Home
Visit our Website at www.pacebus.com (Select Business
Contents
1. 1 IFB RFP Number 2 Name of Project 3 DBE Participant Company Name 4 Contractor Company Name 5 DBE Participant Address 6 DBE Participant Phone Number 7 DBE Participant Email Address 8 Date of IL UCP DBE Certification Letter 9 Description Type of Work In Detail o 10 Quantity Unit Price if Applicable 11 Dollar Amount of DBE Contract Total Sum Amount for Work or Extended Price for individual Quantity Items NOTE Specify Total Value 12 Grand Total of above Amount s and or Extended Price s 13 Phase if Applicable in Which Above Described Work Will Be Performed Subcontracting Levels O 14 of the dollar amount of the DBE s Subcontract will be sublet to DBE Contractors O 15 of the dollar amount of the DBE s Subcontract will be sublet to non DBE Contractors This is to disclose the of above named DBE participant s work to be further subcontracted to others DBE or non DBE not the DBE Participant s of work on the Contractor s contract is to be filled in witha Zero 0 if the above named DBE Participant will not be further subcontracting any of the work described in this Schedule B 16 Explanation and Description of the Work To Be Sublet if applicable 17 Printed Name Title of Owner President or Authorized Agent of DBE Company 18 Signature of Owner President or Authorized Agent of DBE Company 19 Date Signed If proposing to perform as a DBE non DBE Joint Venture 20 Compl
2. 28 Install MSL Tape Drive Add On Upgrade Service for tape library quoted on Line 27 HP catalog HA114A1 5DR If not available may quote direct replacement product HP catalog Or Equal with the salient characteristics listed in Exhibit C Specification O Equal Specify manufacturer and part number and provide technical literature Minimum quantity is 1 maximum quantity is 1 10 21 2014 Revision Exhibit A Page 17 of 26 29 3 Year 4Hr Hardware Support for tape library quoted on Line 27 HP catalog UF840E O fnot available may quote direct replacement product HP catalog Or Equal with the salient characteristics listed in Exhibit C Specification Equal Specify manufacturer and part number and provide technical literature Minimum quantity is 1 maximum quantity is 1 30 Data Protector Drive Ext HP catalog B6953AA O If not available may quote direct replacement product HP catalog Or Equal with the salient characteristics listed in Exhibit C Specification Equal Specify manufacturer and part number and provide technical literature Minimum quantity is 2 maximum quantity is 2 31 LTO 5 RW Ultrium or equal Data Cartridge HP catalog C7975A O fnot available may quote direct replacement product HP catalog Or Equal with the salient characteristics listed in Exhibit
3. a Dollar amounts of initial contribution b Dollar amounts of anticipated on going contributions 3 Contributions of equipment specify types quality and quantities of equipment to be provided by each venturer 4 Other applicable ownership interests including ownership options or other agreements which restrict or limit ownership and or control Provide copies of all written agreements between venturers concerning this project Identify each current Pacecontract and each contract completed during the past two 2 years by either of the joint venture partners participating in this joint venture VIII Control of and Participation in the Joint Venture Identify by name and firm those individuals who are or will be responsiblefor 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 B Authority to enter contracts on behalf of the joint venture 1 15 2014 Revision 19 SCHEDULE C AFFIDAVIT OF DBE NON DBE JOINT VENTURE C Signing co signing and or collateralizing loans D Acquisition of lines of credit E Acquisition and indemnification of payment and performance bonds F Negotiating and signing labor agreements G Management of
4. O fnot available may quote direct replacement product HP catalog Or Equal with the salient characteristics listed in Up 6 Exhibit C Specification to 32 Equal Specify manufacturer and part number and provide technical literature Minimum quantity is 16 maximum quantity is 32 Insight or equal Control Including lyr 24x7 Support and License HP catalog C6N28AAE O fnot available may quote direct replacement product HP catalog Up 7 Or Equal with the salient characteristics listed in o Exhibit C Specification 16 Equal Specify manufacturer and part number and provide technical literature Minimum quantity is 8 maximum quantity is 16 10 21 2014 Revision Exhibit A Page 8 of 26 Care Pack 3 Year 4 Hour 24x7 Hardware or equal support for server quoted on Line 1 HP catalog U4545E O fnot available may quote direct replacement product HP catalog 8 Or Equal with the salient characteristics listed in Exhibit C Specification Equal Specify manufacturer and part number and provide technical literature Minimum quantity is 8 maximum quantity is 16 Up to 16 SUBTOTAL FOR GROUP A 10 21 2014 Revision GROUP B BUSINESS SERVERS Exhibit A Page 9 of 26 Item Description Qty Unit Cost Total DL ProLiant DL360e Gen8 Business Server includ
5. port e VGA 1 port Height 1 7 Width 17 Depth 16 7 Warranty 3 Year Limited Warranty Exhibit C Page 22 of 34 Group F Printers LaserJet Enterprise P3015dn or equal Printer listed on Line 40 of the Price proposal shall have the following salient characteristics Functions Printer Connectivity Technology Wired Printing Output Type Monochrome Printing Technology Laser Print speed Up to 42 ppm letter Document delivery speed First page out as fast as 7 5 seconds from Ready 16 seconds from Sleep Print resolution FastRes 1200 ProRes 1200 Up to 1200 by 1200 dpi Control panel 4 line LCD display 3 LED indicator lights Ready Data Attention buttons 10 numeric keys Information Return Stop Cancel OK Toggle up down Processor 540 MHz Memory 128 MB expandable to 640 MB Durability ratings Duty cycle up to 100 000 pages Paper Input 100 sheet multipurpose tray 1 500 sheet tray 2 Paper Output 250 sheet top output bin 100 sheet rear output bin Two sided printing Automatic Media Types Paper bond color letterhead plain preprinted prepunched recycled rough envelopes labels cardstock transparencies user defined Min Max H Document Size 3 in 8 5 in Min Max V Document Size 5 in 14 in Min Max Media Weight 60 g m 200 g m Media Handling 100 sheet multipurpose tray 500 sheet input trays Tray 1 Letter legal executive envelopes custom sizes 3 by 5 in to 8 5 by 14 in Tra
6. 2 LAN Gigabit Ethernet Audio line out line in PS 2 Keyboard e PS 2 Mouse e Service e Support Details Full Contract Period 3 years e Support Details Location On site e Support Details Service Included Parts and labor e Support Details Type Limited warranty e Chassis e Form Factor Tower e Main Board e Chipset Type Q87 Express Exhibit C Page 17 of 34 EliteBook Folio 9480m or equal Notebook listed on Line 35 of the Price proposal shall have the following salient characteristics Operating System e Windows 7 Professional or equal 64 bit system Display Diagonal Size 14 in Main Feature HD anti glare Resolution Abbreviation HD Image Aspect Ratio 16 9 LCD Backlight Technology LED backlight e Max Resolution 1366 x 768 resolution Processor e Type 15 4310U Processor or equal Dual Core 2GHz processor with 3MB L3 cache e Number of Cores Dual Core e Clock Speed 2GHz with Turbo Boost Technology 2 0 2 7GHz e Socket Type BGA 1023 Main Board e Chipset Mobile QM77 Express Chipset RAM Configuration Features 1 x 4 GB Empty Slots 1 Form Factor SO DIMM 204 pin Installed Size 4 GB Max Supported Size 16 GB Memory Specification Compliance PC3 12800 Memory Speed 1600 MHz Slots Qty 2 Technology DDR3 SDRAM Internal Storage e 256GB SSD Self Encrypting Graphics e HD Graphics 4400 Camera e 1280x720 Webcam Optical Drive Bay e Optical drive not included Networking e Wired NIC Intel I218 LM e Wire
7. Up to 600 sheets 500 in the face down bin 100 in rear face up door Maximum Up to 1 100 sheets Rear face up door up to 100 sheets Top output bin up to 500 sheets 5 bin mailbox up to 500 sheets Duplex Print Options Automatic standard Exhibit C Page 29 of 34 e Media Types Paper bond color letterhead plain preprinted prepunched recycled rough light envelopes labels cardstock transparencies shelf edge labels user defined e Media Sizes Multipurpose tray 1 100 sheet input tray 3 x 5 to 8 5 x 14 in Tray 2 3 500 sheet input tray 5 83 x 8 27 to 8 5 x 14 in e Media Weight Multipurpose tray 1 16 to 53 1b Tray 2 3 16 to 32 lb e Interfaces 1 Hi Speed USB 2 0 1 Gigabit Ethernet 2 External Host USB 1 walk up and 1 external accessible 2 internal Host USB 2 0 like ports for 3rd party connection 1 Hi Speed USB 2 0 HIP for 3rd party connection e Network Capabilities Via Jetdirect 10 100 1000Base TX Ethernet embedded print server standard 802 3az EEE IPsec standard 802 11b g n wireless networking optional e Network Protocols IPv4 IPv6 Apple Bonjour Compatible Mac OS v10 2 4 or higher NMPv1 v2c v3 HTTP HTTPS FTP TFTP Port 9100 LPD WS Discovery IPP Secure IPP IPsec Firewall IPv6 DHCPv6 MLDv1 ICMP v6 IPv4 Auto IP SLP Telnet IGMPv2 BOOTP DHCP WINS IP Direct Mode WS Print Other NetWare NDS Bindery NDPS ePrint e Security Management security SNMPv3 SSL
8. or between places outside the U S The Contractor agrees to comply with 49 U S C 40118 the Fly America Act in accordance with the General Services Administration s regulations at 41 CFR Part 301 10 which provide that recipients and sub recipients of Federal funds and their Contractors are required to use U S Flag air carriers for U S Government financed international air travel and transportation of their personal effects or property to the extent such service is available unless travel by foreign air carrier is a matter of necessity as defined by the Fly America Act The Contractor shall submit if a foreign air carrier was used an appropriate certification or memorandum adequately explaining why service by a U S flag air carrier was not available or why it was necessary to use a foreign air carrier and shall in any event provide a certificate of compliance with the Fly America requirements The Contractor agrees to include the requirements of this section in all subcontracts that may involve international air transportation Surface Transportation Assistance Act Buy America The Buy America requirements apply to the following types of Contracts Construction Contracts and Acquisition of Goods or Rolling Stock valued at more than 100 000 The Buy America requirements flow down from FTA recipients and sub recipients to first tier Contractors who are responsible for ensuring that lower tier Contractors and subcontractors are in complia
9. 15 Insight or equal Control Including lyr 24x7 Support and License HP catalog C6N28AAE O fnot available may quote direct replacement product HP catalog Or Equal with the salient characteristics listed in Exhibit C Specification Equal Specify manufacturer and part number and provide technical literature Minimum quantity is 3 maximum quantity is 6 Up to 10 21 2014 Revision Exhibit A Page 12 of 26 Care Pack 3 Year 4 Hour 24x7 Hardware or equal support for server quoted on Line 14 HP catalog U4481E If not available may quote direct replacement product HP catalog Up to 16 Or Equal with the salient characteristics listed in Exhibit C Specification O Equal Specify manufacturer and part number and provide technical literature Minimum quantity is 3 maximum quantity is 6 SUBTOTAL FOR GROUP C 10 21 2014 Revision GROUP D BUSINESS SERVERS Exhibit A Page 13 of 26 Item Description Qty Unit Cost Total StoreOnce 4500 or equal 24TB backup Business Server HP catalog BB878A Ifnot available may quote direct replacement product HP catalog Up 17 Or Equal with the salient characteristics specified in tO Exhibit C Specification 2 O Equal Specify manufacturer and part number and provide technica
10. Pace will raise the question of whether with additional reasonable efforts the apparent successful bidder could have committed to the goal If the apparent successful bidder fails to commit to the goal but meets or exceeds the average DBE participation obtained by other bidders Pace may view this in conjunction with other factors as evidence that the apparent successful bidder made good faith efforts The DBE Liaison Officer for Pace is responsible for determining whether a bidder has properly committed to meet the DBE goal and whether a bidder who has not committed to meeting the goal has documented good faith efforts in order to be responsive Pace must be satisfied that all information is complete and accurate and adequately documents the bidder s good faith efforts before Pace commits to the performance of the contract by the successful bidder RECONSIDERATION In accordance with 49 CFR 26 53 d if Pace determines that a bidder is not responsive because it has not committed to meeting the contract goal or has not documented sufficient good faith efforts it will notify the bidder in writing and the bidder will have five 5 business days after receipt of this notification to request administrative reconsideration The bidder must make this request in writing to the following Pace Reconsideration Official General Counsel Pace Suburban Bus 550 W Algonquin Road Arlington Heights IL 60005 The Reconsideration Official will not hav
11. Technical Support 1 Year for the server listed on Line 17 of the Price proposal shall have the following salient characteristics Compatibility Mac PC Unix Model Software Enterprise or equal Standard Support Packaged Quantity 1 Support Full Contract Period 1 year Support Details Full Contract Period 1 year Service Availability 24 hours a day 7 days a week Service Included Phone consulting Type Technical support Service Availability Days a Week Monday Sunday Service Availability Hours a Day 24 hours a day Service Type Phone consulting Service Type Web knowledge base access Service Type New releases update Care Pack Software Enterprise Standard Support Advance Backup 10TB 1 Year listed on Line 21 of the Price proposal shall have the following salient characteristics Compatibility Mac PC Unix Model Software Enterprise or equal Standard Support Packaged Quantity 1 Service Support Full Contract Period 1 year Support Details Full Contract Period 1 year Service amp Support Service Availability 24 hours a day 7 days a week Service Included Phone consulting Type Technical support Service amp Support Details Service Availability Days a Week Monday Sunday Service Availability Hours a Day 24 hours a day Exhibit C Page 11 of 34 Service Type Phone consulting Service Type Web knowledge base access Service Type New releases update License Qty 10 TB capacity License Ty
12. arise out of and in the course of performance of this Contract Any and all claims for unemployment benefits and worker s compensation benefits are expressly waived by the Contractor its subcontractors employees and independent contractors who agree to maintain separate policies of insurance as hereinafter are provided in this agreement The Contractor shall retain independent counsel and at its expense shall assume and defend all claims demands and suits covered in this indemnification section 9 Payment Invoicing Pace is to be billed in duplicate All invoices are to reference the contract number description of services location services were rendered part number quantity shipped unit prices and extensions The Contractor shall provide a detailed listing in an invoice or series of invoices of all equipment furnished to Pace as part of this Contract All equipment should be itemized with corresponding model and serial numbers where applicable The itemized listing should be provided on an invoice with the shipment date and delivery location indicated If the Contractor s invoices are billed as progressive or acceptance payments any equipment shipped to Pace during that billing period must be itemized on an invoice with the associated cost for each item If equipment is provided and shipped to Pace by a subcontractor the Contractor is responsible for obtaining and submitting the itemized listing of equipment that is shipped to Pace Th
13. letterhead plain preprinted prepunched recycled rough envelopes labels cardstock transparencies user defined Min Max H Document Size 3 in 8 5 in Min Max V Document Size 5 in 14 in Min Max Media Weight 60 g m 199 g m Media Handling 100 sheet multipurpose tray 500 sheet input trays Tray 1 Letter legal executive envelopes custom sizes 3 by 5 in to 8 5 by 14 in Trays 2 and 3 letter legal executive custom sizes 4 1 by 5 8 in to 8 5 by 14 in Weights Tray 1 straight through paper path for special media 16 to 53 lb bond Trays 2 and 3 Automatic two sided printing unit 16 to 32 lb bond Exhibit C Page 24 of 34 Media Sizes 3 in x 5 in Executive 7 25 in x 10 5 in Legal 8 5 in x 14 in Letter A Size 8 5 in x 11 in Connectivity Interfaces Jetdirect 10 100 1000 Ethernet embedded print server 1 front panel Hi Speed Host USB 2 0 1 EIO slot 1 Hi Speed Device USB 2 0 for direct connection to printer 2 internal Host USB 2 0 Client operating systems Microsoft Windows 2000 SP4 XP Home XP Professional Vista Vista x64 Server 2003 Server 2008 Mac OS X v10 4 or higher Novell NetWare Red Hat Linux 7 x or higher SuSE Linux 8 x or higher Network operating systems Microsoft Windows 2000 Server 2003 Server 2008 XP Home XP Professional Vista 2003 64 bit 2008 64 bit XP 64 bit Vista 64 bit For IPv6 compatible with Windows 2003 XP Vista and Server 2008 Novell 5 1 or higher Mac OS X v10 2 v10 3
14. supplies or fees or transportation charges for the delivery of materials or supplies required on a job site toward DBE goals provided Pace determines the fees to be reasonable and not excessive as compared with fees customarily allowed for similar service Pace will not count any portion of the cost of the materials and supplies themselves toward DBE goals however 8 Pace will not count toward its overall goal the dollar value of work performed under a contract by a firm after it has ceased to be certified 9 Pace will not count the participation of a DBE subcontractor toward the Contractor s DBE achievements or Pace s overall goal until the amount being counted toward the goal has been paid to the DBE GOOD FAITH EFFORTS In order to be responsive a bidder must make good faith efforts to meet Pace s DBE goal in either of two ways The bidder must either 1 document how it will meet the full goal by completing and signing Schedule A or C if a joint venture or 2 document its attempt to meet the goal through detailed corroborating evidence i e demonstrate that it took all necessary and reasonable steps which by their scope intensity and appropriateness to the objective could reasonably be expected to obtain sufficient DBE participation even if the bidder was not fully successful Pace will make a fair and reasonable judgment whether a bidder that did not meet the goal made adequate good faith efforts Pace will consider the qua
15. 13 in statement executive Automatic two sided printing letter legal executive Paper Weights Multipurpose tray 16 to 58 1b 500 sheet input trays automatic two sided printing 16 to 32 lb plain paper 28 to 58 lb glossy paper Paper Types Paper plain light bond recycled mid weight heavy mid weight glossy heavy glossy extra heavy extra heavy glossy cardstock card glossy preprinted prepunched colored rough color transparency labels letterhead envelope opaque film user defined Interfaces Hi Speed USB 2 0 port RJ 45 port 10 100 1000 Base TX EIO slot Network capabilities Via Jetdirect 10 100 1000 Base TX Ethernet embedded print server standard IPsec standard SNMP3 802 1x wireless optional TC IP support optional Operating systems Works with Windows 7 Home Basic Windows 7 Home Premium Windows 7 Professional Windows 7 Enterprise Windows 7 Ultimate Windows 7 x64 Windows Vista Windows Vista Premium Windows XP Professional Windows XP Home Windows Server 2003 Windows Server 2003 32 64 bit Windows Server 2008 Windows XP Professional x64 IPv6 only supported on Windows 2003 Windows XP Professional and Windows XP Home IPsec on IPv4 only on Windows 2003 Windows XP Professional and Windows XP Home Novell NetWare 5 1 or higher Mac OS X v 10 3 or higher SAP Linux see www hplip net Red Hat Linux 7 x or higher SuSE Linux 8 x or higher HP UX 10 20 11 x 11 1 Solaris 2 5 or higher SPA
16. 2 4 1 x 5 8 to 8 5 x 14 in 105 x148 to 216 x 356 mm Network Compatible Operating Systems Full software installs supported on Microsoft Windows 7 32 bit and 64 bit Windows Vista 32 bit and 64 bit Windows XP 32 bit SP2 or higher Driver only installs supported on Microsoft Windows Server 2008 32 bit and 64 bit Windows Server 2003 32 bit SP3 or higher Mac OS X v 10 5 v 10 6 v 10 7 Linpus Linux 9 4 9 5 Red Hat Enterprise Linux 5 0 6 0 OpenSuSE 11 3 11 4 Fedora 14 15 Ubuntu 10 04 10 10 11 04 Debian 5 0 6 0 and HPUX11i Minimum System Requirements PC Microsoft Windows 7 32 bit 64 bit Windows Vista 32 bit 64 bit 1 GHz 32 bit x86 or 64 bit x64 processor 1 GB RAM 32 bit or 2 GB RAM 64 bit 400 MB hard disk space CD ROM DVD ROM or Internet USB or Network port Windows XP32 SP2 32 bit Pentium 233 MHz processor 512 MB RAM 400 MB hard disk space CD ROM DVD ROM or Internet USB or Network port Mac Mac OS X v 10 5 v 10 6 v 10 7 PowerPC G4 G5 or Intel Core Processor 500 MB hard disk CD ROM DVD ROM or Internet USB or Network Fonts and Typefaces 84 scalable TrueType fonts Control Panel 2 line backlit LCD graphic display buttons OK Menu Cancel Back LED indicator lights Attention Ready Display 2 line LCD text and graphics Power supply type Built in power supply Power requirements Input voltage 110 to 127 VAC 4 10 50 60 Hz 2 Hz Power Consumption 570 watts Pri
17. 5 x 13 12 x 18 Statement 4 x 6 Index card 5 x 7 Index card 5 x 8 Index card 3 x 5 index card Envelopes 9 10 MONARCH B5 C5 C6 DL Tray 2 Letter Letter R Legal Executive Ledger 11 x 17 8 5 x 13 Tray 3 4 5 Letter Letter R Legal Executive Ledger 11 x 17 8 5 x 13 12 x 18 Compatible operating systems Windows 8 32 bit 64 bit Windows 7 32 bit 64 bit Windows Vista 32 bit 64 bit Windows XP SP2 or higher 32 bit 64 bit Windows Server 2012 64 bit Windows Server 2008 32 bit 64 bit Windows Server 2008 R2 64 bit Windows Server 2003 SP1 or higher 32 bit 64 bit Mac OS X version 10 6 8 10 7 5 Lion 10 8 Mountain Lion Control panel 4 3 in 10 9 cm color LCD with touchscreen rotating adjustable angle display Illuminated Capacitive Home button for quick return to the Home menu Easy Access USB Hardware Integration Pocket Power supply type Built in power supply Power supply required 110 volt input voltage 115 to 127 VAC 4 10 60 Hz 2 Hz 10 5 A 220 volt input voltage 220 to 240 VAC 4 10 50 Hz 2 Hz 5 5 A Not dual voltage power supply varies by part number with Option code identifier Power consumption 950 watts Printing 60 watts Ready 7 0 watts Sleep 1 watt Auto Off Security management Advanced Security Management security SNMPv3 SSL TLS HTTPS WPA2 Enterprise 802 1X Authenitication EAP PEAP EAP TLS IPSec Firewall with Kerberos Certificate and
18. C Specification Equal Specify manufacturer and part number and provide technical literature Minimum quantity is 100 maximum quantity is 200 Up to 200 10 21 2014 Revision Exhibit A Page 18 of 26 LTO 5 RW Bar Code Labels 100 pack HP catalog Q2011A O fnot available may quote direct replacement product HP catalog Or Equal with the salient characteristics listed in 32 Exhibit C Specification Equal Specify manufacturer and part number and provide technical literature Minimum quantity is 1 maximum quantity is 1 SUBTOTAL FOR GROUP D 10 21 2014 Revision Exhibit A Page 19 of 26 GROUP E Desktops Laptops All in One Tablets Monitors Switches and Rackmount Keyboard Monitor O Equal Specify manufacturer and part number and provide technical literature Minimum quantity is 20 maximum quantity is 22 Item Description Qty Unit Cost Total EliteOne 800G1 All in One or equal Desktop PC HP catalog GSR41UT ABA O Ifnot available may quote direct replacement product HP catalog 33 Or Equal with the salient characteristics specified in Up Exhibit C Specification to 50 O Equal Specify manufacturer and part number and provide technical literature Minimum quantity is 20 maximum quantity is 50 EliteDesk 800 G1 Core i5 or e
19. C pace Visit our Website at www pacebus com Select Business Opportunities To Download this Bid Review Current Active In Process Bids INVITATION FOR BIDS SEALED BIDS will be received by Pace s Purchasing Department 550 West Algonquin Road Arlington Heights Illinois 60005 until 2 00 PM on the day s indicated below at which time and place all such bids will be opened and read aloud for the purpose of purchasing the following materials or service DESCRIPTION OPENING DATE IFB No 413364 December 22 2014 Blanket Contract for IT Hardware This procurement project may be funded in major part by the U S Department of Transportation Federal Transit Administration FTA and the Illinois Department of Transportation IDOT and or the Regional Transportation Authority RTA pursuant to financial assistance agreements with said agencies All bids must be only in the form prescribed by Pace and must be made in accordance with this Invitation for Bids and other Contract Documents all of which are on file available for examination at the office of Pace at the above address and are made a part of this notice as though fully set forth herein Copies of these documents can be obtained by downloading them from Pace s website www pacebus com They may also be obtained upon written request to the Pace Purchasing Department 550 W Algonquin Road Arlington Heights IL 60005 or by calling 847 228 4238 Pace reserves the right
20. EE A EEE E EE E EE dopuisesactanceddd ed EE E EEE EETA OET 3 o OA EIn AITA TEIT t R a E EEA cis oie E E ee ah eee aes E A E ee E nae ed 3 Te PRICE Waranty ninien a EE E E E teeth el coe E E A A E EE E E 3 8 Payment eerren E EA ETE AA EE E E E E ETE E E EEE E E E E 3 9 Processing Data Between Years and C nt rieS sssiriiiin n e a s e S SEE E E N SaS 3 102 Regul tory Complacer eesse eres eee ee A ied Se ee see AOS aaa Se 8 eae E i 3 11 Equal Employment Opportunity svs senere ph ia A E E A R E E ES 4 12 Disadvantaged Business Enterprise a a aaa a a e oO AAEE a a EE EE EEE e aaraa AIRE 4 DBE R sponsiveness R g irementS no s spern nra aaae a ead deca E elas E REE E A ee E ada paise 4 DBE Responsibility ReguirementSis eenaa a a A E E E E T EE Ee EEE Eee 4 Calculating DBE Participations resni rasne sacs irene NENEA EEE nA KEETE TAS Ved ekg Vi SENATE EE E e Na 5 Good Faith E OT S n cose Mgt at a tine AA Baas A a cla cae need a a a a aa ad Mt 8 Reconsideration cerr ane eN Er a A E aa RE EETA N EAN OAA N OEN Aae NEE ENE TN AN SE 9 Document Requirements nnee eao E ONE Ee DEESIE EEES EE E RE Metta EEEE E EEES ES EESTE SEEE 10 Schedule A Checklist semirdi Meh ia be aes ee Ed es ae Ge hea 13 Schedule A Summary of DBE Participation 0 ccc cece cece eee eee enn nen ene een Eee EEE eee nea ee tte 14 Schedule B Checklist 4 ivccsesatederades Romsaanetdacoradia bind at es MAedancacdege nan cde dd aa a a a da sydanendease daneeay seas 15 Sch
21. F R Part 31 apply to its actions pertaining to this Project Upon execution of the underlying Contract the Contractor certifies or affirms the truthfulness and accuracy of any statement it has made it makes it may make or causes to be made pertaining to the underlying Contract or the FTA assisted project for which this Contract work is being performed In addition to other penalties that may be applicable the Contractor further acknowledges that if it makes or causes to be made a false fictitious or fraudulent claim statement submission or certification the Federal Government reserves the right to impose the penalties of the Program Fraud Civil Remedies Act of 1986 on the Contractor to the extent the Federal Government deems appropriate 2 The Contractor also acknowledges that if it makes or causes to be made a false fictitious or fraudulent claim statement submission or certification to the Federal Government under a Contract connected with a project that is financed in whole or in part with Federal assistance originally awarded by FTA under the authority of 49 U S C 5307 the Government reserves the right to impose the penalties of 18 U S C 1001 and 49 U S C 5307 n 1 on the Contractor to the extent the Federal Government deems appropriate 3 The Contractor agrees to include the above two clauses in each subcontract financed in whole or in part with Federal assistance provided by FTA It is further agreed that the c
22. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency a Member of Congress an officer or employee of Congress or an employee of a Member of Congress in connection with this Federal Contract grant loan or cooperative agreement the undersigned shall complete and submit Standard Form LLL Disclosure Form to Report Lobbying in accordance with its instructions The Standard Form LLL shall be submitted to the Pace Legal Department Attn General Counsel who pursuant to federal regulations will submit the form s to the Federal Transit Administration 1 15 2014 Revision 29 10 11 12 14 Exhibit B Audit Applicable to all Contracts greater than 3 000 The Contractor shall permit the authorized representatives of Pace IDOT FTA RTA and the Comptroller General of the United States to inspect and audit all work materials data and records of the Contractor relating to performance under the Contract Federal Changes The Federal Changes requirement applies to all Contracts greater than 3 000 The Contractor shall at all times comply with all applicable FTA regulations policies procedures and directives including without limitation those listed directly or by reference in the FTA Master Agreement available from the FTA website between Pace and FTA as they may be amended or promulgated from time to time durin
23. Liaison Officer directly in writing or through the contractor if the joint venture is a subcontractor Name of DBE Partner Fim y Name of Non DBE Partner Firm Signature of Affiant Signature of Affiant Name and Title of Affiant Type of Prin Name and Title of Affiant Type of Print Date Date 1 15 2014 Revision 22 13 14 15 16 17 18 19 20 21 Exhibit B Disclosures The Contractor shall not use or disclose any data designs or other information belonging to or supplied by or on behalf of Pace unless expressly authorized in writing by Pace Upon Pace s request such data designs or other information and any copies thereof shall be returned to Pace Where Pace s data designs or other information are furnished to the Contractor s suppliers for procurement of supplies by the Contractor for use in the performance of Pace Contracts the Contractor shall insert the substance of this provision in its Contract Non Collusion In submitting a signed price proposal to Pace the Contractor warrants and represents that it has not paid and agrees not to pay any bonus commission fee or gratuity to any employee or official of Pace or to any other Contractor for the purpose of obtaining this Contract Conflict of Interest Members of the Board officers and employees of Pace their spouses their children their parents their brothers and sisters and their children are prohibited from having or acquiring any Contr
24. Processor e Type i5 4300U Processor or equal Dual Core 1 9GHz processor with 3MB L3 cache e Clock Speed 1 9 GHz e Generation 4 Max Turbo Speed 2 9 GHz Number of Cores 2 Main Features Turbo Boost Technology 2 0 Cache Memory 3MB L3 cache RAM e Installed Size 4GB e Memory Speed 1600 MHz e Memory Specification Compliance PC3 12800 e Technology DDR3 SDRAM Storage Hard Drive e Capacity 128GB e Interface Type Serial ATA 600 e Type SSD e SSD Form Factor M 2 Interface Provided e USB 3 0 2 DisplayPort LAN Headphone microphone combo jack Dock Video graphics e HD Graphics 4400 Integrated camera e 720p HD Webcam e Support Capture Resolutions 1280 x 720 Audio e Input Stereo microphone e Output DTS Studio Sound High Definition Audio Pointing Device e TouchPad Backlit Keyboard Wireless LAN e 802 1 labgn ac 2x2 BT Mobile Broadband e 1t4111 LTE EV DO HSPA Gobi 4G Module Bluetooth e Bluetooth Wireless Technology 4 0 Security e TPM Battery e 6 cell 44 WHr Lithium Ion battery Exhibit C Page 20 of 34 e Main Board e Chipset Type Q87 Express e Warranty e Elite Support with limited 3 year standard parts and labor warranty 3 3 0 e Environmental Standards e ENERGY STAR Qualified Yes e EPEAT Compliant Yes e EPEAT Level EPEAT Gold Pavilion or equal 25xi 25 inch IPS Display listed on Line 37 of the Price proposal shall have the following salient characteristics e Displ
25. SVC listed on Line 24 of the Price proposal shall have the following salient characteristics Exhibit C Page 12 of 34 e Service Name Care Pack or equal Installation Service e Product Type Service e Service Main Type Installation Startup StoreOnce Backup System or equal SVC Technical Installation Startup listed on Line 25 of the Price proposal shall have the following salient characteristics Service Name Backup or equal System Service Product Type Service Service Main Type Technical Service Sub Type Electronic and Physical Service Description 24 x 7 Service Availability Days 7 Service Availability Hours 24 Provided Support Phone Support Service Type Technical 1Y Proactive Select 10 Credit or equal SVC listed on Line 26 of the Price proposal shall have the following salient characteristics Provided Support Repair Service Duration 1 Year Service Location On site Service Main Type Maintenance Service Sub Type Physical Service Characteristic Parts amp Labor Storageworks MSL 8096 or equal Tape Library and Tapes listed on Line 27 of the Price proposal shall have the following salient characteristics Product Type Tape Library Number of Cartridge Slots 96 Native Storage Capacity 144 TB Compressed Storage Capacity 288 TB Compressed Ratio 2 1 Drive type LTO 5 Ultrium 3280 4 Included Number of drives 4 Included Transfer rate 4 0 TB hr compressed 2 1 Encryption Capability AES 256 bit
26. and Office of Inspector General of Pace have the authority and ability to examine any record information data reports plans projections matters contracts correspondence or other materials and interview any employee officer or agent of Contractor with respect to performance of the terms and provision of goods and or services of this contract Contractor agrees to cooperate fully and expeditiously with any investigation or audit conducted by an Inspector General 13 Termination for Insufficient Funds It is expressly agreed that Pace s obligation to pay for the services provided under this Contract shall be limited to the availability of funds from 1 Pace s revenues and budget for the fiscal years covered by this Contract and from 2 funds that may be received from the Federal Transit Administration the Illinois Department of Transportation the Regional Transportation Authority and or other funding agencies to be specifically applied for the services provided under this Contract In the event that Pace determines that funds are not available from these sources to pay any remaining unpaid part or parts of the Contract Pace s obligations to pay such unpaid part or parts of the Contract shall be terminated immediately and Pace shall have no further obligations under the Contract in respect to payment with the exception of payment for authorized services already performed and costs already accrued 14 Exhibits The following Exhi
27. bidder might otherwise prefer to perform these work items with its own forces C Providing interested DBEs with adequate information about the plans specifications and requirements of the contract in a timely manner to assist them in responding to a solicitation D Negotiating in Good Faith with interested DBEs 1 Itis the bidder s responsibility to make a portion of the work available to DBE subcontractors and suppliers and to select those portions of the work or material needs consistent with the available DBE subcontractors and suppliers so as to facilitate DBE participation Evidence of such negotiation includes a the names addresses and telephone numbers of DBEs that were considered b adescription of the information provided regarding the plans and specifications for the work selected for subcontracting c evidence as to why additional agreements could not be reached for DBEs to perform the work 1 15 2014 Revision Exhibit B 2 A bidder using good business judgment would consider a number of factors in negotiating with subcontractors including DBE subcontractors and would take into consideration a firm s price and capabilities as well as contract goals The fact that there may be some additional costs involved in finding and using DBEs however is not in itself sufficient reason for a bidder s failure to meet the contract DBE goal as long as such costs are reasonable Also the ability or desire of a bidder to perform the w
28. demotion transfer recruitment advertising layoff termination rates of pay or other forms of compensation and selection for training including apprenticeship If the Contractor is required to file an Affirmative Action Plan with any federal state or local agency the Contractor assures Pace that it is in full compliance with such filing requirements The Contractor agrees to comply with all provisions of the Illinois Human Rights Act 775 ILCS Title 5 as now or hereafter amended and with all rules regulations and guidelines on discrimination in employment as now or hereafter promulgated thereunder All such provisions rules resolutions and guidelines including but not limited to Article VI Equal Opportunity Clause of the Rules and Regulations of the Department of Human Rights are hereby incorporated into the Contract by reference Disadvantaged Business Enterprise Compliance Requirements Pursuant to Federal regulations for Disadvantaged Business Enterprise DBE programs Contractor agrees to the following DBE assurances and agrees to include this clause in all subcontracts The Contractor shall not discriminate on the basis of race color national origin or sex in the performance of this contract The Contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of DOT assisted contracts Failure by the Contractor to carry out these requirements is a material breach of this contract which
29. equal control software including lyr 24x7 Support and License listed on Line 7 of the Price proposal shall have the following salient characteristics Bundle Support Plus 1 Year 24x7 Support Service Type New releases update Service Availability Days a Week Monday Sunday Service Availability Hours a Day 24 hours a day Service Type Phone consulting Distribution Media Method Electronic Platform Supported PC Operating System Supported Windows License Type License License Quantity 1 License Care Pack or equal 3 Year 4 Hour 24x7 Hardware support listed on Line 8 of the Price proposal shall have the following salient characteristics 3 years onsite hardware support Service enhancement above standard warranty Repair at your site home or office Fixed cost of ownership Includes parts labor and travel at no extra cost No additional charges or surprises Service and support direct from manufacturer Duration 3 years Response time 4 hours Service time days x hours 7x24 On site support Yes Compatibility Support for ProLiant DL380 or equal business server quoted by the Contractor on Line 1 of the Price Proposal Exhibit C Page 4 of 34 Group B Business Servers Business Servers listed on Line 9 of the Price proposal shall have the following salient characteristics e Qty 2 E5 2430 or equal 6 core 2 2 GHz processors with 15MB L3 cache per server e Qty 1 Smart Array P420 1GB FBWC storage controller p
30. extension of time for completion of the Contract Pace shall examine the request and determine if the Contractor is entitled to an extension Pace shall notify the Contractor of the decision in writing SECTION B GENERAL TERMS AND CONDITIONS Delivery It is understood and agreed that time of delivery is of the essence of this Contract If the Contractor is delayed in the delivery of goods or services purchased under the Contract by a cause beyond his control he must immediately upon receiving knowledge of such delay give written notice to Pace and request an extension of time for completion of the Contract Pace shall examine the request and determine if the Contractor is entitled to an extension Pace shall notify the Contractor of the decision in writing 1 15 2014 Revision 2 10 Exhibit B Entire Agreement This Contract contains the entire agreement of the parties It may not be modified or terminated orally and no claimed modification termination or waiver shall be binding on Pace unless in writing signed by the Department Manager of Purchasing or his duly authorized representative No modification or waiver shall be deemed effected by the Contractor s acknowledgment or confirmation containing other or different terms All titles to clauses contained in this Contract are for identification only and shall not be construed as being a substantive part of the agreement The Section headings contained in this Contract are for convenienc
31. furnish the item so identified or shall furnish an equal unless specified elsewhere in the bid documents The specific article equipment or material mentioned shall be understood as establishing the type function and minimum standard of design efficiency quality and performance desired and shall not be construed in such a manner as to exclude manufacturer s products of comparable design efficiency quality and performance Bid quotations on other makes or catalog numbers will be considered for current or future purchases provided the Contractor clearly states that an equal is proposed and he furnishes sufficient information with his bid to determine compliance Failure to provide technical information or product literature brochures with your bid proving equivalence for any proposed equal products quoted shall result in a non responsive bid determination by Pace 10 21 2014 Revision Exhibit A Page 2 of 26 5 Delivery Pace will place orders for equipment on this contract on an as needed basis throughout the one year contract term Delivery of an order shall be complete within thirty 30 calendar days upon receipt of a telephoned or e mailed order Delivery charges and all other charges must be included in the Price Proposal No additional charges will be allowed for delivery The specified items shall be delivered to Pace Headquarters 550 W Algonquin Road Arlington Heights IL 60005 6 Pace DBE Requirements Pace has dete
32. may result in the termination of this contract or such other remedy as Pace deems appropriate PACE HAS SET A GOAL OF _0_ DBE PARTICIPATION FOR THIS CONTRACT DBE RESPONSIVENESS REQUIREMENTS In order to be considered responsive a bidder must make good faith efforts to meet the goal for Disadvantaged Business Enterprise DBE participation in this contract The bidder must comply with Paragraphs A and B below and submit all documentation with submittal of the bid If the bidder fails to do so its bid may be deemed non responsive and may be rejected A Properly completing and signing Schedule A Summary of DBE Participation Schedule A is a list of all DBE subcontractors their scope of work to be performed and dollar amount of participation of each DBE subcontractor ANY DBE s LISTED ON SCHEDULE A MUST BE DBE CERTIFIED BY THE ILLINOIS UNIFIED CERTIFICATION PROGRAM IL UCP AT THE TIME OF THE BID OPENING B Properly complete Schedule B Confirmation of Proposed DBE Participation of this Exhibit Schedule B must list the name of the DBE subcontractor a detailed description of DBE s scope of work and dollar amount of participation of each and only each DBE that will participate in this contract If the bidder is itself a DBE the DBE bidder must indicate on Schedule B what scope of work its forces will actually perform outside of the work of any subcontractor and the dollar amount of that work If this amount does not satisfy the DBE
33. of its intent to request to terminate and or substitute and the reason for the request The DBE firm will have five 5 working days or less if required by public necessity to respond to the Contractor s notice and advise the DBE Liaison Officer and the Contractor of the reasons if any why it objects to the proposed termination of its subcontract and why Pace should not approve the Contractor s action In the situation where the DBE s work scope has been modified by Pace the Contractor must immediately notify Pace s Project Manager and Pace s DBE Liaison Officer to discuss a revised Commitment to DBE Participation These provisions apply to post award terminations and pre award deletions of or substitutions for DBE firms put forward by offerors in negotiated procurements E Inspections and Records 1 Pace may with or without notice periodically conduct on site visits of any contract performance site or the place of business of any Contractor or DBE subcontractor from time to time during the course of a contract to ensure compliance with the requirements set forth in Pace s contracts The DBE department may be assisted by other Pace staff and shall be entitled to reasonable access to facilities personnel and records related to the compliance plan 2 Pace may require verification of any commitment represented to us in connection with the Contractor s use of DBE businesses in the performance of this contract 3 Pac
34. per occurrence of providing professional services Content Media Liability Personal and advertising injury and per occurrence intellectual property infringement arising out of media content created produced or disseminated by the insured contractor Network Security Liability Breaches in network security or 1 000 000 per occurrence unauthorized access events Privacy Liability Wrongful disclosure of confidential 1 000 000 per occurrence information xX The Contractors Other Insurance policy clause shall be shown on the Certificate of Insurance with the following wording This insurance is primary non contributory and not excess of any other insurance of Pace 1 8 14 Revision Exhibit D Page 3 of 3 Notice of Cancellation on all Policies The Insurer and or Agent Broker shall endeavor to provide the written notice of cancellation to Pace s Insurance Manager 10 days prior to the effective date of cancellation Failure to do so shall impose no obligation or liability of any kind upon the insurer its agents or representatives Disclosure of a Deductible or Self Insured Retention SIR If your company is self insured or utilizes a Risk Financing Mechanism in which a deductible or SIR self insured retention exceeds 25 000 Pace reserves the right to request the most recent audited financial statements from the contractor and documents from the State Insurance Department granting self insur
35. the provisions of this clause in all subcontracts issued pursuant to this Contract 6 Seismic Safety The Seismic Safety requirements apply only to Contracts for the construction of new buildings or additions to existing buildings which are greater than 3 000 00 The Contractor agrees that any new building or addition to an existing building will be designed and constructed in accordance with the standards for Seismic Safety required in Department of Transportation Seismic Safety Regulations 49 CFR Part 41 and will certify to compliance to the extent required by the regulation The Contractor also agrees to ensure that all work performed under this Contract including work performed by a subcontractor is in compliance with the standards required by the Seismic Safety Regulations and the certification of compliance issued on the project 7 Energy Conservation Requirements The Energy Conservation requirements are applicable to all Contracts which are greater than 3 000 The Contractor agrees to comply with mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act 8 Clean Water Requirements The Clean Water requirements apply to each Contract and subcontract which exceeds 100 000 1 The Contractor agrees to comply with all applicable standards orders or regulations issued pursuant to the Federal Water Pollution Control Act
36. without the prior written consent of Pace Any successor or assign under this Contract will be required to accede to all of the terms conditions and requirements of this Contract as a condition precedent to such succession or assignment Assignment of any portion of the work by subcontract must be approved in advance by Pace in writing Pace reserves the right to assign all or part of the specified deliverables in this Contract as originally advertised competed evaluated and awarded including base and option quantities Waiver Pace s failure to promptly enforce any of the conditions of this Contract shall not constitute a waiver of any of Pace s other rights Termination Pace may terminate this Contract at any time hereafter with or without cause by giving written notice to the Contractor at the address specified above Termination shall be effective upon receipt of such notice by the Contractor If Pace terminates this Contract other than for breach thereof by the Contractor Pace agrees to pay the Contractor and the Contractor agrees to accept as its sole remedy cancellation charges equal to the remaining unpaid costs accrued and obligated to date of cancellation In the event of breach or violation by the Contractor of any provision of the Contract Pace may allow the Contractor a reasonable opportunity to cure the breach prior to termination under this provision Upon termination of this Contract for breach by the Contractor the Contractor a
37. work on the underlying Contract The Contractor agrees to carry out that work in compliance with the conditions stated in that U S DOL letter The requirements of this subsection 1 however do not apply to any Contract financed with Federal assistance provided by FTA either for projects for elderly individuals and individuals with disabilities authorized by 49 U S C 1 15 2014 Revision 36 24 25 Exhibit B 5310 a 2 or for projects for non urbanized areas authorized by 49 U S C 5311 Alternate provisions for those projects are set forth in subsections b and c of this clause b mM Transit Employee Protective Requirements for Projects Authorized by 49 U S C 5310 a 2 for Elderly Individuals and Individuals with Disabilities If the Contract involves transit operations financed in whole or in part with Federal assistance authorized by 49 U S C 5310 a 2 and if the U S Secretary of Transportation has determined or determines in the future that the employee protective requirements of 49 U S C 5333 b are necessary or appropriate for the state and the public body sub recipient for which work is performed on the underlying Contract the Contractor agrees to carry out the Project in compliance with the terms and conditions determined by the U S Secretary of Labor to meet the requirements of 49 U S C 5333 b U S DOL guidelines at 29 C F R Part 215 and any amendments thereto These terms and conditio
38. 0 Sheet Tray 3 5 8 x 8 3 in to 8 5 x 14 in 148 x 210 to 216 x 356 mm Automatic Two Sided Printing Unit 5 8 x 8 3 in to 8 5 x 14 in 148 x 210 to 216 x 356 mm Media weight Tray 1 16 to 58 lb plain paper 28 to 58 lb glossy paper Tray 2 16 to 43 lb plain paper 28 to 58 lb glossy paper Optional Tray 3 16 to 47 lb plain paper 28 to 58 Ib glossy paper ADE capacity Standard 50 sheets Paper Handling 100 sheet multipurpose tray 250 sheet input tray 2 50 sheet automatic document feeder 250 sheet face down output bin Input Capacity Up to 350 sheets Up to 10 envelopes Output Capacity Up to 250 sheets Up to 10 envelopes Up to 100 sheets transparencies Compatible Operating Systems Full software installs supported on Windows 8 32 bit and 64 bit Windows 7 32 bit and 64 bit Windows Vista 32 bit and 64 bit Windows XP 32 bit SP2 or higher and Windows Server 2012 Driver only installs supported on Windows Server 2008 32 bit and 64 bit Windows Server 2008 R2 Windows Server 2003 32 bit SP3 or higher Mac OS X v 10 6 OS X Lion 10 7 amp OS X Mountain Lion 10 8 Linpus Linux 9 4 9 5 Red Hat Enterprise Linux 5 0 supported with a pre built package SuSE Linux 10 3 11 0 11 11 1 11 2 Fedora 9 9 0 10 10 0 11 0 11 12 12 0 Ubuntu 8 04 8 04 1 8 04 2 8 10 9 04 9 10 10 04 Debian 5 0 5 0 1 5 0 2 5 0 3 supported by the automatic installer HPUX 11 and Solaris 8 9 Enviro
39. 0 sheet input trays 3500 sheet input tray Media Sizes 11 in x 17 in 11 7 in x 17 in 12 in x 18 in 12 3 in x 18 3 in 3 86 in x 7 52 in 5 83 in x 8 27 in 8 5 in x 13 in A3 11 7 in x 16 5 in A4 8 25 in x 11 7 in A5 5 83 in x 8 25 in B4 9 83 in x 13 9 in B5 6 93 in x 9 83 in Executive 7 25 in x 10 5 in Legal 8 5 in x 14 in Letter A Size 8 5 in x 11 in RA3 12 in x 16 9 in Media Type Bond paper Card stock Envelopes Labels Plain paper Recycled paper Transparencies Monthly Duty Cycle Range Printer Class 100 000 pages and more Output Trays Capacity 600 sheets PostScript Support Standard Printer Features ePrint Printer Output 500 sheet face down tray 100 sheet face up tray Interface Required Connector Type Two 4 pin USB Type A Connector Type RJ 45 Connector Type 4 pin USB Type B Exhibit C Page 28 of 34 Networking Remote Management Protocol HTTP HTTPS IPP IPPS SNMP 1 SNMP 2c SNMP 3 Telnet TFTP Networking Security Protocols amp Features 802 1x AES 256 IPsec SSL TLS System Requirements Min Operating System Apple MacOS X 10 6 Apple MacOS X 10 7 Lion Apple MacOS X 10 8 Microsoft Windows 7 32 64 bits Microsoft Windows Server 2003 SP2 or later Microsoft Windows Server 2003 x64 Edition SP2 or later Microsoft Windows Server 2008 32 64 bits Microsoft Windows Server 2008 R2 64 bits Microsoft Windows Server 2012 x64 Edition Microsoft Windows Vista 32 64 b
40. 36 24 Drug and Alcohol Testing osien n e ar A ha eee a ea ee ed ar E deat 37 25 Incorporation of Federal Transit Administration FTA Terms 0 eee eesceeneecsseceeneecaeceeeeecsaeceeneecsaeceeeecsaeceeneesnaeeenees 37 26 Illinois Prevailing Wage Act 820 ILCS 130 ceirios eraran n s aii iee EERE E KEE NRE 37 27 Bid Evaluation Requirements sonnn eerie eeo ies aeree ae E ao rE AS EEEE a E EE EEES ENE ESETEI E EERE Ees 37 28 The Americans with Disabilities Actisense E eE EE IES EAN AET SE RE P enS EEE A SRS 37 29 Use of Metric Units of Measure and English Language oe eee eee eee ceceesceseceeceseceaecsaecseecaeesaeseeesseesesesseenseesseenaeenaes 38 30 Interest of Members Of Consresss sisce cc sce ctusigescetsenatcatitestesuscedies us buses susevacns Sed esteshoantonr A S a T E E 38 31 Financial Assistance Comtracts c 55 0 cease sassccusG ash siatohcveck nbc e EEEE la eases ceils Ea EE aO ES aeae REEE oa 38 32 State of Mlinois Non Co llusion pensite a i E EA E E edebons cub sh olpessebseuevbes dapsabesceessbgeoteagestens 38 33 State of Illinois Ineligible Contractors and Subcontractors eee eceecesecesecesecssecseecseecseeeseseaeeseeeseeseeeseeeseensesaeenaes 38 BUY AMERICA CERTIFICATION Ciia ious tectuedendescivt A EN S E O EE E EE EE lsded vecviobe ER se bel ad eles atte CERTIFICATION OF RESTRICTIONS ON LOBBYING CERTIFICATION REGARDING SUSPENSION AND DEBARMENT 000 ooceeceeceseceseceseceecseeeseeeeeesseeseeeseensecsaecsaecsaecsaec
41. A R EE OEE E ROEE 30 12 Clean Air Requirements inei e a E A a E e E E A A a aE E a eE AE ASAE 30 13 Recovered Materials sisinio sous cave E EE TEE E A E E EEEN E sed EEE EET EE EEEE Ees 30 14 Davis Bacon and Copeland Anti Kickback Acts ssesssseesseeeesesrseresrsreerssrrrrssesresrestretesretssrnrinestentestenteserrtssertesrerreereset 30 15 Contract Work Hours and Safety Standards seseeesseeseseeesssreesesesetssrseeesssterrssesressestrstestertssentnertestestenteseertssertrsresrenteste 34 16 No Obligation by the Federal Government 0 eee cee cee cseecseeeseeeeeeeeeesseeecesecssecsaecsaecssecseecseseseseaeeeeeeseeeseeseeseeaeenaes 34 17 Program Fraud and False or Fraudulent Statements or Related Acts 0 ee cece cesecseeceecaeeeeeeeeeeseseseeseeeseensecnaeenaes 35 18 Ineligible Contractors and Subcontractors 0 0 0 ee ee cece cesecssecseecseecseseseeeeeeseceescesecsecsaecsaecssecsaecaescaeseaeeeeeseeeeeeeseenseenaes 35 19 Contracts Involving Federal Privacy Act Requirement 0 0 eee eeeeeeeeceeecesecesecsecsaecsaecseecaeecaeseaeeeeeeseeeeeeeseenseenaes 35 20 Civil Rights a oun at nee eas tee a onde eons eres tlh av gua aetna inte 35 21 Patent Rights iseer a rar EE r ar cusseDeth soas E ETE E E E EEOAE ESA 36 22 Copyrightand Rightsin Data mas reae S E S E T R E A E E E S S 36 23 Transit Employee Protective Provisions eseeseeeseeeseseeesssterreserresesteetestetesrersestestesteetestetserttetesteetrsrertsseerisrerrreresreet
42. AirPrint Mobile Apps e Printer management Web Jetadmin Utility Mac e Standard connectivity 2 Hi Speed USB 2 0 Host 1 Hi Speed USB 2 0 Device 1 Gigabit Ethernet 10 100 1000T Network 1 Hardware Integration Pocket HIP 2 Internal USB Host Exhibit C Page 30 of 34 Network capabilities Yes via Jetdirect Ethernet embedded print server standard which supports 10Base T 100Base Tx 1000Base T 802 3az EEE support on Fast Ethernet and Gig Links IPsec standard Network ready Standard built in Gigabit Ethernet Hard disk Standard 320 GB with encryption Memory Standard Maximum 1 GB Processor speed 800 MHz Duty cycle monthly Up to 175 000 pages Rec monthly page volume Up to 4 000 to 25 000 pages Paper handling 100 sheet multipurpose tray 4 x 500 sheet input tray 500 sheet face down output bin Input capacity Up to 2100 sheets 75 g m2 Up to 10 envelopes Output capacity Up to 3000 sheets 75 g m2 with an optional output device Up to 60 envelopes Media type Cut sheet paper labels OHT glossy paper glossy film photo media tough paper envelopes Media weight Tray 1 2 3 4 5 16 to 58 Ib 60 to 220 g m Media sizes custom Tray 1 3 x 5 to 12 6 x 18 in 76 2 x 127 to 320 x 457 2 mm Tray 2 5 8 x 8 3 to 11 7 x 17 in 148 x 210 to 297 x 432 mm Tray 3 4 5 5 8 x 8 3 to 12 6 x 18 in 148 x 210 to 320 x 457 mm Media sizes standard Tray 1 Letter Letter R Legal Executive Ledger 11 x 17 8
43. Apple Bonjour Compatible Mac OS v10 2 4 or higher SNMPv1 v2c v3 HTTP HTTPS FTP TFTP Port 9100 LPD WS Discovery IPP Secure IPP IPsec Firewall IPv6 DHCPv6 MLDv1 ICMP v6 IPv4 Auto IP SLP Telnet IGMPv2 BOOTP DHCP WINS IP Direct Mode WS Print Other NetWare NDS Bindery NDPS ePrint Security Management security SNMPv3 SSL TLS 802 1X authentication EAP PEAP EAP TLS IPP over TLS IPsec Firewall with Certificate Pre Shared Key Authentication and Kerberos Authentication Support for WJA 10 IPsec Configuration using IPsec Plug in Environmental Standards ENERGY STAR Yes EPEAT Level EPEAT Silver LaserJet Enterprise M806x NFC Wireless Direct or equal Printer listed on Line 44 of the Price proposal shall have the following salient characteristics Functions Printer Connectivity Technology Wired Wireless Printing Output Type Monochrome Printing Technology Laser Automatic Duplexing Yes Max Printing Speed B W ppm 55 ppm Max Resolution B W 1200 x 1200 dpi Processor Clock Speed 800 MHz Envelope Sizes International B5 6 93 in x 9 83 in International C5 6 38 in x 9 in International DL 4 33 in x 8 66 in US No 10 4 1 in x 9 5 in Image Enhancement Technology ProRes 1200 FastRes 1200 Total Media Capacity 4600 sheets Min Max H Document Size 3 86 in 12 3 in Min Max Media Weight 60 g m 220 g m Min Max V Document Size 7 5 in 18 5 in Media Handling 100 sheet multipurpose tray 2x 50
44. BER 5 TOTAL ESTIMATED CONTRACT AMOUNT 6 PROJECTED BEGINNING ENDING DATES OF WORK 7 In connection with the above captioned contract I HEREBY DECLARE AND AFFIRM that I am the 8 and duly authorized representative of 9 Title of Affiant Namesof Contractor and that I have personally reviewed the material and facts set forth in and submitted with the attached Disadvantaged Business Enterprises DBE Schedules for each DBE Listed below is are the agreement s that correspond s with the Schedule B submitted by each DBE and listed separately for each DBE participating on the above mentioned contract AGREED NAME OF DBE SUBCONTRACTOR SCOPE OF WORK TO BE PERFORMED SUBCONTRACT NET DBE 1 11 10 1 PRICE 12 CREDIT 13 NOTE PRICES REPRESENTED ON THIS PAGE SHOULD ACCURATELY REFLECT AGREEMENT BETWEEN TOTAL DBE 14 CONTRACTOR AND SUBCONTRACTOR CONTRACT AMOUNT ONLY 60 OF AGREED SUBCONTRACT PRICE MAY BE CREDITED FOR MATERIALS AND SUPPLIES TOTAL NET 15 LIST ONLY BONA FIDE DBE OWNED amp CONTROLLED FIRMS THAT WILE PARTICIPATE IN THIS CONTRACT DBE CREDIT AFFIDAVIT OF CONTRACTOR failure to submit this form without a signature will result in the bid being rejected in its entirety The undersigned will enter into formal agreements with all listed DBE firms for work as indicated by this Schedule A and accompanying Schedules and will enter into such agreemen
45. Console Switch HP catalog AF619A O fnot available may quote direct replacement product HP catalog Or Equal with the salient characteristics listed in Exhibit C Specification Equal Specify manufacturer and part number and provide technical literature Minimum quantity is 3 maximum quantity is 6 Up to 10 21 2014 Revision Exhibit A Page 21 of 26 TEFT7600 G2 KVM or equal Console Rackmount Keyboard US Monitor HP catalog AZ870A O fnot available may quote direct replacement product HP catalog 39 Or Equal with the salient characteristics listed in Exhibit C Specification Equal Specify manufacturer and part number and provide technical literature Minimum quantity is 3 maximum quantity is 6 Up to SUBTOTAL FOR GROUP E 10 21 2014 Revision Exhibit A Page 22 of 26 GROUP F PRINTERS Item Description Qty Unit Cost Total LaserJet Enterprise P3015dn or equal Printer HP catalog CE528A If not available may quote direct replacement product HP catalog Up 40 Or Equal with the salient characteristics specified in 4 Exhibit C Specification 11 O Equal Specify manufacturer and part number and provide technical literature Minimum quantity is 10 maximum quantity is 11 LaserJet Enterprise P3015x or equal Prin
46. DE THE SIGNED SUBCONTRACT S TO PACE WITHIN THE TIME FRAME REQUIRED SHALL CONSTITUTE A BREACH OF THIS CONTRACT AND UPON SUCH BREACH PACE MAY TERMINATE THIS CONTRACT AND OR EXERCISE OTHER SANCTIONS PENALTIES OR REMEDIES AS ALLOWED BY LAW OR EQUITY AND AS PACE DEEMS APPROPRIATE Documentation of Payments Made to DBE Firms 1 The Contractor must submit copies of the DBE s monthly contract invoices including support documentation to the DBE Liaison Officer at the same time they are submitted to Pace Account Payable 2 The Contractor must submit copies of the form illustrated below including support documentation to the DBE Liaison Officer on a quarterly basis This form must be used in order to properly credit the Contractor s progress in attaining the DBE goal SAMPLE ONLY DO NOT COMPLETE ee Committed F 2 Subcontract Description of Ronee Committed Total paid to YTD paid to Sub or Name services work product Percentage Sub Current for this reporting From date of contract Company performed YTD quarter quarter c 2 3 a a E m l gt SH A p 05 izi Total Pace may make on site visits from time to time during the course of this contract to ensure compliance with the requirements set forth herein Pace may require verification of any commitment represented to us in connection with the Contractor s use of DBE businesses in the performan
47. Exhibit B Use of Metric Units of Measure and English Language All Contract documents conferences letters technical information and drawings provided by the Contractor shall be conducted or offered solely in the English language and using both the U S customary system of weights and measures and the Metric units system of weights and measures Interest of Members of Congress No member of or delegate to the Congress of the United States shall be admitted to any share or part of this Contract or to any benefit arising therefrom Financial Assistance Contract This Contract is subject to the provisions of the financial assistance Contracts between Pace and other sponsoring agencies which are identified in the Invitation for Bids as FTA IDOT and RTA State of Illinois Non Collusion The bidder shall certify that the bid proposal submitted was not made in the interest of or on behalf of any undisclosed person partnership company organization or corporation that such bid is genuine and not collusive or sham and that said bidder has not been a party to any agreement or collusion among bidders or prospective bidders in restraint of freedom of competition by agreement to bid a fixed price or otherwise or to refrain from bidding and has not directly or indirectly by agreement communication or conference with anyone attempted to induce action prejudicial to the interest of the Suburban Bus Division of the Regional Transportation Authority Pace or
48. FBs request for any change in the Contract bid documents must be submitted in writing and received no later than ten 10 business days prior to the bid opening date b For Request for Proposals RFPs requests for any change in the Contract proposal documents must be submitted as Contract exceptions along with the technical and price proposals on the RFP due date c Request for any change in the Contract after award shall be submitted in writing to Department Manager Purchasing for his prior approval Oral change orders are not permitted No change in the Contract shall be made except in writing signed by the Department Manager of Purchasing or his designated representative The Contractor shall be liable for all costs resulting from and or for satisfactorily correcting any specification change not properly ordered by written modification to the Contract and signed by Pace Cash Discounts The Contractor offering the lowest bid shall be determined by comparing the gross individual unit prices or the gross bid total as applicable Cash early payment discounts are not taken into consideration when selecting the lowest bid Performance It is understood and agreed that time of performance is of the essence of this Contract If the Contractor is delayed in the performance of the services purchased under the Contract by a cause beyond his control he must immediately upon receiving knowledge of such delay give written notice to Pace and request an
49. Form factor 8U Formats Supported LTO 5 Read Write Install MSL Tape Drive or equal Add On Upgrade Service listed on Line 28 of the Price proposal shall have the following salient characteristics Exhibit C Page 13 of 34 Service Type Installation Service Installation by the equipment manufacturer s technical specialist Verification prior to installation that all service prerequisites are met Delivery of the service at a mutually scheduled time convenient to your organization 3 Year 4 Hour Hardware Support listed on Line 29 of the Price proposal shall have the following salient characteristics Product Type Service Service Main Type Maintenance Service Sub Type Physical Service Characteristic Parts amp Labor Service Description 24x7x4 Hour Service Availability Days 7 Service Availability Hours 24 Service Response Time 4 Hour Service Location On site Service Duration 3 Year Data Protector or equal Backup Drive listed on Line 30 of the Price proposal shall have the following salient characteristics License Category License License Qty 1 additional drive License Type License Compatibility Unix Model Backup Drive Category Networking applications Subcategory Network network backup LTO 5 RW Ultrium or equal Data Cartridge listed on Line 31 of the Price proposal shall have the following salient characteristics Recording technology LTO 5 Ultrium Capacity 3 0TB Compressed 2 1 Media format
50. Library MSL4048 Tape Library HP D2D generic library with HP D2D generic tape library Backup applications StoreOnce Catalyst NAS CIFS NFS and iSCSI FC VTL Raid 6 supported 2U form factor can expand to 8U One year limited warranty for parts and 24x7xNBD support per server Premier Flex LC LC OM4 2 fiber 5m Cable listed on Line 18 of the Price proposal shall have the following salient characteristics Cable Type Fiber Optic Fiber Optic Mode Multi mode Connector on First End LC Male Network Connector on Second End LC Male Network Device Supported Network Device 12x 10x 0 5 in DP Advanced Backup to Disk 1TB E LTU listed on Line 19 of the Price proposal shall have the following salient characteristics Product Description Data Protector Advanced Backup to Disk or equal license Category Networking applications Subcategory Network network backup License Type License License Qty 1TB capacity Platform UNIX Windows Distribution Media Electronic Exhibit C Page 10 of 34 DP Advanced Backup to Disk 10TB E LTU listed on Line 20 of the Price proposal shall have the following salient characteristics Product Description Data Protector Advanced Backup to Disk or equal license Category Networking applications Subcategory Network network backup License Type License License Qty LOTB capacity Platform UNIX Windows Distribution Media Electronic Care Pack Software Enterprise or equal Standard Support
51. PreShared Key Authentication Environmental Standards ENERGY STAR Yes EPEAT Level EPEAT Silver Exhibit C Page 31 of 34 LaserJet Pro 500 color MFP M570dn or equal printer listed on Line 47 of the Price proposal shall have the following salient characteristics Functions Multifunction Printer AIO Functions Print copy scan fax Multitasking yes Connectivity Technology Wired Printing Output Type Color Printing Technology Laser Duplex print options Automatic standard Printer Management Windows Device Toolbox Status Alerts default install SNP Alerts minimum network install Web Jetadmin download Mac Utility Print Speed Black Letter Up to 31 ppm Color Letter Up to 31 ppm Duplex Letter Up to 29 ipm Print Resolution Black and Color Best Up to 600 x 600 dpi Print technology resolution ImageREt 3600 Duty Cycle monthly Up to 75 000 pages Rec Monthly Page Volume Up to 1 500 to 4 000 pages Scan Type Flatbed ADF Duplex ADF Scanning Yes dual head duplexing color scan Scan Technology Contact Image Sensor CIS Scan Resolution Hardware amp Optical Up to 300 x 300 dpi color and mono ADF Up to 1200 x 1200 dpi mono flatbed Scan Speed Normal Letter Up to 20 5 ipm b amp w up to 15 ipm color Duplex letter Up to 36 ipm b amp w up to 13 5 ipm color Scanner Advanced Features Scan to E mail Scan to network folder stand alone solution Scan t
52. RC SPARC based systems only AIX 3 2 5 or higher Exhibit C Page 34 of 34 MPE iX Citrix Presentation Server 4 0 and 4 5 Citrix XenApp Server 5 0 Windows 2003 and 2008 Terminal Services Network protocols IPv4 IPv6 Apple Bonjour compatible Mac OS 10 2 4 and higher SNMPv1 v2c v3 HTTP HTTPS FTP TFTP Port 9100 LPD WS Discovery IPP Secure IPP IPsec Firewall IPv6 DHCPv6 MLDv1 ICMP v6 IPv4 Auto IP SLP Telnet IGMPv2 BOOTP DHCP WINS IP Direct Mode WS Print Other IPX SPX AppleTalk NetWare NDS Bindery NDPS iPrint Security SNMPv3 SSL TLS 802 1x authentication EAP PEAP EAP TLS IPsec Firewall with certificate authentication Pre Shared Key authentication Kerberos authentication support for Web Jetadmin with IPsec configuration access port for optional Kensington style lock Environmental Standards ENERGY STAR Yes EPEAT Level EPEAT Silver LaserJet 75 Sheet Envelope Feeder listed on Line 49 of the Price proposal shall have the following salient characteristics Model Product Type Envelope Feeder Number of Media Trays 1 Total Media Capacity 75 sheets Media Type Envelopes Envelope Sizes International B5 6 93 in x 9 83 in Monarch 3 87 in x 7 5 in Green Compliant Yes Green Compliance Certificate Authority REACH Input Tray Feeder media tray feeder 500 sheets listed on Line 50 of the Price proposal shall have the following salient characteristics Model Input Tray Feeder Pr
53. Re writable Media labeling Write on Labels in box Quantity per Package 1 Read speed media 280 MB sec Archival life 30 years Product color Light Blue Tape length 846 m Tape width 12 65 mm Tape thickness 6 4 um Base material Metal Particle Exhibit C Page 14 of 34 e Data tracks 1280 e Magnetic coercivity 2500 2700 Oe e Drive compatibility Storage Media Compatibility Matrix LTO 5 RW or equal Bar Code Labels 100 pack listed on Line 32 of the Price proposal shall have the following salient characteristics e Numbering Every pack contains a unique series of label numbers no two packs are the same e Quantity 100 Data cartridges labels and 10 cleaning labels in every pack e Warranty Limited lifetime warranty Exhibit C Page 15 of 34 Group E Desktops Laptops All in One Tablets Monitors Switches and Rackmount Keyboard Monitor EliteOne 800 G1 or equal All in One Desktop PC listed on Line 33 of the Price proposal shall have the following salient characteristics Operating System e Windows 7 Professional or equal 64 bit system Processor e Type 15 4590T processor or equal Quad Core 3 GHz processor with 4MB shared cache Number of Cores 4 Clock Speed 3 GHz Shared cache 4MB Generation 4 Optical Storage e Drive Type Slim tray SuperMulti DVD burner RAM Installed Size 4GB Memory Speed 1600 MHz Form Factor DIMM 240 pin Memory Specification Compliance PC3 12800 e Technology DDR3 SDRAM Storage Har
54. S 10K rpm SFF 2 5 inch SC Enterprise or equal Hard Drive listed on Line 10 of the Price proposal shall have the following salient characteristics Storage Capacity 300 GB Form Factor 2 5 SFF Maximum External Data Transfer Rate 768 MBps 6 Gbps Rotational Speed 10000 rpm Average Seek Time 4 ms Drive Interface SAS Drive Interface Standard 6Gb s SAS Drive Type Internal Hot Pluggable Yes Limited Warranty 3 Year Exhibit C Page 5 of 34 9 5mm SATA DVD ROM Optical Drive listed on Line 11 of the Price proposal shall have the following salient characteristics Maximum DVD Read Speed 8x Maximum CD Read Speed 24x Optical Media Supported DVD ROM Drive Interface SATA Color Black Form Factor Internal Height 4 Insight or equal Control software including lyr 24x7 Support and License listed on Line 12 of the Price proposal shall have the following salient characteristics e Bundle Support Plus 1 Year 24x7 Support Service Type New releases update Service Availability Days a Week Monday Sunday Service Availability Hours a Day 24 hours a day Service Type Phone consulting Distribution Media Method Electronic Platform Supported PC Operating System Supported Windows License Type License License Quantity 1 License Care Pack 3 Year 4 Hour 24x7 Hardware for ProLiant DL360 or equal business server listed on Line 13 of the Price proposal shall have the following salient characteristics 3 years ons
55. S 10K rpm SFF 2 5 inch SC Enterprise or equal Hard Drive listed on Line 3 of the Price proposal shall have the following salient characteristics Storage Capacity 600 GB Form Factor 2 5 SFF Maximum External Data Transfer Rate 768 MBps 6 Gbps Rotational Speed 10000 rpm Average Seek Time 4 ms Drive Interface SAS Drive Interface Standard 6Gb s SAS Drive Type Internal Hot Pluggable Yes Limited Warranty 3 Year Slim 12 7mm SATA DVD Optical Drive listed on Line 4 of the Price proposal shall have the following salient characteristics Optical Media Supported DVD ROM Drive Interface SATA Color Black Form Factor Internal Compatible Drive Bay Width 5 25 Compatible Drive Bay Height Slimline NC365T 4 port Ethernet Server Adapter listed on Line 5 of the Price proposal shall have the following salient characteristics Host Interface PCI Express x16 Total Number of Ports 4 Network RJ 45 Yes Number of Network RJ 45 Ports 4 Twisted Pair Cable Standard Category 5 Network Technology 10 100 1000Base T Card Height Low profile Form Factor Plug in Card Exhibit C Page 3 of 34 1 83 10A C13 UL US Power Cord listed on Line 6 of the Price proposal shall have the following salient characteristics Cable Subcategory Power Connectivity Left Connector Type Power IEC 320 EN 60320 C13 Connectivity Right Connector Type Power NEMA 5 15 T O Cable Type Power cable Color Black Length 6 ft Insight or
56. TLS 802 1X authentication EAP PEAP EAP TLS IPP over TLS IPsec Firewall with Certificate Pre Shared Key Authentication and Kerberos Authentication Support for WJA 10 IPsec Configuration using IPsec Plug in e Environmental Standards ENERGY STAR Yes EPEAT Level EPEAT Silver Color LaserJet Enterprise M855xh or equal Printer listed on Line 46 of the Price proposal shall have the following salient characteristics e Functions Printer e Connectivity Technology Wired e Printing Output Type Monochrome e Printing Technology Laser e Duplex print options Automatic standard e Print speed Black normal letter Up to 45 ppm Color normal letter Up to 45 ppm First page out As fast as 11 sec black letter As fast as 11 sec color letter e Print resolution Black best Up to 1200 x 1200 dpi Color best Up to 1200 x 1200 dpi e Printer smart software features ePrint AirPrint Open Extensibility Platform FutureSmart Firmware Instant on Technology Auto On Auto Off Technology Easy Color Pantone Calibrated print preview duplex print multiple pages per sheet 2 4 6 9 16 collation watermarks store print jobs job separator staple offset booklet making hole punch On Paper Calibration Technology e Print resolution technologies ImageRet 4800 FastRes 1200 1200 dpi quality 600 x 600 dpi ProRes 1200 1200 x 1200 dpi On Paper Calibration Technology e Mobile printing capability ePrint
57. The prime Contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs 1 through 4 of this section 16 No Obligation by the Federal Government Applicable to all Contracts greater than 3 000 1 Pace and the Contractor acknowledge and agree that notwithstanding any concurrence by the Federal Government in or approval of the solicitation or award of the underlying Contract absent the express written consent by the Federal Government the Federal Government is not a party to this Contract and shall not be subject to any obligations or liabilities to the Pace the Contractor or any other party whether or not a party 1 15 2014 Revision 34 17 18 19 20 Exhibit B to that Contract pertaining to any matter resulting from the underlying Contract 2 The Contractor agrees to include the above clause in each subcontract financed in whole or in part with Federal assistance provided by FTA It is further agreed that the clause shall not be modified except to identify the subcontractor who will be subject to its provisions Program Fraud and False or Fraudulent Statements or Related Acts These requirements are applicable to all Contracts greater than 3 000 1 The Contractor acknowledges that the provisions of the Program Fraud Civil Remedies Act of 1986 as amended 31 U S C 3801 et seq and U S DOT regulations Program Fraud Civil Remedies 49 C
58. This Checklist serves solely as a reference guide to assist the Bidder in adequately submitting all required documents Instructions for NET DBE CREDIT If the materials or supplies are obtained from a DBE manufacturer count 100 percent 100 of the cost of the materials or supplies toward DBE goals A manufacturer is a firm that operates or maintains a factory or establishment that produces on the premises the materials supplies articles or equipment required under the contract and of the general character described by the specifications If the materials or supplies are purchased from a DBE regular dealer count 60 percent 60 of the cost of the materials or supplies toward DBE goals A regular dealeris a firm that owns operates or maintains a store warehouse or other establishment in which the materials supplies articles or equipment of the general character described by the specifications and required under the contract are bought kept in stock and regularly sold or leased to the public in the usual course of business Pace will not count the participation of a DBE subcontractor toward a contractor s final compliance with its DBE obligations on a contract until the amount being counted has actually been paid to the DBE 1 15 2014 Revision 13 SCHEDULE A CONTRACTOR SUMMARY OF DBE PARTICIPATION AS SUBCONTRACTOR SUPPLIER AND OR CONSULTANT NAME OF CONTRACTOR 1 NAME OF PROJECT 2 PHONE 3 EMAIL 4 IFB RFP NUM
59. Up to SUBTOTAL FOR GROUP F GRAND TOTAL Add subtotals A through F Not To Exceed Contract 10 21 2014 Revision Exhibit A Page 26 of 26 INVITATION FOR BID NO 413364 BLANKET CONTRACT FOR IT HARDWARE CONTRACT SIGNATURE PAGE Addendum Acknowledgment The bidder hereby acknowledges receipt of the following Addenda that are incorporated herein by reference If there were No Addenda write NONE Failure to acknowledge Addenda may be cause for the bid to be considered non responsive Addendum No ___ Addendum No Addendum No ___ IN WITNESS WHEREOF the parties hereto have executed this Contract on the dates recited below CONTRACTOR PACE Company Name Signature Street Address Printed Typed Name City State amp Zip Code Title Authorized Signature Date Date Printed Typed Name Title Telephone Number and Fax Number E mail Address 10 21 2014 Revision Exhibit B PACE SUBURBAN BUS SERVICE INSTRUCTIONS TO CONTRACTORS amp GENERAL CONTRACT CONDITIONS MATERIALS AND SUPPLIES WITH SERVICES CONTRACTS SECTION A INSTRUCTIONS TO CONTRACTORS eneee itap e renare N eN SE e eerten t Seene tai esae INEEN Retener t teneret iest 1 Wis D LETEA 1a 0 E n1 ESE EE E E E ives eA EE se eh A A E E ik At 1 2 Authorities and Limitations a a r a a a deauscateadecadsdoceseddhende
60. WS Discovery IPP Secure IPP IPsec Firewall IPv6 DHCPv6 MLDv1 ICMPv6 IPv4 Auto IP SLP Telnet IGMPv2 BOOTP DHCP WINS IP Direct Mode WS Print Other IPX SPX AppleTalk NetWare NDS Bindery NDPS iPrint Security SNMPv3 SSL TLS 802 1X authentication EAP PEAP EAP TLS IPP over TLS Psec firewall with certificate pre shared key authentication and Kerberos authentication Support for WJA 10 IPsec configuration using IPsec plug in Environmental Standards ENERGY STAR Yes EPEAT Level EPEAT Silver LaserJet Enterprise P3015x or equal Printer listed on Line 41 of the Price proposal shall have the following salient characteristics Functions Printer Connectivity Technology Wired Printing Output Type Monochrome Printing Technology Laser Print speed Up to 42 ppm letter Document delivery speed First page out as fast as 7 5 seconds from Ready 16 seconds from Sleep Print resolution FastRes 1200 ProRes 1200 Up to 1200 by 1200 dpi Control panel 4 line LCD display 3 LED indicator lights Ready Data Attention buttons 10 numeric keys Information Return Stop Cancel OK Toggle up down Processor 540 MHz Memory 128 MB expandable to 640 MB Durability ratings Duty cycle up to 100 000 pages Paper Input 100 sheet multipurpose tray 1 500 sheet tray 2 500 sheet tray 3 Paper Output 250 sheet top output bin 100 sheet rear output bin Two sided printing Automatic Media Types Paper bond color
61. a properly executed Contract to the successful bidder Authorities and Limitations This Contract is made and shall be interpreted under the laws of the State of Illinois and the Contractor agrees and consents that only the courts of Illinois and Federal appellate courts shall have jurisdiction over controversies arising out of this Contract The articles sections paragraphs or other headings shown are for convenience and reference only and in no way define limit or describe the scope or intent of this Contract or its Exhibits This Contract together with any other document expressly incorporated herein contain the entire agreement between the parties hereto and there are no prior or contemporaneous oral or written understandings or agreements binding on Pace affecting the subject matter of this Contract other than those expressly referred to therein No agreement other understanding or acknowledgment invoice or other form used by the Contractor to modify or alter the provisions of this order resulting from acceptance by the Contractor of this Contract will be binding upon Pace unless made in writing and signed by Pace s authorized representative All services work shall be performed under the direction of the Pace Purchasing Department Manager who alone shall have the power to bind Pace and to exercise the rights responsibilities authorities and functions vested in him by the Contract documents except that he shall have the right to designat
62. acement product HP catalog Up Or Equal with the salient characteristics listed in 2 aa ean to Exhibit C Specification 32 Equal Specify manufacturer and part number and provide technical literature Minimum quantity is 16 maximum quantity is 32 600GB SFF 2 5 inch SC Enterprise Hard Drive HP catalog 652583 B21 O If not available may quote direct replacement product HP catalog Or Equal with the salient characteristics listed in Up 3 Exhibit C Specification to 50 Equal Specify manufacturer and part number and provide technical literature Minimum quantity is 16 maximum quantity is 50 Slim 12 7mm SATA DVD Optical Drive HP catalog 652232 B21 O fnot available may quote direct replacement product HP catalog Or Equal with the salient characteristics listed in Up 4 Exhibit C Specification to 16 Equal Specify manufacturer and part number and provide technical literature Minimum quantity is 8 maximum quantity is 16 10 21 2014 Revision Exhibit A Page 7 of 26 4 port Ethernet Server Adapter HP catalog 593722 B21 O fnot available may quote direct replacement product HP catalog Or Equal with the salient characteristics listed in Up 5 Exhibit C Specification to 16 Equal Specify manufacturer and part number and provide technical literature Minimum quantity is 8 maximum quantity is 16 C13 UL Power Cord HP catalog AF556A
63. ach subcontract the contractor signs with a subcontractor must include the following assurance The contractor sub recipient or subcontractor shall not discriminate on the basis of race color national origin or sex in the performance of this contract The contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of DOT assisted contracts Failure by the contractor to carry out these requirements is a material breach of this contract which may result in the termination of this contract or such other remedy as ace deems appropriate Pursuant to 49 CFR 26 27 Pace encourages you to utilize financial institutions owned and controlled by socially and economically disadvantaged individuals within your community 1 15 2014 Revision 17 SCHEDULE C AFFIDAVIT OF DBE NON DBE JOINT VENTURE This Schedule C need not be submitted if all joint ventures are DBEs In such a case however the written joint venture agreement and a copy of the current UCP Letter of Certification for each DBE must be submitted ALL INFORMATION REQUESTED BY THIS SCHEDULE MUST BE ANSWERED IN THE SPACES PROVIDED BY JOINT VENTURERS AT ANY TIER ADDITIONAL SHEETS MAY BE ATTACHED I II HII IV VI VII Name of joint venture Address of joint venture Street City State Zip Phone number of joint venture Identify each non DBE venture s Name of Firm Address Street Cit
64. act or any direct pecuniary interest in any Contract which will be wholly or partially performed by the payment of funds or the transfer of property of Pace in accordance with Section 4 03 of the Pace Regulations Governing Public Bidding Ordinance SBD 92 102 Conflict In Provisions In the event of a conflict between any of the terms and conditions contained in the base Contract and its referenced exhibits the base Contract provisions shall apply unless otherwise provided for Trade Names In cases where an item is identified in these Contract documents by a manufacturer s name trade name catalog number or reference it is understood that the Contractor shall furnish the item so identified or shall furnish an equal unless specified elsewhere in the bid documents The specific article equipment or material mentioned shall be understood as establishing the type function and minimum standard of design efficiency quality and performance desired and shall not be construed in such a manner as to exclude manufacturer s products of comparable design efficiency quality and performance Bid quotations on other makes or catalog numbers will be considered for current or future purchases provided the Contractor clearly states that an equal is proposed and he furnishes sufficient information with his bid to determine compliance Warranties The following warranty will apply unless otherwise provided for in the Contract documents The Contractor warran
65. agrees that it will not discriminate against any employee or applicant for employment because of race color creed national origin sex age or disability In addition the Contractor agrees to comply with applicable Federal implementing regulations and other implementing requirements FTA may issue 1 15 2014 Revision 35 21 22 23 Exhibit B 3 Equal Employment Opportunity The following equal employment opportunity requirements apply to the underlying Contract a Race Color Creed National Origin Sex In accordance with Title VII of the Civil Rights Act as amended 42 U S C 2000e and Federal transit laws at 49 U S C 5332 the Contractor agrees to comply with all applicable equal employment opportunity requirements of U S Department of Labor U S DOL regulations Office of Federal Contract Compliance Programs Equal Employment Opportunity Department of Labor 41 C F R Parts 60 et seq which implement Executive Order No 11246 Equal Employment Opportunity as amended by Executive Order No 11375 Amending Executive Order 11246 Relating to Equal Employment Opportunity 42 U S C 2000e note and with any applicable Federal statutes executive orders regulations and Federal policies that may in the future affect construction activities undertaken in the course of the Project The Contractor agrees to take affirmative action to ensure that applicants are employed and that employees are treated durin
66. ance approval Within five 5 business days of Pace s request and prior to contract award the insurance company or its representative shall submit an insurance certificate and corresponding endorsements that meet or exceed Pace s requirements Purchasing Manager Pace Suburban Bus Service 550 West Algonquin Road Arlington Heights IL 60005 4412 FAILURE to comply with Pace s Insurance Requirements and provide evidence of insurance coverage as required by contract may result in your bid or proposal being rejected as not responsible The Contractors failure to carry maintain and or document required insurance shall constitute a breach of the contract Any failure by Pace to demand or receive proof of insurance coverage shall not constitute a waiver of Contractors obligation to obtain the required insurance The Contractors expressly agree that these insurance provisions in no way limit the Contractors responsibilities under other provisions of the Contract including the hold harmless and indemnification clause Contractors insurance agent shall upon request by Pace furnish a copy of the insurance policy addressed to the Purchasing Department Manager Contractors shall not commence work herein until they have obtained the required insurance and has received Pace s approval 1 8 14 Revision
67. antity 1 License Care Pack 3 Year 4 Hour 24x7 Hardware for ProLiant DL320 or equal business server for listed on Line 16 of the Price proposal shall have the following salient characteristics 3 years onsite hardware support Service enhancement above standard warranty Repair at your site home or office Fixed cost of ownership Includes parts labor and travel at no extra cost No additional charges or surprises Service and support direct from manufacturer Duration 3 years Response time 4 hours Service time days x hours 7x24 On site support Yes Compatibility ProLiant DL320or equal business server Support quoted by the Contractor on Line 14 of the Price Proposal Exhibit C Page 9 of 34 Group D Business Servers Business Servers listed on Line 17 of the Price proposal shall have the following salient characteristics 24TB Raw capacity 16TB Usable capacity Should be able to expand the capacity to 168TB Raw 124TB Usable Qty 12 2 TB 6G 7 2K LFF Dual port MDL SAS included per server Host interface per server e Qty 2 ports per controller 10 GbE e Qty 2 ports per controller 8 Gb Fibre Channel e Qty 4 ports per controller 1Gb Ethernet Write performance of 5 4TB hr Max Catalyst performance rate of 14TB hr 24 virtual tape libraries and NAS targets 24 576 Tape cartridges emulated maximum 24 source appliances maximum Tape device emulated HP LTO 2 LTO 3 LTO 4 LTO 5 LTO 6 Ultrium Tape Drives in MSL2024 Tape
68. any bidder or anyone else interested in the proposed contract State of Illinois Ineligible Contractors and Subcontractors The Contractor shall certify that it is not barred from contracting with any unit of State or local government as a result of a violation of either Section 33E 3 or 33E 4 of the Illinois Criminal Code Ill Rev Stat Chap 38 33E 1 ET SEQ 1 15 2014 Revision 38 Exhibit B BUY AMERICA CERTIFICATION This Certification is required to be completed and returned with the solicitation if the offer EXCEEDS 100 000 and federal funds are to be utilized A Execute one of the two certifications below as appropriate for steel or manufactured products 1 2 Certificate of Compliance With Section 165 a The bidder hereby certifies that it will comply with the requirements of Section 165 a of the Surface Transportation Assistance Act of 1982 and applicable regulations in 49 CFR Part 661 Company Signature Typed Title Date Certificate of Non Compliance With Section 165 a The bidder hereby certifies that it cannot comply with the requirements of Section 165 a of the Surface Transportation Act of 1982 but it may qualify for an exception to the requirement pursuant to Section 165 b 2 or b 4 of the Surface Transportation Assistance Act and regulations in 49 CFR Part 661 7 Company Signature Typed Title Date OR B Execute one of the two certifications below as appropriate for buses rol
69. aracteristics listed in Exhibit C Specification Equal Specify manufacturer and part number and provide technical literature Minimum quantity is 3 maximum quantity is 3 22 Care Pack or equal Software Enterprise Standard Support Advance Backup 1TB 1 Year for backup quoted on Line 19 HP catalog HM610A1 7TU If not available may quote direct replacement product HP catalog Or Equal with the salient characteristics listed in Exhibit C Specification O Equal Specify manufacturer and part number and provide technical literature Minimum quantity is 2 maximum quantity is 2 10 21 2014 Revision Exhibit A Page 15 of 26 23 StoreOnce 41 4500 or equal Backup System Support HP 3Y 4 hr 24x7 Proactive Care Service for server quoted on Line 17 HP catalog H1K92A3 9LA If not available may quote direct replacement product HP catalog Or Equal with the salient characteristics listed in Exhibit C Specification O Equal Specify manufacturer and part number and provide technical literature Minimum quantity is 1 maximum quantity is 2 Up to 24 StoreOnce or equal Basic Installation service for server quoted on Line 17 HP catalog HA113A1 5KK If not available may quote direct replacement product HP catalog Or Equal with the salient characteristics listed in Exhibit C Specifica
70. are deemed to be constructively made or incurred during such weekly period Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed without regard to skill except as provided in 29 CFR Part 5 5 a 4 Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein Provided that the employer s payroll records accurately set forth the time spent in each classification in which work is performed The wage determination including any additional classifications and wage rates conformed under paragraph 1 ii of this section and the Davis Bacon poster WH 1321 shall be posted at all times by the Contractor and its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers 1i A The contracting officer shall require that any class of laborers or mechanics including helpers which is not listed in the wage determination and which is to be employed under the Contract shall be classified in conformance with the wage determination The contracting officer shall approve an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met 1 Except with respect to helpers as defined as 29 CFR 5 2 n 4 the work to be performed by the cla
71. as amended 33 U S C 1251 et seq The Contractor agrees to report each violation to Pace and understands and agrees that Pace will in turn report each violation as required to assure notification to FTA and the appropriate EPA Regional Office 2 The Contractor also agrees to include these requirements in each subcontract exceeding 100 000 financed in whole or in part with Federal assistance provided by FTA 9 Byrd Anti Lobbying Amendment Byrd Anti Lobbying Amendment 31 U S C 1352 as amended by the Lobbying Disclosure Act of 1995 P L 104 65 to be codified at 2 U S C 1601 et seq Contractors who apply or bid for an award of 100 000 or more shall file the certification required by 49 CFR part 20 New Restrictions on Lobbying Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency a member of Congress officer or employee of Congress or an employee of a member of Congress in connection with obtaining any Federal Contract grant or any other award covered by 31 U S C 1352 Each tier shall also disclose the name of any registrant under the Lobbying Disclosure Act of 1995 who has made lobbying contacts on its behalf with non Federal funds with respect to that Federal Contract grant or award covered by 31 U S C 1352 Such disclosures are forwarded from tier to tier up to the recipient
72. ay Size 25 e Input Signal e VGA e HDMI e DVI D with HDCP support e Brightness 250 m e Contrast ratio static 1000 1 dynamic 1000000 1 e Pixel Pitch 0 288 mm e Response Time 7 ms GtG with overdrive e Tilt and Swivel Angle Tilt 5 to 25 e Warranty e Support Details Full Contract Period 1 years e Support Details Location On site e Support Details Service Included Parts and labor e Support Details Type Limited warranty 0x2x32 KVM or equal Server Console Switch G2 with Virtual Media CAC Software listed on Line 38 of the Price proposal shall have the following salient characteristics Built in port tiering Yes Maximum supported servers cascaded 1024 Mounts in a OU rack space Yes Multiple language support Yes Multiple OS support Yes Compatible with Windows and Linux clients Number of server ports with 1 KVM switch 32 Number of Users 2 Seamless integration with iLO RiLOE Yes Number of Computers Supported 32 Rack Height 1U Height 1 7 Width 17 2 Depth 9 3 Exhibit C Page 21 of 34 TFT7600 G2 KVM or equal Console Rackmount Keyboard US Monitor listed on Line 39 of the Price proposal shall have the following salient characteristics e KVM Switch No e Number of Computers Supported 1 e Display amp Graphics e Screen Size 17 e Display Screen Type LCD e Screen Mode WXGA e Screen Resolution 1600 x 900 e Pointing Device Type TouchPad e Interfaces Ports e PS 2 Port 2 ports e USB
73. bits are attached hereto and become a part of any award that may result If there is any conflict in the provisions contained in these Exhibits then the more stringent shall take precedence Exhibit A Special Contract Conditions Price Proposal Exhibit B General Contract Conditions 10 21 2014 Revision Exhibit A Page 4 of 26 Exhibit C Specification Exhibit D Insurance Requirements 15 Bid Submittal Check List The following documents should be submitted with your bid or it may be considered non responsive Bidders are further cautioned not to qualify their bids by modifying the contract documents either by alteration or supplemental statements or documents including but not limited to quotation forms agreement documents or exceptions All bids are to be in accordance with this Invitation for Bid and become the property of Pace Bids that are not so made may be rejected as non responsive C gagag o o aog Return all original bid documents please ensure that the Signature Page is signed and dated Acknowledge any addenda on page 26 of this Exhibit A submit all documents as instructed by the addenda For any or equal product proposed submit technical specifications documentation literature proving equivalence Submit your bid in a sealed envelope stating IFB No 413364 for Blanket Contract for IT Hardware Sign date and complete the Buy America Certification Complete and sign the Certification
74. ce of this contract Pace reserves the right to review the certified payrolls for the Contractor and all contractors working on this contract Further if problems should arise with respect to the Contractor s subcontract with any DBEs please contact Pace s DBE Liaison Officer so that Pace may be apprised of all DBE issues Substitution or Termination of DBE Firms The Contractor may not terminate a listed and approved DBE subcontractor or an approved substitute DBE firm without the prior written approval of Pace s DBE Liaison Officer and Pace s Project Manager This includes but is not limited to instances in which a Contractor seeks to perform work originally designated for a DBE subcontractor with its own forces or those of an affiliate anon DBE firm or with another DBE firm The Contractor will have to show good cause in order to terminate the listed and approved DBE firm 1 15 2014 Revision 10 Exhibit B Good Cause includes the following circumstances en The listed DBE subcontractor fails or refuses to execute a written contract The listed DBE subcontractor fails or refuses to perform work of its subcontract in a way consistent with normal industry standards Provided however that good cause does not exist if the failure or refusal of the DBE subcontractor to perform its work on the subcontract results from the bad faith or discriminatory action of the Contractor The listed DBE subcontractor fails or refuses to meet
75. contract performance Identify by name and firm only 1 Supervision of field operations 2 Major purchases 3 Estimating 4 Estimating IX Financial Controls of Joint Venture A Which firm and or individual will be responsible for keeping the books of account B Identify the managing partner if any and describe the means and measure of their compensation 1 15 2014 Revision 20 SCHEDULE C AFFIDAVIT OF DBE NON DBE JOINT VENTURE C 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 contract or the work of this X State the approximate number of personnel by trade needed to perform the joint venture s work under this contract Indicate whether they will be employees of the majority firm DBE firm or the joint venture Trade Non DBE Firm DBE Joint Venture number number number Professional Administrative Clerical Unskilled Labor 1 15 2014 Revision 21 Exhibit B If any personnel proposed for this project will be employees of the joint venture A Are any proposed joint venture employees currently employed by either venture Employed by non DBE number Employed by DBE B Identify by name and firm the individual who wil
76. contract will be sublet to DBE Subcontractors 15 of the dollar amount of the DBE s subcontract will be sublet to non DBE Subcontractors NOTICE IF THE DBE WILL NOT BE SUBCONTRACTING ANY OF THE WORK DESCRIBED IN THIS SCHEDULE A ZERO 0 MUST BE SHOWN IN EACH BLANK ABOVE IF ANY DOLLAR AMOUNT OF THE DBE s SCOPE OF WORK WILL BE SUBLET A BRIEF EXPLANATION AND DESCRIPTION OF THE WORK TO BE SUBLET MUST BE LISTED BELOW 16 NOTICE Any misrepresentation regarding the status of a person or an entity in order to qualify for DBE status may result in conviction for a Class 2 felony including a penalty for one and a half times the value of the contract Material misrepresentation on any matter will also be grounds for terminating any contract which may be awarded and for initiating action under federal omstate laws concerning false statements The undersigned will enter into a formal written agreement for the above work with the Contractor conditioned upon their execution of a contract with Pace and will do so within thirty 30 calendar days of their receipt of a signed contract from Pace I further understand that any willful falsification fraudulent statement or misrepresentation will result in appropriate sanctions which may include debarment and or prosecution under applicable State and Federal laws 17 18 Print Name and Title Signature of Owner President or Authorized Agent of DBE 19 Date Pursuant to 49 CFR 26 13 b e
77. d Drive e Capacity 500 GB e Interface Type SATA e Spindle Speed 7200 rpm e Type HDD Audio Output e Compliant Standards DTS Audio e Form Factor Integrated e Sound Output Mode Stereo Network e WLAN 802 11 b g n Graphics e Integrated HD Graphics 4600 EliteDesk 800 G1 Core i5 or equal Desktop PC listed on Line 34 of the Price proposal shall have the following salient characteristics Operating System e Windows 7 Professional or equal 64 bit sytem Processor e Type i5 4590 processor or equal Quad Core 3 3 GHz processor with turbo 3 7 GHz e Clock Speed 3 3 GHz e Generation 4 e Installed Qty 1 Exhibit C Page 16 of 34 Max Supported Qty 1 Max Turbo Speed 3 7 GHz Number of Cores 4 Processor Main Features Turbo Boost Technology 2 e Optical Storage e Drive Type DVD SuperMulti e Interface Type Serial ATA e Type DVD RW R DL DVD RAM e RAM Data Integrity Check Non ECC Features Unbuffered Form Factor DIMM 240 pin Installed Size 8 GB Max Supported Size 32 GB Memory Specification Compliance PC3 12800 Memory Speed 1600 MHz e Technology DDR3 SDRAM e Storage Hard Drive e Capacity 500 GB e Interface Type Serial ATA 600 e Spindle Speed 7200 rpm e Type HDD e Audio Output e Compliant Standards DTS Sound High Definition Audio e Form Factor Integrated e Max Sampling Rate 192 kHz e Sound Output Mode Stereo e Interface Provided e USB 3 0 2 front 2 rear 4 total USB 2 0 6 DisplayPort
78. d Protocol Gigabit Ethernet e Wireless NIC Intel Dual Band Wireless AC 7260 e Wireless Protocol 802 1 lac Bluetooth 4 0 HS Interfaces Exhibit C Page 18 of 34 VGA Dock DisplayPort Headphone microphone combo jack e LAN e USB 3 0 Ports 3 e Battery Lithium ion Security Devices e Fingerprint reader e SmartCard reader Warranty e Limited 1 year standard parts and labor warranty Environmental Standards e ENERGY STAR Qualified Yes e EPEAT Compliant Yes e EPEAT Level EPEAT Gold UltraSlim Docking Station e Connectivity Technology Docking Charging Capability Yes Device Supported HP EliteBook Folio 9470m or equal USB 3 0 Ports 4 3 USB 3 0 ports 1 Charging port RJ 35 Jack 1 DisplayPort 1 la 1 DisplayPort 1 2 capable e VGA Port 1 Audio Line in jack 1 Audio Line out jack 1 Features Cable Lock Slot Warranty Limited 1 year warranty Elitebook Revolve 810 G2 or equal listed on Line 36 of the Price proposal shall have the following salient characteristics Operating System e Windows 7 Professional or equal 64 bit system Display Diagonal Size 11 6 inch LCD Backlight Technology LED backlight Multi Touch Display Yes Projector Monitor Features Ambient light sensor Corning Gorilla glass 3 HD ultra wide viewing angle UWVA anti glare Display Power Saving Technology DPST Touchscreen Yes multi touch Type LED Widescreen Display Yes Max Resolution 1366 x 768 Exhibit C Page 19 of 34
79. d wage rate including the amount designated for fringe benefits where appropriate the contracting officer shall refer the questions including the views of all interested parties and the recommendation of the contracting officer to the Administrator for determination The Administrator or an authorized representative will issue a determination within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30 day period that additional time is necessary D The wage rate including fringe benefits where appropriate determined pursuant to paragraphs a 1 i1 B or C of this section shall be paid to all workers performing work in the classification under this Contract from the first day on which work is performed in the classification iii Whenever the minimum wage rate prescribed in the Contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate the Contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof iv If the Contractor does not make payments to a trustee or other third person the Contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program Provided That the Secretary of Labor has found upon the written requ
80. deral Government The Contractor understands that the requirements of the Privacy Act including the civil and criminal penalties for violation of that Act apply to those individuals involved and that failure to comply with the terms of the Privacy Act may result in termination of the underlying Contract 2 The Contractor also agrees to include these requirements in each subcontract to administer any system of records on behalf of the Federal Government financed in whole or in part with Federal assistance provided by FTA Civil Rights Applicable to all Contracts greater than 3 000 The Contractor for itself its assignees and successors in interests agrees that it will comply with the following regulations 1 Construction Contracts For any Contract for construction the Contractor shall comply with the equal opportunity requirements of 41 CFR Subsection 60 1 4 b 1 and Subsection 60 1 4 c the provisions of Executive Order 11246 Subsection 202 and as set forth in the most current FTA Master Agreement available from the FTA website The Contractor shall include a citation to said requirements in all subcontracts 2 Nondiscrimination In accordance with Title VI of the Civil Rights Act as amended 42 U S C 2000d section 303 of the Age Discrimination Act of 1975 as amended 42 U S C 6102 section 202 of the Americans with Disabilities Act of 1990 42 U S C 12132 and Federal transit law at 49 U S C 5332 the Contractor
81. e purchase of IT Hardware equipment to include business servers desktops laptops all in ones tablets monitors switches and printers as specified in Exhibit C Specification on an as needed basis This is an indefinite delivery indefinite quantity contract with minimum and maximum quantities for each line item listed in the Price Proposal section of this Exhibit A Contract Term The contract period will be one year Contract shall begin immediately upon execution Basis of Award This contract will be awarded to the lowest responsive and responsible bidder on the basis of the Grand Total This Contract shall be effective as of the date when it is signed by Pace and a fully executed Contract is mailed to the winning bidder The prices submitted in the Bidder s Price Proposal will be firm fixed unit prices for the duration of the contract Bids shall be irrevocable for a period of ninety 90 days Approved Products The bidding Contractor must be authorized by the OEM All equipment must be new unless otherwise specified Products proposed shall be any of the approved Original Equipment Manufacturer OEM part numbers shown or approved equals that comply with the original equipment manufacturer s requirements or specifications and will not compromise any OEM warranties In cases where an item is identified in these Contract documents by a manufacturer s name trade name catalog number or reference it is understood that the Contractor shall
82. e Contractor will 10 21 2014 Revision Exhibit A Page 3 of 26 invoice Pace at 550 W Algonquin Road Arlington Heights IL 60005 Payment will be made within 30 days of receipt of an approved invoice 10 Retention of Records The Contractor shall maintain records to verify the actual time devoted and costs incurred These records shall be maintained for a minimum period of five years after completion of the contract at which time the Contractor may request permission from Pace to dispose of the records Upon fifteen 15 days notice from Pace all time sheets billings and other documentation used in preparing said records shall be made available for inspection copying or auditing by Pace at any time during normal business hours at Pace s headquarters location 11 Ownership of Records Pace shall retain ownership of all plans specifications and related documents and all other documents including but not limited to those mentioned above prepared by the Contractor under the Contract 12 Audit and Inspection of Records The Contractor shall permit the authorized representative of Pace the Regional Transportation Authority the State of Illinois the U S Department of Transportation and the Comptroller General of the United States to inspect and audit all data and records of the Contractor relating to his performance under the Contract Contractor acknowledges and agrees that representatives of the Office of Executive Inspector General
83. e Features ePrint AirPrint Auto On Auto Off 2 line LCD backlit control panel Gigabit networking Automatic two sided printing Mobile Printing Capability ePrint AirPrint Standard Connectivity 1 Hi Speed USB 2 0 1 Ethernet 10 100 1000T network Network Capabilities Via built in 10 100 1000T Ethernet network port Wireless Capability None Exhibit C Page 25 of 34 Processor Speed 800 MHz Memory Maximum Standard 256 MB Duty Cycle monthly Up to 50 000 pages Recommended Monthly Page Volume Up to 750 to 3 000 pages Paper Handling 50 sheet multipurpose tray 1 250 sheet input tray 2 automatic duplexer for two sided Printing Input Capacity Up to 300 sheets Up to 10 envelopes Printing Output Capacity Up to 150 sheets Up to 10 envelopes Up to 75 sheets transparencies Media Type Paper plain Green mode light heavy bond color letterhead preprinted prepunched recycled rough envelopes labels transparencies cardstock Media Weight Tray 1 16 to 43 1b 60 to 163 g m straight through paper path for special media Tray 2 16 to 32 lb 60 to 120 g m Media Sizes 3 in x 5 in 4 13 in x 5 83 in 8 5 in x 13 in A4 8 25 in x 11 7 in A5 5 83 in x 8 25 in A6 4 13 in x 5 83 in B5 6 93 in x 9 83 in Executive 7 25 in x 10 5 in JIS B5 7 17 in x 10 12 in Legal 8 5 in x 14 in Letter A Size 8 5 in x 11 in Media Sizes Custom Multipurpose tray 3 x 5 to 8 5 x 14 in 76 x 127 to 216 x 356 mm Tray
84. e and reference only and in no way define limit or describe the scope or intent of this Contract Indemnification The Contractor shall indemnify keep and save harmless Pace its agents officials and employees against all injuries losses claims suits costs and expenses which may accrue against Pace arising out of the services or products provided under this Contract including any copyright or patent infringement or claim of such infringement arising from the intended use of goods or services furnished hereunder The Contractor agrees to indemnify and hold harmless Pace its employees and Officers from any and all claims by persons or entities that may arise out of and in the course of its performance of this Contract and from any and all claims by its subcontractors employees or independent contractors which may arise out of and in the course of performance of this Contract Any and all claims for unemployment benefits and worker s compensation benefits are expressly waived by the Contractor its subcontractors employees and independent contractors who agree to maintain separate policies of insurance as hereinafter are provided in this agreement The Contractor shall retain independent counsel and at its expense shall assume and defend all claims demands and suits covered in this indemnification section Assignments The Contractor agrees that neither this Contract nor any part of it or any of the monies due from this Contract may be assigned
85. e authorized representatives to act for him Wherever any provision in this Contract specifies an individual such as but not limited to Engineer Resident Engineer Inspector Site Manager or Architect or organization whether Pace or private to perform any act on behalf of or in the interests of Pace that individual or organization shall be deemed to be Pace Purchasing Department Manager s authorized representative under this Contract but only to the extent so specified The Pace Department Manager Purchasing may at any time during the performance of this Contract vest in any such authorized representatives additional power and authority to act for him or designate additional representatives specifying the extent of their authority to act for him or designate additional representatives to the extent deemed necessary by him The Contractor shall perform the Contract in accordance with any order including but not limited to instruction direction interpretation or determination issued by an authorized representative in accordance with the authority to act for the Pace Department Manager Purchasing but the Contractor assumes all the risk and consequences of performing the Contract in accordance with any order including but not limited to instruction direction interpretation or determination of anyone not authorized to issue such order Conditions of Acceptance This Invitation for Bid or Request for Proposal expressly limits acceptance to t
86. e played any role in the original determination that the bidder did not document sufficient good faith efforts As part of this Reconsideration the bidder shall have the opportunity to provide written documentation or argument concerning the issue of whether it committed to meeting the contract goal or made adequate good faith efforts to do so The bidder can also request in writing to meet in person with Pace s Reconsideration Official to discuss these issues this request for a meeting must be submitted within five 5 business days after receipt of notification of non compliance Pace will send the bidder a written decision within ten 10 business days after its reconsideration request was received by Pace explaining Pace s basis for the finding that the bidder did or did not meet the goal or did or did not make adequate good faith efforts to do so The result of this reconsideration process is not administratively appealable to the United States Department of Transportation and Pace s decision shall be final 1 15 2014 Revision 9 Exhibit B DOCUMENTATION REQUIREMENTS A Documentation of Subcontracts and Subcontractor Agreements after Contract Award Within thirty 30 days upon receipt of an executed purchase order and contract the Contractor must submit to the DBE Liaison Officer at Pace copies of SIGNED contracts between the Contractor and the DBE company companies listed on its original DBE Schedules A and B FAILURE TO PROVI
87. e reserves the right to review the certified payrolls performance payment records concerning subcontractors payroll records tax returns and records and books of accounts for the Contractor and all subcontractors working on any Pace contract Full access shall be granted upon 48 hours notice by Pace or any duly authorized representative thereof or any law enforcement authority F Change Orders The contract specific DBE goals applicable to a contract may also be applicable to change orders or contract modifications when the proposed change order work relates to the services provided by the DBE subcontractor G Non Compliance and Sanctions 1 Determination of Non Compliance 1 15 2014 Revision 11 Exhibit B a Itwill be the responsibility of Pace s DBE Liaison Officer to monitor the compliance plan as well as the fulfillment of any special conditions work order goals or other obligations of the contract as it pertains to the DBE program and DBE goals b Prior to contract closeout the DBE Liaison Officer shall determine whether a Contractor has complied with the obligations under its compliance plan and other related requirements The Contractor has the burden of proving compliance with all obligations and requirements c If the Contractor fails to fulfill the requirements of the compliance plan or other compliance related contractual obligation Pace will notify the Contractor of the deficiencies Following notification the Co
88. e shall be determined at Pace s sole discretion Failure to provide technical information or product literature brochures with your bid proving equivalence for any proposed equal products may be cause for your bid to be rejected as non responsive Bidders are cautioned not to modify this Price Proposal by alternation and or supplemental statements or documents which may be cause for your bid to be rejected as non responsive Bidders must bid on all items in order to be considered responsive Do not leave line items blank If an individual item is to be provided at no cost because it is included with or bundled within another line item the bidder shall mark the price proposal for that item as 0 00 or as Included in Line GROUP A BUSINESS SERVERS Item Description Qty Unit Cost Total DL ProLiant DL380p Gen8 Business Server HP catalog 709942 001 Ifnot available may quote direct replacement product HP catalog 1 Or Equal with the salient characteristics specified in UP Exhibit C Specification to 16 O Equal Specify manufacturer and part number and provide technical literature Minimum quantity is 8 maximum quantity is 16 10 21 2014 Revision Exhibit A Page 6 of 26 16 GB 1 X 16GB Dual Rank Memory Kit HP catalog 708641 B21 O If not available may quote direct repl
89. ear face up door up to 100 sheets Top output bin up to 500 sheets 5 bin mailbox up to 500 sheets Duplex Print Options Automatic standard Media Types Paper bond color letterhead plain preprinted prepunched recycled rough light envelopes labels cardstock transparencies shelf edge labels user defined Max Media Size Standard A4 8 25 in x 11 7 in Legal 8 5 in x 14 in Min Max H Document Size 3 in 8 5 in Min Max V Document Size 5 in 14 in Min Max Media Weight 60 g m 200 g m Media Sizes 3 in x 5 in 3 95 in x 5 9 in A4 8 25 in x 11 7 in A5 5 83 in x 8 25 in A6 4 13 in x 5 83 in B6 4 92 in x 6 93 in Executive 7 25 in x 10 5 in JIS B5 7 17 in x 10 12 in Legal 8 5 in x 14 in Letter A Size 8 5 in x 11 in Media Handling 100 sheet multipurpose tray 2x 500 sheet input trays Multipurpose tray 1 3 x 5 to 8 5 x 14 in Tray 2 optional 500 sheet input tray 5 83 x 8 27 to 8 5 x 14 in Optional Custom media cassette 4 02 x 5 83 to 6 69 x 11 10 in Interfaces 1 Hi Speed USB 2 0 1 Gigabit Ethernet 2 External Host USB 1 walk up and 1 external accessible 2 internal Host USB 2 0 like ports for 3rd party connection 1 Hi Speed USB 2 0 HIP for 3rd party connection Network Capabilities Via Jetdirect 10 100 1000Base TX Ethernet embedded print server standard 802 3az EEE IPsec standard 802 11 b g n wireless networking optional Exhibit C Page 27 of 34 Network Protocols IPv4 IPv6
90. ed under this Contract shall be able to accurately process data between years and centuries Regulatory Compliance All goods and services furnished hereunder by the Contractor shall comply with all Federal State and local laws rules and regulations as applicable including but not limited to a Surface Transportation Assistance Act of 1982 Section 165a of Public Law 100 17 Buy America 1 15 2014 Revision 3 11 12 Exhibit B b The Occupational Safety and Health Act of 1970 and the Illinois Toxic Substance Act with respect to the design construction or use for their intended purpose of said goods or services and the labeling of all goods and containers for the protection and safety of persons and property Equal Employment Opportunity In connection with the execution of this Contract the Contractor shall not discriminate against any employee or applicant for employment because of race religion color sex age national origin ancestry marital status physical or mental handicap or unfavorable discharge from military service The Contractor shall take affirmative actions to insure that applicants are employed and that employees are treated during their employment without regard to their race religion color sex age national origin ancestry marital status physical or mental handicap or unfavorable discharge from military service Such action shall include but not be limited to the following employment upgrading
91. eding provisions include in part certain Standard Terms and Conditions required by DOT whether or not expressly set forth in the preceding Contract provisions All contractual provisions required by DOT as set forth in FTA Circular 4220 1F or most recent version are hereby incorporated by reference Anything to the contrary herein notwithstanding all FTA mandated terms shall be deemed to control in the event of a conflict with other provisions contained in this Agreement The Contractor shall not perform any act fail to perform any act or refuse to comply with any Suburban Bus Division of the Regional Transportation Authority Pace requests which would cause the Suburban Bus Division of the Regional Transportation Authority Pace to be in violation of the FTA terms and conditions IDOT RTA State Requirements 26 2T 28 Illinois Prevailing Wage Act 820 ILCS 130 It is the policy of the State of Illinois 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 This Act applies to the wages of laborers mechanics and other workers employed in any public works as stated in the Illinois Prevailing Wage Act 820 ILCS 130 by any public body and to anyone under Contract for public works This includes any maintenance re
92. edule B Confirmation of Proposed DBE Participation cceeecececee eee eeeeeeeeeeeeeeneneneneneneneneneneneaeaes 16 Schedule C Affidavit of DBE Non DBE Joint Venture 0 c cece cece cece eee een enna eee ene e beeen tee e eae eeattS 18 13 Disclosur s 203 2 2 aber eo keenest hat eee Rete ees hs odie ehh os Ro ene eee RO nae 23 J4 No OON S OA a Oe cede ewe eet eee 23 JA Conflict of Interest E hak he th Sa A A Ee a I A a 23 16 Conflict In Provisions lt s05 tech cine eis e a da a eT ee dee ees 23 Wika rade Naimes vchst e ics tet etd Ree ate et A ett E eth hd he aes T 23 T8 Warranties seo e eera eee Ea e decatncosentdnsdyedodbieceeuads cu deve e ar a ae e rae ae enian p eee eiee 23 19 Approximate Quantities and Line Items sseeeseeeseseeeseseeesestertsststresestestssrertssertestestentestertesterinestestesteetestertssertrsrerreseree 23 20 Retention of Recordsissa a EE Seca av eects R E REE ET E EE EEE ee AE a eRT aE R e ie aiat 23 2i Bid Prote si PrO OUE S T Hae ee a heen Aes etl Baste ETRE RS 23 22 Illinois Freedom of Information Act ccccccccsssccessssceceessececssncececseaeecseaececseaaececseeecsesaeeecseauececseseecsesaeeecseaeeeesseeseeneaes 26 23 Disput s Resolutioniin vienna ebb evtce ota nce Behe Shaweseubck avbs cocutece cud dh Bobs locuubeeva ch sada seu vnoucabde tubs Eo EEE a E E tic cvans 27 SECTION C FTAADOT RTA REQUIREMENTS cescsesssssesssecensconscnssons
93. eed the following parameters coverage is written on an ISO CG 00 01 or other equivalent coverage form with the following limits Each Occurrence 1 000 000 General Aggregate 2 000 000 Products Completed Operations Aggregate 2 000 000 Personal amp Advertising Injury 1 000 000 1 8 14 Revision Exhibit D Page 2 of 3 Xx With respect to the Commercial General Liability Insurance the Regional Transportation Authority RTA and Pace the Suburban Bus Division of the RTA shall be added by endorsement as Additional Insureds on the Contractor s CGL policy Commercial General Liability Additional Insured Vendors The Contractor shall provide Pace with a copy of an ISO CG 20 15 endorsement Additional Insured Vendors from the Manufacturer s insurer of the product s sold to Pace The endorsement shall provide the Contractor with Additional Insured status under the Manufacturer s Commercial General Liability Products Completed Operations policy Endorsement CG 20 15 requires that the Contractor be scheduled named on this policy and endorsement and that the products covered under this endorsement are also scheduled In cases where the Contractor sells numerous products for a specific Manufacturer it is acceptable for the endorsement to read All Vendors or Blanket all Vendors LJ Business Automobile Insurance with a Combined Single Limit CSL of not less than 1 000 000 per accident for bodily injury and property damage l
94. eonsesncossesessssesesseesnecoascossenseonseonsesnsesessseesessresenssnscnees 28 TL Fly America Requirements aseene sachsen sedteounesstencpeugcvecb ah tees cpu gevoencastctepaapelecs dbevcbesedcuences REE e EE EERE ER 28 2 Surface Transportation Assistance Act Buy America oo ceeeeeeeeeeeeeeesecesecssecsaecsaecsaecaeecaeseaeseaeseeeeeesseenseenseenas 28 1 15 2014 Revision 1 Exhibit B 3 Charter Service Operations iio hates sie eE wie ad nics RU Mi i ae oe el ei tenes RU ieee 28 4 School Bus Operations scnis ning eden aie ett en gee seh aoe ee eh aimee 29 5 Cargo Preference Use of United States Flag Vessels oo eee eeeecceescesecesecesecssecsaecsaecseecsessaeseaesseesseeeseenseeseeaeenaes 29 Gis SISTINE SALCCYE 5 at ccvse ci e E RE E E EEE Seah ounsede dais deus egy sensens Ohaus cvotecnes cet dome oe subdomv unten aesSee mbes 29 7 Energy Conservation Requirements 0 0 ee eeeecesecesecssecssecseecseeeneeeeecseeesscesecssecsecsaecsaecsaecseecseseseseaeeeeeeeeasesecsasenaeenaes 29 8 Clean Water Requirements s2 5 9 2 sty cetacean tee Re te ee A ee ede ee SR eI a 29 9 Byrd Anti Lobbying Amendment 252 5550 eroe tees sees eee eiseres sraa o RoE coh Re TREE s Poa a SSE soy sucha sdeupeesces rs ORES EEEN isIE 29 LO E C S E E EEE E E E EEE E E O EEE E O 30 TL Federal Cham peso 5 0055 oni enaa cot inoa A E EE EEE date se Such lus EEEE E E E
95. er insight control management suite and insight on line web based system monitoring dashboard per server 1U form factor Password for security management System insight display on the front bezel Fully redundant hot plug system fans Integrated Lights Out or equal control software Server must have Unit Identification Light Server must have at least two 2 PCIe expansion slots Interfaces per server USB 2 0 Ports 2 front 4 rear 1 internal Video 1 1 iLO connector and 1 Serial connector Intelligent provisioning feature which has all the pre loaded firmware drivers and tools and not on CDs The built in smart update capability must recognize if the system software is out of date and should automatically download the latest update Three year limited warranty for parts and 24x7xNBD support per server 9 5mm SATA DVD ROM Optical Drive included with the server listed on Line 14 of the Price proposal shall have the following salient characteristics Storage Capacity 600 GB Form Factor 2 5 SFF Maximum External Data Transfer Rate 768 MBps 6 Gbps Rotational Speed 10000 rpm Average Seek Time 4 ms Drive Interface SAS Exhibit C Page 7 of 34 Drive Interface Standard 6Gb s SAS Drive Type Internal Hot Pluggable Yes Limited Warranty 3 Year 16GB 4x4GB Dual Rank x8 PC3L 10600 DDR3 1333 Unbuffered CAS 9 Memory Kit or equal Memory Kit included with the server listed on Line 14 of the Price proposal shall have the fo
96. er server e Qty 1 1Gb 366i Ethernet Adapter with 4 Ports per network controller per server e Server must include 24GB 6X4GB DDR3 SDRAM PC3 10600 memory and support at least 12 DIMM slots and capable of having a maximum of 192GB of memory per server Qty 2 460W Common Slot Gold Hot Plug Power Supply Server must be compatible with systems insight manager deployment manager insight control management suite and insight on line web based system monitoring dashboard per server 2U form factor 8 Bay Small Form Factor Drive Cage Gen8 CPU1 Riser Kit Password for security management System insight display on the front bezel 2U Small Form Factor Ball Bearing Gen8 Rail Kit With Cable Management Arm Ability to support up to eight 8 SFF SAS SATA SSD hot plug drives Fully redundant hot plug system fans Integrated Lights Out or equal control software Server must have Unit Identification Light Server must have at least two 2 PCIe expansion slots Interfaces per server USB 2 0 Ports 2 front 4 rear Display video 1 front and 1 rear 1 iLO connector LAN Gigabit Ethernet 4 and 1 Serial connector Intelligent provisioning feature which has all the pre loaded firmware drivers and tools and not on CDs The built in smart update capability must recognize if the system software is out of date and should automatically download the latest update Three year limited warranty for parts and 24x7xNBD support per server 300GB 6G SA
97. es the following factors in determining whether a DBE trucking company is performing a commercially useful function i The DBE must be responsible for the management and supervision of the entire trucking operation for which it is responsible on a particular contract and there cannot be a contrived arrangement for the purpose of meeting DBE goals ii The DBE must itself own and operate at least one fully licensed insured and operational truck used on the contract iii The DBE receives credit for the total value of the transportation services it provides on the contract using trucks it owns insures and operates using drivers it employs iv The DBE may lease trucks from another DBE firm including an owner operator who is certified as a DBE The DBE who leases trucks from another DBE receives credit for the total value of the transportation services the lessee DBE provides on the contract v The DBE may also lease trucks from a non DBE firm including an owner operator The DBE who leases trucks from a non DBE is entitled to credit only for the fee or commission it receives as a result of the lease agreement The DBE does not receive credit for the total value of the transportation services provided by the lessee since these services are not provided by a DBE and vi For purposes of this subparagraph d a lease must indicate that the DBE has exclusive use of and control over the truck This does not preclude the leased truck from workin
98. esentative of the Department of Labor withhold or cause to be withheld from the Contractor under this Contract or any other Federal Contract with the same prime Contractor or any other federally assisted Contract subject to Davis Bacon prevailing wage requirements which is held by the same prime Contractor so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics including apprentices trainees and helpers employed by the Contractor or any subcontractor the full amount of wages required by the Contract In the event of failure to pay any laborer or mechanic including any apprentice trainee or helper employed or working on the site of the work or under the United States Housing Act of 1937 or under the Housing Act of 1949 in the construction or development of the project all or part of the wages required by the Contract the Suburban Bus Division of the Regional Transportation Authority Pace may after written notice to the Contractor sponsor applicant or owner take such action as may be necessary to cause the suspension of any further payment advance or guarantee of funds until such violations have ceased 3 Payrolls and basic records i Payrolls and basic records relating thereto shall be maintained by the Contractor during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work or under the United States H
99. est of the Contractor that the applicable standards of the Davis Bacon Act have been met The Secretary of Labor may require the Contractor to set aside in a separate account assets for the meeting of obligations under the plan or program v A The contracting officer shall require that any class of laborers or mechanics which is not listed in the wage determination and which is to be employed under the Contract shall be classified in conformance with the wage determination The contracting officer shall approve an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met 1 The work to be performed by the classification requested is not performed by a classification in the wage determination and 2 The classification is utilized in the area by the construction industry and 3 The proposed wage rate including any bona fide fringe benefits bears a reasonable relationship to the wage rates contained in the wage determination B If the Contractor and the laborers and mechanics to be employed in the classification if known or their representatives and the contracting officer agree on the classification and wage rate including the amount designated for fringe benefits where appropriate a report of the action taken shall be sent by the contracting officer to the Administrator of the Wage and Hour Division Employment Standards Administration Washington DC 20210 The Administrat
100. eted SCHEDULE C must be attached Note This Checklist serves solely as a reference guide to assist the Bidder in adequately submitting all required documents 1 15 2014 Revision 15 SCHEDULE B CONFIRMATION OF PROPOSED DBE PARTICIPATION Proposer s failure to submit both pages of this form with its bid will result in the bid being rejected inits entirety IFB RFP NUMBER 1 NAME OF PROJECT 2 FROM 3 TO 4 and Pace Name of DBE firm Name of Contractor 5 6 Address of DBE Firm Phone Number of Authorized Agent of DBE firm 7 Email Address of Authorized Agent DBE firm The DBE status of the undersigned is confirmed by the attached Letter of Certification fromthe IL UCP dated 8 If proposing to perform as a DBE non DBE Joint Venture the Letter of Certification from the DBE venturer is attached along with a completed Schedule B and joint venture agreement The undersigned is prepared to provide the following described services or supply the following described goods in connection with the above named project contract Description Type of Work In Detail 9 uantity If Applicable 10 Dollar Amount of DBE Contract 11 TOTAL VALUE 2 Multi Phase Project s For those projects that are multi phase please indicate the phase in which the DBE will be performing work 13 1 15 2014 Revision 16 SCHEDULE B AFFIDAVIT OF DBE SUBCONTRACTOR Subcontracting Levels 14 of the dollar amount of the DBE s sub
101. g employment without regard to their race color creed national origin sex or age Such action shall include but not be limited to the following employment upgrading demotion or transfer recruitment or recruitment advertising layoff or termination rates of pay or other forms of compensation and selection for training including apprenticeship In addition the Contractor agrees to comply with any implementing requirements FTA may issue b Age In accordance with section 4 of the Age Discrimination in Employment Act of 1967 as amended 29 U S C 623 and Federal transit law at 49 U S C 5332 the Contractor agrees to refrain from discrimination against present and prospective employees for reason of age In addition the Contractor agrees to comply with any implementing requirements FTA may issue c Disabilities In accordance with section 102 of the Americans with Disabilities Act as amended 42 U S C 12112 the Contractor agrees that it will comply with the requirements of U S Equal Employment Opportunity Commission Regulations to Implement the Equal Employment Provisions of the Americans with Disabilities Act 29 C F R Part 1630 pertaining to employment of persons with disabilities In addition the Contractor agrees to comply with any implementing requirements FTA may issue 4 The Contractor also agrees to include these requirements in each subcontract financed in whole or in part with Federal assistance prov
102. g exclusive school bus service under an allowable exemption recipients and sub recipients may not use federally funded equipment vehicles or facilities 5 Cargo Preference Use of United States Flag Vessels The Cargo Preference requirements apply to all Contracts greater than 3 000 which involving equipment materials or commodities which may be transported by ocean vessels The Contractor agrees A To utilize privately owned United States flag commercial vessels to ship at least 50 of the gross tonnage computed separately for dry bulk carriers dry cargo lines and tankers involved whenever shipping any equipment materials or commodities pursuant to this Contract to the extent such vessels are available at fair and reasonable rates for United States flag commercial vessels B To furnish within 20 days following the date of loading for shipment originating within the United States or within 30 working days following the date of loading for shipments originating outside the United States a legible copy of a rated on board commercial ocean bill of lading in English for each shipment of cargo described in the preceding paragraph to Pace through the prime Contractor in the case of subcontractor bills of lading and to the Division of National Cargo Office of Market Development Maritime Administration 400 Seventh Street S W Washington D C 20590 marked with appropriate identification of the project C To insert the substance of
103. g for others during the term of the lease with the consent of the DBE so long as the lease gives the DBE absolute priority for use of the leased truck Leased trucks must display the name and identification number of the DBE e Ifa DBEis presumed not to be performing a commercially useful function as provided in these requirements the DBE may present evidence to rebut this presumption Pace may determine that the firm is performing a commercially useful function given the type of work involved and normal industry practices f Pace s decisions on commercially useful function matters are subject to review by the Federal Transit Administration but are not administratively appealable to United States Department of Transportation 7 Pace counts expenditures with DBEs for materials or supplies toward DBE goals as provided in the following a Ifthe materials or supplies are obtained from a DBE manufacturer Pace counts 100 percent 100 of the cost of the materials or supplies toward DBE goals b For purposes of these requirements a manufacturer is a firm that operates or maintains a factory or establishment that produces on the premises the materials supplies articles or equipment required under the contract and of the general character described by the specifications c If materials or supplies are purchased from a DBE regular dealer Pace counts sixty percent 60 of the cost of the materials or supplies toward DBE goals d For pu
104. g the term of this Contract The Contractor s failure to so comply shall constitute a material breach of this Contract Clean Air Requirements The Clean Air requirements apply to all Contracts exceeding 100 000 including indefinite quantities where the amount is expected to exceed 100 000 in any year The Clean Air requirements flow down to all subcontracts which exceed 100 000 1 The Contractor agrees to comply with all applicable standards order or regulations issued pursuant to the Clean Air Act as amended 42 U S C 7401 et seq The Contractor agrees to report each violation to Pace and understands and agrees that Pace will in turn report each violation as required to assure notification to FTA and the appropriate EPA Regional Office 2 The Contractor also agrees to include these requirements in each subcontract exceeding 100 000 financed in whole or in part with Federal assistance provided by FTA Recovered Materials The Contractor agrees to comply with all the requirements of Section 6002 of the Resource Conservation and Recovery Act RCRA as amended 42 U S C 6962 including but not limited to the regulatory provisions of 40 CFR Part 247 and Executive Order 12873 as they apply to the procurement of the items designated in Subpart B of 40 CFR Part 247 Davis Bacon and Copeland Anti Kickback Acts The Davis Bacon and Related Acts apply to Contractors and subcontractors performing on federally funded or assisted Contracts in e
105. goal the DBE bidder must list the additional DBE subcontractor s that will satisfy the DBE goal along with their scope of work and agreed upon subcontract amount s Schedule B must also be notarized DBE RESPONSIBILITY REQUIREMENTS A DBE Joint Ventures If the bidder is a DBE joint venture a two party signed joint venture agreement Schedule C must be submitted to Pace for Pace s approval along with your bid This agreement must address the administrative financial and field responsibilities of each partner The DBE participation must meet the criteria as set forth in the definitions in the following section Calculating DBE Participation 1 15 2014 Revision 4 B Exhibit B Substitutions The bidder cannot substitute any DBEs listed on Schedule A or C if a joint venture without prior written approval from Pace CALCULATING DBE PARTICIPATION Pace will only count those DBEs that are certified by the IL UCP at the time of bid opening towards a Pace Contract goal A Definitions Disadvantaged Business Enterprise or DBE means a for profit small business concern that meets all of the following criteria 1 Isat least fifty one percent 51 owned by one or more individuals who are both socially and economically disadvantaged or in the case of a corporation in which fifty one percent 51 of the stock is owned by one or more such individuals 2 Whose management structure and daily business operation
106. he terms and conditions stated herein and any supplementary or additional terms and conditions annexed hereto or incorporated herein by reference Any additional or different terms and conditions proposed by the Contractor are objected to and hereby rejected unless accepted by Pace prior to the time and date of bid opening The Contractor further understands and agrees that if this bid is accepted the Contractor is to furnish any and all of the items or services upon which prices are quoted at the price and delivery time stated subject to all terms conditions and requirements set forth in the bid and in the resulting Contract Pace reserves the right to extend the bid quotation opening date and to reject any or all bid quotations or any part thereof Pace further reserves the right to excuse informalities in the bid 1 15 2014 Revision 1 10 11 Exhibit B quotations and bidding when in the judgment of Pace the best interests of Pace will be served and the spirit of competition will be maintained Withdrawal of Bids Once submitted bids may only be withdrawn with Pace s consent prior to bid opening and may be superseded by a subsequent timely bid Any bid received after the time and date specified for opening or any postponement thereof will not be considered Bids shall be irrevocable for a period of ninety 90 days after the opening thereof by Pace Errors in Bids The Contractor is cautioned to verify any Bids made before submis
107. hibit B protest Pace reserves the right to give due consideration to the good faith efforts of the protestor to resolve the issue involved through informal methods B Definitions For purposes of this section 1 The term days refers to working days of Pace 2 The term interested party means any person a who is an actual bidder proposer or prospective bidder proposer in the procurement involved and b whose direct economic interest would be affected by the award of the Contract or by a failure to award the Contract C Submission of Protests Any interested party may file a bid protest with Pace on the basis that Pace has failed to comply with applicable Federal or State law or with Pace s Procurement Regulations The protest must be filed in accordance with the timing requirements set forth in subsection D of this section and must include 1 The name and address of the protestor 2 The number of the Contract solicitation 3 A statement of the grounds for the protest and in particular the Federal or State law or Authority Regulation alleged to have been violated this statement should be accompanied by any supporting documentation the protesting party desires Pace to consider in making its decision Protests should be submitted to Department Manager Purchasing Pace 550 W Algonquin Road Arlington Heights IL 60005 D Types of Protests and Timing The requirement for timely filing of a bid protest with Pace will depend upon the type of p
108. iability arising from owned non owned and hired vehicles LJ With respect to the Business Auto Liability Insurance the Regional Transportation Authority RTA and Pace the Suburban Bus Division of the RTA shall be added by endorsement as Additional Insureds on the Contractor s Auto policy LJ Umbrella Liability Insurance affording limits of not less than 1 000 000 each occurrence and 1 000 000 aggregate coverage Such umbrella coverage shall contain the following policy provisions and or endorsements defense investigation and supplementary payments outside or in addition to the policy limits 30 day Notice of Cancellation Definition of Who is an insured includes Any person or organization that is an insured under any policy of underlying coverage and the Contractor must maintain underlying insurance as scheduled when the Umbrella coverage was bound Umbrella Liability Insurance is not required when the Primary General Liability policy limits and the Primary Automobile Liability policy limits are equal to or greater than the combined total of the Primary and Umbrella insurance policy limits requirement X Technology Errors and Omissions Cyber Liability Insurance The third party liability policy shall include the following coverage and limits of coverage Third Party Coverage Part Includes coverage for Required Minimum Sublimit Professional Services Acts Errors or Omissions in the course 1 000 000_
109. ided by FTA modified only if necessary to identify the affected parties Patent Rights Patent and rights in data requirements for federally assisted projects ONLY apply to research projects in which FTA finances the purpose of the grant is to finance the development of a product or information on Contracts greater than 3 000 These patent and data rights requirements do not apply to capital projects or operating projects even though a small portion of the sales price may cover the cost of product development or writing the user s manual This Agreement shall be subject to the FTA s policy on any invention improvement or discovery conceived or first actually reduced to practice in conjunction with planning research development or demonstration projects as stated in the most current FTA Master Agreement available from the FTA website Copyright and Rights in Data Patent and rights in data requirements for federally assisted projects ONLY apply to research projects in which FTA finances the purpose of the grant is to finance the development of a product or information on Contracts greater than 3 000 These patent and data rights requirements do not apply to capital projects or operating projects even though a small portion of the sales price may cover the cost of product development or writing the user s manual This Agreement shall be subject to the FTA s policy on copyrights and rights in data with respect to reports and other technical materials devel
110. ing 2 processors 24GB 6 X 4GB memory controller drive cage riser kit power supplies and rail kit HP catalog 668815 001 Ifnot available may quote direct replacement product HP catalog Or Equal with the salient characteristics specified in Exhibit C Specification O Equal Specify manufacturer and part number and provide technical literature Minimum quantity is 5 maximum quantity is 8 Up to 8 10 300GB SFF 2 5 inch SC Enterprise Hard Drive HP catalog 652564 B21 If not available may quote direct replacement product HP catalog Or Equal with the salient characteristics listed in Exhibit C Specification O Equal Specify manufacturer and part number and provide technical literature Minimum quantity is 10 maximum quantity is 35 Up to 35 11 9 5mm SATA DVD ROM Optical Drive HP catalog 652238 B21 If not available may quote direct replacement product HP catalog Or Equal with the salient characteristics listed in Exhibit C Specification Equal Specify manufacturer and part number and provide technical literature Minimum quantity is 5 maximum quantity is 8 Up to 10 21 2014 Revision Exhibit A Page 10 of 26 12 Insight or equal Control Including lyr 24x7 Support and License HP catalog C6N28AAE If not available may quote direct replacement prod
111. irtue of section 3 a of the Davis Bacon Act or 29 CFR 5 12 a 1 ii No part of this Contract shall be subcontracted to any person or firm ineligible for award of a Government Contract by virtue of section 3 a of the Davis Bacon Act or 29 CFR 5 12 a 1 iii The penalty for making false statements is prescribed in the U S Criminal Code 18 U S C 1001 15 Contract Work Hours and Safety Standards This Act applies to construction Contracts greater than 100 000 and in very limited circumstances non construction projects greater than 100 000 00 that employ laborers or mechanics on public work 1 Overtime requirements No Contractor or subcontractor Contracting for any part of the Contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one half times the basic rate of pay for all hours worked in excess of forty hours in such workweek 2 Violation liability for unpaid wages liquidated damages In the event of any violation of the clause set forth in paragraph 1 of this section the Contractor and any subcontractor responsible therefore shall be liable for the unpaid wages In addition such Contractor and subcontractor shall be liable to the United States for li
112. ite for making or entering into this transaction imposed by Section 1352 title 31 U S Code Any person who fails to file the required certification shall be subject to a civil penalty of not less than 10 000 and not more than 100 000 for each failure Executed this day of By Signature of authorized official printed typed name Title of authorized official 1 15 2014 Revision 40 Exhibit B CERTIFICATION REGARDING SUSPENSION AND DEBARMENT This Contract is a covered transaction for purposes of 49 CFR Part 29 As such the Contractor is required to verify that none of the Contractor its principals as defined at 49 CFR 29 995 or affiliates as defined at 49 CFR 29 905 are excluded or disqualified as defined at 49 CFR 29 940 and 29 945 The Contractor is required to comply with 49 CFR 29 Subpart C and must include the requirement to comply with 49 CFR 29 Subpart C in any lower tier covered transaction it enters into By signing and submitting its bid or proposal the bidder or proposer certifies as follows The certification in this clause is a material representation of fact relied upon by the Suburban Bus Division of the Regional Transportation Authority Pace If it is later determined that the bidder or proposer knowingly rendered an erroneous certification in addition to remedies available to the Suburban Bus Division of the Regional Transportation Authority Pace the Federal Government may pursue availab
113. ite hardware support Service enhancement above standard warranty Repair at your site home or office Fixed cost of ownership Includes parts labor and travel at no extra cost No additional charges or surprises Service and support direct from manufacturer Duration 3 years Response time 4 hours Service time days x hours 7x24 On site support Yes Compatibility Support for ProLiant DL360 or equal business server quoted by the Contractor on Line 9 of the Price Proposal Exhibit C Page 6 of 34 Group C Business Servers Business Servers listed on Line 14 of the Price proposal shall have the following salient characteristics Qty 1 G2120 FIO or equal 2 core 3 1 GHz FIO processor with 3MB cache per server Qty 1 16GB 4x4GB Dual Rank x8 PC3L 10600 DDR3 1333 Unbuffered CAS 9 Memory Kit Qty 2 600GB SAS 10K rpm SFF 2 5 inch EC Enterprise Hard Drives Qty 1 Smart Array P420 1GB FBWC 6Gb 2 ports Int SAS Controller Qty 1 1Gb 330i Ethernet Adapter with 2 Ports per network controller per server Qty 2 460W Common Slot Platinum Plus Hot Plug Power Supplies Qty 2 1 83 10A C13 UL US Power Cord Qty 1 1U Small Form Factor Ball Bearing Gen8 Rail Kit Qty 1 1U Cable Management Arm for Ball Bearing Gen8 Rail Kit Qty 1 8 Bay Small Form Factor Drive Cage Server must have RAID 1 Drive 1 FIO Setting Server must have a Dedicated iLO Management Port Server must be compatible with systems insight manager deployment manag
114. ither directly or indirectly from the full wages earned other than permissible deductions as set forth in Regulations 29 CFR part 3 3 That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed as specified in the applicable wage determination incorporated into the Contract C The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH 347 shall satisfy the requirement for submission of the Statement of Compliance required by paragraph a 3 ii B of this section 1 15 2014 Revision 32 Exhibit B D The falsification of any of the above certifications may subject the Contractor or subcontractor to civil or criminal prosecution under section 1001 of title 18 and section 231 of title 31 of the United States Code iii The Contractor or subcontractor shall make the records required under paragraph a 3 i of this section available for inspection copying or transcription by authorized representatives of the Federal Transit Administration or the Department of Labor and shall permit such representatives to interview employees during working hours on the job If the Contractor or subcontractor fails to submit the required records or to make them available the Federal agency may after written notice to the Contractor sponsor applicant or owner take such action as may be necessary
115. its Microsoft Windows XP 32 64 bits SP3 Windows 8 32 64 bits Storage Hard Drive Capacity 320 GB RAM Installed Size 1 GB RAM Max Supported Size 1 5 GB Environmental Standards Blue Angel Yes ENERGY STAR Yes LaserJet Enterprise 600 M603 Series or equal Printer listed on Line 45 of the Price proposal shall have the following salient characteristics Functions Printer Connectivity Technology Wired Printing Output Type Monochrome Printing Technology Laser Duplex Printout Duplex Print Speed Black Up to 62 ppm letter up to 60 ppm A4 First Page Out Black A4 ready As fast as 8 5 sec ePrint Capability Yes Printer Management Web Jetadmin SureSupply Utility Mac Print Resolution Black best Up to 1200 x 1200 dpi Black normal FastRes 1200 1200 dpi effective quality 600 dpi with Resolution Enhancement technology Control Panel 2 29 x 5 33 cm 4 line color LCD display 3 LED lights Attention Data Ready buttons Information Stop Cancel Return Home Folder Left Arrow 10 numeric keys Processor Type ARM Cortex A8 superscalar processor Processor Speed 800 MHz Memory Standard 512 MB Maximum GB Display 4 line LCD color text and graphics Durability Ratings Duty cycle Up to 275 000 pages A4 letter Recommended monthly page volume Up to 5 000 to 20 000 pages Paper Input Standard Up to 1 100 sheets Maximum Up to 3 600 sheets Paper Output Standard
116. l be responsible for joint venture hiring XI Please state any material facts and additional information pertinent to the control and structure of this joint venture The undersigned affirm that the foregoing statements are correct and include all materialdnformation necessary to identify and explain the terms and operations of our joint venture and the intended participation of each venturerin the undertaking Further the undersigned covenant and agree under which work is done for Pace by the venttifers to provide to Pace current complete and accurate information regarding actual joint venture work and the payment therefore and any proposed changes to any provision of the joint venture or those of each venturer relevant to the joint venture by authorized representatives of Pace its Inspector General or any of its funding agencies Any misrepresentation regarding the status of a person or an entity in order to qualify for DBE status may result in conviction for a Class 2 felony including a penalty for one and a half times the value of the contract Material misrepresentation on any matter will also be grounds for terminating any contract which may be awarded and for initiating action under federal or state laws concerning false statements NOTE If after filing this Schedule C and before the completion of the joint venture s work on the project there is any change in the information submitted the joint venture must inform the DBE
117. l evaluation Request for Proposals The Request for Proposal RFP evaluation process and all evaluation materials associated with this process shall be considered confidential until final award of the Contract is made Therefore any protest regarding the evaluation of proposals submitted in response to an RFP issued by Pace must be filed with Pace no later than 15 days after the date of Contract award Any protest filed after such date which raises issues regarding the RFP evaluation will not be considered This type of protest would include any challenge to determinations by Pace of the responsiveness of a proposal or the responsibility of a proposer or any claim that the evaluation of proposals violated Federal or State law or Pace s Procurement Regulations 4 Protests Regarding Award of Contract Any protest regarding the award of the Contract must be filed no later than fifteen 15 days after the date of award Any protest regarding the award of the Contract filed after that date will not be considered by Pace This type of protest will only be entertained by Pace if the protestor is able to demonstrate that the party awarded the Contract fraudulently represented itself as a responsible bidder or that Pace violated Federal or State law or its Procurement Regulations in the award of the Contract E Pace Response 1 Types of Protests Pace will notify the protestor upon timely receipt of a bid protest and may where appropriate reques
118. l literature Minimum quantity is 1 maximum quantity is 2 Premier Flex LC LC 5m cable HP catalog QK734A O If not available may quote direct replacement product HP catalog Up Or Equal with the salient characteristics listed in 18 a sS to Exhibit C Specification 4 Equal Specify manufacturer and part number and provide technical literature Minimum quantity is 2 maximum quantity is 4 DP Advanced Backup to Disk 1TB E LTU HP catalog B7038AAE If not available may quote direct replacement product HP catalog Or Equal with the salient characteristics listed in 19 Exhibit C Specification 2 O Equal Specify manufacturer and part number and provide technical literature Minimum quantity is 2 maximum quantity is 2 10 21 2014 Revision Exhibit A Page 14 of 26 20 DP Advanced Backup to Disk 10TB E LTU HP catalog B7038BAE O fnot available may quote direct replacement product HP catalog Or Equal with the salient characteristics listed in Exhibit C Specification Equal Specify manufacturer and part number and provide technical literature Minimum quantity is 3 maximum quantity is 3 21 Care Pack or equal Software Enterprise Standard Support Advance Backup 10TB 1 Year for backup quoted on Line 20 HP catalog HM610A1 7S5 O fnot available may quote direct replacement product HP catalog Or Equal with the salient ch
119. lauses shall not be modified except to identify the subcontractor who will be subject to the provisions Ineligible Contractors and Subcontractors Applicable to all Contracts of any value Any name appearing upon the Comptroller General of the United States list of ineligible Contractors for federally financed and assisted projects shall not be eligible to act as a subcontractor for the Contractor pursuant to this Contract In the event the Contractor is on the Comptroller General s list of ineligible Contractors for federally financed or assisted projects this Contract may be canceled terminated or suspended by Pace Contracts Involving Federal Privacy Act Requirements When a grantee maintains files on drug and alcohol enforcement activities for FTA and those files are organized so that information could be retrieved by personal identifier the Privacy Act requirements apply to all Contracts greater than 3 000 The following requirements apply to the Contractor and its employees that administer any system of records on behalf of the Federal Government under any Contract 1 The Contractor agrees to comply with and assures the compliance of its employees with the information restrictions and other applicable requirements of the Privacy Act of 1974 5 U S C 552a Among other things the Contractor agrees to obtain the express consent of the Federal Government before the Contractor or its employees operate a system of records on behalf of the Fe
120. le remedies including but not limited to suspension and or debarment The bidder or proposer agrees to comply with the requirements of 49 CFR 29 Subpart C while this offer is valid and throughout the period of any Contract that may arise from this offer The bidder or proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions Signature and Title of Authorized Official 1 15 2014 Revision 41 Exhibit B NON COLLUSION AFFIDAVIT IMPORTANT This affidavit must be properly completed and submitted with all bids STATE OF COUNTY OF Enter name of person making affidavit being first duly sworn deposes and says that he she is Enter Sole owner A Partner President or other proper title of Enter name of firm the bidder submitting this proposal that such bid was not made in the interest of or on behalf of any undisclosed person partnership company organization or corporation that such bid is genuine and not collusive or sham and that said bidder has not been a party to any agreement or collusion among bidders or prospective bidders in restraint of freedom of competition by agreement to bid a fixed price or otherwise or to refrain from bidding and has not directly or indirectly by agreement communication or conference with anyone attempted to induce action prejudicial to the interest of the Suburban Bus Division of the Regional Transportatio
121. ling stock communications equipment etc 1 2 Certificate of Compliance With Section 165 b 3 The bidder hereby certifies that it will comply with the requirements of Section 165 b 3 of the Surface Transportation Assistance Act of 1982 and the regulations in 49 CFR Part 661 11 Company Signature Typed Title Date Certificate for Non Compliance With Section 165 b 3 The bidder hereby certifies that it cannot comply with the requirements of Section 165 b 3 of the Surface Transportation Assistance Act of 1982 but may qualify for an exception to the requirement pursuant to Section 165 b2 or b4 of the Surface Transportation Assistance Ace and regulations in 49 CFR Part 661 7 Company Signature Typed Title Date 1 15 2014 Revision 39 Exhibit B CERTIFICATION OF RESTRICTIONS ON LOBBYING This Certification is required to be completed and returned with the solicitation if the offer EXCEEDS 100 000 Failure to return this Certification with the solicitation may result in a determination that the offer is non responsive or unacceptable The undersigned certifies to the best of his or her knowledge or belief that 1 No Federal appropriated funds have been paid or will be paid by or on behalf of the undersigned to any person for influencing or attempting to influence an officer or employee of any agency a Member of Congress an officer or employee of Congress or an employee of a Member of Congress in c
122. lity quantity and intensity of the different kinds of efforts that the bidder proposer made The efforts employed by the bidder should be those that one would reasonably expect a bidder to take if the bidder were actively and aggressively trying to obtain DBE participation sufficient to meet the DBE contract goal Mere pro forma efforts are not good faith efforts to meet the DBE contract requirements The following is a list of types of action that Pace will consider as part of the evaluation of the bidder s good faith efforts to obtain DBE participation It is not intended to be a mandatory check list or to be exclusive or exhaustive Other factors or types of efforts may be relevant in appropriate cases A Soliciting through all reasonable and available means e g attendance at pre bid meetings if applicable advertising and or written notices the interest of all certified DBEs who have the ability to perform the work of the contract The bidder must solicit this interest within sufficient time to allow the DBEs to respond to the solicitation The bidder must determine with certainty if the DBEs are interested by taking appropriate steps to follow up initial solicitations B Selecting portions of the work to be performed by DBEs in order to increase the likelihood that the DBE goals will be achieved This includes where appropriate breaking out contract work items into economically feasible units to facilitate DBE participation even when the
123. llowing salient characteristics Memory Technology DDR3 SDRAM Memory Speed 1333 MHz Memory Standard DDR3 1333 PC3L 10600 Signal Processing Registered CAS Latency CL9 Form Factor DIMM 240 pin 9 5mm SATA DVD ROM Optical Drive included with the server listed on Line 14 of the Price proposal shall have the following salient characteristics Maximum DVD Read Speed 8x Maximum CD Read Speed 24x Optical Media Supported DVD ROM Drive Interface SATA Color Black Form Factor Internal Height 4 Compatible Drive Bay Width 5 25 Compatible Drive Bay Height 1 8H 1 83 10A C13 UL US Power Cord included with the server listed on Line 14 of the Price proposal shall have the following salient characteristics Cable Subcategory Power Connectivity Left Connector Type Power IEC 320 EN 60320 C13 Connectivity Right Connector Type Power NEMA 5 15 I O Cable Type Power cable Color Black Length 6 ft Insight or equal Control software including lyr 24x7 Support and License listed on Line 15 of the Price proposal shall have the following salient characteristics Bundle Support Plus 1 Year 24x7 Support Service Type New releases update Service Availability Days a Week Monday Sunday Exhibit C Page 8 of 34 Service Availability Hours a Day 24 hours a day Service Type Phone consulting Distribution Media Method Electronic Platform Supported PC Operating System Supported Windows License Type License License Qu
124. n Authority Pace or any bidder or anyone else interested in the proposed Contract The bidder further certifies that it is not barred from contracting with any State or unit of local government as a result of a violation of either Section 33E 3 or Section 33E 4 of Article 33E of the Illinois Criminal Code M Rev Stat Chap 38 33E 1 ET SEQ Signature of person making affidavit SUBSCRIBED AND SWORN TO BEFORE ME this day of 201 Notary Public NOTARY SEAL R66 5 92 1 15 2014 Revision 42 Exhibit C Page 1 of 34 INVITATION FOR BID NO 413364 BLANKET CONTRACT FOR IT HARDWARE SPECIFICATION All equipment proposed by the Contractor shall meet or exceed the salient characteristics listed below Salient characteristics are listed for each line item of the Price Proposal Group A Business Servers Business Servers listed on Line 1 of the Price proposal shall have the following salient characteristics Qty 2 E5 2630 v2 or equal 6 core 2 6 GHz processors with 15MB L3 cache per server Qty 1 Smart Array P420i 1GB FBWC storage controller per server Qty 1 1Gb 331 FLR Ethernet Adapter with 4 Ports per network controller per server Server must include 32GB 2X16GB DDR3 SDRAM PC3 12800 memory and support at least 24 DIMM slots and capable of having a maximum of 384GB of memory per server Qty 1 460W Common Slot Platinum Plus Hot Plug Power Supply Server must be compatible with systems insight manager de
125. nal assembly shall not be included in the calculation C Likewise the Contractor agrees as a condition of responsiveness to and in order to induce the acceptance of this Bid Proposal that it will submit with its Bid Proposal a completed Buy America Certification as set forth herein Charter Service Operations The Charter Bus requirements apply to the following type of Contract Operational Service Contracts greater than 3 000 The Contractor agrees to comply with 49 U S C 5323 d and 49 CFR Part 604 which provides that recipients and sub recipients of FTA assistance are prohibited from providing charter service using federally funded equipment or facilities if there is at least one private charter operator willing and able to provide the service except under one of the exceptions at 49 CFR 604 9 Any charter service provided under one of the exceptions must be incidental i e it must not interfere with or detract from the provision of mass transportation 1 15 2014 Revision 28 Exhibit B 4 School Bus Operations The School Bus requirements apply to the following type of Contract Operational Service Contracts greater than 3 000 Pursuant to 69 U S C 5323 f and 49 CFR Part 605 recipients and sub recipients of FTA assistance may not engage in school bus operations exclusively for the transportation of students and school personnel in competition with private school bus operators unless qualified under specified exemptions When operatin
126. nce The 100 000 threshold applies only to the grantee s Pace s Contracts subcontracts under that amount are subject to Buy America A Pursuant to Section 165 a and 165 b of the Surface Transportation Assistance Act of 1982 the Contractor acknowledges that federal funds shall not be appropriated or utilized for any Contract awarded pursuant to this bid unless steel cement and manufactured products used in such projects are produced in the United States provided however that the foregoing provision shall not apply where the Secretary of Transportation has made one of the following determinations 1 That the application of the foregoing provision would be inconsistent with the public interest 2 That such materials and products are not produced in the United States in sufficient and reasonably available quantities and of a satisfactory quality 3 In the case of the procurement of bus and other rolling stock including train control communication and traction power equipment that a the cost of components which are produced in the United States is more than 60 of the vehicle or equipment described in this paragraph and b final assembly of the vehicle or equipment described in this paragraph has taken place in the United States 4 That inclusion of domestic material will increase the cost of the overall project Contract by more than 25 B For purposes of this section in calculating components costs labor costs involved in fi
127. ncy of a protest to proceed with the appropriate action in the procurement process or under the Contract in the following cases a where the item to be procured is urgently required b where Pace determines that the protest was vexatious or frivolous c where delivery or performance will be unduly delayed or other undue harm will occur by failure to make the award promptly After review of a bid protest submitted under this section Pace will issue a written decision on the basis of the information provided by the protestor the results of any meetings with the protestor and Pace s own investigation If the protest is upheld Pace will take appropriate action to correct the procurement process and protect the rights of the protestor including re solicitation of bids proposals revised evaluation of bids proposals or Pace determinations or termination of the Contract If the protest is denied Pace will lift any suspension imposed and proceed with the procurement process or the Contract as the case may be The availability of review of bid protests by FTA is described in Section II As noted in that section under FTA s revised procurement guidelines the role of the Federal government in bid protest review is quite limited SECTION II FTA BID PROTEST PROCEDURE Under Circular 4220 1F FTA has substantially limited its review of bid protests recognizing that most protest issues are best resolved at the State or Local level FTA will now o
128. nd equipment the DBE subcontractor purchases or leases from the Contractor or its affiliate 3 Pace counts the entire amount of fees or commissions charged by a DBE firm for providing a bona fide service such as professional technical consultant or managerial services or for providing bonds or insurance specifically required for the performance of a DOT assisted contract toward DBE goals provided Pace determines the fee to be reasonable and not excessive as compared with fees customarily allowed for similar services 4 When a DBE subcontracts part of the work of its contract to another firm the value of the subcontracted work may be counted toward DBE goals only if the DBE s subcontractor is itself a DBE Work that a DBE subcontracts to a non DBE firm does not count toward DBE goals 5 When a DBE performs as a participant in a joint venture Pace counts a portion of the total dollar value of the contract equal to the distinct clearly defined portion of the work of the contract that the DBE performs with its own forces toward DBE goals 6 Pace counts expenditures to a DBE toward DBE goals only if the DBE is performing a commercially useful function on this contract a A DBE performs a commercially useful function when it is responsible for execution of the work of the contract and is carrying out is responsibilities by actually performing managing and supervising the work involved To perform a commercially useful function the DBE m
129. nding Retention of Records Unless otherwise specified elsewhere in the Contract the Contractor shall maintain all records produced under the Contract including records to support actual time and costs incurred for a minimum period of five 5 years after completion of the Contract All records maintained under the Contract shall be subject to inspection and audit by Pace and or its designated agent upon reasonable notice to the Contractor Bid Protest Procedures SECTION I A Pace will hear and consider a bona fide bid protest regarding its procurement actions in accordance with the following procedures Due to the significantly reduced role of FTA in bid protests as described in Section II it is anticipated that the majority of all protests will be evaluated and finally decided by Pace Accordingly Pace intends to provide a thorough review of all bona fide bid protests Pace s primary concern however is the timely procurement of needed capital equipment supplies or services It does not intend to allow the filing of bid protests to unnecessarily delay the procurement process especially if the protest involved is vexatious or frivolous in nature Notwithstanding the availability of these protest procedures any interested party is encouraged to exhaust all methods described in the Contract Documents of resolving a procurement issue before filing a formal protest with Pace In its consideration of a bid 1 15 2014 Revision 23 Ex
130. ndividual means any individual who is a citizen or lawfully admitted permanent resident of the United States and who is 1 Any individual who Pace finds to be a socially and economically disadvantaged individual on a case by case basis 2 Any individual in the following groups members of which are presumed to be socially and economically disadvantaged a Black Americans which includes persons having origins in any of the Black racial groups of Africa b Hispanic Americans which includes persons of Mexican Puerto Rican Cuban Dominican Central or South American or other Spanish or Portuguese culture or origin regardless of race Q Native American which includes persons who are American Indians Eskimos Aleuts or Native Hawaiians Qa Asian Pacific American which includes persons whose origins are from Japan China Taiwan Korea Burma Myanmar Vietnam Laos Cambodia Kampuchea Thailand Malaysia Indonesia the Philippines Brunei Samoa Guam the U S Trust Territories of the Pacific Islands Republic of Palau the Commonwealth of the Northern Marianas Island Macao Fiji Tonga Kiribati Juvalu Nauru Federated States of Micronesia or Hong Kong oO Subcontinent Asian American which includes persons whose origins are from India Pakistan Bangladesh Bhutan the Maldives Island Nepal or Sri Lanka 1 15 2014 Revision 5 Exhibit B f Women g Any additional gro
131. nical literature Minimum quantity is 4 maximum quantity is 5 Up to 45 LaserJet Enterprise 600 M603xh or equal Printer HP catalog CE996A O If not available may quote direct replacement product HP catalog Or Equal with the salient characteristics listed in Exhibit C Specification Equal Specify manufacturer and part number and provide technical literature Minimum quantity is 2 maximum quantity is 3 Up to 10 21 2014 Revision Exhibit A Page 24 of 26 46 Color LaserJet Enterprise M855xh or equal Printer HP catalog A2W78A If not available may quote direct replacement product HP catalog Or Equal with the salient characteristics listed in Exhibit C Specification O Equal Specify manufacturer and part number and provide technical literature Minimum quantity is 2 maximum quantity is 3 Up to 47 LaserJet Pro 500 color MFP M570dn or equal Printer HP catalog CZ271A If not available may quote direct replacement product HP catalog Or Equal with the salient characteristics listed in Exhibit C Specification O Equal Specify manufacturer and part number and provide technical literature Minimum quantity is 1 maximum quantity is 2 Up to 48 Color LaserJet Enterprise CP4025dn or equal Printer HP catalog CC490A O fnot available may quote direct re
132. nly accept protests alleging that Pace failed to have written protest procedures or Pace violated their own protest procedures If a protest is brought before FTA on either of these allegations the only remedy recognized by FTA under Circular 4220 1F is to require Pace to follow its own protest procedures FTA does not have the right to change Pace s substantive decision by substituting FTA s judgment for that of Pace Any protest to FTA must be filed in accordance with the requirements contained in FTA Circular 4220 1F and may only be made by an interested party which FTA has defined as an actual or prospective bidder or offerer whose direct economic interest would be affected by the award of the Contract or by failure to award the Contract No protest may be filed with FTA later than five days after a final decision under Pace s procedure As used in the preceding sentence filed refers to the date of receipt by FTA and days refers to working days of the Federal Government hAny alleged violation of a specified Federal requirement that provides an applicable complaint procedure shall be submitted and processed in accordance with the applicable Federal regulations instead of the requirements of FTA Circular 4220 1F For example see the Buy America Requirements 40 C F R Part 661 Section 661 15 Participation of Minority Business Enterprises in Department of Transportation Program 49 C F R Section 26 107 Illinois Freedom of Informati
133. nmental Standards ENERGY STAR Qualified Yes Exhibit C Page 33 of 34 Color LaserJet Enterprise CP4025dn or equal Printer listed on Line 48 of the Price proposal shall have the following salient characteristics Functions Printer Connectivity Technology Wired Printing Output Type Color Printing Technology Laser Duplex print options Automatic standard Print speed color and black only Up to 35 ppm letter First page out As fast as 9 5 seconds from Ready letter Print resolution ImageREt 3600 technology 1200 x 1200 dpi for fine details and line art Control panel 2 03 in LCD 64 x 160 pixels 4 line color control panel display 7 front panel buttons Menu Select Stop Back Exit Help Up arrow Down arrow 3 LED status lights Attention Data Ready enhanced help with animated graphics Processor 800 MHz Memory 512 MB expandable to 1 GB 1024 MB via one available 200 pin x32 SODIMM slot Durability ratings Recommended monthly volume 2 000 to 7 500 pages 12 Duty cycle up to 100 000 pages letter Paper Input 100 sheet multipurpose tray 500 sheet tray Paper Output 500 sheet output bin Two sided printing Automatic Paper Sizes Multipurpose tray 3 x 5 in to 8 5 x 14 in letter legal 5 x 8 in 8 5 x 13 in statement executive postcard dpostcard 3 x 5 in 4 x 6 in envelopes No 9 No 10 Monarch 734 500 sheet input trays 5 83 x 8 27 in to 8 5 x 14 in letter legal 5 x 8 in 8 5 x
134. ns are identified in the U S DOL s letter of certification to FTA the date of which is set forth Grant Agreement or Cooperative Agreement with the state The Contractor agrees to perform transit operations in connection with the underlying Contract in compliance with the conditions stated in that U S DOL letter c Transit Employee Protective Requirements for Projects Authorized by 49 U S C 5311 in Non urbanized Areas If the Contract involves transit operations financed in whole or in part with Federal assistance authorized by 49 U S C 5311 the Contractor agrees to comply with the terms and conditions of the Special Warranty for the Non urbanized Area Program agreed to by the U S Secretaries of Transportation and Labor dated May 31 1979 and the procedures implemented by U S DOL or any revision thereto 2 The Contractor also agrees to include any applicable requirements in each subcontract involving transit operations financed in whole or in part with Federal assistance provided by FTA Drug and Alcohol Testing This provision applies to all Operational Service Contracts greater than 3 000 The Contractor agrees to participate in Pace s drug and alcohol program established in compliance with 49 CFR 655 which if applicable shall be attached as a separate exhibit to this Contract Incorporation of Federal Transit Administration FTA Terms The incorporation of FTA terms applies to all Contracts greater than 3 000 The prec
135. nting 7 3 watts Ready 6 2 watts Sleep Typical Electricity Consumption TEC Number 2 08 kWh Week Security management Password protected network embedded Web server enable disable Network protocols SNMPv2 community password change SNMPv3 802 1x SSL cert management Firewall Access Control List Environmental Standards ENERGY STAR Yes EPEAT Level EPEAT Silver Exhibit C Page 26 of 34 LaserJet Enterprise 600 M602x or equal printer listed on Line 43 of the Price proposal shall have the following salient characteristics Functions Printer Connectivity Technology Wired Printing Output Type Monochrome Printing Technology Laser Print Speed Black Up to 52 ppm letter up to 50 ppm A4 First Page Out Black A4 ready As fast as 8 5 sec ePrint Capability Yes Printer Management Web Jetadmin SureSupply Utility Mac Print Resolution Black best Up to 1200 x 1200 dpi Black normal FastRes 1200 1200 dpi effective quality 600 dpi with Resolution Enhancement technology Processor Type ARM Cortex A8 superscalar processor Processor Speed 800 MHz Memory Standard 512 MB Maximum GB Display 4 line LCD color text and graphics Durability Ratings Duty cycle Up to 225 000 pages A4 letter Paper Input Standard Up to 1 100 sheets Maximum Up to 3 600 sheets Paper Output Standard Up to 600 sheets 500 in the face down bin 100 in rear face up door Maximum Up to 1 100 sheets R
136. ntractor shall have sixty 60 days to cure the deficiencies If the deficiencies are not cured Pace shall make a determination of non compliance and recommend the imposition of sanctions 2 Sanctions for Non Compliance a Sanctions for non compliance may include but are not limited to the following i Withholding of payments under the contract ii Recommendation not to exercise contract renewal option if any iii Termination of the contract iv Debarment from future business with Pace 1 15 2014 Revision 12 Exhibit B DBE Schedule A Checklist A completed and signed Schedule A consists of the following elements L Contractor 2 Name of Project 3 Phone 4 Email 5 IFB RFP Number 6 TOTAL Estimated Contract Amount 7 Projected DATES 8 Title of Affiant Contractor Duly Authorized Representative 9 Contractor Company Name 10 DBE Participant s Company Name s 11 Scope of Work Description In Detail for Each DBE Participant 12 Dollar Amount of Each DBE Contract Total from each DBE s Schedule B 13 Net DBE Credit 60 credited for materials and supplies see notation below if applicable 14 TOTAL Dollar Amount for All DBE Contracts Listed 15 TOTAL Net DBE Credit If applicable 16 Printed or Typed Name of Contractor s Affiant 17 Title of Affiant 18 Signature of Affiant 19 Date Signed Note
137. o Cloud Scan to USB Digital Sending Std Features Scan to E mail with LDAP e mail address lookup Bit Depth Grayscale levels 24 bit 8 bit for color duplex jobs 256 Scan file format PDF searchable PDF JPG RTF TXT BMP PNG TIFF Scan input modes From PC Solution Center Lite Windows Vista Windows XP or Device Stage Windows 7 TWAIN compliant or WIA compliant software Scan Size Maximum 8 5 x 14 in 216 x 356 mm Copy Resolution Black Text and Graphics Up to 300 x 300 dpi Color Text and Graphics Up to 300 x 300 dpi Copy Speed Black Letter Up to 31 cpm Color Letter Up to 31 cpm Max Number Of Copies Up to 99 copies Copier Settings Number of copies Reduce Enlarge Lighter Darker Optimize Paper Multi page copy Collation Tray select Two sided Draft mode Image adjustment Set as new defaults Restore Defaults Fax Resolution Black Best Up to 300 x 300 dpi Black Standard 203 x 98 dpi Black and White Fine 203 x 196 dpi Black and White Superfine 300 x 300 dpi no halftone Black Photo Grayscale 300 x 300 dpi Fax Speed 33 6 kbps Letter 3 sec per page Fax Memory Up to 250 pages Exhibit C Page 32 of 34 Fax Features Auto Fax Reduction Supported Yes Auto Redialing Yes Fax Delayed Sending Yes Distinctive Ring Detection Supported Yes Fax Forwarding Supported Yes Fax Phone TAM Interface Supported Yes Fax Polling Supported Yes recei
138. oduct Type Media tray feeder Number of Media Trays 1 Total Media Capacity 500 sheets Media Type Plain Paper Paper Sizes A4 Letter and Legal Green Compliant Yes Green Compliance Certificate Authority REACH LaserJet 500 sheet Feeder Tray listed on Line 51 of the Price proposal shall have the following salient characteristics Model Product Type Media tray feeder Number of Media Trays 1 Total Media Capacity 500 sheets Media Type Glossy brochure paper Plain paper Paper Sizes A4 8 25 in x 11 7 in Legal 8 5 in x 14 in Exhibit D Page 1 of 3 Insurance Requirements Computer Support The Insurance documentation must be submitted reviewed and approved by Pace Suburban Bus Service further known as Pace prior to the Contract award At Pace s discretion the bidder or proposer s failure to submit the required compliant insurance documents may result in a Not Responsible determination against your company Pace also reserves the right to accept or reject the evidence of insurance coverage or other documentation provided at its own discretion The Contractor Supplier and or Vendor further known as Contractors or Subcontractors and or Independent Contractors further known as Subs Independents shall provide and maintain insurance coverage required by this Contract Evidence of required insurance coverage shall be provided on an Acord 25 S or equivalent Certificate of Insurance form It is the Contract
139. of Restrictions on Lobbying Sign the Contractor s Certification Regarding Suspension and Debarment Sign and notarize the Non Collusion Affidavit Any questions regarding this Invitation for Bid must be submitted no later than 3 00 PM on December 8 2014 Questions regarding this IFB shall be submitted in writing to Cheryl Augustyn Contract Buyer II at cheryl augustyn pacebus com or via fax at 847 228 4204 Questions submitted after this date and time will not be accepted The bid opening date is December 22 2014 at 2 00 P M at Pace Headquarters 550 West Algonquin Road Arlington Heights Illinois 60005 Any bids received after this date and time will be rejected 10 21 2014 Revision Exhibit A Page 5 of 26 INVITATION FOR BID NO 413364 BLANKET CONTRACT FOR IT HARDWARE BIDDERS PRICE PROPOSAL The unit pricing quoted must be firm and include delivery and all other applicable charges No additional charges will be allowed In the event of a discrepancy between the unit cost and total the unit cost shall prevail Bidders shall provide the OEM product listed below unless a bidder clearly indicates a manufacturer s direct replacement product or a proposed equal by placing a checkmark in the appropriate checkbox AND providing the manufacturer and part number on the spaces provided If proposing an equal product bidders shall provide sufficient information along with the bid to determine compliance Complianc
140. on Act FOIA As a government agency Pace is subject to the Illinois Freedom of Information Act FOIA or 5 ILCS 140 1 et seq as amended Therefore the contents of this Request for Proposals RFP or Invitation for Bids IFB and the Contractor s proposal or bid submitted in response to this RFP or IFB are subject to the Illinois FOIA statutes However there are various items that may be exempt which include but are not limited to trade secrets or commercial financial information that are proprietary privileged or confidential or where disclosure of the same would result in competitive harm refer to Section 4002 of the Technology Advancement and Development Act and to Section 7 of the Illinois Freedom of Information Act If any such proprietary privileged or confidential information or data is included in the Contractor s proposal or bid each page that contains this information or data should be marked as such e g Proprietary and Competition Sensitive in order to indicate your claim to an exemption provided in the Illinois FOIA It is Pace s sole right and responsibility however to make the determination whether these items are exempt or not exempt under the Illinois FOIA statutes 1 15 2014 Revision 26 Exhibit B 23 Dispute Resolution a Governing Law This contract will be governed by and construed in accordance with the laws of the State of Illinois b Notice of Dispute and Negotiation Either party ma
141. onnection with the awarding of any Federal Contract the making of any Federal grant the making of any Federal loan the entering into of any cooperative agreement and the extension continuation renewal amendment or modification of any Federal Contract grant loan or cooperative agreement 2 If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency a Member of Congress an officer or employee of Congress or an employee of a Member of Congress in connection with this Federal Contract grant loan or cooperative agreement the undersigned shall complete and submit Standard Form LLL Disclosure Form to Report Lobbying in accordance with its instructions The Standard Form LLL shall be submitted to the Pace Legal Department Attn General Counsel who pursuant to federal regulations will submit the form s to the Federal Transit Administration 3 The undersigned shall require that the language of this certification be included in the award documents for all sub awards at all tiers including subcontracts sub grants and Contracts under grants loans and cooperative agreements and that all sub recipients shall certify and disclose accordingly This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into Submission of this certification is a prerequis
142. oped with in conjunction with planning research development or demonstration projects That policy as set forth in the most current FTA Master Agreement available from the FTA website permits the author or grantee to copyright the work but FTA reserves a royalty free nonexclusive and irrevocable license to reproduce publish or otherwise use and to authorize others to use the work for Government purposes Transit Employee Protective Provisions The Transit Employee Protective Provisions apply to each Contract greater than 3 000 for transit operations performed by employees of a Contractor recognized by FTA to be a transit operator 1 The Contractor agrees to comply with applicable transit employee protective requirements as follows a General Transit Employee Protective Requirements To the extent that FTA determines that transit operations are involved the Contractor agrees to carry out the transit operations work on the underlying Contract in compliance with terms and conditions determined by the U S Secretary of Labor to be fair and equitable to protect the interests of employees employed under this Contract and to meet the employee protective requirements of 49 U S C A 5333 b and U S DOL guidelines at 29 C F R Part 215 and any amendments thereto These terms and conditions are identified in the letter of certification from the U S DOL to FTA applicable to the FTA Recipient s project from which Federal assistance is provided to support
143. or or an authorized representative will approve modify or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30 day period that additional time is necessary C In the event the Contractor the laborers or mechanics to be employed in the classification or their representatives and the contracting officer do not agree on the proposed classification and wage rate including the amount designated for fringe benefits where appropriate the contracting officer shall refer the questions including the views of all interested parties and the recommendation of the contracting officer to the Administrator for determination The Administrator or an authorized representative will issue a determination with 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30 day period that additional time is necessary 1 15 2014 Revision 31 Exhibit B D The wage rate including fringe benefits where appropriate determined pursuant to paragraphs a 1 v B or C of this section shall be paid to all workers performing work in the classification under this Contract from the first day on which work is performed in the classification 2 Withholding The Suburban Bus Division of the Regional Transportation Authority Pace shall upon its own action or upon written request of an authorized repr
144. ork of a contract with its own organization does not relieve the bidder of the responsibility to make good faith efforts Bidders are not however required to accept high quotes from DBEs if the price difference is excessive or unreasonable E Not rejecting DBEs as being unqualified without sound reasons based on a thorough investigation of their capabilities The bidder s standing within the industry membership in specific groups organizations or associations and political or social affiliations for example union vs non union employee status are not legitimate causes for the rejection or non solicitation of bids in the bidder s efforts to meet the project goal F Making efforts to assist interested DBEs in obtaining bonding lines of credit or insurance as required by Pace or the bidder G Making efforts to assist interested DBEs in obtaining necessary equipment supplies materials or related assistance or services H Effectively using the services of available minority women community organizations minority women contractors groups local state and federal minority women business assistance offices and other organizations as allowed on a case by case basis to provide assistance in the recruitment and placement of DBEs Pace will also take into account the performance of other bidders in meeting the contract goal For example when the apparent successful bidder fails to commit to the contract goal but others commit to the goal
145. ors responsibility to verify that all Subs Independents insurance coverage meets or exceeds the insurance requirements outlined in this exhibit contract All insurers must maintain a rating of A VII or better as rated by A M Best Company If an A M Best rating is not available due to insurance coverage being underwritten by an alternative Risk Financing Method i e Self Insurance Pooling Captive etc then the Contractors and or insurer s shall provide Pace with the most recent audited financial statement audit report notes and any applicable State Insurance Department self insurance approval documents It is important to note that Additional Insured endorsements such as CG 2010 amp CG 2037 or CG 2026 or comparable endorsement General Liability CA 2048 Automobile Liability and other policy endorsements or their equivalents required by this exhibit shall be submitted to Pace with the Acord 25 S Certificate of Insurance before award of contract The Contractors shall insert the substance of this Insurance Exhibit in subcontracts under this Contract and shall require all Subs Independents to provide and maintain the insurance required It is the Contractors sole responsibility to ensure all Subcontractors Independent Contractors insurance is in compliance with these requirements Minimum insurance requirements are those paragraphs below marked with an X Xx Certificates of Insurance shall provide evidence of all requi
146. ousing Act of 1937 or under the Housing Act of 1949 in the construction or development of the project Such records shall contain the name address and social security number of each such worker his or her correct classification hourly rates of wages paid including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in section 1 b 2 B of the Davis Bacon Act daily and weekly number of hours worked deductions made and actual wages paid Whenever the Secretary of Labor has found under 29 CFR 5 5 a 1 iv that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in section b 2 B of the Davis Bacon Act the Contractor shall maintain records which show that the commitment to provide such benefits is enforceable that the plan or program is financially responsible and that the plan or program has been communicated in writing to the laborers or mechanics affected and records which show the costs anticipated or the actual cost incurred in providing such benefits Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs the registration of the apprentices and trainees and the ratios and wage rates prescribed in the applicable programs 1i A The Contracto
147. p program the Contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved ii Trainees Except as provided in 29 CFR 5 16 trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval evidenced by formal certification by the U S Department of Labor Employment and Training Administration The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration Every trainee must be paid at not less than the rate specified in the approved program for the trainee s level of progress expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program If the trainee program does not mention fringe benefits trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices Any employee listed on the payroll at a t
148. pair assembly or disassembly work performed on equipment whether owned leased or rented Public works is defined as all fixed construction work performed by or on behalf of any public body paid in whole or in part with public funds Only such laborers workers and mechanics as are directly employed by contractors or subcontractors in actual construction work on the site of the building or construction job and laborers workers and mechanics engaged in the transportation of materials and equipment to or from the site but not including the transportation by the sellers and suppliers or the manufacturer or processing of materials or equipment in the execution of any contract or contracts for public works with any public body shall be deemed to be employed upon public works The wage for a tradesman performing maintenance is equivalent to that of a tradesman engaged in construction or demolition Bid Evaluation Requirements In the event a single bid is received it may be necessary for Pace to conduct a price and or cost analysis of the bid price with the Contractor s full cooperation The Contractor shall provide all documents requested by Pace to perform the analysis The Americans with Disabilities Act Applicable to all Contracts greater than 3 000 The Contractor agrees to comply with and assure that any subcontractor complies with all applicable requirements of 42 USC 12101 et seq 1 15 2014 Revision 37 29 30 31 32 33
149. pe License Licensing Details Electronic Care Pack Software Enterprise Standard Support Advance Backup 1TB 1 Year listed on Line 22 of the Price proposal shall have the following salient characteristics Compatibility Mac PC Unix Model Software Enterprise or equal Standard Support Packaged Quantity 1 Support Full Contract Period 1 year Support Details Full Contract Period 1 year Service Availability 24 hours a day 7 days a week Service Included Phone consulting Type Technical support Service amp Support Details Service Availability Days a Week Monday Sunday Service Availability Hours a Day 24 hours a day Service Type Phone consulting Service Type Web knowledge base access Service Type New releases update License Qty 1 TB capacity License Type License Licensing Details Electronic StoreOnce 41 4500 or equal Backup System Support 3Y 4 hr 24x7 Proactive Care SVC listed on Line 23 of the Price proposal shall have the following salient characteristics Model Care Pack or equal 4 hour 24x7 Proactive Care Service package Packaged Quantity 1 Type Extended service agreement Support Full Contract Period 3 year Support Details Full Contract Period 3 year Service Availability 24 hours a day 7 days a week Service Availability Days a Week Monday Sunday Service Availability Hours a Day 24 hours a day Response time 4 hours On site support Yes StoreOnce or equal Basic Installation
150. phdceresticededusetodndtbecieniededesnccsiaianets 1 3 Conditions o Acceptance oi sisien e eek E EEEE EE EE odd OE E nck oE O EE ep dus EE oE EEE EERE EES 1 4 Withdrawal of Bids mnene e r e ae ar e E EE leaded EE EE a EEEE E RE cer E A AE a Reo er eE ieoa ee 2 SPARE OIA ATS E E E A tien kes eM ae ela ee a eee eee ee a etic aed 2 Ow rregullat Bids inenen E a vetoes uh E A ubige coteeuwusn Ss R E ul apaeeebennces Saeco dereeton N 2 Ve Additional Charges scission hea nati eae ae SR eal Seed ha A RA a a cea eae 2 8 Contractors Record and Qualifications ss oeoseeseeeesseeeesseeetsseetertessettsstrssssttstettessttetssttetssttssttttssttttsstteesstresereeeseteessteeesert 2 9 Moditications to Contract iste lac dtl keine aaa aaa a tistics hte 2 LO Cash DIOL ia ai ANEA ETE E E E ETE EEEE EEE PEETA E EEE E ET EEE E E EET E S 2 A A R E La oa DEEN T E E E EE EEE A A es AE E tine 2 SECTION B GENERAL TERMS AND CONDITIONS 0 cccccceseseseesceeseeeseeseeesecesccesecsecsseceaecnaecaeecaeeeaeeneseeeeeeesenseeeseeaeenaeenseeneeess 2 Dis Deliye menirea ten R E EA stuns eae tndes Sedeie Say aemenes A O tan ces teu bugn poheoes E E hoes conten Giasebuzetee Ebina s 2 2 Entre Agreement Aice eo aie con ceces ce E aaa e N du cebeustocs subs couvedecube tubscecsaoioubed sue cetundevedetvbcdbanats 3 3 Andemnification 20 c cc einen e a ie A A dec ee A A ees ke aes eet 3 Ai SNSSTSTUMEMUS 5 55s scsi seuss schss seen teek fata AAE A E 3 Den Ya TAYA
151. placement product HP catalog Or Equal with the salient characteristics specified in Exhibit C Specification Equal Specify manufacturer and part number and provide technical literature Minimum quantity is 1 maximum quantity is 2 Up to 10 21 2014 Revision Exhibit A Page 25 of 26 49 LaserJet or equal 75 sheet Envelope Feeder HP catalog CE399A O fnot available may quote direct replacement product HP catalog Or Equal with the salient characteristics listed in Exhibit C Specification O Equal Specify manufacturer and part number and provide technical literature Minimum quantity is 9 maximum quantity is 10 Up to 10 50 LaserJet or equal 500 sheet Feeder Tray HP catalog CF284A O fnot available may quote direct replacement product HP catalog Or Equal with the salient characteristics listed in Exhibit C Specification O Equal Specify manufacturer and part number and provide technical literature Minimum quantity is 1 maximum quantity is 2 Up to 51 LaserJet or equal 500 sheet Input Tray Feeder HP catalog CE998A O fnot available may quote direct replacement product HP catalog Or Equal with the salient characteristics listed in Exhibit C Specification O Equal Specify manufacturer and part number and provide technical literature Minimum quantity is 2 maximum quantity is 3
152. ployment manager insight control management suite and insight on line web based system monitoring dashboard per server 2U form factor Password for security management System insight display on the front bezel 2U Small Form Factor Ball Bearing Gen8 Rail Kit With Cable Management Arm Ability to support up to eight 8 SFF SAS SATA SSD hot plug drives Fully redundant hot plug system fans Integrated Lights Out or equal control software Server must have Unit Identification Light Server must have at least six 6 PCle expansion slots Interfaces per server USB 2 0 Ports 2 front 4 rear 1 internal VGA 1 front and 1 rear 1 iLO connector and 1 Serial connector Intelligent provisioning feature which has all the pre loaded firmware drivers and tools and not on CDs The built in smart update capability must recognize if the system software is out of date and should automatically download the latest update Three year limited warranty for parts and 24x7xNBD support per server 16GB 1x16GB Dual Rank x4 PC3 14900R DDR3 1866 Registered CAS 13 or equal Memory Kit listed on Line 2 of the Price proposal shall have the following salient characteristics Memory Size 16 GB Memory Technology DDR3 SDRAM Number of Modules 1 x 16 GB Exhibit C Page 2 of 34 Memory Speed 1866 MHz Memory Standard DDR3 1866 PC3 14900 Signal Processing Registered CAS Latency CL13 Chips Organization X4 Form Factor DIMM 240 pin 600GB 6G SA
153. qual desktop PC HP catalog JoD79UT ABA If not available may quote direct replacement product HP catalog Up 34 Or Equal with the salient characteristics listed in to Exhibit C Specification 295 O Equal Specify manufacturer and part number and provide technical literature Minimum quantity is 224 maximum quantity is 295 EliteBook Folio 9480m or equal laptop HP catalog JSP78UT ABA If not available may quote direct replacement product HP catalog Or Equal with the salient characteristics listed in Up 35 Exhibit C Specification to 22 10 21 2014 Revision Exhibit A Page 20 of 26 36 Elitebook Revolve 810 G2 or equal laptop HP catalog JESU28UT ABA O If not available may quote direct replacement product HP catalog Or Equal with the salient characteristics listed in Exhibit C Specification Equal Specify manufacturer and part number and provide technical literature Minimum quantity is 1 maximum quantity is 20 Up to 20 37 Pavilion 25xi 25 inch IPS or equal Monitor HP catalog C3Z97AA ABA O fnot available may quote direct replacement product HP catalog Or Equal with the salient characteristics listed in Exhibit C Specification Equal Specify manufacturer and part number and provide technical literature Minimum quantity is 30 maximum quantity is 70 Up to 70 38 0x2x32 KVM or equal Server
154. quidated damages Such liquidated damages shall be computed with respect to each individual laborer or mechanic including watchmen and guards employed in violation of the clause set forth in paragraph 1 of this section in the sum of 10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph 1 of this section 3 Withholding for unpaid wages and liquidated damages Pace shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld from any moneys payable on account of work performed by the Contractor or subcontractor under any such Contract or any other Federal Contract with the same prime Contractor or any other federally assisted Contract subject to the Contract Work Hours and Safety Standards Act which is held by the same prime Contractor such sums as may be determined to be necessary to satisfy any liabilities of such Contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph 2 of this section 4 Subcontracts The Contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraphs 1 through 4 of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts
155. r shall submit weekly for each week in which any Contract work is performed a copy of all payrolls to the Suburban Bus Division of the Regional Transportation Authority Pace for transmission to the Federal Transit Administration The payrolls submitted shall set out accurately and completely all of the information required to be maintained under section 5 5 a 3 i of Regulations 29 CFR part 5 This information may be submitted in any form desired Optional Form WH 347 is available for this purpose and may be purchased from the Superintendent of Documents Federal Stock Number 029 005 00014 1 U S Government Printing Office Washington DC 20402 The prime Contractor is responsible for the submission of copies of payrolls by all subcontractors B Each payroll submitted shall be accompanied by a Statement of Compliance signed by the Contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the Contract and shall certify the following 1 That the payroll for the payroll period contains the information required to be maintained under section 5 5 a 3 i of Regulations 29 CFR part 5 and that such information is correct and complete 2 That each laborer or mechanic including each helper apprentice and trainee employed on the Contract during the payroll period has been paid the full weekly wages earned without rebate either directly or indirectly and that no deductions have been made e
156. rainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed In addition any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed In the event the Employment and Training Administration withdraws approval of a training program the Contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved iii Equal employment opportunity The utilization of apprentices trainees and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246 as amended and 29 CFR part 30 5 Compliance with Copeland Act requirements The Contractor shall comply with the requirements of 29 CFR Part 3 which are incorporated by reference in this Contract 1 15 2014 Revision 33 Exhibit B 6 Subcontracts The Contractor or subcontractor shall insert in any subcontracts the clauses contained in 29 CFR 5 5 a 1 through 10 and such other clauses as the Federal Transit Administration may by appropriate instructions require and also a clause requi
157. red insurance coverage limits endorsements etc and shall be issued to Pace for the duration of the contract or agreement term plus one additional year If a Contractors warranty or material warranty applies evidence of insurance coverage shall be provided to Pace for the entire length of Contractors warranty and or the length of materials warranty whichever is greater The Contractors agent broker or insurer shall issue an updated Certificate of Insurance accompanied by required endorsements to Pace prior to the insurance policy renewal date each year xX Workers Compensation and Employer s Liability Insurance affording the following limits Coverage A Statutory Benefits and Coverage B Employer s Liability 500 000 Each Accident 500 000 Disease Each Employee 500 000 Disease Policy Limit Executive Officers Sole Proprietors General Contractor s utilizing Independent Contractor labor and or others not required by the Illinois Workers Compensation Act to obtain Workers Compensation insurance coverage agree to execute a hold harmless agreement O Workers Compensation Waiver of Subrogation The Contractors and its insurer shall agree to waive their rights to subrogate against Pace and the Regional Transportation Authority Pace shall be scheduled and or named on the ISO WC 00 03 13 endorsement or equivalent WC Waiver of Subrogation X Commercial General Liability Insurance Broad Form with coverage and limits that meet or exc
158. ring the subcontractors to include these clauses in any lower tier subcontracts The prime Contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the Contract clauses in 29 CFR 5 5 7 Contract termination debarment A breach of the Contract clauses in 29 CFR 5 5 may be grounds for termination of the Contract and for debarment as a Contractor and a subcontractor as provided in 29 CFR 5 12 8 Compliance with Davis Bacon and Related Act requirements All rulings and interpretations of the Davis Bacon and Related Acts contained in 29 CFR parts 1 3 and 5 are herein incorporated by reference in this Contract 9 Disputes concerning labor standards Disputes arising out of the labor standards provisions of this Contract shall not be subject to the general disputes clause of this Contract Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR parts 5 6 and 7 Disputes within the meaning of this clause include disputes between the Contractor or any of its subcontractors and the contracting agency the U S Department of Labor or the employees or their representatives 10 Certification of eligibility i By entering into this Contract the Contractor certifies that neither it nor he or she nor any person or firm who has an interest in the Contractor s firm is a person or firm ineligible to be awarded Government Contracts by v
159. rmined that ZERO PERCENT 0 DBE participation is required for this Contract T Insurance Requirements The successful bidder will be required to provide evidence of all required insurance coverage limits endorsements etc for the duration of the contract plus two additional years Evidence of required insurance coverage shall be provided on an Acord 25 S or equivalent Certificate of Insurance form The Certificate of Insurance and required policy endorsements CG 20 10 or CG 20 37 or CG 20 26 CA 2048 etc must be submitted to and approved by Pace prior to contract award and prior to the required insurance policy expiration date For a complete list of all insurance coverage requirements please see Exhibit D of this IFB 8 Indemnification The Contractor shall indemnify keep and save harmless Pace its agents officials and employees against all injuries losses claims suits costs and expenses which may accrue against Pace arising out of the services or products provided under this Contract including any copyright or patent infringement or claim of such infringement arising from the intended use of goods or services furnished hereunder The Contractor agrees to indemnify and hold harmless Pace its employees and Officers from any and all claims by persons or entities that may arise out of and in the course of its performance of this contract and from any and all claims by its subcontractors employees or independent contractors which may
160. rotest if Pace determines that the protestor has established that there is substantial evidence that there are doubts regarding the responsiveness of a bid or the responsibility of a bidder or regarding Pace s compliance with Federal or State law or its Procurement Regulations c Protest regarding proposal evaluation Request for Proposals Upon receipt of a timely filed protest regarding the evaluation of proposals submitted in response to an Request for Proposal RFP issued by Pace Pace will issue a stop work order if necessary until the resolution of the protest if Pace determines that the protestor has established that there is substantial evidence that there are doubts regarding the responsiveness of a proposal or the responsibility of a proposer or regarding Pace s compliance with Federal or State law or its Procurement Regulations d Protests after award Upon receipt of a timely filed protest regarding the award of a Contract Pace will issue a stop work order if necessary until the resolution of the protest if Pace determines that the protestor has established a Prima facie case that the Contract was awarded fraudulently or in violation of Federal or State law or Pace s Procurement Regulations 1 15 2014 Revision 25 22 Exhibit B 2 Decisions by Pace As indicated above in most instances Pace will suspend the procurement process upon receipt of a bona fide bid protest However Pace reserves the right notwithstanding the pende
161. rotests involved Pace will consider the following three types of protests by interested parties 1 Protests regarding solicitation Any bid protest regarding the solicitation by Pace must be filed no later than five 5 days before the opening of bids closing date of the Request for Proposal Any protest filed after that date which raises issues regarding the solicitation will not be considered by Pace This type of protest would include any claim that the solicitation contained exclusionary or discriminatory specifications any challenge to the basis of award or any claim that the solicitation documents or the solicitation process violated applicable Federal or State law or that Pace failed to follow its Procurement Regulations in the solicitation of bids proposals 2 Protests regarding bid evaluation Invitation for Bids Any bid protest regarding the evaluation of bids submitted in response to an Invitation for Bid IFB issued by Pace must be filed with Pace no later than fifteen 15 days after the public opening of bids Any protest filed after such date which raises issues regarding the IFB evaluation will not be considered by Pace This type of protest would include any challenge to determinations by Pace of the responsiveness of a bid or the responsibility of a bidder or any claim that the evaluation of bids violated Federal or State law or Pace s Procurement Regulations 1 15 2014 Revision 24 Exhibit B 3 Protests regarding proposa
162. rposes of these requirements a regular dealer is a firm that owns operates or maintains a store warehouse or other establishment in which the materials supplies articles or equipment of the general character described by the specifications and required under the contract are bought kept in stock and regularly sold or leased to the public in the usual course of business i To be a regular dealer the firm must be an established regular business that engages as its principal business and under its own name in the purchase and sale or lease of the products in question ii A person may be a regular dealer in such bulk items as petroleum products steel cement gravel stone or asphalt without owning operating or maintaining a place of business as provided in this paragraph if the person both owns and operates distribution equipment for the products Any supplementing of regular dealer s own distribution equipment shall be by a long term lease agreement and not on an ad hoc or contract by contract basis 1 15 2014 Revision 7 Exhibit B iii Packagers brokers manufacturers representatives or other persons who arrange or expedite transactions are not regular dealers within the meaning of this paragraph iv With respect to materials or supplies purchased from a DBE which is neither a manufacturer nor a regular dealer Pace counts the entire amount of fees or commissions charged for assistance in the procurement of the materials and
163. s are controlled by one or more of the socially and economically disadvantaged individuals who own it 3 Is certified by the IL UCP at the time of bid opening Good Faith Efforts means efforts to achieve a DBE goal which by their scope intensity and appropriateness to the objective can reasonably be expected to fulfill the program requirement This definition is not intended to relieve the bidder of any of the responsiveness or responsibility requirements listed in SECTION B Disadvantaged Business Enterprise Compliance Requirements of this Exhibit Joint Venture means an association of a DBE firm and one or more other firms to carry out a single for profit business enterprise for which the parties combine their property capital efforts skills and knowledge and in which the DBE is responsible for a distinct clearly defined portion of the work of the contract and whose share in the capital contribution control management risks and profits of the joint venture are commensurate with its ownership interest Small Business concern means with respect to firms seeking to participate as DBEs in DOT assisted contracts a small business concern as defined pursuant to Section 3 of the Small Business Act and Small Business Administration regulations implementing it 13 CFR Part 121 that also does not exceed the cap on average annual gross receipts specified in 49 CFR Part 26 65 b Socially and Economically Disadvantaged i
164. saesaaseneeeas 41 NON COLEUSION AFFIDAVIT roae a n a R N A R A E E ust E E E E S n a 42 1 15 2014 Revision ii Exhibit B PACE SUBURBAN BUS SERVICE INSTRUCTIONS TO CONTRACTORS amp GENERAL CONTRACT CONDITIONS MATERIALS AND SUPPLIES WITH SERVICES CONTRACTS The following instructions terms and conditions shall apply to Pace solicitations and Contracts for materials and supplies All Pace Contracts shall be governed by Illinois Law All Bidders or Proposers shall be referred to as Contractors and all bids or offers as Bids or Bid Quotations in this section of the Contract Specifications 2 1 2 2 2 3 2 4 2 5 SECTION A INSTRUCTIONS TO CONTRACTORS Documents The Contractor declares he has fully examined this Invitation for Bid or Request for Proposal including all attachments exhibits and addenda as applicable and that he is familiar with all of the conditions effecting the Contract and understands that in making this quotation the Contractor waives all right to plead any misunderstanding regarding same The Contractor s quotation shall comply with all federal state and local laws rules and regulations applicable Any questions regarding this Invitation for Bid or Request for Proposal must be submitted no later than seven 7 business days prior to the bid opening unless stated elsewhere in the solicitation documents Questions submitted after this date will not be accepted Award shall be made by mailing
165. sion No bid may be withdrawn or changed after it has been opened unless Pace has determined a That an obvious mistake of a mechanical or clerical nature was actually made not just an error in judgment such as underestimating material or service costs b That the mistaken Contractor was not guilty of culpable negligence in making the error or in delay in communicating the fact to Pace on discovery Irregular Bids The Contractor understands that the bid must show the unit prices for all material or services which are proposed to be furnished and that extensions must be shown and that if not so shown their bid may be rejected as irregular Additional Charges The price quoted for each item is the full purchase price including packaging and delivery charges and includes all premiums on bonds material or service costs patent royalties and all other overhead charges of every kind and nature The Contractor warrants that prices include all charges for packing crating and transportation to F O B points Contractors Record and Qualifications The Contractor within forty eight hours after being requested in writing by Pace shall furnish evidence satisfactory to Pace of the Contractor s ability and responsibility financial and otherwise to furnish the material or service specified in the manner and at the time prescribed and in accordance with the specifications of Pace Modifications to Contract a For Invitation for Bids I
166. ssification requested is not performed by a classification in the wage determination and 2 The classification is utilized in the area by the construction industry and 3 The proposed wage rate including any bona fide fringe benefits bears a reasonable relationship to the wage rates contained in the wage determination and 1 15 2014 Revision 30 Exhibit B 4 With respect to helpers as defined in 29 CFR 5 2 n 4 such a classification prevails in the area in which the work is performed B Ifthe Contractor and the laborers and mechanics to be employed in the classification if known or their representatives and the contracting officer agree on the classification and wage rate including the amount designated for fringe benefits where appropriate a report of the action taken shall be sent by the contracting officer to the Administrator of the Wage and Hour Division Employment Standards Administration U S Department of Labor Washington DC 20210 The Administrator or an authorized representative will approve modify or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30 day period that additional time is necessary C Ya In the event the Contractor the laborers or mechanics to be employed in the classification or their representatives and the contracting officer do not agree on the proposed classification an
167. ssumes liability for all excess costs incurred by Pace to complete the Scope of Services specified in the Contract Price Warranty The Contractor warrants that the unit price s charged herein do not exceed the unit prices charged by the Contractor to any other customers in substantially similar transactions The Contractor agrees to make any price rebate which this warranty may require Payment Payments will be made in accordance with the terms in the Contract or the Contractor s invoice whichever are more favorable to Pace The payment date shall be calculated from the receipt of invoice or final acceptance of the goods or services whichever is later in accordance with the Local Government Prompt Payment Act Under the Act Pace will pay the Contractor within thirty 30 days of its approval of the Contractor s invoice The Contractor agrees that it shall pay all subcontractors who have completed satisfactory work under the subcontract no later than thirty 30 days from receipt of payment by Pace The Contractor further agrees to return any retainage payments withheld from subcontractor within thirty 30 days after the subcontractor s work is satisfactorily completed This requirement is also applicable to all sub tier subcontractors and suppliers and shall be made a part of all subcontracts and agreements Pace is exempt from State of Illinois and local taxes Processing Data Between Years and Centuries Hardware software and firmware deliver
168. t additional information from the protestor Pace may in its discretion meet with the protestor to review the matters raised by the protest Pace s consideration of the particular types of protests will except as otherwise provided in Paragraph 2 of this subsection be in accordance with the following provisions a Protests regarding solicitation Upon receipt of a timely filed protest regarding the solicitation Pace will postpone the opening of bids until resolution of the protest No additional bids will be accepted during the period of postponement If the protest regarding the solicitation involves a claim of unduly restrictive or exclusionary specifications Pace will in evaluating the protest consider both the specific need of Pace for the feature or item challenged and whether competition is negatively impacted by including the specification regarding that feature or item If Pace determines that such feature or item was included in the specification in order to meet justified and valid transit needs of Pace and was not unduly restrictive of competition or designed to exclude a particular competitor then Pace will have grounds to deny the protest b Protest regarding bid evaluation Invitation for Bids Upon receipt of a timely filed protest regarding the evaluation of bids submitted in response to an Invitation for Bid IFB issued by Pace Pace will suspend its evaluation or award of any or all bids submitted until resolution of the p
169. ter HP catalog CE529A O fnot available may quote direct replacement product HP catalog Up Or Equal with the salient characteristics listed in at ee aa to Exhibit C Specification 14 Equal Specify manufacturer and part number and provide technical literature Minimum quantity is 12 maximum quantity is 14 LaserJet Pro 400 PM401dne or equal printer HP catalog CF399A If not available may quote direct replacement product HP catalog Or Equal with the salient characteristics listed in Up 42 Exhibit C Specification to 48 O Equal Specify manufacturer and part number and provide technical literature Minimum quantity is 43 maximum quantity is 48 10 21 2014 Revision Exhibit A Page 23 of 26 43 LaserJet Enterprise 600 M602x or equal Printer HP catalog CE993A O If not available may quote direct replacement product HP catalog Or Equal with the salient characteristics listed in Exhibit C Specification Equal Specify manufacturer and part number and provide technical literature Minimum quantity is 19 maximum quantity is 21 Up to 21 44 LaserJet Enterprise M806x NFC Wireless Direct or equal Printer HP catalog D7P69A O If not available may quote direct replacement product HP catalog Or Equal with the salient characteristics listed in Exhibit C Specification Equal Specify manufacturer and part number and provide tech
170. the Contractor s reasonable nondiscriminatory bond requirements The listed DBE subcontractor becomes bankrupt insolvent or exhibits credit unworthiness The listed DBE subcontractor is ineligible to work on public works projects because of suspension and debarment proceedings pursuant to 2 CFR Parts 180 215 and 1200 or applicable state law Pace s DBE Liaison Office has determined that the listed DBE subcontractor is not a responsible Contractor The listed DBE subcontractor voluntarily withdraws from the project and provides to you written notice of its withdrawal The listed DBE is ineligible to receive DBE credit for the type of work required A DBE owner dies or becomes disabled with the result that the listed DBE contractor is unable to complete its work on the contract 10 Other documented good cause that Pace s DBE Liaison Office determines compels the termination of the DBE subcontractor Provided that good cause does not exist if e The Contractor seeks to terminate a DBE it relied upon to obtain the contract so that the Contractor can self perform the work for which the DBE subcontractor was engaged or e So that the Contractor can substitute another DBE or non DBE subcontractor after contract award N AR SoN Before the Contractor seeks to terminate and or substitute a DBE subcontractor the Contractor must give notice in writing to the DBE subcontractor with a copy to Pace s Project Manager and Pace s DBE Liaison Officer
171. tion O Equal Specify manufacturer and part number and provide technical literature Minimum quantity is 1 maximum quantity is 2 Up to 25 Startup StoreOnce or equal Backup System Service Technical Installation Startup for server quoted on Line 17 HP catalog HA124A1 55Q O fnot available may quote direct replacement product HP catalog Or Equal with the salient characteristics specified in Exhibit C Specification Equal Specify manufacturer and part number and provide technical literature Minimum quantity is 1 maximum quantity is 2 Up to2 10 21 2014 Revision Exhibit A Page 16 of 26 26 1 year Proactive Select 10 Credit Service HP catalog HK696A1 2BT If not available may quote direct replacement product HP catalog Or Equal with the salient characteristics listed in Exhibit C Specification O Equal Specify manufacturer and part number and provide technical literature Minimum quantity is 2 maximum quantity is 4 Up to 27 Storageworks MSL 8096 or equal Tape Library and Tapes HP catalog BL534A If not available may quote direct replacement product HP catalog Or Equal with the salient characteristics listed in Exhibit C Specification O Equal Specify manufacturer and part number and provide technical literature Minimum quantity is 1 maximum quantity is 1
172. tion of work actually performed In addition any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed Where a Contractor is performing construction on a project in a locality other than that in which its program is registered the ratios and wage rates expressed in percentages of the journeyman s hourly rate specified in the Contractor s or subcontractor s registered program shall be observed Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice s level of progress expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program If the apprenticeship program does not specify fringe benefits apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification If the Administrator of the Wage and Hour Division of the U S Department of Labor determines that a different practice prevails for the applicable apprentice classification fringes shall be paid in accordance with that determination In the event the Bureau of Apprenticeship and Training or a State Apprenticeship Agency recognized by the Bureau withdraws approval of an apprenticeshi
173. to cause the suspension of any further payment advance or guarantee of funds Furthermore failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5 12 4 Apprentices and trainees i Apprentices Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U S Department of Labor Employment and Training Administration Bureau of Apprenticeship and Training or with a State Apprenticeship Agency recognized by the Bureau or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program who is not individually registered in the program but who has been certified by the Bureau of Apprenticeship and Training or a State Apprenticeship Agency where appropriate to be eligible for probationary employment as an apprentice The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the Contractor as to the entire work force under the registered program Any worker listed on a payroll at an apprentice wage rate who is not registered or otherwise employed as stated above shall be paid not less than the applicable wage rate on the wage determination for the classifica
174. to reject any and all bids or to award in accordance with the award procedure as set forth in the Invitation for Bid and the conditions in the bid documents Pace in accordance with Title VI of the Civil Rights Act of 1964 78 Stat 252 42 U S C 2000d 4 and Title 49 Code of Federal Regulations Subtitle A Part 21 non discrimination in Federally assisted Programs of the Department of Transportation issued pursuant to said Act hereby notifies all Bidders that it will affirmatively ensure that Disadvantaged Business Enterprises will be afforded full opportunity to submit bids in response to this Invitation and will not be discriminated against on the grounds of race color creed or national origin in consideration for an award All Bidders will be required to certify that they are not on the Comptroller General s list of ineligible contractors Bid Published Date PACE SUBURBAN BUS SERVICE December 1 2014 By Kristine Hennessy Acting Purchasing Department Manager Exhibit A Page 1 of 26 Contract No to be completed a by Pace INVITATION FOR BID NO 413364 BLANKET CONTRACT FOR IT HARDWARE SPECIAL CONTRACT CONDITIONS PRICE PROPOSAL THIS CONTRACT is entered into to be completed by Pace by and between the Suburban Bus Division of the Regional Transportation Authority hereinafter called Pace and the Bidder Contractor indicated below 1 General Description Pace is seeking fixed unit pricing for a blanket contract for th
175. ts within thirty 30 calendar days after receipt of the contract executed by Pace In the event the Contractor cannot meet said thirty 30 day schedule it must provide a written explanation for the delay and an estimate date by which the written agreement will be completed I understand that if I knowingly provide incorrectinformation or false statements or fail to comply with contract DBE requirements that Pace has an obligation 49 CFR 29 17 B to inform the U S Department of Transportation who may then initiate actions which would prohibit the Contractor from participation in future government contracts and may result in conviction for a Class 2 felony including a penalty for one and a half times the value of the contract Any substitutions of the above named subcontractors requires prior written approval from Pace I do solemnly declare and affirm under penalty of perjury that the contents of the foregoing document are true and correct and no material facts have been omitted and that I am authorized on behalf of the Contractor to make this affidavit Name of Contractor s Affiant Print or Type Title of Affiant Signature Date 1 15 2014 Revision 14 DBE Schedule B Checklist Letter of Intent from DBE to Perform as Subcontractor Supplier and or Consultant A completed and signed Schedule B consists of the following elements
176. ts that articles or work products delivered hereunder shall be free from defects of material and workmanship and that all products furnished will conform to samples specifications and or drawings submitted as may be applicable and are fit for the purpose for which purchased The warranty period shall be for one 1 year from the date of delivery or date of final acceptance whichever is later Pace may return any nonconforming or defective items or work products to the Contractor or require correction or replacement of the item at the time the defect is discovered all at the Contractor s risk and expense Acceptance of items or work products by Pace or payment therefore shall not relieve the Contractor of his responsibilities hereunder Approximate Quantities and Line Items Pace may accept and make award based on less than all of the items or for less than all of the units indicated under any given item unless the bidder qualifies the bid by specific limitations or unless otherwise provided for in the solicitation Bids may be submitted for quantities less than those specified Pace reserves the right to make an award on any item for a quantity less than the quantity offered at the unit prices offered unless the bidder specifies otherwise in the bid Where approximate quantities are stated the unit prices quoted in the bid will apply regardless of whether the actual quantities are greater or lesser than the assumed quantities the stated total notwithsta
177. uct HP catalog Or Equal with the salient characteristics listed in Exhibit C Specification O Equal Specify manufacturer and part number and provide technical literature Minimum quantity is 5 maximum quantity is 8 Up to I 13 Care Pack 3 Year 4 Hour 24x7 Hardware or equal support for server quoted on Line 9 HP catalog U6D61E O If not available may quote direct replacement product HP catalog Or Equal with the salient characteristics listed in Exhibit C Specification Equal Specify manufacturer and part number and provide technical literature Minimum quantity is 5 maximum quantity is 8 Up to I SUBTOTAL FOR GROUP B 10 21 2014 Revision GROUP C BUSINESS SERVERS Exhibit A Page 11 of 26 Item Description Qty Unit Cost Total 14 DL ProLiant DL320e Gen8 Hot Plug SFF CTO Business Server including processor 16GB 4 X 4GB memory drive cage 2 600GB 2 5 inch hard drives RAID drive controller 2 power supplies 2 power cords Gen 8 rail kit and arm for rail kit HP catalog 675598 B21 If not available may quote direct replacement product HP catalog Or Equal with the salient characteristics specified in Exhibit C Specification O Equal Specify manufacturer and part number and provide technical literature Minimum quantity is 3 maximum quantity is 6 Up to 3
178. ups whose members are designated as socially and economically disadvantaged by the United States Small Business Administration SBA at such time as SBA designation becomes effective B General Conditions DBE Calculations Pace will use the certification standards of Subpart D of 49 CFR Part 26 and the certification procedures of Subpart E of 49 CFR Part 26 to determine the eligibility of firms to participate as DBEs in DOT assisted contracts To be certified as a DBE a firm must meet all certification eligibility standards Pace will make its certification decision based on the facts as a whole As a partner in the IL UCP Pace can provide upon request a directory of IL UCP DBE firms The directory will also be available electronically at www pacebus com As required by 49 CFR Part 26 55 Pace counts DBE participation toward overall and contract goals as follows 1 When a DBE participates in a contract Pace counts only the value of the work actually performed by the DBE toward the DBE goal Participation will only be credited in the DBE s area of specialization Credit for work in other areas requires additional support documentation for each of those areas 2 Pace counts the entire amount of that portion of a contract that is performed by the DBE s own forces This includes the cost of supplies and materials obtained by the DBE for the work of the contract including supplies purchased or equipment leased by the DBE except supplies a
179. ust also be responsible with respect to materials and supplies used on the contract for negotiating price determining quality and quantity ordering the material and installing where applicable and paying for the material itself To determine whether a DBE is performing a commercially useful function Pace must evaluate the amount of work subcontracted industry practices whether the amount the firm is to be paid under the contract is commensurate with the work it is actually performing and the DBE credit claimed for its performance of work and other relevant factors b A DBE does not perform a commercially useful function if its role is limited to that of an extra participant in a transaction contract or project through which funds are passed in order to obtain the appearance of DBE participation In determining whether a DBE is such an extra participant Pace must examine similar transactions particularly those in which DBEs do not participate c Ifa DBE firm acting as a Contractor and or as a subcontractor under this contract does not perform or exercise responsibility for at least thirty percent 30 of the total cost of its contract with its own work force or the DBE subcontracts a greater portion of the work of a contract than would be expected on the basis of normal industry practice for the type of work involved Pace must presume that it is not performing a commercially useful function 1 15 2014 Revision 6 Exhibit B d Pace us
180. v10 4 or higher Red Hat Linux 7 x or higher SuSE Linux 8 x or higher HP UX 10 20 11 x 11 1 Solaris 2 5 or higher SPARC systems only IBM AIX 3 2 5 or higher MPE iX Citrix MetaFrame Server Windows Terminal Services Network protocols IPv4 IPv6 Apple Bonjour Compatible Mac OS 10 2 4 and higher SNMPv1 v2c v3 HTTP HTTPS FTP TFTP Port 9100 LPD WS Discovery IPP Secure IPP IPsec Firewall IPv6 DHCPv6 MLDv1 ICMP v6 IPv4 Auto IP SLP Telnet IGMPv2 BOOTP DHCP WINS IP Direct Mode WS Print Other IPX SPX AppleTalk NetWare NDS Bindery NDPS iPrint Security SNMPv3 SSL TLS 802 1X authentication EAP PEAP EAP TLS IPP over TLS Psec firewall with certificate pre shared key authentication and Kerberos authentication Support for WJA 10 IPsec configuration using IPsec plug in Environmental Standards ENERGY STAR Yes EPEAT Level EPEAT Silver LaserJet Pro 400 M401dne or equal Printer listed on Line 42 of the Price proposal shall have the following salient characteristics Functions Printer Connectivity Technology Wired Duplex Print Options Automatic standard Print Speed Black normal letter Up to 35 ppm First Page Out Black letter ready As fast as 8 sec Print Resolution Black best Up to 1200 x 1200 dpi Black normal FastRes 1200 Print Resolution Technologies FastRes 1200 ProRes 1200 600 dpi Print Technology Laser Print Cartridges Number black Printer Smart Softwar
181. ve only Fax Telephone Mode Supported Yes Junk Barrier Supported Yes Maximum Speed Dialing Numbers Up to 120 numbers PC Interface Supported Yes PC fax send only Remote Retrieval Capability Supported No Telephone Handset Supported No Fax Smart Software Features Permanent fax memory backup auto fax reduction auto redialing delayed sending fax forwarding TAM interface polling junk barrier distinctive ring detection cover page wizard block fax billing codes save and load poll receive fax activity reports dial prefix setting print fax log Standard connectivity 1 Hi Speed USB 2 0 1 Host USB 1 Gigabit 10 100 1000T Ethernet 1 RJ 11 Fax 1 RJ 11 Phone only Network Capabilities Via built in 10 100 1000 Fast Ethernet Network Ready Standard built in Gigabit 10 100 1000T Ethernet Modem 33 6 kbps Wireless Capability No Control panel 3 5 in 8 89 cm intuitive touchscreen control panel with color graphic display Buttons Home Cancel Help Right Left Arrows Back LED indicator lights Ready Error Wireless Memory Maximum 256 MB Standard 256 MB Processor Speed 800 MHz Media type Paper bond brochure colored glossy letterhead photo plain preprinted prepunched recycled rough postcards transparencies labels envelopes Media Sizes Custom Tray 1 3 x 5 in to 8 5 x 14 in 76 x 127 to 216 x 356 mm Tray 2 5 8 x 8 3 in to 8 5 x 11 7 in 148 x 210 to 216 x 297 mm Optional 50
182. xcess of 2 000 for the construction alteration or repair including painting and decorating of public buildings or public works 1 Minimum Wages i All laborers and mechanics employed or working upon the site of the work or under the United States Housing Act of 1937 or under the Housing Act of 1949 in the construction or development of the project will be paid unconditionally and not less often than once a week and without subsequent deduction or rebate on any account except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act 29 CFR part 3 the full amount of wages and bona fide fringe benefits or cash equivalents thereof due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof regardless of any contractual relationship which may be alleged to exist between the Contractor and such laborers and mechanics Contributions made or costs reasonably anticipated for bona fide fringe benefits under section 1 b 2 of the Davis Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics subject to the provisions of paragraph 1 iv of this section also regular contributions made or costs incurred for more than a weekly period but not less often than quarterly under plans funds or programs which cover the particular weekly period
183. y State Zip Phone Contact person for matters concerning DBE compliance Identify each DBE venturer s Name of Firm Address Street City State Zip Phone Contact person for matters concerning DBE compliance Describe the role s of the DBE venturer s in the joint venture Attach a copy of the joint venture agreement In order to demonstrate the DBE venturer s share in the ownership control management responsibilities risks and profits of the joint venture the proposed joint venture agreement must include specific details related to 1 the contributions of capital and equipment 2 work items to be performed by the DBE s own forces 3 work items to be performed under the supervision of the DBE venturer and 4 the commitment of management supervisory and operative personnel employed by the DBE to be dedicated to the performance of the project Attach a copy of the current IL UCP Letter of Certification for each DBE joint venturer Ownership of the Joint Venture A What is the percentage s of DBE ownership in the joint venture DBE ownership percentage s Non DBE ownership percentage s 1 15 2014 Revision 18 SCHEDULE C AFFIDAVIT OF DBE NON DBE JOINT VENTURE VII Ownership of the Joint Venture continued A Specify DBE non DBE percentages for each of the following provide narrative descriptions and other detail as applicable 1 Sharing of profit and loss 2 Capital contributions
184. y initiate a dispute by sending notice of a dispute to the other party Once initiated the parties shall attempt to promptly resolve the dispute through good faith negotiations c Performance During Dispute Unless otherwise directed by Pace s authorized representative contractor shall continue performance under this contract while matters in dispute are being resolved d Litigation Venue and Jurisdiction If the dispute is not resolved within fourteen 14 days after receipt of a notice of dispute either party may then submit the dispute to an Illinois court of competent jurisdiction The parties agree to submit to the exclusive jurisdiction of the Illinois courts over any claim or matter arising under or in connection with this contract 1 15 2014 Revision 27 Exhibit B SECTION C FTA IDOT RTA REQUIREMENTS U S DEPARTMENT OF TRANSPORTATION DOT FEDERAL TRANSIT ADMINISTRATION FTA ILLINOIS DEPARTMENT OF TRANSPORTATION IDOT AND THE REGIONAL TRANSPORTATION AUTHORITY RTA The following terms and conditions are incorporated herein by reference and made a part of any Contract s issued as a result of a Pace Request for Quotation Invitation for Bid or Request for Proposal FTA Requirements 1 3 Fly America Requirements The Fly America requirements apply to all Contracts greater than 3 000 which include the transportation of persons or property by air between a place in the U S and a place outside the U S
185. ys 2 and 3 letter legal executive custom sizes 4 1 by 5 8 in to 8 5 by 14 in Weights Tray 1 straight through paper path for special media 16 to 53 lb bond Trays 2 and 3 Automatic two sided printing unit 16 to 32 Ib bond Media Sizes 3 in x 5 in Executive 7 25 in x 10 5 in JIS B5 7 17 in x 10 12 in Legal 8 5 in x 14 in Letter A Size 8 5 in x 11 in Connectivity Interfaces Jetdirect 10 100 1000 Ethernet embedded print server 1 front panel Hi Speed Host USB 2 0 1 EIO slot 1 Hi Speed Device USB 2 0 for direct connection to printer 2 internal Host USB 2 0 Client operating systems Microsoft Windows 2000 SP4 XP Home XP Professional Vista Vista x64 Server 2003 Server 2008 Mac OS X v10 4 or higher Novell NetWare Red Hat Linux 7 x or higher SuSE Linux 8 x or higher Network operating systems Microsoft Windows 2000 Server 2003 Server 2008 XP Home XP Professional Vista 2003 64 bit 2008 64 bit XP 64 bit Vista 64 bit For IPv6 compatible with Windows 2003 XP Vista and Server 2008 Novell 5 1 or higher Exhibit C Page 23 of 34 Mac OS X v10 2 v10 3 v10 4 or higher Red Hat Linux 7 x or higher SuSE Linux 8 x or higher HP UX 10 20 11 x 11 1 Solaris 2 5 or higher SPARC systems only IBM AIX 3 2 5 or higher MPE iX Citrix MetaFrame Server Windows Terminal Services Network protocols IPv4 IPv6 Apple Bonjour Compatible Mac OS 10 2 4 and higher SNMPv1 v2c v3 HTTP HTTPS FTP TFTP Port 9100 LPD
Download Pdf Manuals
Related Search
Related Contents
GF-100 - アイ・ディ・ケイ gestionCalidad_v1.0.0_Manual de instalación KP500DP/N - MG Elettroforniture Technics SB-CSS90 User's Manual Mode d`emploi Identificateur de Circuit AC sans fil 取扱説明書 ShipMo3D Tutorials - Dynamic Systems Analysis Ltd. 2.1 Installation steps DVP322 User Manual Gebrauchsanleitung Instrucciones de uso Mode d`emploi Instruction Copyright © All rights reserved.
Failed to retrieve file