| “oe Contract Summary Sheet | |
| Contract (PO) Number: 1381 | |
| Specification Number: 5228527024 | |
| Name of Contractor: PRODUCTION DYNAMICS OF | |
| City Department: Strcets and Sanitation | |
| Title of Contract: Photoclcti, Lighting Controls | |
| ‘Term of Contract: Start Date: 5/1/03 | |
| End Date: 4/30/06 | |
| Dollar Amount of Contract (or maximum compensation ifa Term Agreement) (DUR): | |
| $175,760.00 | |
| Brief Description of Work: Photoelectric, Lighting Controls | |
| Procurement Services Contact Person: PETER VITONE | |
| ‘Vendor Number: 700115 | |
| Submission Date: | |
| May 01 2003 | |
| lope | |
| “tee TARGET MARKET PROGRAM | |
| BIDDING RESTRICTED TO CITY OF CHICAGO CERTIFIED | |
| MINORITY BUSINESS ENTERPRISE{S) (MBE) | |
| AND WOMEN BUSINESS ENTERPRISE(S) (WBE) FIRMS | |
| WITH APPROPRIATE SPECIALITY AREA DESIGNATION | |
| vennor no, 200115 contract no. 138 | |
| SPECIFICATION NO.: 82.28527-02A | |
| for | |
| PHOTOELECTRIC, LIGHTING CONTROLS | |
| CONTRACT PERIOD: THIRTY-SIX (38) MONTHS FROM THE DATE OF CONTRACT | |
| ‘AWARD AND RELEASE | |
| es | |
| STARTING: THROUGH: | |
| Required for use by | |
| DEPARTMENT OF STREETS AND SANITATION | |
| FUND: 02-61-100-3095-0965-0365 | |
| DRAWINGS: NONE | |
| All Signatures to be sworn to before a Notary Public | |
| “INFORMATION: PETER VITONE, HEAD PURCHASE CONTRACT ADMINISTRAT( | |
| PHONE NO.: (312) 744-7688 | |
| Dyalénn | |
| All bids are to be sealed and received no later than 11:00 a.m. on the day of | |
| Bid Opening. All bids will be read publicly in the | |
| BID AND BOND ROOM | |
| ROOM 301, CITY HALL | |
| ("A | |
| Issued by | |
| ‘THE DEPARTMENT OF PROCUREMENT SERVICES | |
| CITY OF CHICAGO | |
| ROOM 403, CITY HALL | |
| 121 NORTH LA SALLE STREET | |
| ‘CHICAGO, ILLINOIS 60602 | |
| RICHARD M. DALEY DAVID E. MALONE | |
| MAYOR CHIEF PROCUREMENT OFFICER | |
| Pviw | |
| thargst | |
| me Ae ei | |
| ie | |
| ae | |
| fy | |
| i | |
| i | |
| a Table of Contents | |
| REQUIREMENTS FOR BIDDING AND INSTRUCTIONS TO BIDDERS 1 | |
| (GENERAL CONDITIONS 5 | |
| ‘SPECIAL CONDITIONS 9 | |
| PERFORMANCE BOND 9 | |
| ‘SUB-ORDERS 9 | |
| INVOICES 9 | |
| PAYMENT | 9 | |
| DELIVERY 9 | |
| BASIS OF AWARI 10 | |
| LOCAL BUSINESS PREFERENCE 0 | |
| CONFLICTS OF INTEREST " | |
| ‘TESTING AND SAMPLES : : n | |
| CONTRACTOR'S INSURANCE " | |
| QUANTITIES : ce co 3 | |
| INVENTORYEAD TIME, 13 | |
| GUARANTEE 3 | |
| DISCLOSURE OF OWNERSHIP : : : 4 | |
| CONTRACTOR CERTIFICATION : 4 | |
| GOVERNMENTAL ETHICS ORDINANCE 14 | |
| CHAPTER 2-56 OF THE MUNICIPAL CODE OF CHICAGO, OFFICE OF INSPECTOR GENERAL 14 | |
| BUSINESS RELATIONSHIPS WITH ELECTED OFFICIALS 14 | |
| ‘SECTION 2-82-80 OF THE MUNICIPAL CODE OF CHICAGO. 18 | |
| MACBRIDE PRINCIPLES ORDINANCE 6 | |
| DISCLOSURE OF RETAINED PARTIES - EXECUTIVE ORDER 97-1 : 16 | |
| ‘COMPLIANCE WITH CHILD SUPPORT ORDERS ORDINANCE... : 6 | |
| CONTRACT EXTENSION OPTION 7 | |
| ACCEPTANCE 8 | |
| CONTRACT DOCUMENTS : 8 | |
| EARLY TERMINATION : : : an 18 | |
| LIVING WAGE ORDINANCE 218 | |
| NON-APPROPRIATION ir) | |
| ‘TARGET MARKET SPECIAL CONDITIONS . 20 | |
| ‘SCHEDULE 8-2 . 25 | |
| ‘TARGET MARKET/SCHEDULE C-2 30 | |
| SCHEDULED? ....... . . . Eo | |
| ‘TARGET MARKET UTILIZATION REPORT . 4 | |
| DETAILED SPECIFICATIONS, 7 | |
| ‘SCOPE 7 | |
| EXCEPTIONS: : : : co at | |
| PROPOSAL .... . . 2 | |
| EXCEPTIONS (EXPLAIN): | |
| BID DATA | |
| LOCATION OF FACILITY WHERE INVENTORY IS MAINTAINED: | |
| ADDITIONAL INFORMATION: | |
| EXCEPTIONS (EXPLAIN): | |
| DISCLOSURE AFFIDAVIT FOR CONTRACTS AND CONCESSION | |
| AGREEMENTS NOT INVOLVING FEDERAL FUNDS. | |
| DISCLOSURE OF RETAINED PARTIES | |
| TO BE EXECUTED BY A CORPORATION | |
| TO BE EXECUTED BY A PARTNERSHIP || | |
| TO BE EXECUTED BY A SOLE PROPRIETOR | |
| ACCEPTANCE : | |
| INSURANCE CERTIFICATE OF COVERAGE | |
| @ | |
| 28ess | |
| id | |
| REQUIREMENTS FOR BIDDING AND INSTRUCTIONS TO BIDDERS | |
| CONTRACT FOR SUPPLY | |
| Proposals will be received by the Chief Procurement | |
| Officer of the City of Chicago in accordance with | |
| Contract Documents as set forth herein, | |
| 1 BID DEPOSIT | |
| ‘Bid deposit shall be required for all competitive sealed | |
| bidding for contracts when required in the legal | |
| ‘advertisement. Bid deposit shallbe abond provided by | |
| ‘surety company authorized to do business in the | |
| ‘State of tlinois, or the equivalent in cashier's check, | |
| ‘money order or certified check. All cerified checks | |
| ‘must be drawn on a bank doing business in the United | |
| States, and shall be made payable to the order of the | |
| City of Chicago. CASH IS NOT AN ACCEPTABLE | |
| FORM OF BID DEPOSIT. | |
| Bid deposits shall be in the amount shown in the | |
| advertisement or as may be prescribed herein, but not | |
| In excess of 10% of the bid. Where the amount of the | |
| bid deposit shown in the advertisement should prove | |
| t0_be more than 10% of the bid, then the bidder may | |
| ‘submit, in lieu of the foregoing, an amount equal to | |
| 10% of his bid. Compliance ‘with the provisions | |
| herewith shall be determined in all cases by the Chief | |
| Procurement Officer and his determination shail be | |
| final | |
| When the legal advertisement requires a deposit, | |
| noncompliance requires thatthe bid be rejected unless | |
| itis determined that the bid fails to comply in a non- | |
| substantial manner with the deposit requirements | |
| ‘After bids are opened, deposits shallbe irevocable for | |
| ‘the period specified herein. If a bidder is permitted to | |
| withdraw ts bid before award, no action shall be taken | |
| ‘against the bidder or the bid deposit. | |
| I PREPARATION OF PROPOSAL | |
| ‘The bidder shall prepare its proposal on the attached | |
| ‘proposal forms. Unless otherwise stated, all biank | |
| ‘Spaces on the proposal page or pages, applicable to | |
| the subject specification, must be correcty filed in | |
| Either a unit price or a lump sum price, as the case | |
| ‘may be, must be stated for each and every item, either | |
| typed in or written in ink, in figures, and, # required, in | |
| words, | |
| It bidder is a corporation, the President and Secretary | |
| shall execute the bid and the Corporate seal shall be | |
| affoced. In the event that this bid is executed by other | |
| than the President, atach hereto a certified copy of | |
| that section of Corporate By-Laws or other | |
| ‘authorization by the Corporation which permits the | |
| person to execute the offer forthe corporation, | |
| If bidder is a partnership, all partners shall execute | |
| the bid, unless one partner has been authorized to | |
| ‘sign forthe partnership, in which case, evidence of | |
| ‘such authority satisfactory tothe Chief Procurement | |
| Officer shall be submitted. If bidder is a sole | |
| ‘proprietorship, the sole proprietorship shall execute | |
| the bid | |
| ‘A ‘Partnership’, “Joint Venture" or “Sole | |
| Proprietorship" operating under an Assumed Name | |
| ‘must be registered with the linois county in which | |
| located, as provided in 805 ILCS 405 (1992) | |
| ™, SUBMISSION OF PROPOSALS | |
| Allprospective bidders shall submit sealed proposals. | |
| with applicable bid deposit enclosed in envelopes | |
| provided for that purpose in the DEPARTMENT OF | |
| PROCUREMENT SERVICES, Room 301, City Hal, | |
| and if proposals are submitted in envelopes other | |
| than those so provided for this purpose, then the | |
| sealed envelope submited by the prospective bidder | |
| shall carry the following infomation on the face of | |
| the envelope: bidder's name, address, subject | |
| matter of proposal, advertised date of bid opening | |
| and the hour designated for bid opening as shown, | |
| (on the legal advertisement. | |
| Where proposals are sent by mail to the Chiet | |
| Procurement Officer, the bidders shall be | |
| responsible for their delivery to the Chief | |
| Procurement Otficer before the advertised date and | |
| hour for the opening of bids. ifthe mail is delayed | |
| beyond the date and hour set for the bid opening, | |
| proposals thus delayed will not be accepted. | |
| Proposals shallbe submitted with original signatures | |
| in the space provided on the appropriate Proposal | |
| Execution Page. Proposals not property signed shall, | |
| be rejected | |
| IV, WITHDRAWAL OF PROPOSALS | |
| Bidders may withdraw their proposals at any time | |
| Prior to the time specified in the advertisements the | |
| ‘losing time for the receipt of bids. However, no | |
| bidder shail withdraw or cancel his proposal for @ | |
| period of sixty (60) calendar days after said | |
| advertised closing time for the receipt of proposals, | |
| ‘nor shall the successful bidder withdraw or cancel or | |
| ‘modify his proposal after having been notified by the | |
| ‘Specification: 82-28527-02A, PHOTOELECTRIC, LIGHTING CONTROLS, Page 1 of 62 | |
| REQUIREMENTS FOR BIDDING AND INSTRUCTIONS TO BIDDERS | |
| Chief Procurement Officer that said proposal has been. | |
| ‘accepted by the City. The City reserves the right to | |
| withnold and deposit, as liquidated damages and not | |
| ‘a penalty, the bid deposit of any bidder requesting | |
| withdrawal, cancellation or modification ofits proposal | |
| prior to the stated period for acceptance of proposal | |
| ‘Where this contract shall be approved by another | |
| agency, such as the Federal Government or State of | |
| inois, then the bidder shall not withdraw or cancel or | |
| ‘modify his proposal fora period of ninety (90) calendar | |
| days after said advertised closing time for the receipt | |
| of proposals. | |
| V. COMPETENCY OF BIDDER | |
| ‘The Chief Procurement Officer reserves the right to | |
| Tefuse to award a contract to any person, firm or | |
| Corporation that isin arears or sin defauit tothe City | |
| ‘of Chicago upon any debt or contract, or that is a | |
| defaulter, as surety of otherwise, upon any obligation | |
| to said City, or had failed to perform faithfully any | |
| previous contract with the City. | |
| ‘The bidder, if requested, must present within a | |
| reasonable time, as determined by the Chief | |
| Procurement Officer, evidence satisfactory o the Chief | |
| Procurement Officer of performance ability and | |
| possession of necessary facilities, pecuniary | |
| resources and adequate insurance to comply with the | |
| terms of these specications and contract documents, | |
| VL. CONSIDERATION OF PROPOSALS. | |
| ‘The Chief Procurement Officer shall represent and act | |
| for the City in all matters pertaining to ths proposal | |
| ‘and contract in conjunction therewith. The Chief | |
| Procurement Officer reserves the right to reject any or | |
| all proposals and to disregard any informality in the | |
| bids and bidding, when in his opinion the best interest | |
| Of the City wil be served by such action, | |
| ‘The proposalis contained in these contract documents | |
| ‘and MUST NOT BE DETACHED HERE FROM by any | |
| bidder when submitting a proposal. Incomplete | |
| proposals are subject to rejection. | |
| Vi ACCEPTANCE OF PROPOSALS | |
| ‘The Chiet Procurement Officer wil accept in writing | |
| Cone of the proposals or eject all proposals, within sixty | |
| (€0) calendar days, or within ninety 80) calendar days | |
| ‘where approval by other agencies is required, from the | |
| date of opening of bids, unless the lowest responsibie | |
| bidder, upon request of the City, extends the time of | |
| acceptance tothe City. | |
| Vil PERFORMANCE BOND | |
| When required by the Chiet Procurement Otficer, the | |
| successful bidder or bidders shall, within seven (7) | |
| calendar days of receipt of notice from the City | |
| fumish a performance bond in the full amount ofthe | |
| ‘contract on Form P.W.0. 62, a specimen of which is | |
| ‘bound herein. Receipt of written notice from the City | |
| to fumish a bond constitutes tentative notice of | |
| pending award and proposal acceptance. Release of | |
| the contract shall be withheld pending receipt and | |
| approval of a satisfactory bond, Attention is called | |
| to the provisions of Section 5/6-10-13 of the ilinois | |
| Municipal Code and tothe provisions of Chapter 7-4 | |
| of the Municipal Code of Chicago. | |
| 1X FAILURE TO FURNISH BOND | |
| In the event that the bidder falls to fumish the | |
| Performance bond in said period of seven (7) | |
| ‘calendar days, then the bid deposit of the bidder | |
| ‘shall be retained by the City as liquidated damages | |
| ‘and not as a penalty | |
| X DISCLOSURES | |
| ‘The apparent low bidder will be required to execute | |
| ‘and notarize the disclosure required by Executive | |
| ‘Order 97-1 no later than 7 calendar days after | |
| notification by the City of Chicago unless a longer | |
| time is granted by the Chief Procurement Officer. A | |
| copy of the disciosure required by Executive Order | |
| 97-1 is attached to the Specification. Refusal to | |
| ‘execute and notarize such disclosure will result in | |
| the Chief Procurement Officer deciaring the bidder | |
| non-fesponsible and the City retaining the bid | |
| deposit. Moreover, if a bidder is deemed non- | |
| responsible under this provision, the bidder's status | |
| {a5 a non-esponsible bidder ‘may apply to the | |
| bidder's subsequent bids. | |
| XL INTERPRETATION OF CONTRACT | |
| DOCUMENTS | |
| Wany person contemplating submitting a proposals, | |
| in doubt as to the true meaning of any part of the | |
| ‘specifications or other contract documents, a written: | |
| request for an interpretation thereof, ‘may be | |
| ‘submitted to the Chief Procurement Officer. The | |
| person submitting the request willbe responsible for | |
| Its prompt delivery. Any interpretation of the | |
| proposed documents will be made only by an | |
| ‘addendum duly issued by the Chief Procurement | |
| Officer. A copy of such addendum will be faxed | |
| ‘Specification: 82-28527-02A, PHOTOELECTRIC, LIGHTING CONTROLS, Page 2 of 62 | |
| e | |
| REQUIREMENTS FOR BIDDING AND INSTRUCTIONS TO BIDDERS, | |
| electronically mailed, mailed or delivered to each | |
| person receiving a set of such contract documents and | |
| to such other prospective bidders as shall have | |
| requested that they be furnished with a copy of each | |
| addendum. Failure on the part of the prospective | |
| bidder to receive a written interpretation prior to the | |
| time of the opening of bids will not be grounds for | |
| ‘withdrawal of proposal, Bidder will acknowledge | |
| receipt of each addendumissued in space provided on | |
| proposal page. Oral explanations wil not be binding, | |
| Xi CATALOGS | |
| Each bidder shall submit, where necessary, or when | |
| requested by the Chief Procurement Officer, catalogs, | |
| descriptive literature, and detailed drawings, fully | |
| detailing features, designs, construction, | |
| ‘appointments, finishes and the like not covered in the | |
| specifications, necessary to fully describe the material | |
| to fumish, | |
| In cases where an item is identified by 2 | |
| ‘manufacturer’ sname, trade name, catalog number, of | |
| reference, itis understood thatthe bidder proposes to | |
| furnish the tem so identified and does not propose to | |
| fumish an “equaf" unless the proposed “equal” is | |
| definitely indicated therein by the bidder. | |
| Reference to a specific manufacturer, trade name or | |
| Catalog is intended to be descriptive but not restrictive | |
| ‘and only to indicate to the prospective bidder articles | |
| that wil be satisfactory. Bids on other makes and | |
| catalogs will be considered, provided each bidder | |
| Cleary states on the face of the proposal exactly what | |
| it proposes to furnish, or forwards with the bid, a cut, | |
| illustration, or other descriptive matter which will clearly | |
| indicate the character ofthe article covered by the bid. | |
| ‘The Chief Procurement Officer hereby reserves the | |
| fight to approve as an equal, orto reject as not being | |
| ‘an equal, any article the bidder proposes to furnish | |
| which contains major or minor variations from | |
| ‘specification requirements but which may comply | |
| substantially therewith, | |
| XIV, RETURN OF BID DEPOSIT | |
| ‘The bid deposit of all except the two lowest bidders on | |
| teach contract will be retumed shortly after the bid | |
| opening, | |
| ‘The Chiet Procurement Otficer reserves the right to | |
| hold all bid deposits, ifthe intent is to award multiple | |
| ‘contracts for @ requirement andlor ifthe two lowest | |
| responsible bidders can not be readily determined | |
| based on prico until all proposals have been | |
| evaluated | |
| ‘The remaining bid deposits on each contract wil be | |
| rotumed with the exception of the accepted bidder, | |
| after the Chief Procurement Officer has awarded the | |
| contract. The bid deposit ofthe accepted bidder wil | |
| be returned after the contract and a satisfactory | |
| performance bond has been approved, where such | |
| bond is required. | |
| XV. TAXES | |
| Federal Excise Tax does not apply to materials | |
| Purchased by the City of Chicago by vitue of | |
| Exemption Certificate No, 36-6005820 and State of | |
| llinois Sales Tax does not apply by vitue of | |
| Exemption No. E9998-1874-04, illinois Retailers’ | |
| Occupation Tax, Use Tax, and Municipal Retailers’ | |
| Occupation Tax do not apply to materials or services | |
| purchased by the City of Chicago by virue of | |
| Statute. | |
| ‘The price or prices quoted herein shall include al | |
| ‘other Federal andlor State, direct andlor indirect | |
| taxes which apply. | |
| ‘The prices quoted herein shail agree wih all Federal | |
| laws and regulations. | |
| XV. ORDER OF PRECEDENCE OF | |
| COMPONENT CONTRACT PARTS | |
| ‘The order of precedence of the component contract | |
| parts shall be as folows: | |
| A. General Consitions | |
| ‘Addenda if any, | |
| Department Special Provisions | |
| Plans or City Drawings. | |
| Detailed Speciications. | |
| Standard Specifications of the City, State or | |
| Federal Goverment, if any. | |
| Advertisement for proposals (copy of | |
| ‘advertisemantto be attached to back of cover), | |
| H. Requirements for Bidding and Instructions to | |
| Bidders. | |
| L Performance Bond. f required. | |
| ‘The foregoing order of precedence shall govern the | |
| interpretation of the contractin all cases of conflict or | |
| nmoo® | |
| 9 | |
| ‘Specification: 82-28527-02A, PHOTOELECTRIC, LIGHTING CONTROLS, Page 3 of 62 | |
| REQUIREMENTS FOR BIDDING AND INSTRUCTIONS TO BIDDERS . | |
| Inconsistency therein, except as may be otherwise | |
| ‘expressiy provided by the City. | |
| XVIL NOTICES | |
| [All communications and notices herein provided for | |
| shall be faxed, delivered personally, electronically | |
| mailed, or mailed first class, postage prepaid, to the | |
| Contractor by name and address listed on the | |
| ‘proposal hereof to the Commissioner of the using | |
| ‘department by name and address listed on the cover | |
| hereof, and to the Chief Procurement Officer, Room | |
| 403, City Hall, 121 N. La Salle Street, Chicago, | |
| inois 60602, | |
| ‘Specification: 82-28527-02A, PHOTOELECTRIC, LIGHTING CONTROLS, Page 4 of 62 | |
| NON-DISCRIMINATION | |
| ‘A. Federal Requirements | |
| It shall be an unlawful employment practice for the | |
| Contractor (1) to fall or refuse to hire or to discharge | |
| ‘any individual, or otherwise to discriminate against any | |
| individual with respect to his compensation, or the | |
| terms, conditions, or privieges of his employment, | |
| because of such individuals race, color, religion, sex, | |
| ‘age, handicap or national origin; or (2) to ‘imi, | |
| segregate, or classify his employees or applicants for | |
| femploymentin any way which would deprive or tend to | |
| deprive any individual of employment opportunities or | |
| otherwise adversely affect his status as an employee, | |
| because of such individual's race, color, religion, sex, | |
| ‘age, handicap or national origin. | |
| Contractor shall comply with The Civil Rights Act of | |
| 1964, 42 U.S.C. sec. 2000 et seq. (1968), | |
| ‘amended. Attention is called to: Exec. Order No. | |
| 11,248, 90 Fed. Reg. 12,919 (1965), reprinted in 42 | |
| S.C, 2000(e) note, as amended by Exec. Order No. | |
| 11,378, 32 Fed. Reg. 14,303 (1967) and by Exec. | |
| Order No. 12,086, 43 Fed. Reg. 46,501 (1978); Age | |
| Discrimination Act, 42 U.S.C. sec, 6101-8108 (1988); | |
| Rehabiitation Act of 1973, 29 U.S.C. sec. 793-734 | |
| (1988); Americans with Disabliies Act, 42 U.S.C. sec. | |
| 12102 et, seq. and 41 CFR, Part 60 et sea. (1980), | |
| 5. State Requirements | |
| Contractor shall comply with the ilinois Human Rights | |
| ‘Act, 775 ILCS 5/1 - 101 et seq. (1992), a8 amended | |
| ‘and any rules and regulatons promulgated in | |
| ‘accordance therewith, including, but not limited to the | |
| Equal Employment Opportunity Clause, 5 il. Admin, | |
| Code § 750 Appendix. Furthermore, the Contractor | |
| shall comply with the Public Works Employment | |
| Discrimination Act, 775 ILCS 10/0.01 et sea, (1982), | |
| ‘as amended. | |
| ©. City Requirements | |
| Contractor shall comply with the Chicago Human | |
| Rights Ordinance, ch.2-160, section2-160-010 et seq, | |
| fof the Chicago Municipal Code (1990), as amended, | |
| Further, Contractor shall fumish or shall cause each of | |
| its subcontractor(s) to fumish such reports and | |
| information as requested by the Chicago Commission | |
| 2 GENERAL CONDITIONS | |
| ‘on Human Relations | |
| D. Subcontractors: | |
| Contractor agrees that allo the above provisions. | |
| (A), (8) and (C) , will be incorporated in all | |
| agreements entered into with any suppliers of | |
| ‘materials, furishers of services, subcontractors of | |
| any tier, and labor organizations which furnish | |
| skiled, unsklled and craft union skiled labor, or | |
| which may provide any such materials, labor or | |
| ‘services in connection with this Contract. | |
| 2. INDEMNITY | |
| Contractor shall indemnify, keep and save | |
| harmless the City, its agents, officials and | |
| ‘employees, against all injuries, deaths, loss, | |
| damages, claims, patent claims, suits, liabilities, | |
| judgments, costs and expenses, which may in any | |
| way accrue against the City in consequence of the | |
| ‘granting ofthis contract or which may in any way | |
| result therefrom, whether or not t shall be alleged | |
| (f determined that the act was caused through | |
| negligence or omission of the Contractor or its | |
| ‘employees, of the subcontractor or its employees, | |
| if any, and the Contractor shall, at its own | |
| expense, appear, defend and pay all charges of | |
| attomeys and al costs and other expenses arising | |
| therefrom or incurred in connection therewith, and, | |
| if any judgment shail be rendered against the City | |
| in any such action, the Contractor shall, atts own | |
| ‘expense, salisy and discharge the same | |
| Contractor expressly understands and agrees that | |
| any performance bond or insurance protection | |
| required by this contract, or otherwise provided by | |
| Contractor, shall in no way limit the responsibilty to | |
| indemnity, keep and save harmiess and defend | |
| the City as herein provided. | |
| To the extent permissible by law, the Contractor | |
| ‘waives any limits on the Contractor’ liability that it | |
| ‘would otherwise have by vitue of the Worker's | |
| Compensation Act or any other related law or | |
| judicial decision (such as Koteck’ v. Cyclops | |
| Welding Corporation, 146 Ml. 2d 155 (1991). The | |
| City, however, does not waive any limitations it | |
| may have on its liablity under the Worker's | |
| ‘Compensation Act, the ilinois Pension Code or | |
| any other statu. | |
| ‘Specification: 82-28527-02A, PHOTOELECTRIC, LIGHTING CONTROLS, Page 5 of 62 | |
| GENERAL CONDITIONS | |
| 3. PREVAILING WAGE ACT | |
| ‘The Contractor shall comply with “AN ACT regulating | |
| ‘wages of laborers, mechanics, and other workers | |
| ‘empioyed in any public works by the State, county, city | |
| ‘oF any public body or any politcal subdivision or by | |
| anyone under contract for public works.” Attention is | |
| called to Chapter 48, Par.395, li Rev Stats. 1989, | |
| Itis the policy of the State of ilinos that a wage of no | |
| less than the general prevailing hourly rate as paid for | |
| ‘work of a similar character in the locality in which the | |
| ‘work is performed, shall be paid to all laborers, | |
| ‘workers and mechanics employed by or on behalf of | |
| ‘any and all public bodies engaged in public works. | |
| The term “general prevalling hourly rate’, when used | |
| in this Act means the hourly cash wages plus fringe | |
| benefits for health and welfare, insurance, vacations | |
| ‘and pensions paid generally. inthe locality in which the | |
| ‘work is being performed, to employees engaged in | |
| ‘work ofa similar character on public works. | |
| It the Department of Labor revises the general | |
| prevaling hourly rate to be paid by the public body, the | |
| revised rate shall apply o such contract. | |
| 4, SUBLETTING OR ASSIGNMENT OF | |
| CONTRACT OR CONTRACT FUNDS, | |
| No contract shall be assigned or any part of the same | |
| sub-contracted without the written consent ofthe Chief | |
| Procurement Officer; butin no case shall such consent | |
| relieve the Contractor from his obligations, or change | |
| the terms of the contract. | |
| ‘The Contractor shall not transfer or assign any | |
| ‘contract funds or claims due or to become due without | |
| ‘the written approval ofthe Chief Procurement Officer | |
| having frst been obtained. | |
| The transfer or assignment of any contractfunds either | |
| in whole or in par, or any interest therein, which shall | |
| bbe due orto become due to the contractor, shall cause | |
| the annuiment of said transfer or assignment so far as | |
| the City is concemed. | |
| 5. GUARANTEES & WARRANTEES: | |
| All guarantees and warrantees required shall be | |
| furnished by the Contractor and shall be delivered | |
| to the Chief Procurement Officer before final | |
| voucher on the contract is issued. | |
| 6 DELIVERY | |
| All materials shipped to the City of Chicago must | |
| bbe shipped F.0.B., designated location, Chicago, | |
| Ilincis. I deivery is made by truck, arrangements | |
| ‘must be made in advance by the Contractor in | |
| ‘order thatthe City may arrange for receipt of the | |
| materials. The material must then be delivered | |
| where directed | |
| Truck deliveries wil be accepted before 4:00 P.M. | |
| ‘on week-days only. No deliveries will be accepted | |
| (on Saturdays, Sundays or Holidays | |
| ‘The quantity of material delivered by truck shall be | |
| ascertained from a weight certificate issued by 2 | |
| duly licensed Chicago Public Weigh-Master. Inthe | |
| case of delivery by ail, weight willbe ascertained | |
| {rom bill of lading from erginating line, but the City | |
| reserves the right to re-weigh at the nearest | |
| avaliable railroad scale, | |
| 7. DEMURRAGE AND RE-SPOTTING | |
| The City willbe responsible for demurrage charges | |
| conly when such charges accrue because of the | |
| City's negligence in unloading the material | |
| The City will pay raliroad charges due to the re- | |
| spotting of cars, only when such re-spotting is | |
| ‘ordered by the City | |
| 8 MATERIALS | |
| RESPONSIBILITY | |
| INSPECTION AND | |
| ‘The City, by its Chief Procurement Officer, shail | |
| have a right to inspect any material to be used in | |
| carrying out this contract. | |
| The City does not assume any responsiblity for | |
| the availabilty of any controled materials or other | |
| materials and equipment required under this | |
| contract | |
| The Contractor shall be responsible for the | |
| contracted quality and standards of all materials, | |
| components or completed work fumished under | |
| this contract up to the time of final acceptance by | |
| ‘Specification: 62-28527-02A, PHOTOELECTRIC, LIGHTING CONTROLS, Page 6 of 62 | |
| : GENERAL CONDITIONS | |
| the City. | |
| Materials, components or completed work not | |
| ‘complying therewith may be rejected by the Chief | |
| Procurement Officer and shall be replaced by the | |
| Contractor at no cost to the City. | |
| ‘Any materials or components rejected shall be | |
| removed-within a reasonable time from the premises | |
| ff the City at the entire expense of the Contractor, | |
| ‘after written notice has been mailed by the City to the | |
| Contractor that such materials or components have | |
| been rejected | |
| 8. INSURANCE | |
| ‘The Contractor agrees to keep in force during the life | |
| Of this contract such insurance policies as may be | |
| indicated in the SPECIAL CONDITIONS of this | |
| contract. Contractor further agrees to fumish | |
| Certificates of any oF all insurance policies listing the | |
| (City as an additional insured upon request by he Chief | |
| Procurement Otticer. | |
| 10. PAYMENT | |
| Payment to Contractor shall be as specified in the | |
| ‘Special Conditions ofthis contract. | |
| 11, CASH BILLING DISCOUNT | |
| ‘Any cash piling discounts offered will not be | |
| ‘considered in the evaluation of bids unless requested | |
| in the Special Conditions to be included in the | |
| proposal. If so requested, cash billing discount for | |
| Payment of invoices in thity (30) days or more wall be | |
| Consideredin evaluating bids. Shorter discount periods | |
| will not be considered in evaluating bids. | |
| 12, PRICE REDUCTION | |
| It at any time after the date of the bid or offer the | |
| Contractor makes general price reduction in the | |
| comparable price of any material covered by the | |
| ‘contract to customers generally, an equivalent price | |
| reducton based on similar quantties and/or | |
| ‘considerations shall apply to the contract for the | |
| duration of the contract period (or unti the price is | |
| further reduced). Such price reduction shall be | |
| ‘effective atthe same time and in the same manner as | |
| ‘the reduction in the price to customers generally. For | |
| Purpose of this provision, a “general price | |
| ‘eduction’ shall mean any horizontal reduction in | |
| the price of an article or service offered (1) to | |
| Contractor's customers generally, oF (2) in the | |
| Contractor's price schédule for’ the class of | |
| Customers, i.e., wholesalers, jobbers, retailers, | |
| ‘tc, which was used as the basis for bidding on | |
| this contract. An occasional sale at a lower pric | |
| “general price | |
| Teducion* under this provision. The Contractor | |
| shal invoice the ordering offices at such reduced | |
| pricas indicating on the invoice that the reduction | |
| Is pursuant to the "Price Reduction” provision of | |
| the contract documents. The Contractor. in | |
| cation, shal within ten days of any general pice | |
| reduction not the Chiet Procurement Officer of | |
| the City of Chicago of such reduction by let. | |
| Failure to do so’ may require termination of the | |
| ‘contract. Upon receipt of any such notice of a | |
| ‘general price reduction all ordering offices will be | |
| ‘uly noted by the Chief Procurement Officer. | |
| ‘The Contractor shall furnish, within ten days after | |
| the end of the contract period, @ statement | |
| certtying either: | |
| (1) that no general price reduction, as defined | |
| above, was made after the date of the bid or | |
| offer; oF | |
| @) if any such general price reductions wore | |
| made, that as provided above, they were | |
| reported to the Chief Procurement Officer | |
| within ten days, and ordering offices were | |
| billed at the reduced prices, | |
| Where one or more such general price reductions | |
| were made, the statement furnished by the | |
| Contractor shall include with respect to each price | |
| reduction: | |
| (1) the date when notice of any such reduction | |
| was issued; | |
| (2) the effective date of the reduction; and | |
| (9) the date when the Chief Procurement Officer | |
| ‘was noted of any such reduction, | |
| 13. DEFAULT | |
| ‘Specification: 82-28627-02A, PHOTOELECTRIC, LIGHTING CONTROLS, Page 7 of 62 | |
| A | |
| The City may, subject to the provisions of | |
| paragraph (c) below, by writen notice of default | |
| tothe Contractor, terminate the whole or any part | |
| of this contract in eny one of the following | |
| circumstances’ | |
| {ifthe Contractor falls to make delivery of the | |
| ‘supplies or to perform the services within the | |
| time specified herein or any extension thereof: or | |
| (lif the contractor falls to perform any of the | |
| ‘other provisions of this contract, or so fails to | |
| ‘make progress as to endanger performance of | |
| this contract in accordance with its terms, and in | |
| either of these two circumstances does not cure | |
| such failure within a period of 10 days (or such | |
| other period as the Chief Procurement Officer | |
| ‘may authorize in wriing) after receipt of notice | |
| from the Chief Procurement Otficer specitying | |
| ‘such failure, | |
| In the event the City terminates this contract in | |
| “whole or in part as provided in paragraph (a) of | |
| this clause, the City may procure, upon such | |
| terms and in such manner as the Chief | |
| Procurement Officer may deem appropriate, | |
| supplies or services similar to those so | |
| terminated, and the Contractor shall be lable to | |
| the City for any excess costs for such similar | |
| supplies or service: Provided, that the | |
| Contractor shali continue the performance ofthis | |
| to the extent not terminated under the provisions | |
| of this cause | |
| ‘The Contractor shall nt be liable for any excess | |
| of costs if acceptable evidence has been | |
| submitted to the Chief Procurement Officer the | |
| failure to perform the contract was due to causes | |
| ‘beyond the control and without the fault or | |
| Negligence of the Contractor. | |
| 14, DISPUTES | |
| Except as otherwise provided in this contract, any | |
| dispute conceming a question of fact arising under this | |
| ‘contract which isnot disposed of shallbe decided after | |
| hearing by the Chief Procurement Officer, who shall | |
| reduce his decision to wring and mail or otherwise | |
| fumish a copy thereof to the Contractor. The | |
| de c¢ i s i to ‘a | |
| of the Chiet Procurement Officer shal bé final sng | |
| binding, | |
| 15. NON-COLLUSION, BRIBERY OF A PUBLIC | |
| OFFICER OR EMPLOYEE. | |
| ‘Contractor, in performing under this contract | |
| shall comply withthe Municipal Code of Chicago, | |
| Section 2-92-320, as follows: | |
| No person or business entity shall be awarded a | |
| ‘contract or sub-contract if that person or | |
| Dusiness entity: (a) has been convicted of | |
| bribery or attempting to bribe a public officer or | |
| ‘employee of the City of Chicago, the State of | |
| linois, or any agency of the federal government | |
| ‘oF of any state or local goverment in the United | |
| in that officer's or employee's oficial | |
| ‘capacity: or (b) has been convicted of agreement | |
| ‘or collusion among bidders or prospective | |
| bidders in restraint of freedom of competion by | |
| agreement to bid a fixed price, or otherwise: or | |
| (€) has made an admission of quit of such | |
| ‘conduct described in (a) oF (2) above which is | |
| ‘matter of record but has not been prosecuted for | |
| ‘such conduct. | |
| For purposes ofthis section, where an official | |
| ‘agent or employee of a business entity has | |
| ‘committed any offense under this section on | |
| bbehaif of such an entity and pursuant to the | |
| direction or authorization of a responsible official | |
| thereof, the business entity shall be chargeable | |
| with the conduct. One business entity shall be | |
| chargeable with the conduct of an affliated | |
| agency. | |
| Inetigibilty under this section shall continue for | |
| three years folowing such conviction or | |
| admission. The period of ineligibility may be | |
| reduced, suspended, or waived by the Chief | |
| Procurement Officer under certain specific | |
| ‘circumstances. Reference is made to Section 2- | |
| 192-320 for a definition of “afiiated agency’, and | |
| ‘a detailed description of the conditions which | |
| ‘would permit the Chief Procurement Ortficer to | |
| reduce, suspend, or waive the period of | |
| ineligbitty. | |
| ‘Specification: 82-28527-02A, PHOTOELECTRIC, LIGHTING CONTROLS, Page 8 of 62 | |
| ‘SPECIAL CONDITIONS | |
| PERFORMANCE BOND | |
| No Bond Required. | |
| ‘SUB-ORDERS. | |
| Requests for Photoelectric, Lighting Controls in the form of sub-orders will be issued by the Department of | |
| ‘Streets and Sanitation and sent to the Contractor to be applied against the contract. Suborders wil indicate | |
| {quantities ordered for each line item, unittotal cost, shipping address, delivery date, fund chargeable | |
| Information, and other pertinent instructions regarding delivery. | |
| INVOICES | |
| Original invoices must be forwarded by the Contractor to the Department of Streets and Sanitation, Bureau of | |
| Biectrcity, 2451 S. Ashland Avenue, Chicago, IL 60808, Atin: Joe Gil to apply against the contract, Invoices | |
| ‘must be submitted in accordance with the mutually agreed upon time period with the Department of Streets | |
| ‘and Sanitation, | |
| Allinvoices must be signed, dated and reference the City contract number. if a Contractor has more than one | |
| Contract withthe City, separate invoices must be prepared for each contract in lieu of combining items from | |
| ifferent contracts under the same invoice, invoice quantities, Photo Electric Controls descriptions, units of | |
| ‘measure, and pricing information must correspond tothe items quoted on the Proposal Page. | |
| Invoices for overshipments or items with priceAwage escalations will be rejected unless the contract includes a | |
| provision for such an adjustment by contract modification. Freight, handling and shipping costs are not to be | |
| invoiced. As stated in the Requirements for Bidding and Instructions to Bidders section, the City of Chicago | |
| | exempt from paying State of llinois sales tax and federal excise taxes on purchases. | |
| PAYMENT | |
| ‘The City wil process payment within sity (60) calendar days after receipt of invoices completed in | |
| ‘accordance with the terms herein, and all supporting documentation necessary forthe City to verify the Photo | |
| Electric Controls supplied under this contract. | |
| ‘The City wil not be obligated to pay for any Photo Electric Controls delivered which were non-compliant with | |
| the terms and conditions of these specifications, Any items which fall tests and/or inspections are subject to | |
| ‘exchange or replacement atthe cost of the Contractor. | |
| DELIVERY | |
| Deliveries will be made F.0.B., City of Chicago, Department of Streets and Sanitation, Bureau of Electricity, | |
| 2451 S. Ashland Avenue, Chicago, IL 60608 between the hours of 8:00 am. to 4:00 p.m., Monday thru | |
| Friday, excluding Saturday, Sunday and any legal holidays. The Contractor must contact Joe Gil at 312-744- | |
| ‘4411 at least twenty-four (24) hours prior to any delivery. | |
| ‘The City reserves the right to add, change or delete locations as required during the contract period. | |
| Specification: 82-28527-02A, PHOTOELECTRIC, LIGHTING CONTROLS, Page 9 of 62 | |
| ‘SPECIAL CONDITIONS | |
| BASIS OF AWARD | |
| ‘A contract will be awarded on the basis of the lowest Total Bid Price proposed by a responsive ang | |
| responsible bidder meeting the terms and conditions of the specification document. | |
| ‘The Chief Procurement Officer reserves the right to award a contract or reject any or all bids when, in his | |
| ‘opinion, the best interest ofthe City willbe served thereby. | |
| LOCAL BUSINESS PREFERENCE | |
| ‘The Chief Procurement Officer will accept the lowest bid price or lowest evaluated bid price from a responsive | |
| and responsible local business, provided thatthe bid does not exceed the lowest bid price or lowest | |
| {evaluated bid price from a responsive and responsible non-local business by more than two percent (2%) | |
| ‘A local business (Local Business") is a business located within the corporate limits of the City, which has the | |
| ‘majority ofits regular, fulltime work force located within the City, and is subject to City of Chicago taxes. | |
| Where all partners to a joint venture are Local Businesses, the joint venture willbe deemed tobe @ Local | |
| Businoss, ‘Where not all partners to a jint venture are Local Businesses, such joint venture will be | |
| considered a Local Business only i Local Businesses hold at least a fity percent (50%) interest in the | |
| venture. Local Businesses havea fifty percent (50%) interest in the joint venture ony if the Local Business | |
| partners in the venture hold subcontracts equal oft percent (50%) oF more ofthe amount of the bid. Joint | |
| ‘Venture bidders must submit information and documentation (including, But not imited to the joint venture | |
| agreement and subcontracts) with their bids to establish the eligi for the Local Business Preference. A | |
| joint venture bidder which falls to submit such information wil not be entitled tothe Local Business | |
| Preference | |
| ‘The Chief Procurement Officer's determination of a bidder's eligibilty for the Local Business Preference will | |
| be final | |
| PRICE ESCALATION | |
| Price escalation will be considered by the Chief Procurement Officer when the Contractor can show cause | |
| substantiating the need for an increase, The Contractor willbe required to furnish a certified statement or | |
| atfidavit which states thatthe increase represents the costs for materials only and in no way represents an | |
| Increase for his profits, labor or other overhead. The Contractor must justty his request for an increase by | |
| ‘submitting evidence from the manufacturer which details the pricing changes, the effective date for the | |
| ‘change and any other information requested by the Chief Procurement Officer to verty the price change. | |
| |t approved by the Chief Procurement Officer, a properly executed contract modification must be signed by | |
| the Contractor and the City to reflect the price change and the effective date for the change. Original bid | |
| prices are in effect until the modification has been fully executed and released to the Contractor unless the | |
| ‘modification specifies an effective date forthe agreed upon price change. | |
| ‘Any Photo Electric Controls delivered by the Contractor at the new price, without a properly executed contract | |
| ‘modification signed by the Chief Procurement Officer, is made at the contractor's risk. Consequently, in the | |
| ‘event that such modification is not executed by the City, the Contractor hereby releases the City from any | |
| liability whatsoever to pay for delivered items at the new price prior to the Contractor’ receipt of the fully | |
| signed modification. | |
| ‘Specification: 82-28527-02A, PHOTOELECTRIC, LIGHTING CONTROLS, Page 10 of 62 | |
| : ‘SPECIAL CONDITIONS. | |
| ‘The Chief Procurement Officer reserves the right to seek competitive pricing information on said item(s) from | |
| ‘other suppliers and to procure such item(s) in a manner which serves the best interest ofthe City, | |
| Prices are not subject to change for the intial thirty-six (36) months of the contract period. A minimum period | |
| of twelve (12) months must elapse between escalation requests. | |
| CONFLICTS OF INTEREST | |
| [No member of the governing body ofthe City of Chicago or other unt of government and no other officer, | |
| ‘employee or agent of the City of Chicago or other unit of government who exercises any functions or | |
| responsibilities in connection with the carrying out ofthe project will have any personal interests, direct or | |
| indirect, in the contract. | |
| ‘The Contractor covenants that he presently has no interest and will not acquire any interest, director indirect, | |
| Inthe project to which the contract pertains which would conflict in any manner or degree with the | |
| performance of its work hereunder. The Contractor further covenants that ins performance of the contract | |
| no person having any such interest willbe employed. | |
| ‘TESTING AND SAMPLES: | |
| In order to determine that the proposed Photoelectric, Lighting Controls conform to this specification, the City | |
| reserves the right to test and/or inspect Contractor's produ. | |
| For bid evaluation purposes, the bidder must furnish and deliver, upon request by the Chief Procurement | |
| Officer, one (1) sample of the proposed Photo Electric Controls within fourteen (14) business days from the | |
| receipt of notice. The sample will be delivered F.O.B., City of Chicago, Department of Streets and Sanitation, | |
| Bureau of Electricity, 2451 S. Ashland Avenue, Chicago, IL 60608, Attn: Joe Gil Al samples must be tagged | |
| or labeled with the company name, address and City specification number. Failure to fumish said samples | |
| within this ime period may be cause for rejection of the bid for being non-responsive to this requirement. | |
| ‘The City wil not be liable for the condition of the sample, ifthe bidder requests retum of the sample. The cost | |
| to furnish and deliver the sampie(s) will be borne by the bidder. | |
| (Other tests and measurements may also be performed, as determined by the City | |
| CONTRACTOR'S INSURANCE | |
| ‘The Contractor must provide and maintain at the Contractor's own expense, until contract completion and | |
| <during the time period following final completion if Contractor is required to return and perform any additional | |
| work, the insurance coverages and requirements specified below, insuring all operations related to the | |
| contract | |
| 1) Workers Compensation and Employers Liablity | |
| Workers Compensation and Employers Liability insurance, as prescribed by applicable law covering all | |
| employees who are to provide a service under this Contract and Employers lablity coverage with imits of not | |
| less than $100,000 each accident or ilies, | |
| 2) Commercial Liaitty (Primary and Umbrella) | |
| Specification: 82-28527-02A, PHOTOELECTRIC, LIGHTING CONTROLS, Page 11 of 62 | |
| ‘SPECIAL CONDITIONS | |
| Commercial Liability Insurance or equivalent wit limits of not less than $1,000,000 per occurrence, for bodily | |
| injury, personal inury, and property damage liability. Coverages will include the following: All premises and | |
| ‘operations, products/completed operations, separation of insureds, defense, and contractual labiliy (with no | |
| limitation endorsement). The City of Chicago is to be named as an additional insured on a primary, | |
| ‘non-contributory basis for any libilty arising directy or indirectly from the work or services. | |
| 3) Automobile Liabiity (Primary and Umibretia) | |
| When any motor vehicles (owned, non-owned and hired) are used in connection with work to be performed, | |
| the Contractor will provide Comprehensive Automobile Liabilty Insurance with limits of not less than | |
| $1,000,000 per occurrence for bodily injury and property damage. | |
| ADDITIONAL REQUIREMENTS | |
| ‘The Contractor must fumish the City of Chicago, Department of Procurement Services, City Hall, Room 403, | |
| 121 North LaSalle Street, Chicago, Ilinois 60802, orginal Certificates of Insurance evidencing the required | |
| coverage to be in force on the date of this Contract, and Renewal Certificates of Insurance, or such similar | |
| evidence, if the coverages have an expiration or renewal date occurring during the term ofthis Contract. The | |
| Contractor must submit evidence of insurance on the City of Chicago insurance Certificate Form (copy | |
| attached) of equivalent prior to Contract award. The receipt of any certificate does not constitute agreement | |
| by the City that the insurance requirements in the Contract have been fully met or that the insurance policies | |
| indicated on the certificate are in compliance with all Contract requirements. The failure ofthe City to obtain | |
| cortficates or other insurance evidence from Contractor will not be deemed to be a waiver by the City, The | |
| Contractor must advise all insurers of the Contract provisions regarding insurance. Non-conforming | |
| insurance will not relieve Contractor of the obligation to provide insurance as specified herein. Nonfulfilment | |
| of the insurance conditions will constitute a violation of the Contract, and the City retains the right to terminate | |
| Contract unti proper evidence of insurance is provided. | |
| ‘The insurance must provide for 60 calendar days prior written notice to be given to the City in the event | |
| coverage is substantially changed, canceled, or non-renewed. | |
| Any and all deductibles or self-insured retentions on referenced insurance coverages will be bore by | |
| Contractors. | |
| ‘The Contractor agrees that insurers will waive thelr rights of subrogation against the City of Chicago, its | |
| ‘employees, elected officials, agents, or representatives, | |
| ‘The Contractor expressly understands and agrees that any coverages and limits fumished by Contractor wil | |
| inno way limit the Contractor's abilities and responsibiies specified within the Contract documents or by | |
| law. | |
| ‘The Contractor expressly understands and agrees that any insurance or self insurance programs maintained | |
| by the City of Chicago will apply in excess of and not contribute with insurance provided by the Contractor | |
| Under the Contract. | |
| ‘The required insurance to be carried wil not be limited by any limitations expressed in the indemnification | |
| language herein or any limitation placed on the indemnity therein given as a matter of aw. | |
| ‘The Contractor must require all subcontractors to provide the insurance required herein or Contractor must | |
| provide the coverages for subcontractors. All subcontractors will be subject to the same insurance | |
| requirements of Contractor untess otherwise specified herein. | |
| Specification: 82-28527-02A, PHOTOELECTRIC, LIGHTING CONTROLS, Page 12 of 62 | |
| ® | |
| oo SPECWL. CONDITIONS | |
| It Contractor, or subcontractors desire additional coverages, the contractor and each subcontractor, will be | |
| responsible for the acquisition and cost of such additonal protection, | |
| ‘The Ciy of Chicago Risk Management Department maintains the right to modify, delete, alter or change | |
| these requirements, | |
| QUANTITIES | |
| ‘Any quantities shown on the Proposal Page are estimated only for bid canvassing purposes. The City | |
| reserves the right to increase or decrease quantities ordered under this contract. Nothing herein will be | |
| construed as an intent onthe part of the Ci to purchase any Photo Electic Controls other than those | |
| determined by the Department of Streets and Sanitation to be necessary to meet their curent needs, | |
| ‘The City will be obligated to order and pay for only such quantities as are from time to te ordered, delivered | |
| ‘and accepted on sub-orders issued directly by the Department of Streets and Sanitation. | |
| INVENTORYILEAD TIME | |
| ‘The Contractor must maintain an inventory of sufficient diversity and quantity as to ensure the approximate | |
| eight (8) week delivery of any Photo Electric Controls listed in the Proposal, which is ordered by the City from | |
| stock within five (5) business days after receipt of a Cty department's order. In lieu of the inventory, the | |
| Contractor must be able to arrange such prompt delivery | |
| Repeated failures of the Contractor to meet the above stated delivery requirements will be used by the City | |
| {as grounds for the termination of this contract, and may further affect the Contractor's eligibility for future | |
| contract awards. | |
| ‘The Contractor's compliance with these requirements will be determined by the Chief Procurement Otficer, | |
| whose decision will be binding | |
| Wanranry | |
| => | |
| The Carrer must unendionaly warant ever photoset conto apn any defect ue design, | |
| Vontransho ormetersseveopioy wins pore out yors ater te coal es bee placed’ | |
| ween Ta carve tnmecad pert een tease ony sooner sapaigte per soation | |
| Scprotcion tbe wt sry conta opr teec evel detec: win We pore mest repens | |
| ‘by the Contractor at his sole expense and without cost to the City. | |
| CONTRACT DOCUMENTS TO BE COMPLETED BY BIDDER, | |
| Each bidderproposer must fuly complete, sign, notarize and submit as part of your proposal the folowing | |
| documents incorporated herein: | |
| Schedule 8-2; Affidavit of MBE/WBE Target Market Joint Venture | |
| ‘Schedule C-2: Letter of intent from Subcontractor, Supplier and/or Consultant to Perfoom | |
| Schedule 0-2: Affidavit of Target Market Subcontractors | |
| Disclosure Affidavit | |
| Disclosure of Retained Parties | |
| ‘Specification: 82-28527-02A, PHOTOELECTRIC, LIGHTING CONTROLS, Page 13 of 62 | |
| ‘SPECIAL CONDITIONS ‘ | |
| 6. Proposal Execution Page, as applicable (Corporation, Partnership, Sole Proprietorship). | |
| 7. City of Chicago insurance Certificate of Coverage | |
| Note:EACH BIDDER/PROPOSER MUST ACKNOWLEDGE RECEIPT OF A FULL SET OF CONTRACT | |
| DOCUMENTS AND ANY ADDENDA AT THE TOP OF THE PROPOSAL EXECUTION PAGE. | |
| DISCLOSURE OF OWNERSHIP | |
| Pursuant to Chapter 2-154 of the Municipal Code of the City of Chicago, any person, business entity or | |
| ‘agency submitting a bid or proposal to or contracting with the City of Chicago will be required to complete the | |
| Disciosure of Ownership Interests in the attached Disclosure Affidavit. Complete disclosure information must | |
| be provided. | |
| CONTRACTOR CERTIFICATION | |
| ‘The Contractor or each joint venture partner must complete the appropriate subsection C. State Tax | |
| Delinquencies and acknowedge all other presentations in the section entited Contractor Certification of the | |
| attached Contractor's Affidavit (the Affidavit) which certifies that the Contractor or each joint venture partner, | |
| its agents, employees, officers and any subcontractors a) have not been engaged in or been convicted of | |
| bribery or attempted bribery of a pubic officer or employee of the City of Chicago, the State of Ilinois, any | |
| ‘agency ofthe federal government or any state or local goverment in the United States or engaged in or | |
| been convicted of bid-rigging or bid-otation activites as defined inthis section as required by the linois | |
| Criminal Code; b) do not owe any debts to the State of llinas, in accordance with 85 ILCS 5/11-42.1-1 and c) | |
| _are not presently debarred or suspended as defined in subsection D, Certification Regarding Suspension and | |
| Disbarment of the Affidavit. | |
| GOVERNMENTAL ETHICS ORDINANCE | |
| Contractor must comply wih Chapter 2-186 of the Municipal Code of Chicago, “Governmental Ethics", | |
| including but not limited to Section 2-156-120 of this Chapter pursuant to which no payment, gratuity or offer | |
| ‘of employment wil be made in connection with any City contract, by or on behalf of a subcontractor to the | |
| prime Contractor or higher ier subcontractor or any person associated therewith, as an inducement for the | |
| ‘award of a subcontract or order. Any contract negotiated, entered into, or performed in violation of any of the | |
| provisions of this Chapter willbe voidable as to the City. | |
| CHAPTER 2.56 OF THE MUNICIPAL CODE OF CHICAGO, OFFICE OF INSPECTOR GENERAL | |
| It wl be the duty of any bidder, proposer, or Contractor, all subcontractors, and every applicant for | |
| certification of eligibility fora City contract or program, and all officers, directors, agents, partners, and | |
| ‘employees of any bidder, proposer, contractor, or such applicant to cooperate with the Inspector General in | |
| ny investigation or hearing undertaken pursuant to Chapter 2-56 of the Chicago Municipal Code. The | |
| Contractor understands and must abide by all provisions of Chapter 2-56 of the Municipal Code of Chicago. | |
| AllContractors must inform subcontractors of this provision and require understanding and compliance | |
| herewith. | |
| BUSINESS RELATIONSHIPS WITH ELECTED OFFICIALS | |
| Pursuant to Section 2-156.030(0) of the Municipal Code ofthe City of Chicago, itis ilegal for any elected | |
| official of the city, or any person acting at the direction of such official, to contact, either orally or in writing, | |
| ‘any other city official or employee with respect to any matter involving any person with whom the elected | |
| Official has @ business relationship, or to participate in any discussion in any city council committee hearing or | |
| ‘Specification: 82-28627-02A, PHOTOELECTRIC, LIGHTING CONTROLS, Page 14 of 62 | |
| noe SPECI. CONDITIONS | |
| in any city council meeting or to vote on any matter involving the person with whom an elected offical has @ | |
| ‘business relationship. Violation of Section 2-16-U30(b) by any elected official with respect to this | |
| contract will be grounds for termination of this contract. The term business relationship is defined as set | |
| {orth in Section 2-166-080 of the Municipal Code of Chicago, | |
| ‘Section 2-156-080 defines a “business relationship" as any contractual or other private business dealing of | |
| ‘an official, or his or her spouse, or of any entity in which an official or his or her spouse has a financial | |
| interest, with @ person or entity which entitles an official to compensation or payment in the amount of $2,500 | |
| ‘or more in a calendar year; provided, however, a financial interest wil not include: () any ownership through | |
| purchase at fair market vaiue or inheritance of less than one percent of the share of a corporation, or any | |
| ‘corporate subsidiary, parent or affiiate thereof, regardiess of the value of or dividends on such shares, if | |
| ‘such shares are registered on a secures exchange pursuant to the Securities Exchange Act of 1934, as. | |
| ‘amended; i) the authorized compensation paid to an official or employee for his office or employment: li) | |
| ‘any economic benefit provided equally to all residents of the city; (v) atime or demand deposit in a financial | |
| Institution; or (v) an endowment or insurance policy or annuty contract purchased from an insurance | |
| ‘company. A “contractual or other private business dealing” wil nt include any employment relationship of an | |
| offcia's spouse with an entity when such spouse has no discretion conceming or input relating to the | |
| relationship between that entity and the city. | |
| ‘SECTION 2-92-380 OF THE MUNICIPAL CODE OF CHICAGO | |
| '2) In accordance with Section 2-82-380 of the Municipal Code of Chicago and in adcition to any other | |
| rights and remedies (including any of set-off) available to the City of Chicago under the contract or | |
| permitted at law or in equity, the City shall be entitled to set off a portion of the contract price or | |
| ‘compensation due under the contract, in an amount equal to the amount ofthe fines and penalties for | |
| ‘each outstanding parking violation complaint and the amount of any debt owed by the contracting party | |
| to the City. For purposes of this section, “outstanding parking violation complaint” means a parking | |
| ticket, notice of parking violation, or parking violation complaint on which no payment has been made or | |
| ‘appearance filed in the Circuit Court of Cook County within the time specified on the complaint. “Debt” | |
| ‘means a specified sum of money owed to the City for which the period granted for payment has | |
| expired, | |
| 'b) Notwithstanding the provisions of subsection (a), above, no such debt(s) or outstanding parking | |
| Violation compiaint(s) will be offset from the contract price or compensation due under the contract if | |
| ‘one oF more of the following conditions are met: | |
| (1) the contracting party has entered into an agreement with the Department of Revenue, or other | |
| ‘appropriate City department, for the payment ofall outstanding parking violation complaints | |
| ‘and debts owed to the City and the Contracting party isin compliance with the agreement; or | |
| (2) the contracting party is contesting lability for or the amount ofthe debt in a pending | |
| ‘administrative or judicial proceeding: or | |
| (@) the contracting party has fled a petition in bankruptcy and the debts owed the City are | |
| dischargeable in bankruptcy. | |
| ‘Specification: 82-28527-02A, PHOTOELECTRIC, LIGHTING CONTROLS, Page 15 of 62 | |
| ‘SPECIAL CONDITIONS. | |
| MACBRIDE PRINCIPLES ORDINANCE | |
| ‘The City of Chicago through the passage of the MacBride Principles Ordinance seeks to promote fair and | |
| ‘equal employment opportunities and labor practices for religious minorities in Norther Ireland and provide @ | |
| better working environment forall ctizens in Northern ireland. | |
| In accordance with Section 2-82-580 of the Municipal Code of Chicago, ifthe primary Contractor conducts | |
| ‘any business operations in Northem Ireland, it is hereby required that the Contractor shall make all | |
| reasonable and good faith efforts to conduct any business operations in Northem Ireland in accordance with | |
| the MacBride Principles for Northern Ireland as defined in Ilino's Public Act 85-1390 (1988 Il. Laws 3220) | |
| For those Contractors who take exception in competitive bid contracts to the provision set forth above, the | |
| CCity wil assess an eight percent penalty. This penaity wil increase their bid price for the purpose of | |
| Canvassing the bids in order to determine who isto be the lowest responsible bidder. This penalty wil apply | |
| ‘only for purposes of comparing bid amounts and will nt affect the amount of any contract payment. | |
| ‘The provisions of this Section will nt apply to contracts for which the City receives funds administered by the | |
| United States Department of Transportation, except to the extent Congress has directed that the Department | |
| Cf Transportation not withhold funds from states and localities that choose to implement selective purchasing | |
| policies based on agreement to comply with the MacBrnde Principles for Norther Ireland, orto the extent that | |
| ‘Such funds are not otherwise withheld by the Department of Transportation. | |
| DISCLOSURE OF RETAINED PARTIES - EXECUTIVE ORDER 97-1 | |
| ‘The apparent iow bidder wil be required to execute and notarize the disclosure required by Executive Order | |
| 97-1 no later than seven (7) calendar days after notification by the City of Chicago unless a longer time is | |
| ‘ranted by the Chief Procurement Otficer. A copy of the disclosure required by Executive Order 97-1 is | |
| attached to this specification. Refusal to execute and notarize such disclosure will result in the Chief | |
| Procurement Officer deciaring the bidder non-responsible and the City retaining the bid deposit. Moreover, it | |
| 1 bidder is deemed non-responsible under this provision, the bidder's status as a non-responsible bidder | |
| ‘may apply to the bidder's subsequent bids. | |
| COMPLIANCE WITH CHILD SUPPORT ORDERS ORDINANCE | |
| ‘The Child Support Arrearage Ordinance, Municipal Code of Chicago, Saction 2-92-416, furthers the City's | |
| Interest in contracting with entities which demonstrate financial responsibilty integrity and lawfulness, and | |
| finds that its especially inequitable for contractors to obtain the benefits of public funds under City contracts | |
| ‘hile its owners fail to pay court-ordered child suppor, and shift the suppor of their dependents onto the | |
| public treasury. | |
| In accordance with Section 2-82-415 of the Municipal Code of Chicago, if the Circuit Court of Cook County or | |
| an Ilinois court of competent jurisdiction has issued an order deciaring one or more Substantial Owner in | |
| arrearage on their child support obligations and: (1) a one such Substantial Owner has not entered into a | |
| Court-approved agreement for the payment of all such child support owed, or (2) a Substantial Owner is not in | |
| ‘compliance with a cour-approved agreement forthe payment ofall such child support owed, (see | |
| Certification of Compliance with Child Support Orders in Disclosure Affidavit), then: | |
| For those bidders in competitive bid contracts, the City will assess an eight percent penalty. This penalty wil | |
| Increase their bid price for the purpose of canvassing the bids in order to determine the lowest responsible | |
| bidder. This penaity will apply only for purposes of comparing bid amounts and will not affect the amount of | |
| any contract payment. | |
| ‘Specification: 62-28527-02A, PHOTOELECTRIC, LIGHTING CONTROLS, Page 16 of 62 | |
| : SPECIAL CONDITIONS | |
| For purposes of this section, “SUBSTANTIAL OWNER means any person whe owns or holds a ten percent | |
| (10%) or more percentage of interest in the bidder; where the bidder is an individual or sole proprietorship, | |
| substantial owner means that individual or sole proprietorship. | |
| “PERCENTAGE OF INTEREST" includes direct, indirect and beneficial interests in the Contractor. Indirect or | |
| beneficial intrest means that an interest in the Contractor is held by a corporation, joint venture, trust, | |
| partnership, association, estate or other legal entty, in which the individual holds an interest, or by agent(s) or | |
| ‘nominee(s) on behalt of an individual or entity. For example, if Corporation & holds or owns a twenty percent | |
| interest in Contractor, and an individual or entity has a fity percent or more percentage of interest in | |
| Corporation B, then such individual or entity indirectly has a ten percent or more percentage of interest in the | |
| Contractor. If Corporation B is held by another entity, then this analysis similary must be applied to that next | |
| entity. | |
| “The provisions of this Section will nly apply where not otherwise prohibited by federal, state or local law. | |
| CONTRACT PERIOD | |
| ‘The contract wil begin on or about ‘and continue through __, unless terminated prior to | |
| thus date according to the terms of the Termination paragraph, or exterided as provided for herein, | |
| ‘The City will establish and enter the above start and expiration dates at the time of formal award and release | |
| ofthis contract unless negotiated prior to release of the contract. | |
| ‘The start date wil be no later than the fist day of the succeeding month from the date shown as the Contract | |
| ‘Award and Release Date on the Acceptance Page herein. The expiration date will be the last day of the | |
| ‘thity-sixth full calendar month after the established start date. | |
| CONTRACT EXTENSION OPTION | |
| ‘This Contract willbe in effect for the datos indicated herein for the contract period, The Chief Procurement | |
| Officer shall exercise the City's unilateral right to renew this Contract following the expiration of the base | |
| Contract term for up to two (2) additional pariods of one (1) year each, subject to acceptable performance by | |
| ‘the Contractor and contingent upon the appropriation of sufficient funds for the purchase of the goods | |
| provided for in this Contract. | |
| No less than sixty (60) days before the expiration of the then current contract term, the Chief Procurement | |
| Officer will give the Contractor notice ofthe City’s intent to exercise its option to renew the Contract for the | |
| ‘approaching option period. The date on which the Chief Procurement Officer gives notice is the date the | |
| notice is mailed, ft is mailed, or the date the notice is delivered, if sent by courier or messenger service, | |
| With the same amount of notice as for options, the City reserves the right to extend the contract period for a | |
| period of no more than ninety (90) days, ether in leu of exercising an option period or folowing the | |
| ‘exhaustion ofall option periods, forthe purpose of providing continuty of supply while procuring a | |
| replacement contract. | |
| ‘Specification: 82-28527-02A, PHOTOELECTRIC, LIGHTING CONTROLS, Page 17 of 62 | |
| ‘SPECIAL CONDITIONS. | |
| ACCEPTANCE | |
| {tis understood and agreed by and between the parties hereto, that the ital acceptance and inspection of | |
| any delivery wil not be considered a waiver of any provision ofthese specifications and:wil not relieve the | |
| Contractor of his obligation to supply satisfactory material which conforms tothe specifications, as shown by | |
| ‘ny tes or inspections for which provisions are herein otherwise made, | |
| CONTRACT DOCUMENTS | |
| Failure of the Contractor to familiarize himselt/herself with all requirements of the Contract Documents will not | |
| relieve him/her from complying with all ofthe provisions thereof. | |
| EARLY TERMINATION | |
| {In addition, the City wil terminate this contractor all or any portion of the contract, at any time by a notice in | |
| \wnting from the City to the Contractor. The City will give notice to the Contractor. The effecte date of | |
| termination willbe the date the notice is received by the Contractor or the date stated in the notice, whichever | |
| later. Ifthe City elects to terminate the contract in ful, all services to be provided under it must cease and | |
| ‘all materials that may have been accumulated in performing this contract whether completed or in the | |
| process, must be delivered to the City within 10 days after the effective date stated in the notice, | |
| ‘After the notice is received, the Contractor must restrict its actives, and those of its subcontractors to | |
| ‘winding down any actives previously begun. No costs incurred after the effective date of the termination | |
| are allowed. Payment for any services actually and satisfactonly performed before the effective date of the | |
| termination ison the same basis as set forth in the Payment clause and as outined in the Proposal page, but | |
| if any compensation is | |
| ‘described or provided for on the basis of a period longer than 10 days, hen the compensation must be | |
| Prorated accordingly. No amount of compensation, however, is permitted for anticipated profits on | |
| Lnpertormed services. The payment so made to the Contractor isin full settlement for all services | |
| tetetecory perorved under Si conte | |
| If the City's election to terminate this contract for default pursuant to provision 13. Default, in the General | |
| Conditions is determined in a court of competent jurisdiction to have been wrongful then in that case the | |
| termination is to be deemed to be an early termination pursuant to this Early Termination provision. | |
| LIVING WAGE ORDINANCE | |
| ‘Section 2-92-610 of the Municipal Code of Chicago requires eligible contractors and their subcontractors to | |
| ’pay a living wage (curently $7.60 per hour minimum base wage) to covered employees employed in the | |
| performance of this contract. You are an eligible contractor i at any time during the performance of the | |
| ‘contract you have 25 or more fultime employees. if you are, or becom you and your | |
| ‘subcontractors must pay at least the base wage to covered employees. ‘employees are: security | |
| ‘guards (but only if you and your subcontractors employ in the aggregate 25 or more of them), and, in any | |
| ‘umber, parking attendants, day laborers, home and health care workers, cashiers, elevator operators, | |
| ‘custodial workers and clerical workers, Section 2-82-810 does not apply to not-for-profit corporations with | |
| {federal 501(c)(3) tax exempt status. Also, if the work being done under the contracts subject to payment of | |
| ‘Specification: 82-28527-02A, PHOTOELECTRIC, LIGHTING CONTROLS, Page 18 of 62 | |
| Jos ‘SPECIAL CONDITIONS. | |
| prevailing wages, and the prevailing wages are higher than the base wage, then prevailing wage rates apply | |
| ‘and must be paid. | |
| NON-APPROPRIATION | |
| Ino funds or insufficient funds are appropriated and budgeted in any fiscal period of the City for payments to | |
| ‘be made under this contract, then the City wil noify the Contractor of that occurrence and this contract shall | |
| ‘terminate on the earlier of the last day ofthe fiscal period for which sufficient appropriation was made or | |
| whenever the funds appropriated for payment under this contract are exhausted. No payments will be made | |
| to the Contractor under this contract beyond those amounts appropriated and budgeted by the City to fund. | |
| payments under this contract. | |
| ‘Specification: 82-28527-02A, PHOTOELECTRIC, LIGHTING CONTROLS, Page 19 of 62 | |
| ’ TARGET MARKET | |
| NON-CONSTRUCTION SERVICES/GENERAL EQUIPMENT & SUPPLIES | |
| ‘SPECIAL CONDITIONS REGARDING MINORITY | |
| BUSINESS ENTERPRISE AND WOMEN BUSINESS ENTERPRISE COMMITMENT | |
| Policy and Terms | |
| Itis the policy of the City of Chicago that Local Businesses certified as Minority Business Enterprises | |
| (MBE) and Women Business Enterprises (WBE) in accordance with section 2-92-420 et. seq, of the | |
| Municipal Code of Chicago and Regulations Governing Certification of Minority and Womer-Owned. | |
| Businesses and all other regulations promulgated under the aforementioned sections of the Municipal | |
| Code shall have the maximum opportunity to participate fully in the performance of this agreement. The | |
| Chief Procurement Officer has established a goal of awarding not less than 25% ofthe annual dollar, | |
| Value ofall contracts to certified MBEs and 5% of the annual dollar value of all contracts to certified | |
| WBEs. | |
| ‘The Chief Procurement Officer has implemented the Target Market Program that seeks to award | |
| competitively or on a negotiated bid process to certified MBEs the established goal of 10% of the | |
| ‘annual doliar value of all contracts and to certified WBEs 1% of the annual dollar value ofall contracts, | |
| Definitions | |
| “Minority Business Enterprise” or “MBE” means a firm awarded certification as a minority owned and | |
| controled business in accordance with City Ordinances and Regulations, as long as itis performing in | |
| its certified Area of Specialty | |
| "Women Business Enterprise’ or “WBE” means a firm awarded certification 2s a women owned and | |
| controled business in accordance with City Ordinances and Regulations, as long as itis performing in | |
| its certified Area of Specialy | |
| "Directory" means the Directory of Certified “Disadvantaged Business Enterprises”, “Minority Business | |
| Enterprises" and "Women Business Enterprises” maintained and published by the City's Contract | |
| Compliance Administrator. The Directory identifies firs that have been certified as MBEs and WES, | |
| 2nd includes both the date oftheir last certification and the area of specialty n which they have been | |
| Certified, Contractors are responsible for verifying the current certification status of all proposed MBEs | |
| ‘and WBEs. | |
| “Area of Specialty” means the description of a MBE or WBE fim’s business which has been | |
| determined by the Chief Procurement Officer to be most reflective of the MBE or WBE firm's claimed | |
| specialty or expertise. For the Target Market Program the Area of Specialty is synonymous to the | |
| Gesignated commodity area, Each letter of certification contains a description of the MBE or WEE | |
| firm's Area of Specialty. This information is also contained in the Directory | |
| NOTICE: By virtue of certification, the City does not make any representation conceming the ability of | |
| ‘any MBE/WBE to perform work within their Area of Specialty. Itis the responsibilty of all contractors to | |
| determine the capabilty and capacity of MBEs and WBE to satisfactory perform the work proposed, | |
| “Target Market Joint Venture" means an association of two or more MBES, WBES, or both MBEs and | |
| \WBEs all certified by the City of Chicago or whose recertification is pending, to cary out a single | |
| business enterprise for profit, and for which purpose they combine their expertise, property, capita, | |
| ctfors, skill and knowledge, | |
| ‘Specification: 82-28527-02A, PHOTOELECTRIC, LIGHTING CONTROLS, Page 20 of 62 | |
| TARGET MARKET NON-CONSTRUCTION SERVICES/GENERAL EQUIPMENT & SUPPLIES MBEWEE - | |
| COMMITMENT | |
| “Contract Compliance Administrator means the officer appointed pursuant to Section 2-92-490 of the | |
| Municipal Code of Chicago. | |
| Eligibility | |
| ‘Contracts included in the Target Market Program can be either MBE Target Market Contracts, WEE | |
| “Target Market Contracts or designated as open to all certified MBE and WE fems. Only MBE and | |
| MBE Joint Ventures are eligible to bid on or partcpate in MBE Target Market Contracts, while only | |
| WBE and WBE Joint Ventures are eligible 1o bd on or participate in WBE Target Market Contracts. On | |
| solicitations open to both MBEs and WBES joint ventures are allowed between both | |
| Contracts included in the Target Market Program have been identified by the Chief Procurement Officer | |
| ‘as having atleast three MBEs or three WBES, as the case may be, that indicated their interest in | |
| participating in the contract's designated commodity area(s) by successfully being certified by the City's | |
| Contract Compliance Administrator. The Chief Procurement Officer shall select contracts for the Target | |
| ‘Market Program which include a variety of goods and services which the City frequently contracts, | |
| ‘The vendor may not subcontract more than fity percent (50%) of the dollar value of the contract. The: | |
| prime Target Market vendor must perform at least 50% of the awarded contract amount with their own | |
| ‘workforces. Up to 80% ofthe dollar value of the Target Market contract may be subcontracted to firms | |
| \who are either MBE's and/or WBE’s or nor-MBE's andlor non- WBE's. The purchase of goods by @ | |
| VENDOR from a manufacturer or supplier for sale to the City in contract consisting solely ofthe sale | |
| (of goods shall not be deemed subcontracting. However. in appropriate cases the Chief Procurement | |
| Officer may initiate discussions with a contractor subcontracting with non-certiied fms in order to | |
| ‘maximize the overall participation of MBEs and WBES at all contracting levels. | |
| MBE or WBE firms willbe allowed to participate in this Target Market Contract only in their Areas of | |
| ‘Specialty as certified, or if recertification was submitted prior to certification expiration has been applied | |
| for, and is pending on the date of bid opening. Certification must be substantiated by current | |
| Ccetfication letters of all MBE and WBE participating in he contract being a part of the bid/proposal | |
| response. | |
| ‘The Chief Procurement Oficer may make participation inthe Target Market Program dependent upon | |
| submission to stricter compliance audits than are generally appicabe to paricpants in the MBE/WBE | |
| program. Where necessary of useful, the Chief Procurement Officer may require or encourage MBES | |
| ‘and WBEs to paricipate in training programs offered by the Department of Panning and Economic | |
| Development or ther City departments or agencies as a conditon of partcipation inthe Target Market | |
| Program, | |
| ‘The Chief Procurement Officer shall be authorized to review whether any MBE or WBE actively involved | |
| inthe Target Market Program should be precluded from participation in the Target Market Program in | |
| the following year to prevent the domination of the Target Market Program by a small number of MBES | |
| ‘OF WBES. The decision of the Chiet Procurement Officer to exclude a vendor trom the Target Market | |
| Program is final and non-appeaiable. The Chief Procurement Orficer shall review the participation of | |
| ‘any Vendor in the Target Market Program which has been awarded as the prime vendor in a calendar | |
| year either; () five (5) or more Target Market Contracts; or (i) Target Market Contracts with a total | |
| ‘estimated value in excess of one milion dollars ($1,000,000); provided, however, that each contract | |
| used in the above computation has an estimated value in excess of ten thousand dollars ($10,000). | |
| ‘The factors which will be considered by the Chief Procurement Officer include: | |
| ‘Specification: 82-28527-02A, PHOTOELECTRIC, LIGHTING CONTROLS, Page 21 of 62 | |
| || TARGET MARKET NON-CONSTRUCTION SERVICESIGENERAL EQUIPMENT & SUPPLIES MBEWBE | |
| COMMITHENT | |
| o the total number and estimated value of both Target Market and other City contracts | |
| awarded to the contractor | |
| (® the total number and estimated value of both Target Market and other City contracts awarded | |
| to the contractor in a specific commodity area; | |
| (the percentage of the number of both Target Market and other City contracts awarded to the | |
| Contractor in a specific commodity area: | |
| (™) the percentage of the total estimated value of both Target Market and other City Contracts | |
| ‘awarded to the contractor in a specific commodity area; | |
| (the extent to which the Vendor is dominating the Target Market Program to the undue | |
| atriment of other contractors or the City; and | |
| (v) any other factors deemed relevant by the Chief Procurement Officer. | |
| Procedure to determine Bid Compliance | |
| ‘Schedule D-2 | |
| Bidders must submit, together with the bid, a completed Schedule 0-2 committing them to the utitzation| | |
| (of each listed firm, | |
| ‘Schedule C:2 | |
| Letter of intent from Subcontractor, Supplier andlor Consultant to perform. In the event the Vendor fails | |
| to submit any Schedule C-2s with its bid/proposal, the City wll presume that no subcontractors are | |
| ‘performing services related to the contract absent evidence to the contrary, | |
| Letters of Certification | |
| ‘A copy of each proposed MBE/WEE firm's current Letter of Certification from the City of Chicago must | |
| 'be submitted with the bid/proposal | |
| Joint Venture Agreements | |
| It the bidder/proposer is a joint venture, the bidder/proposer must provide a copy of the Joint Venture | |
| ‘agreement and a Schedule B-2. In order to demonstrate the MBE/WBE partner's share in the | |
| ‘ownership and contol, the joint venture agreement must include specic details, related to: (1) | |
| Contributions of capital and equipment; (2) work responsibiliies or other performance to be undertaken | |
| by the MBE/WBE; and (3) the commitment of management, supervisory and operative personnel | |
| employed by the MBE/WBE to be dedicated to the performance of the contract. The joint venture | |
| ‘agreement must also clearly define each partner's authority to contractually obligate the joint venture | |
| and each partner's authority to expend joint venture funds (e.g. check signing authority). | |
| ‘Specification: 82-28527-02A, PHOTOELECTRIC, LIGHTING CONTROLS, Page 22 of 62 | |
| vw. | |
| TARGET MARKET NON-CONSTRUCTION SERVICES/GENERAL EQUIPMENT & SUPPLIES MEEWEE | |
| COMMITMENT . | |
| ‘Advances and Expedited Payments | |
| ‘A vendor bidding on a Target Market Contract may request in its bid/proposal that t receive a portion of | |
| the estimated contract value at the time of award as an advance to cover startup and mobilization | |
| costs, which the Chief Procurement Officer may grant in whole or in part. The Chief Procurement | |
| Officer wil not accept requests made after bid/proposal opening. The Chief Procurement Officer may | |
| (rant advances not exceeding the lesser of: ()) ten percent (10%) of the estimated contract value; or | |
| (two hundred thousand dollars ($200,000). | |
| Advances willbe liquidated, and hence the City wil receive a credit for these advances against | |
| payments due under the contract, commencing at the tie ofthe first payment to the contractor after | |
| the payment of the advance, The City shall be entitled to be repaid in ull no later than such time as the | |
| Cty pays fity percent (50%) or more of the estimated contract value to the Contractor. | |
| Inthe event a vendor does not perform as required by the contract and thus is not entited to al, or part | |
| of, any contract advances or expedited payments it has received, the City shall be entitled to ta | |
| ‘appropriate actions to recover these excessive payments, including, but not limited to, hquidation | |
| ‘against vouchers for commodities/services rendered for other awarded contracts or future bid deposits, | |
| ‘estitution sought from the performance bond, a determination that the contractor is non-responsive, or | |
| <decertiication, These remedies are in addition to all remedies otherwise available to the City pursuant | |
| tothe contract, at law, or at equity | |
| ‘Due to the nature of term agreements (annual contracts with “depends upon requirements” contract, | |
| values), there is no guarantee of the contract against which the advance can be measured or liquidated. | |
| ‘Therefore, advances will be granted for term agreements based upon reasonable estimates at the | |
| discretion of the Chiet Procurement Otficer. | |
| Compliance | |
| ‘The Contract Compliance Administrator shall be entiled to examine on five (5) business days notice, | |
| the contractor's books and records including without Imitation payroll records, tax returns and records, | |
| ‘and books of account, to determine whether the contractor isin compliance with the requirements of | |
| the Target Market Program and the status of any MBE or WBE performing any portion of the contract. | |
| ‘Such rights are in addition to any other audit inspection rights contained in the contract, | |
| Its material breach ofthis contract i the vendor, a joint venturer, or subcontractor is disqualified as a | |
| MBE or WBE, such status was a factor in contract award, and the status was misrepresented by the | |
| Contractor or any joint venturer. Such a breach shall entitle the City to deciare a default, terminate the | |
| Contract and exercise those remedies provided for in the contract, at law or in equity. | |
| In the event that the vendor is determined not to have been involved in any misrepresentation of the | |
| status of an MBE or WBE, the contractor shall discharge the disqualified MBE or WBE and, if possible, | |
| Identity and engage a qualified MBE or WBE as its replacement Continued eligibility to enter into | |
| future contracting arrangements withthe City may be jeopardized as a result of non-compliance. | |
| Payments due under the contract may be withheld untl corrective action is taken | |
| ‘Specification: 82-28527-02A, PHOTOELECTRIC, LIGHTING CONTROLS, Page 23 of 62 | |
| vu. | |
| “TARGET MARKET NON-CONSTRUCTION SERVICES/GENERAL EQUIPMENT & SUPPLIES MBEWBE | |
| *COMMITHENT | |
| Resource Agencies | |
| ‘Small business guaranteed loans; surety bond guarantees; 8 (a) certification: | |
| U.S, Small Business Administration | |
| ‘500 W. Madison Street, Suite 1250 | |
| Chicago, ilinois 60661 | |
| ‘Attn: General Services | |
| (12) 353.4528 | |
| SBA. - Procurement Assistance | |
| 500 West Madison Street, Suite 1250 | |
| Chicago, ilinois 60601 | |
| ‘SBA. - Bond Guarantee Program | |
| ‘Surety Bond | |
| ‘500 West Madison, Suite 1250 | |
| Chicago, ilinois 60661 | |
| ‘Attention: Carole Haris | |
| (812) 353-4003 | |
| ‘Attention: Robert P. Murphy, Area Regional Administrator | |
| (812) 353-7381 | |
| Project information and general MBE/WBE Program information: | |
| City of Chicago | |
| Department of Procurement Services | |
| Contract Monitoring and Compliance | |
| City Hall-Room 403 | |
| Chicago, linois 0602 | |
| Attention: Camice Carey | |
| (812) 744-1895 | |
| City of Chicago | |
| Department of Procurement Services | |
| ‘Contract Administration Division | |
| City Hall - Room 403 | |
| Chicago, llinois 60802 | |
| ‘Attention: Byron Whittaker | |
| (812) 744.4926 | |
| Directory of Certified Disadvantaged, Minority and Women Business Enterprises is available in the Bid | |
| ‘and Bond Room, Department of Procurement Services, City Hall, Room 403, Chicago, llinois 60602, | |
| Monday through Friday between the hours of 8:40 am to 10:45 am and 12:00 pm to 3:30 pm. | |
| Non Cnat Ra. 1201 | |
| ‘Specification: 82-28527-02A, PHOTOELECTRIC, LIGHTING CONTROLS, Page 24 of 62 | |
| ras SCHEDULE B-2 | |
| AFFIDAVIT OF MBEMWBE TARGET MARKET JOINT VENTURE (1/ | |
| ‘Tis form isto be submitted identitying joint venturers in the MBE/WBE Target Market Program with a writen | |
| joint venture agreement among the MBE and/or WBE venturers. In all proposed joint ventures, each MBE | |
| ‘andlor WBE venturer must submit a copy of their current Letter of Certification. | |
| ALL INFORMATION REQUESTED BY THIS SCHEDULE MUST BE ANSWERED IN THE SPACES | |
| PROVIDED, DO NOT REFER TO YOUR JOINT VENTURE AGREEMENT EXCEPT TO EXPAND ON | |
| ‘ANSWERS PROVIDED ON THIS FORM. IF ADDITIONAL SPACE IS REQUIRED, ADDITIONAL SHEETS | |
| MAY BE ATTACHED. | |
| |. Name of joint venture: | |
| ‘Address of joint venture: | |
| Phone number of joint venture | |
| IL Identity each MBEAWBE ventures): | |
| Name of Firm: | |
| ‘Address: | |
| Phone: | |
| Contact person for matters conceming MBE/WBE joint venture | |
| iL Describe the role(s) of the MBE andor WBE venturer(s) in the joint venture: | |
| IV. Attach aco of the joint venture agreement. In order to demonstrate each MBE and/or WBE | |
| ‘ventures share in the ownership, control, management responsbilies, risks and profs ofthe joint | |
| ‘erture, the proposed joint venture agreement must include specific deta related to: (1) the | |
| ‘ontibusons of capital and equipment: (2) work items tobe performed by the MBE/WBE's own | |
| {orces; (3) work items to be performed under the supervision of the MBE/WBE venturer and (4) the | |
| Commitment of management, supervisory and operative personnel employed by the MBEIWBE to be | |
| ciated tothe performance ofthe project. | |
| V. Qumership of the Joint Venture. | |
| ‘A. What are the percentage(s) of MBE/WBE ownership of the joint venture? | |
| MBE/WBE ownership percentage(s) | |
| B. Specify MBE/WBE percentages for each of the following (provide narrative descriptions ang | |
| ‘other detail as applicable) | |
| 1. Profit and loss sharing: | |
| ‘Specification: 82-28527-02A, PHOTOELECTRIC, LIGHTING CONTROLS, Page 25 of 62 | |
| vu. | |
| SCHEDULE 8.2 AFFOAVIT OF MBEMBE TARGET MARKET JOINT VENTURE & | |
| 2. Captal contributions: | |
| (@) Dollar amounts of inital contribution: | |
| (b) Dollar amounts of anticipated on-going contributions: | |
| 3. Contributions of equipment (Specity types, quality and quantities of equipment to be | |
| provided by each venture): $$$ _______ | |
| 4, Other applicable ownership interests, including ownership options or other agreements | |
| which restrictor limit ownership and/or control: | |
| 5. Provide copies of all witten agreements between venturers conceming this project. | |
| 6 Identity each current City of Chicago contract (and each contract completed during the | |
| ‘past two (2) years) by a joint venture of two or more fms participating in this joint | |
| venture: | |
| ‘Control of and Participation in the Joint Venture. Identify by name and firm those individuals who are, | |
| ‘r wil be, responsibe for, and have the authority to engage in the following management functions | |
| ‘and policy decisions. (Indicate any limitations to their authority such as dollar limits and co-signatory | |
| requirements.) | |
| A. Joint venture check signing: | |
| 3. Authority to enter contracts on behalf of the joint venture: | |
| ©. Signing, co-signing and/or collateraizing loans: | |
| ‘Specification: 82-28527-02A, PHOTOELECTRIC, LIGHTING CONTROLS, Page 26 of 62 | |
| vi. | |
| SCHEDULE B.2 AFFIDAVIT OF MBEMWBE TARGET MARKET JOINT VENTURE (‘/p | |
| 1D, Acquistion of lines of credit | |
| . Acquisition and indemnification of payment and performance bonds: | |
| F, Negotiating and signing labor agreements: | |
| G. Management of contract performance. (Identify by name and firm only): | |
| 1. Supervision of field operations: | |
| 2" Major purchases: | |
| 3 Estimating: | |
| 4 Engineering | |
| Financial Controls of joint venture: | |
| ‘A. Which firm andior individual will be responsible for keeping the books of account? | |
| 8, Identity the “managing partner," if any, and describe the means and measure of their | |
| compensation | |
| ©. What authority does each venturer have to commit or obligate the other to insurance and | |
| bonding companies, financing institutions, suppliers, subcontractors, and/or other parties | |
| Participating in the performance of this contractor the work of this project? | |
| ‘Specification: 82-28527-02A, PHOTOELECTRIC, LIGHTING CONTROLS, Page 27 of 62 | |
| ‘SCHEDULE B-2 AFFIDAVIT OF MBE/WBE TARGET MARKET JOINT VENTURE ay . | |
| Vil. State the approximate number of operative personnel (by rade) needed to perform the joint venture's | |
| work under this contract. indicate whether they will be employees of the MBE/WBE firm, or the joint | |
| venture, | |
| Trade WEEE joint Venture | |
| (ounber) (oumber) | |
| 't any personnel proposed for this project will be employees of the joint venture: | |
| ‘A. Are any proposed joint venture employees currently employed by either venturer? | |
| Employed by MBEWBE | |
| B _ Identity by name and firm the individual who will be responsible for hiring joint venture | |
| ‘employees: | |
| ©. Which venturer will be responsible forthe preparation of joint venture payrolls: | |
| 1D” Piease state any material facts of additonal information pertinent © the control and structure | |
| ofthis joint venture. | |
| ‘Specification: 62-28527-02A, PHOTOELECTRIC, LIGHTING CONTROLS, Page 28 of 62 | |
| SCHEDULE 8.2 APFOAVI OF MDENWBE TARGET MARKET Jom VENTURE if | |
| “The undersigned affirms thatthe foregoing statements are correct and include all material information | |
| ‘necessary to identify and explain the terms and operations of our joint venture and the intended participation | |
| of each venturer in the undertaking. Further, the undersigned covenant and agree to provide to the City | |
| ‘current, complete and accurate information regarding actual joint venture work and the payment therefore, | |
| ‘and any proposed changes in any provision of the joint venture agreement, and to permit the audit and | |
| ‘examination of the books, records and files of the joint venture, or those of each venturer relevant tothe joint | |
| venture by authorized representatives of the City or the Federal funding agency. | |
| ‘Any material misrepresentation will be grounds for terminating any contract which may be awarded and for | |
| {nating action under federal or state laws concerning false statements | |
| ‘Note: If, after fling this Schedule 6-2 and before the completion on the joint venture’ work on the project, | |
| there is any change in the information submitted, the joint venture must inform the City of Chicago, either | |
| directly or through the prime contractor if the joint venture is a subcontractor. | |
| Name of MBEIWBE Partner Firm Name of MBEIWBE Pariner Firm | |
| Signature of Aant ‘Signature of Afant | |
| Name and Tite of Aan’ Tame and Tite of fant | |
| Date Date | |
| On this _day of .20__. the above-signed officers | |
| a | |
| personally appeared and, known to me be the persons described in the foregoing Affidavit, | |
| acknowledged that they executed the same in the capacity therein stated and for the | |
| purpose therein contained. | |
| IN WITNESS WHEREOF, | hereunto set my hand and official seal | |
| Signature of Notary Public | |
| My Commission Expires: | |
| (SEAL) | |
| ‘Specification: 82-28527-02A, PHOTOELECTRIC, LIGHTING CONTROLS, Page 29 of 62 | |
| SIEM esr | |
| eparen | |
| David Mao | |
| (Ci Proarenst Se | |
| ‘ya, Ros 03 | |
| {Bi Net ale Set | |
| (Bag ins ov 126 | |
| Big eas | |
| fg) 24423077) | |
| stpsfewe ing ong | |
| y 90s | |
| Charlo Banks, President wy | |
| Production Dynamics of Chicago, inc.) | |
| 9651 South Cottage Grove we | |
| Chicago, ilinois 60628 | |
| \ | |
| Re: ‘ANNIVERSARY CERTIFICATION . | |
| Certification Effective: ‘Apel 2572005 | |
| Certication Expires: ‘Apsil 30, 2008 | |
| Anoual Affidavit Certificate Expires: Apri 30, 2003, | |
| Dear Mr. Banks: | |
| Congratulations on your continued elgibilty for certification as a DBE/MBE by | |
| the City of Chicago. Re-vaidation of Production Dynamics of Chicago, Inc.'s | |
| catiication is required by April 30, 2003. | |
| [As a condition of continued certification during tis fve year period, you must | |
| promptly noiy the Ofice of Business Development of any changes in ownership | |
| fr control of your frm orany other matters o facts affecting your firm's eighty | |
| for certfiation, . | |
| The Cty may commence actions to remove your fim's eligi H you fal to | |
| nolfyus of any changes in ownership, management or control, or otherwise fai | |
| to cooperate with the Cy in any inquiry or investigation. Removal of elgibity | |
| procedures may also be commenced if your frm is found to be involved in | |
| Bidding or contractual inegularites | |
| ‘Your firm's name wil be listed in the City's Directory of Disadvantaged Business | |
| Enterprises, Minority Business Enterprises and Women Business Enterprises in | |
| the specialty area(s) of: | |
| Electrical and industrial Supplies; Computer Supplies; | |
| Management Consulting | |
| ‘Your firm's participation on City contracts willbe credited only toward DBE/MBE | |
| {goals in your area(s) of specialty. While your participation on City contracts is | |
| ‘ot limited to your specialty, credit toward DBE/MBE goals willbe given only for | |
| work done in the specialty category. | |
| Thank you for your continued interest in the City’s Minority, Women and | |
| Disadvantaged Business Enterprise Programs. | |
| . TARGET MARKET/SCHEDULE C-2 | |
| Letter of intent from Subcontractor, Supplier and/or Consultant to Pertorm | |
| Name of Project/Contract Fleteskebeie sbigleroy Gritels | |
| Spectcaton Number ha 2639004 | |
| Proase check appropte satus of ubconracing Fim | |
| From FRavucrios) Dywyy macy SX Mae es TO ry | |
| To: | |
| ‘The undersigned intends to perform work in connection with the above projects as a: | |
| Sole Proprietor 2X_ Corporation | |
| Partnership Joint Venture | |
| ‘The undersigned is prepared to provide the folowing described services or supply the folowing described | |
| {900d in connection with the above named projeclcontvact | |
| Pian Min fare FPl. | |
| ‘The above described performance is offered for the following price and described terms of payment | |
| if more space is needed to fully describe the firm's proposed scope of work and/or payment schedule, attach | |
| ‘additional sheets. | |
| ‘The undersigned will enter into a formal writen agreement for the above work with you as a Prime | |
| Contractor, conditioned upon your execution of a contract with the City of Chicago, and will do so within (3) | |
| three working days of receipt of a signed contract from the City of Chicago. | |
| Sight | |
| Vo SS | |
| Specification: B2-28527-02A, PHOTOELECTRIC, LIGHTING CONTROLS, Page 30 of 62 | |
| _ ‘SCHEDULE D-2 | |
| Amdavtof Target Market Subcontractors | |
| Non - Construction Services/General Equipment and Supplies | |
| Contact Name Pzbo eleedeic,, ELEY | |
| ‘Specification No._ 22 -a#SR7-928 | |
| stateot_E/ | |
| County (Cty) of Cook Glace | |
| | HEREBY DECLARE AND AFFIRM that | am duly authorized representative of: | |
| Books troy D yp wes of Chicag OD | |
| ‘and that | have personally reviewed the material and facts set forth herein describing our proposed plan | |
| Identitying sub-contractors in this contract. | |
| ‘All MBEWBE firms included in this plan have been certified as such by the City of Chicago (Letters of | |
| Cerifcation Attached), | |
| Direct Participation of Subcontracting Firms. | |
| (Note: ‘The bidderiproposer shall, n determining the manner of MBE/WBE participation, can oniy | |
| ‘consider involvement with MBE/WBE firms as joint venture partners. Subcontracting and suppiing of, | |
| (00ds and services directly related to the performance of this contract is open to MBE/WBE and non | |
| MBEMWBE firms. NOTICE: Subcontracting cannot exceed 50% of the total contract amount.) | |
| A. The MBE and/or WBE bidder(s) is to attach a copy oftheir City of Chicago Letter of | |
| Certification. | |
| 8. If bidder/proposer isa joint venture and one or more joint venture partners, they must be | |
| Certified MBES or WBESs, attach copies of Letters of Certification and a copy of Joint Venture | |
| ‘Agreement clearly describing the role of the MBE/WBE firm(s) and its ownership interest inthe | |
| joint venture | |
| ©. Subcontractors (Direct or Indirect): | |
| 4. Name of Subcontractor. | |
| Address: | |
| Contact Person Phone: | |
| Dollar Amount Participation § | |
| Percent Amount of Participation: % | |
| Schedule C-2 attached? Yes, see page 2) | |
| ‘Specification: 82-28527-02A, PHOTOELECTRIC, LIGHTING CONTROLS, Page 31 of 62 | |
| ‘SCHEDULE D:2AFFIQAYIT OF TARGET MARKET SUBCONTRACTORS NON.consraUEN | |
| Type of Firm: | |
| MBE _ WBE Non-MWBE | |
| 2. Name of Subcontractor. | |
| Address: | |
| Contact Person: Phone: | |
| Dollar Amount Participation $ | |
| Percent Amount of Participation: % | |
| ‘Schedule C-2 attached? Yes. | |
| ‘Type of Firm: | |
| MBE Wee | |
| 3, Name of Subcontractor. | |
| Address: | |
| Contact Person: | |
| Dollar Amount Participation $ | |
| Phone: | |
| Percent Amount of Participation: % | |
| Schedule ©-2 attached? y | |
| ype of Firm: | |
| MEE wee Nom MBE | |
| 4, Name of Subcontractor. | |
| adress | |
| Contact Person: Phone | |
| Dotter Amount Participation $ | |
| Percent Amount of Participation % | |
| ‘Schedule C-2 attached? ves. No, | |
| Type of Fim: | |
| MoE wee Nom Mwae | |
| ‘Specification: 82-28527-02A, PHOTOELECTRIC, LIGHTING CONTROLS, Page 32 of 62 | |
| 5. Attach additional sheets as needed. | |
| * All Schedule C-2s and Letters of Certification not submitted with bid/proposal must be submitted so | |
| 26 to assure receipt by the Contract Administrator within three (2) business days after bid opening (or | |
| proposal due date.) | |
| To the best of my knowedge . information and belief, the facts and representations contained in this. | |
| ‘Schedule are true, and no material facts have been omitted, | |
| ‘The contractor designates the folowing person as their MBE/WBE Liaison Officer: | |
| 778 37 - ha) | |
| jone Number. | |
| | do solemnly declare and &rm under penalties of perjury that the contents ofthe foregoing | |
| document are true and correct, and that | am authorized, on behalf of the contractor, to make | |
| affidavit | |
| BVO. | |
| sawo_gf | |
| County of_ Coie | |
| Tis instrument was acknowedged betore meon “2 Jey 72 auto | |
| wy __G. Gerry (name fs ot persis) | |
| as, (type of authority, e.g, officer, trustee, etc) | |
| of €-4 _ (name of party on behalf of whom instrument | |
| was executed). | |
| Seat | |
| (Seal) | |
| “OFTEET | |
| INNETH ELSTON | |
| ora mce Sate AUN | |
| Ae eonesen poms 20, | |
| Specification: 82-28527-02A, PHOTOELECTRIC, LIGHTING CONTROLS, Page 33 of 62 | |
| . TARGET MARKET | |
| ‘SUBCONTRACTOR UTILIZATION REPORT | |
| NOTICE: THIS REPORT IS NOT TO BE COMPLETED AT THE TIME OF BID OR PROPOSAL SUBMISSION. IF | |
| AWARDED A CONTRACT WITH AN APPROVED SUBCONTRACTING PLAN, THE PRIME | |
| ‘CONTRACTOR WILL BE REQUIRED TO SUBMIT THIS REPORT IN ACCORDANCE WITH THE | |
| REPORTING REQUIREMENTS STATED IN THE SPECIAL CONDITION REGARDING. | |
| ‘SUBCONTRACTING COMMITMENTS. | |
| Contract Administrator. Specification No. B2.~2.9527-O2.8 | |
| Phone No, Contract No. | |
| Date of Award: | |
| Utilization Report No, | |
| state or_E | |
| COUNTY (CITY) OF: (elarent | |
| In connection with the above-captioned contract: | |
| | HEREBY DECLARE AND AFFIRM that am the es ich | |
| and diy utnorized representative of (= PRODUCTION DYNAMICS |= | |
| ‘OF CHICAGO, INC. | |
| 9551 S. Cottage Grove Chicago, i. 60628 | |
| cman Bi 0772 575-2000 Fax 0773)'375-2610 | |
| and that the folowing firms have been contracted with, and have furnished, or are furnishing and preparing | |
| ‘materials for, and rendering services stated in the contract agreement. | |
| ‘The following Schedule accurately reflects the value of each sub-agreement and the amounts of money paid | |
| toeach to date | |
| NAME, INDICATE IF FIRMIS AMOUNT OF CONTRACT AMOUNT PAID TO DATE | |
| (MBE. WBE OR NON- | |
| MBE OR NON- WBE) | |
| AMOUNT BILLED TO CITY: 8. | |
| AMOUNT PAID TO PRIME CONTRACTOR: $ | |
| ‘Specification: 82-28527-02A, PHOTOELECTRIC, LIGHTING CONTROLS, Page 34 of 62 | |
| ‘TARGET MARKET SUBCONTRACTOR UTILIZATION REPORT. | |
| For each subcontractor listed on this report, briefly describe the work or goods/services provided in relation to | |
| ‘this contract. (Indicate line items, it applicable) | |
| DESCRIPTION OF WORKISERVIGES | |
| ‘Specification: 82-28627-02A, PHOTOELECTRIC, LIGHTING CONTROLS, Page 35 of 62 | |
| rT | |
| 11DO SOLEMNLY DECLARE AND AFFIRM UNDER THE PENALTIES OF PERJURY THAT THE CONTENTS | |
| ‘OF THE FOREGOING DOCUMENT ARE TRUE AND CORRECT, AND THAT | AM AUTHORIZED, ON | |
| BEHALF OF THE CONTRACTOR, TO MAKE THIS AFFIDAVIT. | |
| Name of Affiant,_ A. basclves Beas | |
| Raton | |
| Date: Jo, Shee | |
| stateot £1 | |
| county iy) of Cake (Claucago> | |
| [Ths ingrumant was ecnowedoe before me on 12 Legloe (date) | |
| bya (name/s of person/s) | |
| feiss {hype of auhory. eg, offen, rusts, | |
| of (name of party on behalf of whom | |
| insizument was exeeuted), | |
| ‘Signature of Notary Public | |
| (Sea) TOTRCTAT SEAT | |
| KENNETH ELSTON. | |
| NOTARY RII STATE OF RUNOWS | |
| ECON EES 4003, | |
| ‘Specification: 82-28527-02A, PHOTOELECTRIC, LIGHTING CONTROLS, Page 36 of 62 | |
| DETAILED SPECIFICATIONS | |
| ‘SCOPE | |
| ‘The Contractor must fumish and deliver F.0.B., City of Chicago, Department of Streets and Sanitation, | |
| ‘Bureau of Electricity, 2451 South Ashland Avenue, Chicago, Ilinois 60608, the Photo Electric Lighting | |
| Controls, as described in these Detailed Specifications all in accordance with the terms and conditions of | |
| General and Special Conditions. | |
| [SPECIFICATION 1471 | |
| BUREAU OF ELECTRICITY | |
| DEPARTMENT OF STREETS AND SANITATION | |
| CITY OF CHICAGO | |
| REVISED APRIL 23, 2002 | |
| CONTROL: PHOTOELECTRIC, FOR ROADWAY LIGHTING, | |
| BUTTON, AND TWIST LOCK TYPE. | |
| 1 “This specification states the requirements for photoelectric lighting controls, consisting essentially | |
| 2 photocell, relay, and a surge arrester, all enciosed in an approved housing, to control the | |
| -OFF* schedule of roadway lighting | |
| Information Required, Each bidder must submit with his proposal he following information relative | |
| to the photoelectric control he proposes to fumish. | |
| (1) Outline drawing. | |
| @) Complete environmental, electrical, physical, and operating data on the control unit. | |
| (@) Data by the photocell manufacturer including sensitity, operating temperature and load | |
| rating, | |
| (4) Manufacturers name and catalogue designation, | |
| (©) Assembly, Each photoelectric control must be delivered completely assembled, wired, and ready | |
| {or installation, | |
| (©) Size.and Weight. (1). Button Contra - the unit must not be more than 2.3°high and 1.3° square | |
| with @ maximum weight of eight (8) ounces. it must be provided with a 75" long, 3/8-18 NPSM. | |
| threaded nipple fitted with two nylon lock nuts and a neoprene or other approved washer. (2). | |
| “Twist Lock Control - the unit must not be more than 3.5" high or 3.25" in diameter with a maximum | |
| ‘woight of eight (8) ounces. | |
| ‘Specification: 82-28527-02A, PHOTOELECTRIC, LIGHTING CONTROLS, Page 37 of 62 | |
| DETAILED SPECIFICATIONS | |
| (@) Photoelectric control must meet or exceed allrequirements of ANSI Standard C136-10-1996 for | |
| ‘Twist Lock Controls. The button control must be Dark-To-Light Model No, DBE120-1.0-1748 (120 | |
| volt) DBE240-1.0-1748 (240 volt) or approved equal | |
| (©) Compliance with Specifications. The photoelectric control must conform in detail to the | |
| ‘requirements herein stated, and to other standards and specications, as cited, of which the most | |
| recently published revision will govem. Certified test resuits must be submitted to the | |
| ‘Commissioner as incicated below. prior to shipping of photocells. All shipments not meeting | |
| ‘specification requirements will not be accepted. | |
| (Approved, Wherever "approved" is specified herein, it will be construed to mean “approved by | |
| the Commissioner or the Commissioner's authorized representative.” | |
| CONSTRUCTION | |
| 3 | |
| (@) Photoconductive Cell. The photocell must consist of a suitable substrate, a chemically inert | |
| electrode material and a thin layer of photosensitive cadmium sulfide or other acceptable | |
| photosensitive material, it must be hermetically sealed in a glass to metal package to prevent | |
| ‘moisture and contamination damage. Plastic cased cells are not acceptable. Filtered silican | |
| ‘Sensors in Gear epoxy cases are also acceptable. Cell dissipation over a 24 hour period must not | |
| ‘exceed the recommended allowable levels specified by he cell manufacturer. Ifthe cell operates | |
| fon D.C. an affidavit must be submitted giving the cell manufacturer's certification that such | |
| ‘operation will not adversely affect the sensitivity, stabilty, or the lfe of the cell, The call must not | |
| 'be subject to overloading due to the demand ofthe design circuit nor the ambient temperatures | |
| ‘surrounding the cell. Color response of the cell or silicon sensor must be such that maximum | |
| ‘sensitivity i in the biue-green portion of the color spectrum, | |
| (©) Switching Relay. The ON-OFF switching operations must be accomplished by normally closed | |
| Contacts which must be opened by means of a rugged, propery rated, magnetic relay, subject to | |
| ‘approval. The switching must be positive and free of chatter and/or sticking of contacts. The | |
| Contractor must provide test data verifying that contact chatter does not exceed § milliseconds | |
| ‘when operated under loads as herein specified. The relay must have contacts of silver alloy, | |
| tungsten, or other specifically approved material | |
| (©) Sure Arrestor. Over voltage protectin mustbe provided forthe control components and the load | |
| CGrcult by means of a metal oxide varistor (MOV) or other specifically approved type arrestor. It | |
| ‘must limit high votage surges to a value atleast 20% below the basic impuise insulation level (BIL. | |
| In accordance with EE-NEMA) of the control. For the button contol, the MOV. must be rated for | |
| ‘8 minimum of 100 joules wired line to neutral. For the twist lock control the MOV must be rated | |
| {for minimum of 160 joules wired line to neutral; a secondary MOV or zener diode of at east 8 | |
| joules must be provided to protect the electronic circu. In both the button and twistlock controls, | |
| the MOV must be mounted internally of the control housing. | |
| ‘Specification: 62-28527-02A, PHOTOELECTRIC, LIGHTING CONTROLS, Page 38 of 62 | |
| e | |
| DETAILED SPECIFICATIONS | |
| (4) Printed Circuit Boards. A conformal coating must be applied to all printed circuit boards for | |
| environmental protection. | |
| (©) Housing. The housing must be molded of an approved, impact resistant, UV resistant | |
| ‘weatherproof material such as acryic, butyrate or polycarbonate, pigmented to an approved coer | |
| Impact resistance of greater than 1.0 ftibs at -40°CCis required, ‘Year and manufacturer must be | |
| ‘molded in cover. | |
| (Falk Sate. Relay contacts must be normally closed so that when circuit failure occurs the lights | |
| {are tumed on, oF remain on. | |
| (©) Datina, A weatherproot, permanent label must be attached to each untinccating manufacturers | |
| ‘name, month and year of manufacture, mode and serial numbers, vekage andioad ratings, and, | |
| on tist lock conto, provision for marking installation and removal dates. | |
| (h) Lead Wires. | |
| (1), Button Control - lead wires must be #18 AWG (Min); rated for 105°C; and 12" long. They | |
| ‘must be color coded as follows: | |
| Red - Load | |
| ‘White - Neutral (on 120 volt controls) | |
| Black - Line | |
| ‘Yellow - Common (on 240 volt controls) | |
| (2). Twist Lock Control the base must provide an integral, locking type, brass three prong plug | |
| in accordance with ANSI C136-10-1996, A neoprene or other approved gasket must be attached | |
| to the base to effectively seal the connections against weather, insects and dust. | |
| (0 240.vott button photocontrols must have a permanent black on orange label 0.5°%2.0" in size that | |
| eads “240 VOLT’ | |
| CHARACTERISTICS | |
| 4. (@) Electrical. The control must be stable and reliable over the range of 105 to 130 volts A.C., at 60 | |
| cyctes. The twist lock contro''s direct load rating must be 1000 watts tungsten, 1800 VA ballast; | |
| ‘the button control must be rated for 1000 VA ballast, Current inrush rating ofthe control must be | |
| ‘notless than 100 amperes. Control must operate reiay/contactor assemblies used by the City of | |
| Chicago. | |
| (©) Envionmental, The contro! must be stable and reliable over an operating temperature range of | |
| “40°C (-40°F) t0 + 70°C (+158 °F, | |
| (©) Qperating Levels, Each control furnished must be pre-aged in intense light for a period of not less. | |
| than 10 hours, after which it must be calibrated using a photometer whose accuracy is traceable | |
| to the N.I.S.T. 100% quality control inspection must be performed after calibration and final | |
| assembly | |
| (1). The button control mustbe calibrated at 120 VAC fora “tum-on" setting of $0 + 0.1 horizontal | |
| foot candles of natural ilumination with a 7-15 second tum OFF delay. The “turn-off setting must | |
| be adjusted to one and one half (1.5) times the “tum-on’ setting, Button controls must have a 7-15 | |
| ‘second tum ON delay. The control must have a delayed turn ON of 3 or more seconds on intial | |
| power-up in darkness. | |
| ‘Specification: 82-28527-02A, PHOTOELECTRIC, LIGHTING CONTROLS, Page 39 of 62 | |
| DETAILED SPECIFICATIONS | |
| (2). The twist lock control must be calibrated at 120 VAC for a “tum-on" setting of 1 50 + 030 | |
| horizontal foot candles of natura ilumination with a 2-5 second tum OFF delay. The "turn-off" | |
| ‘setting must be adjusted to one and one half (1.5) times the "turn-on" setting. The control must | |
| hhave a 1-2 second tum ON delay. | |
| (@) Procedures. Test procedures must conform to these specifications, and to ANS! Standards | |
| (©136-10-1996, except as otherwise herein indicated. | |
| (©) Performance Test, The contro! must be subject to an accelerated performance test which will | |
| Consist of cycling ON (30 seconds) and OFF (30 seconds) sixty times per hour at rated load for | |
| 2000 eyeles. The contro! must not exceed the limits indicated for the nominal or rated operating | |
| levels, and relay contact points must not stick or show high resistance due to excessive pitting | |
| andlor erosion, | |
| (©) Dileciric Stenath Test, The control unit complete with enclosure must be subject to a D.C. hypot | |
| test for dielectric strength, It must successfully withstand a 5.0 KV test for one (1) minute dry | |
| (@) Drop Test. The control must be capable of withstanding a drop of 3 feet to a concrete floor | |
| without causing damage to the housing or changing electrical operation, | |
| (©) Surge Protection Test. The contro! must be subject to atest for surge protection in accordance | |
| with UL 1449 and ANSI C82, By means of a surge generator, a 6.0 KV, 1.2 x 50 microsecond | |
| voltage wave impulse test must be made. The surge test must have a short cicult current | |
| average of at least 3 KA for 8.0 x 20 microseconds. The control must withstand the impulse | |
| testing, and change in calibration levels must not exceed the limits indicated for the nominal or | |
| rated operating levels. | |
| (Temperature and Humidity Tests. The control will be subject to specified calibration tests | |
| immediately following conditioning of the control at extremes of temperature and humidity, 3s | |
| indicated below: | |
| (1) Condition the control for @ period of 24 hours at 98% relative humidity and 70° C | |
| temperature, | |
| (2) Condition the control for a period of 10 hours at -40° C (-40° F). | |
| (@) Calibration Test ARer competion of all specified testing, the contol unit must be | |
| recalbrated and must be within the operating parameters ofthis specification. During tis | |
| test, the manufacturer must demonstrate that there is no cycing duing either “turn-on” or | |
| Sumott” | |
| O) “Testing. One (1) unt from each fot of 500 photocontrots, with a minimum of 2 photocontrols, | |
| pper contract, must be subject to test. In the event any photocontrol fails to meet test | |
| requirements, the entire lot wil be subject to rejection, except that the manufacturer, may | |
| ‘subject a minimum of five (5) additonal photocontros in the lotto test and if al fulfil the | |
| requirements, the lot wil be accepted. Should any of the additonal five (5) photocontrois | |
| ‘Specification: 82-28527-02A, PHOTOELECTRIC, LIGHTING CONTROLS, Page 40 of 62 | |
| e | |
| DETAILED SPECIFICATIONS | |
| fail, then the entire lot wil be rejected. Certified test reports must be submited to the | |
| Commissioner for approval prior to shipment of material. All units subjected to test will | |
| remain the property of the Contractor and may not be included as part of this contract. | |
| PACKAGING | |
| 6 (a) Carton. Each photoelectric unit must be individually packed in a carton of adequate strength and | |
| property secured and protected to prevent damage to unit during shipment, handing and storage. | |
| (©) Marking. Each carton into which a number of individually packed photoelectric units are packed | |
| must be clearly marked on the outside in letters not less then one-quarter (1/4) inch tall with the | |
| legend "OUTDOOR ELECTRONIC BUTTON PHOTO CONTROL’ or "OUTDOOR ELECTRONIC | |
| ‘TWISTLOCK PHOTO CONTROL" (as appropriate), precaded by the number of units inthe carton | |
| innumbers of the same height asthe letters: vol-ampere lamp load rating, voltage, manufacturers | |
| ‘name and catalogue number, contract or order number, and shipping date. | |
| EXCEPTIONS | |
| Any deviations from these specifications must be noted on the Proposal Page or Pages attached thereto, | |
| withthe exact nature of the change outlined in sufficient detail. The reason for which deviations were made | |
| ‘should also follow if not self-explanatory. Faure of a bidder to comply wit the terms of this paragraph may | |
| ‘be cause for rejection. | |
| ‘The City reserves the right to disqualify bids which do not completely meet outlined specications. The impact | |
| Of exceptions to the specification will be evaluated by the City in determining its need | |
| Specification: 82-28627-02A, PHOTOELECTRIC, LIGHTING CONTROLS, Page 41 of 62 | |
| e | |
| PROPOSAL | |
| SPEC NUMBER: 8228527028 | |
| BID DESCRIPTION: LIGHTING, CONTROL PHOTOELECTRIC ROADWAY | |
| DELIVER PREPAID TO: VARIOUS CITY AGENCIES | |
| CONTRACT ADMINISTRATOR: 25 PETER VITONE 312-744-761 | |
| rss cones | |
| CERNE _Kesuwotla Cleror{ snore women + 229/eas-a000 | |
| bxo/moroan, PICMG FoR An, caBOOETY AyO/on SENT ne zmes | |
| scorers Tetris Ss Saaee eles ance ge | |
| Gish Salute GER ables Wate RYAN | |
| teases SPENT ae tte" Sbitn tates abet | |
| et ee pe | |
| Bana ae | |
| QUOTES ON “OR EQUAL" ITEMS MUST BE IDENTIFIED AS "ALTERNATE" TO | |
| SPECIFIED ITEM ON THE COMMENT LINE. IF QUOTING AN ALTERNATE, | |
| INDICATE MANUFACTURER NAME, MODEL/PART/CATALOG NUMBER AND ATTACH | |
| DESCRIPTIVE LITERATURE. ALTERNATE ITEMS MAY NOT BE ACCEPTED. | |
| ANY EXCEPTIONS TO ITEMS SPECIFIED OR OTHER TERMS MUST BE CLEARLY | |
| INDICATED ON THE BID. | |
| BID ESTIMATED UNIT OF | |
| LINE commonsry QUBNEITX © MEASURE UNIT PRICE EXTENDED PRICE | |
| 0003 205-27-44-215 21,000 fA SB GF 873,290.00) | |
| lowriuc,coWrRois, ‘PHoTORLECTALG, Consrgrayo oF N THCFOCELL, RETA? “4 | |
| SURGE ARRESTER. PRina ney Bick - EighePrere ¢ ¥ 7/6 -W1C BA-N-DSSY. | |
| 79, corn, cor? scuEDoLe OF ROADWAY LIGHTING. Eh, PANT POL | |
| ‘0002 220-42-31~ ae 5,000 Ba 8 $24 826 aov.ov | |
| conrrots, pHoroeLectRic Peppa y Bit Fisher ¥, | |
| sx Pere Fp 105M D555 | |
| TOR RORY HigeIWG, 120 VOLE, BUTTON TYPE Stet. #24) S500 | |
| xalewrs chad ‘ nc na-lo e i | |
| 0003 220~42-31-240 EA # 4 3402-50 | |
| CONTROLS, PHOROELESTRS PR iggheY Rial Fuser oe | |
| - 7085 | |
| Fon ROADERY IRMETRG, 260 VOLE, BITTON FYFE Sc8 APE, | |
| : Bi bernntg, 118700 7 | |
| Severe: i 4 poeae-be “1? | |
| + Fishes Perce, spec nls TOTAL BID PRICE: $_/2 | |
| tote nk poceste 6 tach Acrennnte (175,760.00) | |
| ‘Specification: 82-28527-02A, PHOTOELECTRIC, LIGHTING CONTROLS, Page 42 of 62 | |
| 02/28/2003 10:32 Fat | |
| 002, | |
| osattienohtten From ORER EXT | |
| REL’ | |
| Ans Acalysiands Comper | |
| sre | |
| To: City of Chicago, Bureau of Electricty | |
| Ghieago, IL | |
| Mr, Joo Gil, | |
| foe Pou «Pate | |
| ‘Amarican Beco Lighting | |
| ‘Acaty Ughting Group ne | |
| ‘$30 aarval Douevare | |
| Conyers, GA 30012 | |
| ebruay 28, 2008 | |
| ‘THis LETTER IS CONFIRM THAT PRODUCTION DYNAMICS IN CHICAGO, IL IS AN | |
| AUTHORIZTED DISTRIBUTOR OF AMERICAN ELECTRIC LIGHTING INCLUDING OARK TO | |
| UcsT, | |
| PLEASE CALL ME AT 770-860-2251 OR BERNIE AMMERMAN, KONNERTH SALES & BELL 8 | |
| (GUSTUS AT 630-907-6085 IF YOU HAVE ANY QUESTIONS. | |
| Sinceyely, l | |
| Bory brew | |
| Manager, Market Development | |
| ‘Amatioan Elect Lighting | |
| INDICATE IF YOU ARE: | |
| MANUFACTURER: Yes: No: | |
| EXCLUSIVE DISTRIBUTOR": Yes: No: | |
| AUTHORIZED DISTRIBUTOR": ves NO: | |
| EXCEPTIONS (EXPLAIN): | |
| BID DATA | |
| MANUFACTURER NAME: Fy siscar Pieces | |
| CATALOG DESIGNATION (ese fertile PS | |
| ADDRESS: | |
| PHONE: | |
| CONTACT PERSON: | |
| LOCATION OF FACILITY WHERE INVENTORY IS MAINTAINED: | |
| ADDRESS: | |
| PHONE: | |
| ADDITIONAL INFORMATION: | |
| EXCEPTIONS (EXPLAIN): | |
| ‘Specification: 82-28527-02A, PHOTOELECTRIC, LIGHTING CONTROLS, Page 43 of 62 | |
| ‘TO BE EXECUTED BY A CORPORATION | |
| The undersigned, hereby acknowledges having received Specification No. B2-28527-02A General Conditions, | |
| 3) Special Conditions, 4) Contract Plans or Drawings (if applicable) 5) Detaled Specifications or Scope of | |
| ‘Services, Evaluation/Selection Criteria and Submittal Requirements (If RFP/RFQ), 6) Proposal Pages, 7) | |
| Certifications and 8) Addenda Nos. (none unless indicated here). and | |
| affirms thatthe corporation shal be bound by all the terms and conditions contained inthe Contract Documents, | |
| regardless of whether a complete set thereof is attached to this proposal, except only to the extent that the | |
| Corporation has taken express written exception thereto in the sections of this specification designated for that | |
| purpose. | |
| Further, the undersigned being duly swom deposes and says on cath that no disclosures of ownership interests | |
| hhave been withheld and the information provided therein to the best of its knowledge is current and the | |
| ‘undersigned has not entered into any agreement with any other bidder (proposer) or prospective bidder | |
| (proposer) or with any other person, firm or corporation relating to the price named in this proposal or any other | |
| proposal, nor any agreement or arrangement under which any act or omission in restraining of free competition | |
| ‘among bidders (proposers) and has not disciosed to any person, fim or corporation the terms of this bid | |
| (proposal) or the price named herein | |
| NAME OF CORPORATION: Pree hse trem Dyrismnaiss S | |
| Fara hes | |
| euruncorwesoen LLetelil Lierd/ | |
| seurunsore | |
| TITLE OF SIGNATORY: Prepulent | |
| susiness a00RESS: _-95S/_S. Codbuge: Gurnee | |
| wt | |
| “Note: In the event that this bid (proposal is signed by other than the President, attach hereto a certified copy | |
| of that section of Corporate By-Laws or other authorization, such as a resolution by the Board of | |
| Directors, which permits thp person to sign the offer for the Corporation. | |
| ATTEST: (Affox Comorate Seal) | |
| Capita Secrigf Sipative | |
| state ot _Z/ | |
| County of cena E | |
| ‘This instrument was acknowledged before me on this 2944. day of o< resp". | |
| 2002 by Chore Bewks _ as President (or other authorized officer) and | |
| Chiawhe. Beals #8 Secretary of es | |
| (Comoren Nene | |
| $8 TAT SEAT | |
| KENNET ELSTON | |
| BoA FUR SAT OF ALN | |
| tary Pubic Signature | |
| (Seal) Commission Expires: | |
| ‘Specification: 82-28527-02A, PHOTOELECTRIC, LIGHTING CONTROLS, Page 58 of 62 | |
| ‘TO BE EXECUTED BY A PARTNERSHIP | |
| “The undersigned, hereby acknowledges having received Specification No. B2-28527-02A containing a fll st | |
| of Contract Documents, including, but not limited t, 1) Instructions to Biers (Proposes), 2) General Condens, 3) Special | |
| Conditions, 4) Contract Pans or Drawings (if applicable) 5) Detailed Specification or Scope of Services, Evaluation/Selecton | |
| (Criteria and Submittal Requirements (If RFP/RFQ), 6) Proposal Pages, 7) Certifications and 8) Addenda Nos. (none unless | |
| indicated here) and aims tha the partnership shall be bound by all the terms and | |
| conditions contained inthe Contract Documents, regardles of whether a complet se thereof attached to ts proposal, execpt | |
| ‘only to the extent that the partnership has taken express writen execpton thereto inthe sections of ths specication | |
| for that purpose. | |
| Further, the undersigned being duly swom deposes and says on oath that no disclosures of ownership interests have been | |
| ‘wield and the information provided therein tothe best of ts knowledge is current and the undersigned has not entered into | |
| any agreement with any other bidder (propose) or prospective bidder (proposer) or with any other person, firm or corporation | |
| ‘lating tothe price named inthis proposal or any other proposal, nor any agreement or arrangement under which any actor | |
| ‘mission in restraining of free competition among bidders (proposers) and has not disclosed to any person, firm or corporation | |
| the terms ofthis bid (proposal) o the price named herein. | |
| BUSINESS NAME: | |
| BUSINESS ADDRES! | |
| Ifyou are operating under an assumed name, provide County registration number hereimunde as provided inthe Minos Revised | |
| States 1965 Chapter 96 See. 4 et se, | |
| Regstration Number: | |
| SIGNATURES AND ADDRESSES OF ALL MEMBERS OF THE PARTNERSHIP | |
| (Fall General Partners donot sgn, indicate authority of partner signatories by attaching copy of partnership agreement | |
| or other authorizing document): | |
| Partner Signature: Address: | |
| State of. | |
| County of. | |
| ‘Subscribed and sworn to before me by each of the foregoing individuals this___day of. 20 | |
| (Sea | |
| oe PORE Rare | |
| ‘Commission Expires | |
| ‘Specification: 82-28527-02A, PHOTOELECTRIC, LIGHTING CONTROLS, Page 59 of 62 | |
| TO BE EXECUTED BY A SOLE PROPRIETOR | |
| ‘The undersigned, hereby acknowledges having received Specification No, 62-28627-02A containing a fll set | |
| ‘of Contract Documents, inluding, but nt limited to, 1) Instructions to Bidders (Proposes), 2) General Conditions, 3) Special | |
| ‘Conditions, 4) Contract Plans or Drawings (if applicable) 5) Detailed Specifications or Scope of Services, Evaluaton/Slecton | |
| (Criteria and Submital Requirements (If RFP/RFQ), 6) Proposal Pages, 7) Cerifications and 8) Addenda Nos. (none unless | |
| indicated here) and affirms that te sole proprietor shall be bound by al the terms and | |
| conditions contained inthe Contract Documents regardless of whether a comples st thereof is attached to this proposal except | |
| ‘only tothe extent thatthe sol proprietor has taken express writen exception thereto in the Sections ofthis specication | |
| designated for that purpose. | |
| Further, the undersigned being duly swom deposes and says on oath that no disclosures of ownership interests have been | |
| ‘Withheld and the information provide therein tothe best of its knowledge is curent and the undersigned has not entered into | |
| any agreement with any’ other bidder (proposer) or prospective bidder (propose) or with any other person, firm or corporation | |
| ‘lating tothe price named inthis proposal or anyother proposal, nor any agreement oF arrangement under which any actor | |
| ‘mission in restraining of fee competition among bidders (proposers) and has not dscloned to any person, frm or corporation | |
| the terms of this bid (proposal) orth price named herein. | |
| ‘SIGNATURE OF PROPRIETOR: | |
| DOING BUSINESS AS: | |
| [BUSINESS ADDRESS: | |
| i | |
| Ifyou are operating under an assumed name, provide County registration number hereimunder as provided inthe linois Revise’ | |
| Statutes 1965 Chapter 96 Sec. 4 et seq | |
| Repisration Number | |
| Stat of | |
| County of | |
| ‘This instrument was acknowledged before me on this __day of. . | |
| 20__by rae persons) | |
| (Seal) Commission Expires | |
| ‘Specification: 82-28527-02A, PHOTOELECTRIC, LIGHTING CONTROLS, Page 60 of 62 | |
| ‘ACCEPTANCE | |
| ‘The undersigned, on behalf of the CITY OF CHICAGO, a municipal corporation of the State of Ilinois, hereby | |
| ‘accept the foregoing bid items as identified in the proposal | |
| ‘ne ° | |
| Total Amount of Contact $ of 175,760 2 | |
| Fund Chargeable: _O2- 8 | - OO - 3075-0 365-036 S | |
| iy Compirolier | |
| ‘Chief Procurement Officer | |
| Contract Awarded and Released on | |
| this_ day of 20 | |
| ‘Approved as to form and legality: | |
| Assistant Corporation Counsel | |
| ‘Specification: 82-28527-02A, PHOTOELECTRIC, LIGHTING CONTROLS, Page 61 of 62 | |
| ACCEPTANCE | |
| 1, on behalf of the CITY OF CHICAGO, a municipal corporation of the State of Ilinois, hereby | |
| 390ing bid items as identified in the proposal | |
| tof Contact §_ ep _ 175,760 2 | |
| Chargeable: _O2- 8] - 100 - 3095-0865-0365 | |
| Contract Awarded and Released on | |
| this J+ day of byage 202. | |
| Approved as to form and legality | |
| Assistant Corporation Counsel | |
| Specification: 82-28527-02A, PHOTOELECTRIC, LIGHTING CONTROLS, Page 61 of 62 | |