| 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, | |