UNO CHARTER SCHOOL NETWORK ( UNO-CSN ) Invitation for Bids ( IFB ) for ELECTRICAL UPGRADES



Similar documents
CITY OF LANCASTER RFP NO LANCASTER PERFORMING ARTS CENTER TICKETING SOFTWARE SUBMISSION DEADLINE. July 24, 2015 BY 11:00 A.M.

REQUEST FOR PROPOSALS ( RFP ) FOR FINANCIAL ADVISOR TO IMPLEMENT USE AGREEMENT(S) PROCESS AS DESCRIBED IN STRATEGIC AND CAPITAL NEEDS STUDY

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL: A NEW AUDITING SOLUTION FOR WINDOWS FILE AND DATABASE SERVERS

Office of the Special Deputy Receiver 222 Merchandise Mart Plaza Suite 1450 Chicago, IL

OSWEGO COUNTY PURCHASING DEPARTMENT

City of Vallejo REQUEST FOR PROPOSAL WORKERS COMPENSATION CLAIMS AUDIT

GALVESTON COUNTY HEALTH DISTRICT. Request For Proposal Health Insurance Broker Services RFP

Request for Proposals Community Engagement and Business Development Consultant Contractor Loan Fund May 16, 2016.

State Health Benefit Plan Procurement Policy

REQUEST FOR PROPOSALS BOND COUNSEL SERVICES FOR AFFORDABLE HOUSING RFP # Santa Ana Housing Authority

E-RATE CELLULAR PHONE SERVICE WITH WIRELESS INTERNET ACCESS QUOTE #

TABLE OF CONTENTS. Prefacej... 1

REQUEST FOR PROPOSAL. Insurance Broker Services. Property Liability Casualty Fleet Workers Compensation

Robla School District

LOS ANGELES COUNTY EMPLOYEES RETIREMENT ASSOCIATION REQUEST FOR PROPOSAL JULY 10, 2014

Merchant Account Services

PROCUREMENT DEPARTMENT 2 MONTGOMERY STREET, 3 RD FL. JERSEY CITY, NJ ADDENDUM # 2

REQUEST FOR PROPOSAL NO. RFP09503 MIDDLE SCHOOL AND HIGH SCHOOL YEARBOOKS. Submittal Deadline: October 29, Time: 10:00 a.m.

REQUEST FOR QUALIFICATIONS (RFQ) FOR PROGRAM MANAGEMENT/CONSTRUCTION MANAGEMENT SERVICES FOR THE AIRPORT RESIDENTIAL SOUND INSULATION PROGRAM

SUPERIOR COURT OF CALIFORNIA

REQUEST FOR PROPOSAL (RFP)

Firemen s Annuity and Benefit Fund of Chicago

REQUEST FOR INFORMATION (RFI) For. Archiving Solution Project No. RFI-LB COLORADO SPRINGS UTILITIES. Continuous Improvement Department

Request for Proposal. Internet Access. Satilla Regional Libraries. Erate Funding Year July 1, 2014 through June 30, 2015

Amendment 3: HRIS/Payroll only

State of Washington Department of Transportation Notice to Consultants Evaluate Risk-Based Asset Management Systems for WSDOT

CHAPTER 11 APPEALS AND DISPUTES

UNO CHARTER SCHOOL NETWORK, INC. Request for Proposal ( RFP ) For. HVAC Preventative Maintenance

ROCKDALE COUNTY FINANCE DEPARTMENT PROCUREMENT OFFICE 958 MILSTEAD AVENUE CONYERS, GA

COLONIAL HEIGHTS PUBLIC SCHOOLS REQUEST FOR PROPOSAL (RFP) FOR MEDICAL AND MEDI-GAP INSURANCE RFP# HR FEBRUARY 19, 2013

REQUEST FOR PROPOSAL (RFP) AIRPORT SECURITY CONSULTING AND SPECIALIZED SAFETY/SECURITY SERVICES AT O HARE AND MIDWAY INTERNATIONAL AIRPORTS

PRINCE EDWARD COUNTY REQUEST FOR PROPOSAL (RFP) FOR MEDICAL AND MEDI-GAP INSURANCE RFP# HR March 7 th, 2013

Center Unified School District

REQUEST FOR PROPOSAL Procurement of Landscaping Services

Request for Proposals For WORKFORCE DIVERSITY PARTICIPATION MONITORING SERVICES CARRIE AVENUE PROJECT PHASE 1

REQUEST FOR PROPOSALS For. Kelowna and Vernon Hospitals Project

REQUEST FOR PROPOSALS (RFP) FOR FINANCIAL ADVISORY SERVICES

Responses to this RFP will be due on or before November 14, 2013, as described below in Sections III. and V.

Request for Proposal Permitting Software

CULVER CITY UNIFIED SCHOOL DISTRICT PREQUALIFICATION INFORMATION FOR PROSPECTIVE CONTRACTORS. May 21, 2015

REQUEST FOR PROPOSAL (RFP) FOR PROPERTY MANAGEMENT SERVICES FOR TERMINAL 5 O HARE INTERNATIONAL AIRPORT

QSP INFORMATION AT A GLANCE

Department of Purchasing & Contract Compliance

City of Hesperia. Request for Quotes Answering Services. Release Date: 02/04/10

Bidding Requirements, Contract Forms and Conditions of the Contract INSTRUCTIONS TO BIDDERS Section 00100

D3 Bus Wash Rehabilitation AC Transit Contract # SECTION INSTRUCTIONS TO BIDDERS

REQUEST FOR QUALIFICATIONS/PROPOSALS (RFQ/P) FOR COMMERCIAL PROPERTY MANGEMENT SERVICES FOR 3737 MAIN STREET GROUND FLOOR COMMERCIAL

Department of Purchasing & Contract Compliance

TRUSTEES OF THE GOVERNOR WILLIAM STOUGHTON TRUST REQUEST FOR QUOTES FOR THE PROCUREMENT OF APPRAISAL SERVICES

REQUEST FOR QUALIFICATIONS ARCHTECTURAL SERVICE FEBRUARY 20, 2015 JACKSONVILLE PUBLIC SCHOOL DISTRICT 117

REQUEST FOR PROPOSALS VOLUNTEER SECURITY VETTING SERVICES

Request for Proposal For: CQ5 Java Developer. ABA Information Systems April 11, Table of Contents

COWLITZ-WAHKIAKUM COUNCIL OF GOVERNMENTS REQUEST FOR PROPOSALS

Request for Proposals

CITY OF CHILLICOTHE REQUEST FOR PROPOSALS

City of New Rochelle New York. REQUEST FOR PROPOSAL Specification No. 5044

RFP Milestones, Instructions, and Information

COUNTY OF SARPY, NEBRASKA SPECIFICATIONS. VOIP Phones For the. Various County Departments

REQUEST FOR PROPOSAL FOR POOL OF QUALIFIED CLAIMS EVALUATION SERVICE PROVIDERS

Policy Number: Policy Name: Professional Services and Construction Services Procurement

REQUEST FOR INFORMATION FOR # POINT OF SALE SYSTEM. November 18, 2015

Invitation for Bid. For. Bank Courier Services

TABLE OF CONTENTS. Purchasing and Contracts Division Purchasing Policies and Procedures The Competitive Process... 2

Puget Sound Regional Council

ONLINE INTEREST-BASED ADVERTISING ACCOUNTABILITY PROGRAM PROCEDURES. Policy Oversight By: The National Advertising Review Council (NARC)

City of Pittsburgh, PA - Request For Proposals and procurement Process

INSTRUCTIONS TO BIDDERS

AUDIO/VISUAL PROJECT REQUEST FOR PROPOSAL RFP-BJ-1401

COAST COMMUNITY COLLEGE DISTRICT REQUEST FOR PROPOSALS #2013 FOR

Request for Proposal. Credit (Purchasing) Card Services Program

REQUEST FOR PROPOSAL

CONTENTS OF BID. Each bid must include all of the following: A completed and signed Bid Form (the form is attached).

CITY OF DALLAS. Request for Competitive Sealed Proposal (RFCSP) BUZ1524. For. SCADA Repair, Parts and Support

REQUEST FOR PROPOSALS

SAMPLE REQUEST FOR PROPOSALS TEMPLATE

Request for Proposal For: Video Production and Live Streaming Services. ABA Section of Litigation August 14, 2013.

CITY OF LAREDO PURCHASING DIVISION TERMS AND CONDITIONS OF INVITATIONS FOR BIDS

STATE OF WEST VIRGINIA BOARD OF RISK AND INSURANCE MANAGEMENT REQUEST FOR PROPOSAL RFP#

REQUEST FOR QUALIFICATIONS PROPERTY APPRAISAL SERVICES. Prepared by. City of Richmond Finance Department. February 18, 2016 RESPONSES DUE:

Addendum No. 2 for Calcium Nitrate Treatment Solution. 1. Page 1, SOLICITATION DUE DATE/TIME: has been revised to read as follows:

Puget Sound Regional Council

COUNTY OF YORK, VIRGINIA REQUEST FOR PROPOSALS RFP. Issue Date: August 22, 2008 RFP #: 1642

REQUEST FOR QUALIFICATIONS: PRINTING AND COPYING SERVICES

END USER LICENSE AGREEMENT ( EULA )

INSTRUCTIONS TO BIDDERS

NEWBURGH ENLARGED CITY SCHOOL DISTRIST NEWBURGH, NEW YORK REQUEST FOR PROPOSAL ARCHITECTURE SERVICES

Request for Proposal Hewlett Packard Network Switches and Peripherals

ADDENDUM NUMBER TWO (2) TO THE REQUEST FOR PROPOSAL (RFP) FOR FINANCIAL PLANNER POOL, RFP NUMBER 2P

Kennebec Valley Community College 92 Western Avenue Fairfield, ME Competitive Bid Request for Proposal This is Not an Order

Request for Proposal 911- SUPPLEMENTAL ALI DATABASE MANAGEMENT SERVICES AND SUPPORT

HACC Central Pennsylvania s Community College Harrisburg, PA. Request for Proposal RFP For Website Content Development HACC

Department of Purchasing & Contract Compliance

AT: 1. Norridge Village Hall N. Olcott Ave. and 2. Norridge Police Department N. Olcott Ave.

Issue Date: June 22, 2011 Due Date: July 22, 4:00p.m.

REQUEST FOR QUOTE. RFQ Reference Number: RFQ <<INSERT e.g SWR 03-11/12>> <<Enter Course Name>>

Purchasing a Business in Utah - RFP Approval Bid Process

RFP12915 ELECTRONIC CURRICULUM DEVELOPMENT AND MANAGEMENT TOOL CONTACT PLEASE READ CAREFULLY!

REQUEST FOR PROPOSALS Surveillance Camera Services Network Plan and Installation - 732

REQUEST FOR PROPOSALS (RFP) FOR FINANCIAL AUDIT SERVICES

Transcription:

UNO CHARTER SCHOOL NETWORK ( UNO-CSN ) Invitation for Bids ( IFB ) for ELECTRICAL UPGRADES All Bids must be sent electronically to: ucsnbidresponse@unocharterschools.org All communications should be addressed to: Rigoberto Barajas, Compliance Project Manager rbarajas@unocharterschools.org Issued on November 7, 2014 Bids must be received no later than 12:00 p.m., Central Time, on November 17, 2014 1

Table of Contents I. SUMMARY... 3 A. Company Background... 3 B. Purpose of the Invitation for Bids ( IFB )... 3 II. DESCRIPTION OF ELECTRICAL UPGRADES AND SPECIFICATIONS... 3 A. Description of Services... 3 B. Site Visits... 5 C. EVALUATION OF BIDS... 5 A. Evaluation Criteria, Generally... 5 D. FORM OF BIDS AND REQUIRED DOCUMENTATION... 6 A. Format of Bids... 6 B. Submittal Requirements... 6 E. SUBMITTING BIDS... 7 A. Intent to Bid... 7 B. Bid Due Date, Time and Email Submission Address... 7 C. Internet Access to IFB and Addenda... 8 D. Contact Information... 8 F. ADDITIONAL CONDITIONS... 8 A. Quiet Period... 8 B. Bid Firm Time... 9 C. Conflicts of Interest... 9 D. Contract Rescission... 9 E. Confidentiality... 10 F. Governing Law and Forum... 10 G. Award Notices... 10 H. Additional Conditions... 10 I. Contract Terms... 11 J. Reservation of Rights... 11 2

I. SUMMARY A. Company Background UNO Charter School Network s mission is to lead the transformation of the Hispanic Community toward an educated, powerful and prosperous citizenry by engaging and challenging it to redefine its potential and its legacy in metropolitan Chicago and the United States of America. Through its network of 16 highquality schools, UNO-CSN seeks to redefine the culture and expectations of public education, especially among underserved students. UNO-CSN strongly believes that all students can learn and deserve the opportunity to realize their potential. Through our rigorous curriculum and individualized approach, we develop students who act with integrity and are civically engaged, intellectually curious, and prepared for success in high school, college, and beyond. For us, academic success is not a hope; it is an expectation. B. Purpose of the Invitation for Bids ( IFB ) This IFB invites the submission of Bids for the provision of electrical upgrades at three (3) facilities. The purpose of these electrical upgrades is to support the enhanced technological capacity at these locations. II. DESCRIPTION OF ELECTRICAL UPGRADES AND SPECIFICATIONS The following section describes the goods to be provided by the Selected Respondent and the technical specifications that such goods must meet. Further details on preparing Bids in response to this IFB, the evaluation criteria, and conditions of submitting a Bid can be found in the sections that follow. Respondents are encouraged to thoroughly read this IFB in its entirety before submitting a Bid. Floor Plans of each site, along with proposed location of outlet installation, is attached herein as Exhibit A. A. Description of Services The selected Respondent will be expected to perform the services described below. The description of services identifies which services are to be provided at each campus. All proposals should specifically address the services to be performed and the price for such services at each campus. Services at the Rufino Tamayo and Carlos Fuentes campuses are expected to begin on December 15, 2014 and must be completed before January 2, 2015. Service at the Octavio Paz campus will commence on March 30, 2015 and must be completed before April 4, 2015. 1. Rufino Tamayo Campus, 5125 S. California Avenue, Chicago, IL 60632 3

a. Install 100A Fused disconnect inside distribution panel in electrical room to feed 100A 120/240V 30 position MLO subpanel. Perform power shutdown in order to install main breaker. Panel will be installed in same room as distribution panel. b. Install (14) 20A 1P breakers for new Computers on Wheels (COW) receptacles c. Install conduit and wire for (14) 20A receptacles. Each COW will be powered with dedicated receptacle on dedicated 20 A circuit d. (9) COS receptacles will be located inside classrooms and (5) will be located in the hallways e. Patch and fire stop all wall penetrations f. Any other services/equipment necessary to support enhanced technological capacity already performed or anticipated at each location 2. Carlos Fuentes Campus, 2845 W. Barry Avenue, Chicago, IL 60618 a. Install 100A Main breaker inside distribution panel in west building electrical room to feed 100A 120/240V 30 position MLO subpanel. Perform power shutdown in order to install main breaker b. Provide and install new 100A MLO panel inside electrical room or in the hallway outside electrical room. Install (18) 20A 1P breakers for new COW receptacles c. Install 100A main disconnect inside distribution panel in east building electrical room to feed 100A 120/240V 30 position MLO subpanel. Perform power shutdown in order to install main breaker d. Provide and install new 100A MLO panel inside electrical room. Install (9) 20A 1P breakers for the new COW receptacles e. Install conduit and wire for (27) 20A receptacles. Each COW will be powered with dedicated receptacle on dedicated 20A circuit f. (9) COW receptacles will be located inside classrooms and (18) will be located in the hallways g. Patch and fire stop all wall penetrations h. Any other services/equipment necessary to support enhanced technological capacity already performed or anticipated at each location 3. Octavio Paz Campus, 2651 W. 23 rd Street, Chicago, IL 60608 a. Install 100A Main breaker inside distribution panel in electrical room to feed 100A 120/240V 30 position in MLO panel b. Install 20A 1P breakers for new COW receptacles c. Provide and install conduit and wire for 20A receptacles. Each classroom will have a COW will be powered with dedicated receptacle on dedicated 20A circuit d. Patch and fire stop all wall penetrations e. Any other services/equipment necessary to support enhanced technological capacity already performed or anticipated at each location 4

B. Site Visits Interested bidders are invited to attend a facility walk-through and site visit on November 10, 2014 at 6:00 AM at the Rufino Tamayo Campus, 5125 S. California Avenue, Chicago, IL 60632. If a bidder plans to attend the walk-through and site visit, the bidder must notify the Project Contact, listed below. C. EVALUATION OF BIDS A. Evaluation Criteria, Generally For the purposes of evaluating Bids received as a result of this IFB, UNO-CSN will base its evaluation on the following criteria: 1. Price; 2. Best value for price; and 3. Completeness and timeliness of Bid, as further described herein. UNO-CSN will consider the information you supply or do not supply, and the quality of that information when evaluating your Bid. If we find a failure or deficiency, we may reject the Bid or reflect the failure as part of the evaluation process. UNO-CSN reserves the right to consider additional factors during the evaluation phase. B. Respondent Qualifications The evaluation of Respondent s qualifications will be based on the following information that is to be furnished with the Bid, as described below: 1. Qualifications: Respondents will be expected to provide a general description of the Respondent, including its location, principal place of business, and years in business. As described below, the general description of a Respondent s qualifications should include a list of the Respondent s ownership, officers and executive management. 2. Related Experience and References: Respondents will also be evaluated on their experience providing products and services described herein. C. Evaluation Process Designated UNO-CSN staff will assess the Respondent s compliance with and adherence to the requirements of the solicitation. Any Bid that is incomplete and missing key components necessary to fully evaluate the response may, at the sole discretion of UNO-CSN, be rejected from further consideration due to "non-responsiveness. 5

The evaluator will then evaluate the extent to which a Bid meets the project requirements set forth in the solicitation. The focus of the evaluations will be primarily based on the price of the Bid submitted, though best value considerations may be made. D. FORM OF BIDS AND REQUIRED DOCUMENTATION A. Format of Bids Sections should be separated by labeled tabs and organized in accordance with subject matter sequence as set forth below. Each page of the Bid must be numbered in a manner so as to be uniquely identified. Bids must be clear, concise, and well organized. B. Submittal Requirements Respondents are advised to adhere to the submittal requirements of the IFB. Failure to comply with the instructions of this IFB may be cause for rejection of the non-compliant Bid at the sole discretion of UNO-CSN. By submitting a response to this IFB, you are acknowledging that if your Bid is accepted by UNO-CSN, your Bid and related submittals may become part of the contract. Bids must include the following items: 1. Cover Letter Respondent(s) must submit a cover letter signed by an authorized representative who is capable of committing the Respondent to providing the products and any related services described in this IFB. The cover letter must include: a. A brief description of the Respondent, including its legal name, location, principal place of business, and years in business; b. Federal Tax ID; c. The name and telephone number of the principal contact for negotiations; d. Qualifications (location, principal place of business, and years in business); d. References (3 preferred); and e. Acknowledgement of receipt of any addendum issued by UNO-CSN, if applicable. 2. Business License/Authority to do Business in Illinois 6

Respondent must provide copies of appropriate licenses or certifications required of any individual or entity selling products and any related services as described in this IFB in the City of Chicago, County of Cook, and State of Illinois, for itself, its partners and its subcontractors, including evidence that Respondent is authorized by the Secretary of State to do business in the State of Illinois. 3. Bid Respondent must provide information regarding the proposed price schedule for the devices and related services. Bids that fail to include complete price information will be deemed nonresponsive and rejected. UNO-CSN reserves the right to negotiate a final fixed price, terms, and conditions with the selected Respondent. The price you quote should be inclusive of all charges and fees. If your price excludes certain fees or charges, Respondent is responsible for disclosing any charges or fees that UNO-CSN in a detailed list of excluded fees with an explanation of the nature of those fees. 4. Minority and Women Owned Business Enterprise Commitment UNO-CSN encourages Respondents to use best efforts to use minority and women-owned businesses in relation to the products to be provided under this solicitation. Please state if your firm is certified as a MBE, WBE, or DBE and provide any and all supporting documentation. E. SUBMITTING BIDS A. Intent to Bid All bidders are required to inform UNO-CSN of their intentions to submit a Bid. Notice of your intent to bid should be sent to Rigoberto Barajas at rbarajas@unocharterschools.org. B. Bid Due Date, Time and Email Submission Address All Bids must be submitted by 12:00 p.m. (Central) on November 17, 2014. All Bids must be submitted by email to ucsnbidresponse@unocharterschools.org. Only Bids submitted to this email account will be considered. This IFB and the resulting evaluation of Bids is an open and competitive process. UNO-CSN staff will not open Bids until after the due date and time specified above. For that reason, it is important that Respondents ensure that Bids that are submitted are submitted completely and accurately. Prior to the due date, you may email modifications and withdrawals to the email address specified above. No other methods of delivery will be accepted. We must receive submissions as specified; it is not sufficient to show you mailed or commenced delivery before the due date and time. We will not consider Bids, modifications or withdrawals submitted after the due date and time. 7

C. Internet Access to IFB and Addenda Respondents may download the IFB and any future addenda from the UNO-CSN website at the following URL address: www.unocharterschools.org/procurement. Respondents are solely responsible for acquiring the necessary information and materials. Under no circumstances shall the failure to obtain clarifications and/or addenda relieve a Respondent from being bound by any additional terms and conditions in the clarifications and/or addenda, or from considering additional information contained therein in preparing a Bid. Furthermore, failure to obtain any clarification and/or addendum shall not be valid grounds for a protest against award(s) made under this IFB. D. Contact Information If you have a question you should notify the Project Contact identified in this section. Do not discuss the solicitation or your Bid, directly or indirectly, with any UNO-CSN officer, director or employee other than the Project Contact (see the section captioned Quiet Period below). Questions regarding this IFB must be sent in writing via email to the Project Contact. Telephone calls regarding the solicitation are not permitted. Only written answers to questions shall be binding on UNO-CSN. Rigoberto Barajas, Project Manager, Compliance Email: rbarajas@unocharterschools.org 954 W Washington Boulevard, 3rd Floor Chicago, Illinois 60607 F. ADDITIONAL CONDITIONS A. Quiet Period The Quiet Period is intended to establish guidelines by which Directors and UNO-CSN staff and contractors will communicate with prospective vendors during the pendency of a solicitation. The objectives of such a Quiet Period are to ensure that prospective vendors competing for contracts with UNO-CSN have equal access to information regarding selection parameters and to ensure that the process of selecting vendors is transparent, efficient, diligent and fair. The following guidelines will be instituted during the pendency of solicitations issued UNO-CSN: 1. A quiet period will commence upon the issuance of a solicitation by UNO-CSN and/or UNO-CSN staff or contractors and end upon award of any resulting contracts from the subject solicitation. 2. Initiation, continuation and conclusion of the quiet period shall be publicly communicated to prevent inadvertent violations. 8

3. All Directors, UNO-CSN staff and its contractors, other than the previously-identified Project Contact, shall refrain from communicating with potential vendors regarding any product or service related to any pending solicitation throughout the quiet period and shall refrain from accepting meals, travel, hotel or other value from the potential vendors. 4. Throughout the quiet period, if any Director is contacted by a potential vendor, the Director shall refer the vendor to the General Counsel or Project Contact. 5. The quiet period does not prevent UNO-CSN from performing due diligence or communicating with an existing vendor that happens to be a competing vendor in the ordinary course of services provided by such vendor; however, discussions related to the pending selection shall be avoided during such activities. 6. A potential vendor may be disqualified from consideration under the solicitation for a knowing violation of this quiet period policy. B. Bid Firm Time Your Bid must remain firm for 180 days from opening (the Bid Firm Time ). C. Conflicts of Interest The EC will consider any information, including information contained in Respondent s Bid that may demonstrate a conflict or potential conflict of interest that might compromise Respondent s ability to successfully perform the proposed services or undermine the integrity of the competitive procurement process. UNO-CSN s officers, directors, agents, employees and family members are prohibited from engaging in any activity or transaction that conflicts with or appears to conflict with the interests of the Organization. Accordingly, Respondents must disclose any personal, professional or business relationship it has or has had with UNO-CSN, any of its employees, its Board members, or family members of UNO-CSN employees or Directors that could give rise to, or appear to give rise to, a conflict of interest. If any Respondent submitting a Bid has provided any services to UNO-CSN in researching, consulting, advising, drafting or reviewing this solicitation or any other services related to the preparation of this solicitation, such Respondent will be disqualified from further consideration. D. Contract Rescission Any material misstatements with respect to a conflict of interest or any other violation of UNO- CSN s procurement policy will result in a termination of any awarded contract. All Respondents submitting a Bid are hereby made aware that an awarded contract may be rescinded at any time based on any such material misrepresentation or violation of the procurement policy. Respondents agree that UNO-CSN shall not be liable for damages of any kind as a result of such termination and rescission, including without limitation compensatory damages, liquidated damages, punitive damages, or nominal damages. 9

E. Confidentiality Respondent may identify those portions of the Bid that contain trade secrets or other proprietary data that must remain confidential. If a Respondent includes data that is not to be disclosed to the public for any purpose or used by UNO-CSN for anything other than evaluation purposes, the Respondent must: 1. Mark the title page as follows: This IFB Bid includes trade secrets or other proprietary data ( data ) that may not be disclosed outside UNO-CSN and may not be duplicated, used or disclosed in whole or in part for any purpose other than to evaluate this Bid. The data subject to this restriction are contained in sheets (insert page numbers or other identification). 2. Mark each sheet or data to be restricted with the following legend: Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this Bid. A request for confidential treatment will not supersede the legal obligations imposed by state or federal laws. F. Governing Law and Forum Illinois law and rules govern this solicitation and any resulting contract. You must bring any action relating to this solicitation or any resulting contract in the appropriate court in Illinois. G. Award Notices UNO-CSN will post a notice to the UNO-CSN website identifying the apparent awardee(s). The notice extends the Bid Firm Time until we sign a contract or determine not to sign a contract. We may accept or reject your Bid as submitted, or may require contract negotiations. If negotiations do not result in an acceptable agreement, we may reject your Bid and begin negotiations with another Respondent to the IFB. H. Additional Conditions By submitting a Bid, it is understood that the entity submitting the selected Bid shall perform all services and functions required in this IFB. The services contemplated are professional in nature. It is understood that the selected entity must be of professional status, licensed to for all applicable professional discipline(s) requiring licensing, and in good standing with its state of incorporation, if applicable. Further, it is understood that all Bids that would require the submitting entity to hire or engage subcontractors to carry out the proposed services must clearly identify such subcontractors and the work they will perform. Please provide the name, address, and EIN of any known subcontractors. UNO-CSN will not refuse a Bid based upon the use of subcontractors. Subcontractors will be subject to the same standards, duties, and disclosures as the selected entity. 10

I. Contract Terms By submitting a response to this IFB, you are acknowledging that if your Bid is accepted by UNO- CSN, your Bid and related submittals may become part of a resulting contract. UNO-CSN will negotiate contract terms upon selection. J. Reservation of Rights UNO-CSN reserves the right to: 1. Reject any or all of the Bids, including the lowest price Bid; 2. Issue a subsequent IFB; 3. Withdraw the entire IFB; 4. Remedy errors in the IFB; 5. Waive informalities and irregularities in Bids; 6. Disqualify the Bid(s) upon evidence of collusion with intent to defraud or other illegal practices on the part of Respondent(s); 7. Terminate and rescind any resulting contract for the reasons set forth herein. 11