County Employee or State, County RclatlonddpEngaged in Doing Business Municipal Elected Ofgcial or Municipal Elected Officialwith the Ccuaty

Efmore xfvace is necdecf, atmcb an additional sheet following dm above format

VEBIFICATIONr To the best of my knowledge, the mformason I have provldml cvn'this disclosure form is accurate nndcomplete. I admowledge that an inaccurate or incomplete disclosum is punishable by hw, including but not limited to fmesand debmmeot

Septemberc)-, 2015Sigtmtureofgcmplts(ttarnara I alarm, President ihte

SUBMIT COMPI ETED FORM TOi Cook County Board ofEtidcs69 %est %ashington Street, Suite 3040, Chicago, Illinois 60602Ofgce (312) 603-4304 —Fax (312)[email protected]

Spouse, domestic partner, civil union partner or parent, child, sibling, aunt, uncle, niece, nephew, grandparent or graudchtTdby blood, msmage (t.e. in laws and step relations) or adoption.

EDS-12 5/2015

Page 77: New Inc. - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1545-14762.pdf · 50dder: new orleans teleort, inc. cook county government office aflie chief

CONTRACT NO. 14782

SECTION 4

COOK COUNTY AFFIDAVIT FOR WAGE THEFT ORDINANCE

sffeatlve May 1,2015.every pemon, brchudinc subsrrurrhu Owners, seeking s Contract with Cook County must comply with the Cack county wage ThmtOrdinance sst forth in Chapter 34, Argus IV, Section 17th Any Person/Sulmtsnasl Owner, who fels ta comply with Cook County Wage Thelt Ordinancemsy request tlmt Ss Chief Procurement Of/icer grant s reduchon or wc iver In socmdanoe with Sscgos 34173(C).

ocul«of'ssrm any written document(a make Procursmmds by ar on behalf af Cook County

"Pe«err'mesne any Individual, corporagon, partnership, Joint Venfure, trust, sssoahilan, gmlled llsbigy company, sole pmmlstomhlp or other legal sngb

"promrmmsnf" rnnuw obhdcing sup/rgee, equlprnen!, goads, or services of any Idnd.

"Substsnt/e/ Owmd means any pwson ar persans who asm ar hold s twenhrdvs percent (35%) cr mors percentage af interest in any business enlhyseeking s County privilege, indudlng those she«holders, general or limited parlnem, beneficiaries end pdndpsls; except where e business entity ls anindividual or eom proprietomlrip, subtanfisl owner means ihst Mdivldual or sour prapristor.

All PemiOne/Subetnndal OWmro are «quired ta Complain (hie aflldSVit Snd Cmnply With the GOOk Causqr Wage Theft Onlinanhe beth« any Card«of mawarded, 8lgnstum of tNs farm coivdhuhm a csrtacstian tlm hdomisgon pmvtded hsiaw kt correct ssd aomplsls, snd gmt ths individual(s) signing this ronahes/have oersonsl Imowlsdoe of such information.

I. Contract informagont

ContractNumbsr: 1545-14762

County Using Agency(requesting Proourems/8): Facilities Management

II. Person/Substsngnl Owner Informagon:

pe«an(caqmude EngtyNamoy NeW OrleanS TelePOrt, InC.

substantial owner complete Name; Barbara Lamont

FEIN8 72-1106286

Date of Birgtr 1 1 /0 9/1 939

St«etAdd«m 1019 KalisteCity.'afayetteHome Phone ~50 415-7411

SI. Compliance wgh Wage Laws:

E-maii address: blamontLhcallsolus. netSaloom Road

LA 70503Zip:

Driver'sLicenseNo LA 005397169

Within the past gve years has ths Person/Substantial Owner, in any judicial or administrative proceeding, been aonvldsd of,entemd a phm, made an admission of guilt or liability, or had an administrative Ending made for camrnlNng 8 repeated or willfulviolation of sny of the following lowe

///inab yktrgo Payment and Co/lec/ion Acf 820 ILCS 11871 at sag., YES~O//iinoisidinimum Wage Act, 820/LCS 708/I etang., YES~0lfgnoe Worker Adjuefment and Retm/ning NctFicsgon Act, 820/LCS 88/I et ssq., YES oNO

Entphyee C/sssldcationAcL 820 /LCS 188/I ef seg., YES~Fair Later RandardsAcf of 1938,29 U.S.C.201, et seg., YES o~O

Any corrparab/e stahr ehrhde or rsgulagon o/any s/sts, whish governs the payment o/wagon YES arlQO

If the Person/Substantial Owner answered "Yss" to any of the quesgons above, It ls ineligible to enter Into s Contract with CookCounty, but can request s reductbn or waiver under Section IV.

EDS-13 8/2015

Page 78: New Inc. - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1545-14762.pdf · 50dder: new orleans teleort, inc. cook county government office aflie chief

CONTRACT NO. 14TS2

IV. Request for Waiver or Reduction

If Person/Substantial Owner answered "Yesv to any of the questions above. It may request s reduction or waiver Inacoonlance with section 34-1?9(d), prov@ed that the request for reduction of waiver ls made on the basis of one crmom of the following acgcns that have taken place:

There has been a bona fide change in ownership or Control of the ineligible Person or Substantial OwnerYES or NO

/nar// action has been lsken against the /nd/vidual/s) respcnslh/e for the acts ghing rise to the vki/ationYES or NO

Rsmedia/ action has been taken to pmwmt a recumsnce of the acts giMng rise to the dkatua/i/icafion or defaultYESor NO

Other factors that fhe Person or Substangai Owner believe are relevant.YES or NO

The Person/Substantial Owner must submit dccwnenistion to aucocrt the basis cfits mousst for a eduefran or waiver. TheChief Pmcuiement Officer reserves the riohi to ms/is additional inouiries and recuest adWicna/ dccumenation.

V. AglrmationThe Pemon/Substantkd Ownsr stlirms Install sistern contained in the A%davit sre true, accurate and complete.

Signai oats; SentemberJL. 201 5

NameofPercon'signing(Print): Barbara Lamont Title: PresidentSubscri nd s before me Ih'ia 2 day ot SePtember

Afif Jebarai Bar iy19633N Public Slgnatum

Nota ge information is subject to ver/gentian prior to the sward of the Centract.

,201 5

Notary Seal

EOS-14 8/2015

Page 79: New Inc. - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1545-14762.pdf · 50dder: new orleans teleort, inc. cook county government office aflie chief

CONTRACT NO. 14782

SECTION 8

CONTRACT AND EDS EXECUTION PAGE

PLEASE EXECUTE TNREE ORIGINAL CORKSThe Apphcant hereby certiges and warrants that sl of ths slatemenls, cer55cagons srd representations sst forth in this EDS aretrue, comphris and correct; that the Applicant is in hfl compliance xmd will continue lo he in compliance throughout the tenn of theContract or County Privilege issued to the Appgcant with ag the pogcies and requimmwm sst forth in this EDS; and that ag facieand information provided by the Applicant in gxs EDS are true, complete snd conscL The Applicant sgmes to inform the ChiefProcurement Oflicer In wrNng if sny of such statements, csrtlflcsgons, representations, fachr or Informsgon becomes or Is hund tobe urrirus, incomplete or Incorrect during the tenn of the Contmct or County Privilege

New Orleans Teleport, IncCorporation's Name

Execution by Corporation

k4KCd /I COQQBarbara LamontPresident's Printed Name and Signature

337-704-0550

Jfbdfstaiy Sitgmture~

blamontQcallsplus.nat

September@ r 2015

Execution by LLC

LLC Name *Member/Manager Printed Name and Signature

Date Telephone and Emsg

Execugon by PartnershifriJoint Ventum

Partnership/Jrfnt Venture Name "Partner/Joint Venturer Printed Name snd Sgnature

Date Telephone and Email

Execution by Sole Proprietorship

Printed Name and Signature Date

Telephone Emag

Subserved and sworn to before me thisdayof Sept,20 15

Mycommlmionexpirss: with Life

Nd w/Phil ayrm gfgg g b N ~8Bar g 19633

If ths ops g agreement, partnership agreement or governing documents requiring execution by mulgple members

managers, pmtnem, or joint venturers, please complete and execute additional Contract and EDS Execugon Pages.

EDS-18 8/2018

Page 80: New Inc. - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1545-14762.pdf · 50dder: new orleans teleort, inc. cook county government office aflie chief

SECTION 5COOK COUNTY SIGNATURE PAGE

ON BEHALF OF THE COUNTY OF COOK, A BODY POLITIC AND CORPORATE OF THE STATE OF ILLINOIS, THIS CONTRACT IS HEREBY

EXECUTED BY: ~ 5,/ILCOOK COUNTY CHIEF PROCUREMENT OFFICER

DATED AT CHICAGO, ILLINOIS THIS ~ DAY OF 0 f3/~ IBII1 ,20

IN THE CASE OF A BID/ PROPOSAURESPONSE, THE COUNTY HEREBY ACCEPTS:

THE FOREGOING BID/PROPOSAL/RESPONSE AS IDENTIFIED IN THE CONTRACT DOCUMENTS FOR CONTRACT NUMBER

1545-14762

OR

ITEM(S), SECTION(S), PART(S);

TOTAL AMOUNT OF CONTRACT. $ 18.900.00

(DOLLARS AND CENTS)

FUND

CHARGEABLE.'PPROVED

AS TO FORM:

N/A

ASSISTANT STATES ATTORNEY

(Required on contracts over $1,000,000.00)

EDS-10 3/2015