Visual Arts Programming Instruction at Robert Crown Community Center

expired opportunity(Expired)
From: Evanston(City)
19-46

Basic Details

started - 29 Aug, 2019 (about 4 years ago)

Start Date

29 Aug, 2019 (about 4 years ago)
due - 24 Sep, 2019 (about 4 years ago)

Due Date

24 Sep, 2019 (about 4 years ago)
Bid Notification

Type

Bid Notification
19-46

Identifier

19-46
City of Evanston

Customer / Agency

City of Evanston
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

proposals will be received by the Purchasing Office in Room 4200, Lorraine H. Morton Civic Center, 2100 Ridge Avenue, Evanston, Illinois 60201, until 2:00 P.M. local time on September 24, 2019. Proposals shall cover the following: Visual Arts Programming Instruction at Robert Crown Community Center RFP Number: 19-46 The City of Evanston’s Parks, Recreation and Community Services Department is seeking proposals from experienced individuals, organizations or businesses for: Art Programming at Robert Crown Community Center. The above item shall conform to the RFP on file in the Purchasing Office. The document, including all necessary plans and specifications, will be available in the Purchasing Office on August 15, 2019. Parties interested in submitting a bid should contact the Purchasing Office to receive a copy of the RFP or see the City’s website at: www.cityofevanston.org/business/bids-proposals/ or
Demandstar at: www.demandstar.com. The City (the City of Evanston) in accordance with the laws of the State of Illinois, hereby notifies all firms that it will affirmatively ensure that the contract(s) entered into pursuant to this notice will be awarded to the successful firm without discrimination on the grounds of race, color, religion, sex, age, sexual orientation marital status, disability, familial status or national origin. The City of Evanston reserves the right to reject any or all submittals or to accept the submittal(s) deemed most advantageous to the City. The Evanston City Council also reserves the right to award the contract to an Evanston firm if that firm’s bid is within 5% of the low bid. Each Proposer shall be required to submit with his/her proposal a Disclosure of Ownership Interest Statement Form in accordance with Section 1-18-1 et seq. of the City Code. Failure to submit such information may result in the disqualification of such proposal. Jillian Ostman Purchasing Specialist http://www.cityofevanston.org/business/bids-proposals/ http://www.demandstar.com/ 4 Revised 10-14 (09-17) CITY OF EVANSTON Request for Proposal 1.0 INTRODUCTION The City is seeking proposals for operation of a Visual Art Program on-site at the newly built Robert Crown Community Center from qualified vendors. The new Robert Crown Community Center will have two full sized ice rinks, a new branch of the Evanston Public Library, a full size gymnasium, an indoor running track, artificial turf fields, meeting rooms, multipurpose rooms, an art room, a childcare and education facility. The new Center will be an indispensable part of the community offering programs that all Evanston residents can enjoy and appreciate. The City of Evanston’s Parks, Recreation and Community Services Department is committed to enhancing the quality of life of all citizens by providing collaborative opportunities for our community to learn create and play. The contract term desired is for a period of one (1) year with a mutual option for two additional one (1) year renewals. Contact with City personnel in connection with this RFP shall not be made other than as specified in this RFP. Unauthorized contact of any City personnel may be cause for rejection of a proposal. Prior to the submittal of a proposal, Proposers are advised to carefully examine  the contract documents  project scope and work tasks to be accomplished  specifications  submittal requirements  insurance requirements and required documentation Proposers are advised to become thoroughly familiar with all conditions, instructions and specifications governing this RFP. Proposals shall be made in accordance with these instructions. Proposals shall be submitted on the forms provided by the City The City will not be liable in any way for any costs incurred by respondents in replying to this Request for Proposal. 2.0 SCOPE OF SERVICES The selected vendor will provide visual art programming serving all ages; parent and young child(ren); ages 3-5, 5-7; ages 8 and up; teens ages 13 and up; adults 16-18 and up; adults. Vendor should provide a broad range of appropriate beginning to intermediate level art classes. Programs should not include ceramic studio based activities. Vendor has the opportunity to discuss offering visual art programming at other city owned recreation centers. 5 Revised 10-14 (09-17) Suggestions for Audiences / Days / Times Preschool / Homeschool Classes: Weekday morning starting as early as 9:00am or early afternoon; 3+ sessions. Youth Classes: Weekday evenings (excluding Mondays and Wednesdays); Saturday morning or afternoon; 1-4 sessions Adult Classes: Evenings (excluding Mondays and Wednesdays) starting between 6:00 – 7:00pm; Saturday afternoons, Sunday mornings. Weekend Workshops: Youth to Adults; Saturday afternoon or Sunday mornings; Any level of instruction. Art Night Out for Youth and Families: Friday or Saturday, single session. Other offerings may be added with prior approval from the department. Functional Space includes: Art room located on second floor Instruction Space: 750 sq. feet Floor Type: Vinyl Tile Tables / Chairs: Four (4) tables, twenty-four (24) chairs Parking: On-site parking Storage Space: TBD Restrooms located on second floor Elevator The information below describes the minimum requirements and standards of the services to be provided at the facilities: 1. Vendor shall provide all labor, personnel, expertise, equipment, materials, and other resources required for the performance of services. 2. Vendor may store program equipment on-site pending availability of storage space. 3. The City reserves the right to modify such dates and times as needs arise for the initial term and any contract renewals. 4. Vendors are responsible for proposing a per person fee or a percentage split (between the Vendor and the Department) of the revenue collected or a fee per student from official program registrations. The City will have the ability to negotiate a mutually agreed upon percentage or fee per student. 5. Program curriculum must be approved by City staff prior to camps/sessions beginning. 6. Program registration fees will be determined by City staff in cooperation with selected vendor each year. 7. The selected vendor will provide the City with proof of certifications and expertise of all program instructors. 8. Selected vendor has the ability to negotiate new programs with staff pending availability of space, funds and program need. 9. Vendors are responsible for their own program set-ups and break downs and are responsible to leave their respective room/field as they found it upon arrival. Appropriate buffers before and after a program will be determined by the Department. 6 Revised 10-14 (09-17) 10. Vendors must have in place an organized and comprehensive procedure for the screening, selection and assignment of their program instructors. The City reserves the right to reject proposed instructors assigned during the contract term, or require the immediate removal of instructors previously approved, who, in the sole opinion of the City, do not meet the City’s criteria for the program. 11. Vendor shall submit a Criminal History Background Check and a DCFS background check (when working with children) report on each of their staff members at the expense of the vendor. 12. The City has the right and may periodically require the Vendor to produce written proof of required background checks. Any Contractor who is unable to produce such information, as requested, within a reasonable period of time, as solely determined by City, may be immediately terminated for cause. In such case, the Contractor may be responsible to reimburse the City of any cost it may incur including lost revenue for cancelled Camps or portions thereof. The City requires that these Criminal History Background and DCFS background checks be renewed every two years. 13. All registration and collection of payments are required to be accepted through the department via phone, online and in person. Vendors and their instructors are prohibited from collecting payments and/or registration forms. 14. Program rosters will be provided to the vendor for each new session. Any and all roster information provided through the department to the vendor is confidential and is prohibited from use unrelated to the specific program outlined in the agreement between the Vendor and the Department. 15. Vendor will track and report attendance for all participants each class and submit this information to the Program Coordinator at the end of session. 16. Vendor shall submit invoices to the program coordinator providing oversight to the program each session. The payment will be based on the program revenues collected and in accordance with formulas contractually agreed upon by both parties 17. Instructors must conduct themselves in a professional manner taking into account his/her personal appearance, maintaining appropriate communications, and supporting Department and City policies. 18. Payment of program instructors hired by selected vendor will be paid by vendor. 19. In the event that a facilitator is unable to run a program due to an emergency, it is the responsibility of the vendor to find a substitute that has been approved by the Department. If an approved substitute cannot be found, the vendor must contact the Department immediately in order to cancel or postpone the session. Refunds owed to participants will be determined according to the terms outlined in the Department refund policy. 20. If a program does not meet the minimum number of registered participants by the registration close date, City staff will contact the vendor to discuss whether or not to extend the registration close date and/or to proceed with the program. 21. The City reserves the right to make a multiple award to more than one vendor. 7 Revised 10-14 (09-17) 22. Vendor will be required to work in cooperation with the City’s Inclusion Program Coordinator on providing reasonable accommodations to an individual with a disability, should they wish to participate in a program. 23. When offering fee for service programs the city will have the ability to negotiate a mutually agreed upon percentage. 24. The ability to generate community support and participation and commitment to operate programs and services consistent with the Parks, Recreation and Community Services mission. 25. Arts programming and services are accessible to all people. Programming and services enhance the social health of the community of Evanston and evidence of collaboration and/or community support. 3.0 INSURANCE Vendor shall carry and maintain at its own cost with such companies as are reasonably acceptable to City all necessary liability insurance (which shall include as a minimum the requirements set forth below) during the term of this Agreement, for damages caused or contributed to by Vendor, and insuring Vendor against claims which may arise out of or result from Vendor’s performance or failure to perform the Services hereunder. The vendor must provide an insurance certificate naming the City of Evanston as an additional insured and will provide a variety of insurances including:  comprehensive general liability - $3,000,000 combined single limit for each occurrence for bodily injury and property damage – designating the City as Additional Insured  Workers Compensation - Statutory Limits  Automobile Liability - $1,000,000 per occurrence for all claims arising out of bodily injuries or death and property damages.  errors and omissions or professional liability insurance - $1,000,000 The surety and the insurance company must have not less than an A+ rating from the Alfred M. Best Co., Inc. and be approved by the City of Evanston. Vendor’s certificate of insurance shall contain a provision that the coverage afforded under the policy(s) will not be canceled or reduced without thirty (30) days prior written notice (hand delivered or registered mail) to City. 4.0 SUBMITTAL REQUIREMENTS Responses to this Request shall be in one volume. Any firm brochures and/or information pertaining to the qualifications of the firm and/or team may be submitted, but must be included in a single volume. Applicant firms must submit their responses in one of two ways: 1. Paper copies-- six (6) hardcopies, one (1) unbound original and an electronic copy on a flash/USB drive; or 2. Electronic response only—submitted in a sealed envelope on a flash/USB drive (with any paper bid bonds as required) 8 Revised 10-14 (09-17) Cut out and tape label included in this proposal package as Exhibit K (BID/Proposal Submittal Label). All submittals are to be placed in a sealed opaque envelope addressed to: The City of Evanston Purchasing Office, Room 4200, Lorraine H. Morton Civic Center, 2100 Ridge Avenue, Evanston, Illinois 60201; clearly marked on the OUTSIDE with the following:  RFP name and number  Name and address of Firm  Date and time of RFP deadline ANY PROPOSALS RECEIVED AFTER THE SUBMITTAL DEADLINE, WILL BE RETURNED TO THE PROPOSER UNOPENED. It is the sole responsibility of the proposer to insure that his or her proposal is delivered by the stated time. Mailed proposals which are delivered after the specified time will not be accepted regardless of post marked time on the envelope. THE CITY IS NOT RESPONSIBLE FOR MISDIRECTED PACKAGES. A. Cover Letter The cover letter will include the following:  introduction of firm signed by an authorized Principal of the firm  name of firm  address of firm  phone number of the firm submitting the proposal  include the name and signature of an authorized binding official who is authorized to answer questions regarding the firm’s proposal B. Qualifications and Experience of Firm and/or Team  All respondents shall describe other contracts similar in scope, size or discipline to the required services described herein, performed or undertaken within the past five years.  The respondent must provide references, including name, address and telephone number of a contact person for each project identified and described.  Indicate commencement dates, duration and type of operation.  Provide a list of all Municipal clients in Illinois. C. Area/Regional Manager(s) Clearly identify the professional staff person(s) who would be assigned as your staff and or professional instructors and provide resumes. The proposal should indicate the abilities, qualifications and experience of these individuals. D. Fees Provide a copy of your proposal fees/prices. E. Contract The City has attached its standard contract in Exhibit J (see page 28 – Professional Services Agreement). Identify all exceptions to the agreement that 9 Revised 10-14 (09-17) would prevent your Firm from executing it. The City shall not consider or negotiate regarding exceptions submitted at any time after the submission of the Proposer’s response. 5.0 ADDITIONAL SUBMISSION REQUIREMENTS Not Used 6.0 M/W/EBE GOALS The City has a goal of 25% of the contract amount for the participation and utilization of Minority-Owned, Women-Owned, and Evanston-based businesses (M/W/EBEs) in completing a portion of the services required by the City. All respondents must submit a statement of the proposed involvement of M/W/EBEs in completing a portion of the required services. Provide a copy of the certification for M/W/EBEs that will assist in achieving the M/W/EBE goal with your submittal as well as the appropriate M/W/EBE forms or Request for Waiver. Any questions regarding M/W/EBE compliance should be submitted in writing to Sharon A. Johnson, Business Workforce Compliance Coordinator at shjohnson@cityofevanston.org or Tammi Nunez Purchasing Manager at tnunez@cityofevanston.org. 7.0 EVALUATION CRITERIA The City will select the successful firm through an evaluation process based on the firm meeting the specifications which are outlined in this RFP. A review committee will review in detail all proposals that are received. During the evaluation process, the City may require a Proposer’s representative to answer questions with regard to the proposal and/or make a formal presentation to the review committee. The review committee will make a recommendation to award the contract based on the criteria set forth below. This contract will be forwarded to the City Council for final approval. The evaluation criteria listed below will be used in the selection of the successful Proposer. A. Qualifications and Expertise B. Price C. Organization and Completeness of Proposal D. Arts programming and services are accessible to all people. Programming and services enhance the social health of the community of Evanston and evidence of collaboration and/or community support. E. Willingness to Execute the City of Evanston’s Professional Services Agreement F. M/W/EBE Participation 8.0 SELECTION PROCESS The City will select a firm on the basis of the responsiveness of the proposal to the RFP submittal requirements, the evaluation criteria stated above and the mailto:shjohnson@cityofevanston.org mailto:tnunez@cityofevanston.org 10 Revised 10-14 (09-17) demonstrated willingness to execute an acceptable written contract. The City reserves the right to reject any or all proposals, and to request written clarification of proposals and supporting materials from the Proposer. While it is the intent of the City to award a single firm, the City reserves the right to award in part or in whole and to select multiple firms and/or individuals, depending on whichever decision is deemed to be most advantageous to the City. Responses may be rejected if the firm fails to perform any of the following: A. Adhere to one or more of the provisions established in this Request for Proposal. B. Demonstrate competence, experience, and the ability to provide the services described in this Request for Proposal. C. Submit a response on or before the deadline and complete all required forms. D. To fulfill a request for an oral presentation. E. To respond to a written request for additional information. Discussions and/or interviews may be conducted with responsible firms that have submitted proposals in order to clarify certain elements. All proposals shall be afforded fair and equal treatment with respect to any opportunity for clarification. In conducting discussion, there shall be no disclosure of information derived from proposals submitted by competing firms. The selection shall be done by the City’s review committee and will be recommended to the City Council for final approval. If the City is unable to reach any sort of agreement with the selected firm, the City will discontinue negotiations with the selected firm and begin negotiations with the firm ranked second and so on until agreement is reached. The firm to be recommended to the City Council will be the one whose proposal is determined to be the most advantageous to the City in consideration of price and all other evaluation factors which are set forth in this Request for Proposal No other factors or criteria not listed in this RFP shall be used in the evaluation. 9.0 PROPOSED SCHEDULE The tentative schedule for this RFP and project process is as follows: 1. RFP issued ..................................................... August 15, 2019 2. Last Day to submit questions ......................... September 10, 2019 3. Final Addendum Issued.................................. September 17, 2019 4. RFP Submission Due Date ............................ September 24, 2019 5. City Council Award of Contract ...................... October 14, 2019 6. Contract Effective ........................................... March 2, 2020 10.0 QUESTIONS REGARDING RFP All questions related to this RFP should be submitted in writing to Jillian Ostman, Purchasing Specialist at jostman@cityofevanston.org with a copy to Ann Marie Heiser, Recreation Manager, Parks, Recreation and Community Services at mailto:jostman@cityofevanston.org 11 Revised 10-14 (09-17) aheiser@cityofevanston.org and Karen Hawk, Assistant Director, Parks, Recreation and Community Services at khawk@cityofevanston.org. 11.0 GENERAL TERMS AND CONDITIONS A. Confidentiality In connection with this Agreement, City may provide Vendor with information to enable Vendor to render the Services hereunder, or Vendor may develop confidential information for City. Vendor agrees (i) to treat, and to obligate Vendor’s employees to treat, as secret and confidential all such information whether or not identified by City as confidential, (ii) not to disclose any such information or make available any reports, recommendations and /or conclusions which Vendor may make for City to any person, firm or corporation or use the same in any manner whatsoever without first obtaining City’s written approval, and (iii) not to disclose to City any information obtained by Vendor on a confidential basis from any third party unless Vendor shall have first received written permission from such third party to disclose such information. Pursuant to the Illinois Freedom of Information Act, 5 ILCS 140/7(2), records in the possession of others whom the City has contracted with to perform a governmental function are covered by the Act and subject to disclosure within limited statutory timeframes (five (5) working days with a possible five (5) working day extension). Upon notification from the City that it has received a Freedom of Information Act request that calls for records within the Vendor’s control, the Vendor shall promptly provide all requested records to the City so that the City may comply with the request within the required timeframe. The City and the Vendor shall cooperate to determine what records are subject to such a request and whether or not any exemptions to the disclosure of such records, or part thereof, is applicable. The Purchasing Specialist will endeavor to advise the firm of any request for the disclosure of the material so marked with “TRADE SECRET”, “CONFIDENTIAL”, or “PROPRIETARY”, and give the firm or other submitting party the opportunity to seek a court order to protect such materials from disclosure. If the requested material was submitted by a party other than the firm, then the firm shall be solely responsible for notifying the submitting party of the request. The City’s sole responsibility is to notify the firm of the request for disclosure, and the City shall not be liable for any damages resulting out of such disclosure, whether such disclosure is deemed required by law, by an order of court or administrative agency, or occurs through inadvertence, mistake, negligence on the part of the City or its officers, or employees. B. Withdrawal of Proposal Proposals may be withdrawn prior to the submittal deadline. Withdrawal may be attained by written request; however, no offer can be withdrawn within the ninety (90) day period which occurs after the time is set for closing. Proposers who withdraw their proposals prior to the designated date and time may still submit another proposal if done in accordance with the proper time frame. mailto:aheiser@cityofevanston.org mailto:khawk@cityofevanston.org 12 Revised 10-14 (09-17) C. Exceptions to Specifications Exceptions to these specifications shall be listed and explained on a separate page titled “Exceptions to Specifications”, which shall be prepared by the Proposer. This page shall then be attached to these documents and submitted at the same time as the proposal. Each exception must refer to the page number and paragraph to which it is relevant. The nature and reasoning of each exception shall be explained in its entirety. Any exceptions to these specifications may be cause for rejection of the proposal. D. Hold Harmless The contractor agrees to hold harmless the City of Evanston and all of its agents, servants, and employees against any and all lawsuits, claims, demands, liabilities, losses, and/or expenses; including court costs and attorneys’ fees on account of injury to any person, or any death resulting from such injury, or any damage to property which may have arisen from work specifically related to the contract and/or project. E. Addenda Any and all changes to these documents are valid only if they are included via written addendum to all respondents. Each respondent should acknowledge receipt of any addenda by indicating same in their proposal submission. Each respondent acknowledging receipt of any addenda is responsible for the contents of the addenda and any changes to the proposal therein. Failure to acknowledge any addenda may cause the proposal to be rejected. Addenda information is available over the internet at City of Evanston Notices & Documents or www.demandstar.com, or by contacting the Purchasing Office, 847-866-2935. F. Term The contract is for three (3) years with a mutual option for two additional one (1) year renewals. The City may terminate a contract for either cause or convenience. G. Non-Appropriation of Funds The City of Evanston reserves the right to terminate in whole or in part of the contract in the event that insufficient funds to complete the contract are appropriated by Evanston City Council. H. Property of the City All discoveries and documents produced as a result of any service or project undertaken on behalf of the City of Evanston shall become the property of the City. I. Payment Terms The vendor shall submit invoices detailing the services provided, project, professional staff, and hours. Payment shall be made in accordance with the Local Government Prompt Payment Act. Please note that failure to provide a http://www.cityofevanston.org/business/notices-to-bidders-outstanding-bids/index.php http://www.cityofevanston.org/business/notices-to-bidders-outstanding-bids/index.php http://www.demandstar.com/ 13 Revised 10-14 (09-17) detailed invoice could result in delay of payment and include termination of any agreement. J. Disclosures and Potential Conflicts of Interest The City of Evanston’s Code of Ethics prohibits public officials or employees from performing or participating in an official act or action with regard to a transaction in which he has or knows he will thereafter acquire an interest for profit, without full public disclosure of such interest. This disclosure requirement extends to the spouse, children and grandchildren, and their spouses, parents and the parents of a spouse, and brothers and sisters and their spouses. To ensure full and fair consideration of all proposals, the City of Evanston requires all Proposers including owners or employees to investigate whether a potential or actual conflict of interest exists between the Proposer and the City of Evanston, its officials, and/or employees. If the Proposer discovers a potential or actual conflict of interest, the Proposer must disclose the conflict of interest in its proposal, identifying the name of the City of Evanston official or employee with whom the conflict may exist, the nature of the conflict of interest, and any other relevant information. The existence of a potential or actual conflict of interest does NOT, on its own, disqualify the disclosing Proposer from consideration. Information provided by Proposers in this regard will allow the City of Evanston to take appropriate measures to ensure the fairness of the proposal process. The City requires all Proposers to submit a certification, enclosed with this RFP, that the Proposer has conducted the appropriate investigation and disclosed all potential or actual conflicts of interest. K. Protests Any actual or prospective Proposer, who is aggrieved in connection with the solicitation or award of a contract, may protest to the Purchasing Office. The protest shall be submitted in writing within ten (10) calendar days after such aggrieved person knows or should have known of the facts giving rise thereto.  The Proposer shall submit any protests or claims regarding this solicitation to the Purchasing Office.  A pre-bid protest must be filed five (5) days before the bid opening or proposal submittal.  A pre-award protest must be filed no later than ten (10) days after the bid opening date or proposal deadline.  A post-award protest must be filed no later than ten (10) days after the award of the Contract. All claims by a Proposer against the City relating to a contract shall be submitted in writing to the Purchasing Specialist. The City will only consider protests that are properly and timely submitted. 14 Revised 10-14 (09-17) All protests or claims must set forth the name and address of the protester, the contract number, the grounds for the protest or claim, and the course of action that the protesting party desires the Purchasing Specialist to take. Statements shall be sworn and submitted under penalty of perjury. L. Authority To Resolve Protests And Contract Claims Protests: The Purchasing Specialist shall have the authority to consider and resolve a protest of an aggrieved Proposer, actual or prospective, concerning the solicitation or award of a contract. The City shall issue a written decision and that decision is final. Contract Claims: The Purchasing Specialist, after consulting with Corporation Counsel, shall have the authority to resolve contract claims, subject to the approval of the City Manager or City Council, as applicable, regarding any settlement that will result in a change order or contract modification. Each Proposer, by submitting a response to this RFP, expressly recognizes the limitations on its rights to protest provided in this Section and expressly waives all other rights and remedies and agrees that the decision on the protest is final and conclusive. If a Proposer disregards, disputes or does not follow the exclusive protest remedies provided in this Section, it shall indemnify and hold the City and its officers, employees, agents and vendors harmless from and against all liabilities, fees and costs, including legal and vendor fees and costs, and damages incurred or suffered as a result of such Proposer’s actions. Each Proposer, by submitting a response to this RFP, shall be deemed to have irrevocably and unconditionally agreed to this indemnity obligation. M. Litigation For purposes of this Section, the following terms are defined as follows: “issue” means any prior or pending litigation or investigation, either civil or criminal, or any governmental agency action or proceeding (the “issue”), which may affect the performance of the services to be rendered herein. For purposes of this Section, an “issue” shall also include any criminal, civil, or administrative penalty or finding imposed against any covered individual. An issue occurring within seven (7) years of the date preceding the date of the Proposer’s response shall be disclosed by the Proposer. “covered individual” means any principal, president, managing partner, or vice- president, affiliated in anyway with the Firm, and the Firm’s employees or subcontractors. All proposers shall identify and describe with particularity any issue. The City, and not Proposer, has the sole discretion to determine whether an issue may affect the performance of the services. Failure of any Proposer to comply with this mandatory obligation shall, at the City’s sole discretion, result in the Proposer’s response being deemed non-responsive and not responsible. Failure of any Proposer to comply with the obligation specified 15 Revised 10-14 (09-17) herein may result in the voiding any subsequent contract award to Proposer if the City discovers upon the exercise of its customary due diligence that Proposer failed to comply with the mandatory obligation in this Section. The City reserves all rights to take any other actions in the case of a Proposer’s non- compliance with this Section. N. Subcontractors If any firm submitting a proposal intends on subcontracting out all or any portion of the engagement, that fact, and the name of the proposed subcontracting firm(s) must be clearly disclosed in the proposal. Following the award of the contract, no additional subcontracting will be allowed without the prior written consent of the City of Evanston. O. Contact with City Personnel All Proposers are prohibited from making any contact with the City Manager, City Council, or any other official or employee of the City with regard to the Project, other than in the manner and to the person(s) designated herein. The Purchasing Specialist reserves the right to disqualify any Proposer found to have contacted City Personnel in any manner with regard to the Project. Additionally, if it is determined that the contact with City Personnel was in violation of any provision of 720 ILCS 5/33EE, the matter may be referred to the Cook County State’s Attorney for review and prosecution. P. Costs Incurred The City of Evanston assumes no responsibility or liability for costs incurred by the Proposer prior to the execution of a contract. This includes costs incurred by the Proposer as a result of preparing a response to this RFP. 16 Revised 10-14 (09-17)

2100 Ridge Avenue Evanston, Illinois 60201Location

Address: 2100 Ridge Avenue Evanston, Illinois 60201

Country : United StatesState : Illinois

You may also like

CABLE TV PROGRAMMING, MANAGEMENT AND PRODUCTION SERVICES

Due: 21 Apr, 2044 (in about 20 years)Agency: Technology and Enterprise Business Solutions

This contract provides participatory arts programming for isolated and disabled older adults.

Due: 29 Sep, 2025 (in 17 months)Agency: Department of Health & Human Svcs

Classification

DHHS