rwk506's picture
Upload 5402 files (#1)
45a123c verified
Contract Summary Sheet
Contract (PO) Number: 1616
Specification Number: 4515,
Name of Contractor: AZTEC SUPPLY CORPORATION
City Department: DEPT OF AVIATION
‘Tide of Contract: 34851003 JANITORIAL SUPPLIES
‘Term of Contract: Start Dat
End Date:
Dollar Amount of Contract (or maximum compensation ifa Term Agreement) (DUR):
1,148,210.00,
Brief Description of Work: B34851003 JANITORIAL SUPPLIES
Procurement Services Contact Person: PETER VITONE
Vendor Number: 1034406
‘Submission Date:
way 19 200g
UNTITLED
TARGET MARKET PROGRAM
‘BIDDING RESTRICTED TO CITY OF CHICAGO CERTIFIED
. MINORITY BUSINESS ENTERPRISE(S) (MBE)
‘AND WOMEN BUSINESS ENTERPRISE(S) (WBE) FIRMS
WITH APPROPRIATE SPECIALITY AREA DESIGNATION
venoorno. /63 4406A conmcrno. 11
SPECIFICATION NO.: B3-48510-03 y,
JANITORIAL SUPPLIES
CONTRACT PERIOD: THIRTY-SIX (36) MONTHS FROM THE DATE OF CONTRACT
‘AWARD AND RELEASE
STARTING: THROUGH
Required for we by it
i [DEPARTMENT OF GENERAL SERVICES, AVIATION
So
g susp: vawous tm
é ames: non
H 3 Sur varity Pc
<
INFORMATION: PETER VITONE, HEAD PURCHASE CONTRACT ADMINIST
PHONE NO.: (312) 744-7688
All bids are to be sealed and received no later than 11:00 a.m. on the day of the
‘Bid Opening. All bids will be read publicly in the
BID AND BOND ROOM
ROOM 301, CITY HALL
Issued by
THE DEPARTMENT OF PROCUREMENT SERVICES
CITY OF CHICAGO
ROOM 403, CITY HALL
121 NORTH LA SALLE STREET
%
ae
4
RICHARD M. DALEY DAVID E. MALONE
MAYOR (CHIEF PROCUREMENT OFFI
Pviw
UNTITLED-002
OTT 7
ey aoa fue |
HF itil
a
VAD “Saqqy? SS
Se
a
oN
UNTITLED-003
Table of Contents
REQUIREMENTS FOR BIDDING AND INSTRUCTIONS TO BIDDERS
GENERAL CONDITIONS ...
SPECIAL CONDITIONS:
SCHEDULE B-2 ..
PERFORMANCE BOND .
RELEASES
INVOICES,
PAYMENT
INVENTORV/LEAD TIME |
LOCAL BUSINESS PREFERENCE filteiteies oreeeee
CONFLICTS OF INTEREST... a : *
PRICE LISTS :
(GUARANTEE
‘AUDITS
CONTRACTOR'S INSURANCE... :
CONTRACT DOCUMENTS TO BE COMPLETED BY BIDDER |
DISCLOSURE OF OWNERSHIP
CONTRACTOR CERTIFICATION oo
(GOVERNMENTAL ETHICS ORDINANCE
(CHAPTER 2-56 OF THE MUNICIPAL CODE OF CHICAGO, OFFICE OF INSPECTOR GENERAL
BUSINESS RELATIONSHIPS WITH ELECTED OFFICIALS cee
‘SECTION 2-92-380 OF THE MUNICIPAL CODE OF CHICAGO |
[MACBRIDE PRINCIPLES ORDINANCE :
COMPLIANCE WITH CHILD SUPPORT ORDERS ORDINANCE . .
CONTRACT PERIOD...
‘CONTRACT EXTENSION OPTION
ACCEPTANCE «occ ce eeeeve
‘CONTRACT DOCUMENTS |.
DISCLOSURE OF RETAINED PARTIES - EXECUTIVE ORDER 97-1,
EARLY TERMINATION. .
LIVING WAGE ORDINANCE...
NON-APPROPRIATION
‘TARGET MARKET SPECIAL CONDITIONS
‘TARGET MARKET/SCHEDULE C-2
SCHEDULE D-2..
‘TARGET MARKET UTILIZATION REPORT ..
o
UNTITLED-004
DETAILED SPECIFICATIONS ....-
"SCOPE...
‘TRADE NAMES
EXCEPTIONS
EXCEPTIONS (EXPLAIN:
ECONOMIC DISCLOSURE STATEMENT AND AFFIDAVIT .
‘TO BE EXECUTED BY A CORPORATION
‘TO BE EXECUTED BY A PARTNERSHIP .
‘TO BE EXECUTED BY A SOLE PROPRIETOR
ACCEPTANCE .
INSURANCE CERTIFICATE OF COVERAGE .....
UNTITLED-005,
REQUIREMENTS FOR BIDDING AND INSTRUCTIONS TO BIDDERS
CONTRACT FOR SUPPLY
Proposals will be received by the Chief Procurement
‘Officer ofthe City of Chicago in accordance with Contract
Documents a st forth herein.
1. BID DEPOSIT
Bid deposit shall be required for all competitive sealed
bidding for contracts when required in the legal
advertisement. Bid deposit shall be a bond provided by a
surety company authorized to do business in the State of
Minos, or the equivalent in cashier's check, money order
‘or certified check. All certified checks must be drawn on
1 bank doing business in the United States, and shall be
made payable tothe order of the City of Chicago. CASH
SNOT AN ACCEPTABLE FORM OF BID DEPOSIT.
Bid deposits shall be in the amount shown in the
advertisement or as may be prescribed herein, but not in
‘excess of 10% of the bid. Where the amount of the bid
deposit shown in the advertisement should prove to be
‘more than 10% othe bid, then the bidder may submit, in
lieu ofthe foregoing, an amount equal to 10% of his bd.
Compliance with the provisions herewith shall be
determined in all cases by the Chief Procurement Oficer
and his determination shall be final.
When the legal advertisement requires a deposit,
‘poncompliance requires thatthe bid be rejected nies it
is determined that the bid fails to comply in a non-
substantial manner with the deposit requirements,
‘ter bids are opened, deposits shal be irevocable fr the
period specified herein. If a bidder is permitted to
withdraw its bid before award, no action shall be taken
against the bidder or the bid deposit.
I, PREPARATION OF PROPOSAL
‘The bidder shall prepare its proposal on the attached
proposal forms. Unless otherwise stated, all blank spaces
(on the proposal page or pages, applicable to the subject
specification, must be corecty filled in. Either a unit
Price ora lump sum price, as the case may be, must be
‘ated for each and every iter, either typed in or writen
Im ink in figures, and, if required, in words.
\ bidder isa corporation the President and Secretary shall
‘execute the bid and the Corporate seal shal be afixed.
In the event that this bid is executed by other than the
President, attach hereto a certified copy ofthat section of
Corporate By-Laws or other authorization by the
Corporation which permits the person to execute the
fe forthe corporation.
If bidder i a partnership, al partners shall execute the
bid, unless one partner has been authorized to sign for
the’ partnership, in which case, evidence of such
authority satisfactory tothe Chiel Procurement Officer
shall be submited. bidder ia soe proprietoship the
sole proprietorship shall execute the bid.
A*Partnership* Joint Venture” or Soe Proprietonhip™
operating under an Assumed Name must be registered
withthe linois county in which located, as provided in
805 ILCS 405 (1992)
ML, SUBMISSION OF PROPOSALS
[A prospective bidders shal submit sealed proposals
with applicable bid deposit encloted in envelopes
provided for that purpose in the DEPARTMENT OF
PROCUREMENT SERVICES, Room 307, ity Hal and
if propor are submited in envelopes ther than those
$0 provided for this purpose, then the sealed envelope
submitted by the prospective bidder shall carry the
following information on the face of the envelope:
bidder's name, addres, subject matter of proposal
adverse dat oft openingandthe hour designated
for td opening as shown onthe legal advertsement.
Where proposals are sent by mail to the Chief
Procurement Officer, the bidders shall be responsible
for their delivery to the Chief Procurement Oficer
before the advertised date and hour forthe opening of
‘bids. the mails delayed beyond the date and hou set
forthe bid opening proposal thus delayed will not be
accepted.
Proposal shall be submitted with original signatures in
the space provided on the appropriate. Proposal
Execution Page. Proposal nox propel signed shal be
rejected.
IV, WITHORAWAL OF PROPOSALS
Bidders may withdraw their proposals at any time prior
tothe time specified in the advertisement asthe closing
time for the receipt of bids. However, no bidder shall
withdraw or cancel his proposal fora period of sixty (60)
calendar days ater said advertised closing time for the
receipt of proposals nor shall the successful bidder
withdraw or cancel or modify his proposal ater having
‘been notified by the Chief Procurement Officer that said
Specification: 83-48510-03, JANITORIAL SUPPLIES, Page 1 of 64
UNTITLED-006
REQUIREMENTS FOR BIDDING AND INSTRUCTIONS TO BIDDERS
proposathas been accepted by the City. The City reserves
the right to withhold and deposi, as iquidated damages
and not a penaly, the bid deposit of any bidder
requesting withdrawal, cancellation or modification of its
proposal prior to the stated period for acceptance of
Proposal.
‘Where this contract shall be approved by another agency,
such asthe Federal Government or State of tlinois, then
the bidder shall not withdraw or cancel or modify his
‘proposal for a period of ninety (90) calendar days after
said advertised closing time for the receipt of proposals.
V. COMPETENCY OF BIDDER
The Chief Procurement Oficer reserves the right to refuse
toaward a contractto any person firm or corporation that
isin arrears or sin defauit to the City of Chicago upon
any debt or contract, or that is a defaulter, as surety or
‘otherwise, upon any obligation to said City, or had failed
to perform faithfully any previous contract with the City
The bidder ifrequested, must present within a reasonable
time, as determined by the Chief Procurement Ofer,
‘evidence satisfactory othe Chef Procurement Ofcer
performance ability and possession of necessary acilties,
Pecuniary resources and adequate insurance to comply
With the terms of these specifications and contract
documents
VL. CONSIDERATION OF PROPOSALS
‘The Chief Procurement Officer shall represent and act for
the City. in all matters pertaining to this proposal and
contract’ in conjunction therewith. The Chief
Procurement Officer reserves the right to reject any or all
proposals and to disregard any informality in the bids and
bidding, when in his opinion the best interest ofthe City
‘will be served by such action.
‘The proposal is contained in these contract documents
and MUST NOT BE DETACHED HERE FROM by any
bidder when submitting a proposal. Incomplete proposals
are subject to rejection.
‘VIL ACCEPTANCE OF PROPOSALS
‘The Chief Procurement Officer will acceptin writing one
‘of the proposals or reject all proposals, within sixty (60)
calendar days, or within ninety ($0) calendar days where
approval by other agencies i required, from the date of
‘opening of bids, unless the lowest responsible bidder,
‘upon request ofthe City, extends the time of acceptance
to the City.
VIIL PERFORMANCE BOND
‘When required by the Chief Procurement Oficer the
successful bidder or bidders shall, within seven (7)
‘calendar days of receipt of notice from the City, furnish
a performance bond in the full amount ofthe contract
fon Form P.W.O. 62, a specimen of which is bound
herein. Receipt of written notice from the ity to furnish
1 bond constitutes tentative notice of pending, award
and proposal acceptance. Release ofthe contract shall
bbe withheld pending receipt and approval of a
‘bond. Attention is called to the provisions
‘of Section 5/8-10-13 ofthe Ilinois Municipal Code and
to the provisions of Chapter 7-4 of the Municipal Code
‘of Chicago.
1%, FAILURE.TO FURNISH BOND
ln the event that the bidder ‘ails to furnish the
performance bond in said period of seven (7) calendar
days, then the bid deposit of the bidder shall be
retained by the City as liquidated damages and not as a
penalty.
X. DISCLOSURES
The apparent low bidder will be required to execute
and notrize the disclosure required by Executive Order
97-1 no later than 7 calendar days after notification by
the City of Chicago unless a longer time is granted by
the Chief Procurement Ofcer.Acopy ofthe disclosure
required by Executive Order 97-1 i attached to the
Specification. Refusal to execute and notarze such
sclosure will esut in the Chief Procurement Oficer
<ecaring the bidder non-resporsible and the City
retaining the bid depost. Moreover, if a bidder is
deemed non-esponsible under this prowsion, the
bidder's statusas anon-responsible bidder may apply to
the bidders subsequent bids.
XL INTERPRETATION OF
DOCUMENTS
If any person contemplating submitting a proposal sin
doubt as to the true meaning of any part of the
specifications or other contract documents, a wntten
request for an interpretation thereo!, may be submitted
to the Chief Procurement Officer. The person
submitting the request will be responsible fr its prompt
delivery. Any interpretation ofthe proposed documents
CONTRACT
‘Specification: 83-48510-03, JANITORIAL SUPPLIES, Page 2 of 64
UNTITLED-007
REQUIREMENTS FOR BIDDING AND INSTRUCTIONS TO BIDDERS
vill bermade only by an addendum duly issued by the
(Chief Procurement Oficer. A copy of such addendum wil
be faxed, electronically mailed, mailed or delivered to
‘each person receiving a set of such contract documents
land to such other prospective bidders as shall have
requested that they be furnished with a copy of each
addendum. Failure on the part of the prospective bidder
{to receive a writen interpretation prior tothe time ofthe
‘opening of bids will not be grounds for withdrawal of
Proposal. Bidder will acknowledge receipt of ‘each
addendum issued in space provided on proposal page.
Oral explanations wll not be binding,
xl, CATALOGS
ach bidder shall submit, where necessary, or when:
requested by the Chief Procurement Officer, catalogs,
descriptive literature, and detailed drawings, fully detailing,
‘eatures, designs, construction, appointments, rishes and
the like not covered in the specifications, necessary to
fully describe the material or work he proposes to furnish.
XIN, TRADE NAMES
In cases where an item i identified by a manufacturer's
name, trade name, catalog number, or rference, ii
understood thatthe bidder proposestofurishthe item so
identiied and does not propose to fumish an “equal”
unlessthe proposed “equal” is defintely indicated therein
by the bidder.
Reference to a specific manufacturer, wade name oF
catalog is intended to be descriptive but not restrictive
and only to indicate tothe prospective bidder articles that
willbe satisfactory. Bids on other makes and catalogs wil
be considered, provided each bidder clearly states onthe
face ofthe proposal exactly what it proposes to furnish, or
forwards with the bid, 2 cut, ilutration, or other
‘descriptive matter which wll leary indicat the character
‘ofthe article covered by the bid.
The Chief Procurement Oficer hereby reserves the right
to approve as an equal, orto reject as not being an equal,
any article the bidder proposes to fish which contains
major minor variations rom specification requirements
tout which may comply substantial therewith
XIV, RETURN OF BID DEPOSIT
The bid deposit ofall except the two lowest bidders on
‘each convact wil be returned shorly after the bid
pening
The Chief Procurement Officer reservesthe rghttohold
all bid deposits, i the intent is to award multiple
contracts for a requirement andlor ifthe two lowest
responsible bidders can not be readily determined
based on price until al proposals have been evaluated
The remaining bid deposits on each contract will be
retumed with the exception of the accepted bidder
after the Chief Procurement Officer has awarded the
contract. The bid deposit ofthe accepted bidder willbe
returned after the contract and a satistactory
performance bond has been approved, where such
bond is required.
Xv. TAXES,
Federal Excise Tax does not apply to matenals
‘purchased by the City of Chicago by virtue of Exemption
Certificate No. 366005820 and State of linois Sales
‘Tax does not apply by vitue of Exemption No. £9998-
1874-04. tlinois Retailers’ Occupation Tax, Use Tax.
and Municipal Retailers’ Occupation Tax do not apply
tomaterials or services purchased by the City of Chicago
by vitue of Satu.
‘The price or prices quoted herein shal include all other
Federal andlor State, direct andor indirect taxes which
XVL__ ORDER OF PRECEDENCE OF COMPONENT
CONTRACT PARTS.
‘The order of precedence of the component contract
parts shal be as follows:
General Conditions.
‘Addenda if any.
Department Special Provisions
Plans oF City Drawings
Detailed Specifications
Standard Specifications of the City, State or
Federal Government, if any.
G. Advertisement for proposals «opy of
advertisement to be attached to back of cover!
H. Requirements for Bidding and Instructions to
Bidders.
> mone
Specification: B3-48510-03, JANITORIAL SUPPLIES, Page 3 of 64
UNTITLED-008
REQUIREMENTS FOR BIDDING AND INSTRUCTIONS TO BIDDERS
|. Performance Bond, i require.
‘The foregoing order of precedence shall govern the
interpretation of the contract in all cases of conflict or
inconsistency therein, except as may be otherwise
‘expressly provided by the City
XVII. NOTICES,
‘All communications and notices herein provided for
shall be faxed, delivered personally, electronically
mailed, or mailed first class, postage prepaid, to the
Contactor by name and addres Inted on the
proposal hereof othe Commissioner ofthe wsing
‘department by name and addres lsted on the cover
hereof, and to the Chief Procurement Officer, Room
403, City Hal, 121 NL Salle Steet, Chicago, tino.
60602.
‘Specification: 83-48510-03, JANITORIAL SUPPLIES, Page 4 of 64
UNTITLED-009
(GENERAL CONDITIONS
1. NON-DISCRIMINATION
A. Exdesal Requirements
‘shall be an uniawful er practice fr the
‘Contractor (1) to fil or refuse to hire orto discharge any
individual, or otherwise to discriminate against any
individual with respect to his compensation, or the
terms, conditions, or privileges of his employment.
because of such individual's race, coor, religion, sex,
age, handicap or national origin; o 2 to limit
segregate, or casi his employees or applicants for
employment in any way which would deprive or tend to
deprive any individual of employment opportunities or
otherwise adversely affect his status as an employee,
‘because of such individual's race, coor, religion, sex,
age, handicap or national origin.
Contractor shall comply with The Ci Rights Act of
1964, 42 US.C sec. 2000 etseq. (1988) as amended,
‘tention is called to: Exec. Order No, 11,246, 30 Fed.
Reg, 12319 (1965), reprinted in 42 US.C.2000(e)
note, s amended by Exec Order No, 1,375, 32 Fed.
Reg, 14,303 (1967) and by Exec. Order No. 12,086, 43,
Fed. Reg. 46,50 (1978); Age Discrimination Act, 42
US. sec. 6101-6106 (1988); Rehabilitation Act of
1973, 29 US. sec. 793-794 (1988); Americans wth
Disabilities Act 42 US.C sec. 12102 et seq; and 41
CFR Part 60 ets09, (1990).
8. Sate Requirements
‘Contractor shall comply with the ilinis Human Rights
‘Act, 775 ILCS 5/1 - 101 etseq. (1992), as amended and
‘any rules and regulations promulgated in accordance
therewith, including, but not limited to the Equal
Employment Opportunity Clause, 5 tll Admin. Code §
750 Appendix A. Furthermore, the Contractor shall
‘comply withthe Public Works Employment
Discrimination Act, 775 1LCS 10/0.01 et seq. (1992), as
amended.
© Gity Requirements
‘Contractor shall comply with the Chicago Human Rights
Ordinance, ch. 2-160, section 2-160-010 et seq. of the
‘Chicago Municipal Code (1990), as amended. Further,
Contractor shall furnish or shall cause each ofits
subcontractors) to furnish such reports and
information as requested by the Chicago
‘Commission on Human Relations.
©. Subcontractors
Contractor sree that ll of the above provisions
WB) and (© , wil be incorporated inal
agreements entered ito with any supplies of
materia, fumishers of services, subcontractors of
{ny ter, and labor organizations which furish
Shed, undid and cra non skied labor, oF
which may provide any such materials, labor or
{evices in connection with this Contact.
2. INDEMNITY
Contractor shall indemnity, keep and save harmless
the Cy, its agents, ofcals and employees, against
all injuries, deaths, los, damages, claims, patent
‘aims, suits, lables, judgment, costs and
‘expenses, which may in any way accrue agains the
Gy in consequence of the granting of this contract
‘or which may in any way result therefrom, whether
‘oF notit shall be alleged or determined thatthe act
was caused through negligence or omision ofthe
Contractor o its employees, ofthe subcontractor or
its employees, if any, andthe Contractor shal, tits
‘own expense, appear, defend and pay all charges of
attommeys and al costs and other expenses arising
therefrom or incurred in Connection therewith, and,
if any judgment shall be rendered against the City in
any such action, the Contractor shall, at its own
‘expense, satisfy and discharge the same. Contractor
expressly understands and agrees that any
performance bond or insurance protection required
by this contract, or otherwise provided by
Contractor, shan no way limit the responsibilty to
indemnify, keep and save harmless and defend the
‘Gy as herein provided.
To the extent permissible by law, the Contractor
‘waives any limits on the Contractor's Habilty that it
‘would otherwise have by vite ofthe Worker's
‘Compensation Act or any other related law oF
judicial decision (such as Koteck v. Cyclops Welding
Corporation, 146 il. 24 155 (1991). The City,
however, does not waive any limitations it may have
Specification: 83-48510-03, JANITORIAL SUPPLIES, Page 5 of 64
UNTITLED-010
(GENERAL CONDITIONS
(on its lability under the Worker's Compensation Act,
the ilinois Pension Code or any other statute.
3. PREVAILING WAGE ACT
‘The Contractor shall comply with “AN ACT regulating,
‘wages of laborers, mechanics, and other workers
‘employed in any public works by the State, county, city
‘or any public body or any political subdivision or by
anyone under contract for public works.” Aitention i
called to Chapter 48, Par.395 Il Rev Stas. 1989.
Itisthe policy ofthe State of Ilinois that a wage of no
less than the general prevailing hourly rate as paid for
work ofa similar character in the locality in which the
‘work is performed, shall be paid to all laborers, workers
‘and mechanics employed by or on behalf of any and all
public bodies engaged in public works.
The term “general prevailing hourly rate”, when used in
this Act means the hourly cash wages plus fringe
benefits for health and welfare, insurance, vacations and
pensions paid generally, in the locality in which the
‘work is being performed, to employees engaged in work
of a similar character on public works.
{the Deparment of Labor revises the general prevailing,
hourly rate to be paid by the public body, the revised
rate shall apply to such contract.
SUBLETTING OR ASSIGNMENT OF CONTRACT
‘OR CONTRACT FUNDS,
‘No contract shall be asigned or any part f the same
sub-contracted without the written consent of the Chief
Procurement Officer; but in no case shall such consent
‘elieve the Contractor from his obligations, or change
the terms ofthe contract.
‘The Contractor shall not transfer or assign any contract
funds oF claims due or to become due without the
written approval ofthe Chief Procurement Officer
having first been obtained.
The transfer o assignment of any contract funds either
In whole or in part, or any interest therein, which shall
be due orto become due to the contractor, shall cause
the annulment of said transfer or asignment so far as
the City is concerned.
5. GUARANTEES & WARRANTEES
‘All guarantees and warrantees required shall be
fumished by the Contractor and shal be delivered
to the Chief Procurement Officer before final
voucher on the contracts issued.
6. DELIVERY
‘All materials shipped to the City of Chicago must be
shipped F.O.8., designated location, Chicago,
lots. f delivery is made by truck, arrangements
‘must be made in advance by the Contractor in
‘order that the Cty may arrange for receipt ofthe
‘materials. The material must then be delivered
where directed.
‘Truck deliveries will be accepted before 4:00 P.M,
‘on week-days only. No deliveries willbe accepted
(on Saturdays, Sundays or Holidays.
‘The quantity of material delivered by truck shall be
ascertained from a weight certificate issued by a
‘duly licensed Chicago Public Weigh-Master. Inthe
case of delivery by rail, weight will be ascertained
from bill of lading from originating line, but the City
reserves the right to re-weigh atthe nearest
available railroad scale.
7. DEMURRAGE AND RE-SPOTTING
The City willbe responsible for demurrage charges
‘only when such charges accrue because of the
City's negligence in unloading the material.
The City wll pay railroad charges due to the re-
spotting of cars, only when such re-spotting is.
‘ordered by the City.
8. MATERIALS INSPECTION AND.
RESPONSIBILITY
‘The City by its Chie Procurement Officer shall
have aright to inspect any material to be used in
‘camying out this contract.
‘Specification: 83-48510-03, JANITORIAL SUPPLIES, Page 6 of 64
UNTITLED-011
GENERAL CONDITIONS
«The City does not assume any responsibility forthe
availabilty of any controlled materials or other materials
and equipment required under this contract.
The Contractor shall be responsible forthe contracted
quality and standards ofall materials, components or
completed work furished under this contract upto the
time of final acceptance by the Cty.
‘Materials, components or completed work not
‘complying therewith may be rejected by the Chief
Procurement Officer and shall be replaced by the
‘Contractor at no cost to the City.
‘Any materials or components rejected shall be removed
within a reasonable time from the premises of the City
at the entie expense of the Contraco, ater writen
notice has been mailed by the City tothe Contractor
that such materials or components have been ejected.
9. INSURANCE
‘The Contractor agres to keep in force during the ie of
this contract such insurance policies as may be
indicated in the SPECIAL CONDITIONS of this
Contract. Contractor further agrees to fish cerificates
of any or alinsurance policies isting the Cty as an
‘sdditona insured upon request by the Chet
Procurement Oficer
10, PAYMENT
Payment to Contractor shall be as specified in the
Special Conditions ofthis contract.
‘CASH BILLING DISCOUNT
‘Any cash biling discounts offered will not be considered
in the evaluation of bids unless requested in the Special
‘Conditions to be included in the proposal I so
requested, cash biling discount for payment of invoices
in thy (30) days or more will be considered in
‘evaluating bids. Shorer discount periods will nt be
considered in evaluating bids.
12, PRICE REDUCTION
Wat any time after the date ofthe bid or offer the
‘Contractor makes a general price reduction in the
comparable price of any material covered by the
contact to customers generally, an equivalent pice
reduction based on similar quantities and/or
considerations shall apply tothe contact fr the
duration ofthe contract period or unt the price is
futher reduced). Such price reduction shall be
‘effective atthe same time and in the same manner
‘asthe reduction inthe price to customers general
For purpose of this provision, a “general price
reduction” shall mean any horizontal reduction in
the price ofan ance or sevice offered (1) 0
Contractor's customers generally, or (2) inthe
Contractor's price schedule forthe cass of
castomes e., wholesale, jobbers, retailers, et,
which was used as the bass for bidding on this
contract. An occasional sale at a lower pic, or sale
of distressed merchandise ata lower price, would
not be considered a "general price reduction
‘under this provision. The Contractor shall invoice
the ordering offices at such reduced prices
indieating onthe invoice thatthe reduction i
pursuant to the “Price Reduction” provision of the
contract documents. The Contractor, in addition,
shall within ten days of any general price reduction
notify the Chief Procurement Oficer of the City of
‘Chicago of such reduction by let. Failure to do
0 may require termination ofthe contrac. Upon
receipt of any such notice ofa general pice
‘eduction all ordering offices willbe duly notied by
the Chief Procurement Ofcer.
‘The Contractor shall furnish, within ten days ater
the end ofthe contract period, a statement
centfyng ether:
(1) that no general price reduction, as defined
above, was made afte the date ofthe bid or
coffer; or
(2) any such general price reductions were
made, that as provided above, they were
reported to the Chief Procurement Ofcer
within ten days, and ordering offices were
billed at the reduced prices.
‘Where one or more such general price reductions
were made, the statement furnished by the
‘Contractor shall include with respect to each price
Specification: 83-48510-03, JANITORIAL SUPPLIES, Page 7 of 64
UNTITLED-012
GENERAL CONDITIONS
seduction:
o
@
@
1B
the date when notice of any such reduction was
‘issued;
the effective date ofthe reduction; and
the date when the Chief Procurement Officer was
rotiied of any such reduction.
DEFAULT
‘The Gy may, subject tothe provisions of
paragaph (below, by written notice of defaut
to the Contractor, terminate the whole o any part
of this contract in any one of the following
circumstances:
(if the Contractor fails to make delivery ofthe
supplies or to perform the services within the time
specified herein or any extension thereof; oF
Gi if the contractor fails to perform any ofthe
‘ther provisions ofthis contrac, ors fails to
make progress as to endanger performance ofthis
‘contract in accordance with ts terms, and in
‘ther ofthese two circumstances does not cure
such flture within a period of 10 days (or such
ther period as the Chief Procurement Officer
may authorize in writing) after receipt of notice
from the Chief Procurement Officer specifying,
such flue
In the event the City terminates this contact in
whole or in paras provided in paragraph (a of
this dause, the Cty may procure, upon such terms
and in such manner as the Chief Procurement
‘Oficer may deem appropriate, supplies or
services similar to those so terminated, and the
Contactor shall be lable to the Cty fr any excess
ots for such similar supplies or sevice:
Provided, thatthe Contractor shall continue the
performance ofthis tothe extent not terminated
under the provisions ofthis clause
‘The Contractor shall not be lable for any excess of
costs i acceptable evidence has been submited
to the Chief Procurement Officer the failure to
perform the contract was due to causes
beyond the control and without the fault
‘negligence of the Contractor
14, DISPUTES
Except a otherwise provided in this contract, any
dispute conceming a question of fact arising under
this contrac which snot disposed of shall be
decided ater hearing by the Chief Procurement
(Ofcer, who shall reduce his decision to wring and
mail or therwie furnish a copy thereof to the
‘Contractor. The decision ofthe Chief Procurement
(Oficer shal be final and binding.
15. NON-COLLUSION, BRIBERY OF A PUBLIC
(OFFICER OR EMPLOYEE
Contractor, in performing under this contract shall
‘comply with the Municipal Code of Chicago,
Section 2-92-320, as follows:
‘No person or business entity shall be awarded 2
‘contractor sub-contract if that person of business
centity: (a) has been convicted of bribery or
attempting to bribe a public officer or employee of
the City of Chicago, the State of ilinois, or any
agency of the federal goverment or of any state or
local government inthe United States, in that
‘officer's or employee’ oficial capacity; or (b) has
been convicted of agreement or collusion among
bidders or prospective bidders in restraint of
freedom of competition by agreement to bid a fixed
Price, or otherwise; or (c) has made an admission of
‘uit of such conduct described in (a) or ib) above
Which is a matter of record but has not been
prosecuted for such conduct.
For purposes ofthis section, where an official, agent
‘or employee of a business entity has committed any
‘offense under this section on behalf of such an
‘entity and pursuant tothe direction or author zation
(of a responsible oficial thereof, the business entity
shall be chargeable with the conduct. One business
‘entity shal be chargeable with the conduct of an
afiated agency.
Ineligiblty under this section shall continue for
Specification: 83-48510-03, JANITORIAL SUPPLIES, Page 8 of 64
UNTITLED-013
(GENERAL CONDITIONS
three years following such conviction or admission. The 92-320 for a definition of “afiliated agency”, and a
period of ineligibility may be reduced, suspended, or detailed description ofthe conditions which would
‘waived by the Chief Procurement Officer under certain _ permit the Chief Procurement Oficerto reduce,
specific circumstances. Reference is made to Section 2-_suspend, or waive the period of ineligibility.
Specification: B3-48510-03, JANITORIAL SUPPLIES, Page 9 of 64
UNTITLED-014
‘SPECIAL CONDITIONS
PERFORMANCE BOND
‘No Bond Required.
RELEASES
Requests for Janitorial Supplies inthe form of releases will be issued by the various Using Departments and sent to
the Contractor to be applied against the contract. Releases will indicate quantities ordered for each line item,
univttal cost, shipping address, delivery date, fund chargeable information, catalog information and other pertinent
instructions regarding delivery.
INVOICES
Original invoices wil be forwarded by the Contractor tothe various Using Departments to apply aginst the
contract. Invoices must be submited in accordance within the mutually agreed upon time period with the various
Using Departments.
[Al invoices must be signed, dated and reference the Cy contrat number. a Contractor has more than one
contact withthe City, separate invoices must be prepared foreach contac in eu of combining items from
Silerent contacts unde the same invoice. Invoice quarts, tem desriptons, and pricing nfrmation mst
correspond to the items quoted onthe Proposal Page
Invoices for overshipments or tems with price escalations may be rejected unles the contract includes a provision
for such an adjustment by contract modification. Freight, handling and shipping costs are not to be invoiced, sf
contract terms specify deliveries F.0.8, ity of Chicago. As stated in the Requirements for Bidding and Instructions
to Bidders section, the City of Chicago is exempt from paying State of linos sales tax and federal excise taxes on
purchases.
PAYMENT
The City will process payment within sixty (60) calendar days after receipt of invoices completed in accordance with
the terms herein, and all supporting documentation necessary forthe City to verfy the
requests for Janitorial Supplies supplied under this contract.
The City will not be obligated to pay for any Janitorial Supplies delivered which were non-compliant with the terms
and conditions ofthese specifications. Any items which fail tests and/or inspections are subject to exchange or
replacement atthe cost of the Contractor.
INVENTORY/LEAD TIME
‘The Contractor will maintain an inventory of sufficient diversity and quantitv as to ensure the delivery of any stem
listed in the Proposal, whichis ordered by the City from stock within fourteen (14) days after receipt of a City
department’ order. in lieu ofthe inventory, the Contractor must be able to arrange such prompt delivery.
Repeated failure ofthe Contractor to meet the above stated delivery requirements shall be used by the City a»
‘grounds for the termination of this contract, and may further affect the Contractor's eligibility for future contract
awards
Specification: 83-48510-03, JANITORIAL SUPPLIES, Page 10 of 64
UNTITLED-015,
‘SPECIAL CONDITIONS
_ The Contractor's compliance with these requirements will be determined by the Chief Procurement Officer, whose
<ecision will be binding.
PURCHASE VOLUME
‘Any dollar volume shown on the Proposal Page i estimated only for bid camassng purposes. The City reserves the
Fight to increase or decease the amount ordered under this contract. Nothing herein shal be construed as an intent
con the par of the City to purchase any Janitorial Supplies other than those determined by the various Using
Departments to be necessary to meet their current needs.
‘The City wil be obligated to order and pay for only the amount from time to time ordered, delivered and accepted
(on sub-ordersisued directly bythe various Using Departments.
Deliveries must be made F.0.8., any point within the City at no charge to the City, regardless ofthe release amount.
Itis the intent ofthis contract for the Contractor to furnish Janitorial Supplies for various Using Departments
The City reserves the right to add new delivery locations or delete previously ited delivery locations as required
during the contract period.
‘BASIS OF AWARD
‘contract will be awarded based on the lowest price per bid group offered by a responsive and responsible bidder.
‘The Chief Procurement Oficer reserves the right to award one or more contracts for any Group or all Groups. or
‘eject any o all bids when, in his opinion, the best interest of the City willbe served thereby.
LOCAL BUSINESS PREFERENCE
‘The Chief Procurement Oficer will accept the lowest bid price or lowest evaluated bid price from a responsive and
‘responsible local business, provided thatthe bid does not exceed the lowest bid price or lowest evaluated bid price
from a responsive and responsible nor-local business by more than two percent (2%).
‘local business Local Busines) isa business located within the corporate limits ofthe City, which has the majority
OF ts regular fulltime workforce located within the Cty and is subject to City of Chicago taxes.
Where all partners to a joint venture are Local Businesses, the joint venture shall be deemed to be a Local Business.
Where not ll partners toa joint venture are Local Businesses, such joint venture shall be considered a Local
Business only i Local Businesses hold at least a fity percent (50%) interest inthe venture. Local Businesses have a
fifty percent (50%) interest in the joint venture only if the Local Business partners in the venture hold subcontracts
‘equal to fifty percent (50%) of more ofthe amount ofthe bid. Joint venture bidders shall submit information and
documentation (including, but not limited to, the joint venture agreement and subcontracts) with their bids to
‘establish their eligibility forthe Local Business Preference. A joint venture bidder which fais to submit such
information shall not be entitled to the Local Business Preference.
The Chief Procurement Officers determination ofa bidders eligibility for the Local Business Preference shall be
final
‘Specification: 83-48510-03, JANITORIAL SUPPLIES, Page 11 of 64
UNTITLED-016
CONFLICTS OF INTEREST
'No member ofthe governing body of the City of Chicago or ther unt of government and no other oficer,
‘employee or agent ofthe City of Chicago or other unit of government who exercises any functions or responsibiities
in connection with the carying out of the project will have any personal interest, director indirect, in the contract.
The Contractor covenants that he presenty as no interest and wil not acquire any interest dec or indirect, inthe
project to which the contract pertains which would confit in any manner or degree withthe performance ofits
work hereunder. The Contractor further covenants that in its performance ofthe contact no person having any
such interest will be employed.
PRICE LISTS
‘The Contractor must submit copies ofthe specified price lists indicated on the Proposal Pages for all groups included
inhis bid submission, for use by the Department of Procurement Services, Comptroller's Ofice and each
participating department or as requested by the Chief Procurement Officer. The Contractor will be responsible for
forwarding new price lists or supplements of latest revision to all participating City departments, the Comptroller's
Office and Department of Procurement Services during the contract period.
‘Al pricing wll be govemed by the latest editions or supplements to current manufacturers published price lists
unless specified otherwise on the Proposal Page. The Contractor wil be responsible for notifying the Chief
Procurement Officer, at last thirty (20) days in advance of any price changes andlor issuance of revised price lists
prior to submittal of invoices with new prices.
(GUARANTEE
‘The Contractor must furnish a guarantee forthe items provided under this contract in accordance with the standard
guarantee regularly supplied.
AUDITS
‘The Cty may ints sole discretion audit the records of Contractor oF its Subcontractors, or both, at any time during
the term of this Contract or within five years after the Contract ends, in connection with the goods, work, or services
‘provided under this Contract. Each calendar year or partial calendar year is considered an “audited period.” If, asa
result of such an audit, itis determined that Contractor or any of ts Subcontractors has overcharged the City in the
audited period, the City will notify Contractor. Contractor must then promptly reimburse the City for any amounts
the City has paid Contractor due to the overcharges and also some or allo the cost ofthe audit, as follows:
‘Af the audit has revealed overcharges tothe Ciev reoresenting less than $% ofthe total value. based
‘on the contract orices. ofthe eoods. work. or services orovided in the audited oeriod. then the
‘Contractor must reimburse the Citv for 50% of the cost ofthe audit and 50% ofthe cost of each
subsequent audit thatthe City conducts;
8. however. the audit has revealed overcharaes to the Citv reoresentine 5% or more of the total
value. based on the contract orces. ofthe goods. work. oF services provided inthe audited oeriod.
then Contractor must reimburse the Cty for the full cost ofthe audit and of each subsequent audit
‘Specification: 83-48510-03, JANITORIAL SUPPLIES, Page 12 of 64
UNTITLED-017
SPECIAL CONDITIONS
Failure of Contractor to reimburse the Cy in accordance with A or B above is an event of default under this
Contract, and Contractor wl be liable fr allo the City’s costs of collection, including ay cour cost and attorneys
fees.
CONTRACTOR'S INSURANCE.
‘The Contractor must provide and maintain atthe Contractors own expense, until contract completion and during,
the time period following final completion if Contractor is required to retum and perform any additional work, the
Jngurance coverages and requirements specified below, insuring all operations related to the contract.
1) Workers Compensation and Employers Liability
‘Workers Compensation and Employers Liability Insurance, as prescribed by applicable law covering all employees
‘who are to provide a service under this Contract and Employers liability coverage with limits of not less than
‘$100,000 each accident or ines.
2) Commercial Liability (Primary and Umbrella)
Commercial Liability Insurance or equivalent with mis of not ess than $1,000,000 per occurence, fr bodily
injury, personal injury, and property damage lability. Coverages must include the folowing: All premises and
‘operations, productucompleted operations, separation of insureds, defense, and contractual liability (with no
limitation endorsermend. The Cty of Chicago i to be named as an additonal insured ona primary,
non-contributory basis for any abil arsing direct or indirectly from the work or services.
3) Automobile Liability (Primary and Umbrella)
When any motor vehicles (owned, non-owned and hired) are used in connection with work tobe performed, the
Contractor must provide Comprehensive Automobile Liability Insurance with limits of not less than $1,000,000 per
cccurrence for body injury and property damage
ADDITIONAL REQUIREMENTS,
‘The Contractor must furnish the City of Chicago, Department of Procurement Services, City Hall, Room 403, 121
‘North LaSalle Street, Chicago, ilinois 60602, original Certificates of Insurance evidencing the required coverage to
bbe in force on the date ofthis Contract, and Renewal Certificates of Insurance, or such similar evidence, ifthe
coverages have an expiration or renewal date occurring during the term ofthis Contract. The Contractor must
submit evidence of insurance on the City of Chicago Insurance Cerificate Form (copy attached) or equivalent prior
to Contract award. The receipt of any certificate does not constitute agreement by the City that the insurance
‘requirements in the Contract have been fully met or that the insurance policies indicated on the certificate are in
‘compliance with all Contract requirements. The failure of the City to obtain certificates or other insurance evidence
from Contractor will not be deemed to be a waiver by the City. The Contractor must advise all insurers ofthe
Contract provisions regarding insurance. Nor-conforming insurance will not relieve Contractor ofthe obligation to
[provide insurance as specified herein. Nonfulfilment ofthe insurance conditions may constitute a violation ofthe
‘Contract, and the City retains the right to terminate contract until proper evidence of insurance is provided.
‘The insurance must provide for 60 calendar days prior written notice tobe give tothe Cty inthe event coverage is
substantially changed, canceled, or non-renewed.
Specification: 83-48510-03, JANITORIAL SUPPLIES, Page 13 of 64
UNTITLED-018
SPECIAL CONDITIONS
‘Any and all deductibles or st-insured retentions on referenced insurance coverages willbe borne by Contractors
‘The Contractor agrees that insurers will waive their rights of subrogation against the City of Chicago its employees,
lected officials, agents, or representatives.
‘The Contractor expressly understands and agrees that any coverages and limits furnished by Contractor wil in no
‘way limit the Contractor's liabilities and responsibilities specified within the Contract documents or by law:
“The Contractor expressly understands and agrees that any insurance or self insurance programs maintained by the
‘Cay of Chicago will apply in excess of and not contribute with insurance provided by the Contractor under the
Contract.
“The required insurance to be carried must not be limited by any limitations expressed in the indemnification
language herein or any limitation placed on the indemnity therein given as a matter of law.
‘The Contractor must require all subcontractors to provide the insurance required herein or Contractor may provide
the coverages for subcontractors. All subcontractors wil be subject to the same insurance requirements of
Contractor unless otherwise specified herein.
{i Contractor, or subcontractors desire additional coverages, the contractor and each subcontractor, wil be
responsible for the acquisition and cost of such additional protection.
‘The City of Chicago Risk Management Department maintains the right to modify, delete, ater or change these
requirements.
CONTRACT DOCUMENTS TO BE COMPLETED BY BIDDER
Fach biddee/proposer must fully complete, sign, notarize and submit as part of your proposal the following,
documents incorporated herein:
Schedule 8-2: Affidavit of MBE/WBE Target Market Joint Venture
Schedule C-2: Letter of Intent from Subcontractor, Supplier and/or Consultant to Perform
Schedule D-2: Affidavit of Target Market Subcontractors
Economic Disclosure Statement and Affidavit
Proposal Execution Page, as applicable (Corporation, Partnership, Sole Proprietorship)
Gy of Chicago insurance Certificate of Coverage
‘Note:EACH BIDDER/PROPOSER MUST ACKNOWLEDGE RECEIPT OF A FULL SET OF CONTRACT DOCUMENTS
‘AND ANY ADDENDA AT THE TOP OF THE PROPOSAL EXECUTION PAGE.
DISCLOSURE OF OWNERSHIP
Pursuant to Chapter 2-154 of the Municipal Code of the City of Chicago, any person, business entity or agency
submiting a bid or proposal to or contracting with the City of Chicago will be required to complete the Disclosure of
‘Ownership Interests in the attached Economic Disclosure Statement and Affidavit. Complete disclosure information
‘must be provided.
Specification: B3-48510-03, JANITORIAL SUPPLIES, Page 14 of 6
UNTITLED-019
\CONTRACTOR CERTIFICATION
‘The Contractor or each joint venture partner, if applicable, must complete the appropriate subsections inthe
attached Economic Disclosure Statement and Affidavit the Affidavit) under: Section Four: Certifications by
‘Applicant which certifies that the Contractor or each joint venture partner, its agents, employees, oficers and any
subcontractors (a) have not been engaged in or been convicted of bribery or atempted bribery ofa public officer or
‘employee ofthe City of Chicago, the State of inci, any agency ofthe federal government or any state or local
‘goverment in the United States or engaged in or been convicted of bid-igng or bid-rotation activities as defined
inthis section as required by the Iino Criminal Code; (6) do not owe any debts to the State of tino, in
accordance with 65 ILCS 5/11-42.1-1 and (c) are not presently debarred or suspended.
(GOVERNMENTAL ETHICS ORDINANCE
‘Contractor must comply with Chapter 2-156 of the Municipal Code of Chicago, “Governmental Ethics, including
but not limited to Section 2-156-120 of this Chapter pursuant to which no payment, gratuity or offer of employment
will be made in connection with any City contract, by or on behalf ofa subcontractor to the prime Contractor or
higher ter subcontractor or any person associated therewith, as an inducement for the award of a subcontract or
‘order. Any contract negotiated, entered into, or performed in violation of any of the provisions of this Chapter wil
bbe voidable as to the Cy.
(CHAPTER 2-56 OF THE MUNICIPAL CODE OF CHICAGO, OFFICE OF INSPECTOR GENERAL
twill be the duty of any bidder, propose, or Contractor, all subcontractors, and every applicant for certification of
eligibility for a City contractor program, and all ofcers, directors, agents, partners, and employees of any bidder,
proposer, contractor, or such applicant to cooperate with the inspector General n any investigation or hearing
‘Undertaken pursuant to Chapter 2-56 ofthe Chicago Municipal Code. The Contractor understands and must abide
by all provisions of Chapter 2-56 of the Municipal Code of Chicago. All Contactors must inform subcontractors of
this provision and require understanding and compliance herewith,
BUSINESS RELATIONSHIPS WITH ELECTED OFFICIALS,
Pursuant to Section 2-156-0304) ofthe Municipal Code ofthe City of Chicago, tis ileal for any elected oficial of
the ety, or any person acting atthe direction of such oficial to contact, either oaly or in waiting any other city
official or employee with respect to any mater involving any person with whom the elected oficial has a business
‘relationship, oto participate in any discussion in any cy council committe hearing orn any cy council meeting
«to vote on any matter involving the peson with whom an elected oficial ha a busines relationship. Violation of
‘Section 2-156-030(b) by any elected official with respect to this contract wil be grounds for termination of this
contract The term business relationship i defined as Set forth in Section 2-156-080 ofthe Municipal Code of
Chicago.
Section 2-156-080 defines a “business relationship” as any contractual or other private business dealing of an
offical, his or her spouse, of of any entity in which an offical or his or her spouse has a financial interest, with a
Person or entity which entitles an offical to compensation or payment in the amount of $2,500 or more ina
‘calendar year; provided, however, a financial interest must not include: (i) any ownership through purchase at air
‘market value or inheritance of less than one percent of the share of a corporation, or any corporate subsidiary
parent or affiliate thereof, regardless ofthe value of or dividends on such shares, ifsuch shares are registered on a
securities exchange pursuant to the Securities Exchange Act of 1934, as amended; i) the authorized compensation
paid to an official or employee for his office or employment; i any economic benefit provided equally to al
Specification: 83-48510-03, JANITORIAL SUPPLIES, Page 15 of 64
UNTITLED-020
‘SPECIAL CONDITIONS
‘residents ofthe city; (iv atime or demand deposit in a financial institution; or) an endowment or insurance policy
‘or annuity contract purchased from an insurance company. A ‘contractual or other private business dealing” will
‘ot include any employment relationship ofan oficia’s spouse with an entity when such spouse has no discretion
conceming or input relating to the relationship between that entity and the ity.
‘SECTION 2-92-380 OF THE MUNICIPAL CODE OF CHICAGO
‘In accordance with Section 2-92-380 ofthe Municipal Code of Chicago and in addition to any other rights
and remedies including any of set-off available to the Cty of Chicago under the contract or permitted at law
‘or in equity, the City willbe ented to set off a portion ofthe contract price or compensation due under the
‘onivact, in an amount equa to the amount ofthe fines and penakies foreach outstanding parking violation
‘complaint and the amount of any debt owed by the contracting party tothe City. For purposes ofthis section,
“outstanding parking violation complaint” means a parking ticket, notice of parking violation, or parking
violation complaint on which no payment has been made or appearance fled in the Circuit Cour of Cook
‘County within the time specified on the complaint. ‘Debt” means a specified sum of money owed tothe City
‘or which the period granted for payment has expired.
1b) _ Notwithstanding the provisions of subsection a), above, no such debts) or oustanding parking violation
complaints) wil be offset from the contract price or compensation due under the contact if one or more of
the following conditions are met:
(1) the contracting party has entered into an agreement with the Department of Revenue, or ther
appropriate City department, forthe payment of all oustanding parking violation complaints and
debts owed to the City and the Contracting party isin compliance with the agreement; or
(2) the contracting party is contesting liability fr or the amount ofthe debt in a pending administrative
or judicial proceeding: or
©) th contin pay ha Sedation in bake nl th ds owed the Cy re
“The City of Chicago through the passage of the MacBride Principles Ordinance seeks to promote fair and equal
‘employnent opportunities and labor practices for religious minorities in Northem Ireland and provide a better
‘working environment fr al citizens in Northern Ireland,
ln accordance with Section 2-92-580 of the Municipal Code of Chicago, ithe primary Contractor conducts any
business operations in Norther ireland, i is hereby required that the Contractor must make all reasonable and good
faith efforts to conduct any business operations in Norther treland in accordance with the MacBride Principles for
Northern ireland as defined in linois Public Act 85-1390 (1988 Il. Laws 3220),
For those Contractors who take exception in competitive bid contracts to the provision set forth above, the City will
_asess an eight percent penalty. This penalty will increase ther bid price for the purpose of canvassing the bids in
‘order to determine who isto be the lowest responsible bidder. This penalty will apply only for purposes of
‘comparing bid amounts and will not affect the amount of any contract payment.
‘Specification: 83-48510-03, JANITORIAL SUPPLIES, Page 16 of 64
UNTITLED-021
‘SPECIAL CONDITIONS
‘The provisions of this Section will not apply to contracts for which the Cy receives funds administered by the
United States Department of Transportation, except to the extent Congress has directed thatthe Deparment of
“Transportation not withhold funds from states and localities that choose to implement selective purchasing polices
based on agreement to comply with the MacBride Principles for Northem Ireland, or tothe extent that such funds
are not otherwise withheld by the Department of Transportation.
COMPLIANCE WITH CHILD SUPPORT ORDERS ORDINANCE
The Child Support Arrearage Ordinance, Municipal Code of Chicago, Section 2-92-415, furthers the Citys interest in
contracting with entities which demonstrate financial responsibility, integrity and lawfulness, and finds that i is
‘especialy inequitable for contractors to obtain the benefits of public funds under City contracts wiile is owners fal
to pay court-ordered child suppor, and shift the suppor of their dependents onto the public treasury.
In accordance with Section 2-92-415 of the Municipal Code of Chicago, i the Circuit Court of Cook County of an
Minos court of competent jurisdiction has issued an order deciaring one or more Substantial Owner in arrearage on
their child support obligations and: (1) a one such Substantial Owner has not entered into a cour-approved
agreement forthe payment ofall such child support owed, or (2) a Substantial Owner is notin compliance with a
‘court-approved agreement for the payment of all such child support owed, (see Certification of Compliance with
(Child Support Orders in Disclosure Afidavi), then:
For those bidders in competitive bid contracts, the City wil assess an eight percent penalty. This penalty will
increase their bid price for the purpose of canvassing the bids in order to determine the lowest responsible bidder.
‘This penalty will apply only for purposes of comparing bid amounts and shall not afect the amount of any contract
payment.
For purposes of this section SUBSTANTIAL OWNER" means any person who owns or holds a ten percent (10%) or
‘more percentage of interest inthe bidder; where the bidder isan individual or sole proprietorship, substantial owner
‘means that individual or sole proprietorship.
“PERCENTAGE OF INTEREST" includes direc, indirect and beneficial interes inthe Contractor. Indirect or
beneficial interest means that an interes inthe Contractor is held by a corporation joint venture, truss, partnership,
association, estate or other legal enti, n which the individual holds an interes, or by agents) or nominees) on
thal ofan individual or ety. For example, if Corporation 8 holds or ows a twenty percent interest n
Contractor, and an indvidval or entity has fity percent or more percentage of interes in Corporatio B, then such
individual or ety indirectly has aten percent or more percentage of interes inthe Contractor. f Corporation 8
hed by another entity then this analysis similarly wil be applied to that nex entity,
“The provisions ofthis Section will only apply where not otherwise prohibited by federal, state or local law.
CONTRACT PERIOD
‘The contract will begin on or about. and continue through unless terminated prior to this
date according to the terms of the Termination paragraph, or extended as provided for herein.
The City wil establish and enter the above start and expiration dates atthe time of formal award and release ofthis
‘contract unis negotiated prior to release ofthe contract.
Specification: 83-48510-03, JANITORIAL SUPPLIES, Page 17 of 64
UNTITLED-022
‘SPECIAL CONDITIONS
The stam date will be no later than the frst day of the succeeding month from the date shown as the Contract Award
and Release Date on the Acceptance Page herein. The expiration date will be the last day ofthe thirty-six (36) full
calendar months after the established start date.
CONTRACT EXTENSION OPTION
‘This Contract will be in effect for the dates indicated herein forthe contract period. The Chief Procurement Officer
‘may exercise the City's unilateral right to renew this Contract following the expiration ofthe base contract term for
Up to two (2) additional periods of one (1) year each, subject to acceptable performance by the Contractor and
‘contingent upon the appropriation of suficient funds fr the purchase ofthe goods provided for in this Contract.
'No less than sixty (60) days before the expiration ofthe then current contract term, the Chief Procurement Officer
wil give the Contractor notice ofthe City’s intent to exercise its option to renew the Contract forthe approaching
‘option period. The date on which the Chief Procurement Officer gives notice is the date the notice is mailed, iit is
railed, or the date the notice is delivered, if sent by courier or messenger service.
With the same amount of matic as for options, the Cty reserves the right to extend the contract period fora period
‘of no more than ninety (90) days, either in ie of exercising an option period or fllowing the exhaustion of all
‘option periods, forthe purpose of providing continuity of supply while procuring a replacement contract.
ACCEPTANCE
itis understood and agreed by and between the paiies hereto thatthe initial acceptance and inspection of any
<elivery wil not be considered a waiver of any provision of these specifications and will not relieve the Contractor of
his obligation to supply satisfactory material which'conforms to the specifications, as shown by any test or
Inspections for which provisions are herein otherwise made.
‘CONTRACT DOCUMENTS
Failure ofthe Contractor to familiarize himsel/hersef with ll requirements ofthe Contract Documents will not
relieve him/her from complying with all of the provisions thereof.
DISCLOSURE OF RETAINED PARTIES - EXECUTIVE ORDER 97-1
‘The apparent low bidder wil be required to execute Section Three: Disclosure of Retained Parties of the EDS and
‘Afidavit as required by Executive Order 97-1 no later than seven (7) calendar days after notification by the City of
‘Chicago unless a longer time is granted by the Chief Procurement Officer. A copy ofthe disclosure required by
Executive Order 97-1 is attached to this specification. Refusal to execute and notarize such disclosure will result in
the Chief Procurement Officer declaring the bidder non-responsible and the City retaining the bid deposit.
Moreover, fa bidder is deemed non-responsible under this provision, the bidders status as a non-responsible
bidder may apply to the bidders subsequent bids.
EARLY TERMINATION
‘The Cty may terminate ths contractor any postion of the contract, at any time by a notice in writing from the City
tothe Contractor. The City will give notice to the Contractor. The effective date of termination will be the date the
‘notice s received by the Contractor othe date stated inthe notice, whichever i later. Ifthe City elects to
terminate the contract in full, all services to be provided under it must cease and all materials that may have been
‘Specification: 83-48510-03, JANITORIAL SUPPLIES, Page 18 of 64
UNTITLED-023
SPECIAL CONDITIONS
accumulated in performing this contract whether completed or in the process, must be delivered to the City wethin
10 days after the effective date stated in the notice.
‘ter the notice is received, the Contractor must restrict its activites, and these ofits subcontractors to winding
‘down any activities previously begun. No costs incured after the effective date ofthe termination are allowed,
Payment for any series actualy and satisfactorily performed before the efective date ofthe termination ison the
same basis as set forth inthe Payment clause and as outined in the Proposal page, but if any compensation is
described or provided for on the basis ofa period longer than 10 days, then the compensation must be prorated
accordingly. No amount of compensation, however, is permitted for anticipated profits on unperformed services.
“The payment so made tothe Contractor in fll setlement for al services satisfactorily performed under tis
contract. if Contractor disputes the amount of compensation determined by the City to be due Contractor,
then the Contractor must initiate dispute settlement procedures in accordance with provision 14. Disputes. in
‘the General Conditions,
If the Citys election to terminate this contract for default pursuant to provision 13. Default in the General
‘Conditions is determined in a court of competent jurisdiction to have been wrongful, then in that case the
‘termination sto be deemed to be an early termination pursuant to this Early Termination provision.
LIVING WAGE ORDINANCE
‘A. Section 2-92-610 of the Municipal Code of Chicago provides for a living wage for certain categories of workers
‘employed in the performance of City contract, specifically non-City employed security guards, parking
attendants, day laborers, home and health care workers, cashiers, elevator operator, custodial workers, and
clerical workers (Covered Employees". Accordingly, pursuant to Section 2-92-610 and regulations
promulgated thereunder:
1, ifthe Contractor has 25 or more fulltime employees, and
2. ifatany time during the performance ofthe contract the Contractor and/or any subcontractor or any
‘ther entity that provides any portion ofthe Services (collectively “Performing Parties? uses 25 or
more fulltime securty guards, or any number of other fulltime Covered Employees, then
3. The Contractor must pay ts Covered Employees, and must assure that all ther Performing Paes
+ pay their Covered Employees, not less than the minimum hourly rate as determined in accordance
with this provision (the “Base Wage’ for all work performed purwant tothe Contact.
8. The Contractor's obligation to pay, nd to assure payment of, the Base Wage will begin at any time during the
Contact term when the conditions set forth in A.1 and A.2 above are met, and will continue thereafter until
the end of the Contract term.
C. Prior wo January 1, 2003, the Base Wage is $7.60 per hour; beginning anuary 1, 2003, the Base Wage i $3.05
per hour. As of ly 1, 2003, and each uly 1 thereafter, the Base Wage will be adjusted, using the most recent
federal poverty guidelines fra family of four as published annually by the U:S. Deparment of Health and
Human Services, to constitute the following: the poverty guidelines for a family of four divided by 2000 hours
‘oF the current base wage, whichever is higher. Atal times during the term of ths Contract, Contractor and all
ther Performing Parties must pay the Base Wage as adjusted in accordance with the above). Ifthe payment
of prevailing wages is required for work or services done under this Contact, and the prevailing wages for
Covered Employees are higher than the Base Wage, then the Contactor must pay the prevailing wage rats.
Specification: 83-48510-03, JANITORIAL SUPPLIES, Page 19 of 64
UNTITLED-024
‘SPECIAL CONDITIONS
1D. The Contractor must include provisions inal subcontracts requiing its subcontractors to pay the Base Wage to
Covered Employees. The Contractor agrees to provide the Cy with documentation acceptable tothe Chief
Procurement Officer demonstrating that all Covered Employees, whether employed by the Contractor or by a
subcontractor, have been paid the Base Wage, upon the City’s request fr such documentation. The City may
independently audit the Contractor and/or subcontractor to verity compliance herewith. Failure to comply
vith the requirements ofthis Section will be an event of defaut under this Contract, and further, failure to
‘comply may result in ineligibility for any award of a City contractor subcontract fr upto three (3) years
E. Not-for-Profit Corporations: I the Contractor is a corporation having Federal tax-exempt status under Section
501(cX3) ofthe Internal Revenue Code and is recognized under Iinois not-for-profit law, then the provisions
‘of Section A through D above do not apply.
NON-APPROPRIATION,
{fo funds or insufficient funds are appropriated and budgeted in any fiscal perio of the City for payments to be
made under this contract, then the City will notify the Contractor of that occurrence and this contract will terminate
(onthe earlier of the last day ofthe fiscal period for which suficient appropriation was made or whenever the funds
‘appropriated for payment under this contract are exhausted. No payments will be made to the Contractor under
this contract beyond those amounts appropriated and budgeted by the City to fund payments under this contract.
‘Specification: 83-48510-03, JANITORIAL SUPPLIES, Page 20 of 64
UNTITLED-025
TARGET MARKET
NON-CONSTRUCTION SERVICES/GENERAL EQUIPMENT & SUPPLIES
‘SPECIAL CONDITIONS REGARDING MINORITY
BUSINESS ENTERPRISE AND WOMEN BUSINESS ENTERPRISE COMMITMENT
Policy and Terms
It isthe policy ofthe City of Chicago that Local Businesses certiied as Morty Busines Enterprises (MBE) and
‘Women Business Enterprises (WBE) in accordance with section 2-92-420 et. seq. ofthe Municipal Code of
‘Chicago and Regulations Governing Certification of Minority and Women-Owned Businesses and al other
regulations promulgated under the aforementioned sections ofthe Municipal Code shall have the maximum
‘opportunity to participate fully in the performance ofthis agreement. The Chief Procurement Officer has
‘established a goal of awarding not es than 25% of the annual dolar valve of all contacto certified MBES
and 5% of the annual dollar vale of ll contracts to certified WBES.
‘The Chief Procurement Officer has implemented the Target Market Program that seeks to award competitively
fr on a negotiated bid process to certified MBES the established goal of 10% ofthe annual dollar value of al
‘contracts and to certified WBEs 1% of the annual dollar valve of all contracts.
Definitions
“Minority Business Enterprise” or “MBE means a frm awarded certification as a minority owned and
controlled business in accordance with City Ordinances and Regulations as long sits performing in its
certified Area of Speciality.
“Women Business Enterprise” or “WBE" means a frm awarded certification as a women owned and
controlled business in accordance with City Ordinances and Regulations, as long as its performing in its
certified Area of Specialty.
“Directory” means the Directory of Certified “Disadvantaged Business Enterprises”, “Minority Business
Enterprises” and “Women Business Enterprises” maintained and published by the City's Contract Compliance
‘Administrator. The Directory identifies firms that have been certified as MBEs and WBES, and includes both
the date oftheir last certification and the area of specialty in which they have been certified. Contractors are
responsible for verifying the current certification status ofall proposed MBEs and WEES.
Area of Specialty” means the description of a MBE or WBE firm's business which has been determined by
the Chief Procurement Officer to be most reflective ofthe MBE or WBE firm’ caimed specialty or expertise.
For the Target Market Program the Area of Specialy is synonymous tothe designated commodity area, ach
letter of certification contains a description of the MBE or WBE firm's Area of Specialty. This information is
also contained in the Directory
NOTICE: By viewe of certification, the City does not make any representation conceming the ability of any
MBEWBE to perform work within their Area of Specialty. Ii the responsibility of all contractors to determine
the capability and capacity of MBEs and WEES to satisfactorily perform the work proposed.
“Target Market Joint Venture” means an association of two or more MBEs, WBES, or both MBEs and WES all
‘certified by the City of Chicago or whose recertification is pending, to carry outa single business enterprise for
profit, and for which purpose they combine their expertise, property, capital, efforts, skill and knowledge.
Specification: 83-48510-03, JANITORIAL SUPPLIES, Page 21 of 64
UNTITLED-026
‘TARGET MARKET NON-CONSTRUCTION SERVICESICENERAL EQUIPMENT & SUPPLIES MBEWBE COMMATMENT
F. “Contract Compliance Administrator” means the officer appointed pursuant to Section 2-92-490 ofthe
‘Municipal Code of Chicago.
1M Eligibiity
‘A. Contracts included in the Target Market Program can be either MBE Target Market Contracs, WBE Target
‘Market Contracts or designated as open to ll certified MBE and WBE firms. Only MBE and MBE joint
Ventures are eligible to bid on or participate in MBE Target Market Contracts, while only WBE and WBE Joint
‘Ventures are elgble to bid on or participate in WBE Target Market Contracts. On solicitations open to both
[MBEs and WBEs joint ventures are allowed between both.
1B. Contracts included in the Target Market Program have been identified by the Chief Procurement Officer as
having atleast three MBES or three WBE, asthe case may be, that indicated their interest in participating in
the contracts designated commodity area(s) by successfully being certified by the City’s Contract Compliance
‘Administrator. The Chief Procurement Officer shall select contracts for the Target Market Program which
include a variety of goods and services which the City frequently contract
C_The vendor may not subcontract more than fity percent (SOX) ofthe dollar value of the contrac. The prime
“Target Market vendor must perform a least SOX, ofthe awarded contract amount withthe own workforces,
Up to 50% ofthe dolar value ofthe Target Market contract may be subcontracted to firms who are ether
'MBE's andlor WBE's or non-MBE's andor non- WBE's. The purchase of goods by a VENDOR rom a
manufacturer or supplier for Sale tothe City in a contract consisting solely ofthe sale of goods shall not be
<eemed subcontacing. However, in appropriate cass the Chief Procurement Officer may inate discussions
‘with a contractor subcontracting with non-cetified firms in order to maximize the overall participation of
[MBE and WBEs at all contracting levels.
D. MBE or WBE firms will be allowed to participate in this Target Market Contract only in their Areas of Specialty
2s certified, or if recertification was submitted prior to certification expiration has been applied for, and is
‘pending on the date of bid opening. Cerification must be substantiated by current certification letters of all
MBE and WE participating in the contract being a part of the bid/proposal response.
E. The Chief Procurement Officer may make participation in the Target Market Program dependent upon
submission to stricter compliance audits than are generally applicable to participants in the MBEAVBE
program. Where necessary or useful, the Chief Procurement Officer may require or encourage MBEs and
\WBES to participate in training programs offered by the Department of Planning and Economic Development
Cor other City departments or agencies as a condition of participation inthe Target Market Program.
F, The Chief Procurement Officer shall be authorized to review whether any MBE ot WBE actively involved 1
the Target Market Program should be precluded from participation in the Target Market Program in the
following year to prevent the domination ofthe Target Market Program by a small number of MBES or WBES
‘The decision of the Chief Procurement Officer to exclude a vendor from the Target Market Program final
and non-appealable. The Chief Procurement Officer shall review the participation of any vendor in the Target
‘Market Program which has been awarded as the prime vendor ina calendar year either; (0 five (5) or more
Target Market Contracts; or (i) Target Market Contract with a total estimated value in excess of one milion
dollars (51,000,000); provided, however, that each contract used in the above computation has an estimated
value in excess of ten thousand dollars ($10,000). The factors which will be considered by the Chief
Procurement Officer include:
Specification: 83-48510-03, JANITORIAL SUPPLIES, Page 22 of 64
UNTITLED-027
TARGET MARKET NON-CONSTRUCTION SERVICESIGENERAL EQUIPMENT & SUPPLIES MBEAVBE COMMITMENT
(0 the total number and estimated value of both Target Market and other ity contracts awarded tothe
contractor;
i) the total number and estimated value of both Target Market and other City contracts awarded tothe
Contractor in a specitic commodity area;
Gi) the percentage ofthe number of both Target Market and other City contracts awarded to the
‘contractor in a speciic commodity area;
(iv) the percentage ofthe total estimated value of both Target Market and other City Contracts awarded
to the contractor in a specific commodity area;
() the extent to which the Vendor is dominating the Target Market Program to the undue detiment of
‘other contractors or the City; and
(w) any other factors deemed relevant by the Chief Procurement Officer
Procedure to determine Bid Compliance
Schedule D-2
Bidders must submit, together with the bid, a completed Schedule D-2 committing them tothe utilization of
‘each listed frm.
Schedule C-2
Letter of Intent from Subcontractor, Supplier and/or Consultant to periorm. In the event the Vendor fails to
submit any Schedule C-2s with its bid/proposal, the Cty will presume that no subconivactors are performing
services related to the contract absent evidence tothe contrary.
Letters of Certification
‘A copy of each proposed MBEWBE firm's current Letter of Certification from the City of Chicago must be
submitted with the bid/proposal.
Joint Venture Agreements
I the bidder/proposeris joint venture, the bidder/proposer must provide a copy ofthe Joint Venture
agreement and a Schedule 8-2. In order to demonstrate the MBE/WBE partner's share in the ownership and
contol the joint vencure agreement must include specific detail, related to: (1) contributions of captal and
‘equipment; (2) work responsiblites or other performance to be undertaken by the MBE/WBE; and (3) the
‘ommmitment of management, superisory and operative personnel employed by the MBEMWBE to be
dedicated to the performance ofthe contract. The joint venture agreement must as clearly define each
partner's authority to contractually obligate the joint venture and each partner's authority to expend joint
venture funds (check signing authors
Specification: B3-48510-03, JANITORIAL SUPPLIES, Page 23 of 64
UNTITLED-028
‘TARGET MARKET NON-CONSTRUCTION SERVICESIGENERAL EQUIPMENT & SUPPLIES MBEWE COMMITMENT
‘Advances and Expedited Payments
‘A. Avendor bidding on a Target Market Contract may request i its bid/proposal that it receive a portion ofthe
timated contract value atthe time of award as an advance to cover start-up and mobilization cass, which
the Chief Procurement Officer may grant in whole orn par. The Chief Procurement Officer wil not accept
‘requests made after bid/proposal opening. The Chief Procurement Oficer may grant advances not exceeding
the lesser of: (ten percent (10%) ofthe estimated contract value; ori) two hundred thousand dollars
($200,000.
8. Advances will be liquidated, and hence the City will receive a credit for these advances against payments due
under the contract, commencing at the time of the frst payment tothe contractor after the payment ofthe
advance. The City shall be entitled to be repaid in full no later than such time as the City pays ity percent
(50%) or more of the estimated contract value to the Contractor.
C. Inthe event a vendor does not perform as required by the contract and thus is not entitled to all, or part of,
any contract advances or expedited payments it has received, the City shall be entitled to take appropriate
actions to recover these excessive payments, including, but not limited to, liquidation against vouchers for
‘commodities/services rendered for other awarded contracts or future bid deposit, restitution sought from the
performance bond, a determination that the contractor is non-responsive, or decertification. These remedies
are in addition to all remedies otherwise available to the City pursuant tothe contract, at law, oF at equity.
1D. Due tothe nature of term agreements (annual contracts with “depends upon requirements” contract values),
there is no guarantee ofthe contract against which the advance can be measured or liquidated. Therefore,
advances will be granted for term agreements based upon reasonable estimates atthe discretion ofthe Chief
Procurement Oficer.
Compliance
‘A. The Contract Compliance Administrator shall be entitled to examine on five (5) business days notice, the
contractor's books and records including without limitation payroll records, tax returns and records, and books
‘of account, to determine whether the contractor is in compliance withthe requirements of the Target Market
Program and the status of any MBE or WBE performing any portion of the contract. Such rights are in addition
to any other audit inspection rights contained in the contract.
8. _ It is material breach ofthis contract ifthe vendor, 2 joint venturer, or subcontractor is disqualified as a MBE or
WBE, such status was a factor in contract award, and the status was misrepresented by the contractor or any
joint venturer. Such a breach shall entitle the City to declare a default, terminate the contract and exercise
those remedies provided for in the contract, at law oF in equity.
Jn the event that the vendor s determined not to have been involved in any misrepresentation of the status of
an MBE or WBE, the contractor shal discharge the disqualified MBE or WBE and, if possible, identify and
engage a qualified MBE or WBE as its replacement. Continued elighilty to enter into future contracting
arrangements with the City may be jeopardized as a result of non-compliance. Payments due under the
contract may be withheld until corrective action is taken,
‘Specification: 83-48510-03, JANITORIAL SUPPLIES, Page 24 of 64
UNTITLED-029
TARGET MARKET NON-CONSTRUCTION SERVICESENERAL EQUIPMENT & SUPPLIES MBEMBE COMMITMENT
VIL Resource Agencies
‘Small business guaranteed loans; surety bond guarantees; 8 (a) certification:
USS. Small Business Administration ‘B.A - Bond Guarantee Program
500 W. Madison Stet, Suite 1250 Surety Bond
Chicago, lino's 60661 500 West Madison, Sute 1250
‘nn: General Services Chicago, tinos 60661
(612) 353-4528 ‘tention: Carole Haris
312) 353-4003
S.B.A.- Procurement Assistance
500 West Madison Street, Suite 1250
Chicago, linois 60601
‘Attention: Robert P. Murphy, Area Regional Administrator
(312) 353-7381
Project information and general MBEWBE Program information:
iy of Chicago City of Chicago
Deparment of Procurement Services ‘Department of Procurement Services
Contract Monitoring and Compliance Contract Administration Divison
‘Gry Hall-Room 403 City Hall - Room 403
Chicago, tlinois 60602 Chicago, lines 60602
‘Atertion: Carnie Carey ‘Attention: Byron Whittaker
(312) 744-1895 (312) 744.4926
Directory of Cenified Disadvantaged, Minority and Women Business Enterprises is available in the Bid and
Bond Room, Department of Procurement Services, City Hall, Room 403, Chicago, llinois 60602, Monday
through Friday between the hours of 8:40 am to 10:45 am and 12:00 pm to 3:30 pm.
os Cone Rev. 1201
‘Specification: 83-48510-03, JANITORIAL SUPPLIES, Page 25 of 64
UNTITLED-030
SCHEDULE 8-2
‘AEFIDAVIT OF MBE/WBE TARGET MARKET JOINT VENTURE
This form i to be submitted identifying joint venturers in the MBE/WBE Target Market Program with a writen joint
‘venture agreement among the MBE andor WBE ventures. In all proposed joint ventures, each MBE and/or WBE
Venturer must submit a copy oftheir current Letter of Certification.
‘ALL INFORMATION REQUESTED BY THIS SCHEDULE MUST BE ANSWERED IN THE SPACES PROVIDED. DO
NOT REFER TO YOUR JOINT VENTURE AGREEMENT EXCEPT TO EXPAND ON ANSWERS PROVIDED ON THIS
FORM. IF ADDITIONAL SPACE IS REQUIRED, ADDITIONAL SHEETS MAY BE ATTACHED.
1. Name of joint venture:
‘Address of joint venture:
Phone numberof joint venture
IL Identify each MBEWBE ventures
Name of Firm:
Address:
Phone:
‘Contact person for matters concerning MBEWBE joint venture:
WL Describe the oles) of the MBE andlor WBE venturers) in the joint venture:
IV. Attach a.copy ofthe joint venture agreement. In order to demonstrate each MBE and/or WBE venturer’s
share in the ownership, contro, management responsibilities, risks and profs of the joint venture, the
proposed joint venture agreement mus include specific details related to: (1) the contributions of captal
and equipment (2) work items to be performed by the MBEMWBE's own forces; (3) work tems to be
performed under the supervsion ofthe MBE/WBE venture and (4) the commitment of management,
Supervisory and operative personnel employed by the MBE/WBE to be dedicated tothe performance ofthe
Project.
V. Qumership ofthe Joint Venture.
‘A. Whatare the percentagels) of MBEAVBE ownership ofthe joint venture?
MBEAWBE ownership percentage(s)
B. Specify MBE/WBE percentages for each of the following (provide narrative descriptions and other
tail as applicable)
1. Profit and loss shar
2 Capital contributions:
(a) Dollar amounts of intial contribution:
(©) Dollar amounts of anticipated on-going contributions:
Specification: B3-48510-03, JANITORIAL SUPPLIES, Page 26 of 64
UNTITLED-031
‘SCHEDULE 8-2 AFFIDAVIT OF MBEWBE TARGET MARKET JOINT VENTURE
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 restrictor limit ownership and/or control:
5. Provide copies of all written agreements between venturers concerning tis project.
6. Identify each current Cty of Chicago contract (and each contract completed during the past
‘two (2) years by a joint venture of two or more firms participating inthis joint venture
‘Control of and Participation in the Joint Venture, Identify by name and firm those individuals who ar, or
vil be, responsible for, and have the authority to engage inthe following management functions and policy
decisions. (Indicate any limitations to their authority such as dollar imits and co-signatory requirements):
A. Joint venture check signing:
8. Authority to enter contracts on behalf ofthe joint venture
Signing, co-igning and/or collateralizing loans:
D. Acquistion of lines of credit:
E, Acquistion and indemnification of payment and performance bonds:
Specification: 3-48510.03, JANITORIAL SUPPLIES, Page 27 of 64
UNTITLED-032
‘SCHEDULE 8-2 AFFIDAVIT OF MBE/WBE TARGET MARKET JOINT VENTURE
“F._ Negotiating and signing labor agreements:
G.—_ Management of contract performance. (deni by name and firm ont:
1. ‘Supervision of field operations;
2 Major purchases:
tainting:
Engineering:
Vil. 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 oftheir compensation:
C.__What authority does each venturer have to commit or obligate the other to insurance and bonding
‘companies, financing institutions, suppliers, subcontractors, andlor other parties participating inthe
performance ofthis contract or the work ofthis project?
Specification: 83-48510-03, JANITORIAL SUPPLIES, Page 28 of 64
UNTITLED-033
‘SCHEDULE 8-2 AFFIDAVIT OF MBE/WBE TARGET MARKET JOINT VENTURE
Vill, State the approximate number of operative personnel (by trade) needed to perform the joint venture's work
‘under this contract. Indicate whether they will be employees of the MBEMWBE firm, or the joint venture
Trade MBEWEE Toint Venture
(oumber) (ruber)
any personnel proposed for this project will be employees ofthe joint venture:
‘A. Are any proposed joint venture employees currently employed by either venturer? _
Employed by MBEWBE __
Identify by name and firm the individual who willbe responsible for hiring joint venture employees:
C.__Which venturer will be responsible for the preparation of joint venture payrolls:
1D. Please tate any material facs of additional information pertinent to the control and structure ofthis
joint venture.
Specification: 83-48510-03, JANITORIAL SUPPLIES, Page 29 of 64
UNTITLED-034
‘SCHEDULE B-2 AFFIDAVIT OF MBEWBE TARGET MARKET JOINT VENTURE
The undersigned affirms thatthe foregoing statements are corect and include ll material information necessary to
identity and explain the terms and operations of our joint venture and the intended participation of each venturer in
the undertaking. Further, the undersigned covenant and agree to provide tothe City current, complete and
accurate information regarding actual joint venture work and the payment therefore, and any proposed changes in
{any provision ofthe joint venture agreement, and to permit the audit and examination of the books, records and
files ofthe joint venture, or those ofeach venturer relevant tothe joint venture by authorized representatives of the
City or the Federal funding agency.
‘Any material misrepresentation will be grounds for terminating any contract which may be awarded and for inating
action under federal or state laws concerning false statements.
‘Note: If, aftr fling this Schedule B-2 and before the completion on the joint venture’s work on the project, there is
‘any change inthe information submitted, the joint venture must inform the City of Chicago, either directly or
through the prime contractor ifthe joint venture isa subcontractor.
‘Name of MBEWEE Parner Firm Name of MBEWWBE Partner Firm
Signature of Aliant Signature of Afant
‘Name and Tite of Affiant ‘Name and Tite of Affant
Date Date
On this_day of. 120 __, the above-sgned officers
personally appeared and, known to me be the persons described in the foregoing Afidavit, acknowledged
that they executed the same in the capacity therein stated and for the
purpose therein contained.
IN WITNESS WHEREOF, | hereunto set my hand and official seal.
Signature of Notary Public
My Commission Expires:
EAL
‘Specification: 83-48510-03, JANITORIAL SUPPLIES, Page 30 of 64
UNTITLED-035,
Li of heaps
Penge eke, Mae
Yer tai
ag on se 3
|
Danie! Marquez. President
Aztec Supply Corporati
1929 West 43” Street nr
Chicago. iinots 60609
Re 2" ANNIVERSARY CERTIFICATION
Centication Effective
Corifcation Expires erway 09, 2003
Congratulations on your continued eigibty forcericaion 35 2 OBE NA
Gay of ccago, Revaion of Aste Supply Corporation's ciation
‘equied by January 31, 2004,
‘Asa condition of continued certification during tis five year period, Youmust continue
torfle aNo-Change Affidavit within 60 days ofthe date of expiration Please note that
‘you must include a copy of your most currant Corporate Federal Tax Raturne.
Faure to fe this Affidavit will result in the termination of your certfication.
‘You must also notify the Office of Business Development of any changes in ownership
or control of your firm or any other matters or facts affecting your fs eligibility for
ceitfieation
‘The City may commence actions to remove your firm's eligibility if you fal tonotiy us
‘of any changes in ownership, management or control, or otherwise fail to cooperate
vith the Cityin any inquiry or investigation. Removal of eigbity procedures may also
be commenced if your firm is found to be involved in bidding or contractual
iregularties.
Your firm's name willbe listed in the City's Directory of Disadvantaged Business
Enterprises, Minority Business Enterprises and Women Business Enterprises in the
specialty area(s) of:
Distributor of Janitorial and Industrial Supplies, Office and School Supplies,
Furniture end Equipment; Carpet and Tile Installation; Wood Stripping and
Refinishing, Graffiti Removal; Video Surveillance Systems
‘Your fr’s participation on City contracts wil be credited only toward DBE/MBE goals
Inyour area(s) of specialty. While your participation on City contracts isnot ited to
your specialty, credit toward DBE/MBE goals will be given only for work done in the
‘specialty category
‘Thank you for your continued interest in the City's Minosty, Women and
Disadvantaged Business Enterprise Programs.
ly yours,
iD
ati Coot
Direttor of Cértication
EIGHBORHOODS
elinsiits
Loved,
as
UNTITLED-036
‘TARGET MARKET/SCHEDULE C-2
Letter of Intent from Subcontractor, Supplier and/or Consultant to Perform
name ofrojetonenee Aan tone ( Sugphe
Specification Number: B3- YRS/0-03
Powe heck opie atl etic em
renters if CG BBE Ron ainorty
‘The undersigned intends to perform work in connection with the above projects as a:
Sole Proprietor XX. corporation
—— Partneship foie Venture
i the City of Chicago:
‘The undersigned is prepared to provide the following described services or supply the following described goods in
‘connection with the above named projec/contract:
Diiactonid Svpphies
The above described performance is offered forthe fllowing price and described terms of payment:
4) 547,040. 09
if more space is needed to fully describe the firm's proposed scope of work and/or payment schedule, attach
additional sheets.
‘The undersigned will enter into a formal written agreement for the above work with you asa Prime Contractor,
conditioned upon your execution ofa contract with the City of Chicago, and will do so within (3) tree working days
of receipt ofa signed contract from the City of Chi
aii tL Hf o—
3-oF 5
Jae Fad (ell
Specification: B3-48510-03, JANITORIAL SUPPLIES, Page 31 of 64
UNTITLED-037
SCHEDULE D-2
Affidavit of Target Market Subcontractors
Non - Construction Services/General Equipment and Supplies
Contract Name_ 27m TOLta Le Jepplies
Specification No;_6 3 YL-03
siateo¢_ PLL wars
County (Cty) of _ C20
{CA NH to yt pe
ewes. Supply Licep
‘and that! have personally reviewed the material and facts set forth herein describing our proposed plan identifying
‘sub-contractors inthis contract.
‘All MBE/W8E firms included inthis plan have been certified as such by the City of Chicago (Letters of Certification
‘Atached)
1. ect Paicpation of Subconracing Fs
(Note: Te bidderpropose shal in determining the manner of MBEMWVBE patito, can oly conser
Involvement with MGEWBE fms as ont verture partes, Subcontactingand upping of pods and
‘Srsces dec teated to the pereranceo ths convat open to MBBAWBE and ron MBEAVBE his.
NOTICE: Subvonvactng cant exceed 50% ofthe taal conc amour)
(B Tre Mae andor WOE bidders) ito atcha copy oftheir Cy of Chicago Let ofCnfiaton
B. _bidderproposer saint venture ad one or mor jit verte partners they must be ceed
IMBES or WBEs atch copies Lets of Certain and scopy ofan Vertue Aveemert
Sear describing the rot ofthe MBEMVBE Tris and fs owe interes ne joe verre
€.—Suboontracon (rector indict
1 Nant Sibenreacen S
Ades 1824 w. 4 sy
ee
Contact Person:
Dollar Amount Participation $
Percent Amount of Patcpation: “es
Schedule C-2 attached? —-Yex_No_* ee page 2)
Type of Fim:
Specification: 83-48510-03, JANITORIAL SUPPLIES, Page 32 of 64
UNTITLED-038
Contact Person: Phone
Dollar Amount Participation $
Percent Amount of Participation: x
Schedule C-2 attached? Yes No___*
“Type of Firm:
MBE wee Non-MAWBE
3. Name of Subcontractor
Address:
Contact Pe Phone:
Dollar AmauntPatcipation
Percent Amount of Participation *
Schedule C2 attached? Ye Ne
Type of Firm:
MBE WeE Non-WWBE
4. Name of Subcontractor:
Adress:
Contact Person:
Dollar Amount Participation $
Percent Amount of Participation: *
Schedule C-2 attached? Yes No. :
Type of Firm:
MBE wee Non-MAWBE
5. Attach additional sheets as needed.
Specification: B3-48510-03, JANITORIAL SUPPLIES, Page 33 of 64
UNTITLED-039
+ All Schedule C-2s and Letters of Certification not submitted with bid/proposal mus be submitted so as to
assure receipt by the Contract Administrator within thee (3) business days aftr bid opening (or proposal
‘due date.)
‘To the best of my knowledge , information and belief, the facts and representations contained inthis
‘Schedule are true, and no material facts have been omitted.
“The contractor designates the following person as their MBE/WBE Liaison Officer:
Name Sisioga G 1ao./ Prone Number TH5S- >
| do solemnly declare and affirm under penalties of perjury thatthe contents ofthe foregoing document are
‘wue and correct and that | am authorized, on behalf ofthe contractor, to make this affidavit.
sateot___ ZL ors
County of __@ 0.0K
This instrument was acknowledged before me on__ 3 “2-0 3 (date)
wy _Daviel FT. Mueguee (name /s of persons)
a DCes pea T type otauhory, eg, fcr, see et)
ot_Arrea Supe y Cop Jname of pety on behalf of whom instrument
‘nas erected)
Specification: 83-48510-03, JANITORIAL SUPPLIES, Page 34 of 64
UNTITLED-040
TARGET MARKET
‘SUBCONTRACTOR UTILIZATION REPORT
NOTICE: THIS REPORT IS NOT TO BE COMPLETED AT THE TIME OF BID OR PROPOSAL SUBMISSION. F
[AWARDED A CONTRACT WITH AN APPROVED SUBCONTRACTING PLAN, THE PRIME CONTRACTOR
‘WILL BE REQUIRED TO SUBMIT THIS REPORT IN ACCORDANCE WITH THE REPORTING.
REQUIREMENTS STATED IN THE SPECIAL CONDITION REGARDING SUBCONTRACTING.
COMMITMENTS.
‘Contract Administrator: ‘Specification No,
Phone No. Contract No.
Date of Award:
Utilization Report No..
STATE OF:
COUNTY (CIM) OF,
In connection with the above-captioned contract:
| HEREBY DECLARE AND AFFIRM that lam the
and duly authorized representative of
Tae Ta RATT
»
rd =
and thatthe following firms have been contracted with, and have furnished, or are furnishing and preparing,
‘materials for, and rendering services stated inthe contract agreement.
‘The following Schedule accurately reflects the valve of each sub-agreement and the amounts of money paid to each
todate
NAME INDICATE IF FR IS ob
WBE OR NON-MBE OR
NON. WBE)
‘AMOUNT OF CONTRACT AMOUNT PAID TO DATE
AMOUNT BILLED TO CITY: §.
‘AMOUNT PAID TO PRIME CONTRACTOR: $
‘Specification: B3-48510-03, JANITORIAL SUPPLIES, Page 35 of 64
UNTITLED-041
‘TARGET MARKET SUBCONTRACTOR UTILIZATION REPORT
-For each subcontractor listed on tis report, briefly describe the work or goodsservices provided in relation to this
‘contract. Indicate line items, if applicable)
DESCRIPTION OF WORKSERVICES
Naw _AND/0R Goons provipgp
‘Specification: 83-48510-03, JANITORIAL SUPPLIES, Page 36 of 64
UNTITLED-042
‘TARGET MARKET SUBCONTRACTOR UTILIZATION REPORT
DO SOLEMNLY DECLARE AND AFFIRM UNDER THE PENALTIES OF PERJURY THAT THE CONTENTS OF THE
FOREGOING DOCUMENT ARE TRUE AND CORRECT, AND THAT | AM AUTHORIZED, ON BEHALF OF THE
CONTRACTOR, TO MAKE THIS AFFIDAVIT.
Name of Contractor:
Ft
mee Sa a
Name of Afiant:
ae
Dates scald
State of
County (City) of,
‘This instrument was acknowledged before me on (date)
by. (names of person/s)
a (type of authority, eg, oficer, trustee, etc.)
of (ame of party on behalf of whom instrument
was executed),
Signature of Notary Public
(Seal)
‘Specification: 83-48510-03, JANITORIAL SUPPLIES, Page 37 of 64
UNTITLED-043,
DETAILED SPECIFICATIONS
score
‘The Contractor must furnish and deliver F.0.8., ity of Chicago, various Departments and locations Janitorial
Supplies per the catalogs indicated onthe Proposal Page, alin accordance withthe terms and conditions ofthis
specication.
‘TRADE NAMES
{In cases where an item is identified by a manufacturer's name, trade name, catalog number, of reference its
understood that the bidder proposes to furnish the item so identified and does not propose to furnish an equal.
Reference to a specific manufacturer, trade name, or catalog is intended to be restrictive and only to indicate to the
prospective bidder items that wil be satisfactory.
‘The Chief Procurement Officer hereby reserves the right to approve as an equal, orto reject as not being an equal,
any item the bidder proposes to furnish which contains major oF minor variations from specification requirements
‘but which may comply substantially therewith.
EXCEPTIONS
‘Any deviations from these specications must be noted on the Proposal Page or Pages attached thereto, withthe
‘exact nature of the change outlined insufficient detail, The reason for which deviations were made should also
follow if not self-explanatory. Failure ofa bidder to comply with the terms ofthis paragraph may be cause for
rejection.
‘The City reserves the right to disqualify bids which do not completely meet outlined specifications. The impact of
‘exceptions tothe specification willbe evaluated by the City in determining its need.
‘Specification: 83-48510-03, JANITORIAL SUPPLIES, Page 38 of 64
UNTITLED-044
. SPEC NO. B3-48510-03
BID DESCRIPTION: JANITORIAL SUPPLIES
DELIVER PREPAID 70:
VARIOUS USING DEPARTMENTS
CONTRACT ADMINISTRATOR: #25 PETER VITONE 312-7:
Recanoane Bro D#n)_ MAegue Hows women: 123 650-1900
BID/PROPOSAL PRICING FOR ALL COMMODITY AND/OR SERVICE LINE ITEMS
MUST BE BASED ON THE STANDARD UNIT OF MEASURE INDICATED BELOW.
PRICING ON ALTERNATE UNITS OF MEASURE MAY NOT BE ACCEPTED. UNIT
COSTS MUST BE LIMITED TO THREE DECIMAL PLACES. EACH QUOTE MUST
BE SIGNED AND UNIT PRICE, EXTENDED PRICE AND TOTAL PRICE MUST BE
‘TYPED OR WRITTEN IN INK.
QUOTES OW "OR EQUAL" ITEMS MUST BE IDENTIFIED AS "ALTERNATE" TO
SPECIFIED ITEM ON THE COMMENT LINE. IF QUOTING AN ALTERNATE,
INDICATE MANUFACTURER NAME, MODEL/PART/CATALOG NUMBER AND ATTACH
DESCRIPTIVE LITERATURE. ALTERNATE ITEMS MAY NOT BE ACCEPTED.
ANY EXCEPTIONS 70 ITEMS SPECIFIED OR OTHER TERMS MUST BE CLEARLY
INDICATED ON THE BID.
CATALOG/PRICE LISTS MUST BE QUOTED PER THE INSTRUCTIONS INDICATED
BELOW. QUOTES WHICH DEVIATE FROM THE REQUESTED TYPE OF OFFER MAY
NOT BE ACCEPTED. EACH PERCENTAGE, EXTENDED PRICE, AND TOTAL PRICE
MUST BE TYPED OR WRITTEN IN INK AND THE QUOTE MUST BE SIGNED.
THE ESTIMATED DOLLAR VALUE REPRESENTS THE LIST VALUE OF ITEMS TO
BE PURCHASED FROM THE CATALOG FOR BID CANVASSING PURPOSES ONLY.
QUOTE THE EXTENDED PRICE AND TOTAL PRICE AT THE SPECIFIC DISCOUNT
(OR MARK-UP OFF THE ESTIMATED DOLLAR VALUE FOR EACH CATALOG.
GROUP A: JANITORIAL SUPPLIES
DISCOUNT OFF
BID ESTIMATED CATALOG ‘CATALOG
LINE Conmopizy DOLLAR VALUE = CATALOG «DATE
0010 485 98 66 000 $150,000.00 International 11/01/02
aaarx fabs’ -“Sracoont Pain Lise
exrenoeo parce: s__ VO (31
TESFInA PED OLiAN-VRLDE-AY-OTECOORTED-PRECES)
comenrs:
‘Specification: 83-48510-03, JANITORIAL SUPPLIES, Page 39 of 64
UNTITLED-045,
Proposal
GROUP A: JANITORIAL SUPPLIES CONTINENTAL MFG
DIscouvn oFF
B1D ESTIMATED caraLos CATALOG.
MINE conmmoprty ROLLAR VALUE CATALOG € © DATE PERCENTAGE)
0010 495 99 08 000 324,000.00 waiesze cucsat = 40°70
CONTINENTAL MFG. CO. - DISCOUNT FROM LTST
Alrtenate exrenoen onsce: s_/97 ¥00. 00 ‘
SCott Yous RESEARCH! “eserwatED DOLLAR VRLIE RF DISCOUNTED PAICES)
coments: C8809 xt OCT. 1499 _40_0GT 2000 ¥
GROUP C: JANITORIAL SUPPLIES KATYS
0010 485 99 67 000 $300,000.00 10210520 0/01/01
KATYS - DISCOUNT FROM LIST
kK rb
EXTENDED PRICE: $, 0 6
(ESTIMATED DOLLAR VALUE AT DISCOUNTED PRICES)
CoMmMENTS
GROUP D: JANITORIAL SUPPLIES ETTORE
0010 485 99 08 000 $309,000.00 —ss2aonsozsoz _- SS
ETTORE PROFESSIONAL TOOLS’ DISCOUNT FROM LIST
exrenoeo parce: s_/ 39 050.00
(SGTINATED DOLLAR VRLGE RY DISCOUNTED PATGES)
comments: iss
GaouP &: JANITORIAL SUPPLIES PROCTOR « GRIBLE eZ
coveeencrn So
010 485 99 32 000. $336,000.00 Suesuiae 2am
eccxbh setts eo keens Seocomn For :
exrenpeo price: ¢__/S/, 200.00
CEEPDHAEED SOLAR WAIUE A DrBCoWNTED PRITESES
COMMENTS
GROUP: SAVITORIAL SUPPLIES WHITE POLLAN »
0010. 485 99 68 000 $265,000.00 _proa zoorrzo0e Gee “70
stra poxtma ~ prscount”PRow LST
armor mice: +_/24 950,00 SA
(ESTIMATED DOLLAR-VRLDE AF DISCOUNTED” ORS)
comments: iS)
Specification: 83-48510-03, JANITORIAL SUPPLIES, Page 40 of 64
UNTITLED-046
Proposal
GROUP G: JANITORIAL SUPPLIES CARROLL CO. PRODUCTS
piscour oFF
Bip ESTIMATED carnios "entation,
oo10 495 99 03 000 $512,000.00 pace ust wonson _=ei/ ‘Zo
CARROLL CO. PRODUCTS - DISCOUNT FROM LIST
exrenven ensce: s__ 04,480, 00
(ESTIMATED DOLLAR VALUE AT DISCOUNTED PRICES)
cower:
nove saMTORIAL suepLies aoBBERUAID &
0010 485 99 34 000 $575,000.00 COMMERCIAL = ©__200] ‘
RUBBERMAID - DISCOUNT FROM LIST
rxrewoe vasce: s__V0_ 810
CESTINATED DOLLAK-VALIEAT-DYSCOUNTED PRICES)
comments:
GROUP I ANITORIAL SUPPLIES ZEPHYR , a
0010 485 99 69 000 $165,000.00 ure mance. garaevan. _— 60?
rovers mice: spb. 000.00 a
em
ZEPHYR - DISCOUNT FROM LIST
commenas: =
nov 3 saurtoRraL svepLtes SUCKEYE rT zc
og Zo
0010 485 99 02 000 $336,000.00 PRICE. ROOK 201/00
‘BUCKEYE INT INC = DISCOUNT FROM LIST
exrenoen parce: s_2SA, 000.00
(ESTIMATED DOLLAR VALie AY DISCOUNTED FATES) (Gil
coments: % is)
GROUP K JANITORIAL SUPPLIES JOHNSON WAX
0010 485 99 70 000 _ $136,000.00
gaczavor
‘JOHNSON - DISCOUNT FROM LIST
x
EXTENDED PRICE: $ No 61S
(ESTIMATED DOLLAR VALUE AT DISCOUNTED PRICES)
‘Specification: 83-48510-03, JANITORIAL SUPPLIES, Page 41 of 64
UNTITLED-047
Proposal
ComMENTS
GROUP L: JANITORIAL SUPPLIES 3M COMMERCIAL DIV.
Drscounr OFF
oxo ornare carmice S885
Se camemasr ERE conan SR sith,
10 498 96 71.000 9626,000.00 wimp gn/anlna
cole oe - SEES ttt Oy aoaF
ero exrce: no Bid
(ESTIMATED DOLLAR VALUE AT DISCOUNTED PRICES)
commen
GROUP M: JANITORIAL SUPPLIES SIMPLE GREEN
INDUSTRIAL/
0010485 99 72 000 $118,000.00 «INSTITUTIONAL 93/01/02
‘SIMPLE GREEN - DISCOUNT FROM LIST
EXTENDED PRICE: $ po Bib
(ESTIMATED DOLLAR VALUE AT DISCOUNTED PRICES)
oo
comments
GROUP N: JANITORIAL SUPPLIES WEILER ~~
9010 485 99 73 000 $118,000.00 wc_120 wou _757
WEILER - DISCOUNT FROM LIST
exrenoeo parce: s__4f 3 £0.00
(ESTIMATED DOLLAR VALUE AT DISCOUNTED PRICES)
comments
GROUP 0: JANITORIAL SUPPLIES IMPACT PRODUCTS
coo 485 99 74 000 $725,000.00 camo ans SS?
Shoact sxoDvcTs. - prscoun Rw LIST ——
exrenveo parce: s_ 304, 500,00
(ESTIMATED DOLLAR VALUE AY DISCOUNTED PRICES)
coments:
gaidz00wiads0ov"
‘Specification: 83-48510-03, JANITORIAL SUPPLIES, Page 42 of 64
UNTITLED-048
Proposal
GROUP P: JANITORIAL SUPPLIES UNISOURCE / JEFCO
DIScouNT OFF
BID ESTIMATED CATALOG CATALOG.
‘LINE © coMMODTTY «DOLLAR VALUE © CATALOG DATE
CHEMICAL
0010 485 99 00 00 $3,036,000.00 PRODUCT GurDE _2002
UNISOURCE / JEFCO
(MANUFACTURED PRODUCTS ONLY)
EXTENDED PRICE: $. No Bid
(ESTIMATED DOLLAR VAGUE AF DISCOUNTED PRICES)
comments:
jor Sarasa SB
- a
oo1e 485 9900 00 $110,000.00 aman «= mer S/S ED
exrenpeo price: ¢__S7 230,00 £9,
(ESTIMATED DOLIAR-VAIUE-AT DISCOUNTED FATE) = <A
comments: isis
is
GROUP R: JANITORIAL SUPPLIES Ww PRODUCTS A
snopucts
0011 485 99 00 00 $100,000 ERIGE List 98/0/02
eerenoeo once: s__AVO_ B18 ’
(ESEIMATED DOLLAR-VAIUE RF DISCOUNTED PRICES)
comments:
‘Specification: 83-48510-03, JANITORIAL SUPPLIES, Page 43 of 64
UNTITLED-049
TOTAL GROUP
TOTAL GROUP
TOTAL GROUP
‘TOTAL GROUP
TOTAL GROUP
‘TOTAL GROUP
‘TOTAL GROUP
TOTAL GROUP
TOTAL GROUP
TOTAL GROUP
TOTAL GROUP
TOTAL GROUP
TOTAL GROUP
TOTAL GROUP
TOTAL GROUP
TOTAL GROUP
TOTAL GROUP
TOTAL GROUP
a
B
c
>
z
F
6
a
1
3
x
L
"
°
e
@
R
Price &. wo 6. pw
price ¢__1 97,4 00. 00 Nou. AnGHeTED
1 BD NOT CELE
PRICE 8 j
parce s__p>0_ Bi NOT ACCERTED
perce $s /UO 0 noi AGGERTED
PRICE $. 1p +
PRICE §
PRICE $
PRICE §,
PRICE §
price $__ /VO_ e
‘Specification: 83-48510-03, JANITORIAL SUPPLIES, Page 44 of 64
UNTITLED-050
EXCEPTIONS (EXPLAIN):
ADDITIONAL INFORMATION:
LOCATION OF FACILITY WHERE INVENTORY IS MAINTAINED:
ADDRESS:
Beree Su 2
[494 W 43 Chyoseh
PHONE: (103) 6SD-|F09
Specification: 83-48510-03, JANITORIAL SUPPLIES, Page 45 of 64
UNTITLED-051
re
Fre NO.
"BROTB conoeno IwsuRANce SERVICE INC
500 E, Ogden Ave., Suite 201
RabersSe ses
"AZTEC SUPPLY CORPORATION
3829 W. 43RD STREET
CHICAGO, IL 60600
Seis siwes Sate Gee |
Ot 20S O51 Fo
‘watery
02/35/2003
COMPALNES APFORDOG COVERAGE,
°K" Hatord ineurance Company
‘awecras7e0
‘02/24/2003
eee
UNTITLED-052
/
«signed, on behalf ofthe CITY OF CHICAGO, a municipal corporation ofthe State of tlinois, hereby
‘ic foregoing bid items as identified in the proposal,
TERM AGPIMENT L148,2 10 /Duk-
perennd Won fo sJine ME
fd i gabe: VAR. 03-740-55-40/0-03840 0840
Total Auwunt of Contract: $
Contract Awarded and Released on
ths 22 day of, Me 2022
‘Approved as to form and legal
“Assistant Corporation Counsel
Sracifcation: AA-ARGIA.NT ANITORIAL SUPPLIES. Page 63 off
UNTITLED-053,