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 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 | 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) = 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,