Contract Summary Sheet Contract (P0) Number: 24288 Speci?cation Number: 91706 Name of Contractor: WASTE MANAGEMENT OF ILLINOIS City Department: DEPARTMENT OF ENVIRONMENT Title of Contract: COLLECTION AND PROCESSING OF BLUE CART MATERIALS FROM HOUSEHOLDS AND CITY FACILITIES Term of Contract: Start Date: End Date: 7'47,- Dollar Amount of Contract (or maximum compensation if a Term Agreement) (DUR): $405,892.25 Brief Description of Work: COLLECTION AND PROCESSING OF BLUE CART MATERIALS FROM HOUSEHOLDS AND CITY FACILITIES Procurement Services Contract Area: COMMODITIES Please refer to the DPS website/hr Contact information under ?Being Bushes: ?fit/1 T/te City Vendor Number: 1022344 Submission Date: Hi6 MMW Vendor No.: - . *1 Purchase Order No.: Ia. ii?) SPECIFICATION NO.: 91706 RFQ No.: 3566 COLLECTION AND PROCESSING OF BLUE CART MATERIALS FROM HOUSEHOLDS AND CITY FACILITIES CONTRACT PERIOD: (84) MONTHS FROM THE DATE OF CONTRACT AWARD AND RELEASE STARTING: 211 L81 {f THROUGH: 1 )2 [8 REQUIRED FOR USE BY CITY OF CHICAGO DEPARTMENT OF ENVIRONMENT Fund Number: 01 Non-Refundable Bid Fee: $900.00, Exhibits: YES Information: Stacy Stewart, Buyer Phone: 312~744-2681, e-mail: sstewart@cityofchicago.org A Pre-Bid Conference will be held at 1:00 P.M., CST on Thursday, December 2, 2010, in the Department of Procurement Services, Bid and Bond Room, City Hall, 121 N. LaSalle Street, Room 301, Chicago, Illinols. EXECUTE AND SUBMIT ONE COMPLETE ORIGINAL BID PACKAGE All signatures to be sworn to before a Notary Public packages must be completed and returned in its entirety. Bids must be sealed, delivered and received in the City of Chlcago, Department of Procurement Services, Bid and Bond Room, City Hall, 121 N. LaSalle Street, Room 301, Chlcago, Illinols 60602, NO LATER than 11:00 Chicago Time on December 22, 2010. Bids will be read publicly. Issued by: City of Chicago Department of Procurement Services Room 403, City Hall 121 North LaSalle Street Chicago, Illinois 60602 Bids must be submitted in sealed envelope(s) or packages(s). The outside of the envelope or package must clearly indicate the name of the project, AND PROCESSING OF BLUE CART MATERIALS FROM HOUSEHOLDS AND CITY the speci?cation number ?91706? and the time and the date speci?ed for receipt. The name and the address of the Bidder must also be clearly printed on the outside of the envelope(s) or package(s). Respondent must NOT scan or otherwise reproduce this document in any way. Richard M. Daley Jamie L. Rhee Mayor Chief Procurement Of?cer LEGAL ADVERTISEMENT NOTICE Table of Contents 1. DEFINITIONS 1 2. GENERAL CONDITIONS 5 2.1. ECONOMIC DISCLOSURE AND APPENDIX A 5 2.2. EXAMINATION BY BIDDER 5 2.3. PREPARATION OF PROPOSAL 5 2.4. SUBMISSION OF PROPOSALS 5 2.5. WITHDRAWAL OF PROPOSALS 6 2.6. COMPETENCY OF BIDDER 6 2.7. CONSIDERATION OF PROPOSALS 6 2.8. ACCEPTANCE OF PROPOSALS 6 2.9. INTERPRETATION OF CONTRACT DOCUMENTS 7 2.10. TAXES 7 2.11. FINANCIAL STATEMENT . 7 2.12. ORDER OF PRECEDENCE OF COMPONENT CONTRACT PARTS 7 2.13. NOTICES 7 2.14. NON-DISCRIMINATION 8 2.15. INDEMNITY 8 2.16. EMPLOYMENT 9 2.17. EX-OFFENDERS 9 2.18. SAFETY AND LOSS CONTROL 9 2.19. LIVING WAGE ORDINANCE . 10 2.20. PREVAILING WAGE RATES 11 2.21. PAYMENT TO CONTRACTOR 11 2.22. COOPERATION BETWEEN CONTRACTORS 12 2.23. SUBLETTING OR ASSIGNMENT OF CONTRACT OR CONTRACT FUNDS 13 2.24. SUBCONTRACTORS 13 2.25. SUBCONTRACTORS WITH DISABILITIES 13 2.26. SUBCONTRACTOR PAYMENTS 13 2.27. DEMURRAGE AND RE-SPOTTING 14 2.28. MATERIALS INSPECTION AND RESPONSIBILITY 14 2.29. CASH BILLING TERMS 14 2.30. SUPERVISION 14 2.31. PLANS OR DRAWINGS AND SPECIFICATIONS 14 2.32. PERMITS 14 2.33. AUDITS 15 2.34. TIME AND PROGRESS 15 2.35. PROVISIONS RELATIVE TO DELAY 15 2.36. PRICE REDUCTION 16 2.37. PROHIBITION ON CERTAIN CONTRIBUTIONS MAYORAL EXECUTIVE ORDER NO. 05-1 16 2.38. CONFLICTS OF INTEREST 18 2.39. DISCLOSURE OF OWNERSHIP 18 2.40. DISCLOSURE OF RETAINED PARTIES - EXECUTIVE ORDER 97-1 18 2.41. GOVERNMENTAL ETHICS ORDINANCE 18 2.42. CHAPTER 2-26 OF THE MUNICIPAL CODE OF CHICAGO, OFFICE OF COMPLIANCE 18 2.43. CHAPTER 2?56 OF THE MUNICIPAL CODE OF CHICAGO, OFFICE OF INSPECTOR GENERAL 19 2.44. SECTION 2-92?380 OF THE MUNICIPAL CODE OF CHICAGO 19 2.45. SECTION OF THE MUNICIPAL CODE OF CHICAGO 19 2.46. BUSINESS RELATIONSHIPS WITH ELECTED OFFICIALS 20 2.47. BRIBERY OF A PUBLIC OFFICER OR EMPLOYEE 20 2.48. MACBRIDE PRINCIPLES ORDINANCE 21 2.49. CONTRACTOR CERTIFICATION 21 2.50. COMPLIANCE WITH SUPPORT ORDERS ORDINANCE 21 2.51. FEDERAL TERRORIST (NO-BUSINESS) LIST 22 2.52. COMPLIANCE WITH ALL LAWS 22 2.53. INDEPENDENT CONTRACTOR 22 2.54. INSPECTOR GENERAL AND LEGISLATIVE INSPECTOR GENERAL 23 2.55. COMPLIANCE WITH ENVIRONMENTAL LAWS 24 2.56. SEVERABILITY 29 2.57. FALSE STATEMENTS 29 2.56. RIGHT TO OFFSET 29 2.59. SHAKMAN ACCORD 29 2.60. DEFAULT 30 2.61. EVENTS OF DEFAULT 30 2.62. REMEDIES 31 2.63. DISPUTES 32 2.64. COMMITMENT REGARDING BUSINESS ENTERPRISES OWNED BY PEOPLE WITH DISABILITIES (BEPD) 32 3. SPECIAL CONDITIONS 35 3.1. DOWNLOADABLE DOCUMENTS 35 3.1. SUBMISSION OF BID FEE 35 3.2. CONFERENCE 35 3.3. QUANTITIES 35 3.4. BASIS OF AWARD 36 3.5. CHICAGO BUSINESS PREFERENCE 36 3.6. PARTICIPATION BY OTHER LOCAL GOVERNMENT AGENCIES 36 3.7. COMPENSATION 37 3.8. FULL COMPENSATION FOR COLLECTION AND PROCESSING OF BLUE CART MATERIAL 36 3.9. CALCULATION OF COMMITMENT 36 3.10. CONTRACT DOCUMENTS TO BE COMPLETED BY BIDDER 36 3.11. PURCHASE ORDER RELEASES 39 3.12. PAYMENT 39 3.13. CONTRACT PERIOD 39 3.14. CONTRACT EXTENSION OPTION 39 3.15. ACCEPTANCE 40 3.16. MODIFICATIONS AND AMENDMENTS 40 3.17. DEEMED INCLUSION 40 3.16. NON-APPROPRIATION 40 3.19. TERMINATION 40 4. CONTRACTORS INSURANCE 42 4.1. INSURANCE CERTIFICATE OF COVERAGE 44 5. SPECIAL CONDITIONS REGARDING MINORITY BUSINESS ENTERPRISE AND WOMEN BUSINESS ENTERPRISE 45 5.1. POLICY AND TERMS 45 5.2. DEFINITIONS 45 5.3. COUNTING MBENVBE PARTICIPATION TOWARD THE CONTRACT GOALS 46 5.4. REGULATIONS GOVERNING REDUCTIONS TO OR WAIVER OF MBENVBE GOALS 47 5.5. PROCEDURE TO DETERMINE BID COMPLIANCE 46 5.6. REPORTING REQUIREMENTS DURING THE TERM OF THE CONTRACT 49 5.7. SUBSTITUTIONS 50 5.6. NON-COMPLIANCE AND DAMAGES 50 5.9. ARBITRATION 50 5.10. RECORD KEEPING 51 5.11. INFORMATION SOURCES 52 6. ATTACHMENT A - ASSIST AGENCY 54 7. ATTACHMENT 56 6. SCHEDULE B: 57 9. SCHEDULE C-1 62 10. SCHEDULE D-1 63 11. UTILIZATION REPORT 7O 12. DETAILED SPECIFICATIONS 73 12.1. SCOPE 73 12.2. BLUE CART MATERIAL COLLECTION REQUIREMENTS 73 12.3. GENERAL OPERATING REQUIREMENTS 74 12.4. PHASING OF SERVICES 75 12.5. BLUE CART DISTRIBUTION AND REPLACEMENT 75 12.6. TITLE TO BLUE CART MATERIAL 75 12.7. CUSTOMER SERVICE REQUIREMENTS 76 12.8. DATA TRACKING AND REPORTING 76 12.9. PERSONNEL 76 12.10. WASTE STUDY 77 12.11. OPERATING LEGAL HOLIDAYS 77 12.12. GOVERNMENTAL SANITATION DISCLAIMER OF WARRANTIES BY CITY 77 12.13. CONFIDENTIALITY 77 12.14. EXCEPTIONS 78 13. PROPOSAL PAGES 79 14. ADDITIONAL PROPOSAL INFORMATION 80 14.1. PERSON TO CONTACT REGARDING BID 80 14.2. REFERENCES 80 14.3. COMMENTS (EXPLAIN) 81 15. AFFIDAVIT OF CHICAGO BUSINESS 82 16. AFFIDAVIT CONCERNING SECTION 1-23-010 OF THE MUNICIPAL CODE OF CHICAGO 83 17. PREVAILING WAGE RATES FOR COOK COUNTY 84 18. CITY OF CHICAGO ECONOMIC DISCLOSURE STATEMENT AND AFFIDAVIT (EDS) 91 18.1. ONLINE EDS FILING REQUIRED PRIOR TO BID OPENING 91 18.2. ONLINE EDS WEB LINK 91 18.3. ONLINE EDS NUMBER 91 18.4. ONLINE EDS CERTIFICATION OF FILING 91 18.5. PREPARATION CHECKLIST FOR REGISTRATION 91 18.6. PREPARATION CHECKLIST FOR EDS SUBMISSION 92 18.7. EDS FREQUENTLY ASKED QUESTIONS 92 19. PROPOSAL TO BE EXECUTED BY A CORPORATION 97 20. PROPOSAL TO BE EXECUTED BY A PARTNERSHIP 98 21. PROPOSAL TO BE EXECUTED BY A SOLE PROPRIETOR 99 22. PROPOSAL ACCEPTANCE 100 23. EXHIBITS 1-5 101 1. DEFINITIONS Wherever applicable in the Contract Documents, the following terms, pronouns in place of them, or abbreviations are used, the interpretation and meaning shall be interpreted as follows: "Act" "Agreeme nt" ?Attachments" ?Billing Month" ?Blue Cart? ?Blue Cart Materials" ?Business Day? ?Calendar Day? "Change in Law" ?Chief Procurement Officer" "city? "City Facilities" ?Commissioner" ?Contact Person" ?Contract" means the Environmental Protection Act, Illinois Compiled Statues 1993, Chapter 415, Section 5/1 et seq., as amended from time to time, and applicable rules and regulations promulgated there under. means this Agreement for the Collection and Processing of Blue Cart Materials from Households and City Facilities including all Exhibits and Schedules, and all amendments, modifications or revisions made in accordance with its terms. means all exhibits attached hereto and/or incorporated by reference herein. means each calendar month in each Contract Year, except that the ?rst Billing Month begins on the Day of the calendar month on which the Effective Date occurs and ends on the last day of such calendar month, and the last Billing Month ends concurrently with the earlier of the termination or expiration of this Agreement. means the City-owned receptacles in which each Service Location deposits its Recyclable Materials. means any and all contents within Blue Carts collected by the Contractor as a single stream including both Recyclable Materials and Residual Materials. means business days (Monday through Friday, excluding Saturday, Sunday, and Holidays). means calendar days (Sunday through Saturday, including Holidays) in accordance with the world-wide accepted calendar. means: the enactment, adOption, promulgation or modi?cation of any federal, state or local law, ordinance, code, rule or regulation; or (ii) the order orjudgment of any federal, state or local court, administrative agency or other governmental body; provided that such event materially changes the costs or ability of the Contractor to carry out its obligations under this Agreement and establishes requirements which are materially more burdensome than or in addition to the applicable requirements in effect on the date this Agreement is executed. refers to the Chief Executive of the Department of Procurement Services, for the City of Chicago, and any representative duly authorized in writing to act on the Chief Procurement Of?cer's behalf. refers to the City of Chicago, a municipal corporation and home rule government under Sections 1 and Article Vii, of the 1970 Constitution of the State of means those City-owned, City-leased and other City-af?liated facilities set forth in Exhibit 5. This list may be modi?ed from time to time by the City. refers to the Chief Executive of the Department of Environment, for the City of Chicago, and any representative duly authorized in writing to act on the Commissioner's behalf. refers to Contractor?s management level personnel who will work as liaison between the City and the Contractor and be available to respond to any problems that may arise at a work site. means this contract for Collection and Processing of Blue Cart Materials from Households and City Facilities, including all exhibits attached hereto and/or incorporated by reference herein, and all amendments, modifications, or revisions made from time to time in accordance with the terms hereof; Speci?cation Number 91706, Collection and Processing of Blue Cart Materials from Households and City Facilities, Page 1 of 101 "Contractor" "Contract Documents" Day" "Dellverables" "Delivery Location" ?Department" "Director" ?Downloadable Document" ?Exhibit" ?Expansion Area" ?Holiday" ?Household? ?Key Personnel? ?Month" ?Municipal Solid Waste? or ?Person" means bidder/vendor, and its successors and assignees, if an as permitted by the City pursuant to the terms of this Agreement. are herein as incorporated into the Contract before its execution, and all as may be amended, modi?ed, revised in accordance with the terms hereof; means Consumer Price lndex Urban Wage Eamers and Clerical Workers applicable to the Chicago-Gary?Kenosha, area as published from time to time by US Department of Labor, Bureau of Labor Statistics. means a calendar day, beginning at 12:01 am. in the Central Time Zone of the United States. means any Collection and Processing of Blue Cart Materials from Households and City Facilities, documents, reports, information, etc. to be provided by the Contractor to the City; refers to the location where the product or service is to be provided by the Contractor; means the Department of Environment of the City of Chicago. refers to the Chief Executive of the Department of Environment, for the City of Chicago, and any representative duly authorized in writing to act on the Director's behalf; refers to the solicitation requirement(s) that are downloaded from the City of Chicago?s website; is an exhibit attached hereto and thereby incorporated in this Agreement, unless otherwise expressly indicated by the terms of this Agreement. means the geographical division within each Service Area, outside of the Phase 1 Area and Phase 2 Area. Pursuant to the terms of this Agreement, the City has the right, at any time during the term of this Agreement (as extended pursuant to this Agreement), to require the Contractor to perform the Services in the Expansion Area, at the prices as bid on the proposal pages; if so required, Contractor is required to do so, on the schedule set forth in this Agreement. means the following days: New Year?s Day, Memorial Day, independence Day, Labor Day, Thanksgiving Day and Christmas Day. means residential dwelling unit. means the Contractor?s management, customer service, ?nancial, contract managing, and public relations personnel. means the number of calendar days contained in that month in accordance with the world-wide accepted calendar. means waste material generated from the operation of Service Locations, City Facilities, or from community activities, including schools and public events, including without limitation, Recyclable Materials. means any individual, corporation, partnership, joint venture, association, joint stock company, trust, unincorporated organization, or government or any agency or political subdivision thereof. Speci?cation Number 91706, Collection and Processing of Blue Cart Materials from Households and City Facilities, Page 2 of 101 ?Phase 1 Area? ?Phase 2 Area? "Proposal" "Recyclable Material" ?Recycling? means the geographical division within each Service Area designated in Exhibit 4 as Phase 1 Area where Services shall commence on July 1, 2011. means the geographical division within each Service Area designated in Exhibit 4 as Phase 2 Area where Services shall commence on November 1, 2011. as used herein refers to the Contractor prepared document quoting a ?rm ?xed price or unit price for performance of the Work, including all Contractor schedules and signatory documents required to be completed in accordance with the requirements of the Contract Documents; means materials collected by the City of Chicago or the Contractor that can be transformed into useful and marketable end products, including aluminum cans, foil, pie tins, tin, steel and bi-metal cans, clear, green and brown glass bottles and jars, new5papers and inserts, of?ce paper and ?le folders, magazines, mixed papers (junk mail, chipboard, white and colored paper, brown kraft paper bags, telephone books): corrugated cardboard, #1 PETE plastic containers and #2 HPDE plastic containers, and #7 plastic containers and bags, aseptic beverage containers, and any other material or materials which the City and the Contractor mutually agree to include subsequent to the execution of this Agreement. means the act of separating or processing materials that would otherwise become municipal solid waste for return to the economic mainstream in the form of raw materials for new, reused or reconstituted products. This does not include the recovery of materials for fuel in combustion, land application, alternative daily cover, or energy production processes unless as approved in writing by the Commissioner or the Department of Environment and the Commissioner of the Department of Environment. "Reporting Formats" means the appearance in which a report is submitted by the Contractor to the City; ?Residential Service means each individual residential building with four (4) households or less and other Location? ?Resldual Material" ?Service Area(s)? "Service Fee" ?Service Location(s)" "Services" buildings that receive refuse collection services from the City?s Department of Environment or its designee. means the MSW contamination that has been sorted out from the Recyclable Material during the act of Recycling the Blue Cart Materials. means a geographical division of the City as outlined in Exhibit 4, consisting of up to three components, the Phase 1 Area, the Phase 2 Area, and the Expansion Area. means for each Service Area, the compensation paid to the Contractor for all of the Services to be performed under this Agreement in that Service Area, including, without limitation, the collection of Blue Cart Material in Blue Carts from Residential Service Locations, City Facilities, and up to 200 additional City-designated collection points throughout each Service Area, the deployment of Blue Carts in the Phase 2 Area and expansion Area, and the replacement of Blue Carts. The Service Fee bid on the proposal pages shall be the fee that Contractor may charge for any Residential Service Location in the Service Area, whether in the Phase 1 Area, Phase 2 Area, or the Expansion Area. The Service Fee shall be assessed per the number of Residential Service Locations from which Blue Cart Materials are collected. The City Facilities and up to 200 additional City-designated collection points will be part of the Service Fee and not counted or billed separately. means the locations where the Contractor will collect Blue Cart Materials, including Residential Service Locations, City Facilities, and up to 200 additional City-designated collection points within each Service Area. means the speci?ed Blue Cart Material collection and processing services to be provided by the Contractor, at the direction and on behalf of the City pursuant to Section 13. Speci?cation Number 91706, Collection and Processing of Blue Cart Materials from Households and City Facilities, Page 3 of 101 "State" means the State of Illinois. "Subcontractor" means a person or entity that has a direct contract with the Contractor to perform a portion of the Services. (The term "Subcontractor" is referred to throughout this Agreement as if singular in number and means a Subcontractor or an authorized representative of the Subcontractor. The term "Subcontractor" does not include a separate contractor or Subcontractors of a separate contractor.) "Work Site" refers to the location where the work is to be performed by the Contractor. Unless a contrary meaning is speci?cally noted elsewhere, words as required, as directed, as permitted, and similar words mean that requirements, directions of, and permission of the Commissioner or Chief Procurement Officer are intended; similarly the words approved, acceptable, satisfactory, or words of like imports, will mean approved by, acceptable to, or satisfactory to the Commissioner or Chief Procurement Of?cer. The words necessary, prOper, or words of like import as used with respect to extent of Work specified will mean that Work must be conducted in a manner, or be of character which is necessary or proper in the Opinion of the Commissioner. The Commissioner's judgment in such matters will be considered ?nal and incontestable by the Contractor. Wherever the imperative form of address is used, it will be understood and agreed that such address is directed to the Contractor. Speci?cation Number 91706, Collection and Processing of Blue Cart Materials from Households and City Facilities, Page 4 of 101 2. GENERAL CONDITIONS Bids will be received by the Chief Procurement Of?cer of the City of Chicago in accordance with Contract Documents as set forth herein. 2.1. ECONOMIC DISCLOSURE AND APPENDIX A The bidder shall complete an online EDS prior to the bid due date. A bidder who does not ?le an electron EDS prior to the bid due date may be found non-responsive and its bid be rejected. if you are unable to complete the online EDS and print a Certi?cate of Filing prior to the response due date, the City will accept a paper EDS provided written justi?cation is provided explaining your good faith efforts to complete it before the response due date and the reasons why it could not be completed. 2.2. EXAMINATION BY BIDDER The bidder must, before submitting its bid, carefully examine the proposal, plans, speci?cations, contract documents and bonds. The bidder must impact in detail the site of the proposed work and familiarize itself with all the local conditions affecting the contract and the detailed requirements of construction. if its bid is accepted, the bidder will be responsible for all errors in its proposal resulting from failure or neglect to comply with these instructions. The City will, in no case, be responsible for any change in anticipated pro?ts resulting from such failure or neglect. Unless othenivise provided in the Contract, when the plans or speci?cations include information pertaining to subsurface exploration, borings, test pits, and other preliminary investigation, such information represents only the opinion of the City as to the location, character, or quantity of the materials encountered and is only included for the convenience of the bidder. The City assumes no responsibility with respect to the suf?ciency or accuracy of the information, and there is no guaranty, either expressed or implied, that the conditions indicated are representative of those existing throughout the work, or that unanticipated developments may not occur. 2.3. PREPARATION OF PROPOSAL The bidder must prepare its proposal on the attached proposal forms. Unless otherwise stated, all blank spaces on the proposal page or pages, applicable to the subject speci?cation, must be correctly ?lled in. Either a unit price or a lump sum price, as the case may be, must be stated for each and every item, either typed in or written in ink, in figures, and, if required, in words. if bidder is a corporation, the President and Secretary must execute the bid and the Corporate seal must be af?xed. in the event that this bid is executed by other than the President, attach hereto a certified copy of that section of Corporate By~Laws or other authorization by the Corporation which permits the person to execute the offer for the corporation. if bidder is a partnership, all partners must execute the bid, unless one partner has been authorized to sign for the partnership, in which case. evidence of such authority satisfactory to the Chief Procurement Officer must be submitted. if bidder is a sole proprietorship, the sole proprietorship must execute the bid. A Partnership, Joint Venture or Sole Proprietorship operating under an Assumed Name must be registered with the Illinois county in which located, as provided in 805ILCS 405 (1992). 2.4. SUBMISSION OF PROPOSALS All prospective bidders must submit sealed proposals with applicable bid deposit enclosed in envelopes provided for that purpose in the Department of Procurement Services, Bid and Bond Room, Room 301, City Hall, and if proposals are submitted in envelopes other than those so provided for this purpose, then the sealed envelope submitted by the Speci?cation Number 91706, Collection and Processing of Blue Cart Materials from Households and City Facilities, Page 5 of 101 prospective bidder must carry the following information on the face of the envelope: bidders name, address, subject matter of proposal, advertised date of bid opening and the hour designated for bid opening as shown on the legal advertisement. Where proposals are sent by mail to the DEPARTMENT OF PROCUREMENT SERVICES, the bidders will be responsible for their delivery to the Department of Procurement Services, Bid and Bond Room, Room 301, City Hall, 121 N. LaSalle Street, Chicago, Illinois 60602 before the advertised date and hour for the opening of bids. If the mail is delayed beyond the date and hour set for the bid opening, proposals thus delayed will not be accepted. Proposals must be submitted with original signatures in the Space provided on the appropriate Proposal Execution Page. Proposals not properly signed and notarized will be rejected. - 2.5. WITHDRAWAL OF PROPOSALS Bidders may withdraw their proposals at any time prior to the time Speci?ed in the advertisement as the closing time for the receipt of bids. However, no bidder will withdraw or cancel his proposal for a period of sixty (60) calendar days after said advertised closing time for the receipt of proposals nor must the successful bidder withdraw or cancel or modify his proposal after having been noti?ed by the Chief Procurement Of?cer that said proposal has been accepted by the City. The City reserves the right to withhold and deposit, as liquidated damages and not a penalty, the bid deposit of any bidder requesting withdrawal, cancellation or modi?cation of its proposal prior to the stated period for acceptance of proposal. Where this contract shall be approved by another agency, such as the Federal Government or State of Illinois, 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. 2.6. COMPETENCY OF BIDDER The Chief Procurement Of?cer reserves the right to refuse to award a Contract to any person, ?rm or corporation that is in arrears or is in default to the City of Chicago upon any debt or contract, or that is a defaulter, as surety or othenNise, upon any obligation to said City, or had failed to perform faithfully any previous contract with the City. The bidder, if requested, must present within a reasonable time, as determined by the Chief Procurement Of?cer, evidence satisfactory to the Chief Procurement Of?cer of performance ability and possession of necessary facilities, pecuniary resources and adequate insurance to comply with the terms of these speci?cations and contract documents. 2.7. CONSIDERATION OF PROPOSALS The Chief Procurement Of?cer will represent and act for the City in all matters pertaining to this proposal and contract in conjunction therewith. The Chief Procurement Of?cer reserves the right to reject any or all proposals and to disregard any informality in the bids and bidding, when in the Chief Procurement Of?cer's opinion the best interest of the City will be served by such action. The proposal is contained in these contract documents and MUST NOT BE DETACHED FROM HERE by any bidder when submitting a proposal. Incomplete proposals are subject to rejection. 2.8. ACCEPTANCE OF PROPOSALS The Chief Procurement Of?cer will accept in writing one of the proposals or reject all proposals, within sixty (60) calendar days, or within ninety (90) calendar days where approval by other agencies is required, from the date of opening of bids, unless the lowest responsible bidder, upon request of the City, extends the time of acceptance to the City. Speci?cation Number 91706. Collection and Processing of Blue Cart Materials from Households and City Facilities, Page 6 of 101 2.9. INTERPRETATION OF CONTRACT DOCUMENTS If any person contemplating submitting a proposal is in doubt as to the true meaning of any part of the speci?cations or other contract documents, a written request for an interpretation thereof may be submitted to the Chief Procurement Of?cer. The person submitting the request will be responsible for its prompt delivery. Any interpretation of the prOposed documents will be made only by an addendum duly issued by the Chief Procurement Of?cer. A copy of such addendum will be mailed, faxed, electronically mailed or delivered to each person receiving a set of such contract documents and to such other prospective bidders as will have requested that they be furnished with a copy of each addendum. Failure on the part of the prospective bidder to receive a written interpretation prior to the time of the opening of bids will not be grounds for withdrawal of pr0posal. Bidder will acknowledge receipt of each addendum issued in space provided on appropriate proposal execution page. Oral explanations will not be binding. 2.10. TAXES Federal Excise Tax does not apply to materials purchased by the City of Chicago by virtue of Exemption Certi?cate No. 36-6005820 and State of Illinois Sales Tax does not apply by virtue of Exemption Certi?cate No. Illinois Retailers Occupation Tax, Use Tax, and Municipal Retailers Occupation Tax do not apply to materials or services purchased by the City of Chicago by virtue of Statute. The price or prices quoted herein shall include all other Federal and/or State, direct and/or indirect taxes which apply. The prices quoted herein shall comply with all Federal laws and regulations. 2.11. FINANCIAL STATEMENT If requested by the Chief Procurement Officer the bidder will ?le with the of?ce of the Chief Procurement Officer a STATEMENT OF EXPERIENCE AND FINANCIAL CONDITION dated not earlier than the end of the Contractors last fiscal year period. The Contractor?s Statement of Experience and Financial Condition will be kept on ?le by the Chief Procurement Officer as a representative statement for a period of one (1) year. The Contractor's Statement of Experience and Financial Condition forms are available at the of?ce of the Bid and Bond Section, DEPARTMENT OF PROCUREMENT SERVICES, Room 301 City Hall, or may be obtained by addressing a request to the Chief Procurement Of?cer, Room 403, City Hall, Chicago, Illinois, 60602. Failure to have a current Contractor's Statement of Experience and Financial Condition form on ?le with the DEPARTMENT OF PROCUREMENT SERVICES may be cause for the rejection of Contractor's Proposal. 2.12. ORDER OF PRECEDENCE OF COMPONENT CONTRACT PARTS The order of precedence of the component contract parts will be as follows: General Conditions. Addenda, if any. Special Conditions. Plans or City Drawings, if any. Detailed Speci?cations. Standard Speci?cations of the City, State or Federal Government, if any. Advertisement for proposals (copy of advertisement to be attached to back of cover). The foregoing order of precedence will govern the interpretation of the contract in all cases of con?ict or inconsistency therein, except as may be otherwise expressly provided by the City. 2.13. NOTICES All communications and notices to the City herein provided for will be faxed, delivered personally, electronically mailed or mailed ?rst class, postage prepaid, to the Commissioner of the using department by name and address listed on the cover hereof, and to the Chief Procurement Of?cer, Room 403, City Hall, 121 N. LaSaIle Street, Chicago, Illinois 60602. All communications and notices to the bidder, unless otherwise provided for, will be faxed, delivered personally, electronically mailed or mailed ?rst class, postage prepaid, to the bidder by name and address listed on the proposal hereof. Speci?cation Number 91706, Collection and Processing of Blue Cart Materials from Households and City Facilities, Page 7 of 101 2.14. NON-DISCRIMINATION Federal Reguirements It is an unlawful employment practice for the Contractor (1) to fail or refuse to hire or to discharge any individual, or othenrvise to discriminate against any individual with respect to his compensation, or the terms, conditions, or privileges of his employment, because of such individuals race, color, religion, sex, age, handicap or national origin; or (2) to limit, segregate, or classify 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 individuals race, color, religion, sex, age, handicap or national origin. Contractor must comply with The Civil Rights Act of 1964, 42 U.S.C. sec. 2000 et 599. (1988), as amended. Attention is called to: Exec. Order No. 11,246, 30 Fed. Reg. 12,319 (1965), reprinted in 42 U.S.C. 2000(e) note, as amended by Exec. Order No. 11,375, 32 Fed. Reg. 14,303 (1967) and by Exec. Order No. 12,086, 43 Fed. Reg. 46,501 (1978); Age Discrimination Act, 42 U.S.C. sec. 6101-6106 (1988); Rehabilitation Act of 1973, 29 U.S.C. sec. 793-794 (1988); Americans with Disabilities Act, 42 U.S.C. sec. 12102 et seg.; and 41 C.F.R. Part 60 et seg. (1990); and all other applicable federal laws, rules, regulations and executive orders. State Re uirements Contractor must comply with the Illinois Human Rights Act, 775 5/1-101 et seq. (1992), as amended and any rules and regulations promulgated in accordance therewith, including, but not limited to the Equal Employment Opportunity Clause, 445 Ill. Admin. Code '750 Appendix A. Furthermore, the Contractor must comply with the Public Works Employment Discrimination Act, 775 10/0.01 et seg. (1992), as amended; and all other applicable state laws, rules, regulations and executive orders. City Requirements Contractor must comply with the Chicago Human Rights Ordinance, Ch. 2-160, Section 2?160?010 et seq. of the Chicago Municipal Code (1990), as amended; and all other applicable municipal code provisions, rules, regulations and executive orders. Further, Contractor must furnish or shall cause each of its subcontractor(s) to furnish such reports and information as requested by the Chicago Commission on Human Relations. 2.15. INDEMNITY Contractor must defend, indemnify, keep and hold harmless the City, its of?cers, representatives, elected and appointed of?cials, agents and employees from and against any and all losses, including those related to: 1. injury, death or damage of or to any person or property; 2. any infringement or violation of any property right (including any patent, trademark or copyright); 3. Contractor?s failure to perform or cause to be performed Contractor's covenants and obligations as and when required under this Contract, including Contractor's failure to perform its obligations to any sSubcontractor; 4. the City?s exercise of its rights and remedies under this Contract; and 5. injuries to or death of any employee of Contractor or any Subcontractor under any workers compensation statute; "Losses" means, individually and collectively, liabilities of every kind, including Losses, damages and reasonable costs, payments and expenses (such as, but not limited to, court costs and reasonable attorneys' fees and disbursements), claims, demands, actions, suits, proceedings, judgments or settlements, any or all of which in any way arise out of or relate to the acts or omissions of Contractor, its employees, agents and subcontractors. At the City Corporation Counsels option, Contractor must defend all suits brought upon all such Losses and must pay all costs and expenses incidental to them, but the City has the right, at its option, to participate, at its own cost, in the Speci?cation Number 91706, Collection and Processing of Blue Cart Materials from Households and City Facilities, Page 8 of 101 defense of any suit, without relieving Contractor of any of its obligations under this Contract. Any settlement must be made only with the prior written consent of the City Corporation Counsel, if the settlement requires any action on the part of the City. To the extent permissible by law, Contractor waives any limits to the amount of its obligations to indemnify, defend or contribute to any sums due under any Losses, including any claim by any employee of Contractor that may be subject to the Workers Compensation Act, 820 305/1 et seq. or any other related law orjudicial decision (such as, Kotecki v. Cyclops Welding Corporation, 146 Ill. 2d 155 (1991)). The City, however, does not waive any limitations it may have on its liability under the Illinois Workers Compensation Act, the Illinois Pension Code or any other statute. The indemnities in this section survive expiration or termination of this Contract for matters occurring or arising during the term of this Contract or as the result of or during the Contractors performance of services beyond the term. Contractor acknowledges that the requirements set forth in this section to indemnify, keep and save harmless and defend the City are apart from and not limited by the Contractor's duties under this Contract, including the insurance requirements set forth in the Contract. 2.16. EMPLOYMENT The Contractor must comply with AN ACT to give preference to the veterans of the United States military and naval service in appointments and employment upon public works, by, or for the use of, the State of its political subdivisions, approved June 12, 1935, as amended. Attention is called to Chapter 126-1/2, Section 23, Ill. Rev. Stats. 1987. 2.17. EX-OFFENDERS The Contractor's use of ex?offender initiatives is encouraged as part of this contract. 2.18. SAFETY AND LOSS CONTROL The Contractor, its agents, employees, material suppliers and subcontractors, will perform all work on the project in a safe and responsible manner. The Contractor, its agents, employees, material suppliers, and subcontractors are required to maintain compliance with all local, state and federal regulatory requirements and current versions of applicable consensus standards (incorporated by reference), pertaining to the work being performed. This includes, but is not limited to the requirements of the City of Chicago Municipal Code, Illinois Department of Labor (IDOL), Illinois Department of Transportation (IDOT), Illinois Environmental Protection Agency (ILEPA), the Occupational Safety and Health Administration (OSHA), Department of Transportation (DOT) and the Environmental Protection.Agency (EPA) where applicable. Minimum requirements of the Contractors accident/incident prevention program include, but are not limited to the following: . A training program that includes safety and the identi?cation of worksite hazards. Standard operating procedures, applicable directives, rules and regulations, which promote rather than discourage safe operating procedures, encouraging employees to report unsafe conditions, to participate in investigations, and to report all work related injuries and illnesses immediately, or as soon as possible). 0 Implementation of an Accident/Incident Reporting Program, which includes first-aid and injury treatment procedures at the job site and the use of the nearest medical facility. The Program must also include procedures for reporting incidents involving near misses or damage to City equipment and/or property. Procedures must ensure that injured or medically ill persons receive prompt ?rst?aid and/or medical treatment and that every accident/incident occurring on City property, is reported to Contractor management and the Commissioner. A completed report of the accident/incident must be submitted to the Commissioner. Develop an Emergency Evacuation/Disaster Control Plan consistent with the Commissioner's requirements. The Speci?cation Number 91706, Collection and Processing of Blue Cart Materials from Households and City Facilities, Page 9 of 101 plan must include applicable names and telephone numbers of Contract Management. The Contractor must communicate the contents of the plan to its employees and subcontractors. The Contractor's employees and subcontractors must be trained in the use of the emergency procedures. Copies of the plan must be provided to the Commissioner. 0 Contractors must also comply with the safety and health requirements of the Commissioner. The Commissioner may at any time, require additional provisions, if such are deemed necessary for public safety or convenience. The Contractor?s attention is directed to the Health and Safety Act of the State of Illinois, 8209 ILCS 225/3 et seq. The rules pursuant to this Act are on file with the Secretary of State of Illinois and are identical in every respect with the standards in effect under the Federal OSHA law, pursuant to orders of the Illinois Industrial Commission. The Federal and State standards require that the Contractor provide reasonable protection to the lives, health, and safety of all persons employed under this Contract. Such act and rules and the applicable parts thereof must be considered as part of this Contract. The Contractor and subcontractors must comply with said requirements, standards, and regulations, as required; and be directly responsible for compliance therewith on the part of its said agents, employees, and material suppliers. The Contractor and subcontractors must directly receive, respond to, defend and be responsible for all citations, assessments, ?nes or penalties which may be incurred by reason of its failure on the part of its agents, employees, or material suppliers to so comply. 2.19. 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 contracts, speci?cally non-City employed security guards, parking attendants, day laborers, home and health care workers, cashiers, elevator operators, custodial workers, and clerical workers ("Covered Employees"). Accordingly, pursuant to Section 2-92-610 and regulations promulgated thereunder: i. if the Contractor has twenty-?ve (25) or more full-time employees, and ii. if at any time during the performance of the contract the Contractor and/or any subcontractor or any other entity that provides any portion of the Services (collectively ?Performing Parties") uses twenty- ?ve (25) or more full-time security guards, or any number of other full-time Covered Employees, then the Contractor must pay its Covered Employees, and must assure that all other Performing Parties 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 pursuant to the Contract. B. The Contractor's obligation to pay, and to assure payment of, the Base Wage will begin at any time during the Contract term when the conditions set forth in A1 and A2 above are met, and will continue thereafter until the end of the Contract term. C. As of July 1, 2010, the Base Wage is $11.03 per hour. Each July 1 st, thereafter, the Base Wage will be adjusted, using the most recent federal poverty guidelines for a family of four (4) as published annually by the US. Department of Health and Human Services, to constitute the following: the poverty guidelines for a family of four (4) divided by two thousand (2000) hours or the current base wage, whichever is higher. At all times during the term of this Contract, Contractor and all other Performing Parties must pay the Base Wage (as adjusted in accordance with the above). If the payment of prevailing wages is required for work or services done under this Contract, and the prevailing wages for Covered Employees are higher than the Base Wage, then the Contractor must pay the prevailing wage rates. D. The Contractor must include provisions in all subcontracts requiring its subcontractors to pay the Base Wage to Covered Employees. The Contractor agrees to provide the City with documentation acceptable to the Chief Procurement Of?cer 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 for such Speci?cation Number 91706, Collection and Processing of Blue Cart Materials from Households and City Facilities, Page 10 of 101 documentation. The City may independently audit the Contractor and/or subcontractors to verify compliance herewith. Failure to comply with the requirements of this Section will be an event of default under this Contract, and further, failure to comply may result in ineligibility for any award of a City contract or subcontract for up to three (3) years. E. Not?for?Pro?t Corporations: If the Contractor is a corporation having Federal tax?exempt status under Section 501(c)(3) of the Internal Revenue Code and is recognized under not-for?pro?t law, then the provisions of Section A through above do not apply. 2.20. PREVAILING WAGE RATES To the extent required by law, the Contractor will comply, and will cause all of its Subcontractors to comply and insert appropriate provision in their Contracts, with 820 130/01 et seq. regarding the payment of the general prevailing rate of hourly wage for all laborers, workers and mechanics employed by or behalf of the Contractor and all Subcontractors in connection with any services. To the extent applicable, the Contractor will ensure that it and its Subcontractors comply with the provisions of the Davis-Bacon Act (prevailing wages) Act, 40 U.S.C. sec 276, as amended, and the Copeland (anti-kickback) Act, 18 U.S.C., sec 874, and related regulations. The Contractor must 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. It is the policy of the State of Illinois that a wage of no less than the general prevailing hourly rate as paid for work of a similar character in the locality in which the work is performed, must 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 requirement will mean the hourly cash wages plus fringe bene?ts 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. If the Department of Labor revises the general prevailing hourly rate to be paid by the public body, the revised rate must apply to such Contract. The term general prevailing hourly rate, when used in this Act means the hourly cash wages plus fringe bene?ts for health and welfare, insurance, vacations and pensions paid generally, in the locality in which the work is being performed, to employee engaged in work of a similar character on public works. A copy of the current Department of Labor Prevailing Wage Rates for Cook County is attached as Attachment A. If the nature of the Work or services under this Contract is subject to the Illinois Prevailing Wage Act, 820 13010.01 et seq., then not less than the general prevailing rate of hourly wages as determined by the Department of Labor (IDOL) must be paid to all laborers, mechanics, and other workers performing Work under this Contract. Contractor's attention is called to the generally prevailing rate of wages for Cook County in effect at the time these speci?cations were issued, as determined by IDOL. They are also the prevailing wage rates for the City of Chicago. If required for this Work, they are attached to and incorporated in these speci?cations, or refer to website: for Cook County. Contractor is fully responsible for paying the generally prevailing hourly rate of wages in effect, as determined by the IDOL, at the time the Work is performed. lf revises the prevailing rate of hourly wages to be paid for the Work before completion of the Work under this Contract, the revised rate applies from the effective date of the revision, but any such revision will not entitle Contractor to any increased compensation under the terms of this Contract. As a condition of making payment to the Contractor, the City may require the Contractor to submit an affidavit to the effect that not less than the prevailing hourly wage rate is being paid to laborers, mechanics, and other workmen employed on this Contract in accordance with Illinois law. 2.21. PAYMENT TO CONTRACTOR Work performed under this contract is interpreted to include materials to be furnished under this contract which are Speci?cation Number 91706, Collection and Processing of Blue Cart Materials from Households and City Facilities, Page 11 of 101 suitably stored at the site of the work. Unless othenrvise provided in Special Conditions, which will be subject to the provisions of Chapter 26-13 of the Municipal Code of Chicago, the Chief Procurement Of?cer may from time to time, in cases where the Contractor must proceed properly to perform and complete his contract, grant to such Contractor as the work progresses an estimate of the amount already earned. All partial payment estimates shall be subject to correction by the ?nal estimate. Waivers from Subcontractors and Suppliers indicating that they have received their share from the Contractor of the previous partial payment to the Contractor must be presented concurrently by the Contractor when he presents an estimate for a partial payment. The Chief Procurement Of?cer may, whenever he have reason to believe that the Contractor has neglected or failed to pay any subcontractors, workmen or employees for work performed or for materials furnished and used in or about the work contracted for, order and direct that no future vouchers or estimates be issued and no further payments be made upon the contract until said Chief Procurement Of?cer has been satis?ed that such subcontractors, workmen and employees have been fully paid, and the reserve sum referred to in the above stated Chapter 26-13 has not been payable until the Contractor has satis?ed the Chief Procurement Officer that all subcontractors, material men, workmen and employees have been fully paid. Whenever the Chief Procurement Of?cer noti?es the Contractor, by notice personally served or by mailing a copy thereof to the Contractor to his of?ce as shown by his bid, that no further vouchers or estimates will be issued or payments made on the contract until subcontractors, workmen and employees have been paid, and the Contractor neglect or refuse for the period of ten (10) calendar days after such notice is given, as above provided for, to pay such subcontractors, workmen and employees, the City may then apply any money due or that may become due under the contract to the payment of such subcontractors, workmen and employees without other or further notice to said Contractor; but failure of the City to retain and apply such moneys, or of the Chief Procurement Of?cer to order or direct that no vouchers or estimates shall be issued or further payments be made shall not, nor shall the paying over of such reserve sum without such subcontractors, workmen or employees being ?rst paid, in any way affect the liability of the Contractor or of his sureties to the City, or to any such subcontractors, workmen or employees upon any bond given in connection with such contract. Before ?nal payment is made under the contract, and as a condition precedent to such ?nal payment, the Contractor shall furnish waivers of all liens and satisfactory guarantees against all claims on account of work performed, tools and plant employed, and material and labor furnished under the contract. The Contractors shall not be entitled to demand or receive ?nal payment until all the stipulations, provisions and conditions set forth in the contract have been complied with, and the work has been accepted by the Commissioner, whereupon the City will, at the expiration of thirty (30) calendar days after such completion and acceptance, pay the whole account of money due the Contractor under the contract. The acceptance by the Contractor of the ?nal payment above mentioned shall operate as and shall be a release to the City from all claims or liability under this contract for anything done or furnished or relating to the work under this contract, or for any act or neglect of the City relating to or connected with this contract. 2.22. COOPERATION BETWEEN CONTRACTORS Unless otherwise provided in Special Conditions, if separate contracts are let for work within or adjacent to the project site as may further be hereinafter detailed in the contract documents, each Contractor must conduct his work so as not to interfere with or hinder the progress of completion of the work being performed by other contractors. Each Contractor involved must assume all liability, ?nancial or otherwise, in connection with his contract, and shall protect and save harmless the City from any and all damages or claims that may arise because of inconvenience, delay, or loss experienced by him because of the presence and operations of other contractors working within the limits of the same improvement. Each Contractor must assume all responsibility for all work not completed or accepted because of the presence and operations of the other contractors. Speci?cation Number 91706, Collection and Processing of Blue Cart Materials from Households and City Facilities, Page 12 of 101 The Contractor must as far as possible, arrange his work and place and dispose of the materials being used, so as not to interfere with the operations of the other contractors within or adjacent to the limits of the project site. Contractor must join his work with that of the others in an acceptable manner and shall perform it in proper sequence to that of the others. 2.23. OR ASSIGNMENT OF CONTRACT OR CONTRACT FUNDS No contract will be assigned or any part of the same sub-contracted without the written consent of the Chief Procurement Of?cer; but in no case will such consent relieve the Contractor from his obligations, or change the terms of the contract. The Contractor will not transfer or assign any contract funds or claims due or to become due without the written approval of the Chief Procurement Of?cer having ?rst been obtained. The transfer or assignment of any contract funds either in whole or in part, or any interest therein, which will be due or to become due to the Contractor, will cause the annulment of said transfer or assignment so far as the City is concerned. 2.24. SUBCONTRACTORS The Contractor must notify the Chief Procurement Of?cer, in writing, of the names of all subcontractors to be used and will not employ any that the Chief Procurement Of?cer may object to. The Contractor will not subcontract any portion of the services or work to be performed hereunder without the prior written consent of the Chief Procurement Of?cer. The Subcontracting of the services or work or any portion thereof without the prior written consent of the Chief Procurement Of?cer will be null and void. The Contractor will not make any substitution of a subcontractor without the written consent of the Chief Procurement Of?cer. The substitution of a subcontractor without the prior written consent of the Chief Procurement Of?cer will be null and void. The Chief Procurement Of?cer's consent will not relieve the Contractor from any of its obligations under the Contract. The Contractor will subcontract with only competent and responsible subcontractors. If, in the judgment of the Commissioner or the Chief Procurement Of?cer, any subcontractor is careless, incompetent, violates safety or security rules, obstructs the progress of the services, acts contrary to instructions, acts improperly, is not responsible, is un?t, is incompetent, violates any laws applicable to this Contract, or fails to follow the requirements of this Contract, then the Contractor will, immediately upon notice from the Commissioner or the Chief Procurement Of?cer, discharge or otherwise remove such subcontractor. 2.25. SUBCONTRACTORS WITH DISABILITIES The City encourages Contractors to use Subcontractors that are ?rms owned or operated by individuals with disabilities, as de?ned by Section 2-92-586 of the Municipal Code of the City of Chicago, where not otherwise prohibited by federal or state law. 2.26. SUBCONTRACTOR PAYMENTS Contractor must submit a status report of Subcontractor payments with each invoice for the life of the contract on the ?Subcontractor Payment Certi?cation? form required by the City. The form can be downloaded from the City's website at EDITORIAL/subcompliance.pdf. The statement must list the following for Contractor and for each Subcontractor and supplier for the period for which payment is requested: Total amount invoiced by the Contractor for the prior month; (ii) The name of each particular Subcontractor or supplier utilized during the prior month; indication if the Subcontractor or supplier is acting as an MBE, WBE, DBE, or non-certi?ed ?rm on this Speci?cation Number 91706, Collection and Processing of Blue Cart Materials from Households and City Facilities, Page 13 of 101 contract; (iv) The vendor/supplier number of each Subcontractor or supplier; Total amount invoiced that is to be paid to each Subcontractor or supplier. If a Subcontractor has satisfactorily completed its services, or provided Speci?ed materials in accordance with the requirements of the Contract, Contractor must pay Subcontractor for such work or materials within fourteen (14) calendar days of Contractor receiving payment from the City. 2.27. DEMURRAGE AND The City will be responsible for demurrage charges only when such charges accrue because of the City's negligence in unloading the material. The City will pay railroad charges due to the re-spotting of cars, only when such re?spotting is ordered by the City. 2.28. MATERIALS INSPECTION AND RESPONSIBILITY The City, by its engineering agencies, will have a right to inspect any material to be used in carrying out this contract. The City does not assume any responsibility for the availability of any controlled materials or other materials and equipment required under this contract. The Contractor must be responsible for the contracted quality and standards of all materials, components or completed work furnished under this contract up to the time of ?nal acceptance by the City. Materials, components or completed work not complying therewith may be rejected by the Chief Procurement Of?cer and must be replaced by the Contractor at no cost to the City. Any materials or components rejected must be removed within a reasonable time from the premises of the City at the entire expense of the Contractor, after written notice has been mailed by the City to the Contractor that such materials or components have been rejected. 2.29. CASH BILLING TERMS Any cash billing discounts offered will not be considered in the evaluation of bids. 2.30. SUPERVISION The Contractor must personally supervise the work or will have a competent person at the site at all times to act for Contractor. 2.31. PLANS OR DRAWINGS AND SPECIFICATIONS CO-OPERATIVE Plans or drawings mentioned in the speci?cations will be so considered that any material shown on plans or drawings and not therein speci?ed, or material therein speci?ed and not shown on plans or drawings, will be executed by the Contractor the same as though it were both shown and speci?ed. 2.32. PERMITS Unless otherwise provided in the Special Conditions, the Contractor must take out, at Contractor's own expense, all permits and licenses necessary to carry out the work described in this contract. Speci?cation Number 91706, Collection and Processing of Blue Cart Materials from Households and City Facilities, Page 14 of 101 2.33. AUDITS The City may in its sole discretion audit the records of Contractor or its Subcontractors, or both, at any time during the term of this Contract or within ?ve (5) 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, as a result of such an audit, it is determined that Contractor or any of its Subcontractors has overcharged the City in the audited period, the City will notify Contractor. Contractor must then reimburse the City for any amounts the City has paid Contractor due to the overcharges and also some or all of the cost of the audit, as follows: If the audit has revealed overcharges to the City representing less than ?ve percent of the total value, based on the contract prices, of the goods, work, or services provided in the audited period, then the Contractor must reimburse the City for ?fty percent of the cost of the audit and ?fty percent of the cost of each subsequent audit that the City conducts; If. however, the audit has revealed overcharges to the City representing ?ve percent or more of the total value, based on the contract prices, of the goods, work, or services provided in the audited period, then Contractor must reimburse the City for the full cost of the audit and of each subsequent audit. Failure of Contractor to reimburse the City in accordance with A or above is an event of default under this Contract, and Contractor will be liable for all of the City?s costs of collection, including any court costs and attorneys fees. 2.34. TIME AND PROGRESS It is understood and agreed that TIME IS OF THE ESSENCE OF CONTRACT, and the Contractor agrees to begin actual work covered by this contract in conformity with the provisions set forth herein and to prosecute the same with all due diligence, so as to complete the entire work under this contract within the calendar days stipulated after the date for commencement of work as speci?ed in the written noti?cation to the Contractor from the Commissioner. using double shift and holiday work when necessary. Unless otherwise provided in Special Conditions, the Contractor must submit to the Commissioner for approval, within ?ve (5) calendar days after the effective date of this contract, a TIME SCHEDULE for performing operations under this contract which will insure the satisfactory completion of the entire work within the time hereinafter speci?ed. When approved and accepted by the Commissioner, the Contract shall prosecute the work under this contract so that the actual work completed shall be not less than required by such approved TIME SCHEDULE for performing operations under this contract which will insure the satisfactory completion of the entire work within the time hereinafter speci?ed. When approved and accepted by the Commissioner, the Contractor shall prosecute the work under this contract so that the actual work completed shall be not less than required by such approved TIME SCHEDULE. If the rate of progress be such that the total amount of work accomplished by the Contractor within any time mentioned in such approved TIME SCHEDULE is less than the amount therein speci?ed to be completed within such time, then the Chief Procurement Of?cer may declare this contract in default as provided herein. 2.35. PROVISIONS RELATIVE TO DELAY Should the Contractor be obstructed or delayed in the commencement, prosecution or completion of the work under this contract by any act or delay of the City or by order of the Commissioner, howsoever caused, then the time herein ?xed for the completion of said work will be extended for a period equivalent to the time lost by reason of such acts or delays of the City or orders of the Commissioner. It is otherwise understood that no extension of time will be granted to the Contractor unless Contractor, immediately upon knowledge of the causes of an unavoidable delay, first noti?es the Commissioner and Chief Procurement Of?cer in writing, stating the approximate number of days he expects to be delayed. Speci?cation Number 91706, Collection and Processing of Blue Cart Materials from Households and City Facilities, Page 15 of 101 The Contractor must also make a request in writing to the Commissioner and Chief Procurement Of?cer for an extension of time within ten (10) calendar days after the cessation of the delay. Compliance by the Contractor with the requirements set forth in this paragraph are conditions precedent to the granting of an extension of time and it is hereby agreed that in case of failure to comply with said requirements, the Contractor shall not be entitled to an extension of time. The Chief Procurement Of?cer and the Commissioner will determine the number of days, if any, that the Contractor has been delayed. Such determination when approved and authorized in writing by the Mayor, Comptroller and the Chief Procurement Of?cer, will be ?nal and binding. It is further expressly understood and agreed that the Contractor shall not be entitled to any damages or compensation from the City, or be reimbursed for any loss or expense on account of any delay or delays resulting from any of the causes aforesaid. 2.36. PRICE REDUCTION If at any time after the date of the bid or offer the Contractor makes a general price reduction in the comparable price of any material covered by the contract to customers generally, an equivalent price reduction based on similar quantities and/or considerations shall apply to the contract for the duration of the contract period (or until the price is further reduced). Such price reduction will be effective at the same time and in the same manner as the reduction in the price to customers generally. For purpose of this provision, a general price reduction will mean any horizontal reduction in the price of an article or service offered (1) to Contractors customers generally, or (2) in the Contractor's price schedule for the class of customers, wholesalers, jobbers, retailers, etc., which was used as the basis for bidding on this contract. An occasional sale at a lower price, or sale of distressed merchandise at a lower price, would not be considered a general price reduction under this provision. The Contractor must invoice the ordering of?ces at such reduced prices indicating on the invoice that the reduction is pursuant to the Price Reduction provision of the contract documents. The Contractor, in addition, must within ten (10) calendar days of any general price reduction notify the Chief Procurement Of?cer of the City of Chicago of such reduction by letter. Failure to do so may require termination of the contract. Upon receipt of any such notice of a general price reduction all ordering of?ces will be duly notified by the Chief Procurement Of?cer. The Contractor must furnish, within ten (10) calendar days after the end of the contract period, a statement certifying either: 1. that no general price reduction, as de?ned above, was made after the date of the bid or offer; or 2. if any such general price reductions were made, that is provided above, they were reported to the Chief Procurement Of?cer within ten (10) calendar days, and ordering of?ces were billed at the reduced prices. Where one (1) or more such general price reductions were made, the statement furnished by the Contractor must include with respect to each price reduction: 1. the date when notice of any such reduction was issued; 2. the effective date of the reduction; and 3. the date when the Chief Procurement Of?cer was noti?ed of any such reduction. 2.37. PROHIBITION ON CERTAIN CONTRIBUTIONS - MAYORAL EXECUTIVE ORDER NO. 05-1 Contractor agrees that Contractor, any person or entity who directly or indirectly has an ownership or bene?cial interest in Contractor of more than 7.5 percent ("Owners"), spouses and domestic partners of such Owners, Contractor's Subcontractors, any person or entity who directly or indirectly has an ownership or bene?cial interest in any Subcontractor of more than 7.5 percent and spouses and domestic partners of such Sub?owners Speci?cation Number 91706, Collection and Processing of Blue Cart Materials from Households and City Facilities, Page 16 of 101 (Contractor and all the other preceding classes of persons and entities are together, the "Identi?ed Parties"), shall not make a contribution of any amount to the Mayor of the City of Chicago (the ?Mayor") or to his political fundraising committee after execution of this bid, proposal or Agreement by Contractor, (ii) while this Agreement or any Other Contract is executory, during the term of this Agreement or any Other Contract between Contractor and the City, or (iv) during any period while an extension of this Agreement or any Other Contract is being sought or negotiated. Contractor represents and warrants that since the date of public advertisement of the specification, request for quali?cations, request for proposals or request for information (or any combination of those requests) or, if not competitively procured, from the date the City approached the Contractor or the date the Contractor approached the City, as applicable, regarding the formulation of this Agreement, no Identi?ed Parties have made a contribution of any amount to the Mayor or to his political fundraising committee. Contractor agrees that it shall not: coerce, compel or intimidate its employees to make a contribution of any amount to the Mayor or to the Mayor?s political fundraising committee; reimburse its employees for a contribution of any amount made to the Mayor or to the Mayor's political fundraising committee; or bundle or solicit others to bundle contributions to the Mayor or to his political fundraising committee. Contractor agrees that the Identi?ed Parties must not engage in any conduct whatsoever designed to intentionally violate this provision or Mayoral Executive Order No. 05-1 or to entice, direct or solicit others to intentionally violate this provision or Mayoral Executive Order No. 05-1. . Contractor agrees that a violation of, non-compliance with, misrepresentation with respect to, or breach of any covenant or warranty under this provision or violation of Mayoral Executive Order No. 05?1 constitutes a breach and default under this Agreement, and under any Other Contract for which no opportunity to cure will be granted. Such breach and default entitles the City to all remedies (including without limitation termination for default) under this Agreement, under Other Contract, at law and in equity. This provision amends any Other Contract and supersedes any inconsistent provision contained therein. If Contractor violates this provision or Mayoral Executive Order No. 05-1 prior to award of the Agreement resulting from this speci?cation, the Chief Procurement Of?cer may reject Contractor's bid. For purposes of this provision: ?Bundle" means to collect contributions from more than one source which are then delivered by one person to the Mayor or to his political fundraising committee. ?Other Contract" means any other agreement with the City of Chicago to which Contractor is a party that is formed under the authority of chapter 2?92 of the Municipal Code of Chicago; (ii) entered into for the purchase or lease of real or personal property; or for materials, supplies, equipment or services which are approved or authorized by the city council. "Contribution" means a "political contribution? as de?ned in Chapter 2-156 of the Municipal Code of Chicago, as amended. Individuals are ?Domestic Partners? if they satisfy the following criteria: they are each other's sole domestic partner, responsible for each other's common welfare; and neither party is married; and the partners are not related by blood closer than would bar marriage in the State of Illinois; and each partner is at least 18 years of age, and the partners are the same sex, and the partners reside at the same residence; and Speci?cation Number 91706, Collection and Processing of Blue Cart Materials from Households and City Facilities, Page 17 of 101 ppm? E. two of the following four conditions exist for the partners: 1. The partners have been residing together for at least 12 months. 2. The partners have common or joint ownership of a residence. 3. The partners have at least two of the following arrangements: joint ownership of a motor vehicle; a joint credit account; a joint checking account; a lease for a residence identifying both domestic partners as tenants. 9.0 .09? Each partner identifies the other partner as a primary bene?ciary in a will. "Political fundraising committee" means a "political fundraising committee" as de?ned in Chapter 2-156 of the Municipal code of Chicago, as amended. 2.38. CONFLICTS OF INTEREST No member of the governing body of the City of Chicago or other unit of government and no other of?cer. employee or agent of the City of Chicago or other unit of government who exercises any functions or responsibilities in connection with the carrying out of the project will have any personal or ?nancial interests, direct or indirect, in the contract. The Contractor covenants that he presently has no interest and will not acquire any interest, direct or indirect, in the project to which the contract pertains which would conflict in any manner or degree with the performance of its work hereunder. The Contractor further covenants that in its performance of the contract no person having any such interest shall be employed. 2.39. DISCLOSURE OF OWNERSHIP Pursuant to Chapter 2-154 of the Municipal Code of the City of Chicago, any person, business entity or agency submitting 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 Af?davit. Failure to provide complete or accurate disclosure will render this Agreement voidable. 2.40. DISCLOSURE OF RETAINED PARTIES - EXECUTIVE ORDER 97-1 The bidder is required to execute the Disclosure of Retained Parties Section of the Economic Disclosure Statement and Af?davit required by Executive Order 97?1. Refusal to execute the Disclosure of Retained Parties section of the Economic Disclosure Statement and Af?davit will result in the Chief Procurement Of?cer declaring the bidder non- responsible, moreover, if a bidder is deemed non-responsible under this provision, the bidder's status as a non? responsible bidder may apply to the bidder's subsequent bids. 2.41. 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 of a subcontractor to the prime Contractor or higher tier 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 will be voidable as to the City. 2.42. CHAPTER 2-26 OF THE MUNICIPAL CODE OF CHICAGO, OFFICE OF COMPLIANCE It is the duty of any bidder, bidder, Consultant, Contractor, all Subcontractors, and every applicant for certi?cation of eligibility for a City Agreement or program, and all of?cers, directors, agents, partners and employees of any bidder, proper, consultant or such applicant to cooperate with the Of?ce of Compliance in any investigation or audit pursuant to Chapter 2-26 of the Municipal Code of Chicago. The Consultant understands and will abide by all provisions of Chapter 2?26 of the Municipal Code of Chicago. All subcontracts will inform Subcontractors of this provision and require Speci?cation Number 91706, Collection and Processing of Blue Cart Materials from Households and City Facilities, Page 18 of 101 understanding and compliance with it. 2.43. CHAPTER 2-56 OF THE MUNICIPAL CODE OF CHICAGO, OFFICE OF INSPECTOR GENERAL it is the duty of any bidder, bidder, or Contractor, all subcontractors, and every applicant for certi?cation of eligibility fora City contract or program, and all of?cers, directors, agents, partners, and employees of any bidder, bidder, contractor, or such applicant to cooperate with the Inspector General in any investigation or hearing undertaken pursuant to Chapter 2-56 of the Chicago Municipal Code. The Contractor understands and will abide by all provisions of Chapter 2-56 of the Municipal Code of Chicago. Contractors must inform subcontractors of this provision and require understanding and compliance herewith. 2.44. SECTION 2-92-380 OF THE MUNICIPAL CODE OF CHICAGO a. In accordance with Section 2-92-380 of the Municipal Code of Chicago and in addition to any other rights and remedies (including any of set?off) available to the City of Chicago under the contract or permitted at law or in equity, the City will be entitled to set off a portion of the contract price or compensation due under the contract, in an amount equal to the amount of the ?nes and penalties for each outstanding parking violation complaint and the amount of any debt owed by the contracting party to the City. For purposes of this 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 ?led in the Circuit Court of Cook County within the time speci?ed on the complaint. debt means a speci?ed sum of money owed to the City for which the period granted for payment has expired. b. Notwithstanding the provisions of subsection above, no such debt(s) or outstanding parking violation complaint(s) will be offset from the contract price or compensation due under the contract 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 other appropriate City department, for the payment of all outstanding parking violation complaints and debts owed to the City and the contracting party is in compliance with the agreement; or 2. the contracting party is contesting liability for or the amount of the debt in a pending administrative or judicial proceeding; or 3. the contracting party has ?led a petition in bankruptcy and the debts owed the City are dischargeable in bankruptcy. 2.45. SECTION OF THE MUNICIPAL CODE OF CHICAGO In accordance with Section 11-4-1600(e) of the Municipal Code of Chicago, Contractor warrants and represents that it, and to the best of its knowledge, its Subcontractors have not violated and are not in violation of the following sections of the Code (collectively, the Waste Sections): 7-28-390 Dumping on public way; 7?28?440 Dumping on real estate without permit; 11-4-1410 Disposal in waters prohibited; 11-4-1420 Ballast tank, bilge tank or other discharge; 11-4-1450 Gas manufacturing residue; 11-4?1500 Treatment and disposal of solid or liquid 11-4-1530 Compliance with rules and regulations required; 11-4-1550 Operational requirements; and 11-4-1560 Screening requirements. Speci?cation Number 91706, Collection and Processing of Blue Cart Materials from Households and City Facilities, Page 19 of 101 During the period while this Contract is executory, Contractor?s or any Subcontractor's violation of the Waste Sections, whether or not relating to the performance of this Contract, constitutes a breach of and an event of default under this Contract, for which the opportunity to cure, if curable, will be granted only at the sole discretion of the Chief Procurement Officer. Such breach and default entitles the City to all remedies under the Contract, at law or in equity. This section does not limit the Contractor?s and its Subcontractors? duty to comply with all applicable federal, state, county and municipal laws, statutes, ordinances and executive orders, in effect now or later, and whether or not they appear in this Contract. Non-compliance with these terms and conditions may be used by the City as grounds for the termination of this Contract, and may further affect the Contractors eligibility for future contract awards. 2.46. BUSINESS RELATIONSHIPS WITH ELECTED OFFICIALS Pursuant to Section 2-156-030(b) of the Municipal Code of the City of Chicago, it is illegal for any elected of?cial of the city, or any person acting at the direction of such of?cial, to contact, either orally or in writing, any other city official or employee with respect to any matter involving any person with whom the elected official has a business relationship, or to participate in any discussion in any city council committee hearing or in any city council meeting or to vote on any matter involving the person with whom an elected of?cial has a business relationship. Violation of Section by any elected of?cial with respect to this contract will be grounds for termination of this contract. The term business relationship is de?ned as set forth in Section 2-156?080 of the Municipal Code of Chicago. Section 21 56-080 de?nes a business relationship as any contractual or other private business dealing of an of?cial, or his or her spouse, or of any entity in which an of?cial or his or her spouse has a financial interest, with a person or entity which entitles an official to compensation or payment in the amount of $2,500 or more in a calendar year; provided, however, a ?nancial interest shall not include: any ownership through purchase at fair market value or inheritance of less than one percent of the share of a corporation, or any corporate subsidiary, parent or af?liate thereof, regardless of the value of or dividends on such shares, if such shares are registered on a securities exchange pursuant to the Securities Exchange Act of 1934, as amended; (ii) the authorized compensation paid to an of?cial or employee for his of?ce or employment; any economic bene?t provided equally to all residents of the city; (iv) a time or demand deposit in a ?nancial institution; or an endowment or insurance policy or annuity contract purchased from an insurance company. A contractual or other private business dealing will not include any employment relationship of an of?cials spouse with an entity when such spouse has no discretion concerning or input relating to the relationship between that entity and the city. 2.47. 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 a contract or sub-contract if that person or business entity: has been convicted of bribery or attempting to bribe a public of?cer or employee of the City of Chicago, the State of Illinois, or any agency of the federal government or of any state or local government in the United States, in that of?cers or employee's of?cial capacity; or has been convicted of agreement or collusion among bidders or prospective bidders in restraint of freedom of competition by agreement to bid a ?xed price, or othenrvise; or has made an admission of guilt of such conduct described in or above which is a matter of record but has not been prosecuted for such conduct. For purposes of this section. where an of?cial, agent or employee of a business entity has committed any offense under this section on behalf of such an entity and pursuant to the direction or authorization of a responsible official thereof, the business entity will be chargeable with the conduct. One business entity will be chargeable with the conduct of an af?liated agency. lneligibility under this section will continue for three (3) years following such conviction or admission. The period of ineligibility may be reduced, suspended, or waived by the Chief Procurement Of?cer under certain speci?c Speci?cation Number 91706, Collection and Processing of Blue Cart Materials from Households and City Facilities, Page 20 of 101 circumstances. Reference is made to Section 2?92-320 for a de?nition of af?liated agency, and a detailed description of the conditions which would permit the Chief Procurement Of?cer to reduce, suspend, or waive the period of ineligibility. 2.48. MACBRIDE PRINCIPLES ORDINANCE The City of Chicago through the passage of the MacBride Principles Ordinance seeks to promote fair and equal employment opportunities and labor practices for religious minorities in Northern Ireland and provide a better working environment for all citizens in Northern Ireland. In accordance with Section 2-92-580 of the Municipal Code of Chicago, if the primary Contractor conducts any business operations in Northern Ireland, it is hereby required that the Contractor will make all reasonable and good faith efforts to conduct any business operations in Northern Ireland in accordance with the MacBride Principles for Northern Ireland as de?ned in Illinois Public Act 85-1390 (1988 Laws 3220). For those bidders who take exception in competitive bid contracts to the provision set forth above, the City will assess an eight percent penalty. This penalty will increase their bid price for the purpose of canvassing the bids in order to determine who is to 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. The provisions of this Section will not apply to contracts for which the City receives funds administered by the United States Department of Transportation (DOT) except to the extent Congress has directed that the Department of Transportation (DOT) not withhold funds from states and localities that choose to implement selective purchasing policies based on agreement to comply with the MacBride Principles for Northern Ireland, or to the extent that such funds are not otherwise withheld by the Department of Transportation (DOT). 2.49. CONTRACTOR CERTIFICATION The Contractor or each joint venture partner, if applicable, must complete the appropriate subsections in the attached Economic Disclosure Statement and Af?davit (the Af?davit) under: Certi?cation by applicant, which certifies that the Contractor or each joint venture partner, its agents, employees, of?cers and any subcontractors have not been engaged in or been convicted of bribery or attempted bribery of a public of?cer or employee of the City of Chicago, the State of Illinois, any agency of the federal government or any state or local government in the United States or engaged in or been convicted of bid-rigging or bid~rotation activities as de?ned in this section as required by the Illinois Criminal Code; do not owe any debts to the State of Illinois, in accordance with 65 ILCS and are not presently debarred or suspended; Certi?cation Regarding Environmental Compliance; Certi?cation Regarding Ethics and Inspector General; and Certi?cation Regarding Court?Ordered Child Support Compliance. 2.50. COMPLIANCE WITH CHILD SUPPORT ORDERS ORDINANCE The Child Support Arrearage Ordinance, Municipal Code of Chicago, Section 2-92?415, furthers the City's interest in contracting with entities which demonstrate ?nancial responsibility, integrity and lawfulness, and finds that it is especially inequitable for Contractors to obtain the bene?ts of public funds under City contracts while its owners fail to pay court- ordered child support, and shift the support of their dependents onto the public treasury. In accordance with Section 2-92-415 of the Municipal Code of Chicago, if the Circuit Court of Cook County or an Illinois court of competent jurisdiction has issued an order declaring one or more Substantial Owner in arrearage on their child support obligations and: (1) a one such Substantial Owner has not entered into a court-approved agreement for the payment of all such child support owed, or (2) a Substantial Owner is not in compliance with a court-approved agreement for the payment of all such child support owed, (see Certi?cation of Compliance with Child Support Orders in Economic Disclosure Statement and Af?davit), then: For those bidders in competitive bid contracts, the City will 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 will not affect the amount of any contract payment. Speci?cation Number 91706, Collection and Processing of Blue Cart Materials from Households and City Facilities, Page 21 of 101 For purposes of this section, means any person who owns or holds a ten percent or more percentage of interest in the bidder; where the bidder is an individual or sole proprietorship, substantial owner means that individual or sole proprietorship. OF includes direct, indirect and bene?cial interests in the Contractor. Indirect or beneficial interest means that an interest in the Contractor is held by a corporation, joint venture, trust, partnership, association, estate or other legal entity, in which the individual holds an interest, or by agent(s) or nominee(s) on behalf of an individual or entity. For example, if Corporation holds or owns a twenty percent interest in Contractor, and an individual or entity has a fifty percent or more percentage of interest in Corporation B, then such individual or entity indirectly has a ten percent or more percentage of interest in the Contractor. If Corporation is held by another entity, then this analysis similarly must be applied to that next entity. The provisions of this Section will only apply where not othenNise prohibited by federal, state or local law. 2.51. FEDERAL TERRORIST (NO-BUSINESS) LIST Contractor warrants and represents that neither Contractor nor an Af?liate, as de?ned below, appears on the Specially Designated Nationals List, the Denied Persons List, the Unveri?ed List, the Entity List, or the Debarred List as maintained by the Of?ce of Foreign Assets Control of the US. Department of the Treasury or by the Bureau of Industry and Security of the US. Department of Commerce or their successors, or on any other list of persons or entities with which the City may not do business under any applicable law, rule, regulation, order or judgment. ?Af?liate" means a person or entity which directly, or indirectly through one or more intermediaries, controls, is controlled by or is under common control with Contractor. A person or entity will be deemed to be controlled by another person or entity if it is controlled in any manner whatsoever that results in control in fact by that other person or entity, either acting individually or acting jointly or in concert with others, whether directly or indirectly and whether through share ownership, a trust, a contract or othenivise. 2.52. COMPLIANCE WITH ALL LAWS Contractor must observe and comply with all applicable federal, state, county and municipal laws, statutes, regulations, codes, ordinances and executive orders, in effect now or later and whether or not they appear in the Agreement, including those speci?cally referenced herein or in any of the Contract Documents. Contractor must pay all taxes and obtain all licenses, certi?cates and other authorizations required in connection with the performance of its obligations hereunder, and Contractor must require all Subcontractors to do so. Failure to do so is an event of default and may result in the termination of this Agreement. The Contractor understands and will abide by the terms of Chapter 2?55 of the Municipal Code of Chicago. The Contractor will comply with Section 2-154-020 of the Municipal Code of Chicago. Failure by the Contractor or any controlling person (as de?ned in Section 1-23-010 of the Municipal Code of Chicago) thereof to maintain eligibility to do business with the City of Chicago as required by Section 1~23-030 of the Municipal Code of Chicago shall be grounds for termination of this Contract. 2.53. INDEPENDENT CONTRACTOR This Contract is not intended to and does not constitute, create. give rise to, or otherwise recognize a joint venture, partnership, corporation or other formal business association or organization of any kind between Contractor and the City. The rights and the obligations of the parties are only those set forth in this Contract. Contractor must perform under this Contract as an independent contractor and not as a representative, employee, agent, or partner of the City. This Contract is between the City and an independent contractor and, if Contractor is an individual, nothing provided for under this Contract constitutes or implies an employer-employee relationship such that: Speci?cation Number 91706, Collection and Processing of Blue Cart Materials from Households and City Facilities, Page 22 of 101 The City will not be liable under or by reason of this Contract for the payment of any compensation award or damages in connection with the Contractor performing the Services required under this Contract. (ii) Contractor is not entitled to membership in any City Pension Fund, Group Medical Insurance Program, Group Dental Program, Group Vision Care, Group Life Insurance Program, Deferred Income Program, vacation, sick leave, extended sick leave, or any other bene?ts ordinarily provided to individuals employed and paid through the regular payrolls of the City. The City is not required to deduct or withhold any taxes, FICA or other deductions from any compensation provided to Contractor. The City is subject to the May 31, 2007 Order entitled "Agreed Settlement Order and Accord? (the "Shakman Accord?) and the August 16, 2007 "City of Chicago Hin'ng Plan? (the ?City Hiring Plan") entered in Shakman v. Democratic Organization of Cook County, Case No 69 2145 (United State District Court for the Northern District of Illinois). Among other things, the Shakman Accord and the City Hiring Plan prohibit the City from hiring persons as governmental employees in non-exempt positions on the basis of political reasons or factors. (ii) Contractor is aware that City policy prohibits City employees from directing any individual to apply for a position with Contractor, either as an employee or as a subcontractor, and from directing Contractor to hire an individual as an employee or as a subcontractor. Accordingly, Contractor must follow its own hiring and contracting procedures, without being in?uenced by City employees. Any and all personnel provided by Contractor under this Agreement are employees or subcontractors of Contractor, not employees of the City of Chicago. This Agreement is not intended to and does not constitute, create, give rise to, or othenNise recognize an employer?employee relationship of any kind between the City and any personnel provided by Contractor. Contractor will not condition, base, or knowingly prejudice or affect any term or aspect of the employment of any personnel provided under this Contract, or offer employment to any individual to provide services under this Contract, based upon or because of any political reason or factor, including, without limitation, any individual?s political af?liation, membership in a political organization or party, political support or activity, political ?nancial contributions, promises of such political support, activity or ?nancial contributions, or such individual's political sponsorship or recommendation. For purposes of this Contract, a political organization or party is an identi?able group or entity that has as its primary purpose the support of or opposition to candidates for elected public of?ce. Individual political activities are the activities of individual persons in support of or in opposition to political organizations or parties or candidates for elected public of?ce. In the event of any communication to Contractor by a City employee or City of?cial in violation of Section above, or advocating a violation of Section above, Contractor will, as soon as is reasonably practicable, report such communication to the Hiring Oversight Section of the City's Of?ce of the Inspector General, and also to the head of the relevant City Department utilizing services provided under this Contract. 2.54. INSPECTOR GENERAL AND LEGISLATIVE INSPECTOR GENERAL It is the duty of any bidder, bidder or Contractor, all Subcontractors, every applicant for certi?cation of eligibility for a City contract or program, and all of?cers, directors, agents, partners and employees of any bidder, bidder, Contractor, Subcontractor or such applicant to cooperate with the Inspector General or the Legislative Inspector General in any investigation or hearing, if applicable, undertaken pursuant to Chapters 2-56 or 2-55, respectively, of the Municipal Code. Contractor understands and will abide by all provisions of Chapters 2-56 and 2?55 of the Municipal Code. All subcontracts must inform Subcontractors of the provisions and require understanding and compliance with them. Speci?cation Number 91706, Collection and Processing of Blue Cart Materials from Households and City Facilities, Page 23 of 101 2.55. COMPLIANCE WITH ENVIRONMENTAL LAWS The Contractor will comply with all Environmental Laws and permits issued thereunder. "Environmental Laws" shall mean any and all federal, state, county, and municipal laws, statutes, regulations, codes, ordinances, and executive orders relating to the regulation and protection of human health, safety, the environment and natural resources now or hereafter in effect, as amended or supplemented, including, without limitation, the Comprehensive Environmental Response, Compensation and Liability Act, 42 U.S.C. 9601 et seq., the Resource Conservation and Recovery Act, 42 U.S.C. 6901 et seq., the Hazardous Materials Transportation Act, 49 U.S.C. 5101 et seq., the Federal Water Pollution Control Act, 33 U.S.C. 1251 et seq., the Clean Air Act, 42 U.S.C. 7401 et seq., the Toxic Substances Control Act, 15 U.S.C. 2601 et seq., the Federal Insecticide, Fungicide, and Rodenticide Act, 7 U.S.C. 136 et seq., the Occupational Safety and Health Act, 29 U.S.C. 651 et seq., any and all regulations promulgated thereunder, and all analogous state and local counterparts or equivalents, including, without limitation, the Illinois Environmental Protection Act, 415 ILCS 511 et seq.. and the common law including treSpass and nuisance. If any Environmental Laws require the Contractor to file any notice or report of a release or threatened release of hazardous materials, special wastes or other contaminants on, under or about any premises used by Contractor to perform the Services required hereunder, the Contractor shall provide a copy of such report or notice to the City. In the event of a release or threatened release of hazardous materials, special waste or other contaminants into the environment or in the event any claim, demand, action or notice is made against the Contractor regarding the Contractor's failure or alleged failure to comply with any Environmental Laws, the Contractor must immediately notify the City in writing and will provide the City with copies of any written claims, demands, notices or actions so made. Contractor shall require all Subcontractors to comply with Environmental Laws. A. As part of its Compliance with All Laws, as set forth hereinabove, Contractor must observe and comply with, inter alia, all Environmental Laws and impose on all Subcontractors all requirements of all environmental Laws. No provision of this Contract limits, or is intended in any way to limit, Contractor?s obligation to observe and comply with all Laws, including but not limited to all Environmental Laws. By entering into this Contract, Contractor acknowledges that many Environmental Laws may apply to the Contract and to Contractor?s and Subcontractors' performance of the Work. By entering into this Contract, Contractor also acknowledges that US. EPA, US. DOT and other agencies of the federal, state and local governments have issued and are expected in the future to issue regulations, guidelines, standards, orders, directives, or other requirements that may affect the Contract or the Work. By entering into this Contract, Contractor acknowledges and agrees that if Contractor fails to comply with any Environmental Law, the City may terminate this Contract in accordance with the default provisions of this contract. By entering into this Contract, Contractor further acknowledges and agrees that such termination may adversely affect Contractor?s eligibility for future contract awards. B. Noti?cation of Environmental Claims and of Community Meetings and Media Involvement In the event of any claim, demand, action notice of violation or other notice of any kind by any person or any entity of any kind, whatsoever, against Contractor or any Subcontractor regarding Contractor?s or any Subcontractor's failure or alleged failure to comply with any Environmental Law (?Environmental Claim"), Contractor must notify the Chief Procurement Of?cer and Commissioner of the Chicago Department of Environment within twenty-four(24) hours of becoming aware of such Environmental Claim and must also submit a copy of any Environmental Claim to the Chief Procurement Of?cer and Commissioner of the Chicago Department of Environment within twenty-four(24) hours of receipt of same by Contractor or any Subcontractor. Contractor must provide evidence to the Chief Procurement Of?cer and Commissioner of the Chicago Department of Environment that any such Environmental Claim has been addressed to the satisfaction of its issuer or initiator or to the satisfaction of a court or administrative agency having jurisdiction with respect to the claim, demand, action notice of violation or other notice of any kind, or to the satisfaction of the Chief Procurement Of?cer and Commissioner of the Chicago Department of Environment. Speci?cation Number 91706, Collection and Processing of Blue Cart Materials from Households and City Facilities, Page 24 of 101 Contractor must notify the Chief Procurement Of?cer and Commissioner of the Chicago Department of Environment of any community meetings, media involvement or media coverage relating to: any release, alleged release, threatened release, or allegedly threatened release of any substance, matter or thing relating in any way to the Work under this Contract; any loading, transportation/hauling, treatment, storage, disposal or other handling of any materials, including but not limited to any Waste, under this Contract; or othenivise relating to any Environmental Laws or any charge or allegation of violation of or noncompliance with any Environmental Laws, in which Contractor or any Subcontractor is asked or invited to participate. The notice must be provided to the Chief Procurement Of?cer and Commissioner of the Chicago Department of Environment as early as possible before Contractor or any Subcontractor participates in any such community meetings, media involvement or media coverage. 0. Releases and Threatened Releases As part of or in addition to complying with all Laws. including but not limited to all Environmental Laws, as those terms are de?ned hereinabove, in the event of any release or threatened release of any material, including but not limited to Waste, and including but not limited to any Hazardous Waste or Special Waste, relating in any way to any of the Work under this Contract, regardless whether such release or threatened release is caused or contributed to by Contractor, any Subcontractor, or any other person or entity, Contractor must notify the Chief Procurement Of?cer and Commissioner of the Chicago Department of Environment and provide all pertinent information, including but not limited to the nature, scope, location and sources or causes of the release or threatened release and all actions taken, being taken and to be taken by Contractor and any Subcontractors with respect to the release or threatened release. lf Contractor or any Subcontractor is required pursuant to any Environmental Law to submit or ?le any notice or report of any kind to any person or entity relating to any release, alleged release, threatened release or allegedly threatened release of any substance, matter or thing relating in any way to any of the Work under this Contract, Contractor must provide a copy of such notice or report to the Chief Procurement Officer and Commissioner of the Chicago Department of Environment at the same time that Contractor or any Subcontractor submits or ?les the notice or report in accordance with the Environmental Law. D. Environmental Permits and Other Environmental Records and Reports. As part of or in addition to complying with all Laws, including but not limited to all Environmental Laws, as those terms are de?ned hereinabove, Contractor must show evidence of, and keep current throughout the term of this Contract, all permits, insurance certi?cates and other authorizations required by any federal, State, City or other governmental body or agency pursuant to any Environmental Law. When requested by the Chief Procurement Of?cer or Commissioner of the Chicago Department of Environment, Contractor must submit copies of any or all permits, insurance certi?cates and other authorizations required by any Environmental Law. Copies of all permits, insurance certi?cates and other authorizations that require periodic renewal must be forwarded to the Chief Procurement Of?cer and Commissioner of the Chicago Department of Environment throughout the duration of this Contract. By entering into this Contract, Contractor acknowledges and agrees that noncompliance with these requirements constitutes suf?cient cause for termination of this Contract and for declaring Contractor non- responsible in future bids. In addition to any and all other records and reports that are or may be required by any Environmental Laws, Contractor is required to prepare and maintain proper, accurate and complete records of accounts of all transactions related to the performance of this Contract, including but not limited to: 1. Vehicle maintenance records; 2. Safety and accident reports; 3. or OSHA manifests; Specification Number 91706, Collection and Processing of Blue Cart Materials from Households and City Facilities, Page 25 of 101 4. Disposal records, including but not limited to records showing the disposal site used, date, truck number and disposal weight, types of waste, bills of lading, manifests, or other con?rmatory receipts signed by a representative of accepting facility for each load of material; and 5. Permit documentation and all other documentation and transactions pertaining to all Environmental Laws. Handling of Materials As part of or in addition to complying with all Laws, including but not limited to all Environmental Laws, as those terms are de?ned hereinabove, Contractor is responsible for the proper, lawful handling, including but not limited to treatment, storage, transportation/hauling and disposal, of all Blue Cart Materials by Contractor and all Subcontractors. By entering into this Contract, Contractor acknowledges and agrees that treatment, storage, transportation/hauling, disposal or other handling by a Subcontractor or other third party does not relieve Contractor of its responsibility for proper treatment, storage, transportation/hauling, disposal and other handling of all Blue Cart Materials. As part of or in addition to complying with all Laws, including but not limited to all Environmental Laws, as those terms are defined hereinabove, all treatment, storage, transportation/hauling, disposal and other handling of Blue Cart Materials must be at a facility that is properly licensed and permitted in accordance with any and all Environmental Laws to accept and treat, store, transport/haul, dispose or othenivise handle the particular materials delivered to it in accordance with all Environmental Laws. As part of or in addition to complying with all Laws, including but not limited to all Environmental Laws, as those terms are de?ned hereinabove, before generating or in any way handling any Residual Material relating to the Work under this Contract, or allowing any Subcontractor to generate or handle any Residual Material, Contractor must identify to the Chief Procurement Of?cer, the Commissioner of the Chicago Department of Environment and the Commissioner of the Department of Streets and Sanitation all Facilities to which Contractor intends to deliver and/or dispose of any Residual Material. All facilities used by the Contractor shall meet the following requirements: 0 Facility shall have all applicable permits 0 Facility shall be in compliance with all applicable permits Contractor shall submit the list of facilities to the Chief Procurement Of?ce, the Commissioner of the Chicago Department of Environment and the Commissioner of the Department of Streets and Sanitation not less than 45 days prior to the delivery of such facility of Residual Material. The Commissioner of the Chicago Department of Environment must approve the facility in writing prior to taking the Residual Material to the facility. At any point in time, the Commissioner may disapprove the facility if the above conditions are not met. Contractor may not bring any Residual Material to any facility that does not meet the criteria described in this section. As part of or in addition to complying with all Laws, including but not limited to all Environmental Laws, as those terms are de?ned hereinabove, Contractor must upon request provide the Chief Procurement Of?cer or Commissioner of the Chicago Department of Environment or his designated representative with copies of all documents, including but not limited to load tickets, manifests, bills of lading, scale tickets, and permits and/or licenses, pertaining to any treatment, storage, transportation/hauling, disposal and other handling of any material by Contractor, any Subcontractor, or any Facility or other third party, that Contractor or any Subcontractor submits to, prepares for, or receives from any Facilities that Contractor uses in the course of its performance of and under this Contract. If any Facility that Contractor proposes to use does not possess all necessary, current, valid permits and/or licenses to accept the materials to be treated, stored or disposed of, then Contractor must replace the Facility submitted as part of its bid proposal at no additional cost to the City. if Contractor disposes of any materials, including but not limited to any Waste, at any site that is not properly permitted, Contractor, by entering into this Contract, acknowledges and agrees that it will be Speci?cation Number 91706, Collection and Processing of Blue Cart Materials from Households and City Facilities, Page 26 of 101 responsible for all costs associated with the removal of the materials to a properly licensed/permitted Facility and for any other costs, including but not limited to any civil or other penalties, damages, fees, charges, litigation costs, attorneys' fees, or other costs of any kind, whatsoever, that apply or may apply as a result of the application or enforcement of any Laws and any response thereto. As part of or in addition to complying with all Laws, including but not limited to all Environmental Laws, as those terms are defined hereinabove, Contractor must verify, in writing, whenever requested by the Chief Procurement Of?cer or Commissioner of the Chicago Department of Environment, that all materials that the Contractor or any Subcontractor generates or accepts from the City have been treated, transported/hauled, stored, disposed of or otherwise handled in compliance with all Environmental Laws. The form for identifying Contractor's Facilit(ies) and acknowledging terms and conditions relating thereto that Contractor has executed and attached to this Contract is incorporated by reference (Attachment In addition to the representations and requirements contained on Attachment B, Contractor acknowledges and agrees that unless otherwise authorized in writing by the Commissioner of the Chicago Department of Environment, Contractor must not use or continue to use any Facility identi?ed on Attachment that has been cited by any governmental agent or entity as being in violation of any Environmental Law or of any City ordinance of any kind, whatsoever; or (ii) does not have a legally required permit. If only one (1) Facility was identified on Attachment B, Contractor must arrange for a substitute Facility that meets the requirements speci?ed on Attachment and provide a revised Attachment to the Chief Procurement Of?cer and Commissioner of the Chicago Department of Environment before transporting/hauling or allowing the transport/hauling of any Blue Cart Material to any Facility. Contractor further acknowledges and agrees that any such substitution and any delay or activity of any kind relating to any such substitution is at no additional cost to the City, regardless of the reasons necessitating such substitution. F. Equipment and Environmental Control During Transport As part of or in addition to the requirement to observe and comply with all Laws, including but not limited to all Environmental Laws, as those terms are defined hereinabove, Contractor must transport/haul all Blue Cart Materials in vehicles and/or containers that comply with all Environmental Laws; and all equipment used to transport- any materials, including but not limited to Waste, must be designed and operated to prevent spillage, leakage, or other release of any kind during the transport operation. Also as part of or in addition to the requirement to observe and comply with all Laws, including but not limited to all Environmental Laws, as those terms are de?ned hereinabove, all equipment used by Contractor or any Subcontractor must fully comply with all Laws, including but not limited to all Laws pertaining to size, load weight, safety, and including but not limited to any Environmental Laws. G. Environmental Control in performing the Work, and as part or in addition to of the requirement to observe and comply with all Laws, including but not limited to all Environmental Laws, as those terms are de?ned hereinabove, Contractor must become thoroughly familiar with all Laws relating to, inter alia, the elimination of excessive noise and pollution of air, water, and soil due to construction and other operations. As part of or in addition to complying with all Laws, including but not limited to all Environmental Laws, as those terms are de?ned hereinabove, Contractor must employ all reasonable measures to reduce the noise of heavy construction equipment and to control and minimize any dust, smoke, and fumes from construction equipment and other operations on the Work site and any dirt and noise created by heavy truck operations over City streets. H. Environmental Protection The purpose of this subsection is to alert Contractor to some of the Environmental Laws that affect or may affect this Contract or Contractor?s or Subcontractors' performance of and under same. This subsection does not, and is not intended to, set forth all of the Laws or Environmental Laws with which Contractor must comply. By entering into this Contract, Contractor acknowledges and agrees that this subsection does not and is not intended in any way to limit Contractor?s obligation to comply with all Laws, including but not limited to all Environmental Laws, and with all other provisions of this Contract, in performing the Speci?cation Number 91706, Collection and Processing of Blue Cart Materials from Households and City Facilities, Page 27 of 101 Work. Some, but not all, of the major federal Laws that affect or may affect this Contract or Contractor?s or Subcontractors' performance of and under same, are: the National Environmental Policy Act of 1969, as amended, 42 USC 4321 et seq.; the Clean Air Act, as amended, 42 USC 7401 et seq. and scattered sections of 29 the Clean Water Act, as amended, scattered sections of 33 USC and 12 the Resource Conservation and Recovery Act, as amended, 42 USC 6901 et seq.; Toxic Substances Control Act, as amended, 15 USC ??2601 et seq., and the Comprehensive Environmental Response, Compensation, and Liability Act, as amended, 42 USC 9601 et seq. Contractor and Subcontractors must also comply with, inter alia, Executive Order No. 12898, ?Federal Actions to Address Environmental Justice in Minority Populations and Low?Income Populations," 59 Fed. Reg. 7629, Feb. 16, 1994; US. DOT statutory requirements on environmental matters at 49 USC 5324(b); Council on Environmental Quality regulations on compliance with the National Environmental Policy Act of 1969, as amended, 40 CFR Part 1500 et seq.; and US. DOT regulations, ?Environmental Impact and Related Procedures," 23 CFR Part 771 and 49 CFR Part 622. 1. Air Quality. As part of or in addition to complying with all Laws, including but not limited to all Environmental Laws, as those terms are de?ned hereinabove, Contractor must comply with all applicable standards, orders, rules or regulations issued pursuant to the Clean Air Act, as amended, 42 USC 7401, et seq. This includes, but is not limited to, compliance with applicable requirements of US. EPA regulations, ?Conformity to State of Federal Implementation Plans of Transportation Plans, Programs, and Projects Developed, Funded or Approved Under Title 23 USC or the Federal Transit Act," 40 CFR Part 51, Subpart and "Determining Conformity of Federal Actions to State or Federal Implementation Plans," 40 CFR Part 93; and National Emission Standards for Hazardous Air Pollutants (NESHAP), 40 CFR 61.145. As part of or in addition to complying with all Laws, including but not limited to all Environmental Laws, as those terms are de?ned hereinabove, Contractor further must report and require each Subcontractor at any tier to report any violation of these requirements resulting from any Contract implementation activity to the Chief Procurement Of?cer and Commissioner of the Chicago Department of Environment and the appropriate US. EPA Regional Of?ce. 2. Clean Water. As part of or in addition to complying with all Laws, including but not limited to all Environmental Laws, as those terms are de?ned hereinabove, Contractor must comply with all applicable standards, orders, rules or regulations issued pursuant to the federal Water Pollution Control Act, as amended, 33 USC 1251 et seq. As part of or in addition to complying with all Laws, including but not limited to all Environmental Laws, as those terms are de?ned hereinabove, Contractor further must report and require each Subcontractor at any tier to report any violation of these requirements resulting from any Contract implementation activity to the Chief Procurement Officer and Commissioner of the Chicago Department of Environment and the appropriate US. EPA Regional Of?ce. 3. List of Violating Facilities. Contractor acknowledges and agrees that any facility of any kind to be used in the performance of the Contract or to bene?t from the Contract must not be listed on the US. EPA List of Violating Facilities and as part of or in addition to complying with all Laws, including but not limited to all Environmental Laws, as those terms are de?ned hereinabove, Contractor must notify the Chief Procurement Of?cer and Commissioner of the Chicago Department of Environment if Contractor or any Subcontractor receives any communication from the US. EPA that any such facility is under consideration for inclusion on the List. Preference for Recycled Products. To the extent practicable and economically feasible and to the extent that it does not reduce or impair the quality of the Work, Contractor must use recycled products in performance of the Contract pursuant to US. Environment Protection Agency (US. EPA) guidelines at 40 CFR Parts 247-253, which implement section 6002 of the Resource Conservation and Recovery Act, as amended, 42 USC 6962. Waste Handling. As part of or in addition to complying with all Laws, including but not limited to all Environmental Laws, as those terms are de?ned hereinabove, Contractor must comply with all waste handling provisions set out in the Illinois Environmental Protection Act, 415 ILCS 511, et seq., the Illinois Speci?cation Number 91706, Collection and Processing of Blue Cart Materials from Households and City Facilities, Page 28 of 101 Administrative Code, and Chapters 7-28 and 11?4 of the Chicago Municipal Code. 2.56. SEVERABILITY If any provision of this Contract is held or considered to be or is in fact invalid, illegal, inoperative or unenforceable as applied in any particular case or in any jurisdiction or in all cases because it con?icts with any other provision or provisions of this Contract or of any constitution, statute, ordinance, rule of law or public policy, or for any other reason, those circumstances do not have the effect of rendering the provision in question invalid. illegal, inoperative or unenforceable in any case or circumstances, or of rendering any other provision or provisions in this Contract invalid, illegal, inoperative or unenforceable to any extent whatsoever. The invalidity, illegality, inoperativeness or unenforceability of any one or more phrases, sentences, clauses or sections in this Agreement does not affect the remaining portions of this Contract or any part of it. 2.57. FALSE STATEMENTS False statements made in connection with this Agreement, including statements in, omissions from and failures to timely update the EDS, as well as in any other affidavits, statements or contract documents constitute a material breach of the Agreement. Any such misrepresentation renders the Agreement voidable at the Option of the City, notwithstanding any prior review or acceptance by the City of any materials containing a such misrepresentation. In addition, the City may debar Contractor, assert any contract claims or seek other civil or criminal remedies as a result of a misrepresentation (including costs of replacing a terminated Contractor pursuant to Chicago Municipal Ordinance 1-21-010. 2.58. RIGHT TO OFFSET The City may offset any excess costs incurred by the City in the event of termination of this Contract for default or otherwise resulting from Contractor?s performance or non?performance under this Contract or if the City exercises any of the remedies available to it and any credits due to or overpayments made by the City, by use of any payment due for Services completed before the termination for default or before the exercise of any remedies. If the amount offset is insuf?cient to cover those excess costs, Contractor is liable for and must remit to the City the balance upon written demand for it. This right to offset is in addition to and not a limitation of any other remedies available to the City. 2.59. SHAKMAN ACCORD The City is subject to the May 31, 2007 Order entitled ?Agreed Settlement Order and Accord? (the ?Shakman Accord?) and the August 16, 2007:"City of Chicago Hiring Plan" (the ?City Hiring Plan") entered in Shakman v. Democratic Organization of Cook County, Case No 69 2145 (United State District Court for the Northern District of Illinois). Among other things, the Shakman Accord and the City Hiring Plan prohibit the City from hiring persons as governmental employees in non-exempt positions on the basis of political reasons or factors. Consultant is aware that City policy prohibits City employees from directing any individual to apply for a position with Consultant, either as an employee or as a subcontractor, and from directing Consultant to hire an individual as an employee or as a subcontractor. Accordingly, Consultant must follow its own hiring and contracting procedures, without being in?uenced by City employees. Any and all personnel provided by Consultant under this Agreement are employees or subcontractors of Consultant, not employees of the City of Chicago. This Agreement is not intended to and does not constitute, create, give rise to, or otherwise recognize an employer-employee relationship of any kind between the City and any personnel provided by Consultant. Consultant will not condition, base, or knowingly prejudice or affect any term or aspect of the employment of any personnel provided under this Agreement, or offer employment to any individual to provide services under this Agreement, based upon or because of any political reason or factor, including, without limitation, any individual?s political affiliation, membership in a political organization or party, political support or activity, political ?nancial contributions, promises of such political support, activity or financial contributions, or such individuals political sponsorship or recommendation. For purposes of this Agreement, a political organization or party is an identi?able group or entity that has as its primary purpose the support of or opposition to candidates for elected public of?ce. Individual political activities are the activities of individual persons in support of or in opposition to political organizations or parties or candidates for elected public of?ce. Specification Number 91706, Collection and Processing of Blue Cart Materials from Households and City Facilities, Page 29 of 101 In the event of any communication to Consultant by a City employee or City of?cial in violation of Section above, or advocating a violation of Section above, Consultant will, as soon as is reasonably practicable, report such communication to the Hiring Oversight Section of the City's Of?ce of the Inspector General, and also to the head of the relevant City Department utilizing services provided under this Agreement. 2.60. DEFAULT If the Contractor fails to begin the work under this contract within the time speci?ed, or fails to perform the work with suf?cient workmen and equipment or with suf?cient materials to insure the completion of said work within the speci?ed time, or shall perform the work in an unsatisfactory manner, or will neglect or refuse to remove materials or perform anew such work as shall be rejected as defective or unsuitable, or will discontinue the prosecution of the work, or if the Contractor shall become insolvent or be declared bankrupt, or shall commit any act of bankruptcy or insolvency, or will make an assignment for the bene?t of creditors, or from any other cause whatsoever shall not carry on the work in an acceptable manner, the Chief Procurement Of?cer will give notice in writing to the Contractor and his surety of such failure, delay, neglect, refusal, or default, specifying the same, and if the Contractor, within a period of ten (10) calendar days after such notice, will not proceed in accordance therewith, then the Chief Procurement Of?cer acting for and on behalf of the City will, upon receipt of a written certi?cate from the Commissioner of the fact of such failure, delay, neglect, refusal, or default and of the failure of the Contractor to comply with such notice, have full power and authority to declare the forfeiture of this contract, and to forfeit the rights of the Contractor in this contract, and the Chief Procurement Of?cer at his option may call upon the surety to complete the work in accordance with the terms of this contract or may have the City take over the work, including any or all materials and equipment on the ground as may be suitable and acceptable to the City and may complete the work by or on its own force account, or may enter into a new centract for the completion of the work, by or on its own force account, or may enter in a new contract for the completion of the work, or may use such other methods as in the opinion of the Commissioner will be required for the completion of the work in an acceptable manner. All costs and charges incurred by the City, together with the cost of completing the work, shall be deducted from any moneys due or which may become due on this contract. In case the expense so incurred by the City shall be less than the sum which would have been payable under this contract if it had been completed by the Contractor and had not been forfeited by the City, then the Contractor will be entitled to receive the difference, subject to any claims or liens thereon which may have been ?led with the City or any prior assignment ?led with it, and in case such expense will exceed the sum which would have been payable under this contract, the Contractor and the surety will be liable and shall pay to the City the amount of such excess. 2.61. EVENTS OF DEFAULT The following constitute events of default: Any material misrepresentation, whether negligent or willful and whether in the inducement or in the performance, made by Contractor to the City. Contractor's material failure to perform any of its obligations under this Agreement including the following: Failure to perform the Services with suf?cient personnel and equipment or with suf?cient material to ensure the timely performance of the Services; (ii) Failure to have and maintain all professional licenses required by law to perform the Services; Failure to timely perform the Services; (iv) Failure to perform the Services in a manner reasonably satisfactory to the Commissioner or the Chief Procurement Of?cer or inability to perform the Services satisfactorily as a result of insolvency, ?ling for bankruptcy or assignment for the bene?t of creditors; Failure to re-perform, as required, within a reasonable time and at no cost to the City, Services that are rejected as erroneous or unsatisfactory; (vi) Discontinuance of the Services for reasons within Contractor?s reasonable control; Speci?cation Number 91706, Collection and Processing of Blue Cart Materials from Households and City Facilities, Page 30 of 101 (C) 2.62. (vii) Failure to comply with Section 6.1 in the performance of the Agreement; Failure to update furnished in connection with this Agreement when the information or responses contained in it or them is no longer complete or accurate; (ix) Failure to comply with any other material term of this Agreement, including the provisions concerning insurance and nondiscrimination; and Any other acts speci?cally stated in this Agreement as constituting an act of default. Any change in ownership or control of Contractor without the prior written approval of the Chief Procurement Of?cer (when such prior approval is permissible by law), which approval the Chief Procurement Of?cer will not unreasonably withhold. Contractor's default under any other agreement it may presently have or may enter into with the City for the duration of this Agreement. Contractor acknowledges that in the event of a default under this Agreement the City may also declare a default under any such other agreements. Contractor=s violation of City ordinance(s) unrelated to performance under the Agreement such that, in the opinion of the Chief Procurement Of?cer, it indicates a willful or reckless disregard for City laws and regulations. Contractor=s failure to update its EDS to re?ect any changes in information, including changes in ownership, and to provide it to the City as provided under Section 6.1 REMEDIES Notices. The occurrence of any event of default permits the City, at the City's sole option, to declare Contractor in default. The Chief Procurement Officer may in his sole discretion give Contractor an opportunity to cure the default within a certain period of time, which period of time must not exceed 30 days unless extended by the Chief Procurement Of?cer. Whether to declare Contractor in default is within the sole discretion of the Chief Procurement Of?cer and neither that decision nor the factual basis for it is subject to review or challenge under the DiSputes provision of this Agreement. The Chief Procurement Of?cer will give Contractor written notice of the default, either in the form of a cure notice ("Cure Notice"), or, if no opportunity to cure will be granted, a default notice ("Default Notice?). if the Chief Procurement Of?cer gives a Default Notice, he will also indicate any present intent he may have to terminate this Agreement, and the decision to terminate is ?nal and effective upon giving the notice. If the Chief Procurement Officer decides not to terminate, this decision will not preclude him from later deciding to terminate the Agreement in a later notice, which will be ?nal and effective upon the giving of the notice or on the date set forth in the notice, whichever is later. The Chief Procurement Of?cer may give a Default Notice if Contractor fails to effect a cure within the cure period given in a Cure Notice. When a Default Notice with intent to terminate is given as provided in this Section 8.2 and Article 10, Contractor must discontinue any Services, unless otherwise directed in the notice, and deliver all materials accumulated in the performance of this Agreement, whether completed or in the process, to the City. Exercise of Remedies. After giving a Default Notice, the City may invoke any or all of the following remedies: The right to take over and complete the Services, or any part of them, at Contractor?s expense and as agent for Contractor, either directly or through others, and bill Contractor for the cost of the Services, and Contractor must pay the difference between the total amount of this bill and the amount the City would have paid Contractor under the terms and conditions of this Agreement for the Services that were assumed by the City as agent for Contractor under this Section 8.2; (ii) The right to terminate this Agreement as to any or all of the Services yet to be performed effective at a time speci?ed by the City; The right of speci?c performance, an injunction or any other appropriate equitable remedy; Specification Number 91706, Collection and Processing of Blue Cart Materials from Households and City Facilities, Page 31 of 101 (iv) The right to money damages; The right to withhold all or any part of Contractor's compensation under this Agreement; (vi) The right to deem Contractor non-responsible in future contracts to be awarded by the City; (vii) The right to declare default on any other contract or agreement Contractor may have with the City. City's Reservation of Rights. If the Chief Procurement Officer considers it to be in the City's best interests, he may elect not to declare default or to terminate this Agreement. The parties acknowledge that this provision is solely for the bene?t of the City and that if the City permits Contractor to continue to provide the Services despite one or more events of default, Contractor is in no way relieved of any of its responsibilities, duties or obligations under this Agreement, nor does the City waive or relinquish any of its rights. Non-Exclusivity of Remedies. The remedies under the terms of this Agreement are not intended to be exclusive of any other remedies provided, but each and every such remedy is cumulative and is in addition to any other remedies, existing now or later, at law. in equity or by statute. No delay or omission to exercise any right or power accruing upon any event of default impairs any such right or power, nor is it a waiver of any event of default nor acquiescence in it, and every such right and power may be exercised from time to time and as often as the City considers expedient 2.63. DISPUTES Except as otherwise provided in this Contract, Contractor must and the City may bring any dispute arising under this Contract which is not resolved by the parties to the Chief Procurement Of?cer for decision based upon the written submissions of the parties. (A copy of the ?Regulations of the Department of Procurement Services for Resolution of Disputes between Contractors and the City of Chicago". ls available in City Hall, 121 N. LaSalle Street, Room 301, Bid and Bond Room.) The Chief Procurement will issue a written decision and send it to the Contractor by mail. The decision of the Chief Procurement Of?cer is ?nal and binding. The sole and exclusive remedy to challenge the decision of the Chief Procurement Of?cer is judicial review by means of a common law writ of certiorari. 2.64. COMMITMENT REGARDING BUSINESS ENTERPRISES OWNED BY PEOPLE WITH DISABILITIES (BEPD) Policy and Terms It is the policy of the City of Chicago that businesses certi?ed as Business Enterprises owned by PeOpIe with Disabilities (BEPD) in accordance with Section 2-92-337 et seq. of the Municipal Code of Chicago. Regulations Governing Certification of Business Enterprises owned by People with Disabilities, and all other Regulations promulgated under the aforementioned sections of the Municipal Code; shall have the full and fair opportunities to participate fully in the performance of this Agreement. Therefore, the Bidder or Contractor shall not discriminate against any person or business on the basis of disability, and shall take af?rmative actions to ensure BEPDs shall have full and fair opportunities to compete for and perform subcontracts for supplies or services. Failure to carry out the commitments and policies set forth herein shall constitute a material breach of the Contract and may result in the termination of the Contract or such remedy as the City of Chicago deems appropriate. De?nitions For purposes of this section only, the following de?nitions apply: (1) ?Business Enterprises owned by People with Disabilities" or has the same meaning ascribed to it in section 2-92-586. (2) "Bid incentive? means an amount deducted, for bid evaluation purposes only, from the contract base bid in order to calculate the bid price to be used to evaluate the bid on a competitively bid contract. Speci?cation Number 91706, Collection and Processing of Blue Cart Materials from Households and City Facilities, Page 32 of 101 (3) "Construction project" has the same meaning ascribed to it in section 2-92?335. (4) ?Contract? means any contract, purchase order, construction project, or other agreement (other than a delegate agency contract or lease of real property or collective bargaining agreement) awarded by the City and whose costs is to be paid from funds belonging to or administered by the City. (5) "Contract base bid" means the total dollar amount a contractor bids on a contract without factoring any bid incentive or percentage reductions to the bid amount. (6) "Earned credit" means the amount of the bid incentive allocated to a contractor upon completion of a contract in which the contractor met or exceeded his or her goals for the utilization of BEPDs in the performance of the contract. (7) ?Earned credit certificate? means a certificate issued by the Chief Procurement Of?cer evidencing the amount of earned credit a contractor has been awarded. Commitments The Chief Procurement Of?cer shall award a bid incentive to Contractor for utilization of a BEPD as a prime contractor or subcontractor in accordance with the provisions of this section. The bid incentive shall be earned in the performance of the Contract, provided that the bid incentive earned in the performance of the Contract shall only be applied to a future contract. (1) Where not otherwise prohibited by federal, state, or local law, the Chief Procurement Of?cer shall allocate to any qualified bidder the following bid incentive for utilization of a BEPD as a prime contractor or subcontractor in the performance of the contract. of total dollar contract amount performed by BEPD Bid incentive 2 to 5% 1/2% of the contract base bid 6 to 10% 1% of the contract base bid 11% or more 2% of the contract base bid The bid incentive shall be calculated and applied in accordance with the provisions of this section. The bid incentive is used only to calculate an amount to be used in evaluating the bid. The bid incentive does not affect the contract price. (2) As part of the contract close-out procedure, if the Chief Procurement Of?cer determines that the Contractor has successfully met his or her BEPD utilization goals either as a prime contractor or with subcontractors, the Chief Procurement Of?cer shall issue an earned credit certi?cate that evidences the amount of earned credits allocated to the Contractor. The Contractor may apply the earned credits as the bid incentive for any future contract bid of equal or less dollar amount. The earned credit certi?cate is valid for three years from the date of issuance and shall not be applied towards any future contract bid alter the expiration of that period. The Contractor may apply the earned credit certi?cate on multiple future contract bids during the three?year period in which the certi?cate is valid, but may only receive one bid incentive for bid evaluation purposes on one contract award. If the Contractor applies the earned credit certi?cate on multiple contract bids and is the lowest responsive and responsible bidder on more than one contract bid, the earned credit certi?cate shall be applied to the contract bid ?rst to be advertised by the Department of Procurement Services, or if multiple contract bids were advertised on the same date, the earned credit certi?cate shall be applied only to the contract bid with the greatest dollar value. Speci?cation Number 91706, Collection and Processing of Blue Cart Materials from Households and City Facilities, Page 33 of 101 The Contractor shall maintain accurate and detailed books and records necessary to monitor compliance with this section and shall submit such reports as required by the Chief Procurement Of?cer, or the commissioner of the supervising department. Full access to the Contractor's and Subcontractor?s records shall be granted to the Chief Procurement Of?cer, the commissioner of the supervising department, or any duly authorized representative thereof. The Contractor and Subcontractors shall maintain all relevant records for a period of at least three years after ?nal acceptance of the work. The Chief Procurement Of?cer is authorized to adopt, promulgate and enforce reasonable rules and regulations pertaining to the administration and enforcement of this section. Speci?cation Number 91706, Collection and Processing of Blue Cart Materials from Households and City Facilities, Page 34 of 101 3. SPECIAL CONDITIONS 3.1. DOWNLOADABLE DOCUMENTS Bidder's that download a bid solicitation from the City of Chicago?s website: instead of obtaining the hard copy paper bid solicitation from the City of Chicago's Bid and Bond Room, the bidder is responsible for checking the City of Chicago?s website for clari?cations and/or addenda. Failure to obtain clari?cations and/or addenda from the City's website will not relieve the bidder from being bound by any additional terms and/or conditions in the clari?cation and/or addenda. The City will not be responsible for bidder?s failure to consider additional information contained therein in preparing the bid or proposal. Note: Multiple clari?cations and/or addenda may be issued in which the bidder is responsible for obtaining. If the bid solicitation was downloaded from the City of Chicago's website instead of picking it up in paper from the City of Chicago's Bid and Bond Room, the bidder MUST contact the City of Chicago, Department of Procurement Services, Bid and Bond Room at 312-744-9773 or by faxing a c0py of a business card (include e-mail address, Speci?cation No and RFQ No) at 312-744-5611 to register your company as a document holder for this bid solicitation. Any harm to the bidder resulting from such failure to obtain all necessary documents will not be valid grounds for a protest against award(s) made under this bid solicitation. 3.1. SUBMISSION OF BID FEE Bidder must submit with its bid a non-refundable "Bid Submittal Fee" in the amount of nine hundred dollars ($900.00) payable to the City of Chicago. The Submittal Fee must be submitted with the bid and must be in the form of a Certi?ed Check, Cashier?s Check or Money Order. The Certi?ed Check, Cashier?s Check or Money Order must be drawn on a bank doing business in the United States, and must be made payable to the order of the City of Chicago. CASH is NOT AN ACCEPTABLE FORM OF BID SUBMITTAL FEE. Failure to submit said Bid Submittal Fee with the bid at the time of Bid Opening will be cause for rejection of the bid for being non-responsive to this requirement. 3.2. PRE-BID CONFERENCE A Pre-Bid Conference will be held to answer questions regarding this speci?cation. Attendance is strongly encouraged but is not mandatory. Representatives from the Department of Environment will comprise the panel to respond to questions concerning the speci?cation. The Pre-Bid Conference will be held at 1:00 pm on Thursday, December 2. 2010, at the Department of Procurement Services, Bid Bond Room, City Hall, 121 N. LaSalle Street, Room 301, Chicago, Illinois at 2:00 as noted herein and speci?ed in the advertisement of the public notice in this speci?cation. Bidders must communicate only with the Department of Procurement Services. All questions or requests for clari?cation must be in writing, sent by email or fax at (312) 744-76790r by emailing sstewart@ciyofchicago.org directed to the attention of Stacy Stewart, Department of Procurement Services, Room 403, City Hall and must be received no later than 4:00 pm. Chicago time, on December 9, 2010. 3.3. QUANTITIES Any quantities shown herein are estimated quantities for phase 1 of the speci?cation. The City reserves the right to increase or decrease quantities ordered under this contract. Nothing herein will be construed as an intent on the part of the City to procure any Collection and Processing of Blue Cart Materials from Households and City Facilities other than those determined by the Department of Environment to be necessary to meet its needs. The City will only be obligated to order and pay for such quantities as are from time to time ordered, delivered and accepted on releases issued directly by the Department of Environment. Speci?cation Number 91706, Collection and Processing of Blue Cart Materials from Households and City Facilities, Page 35 of 101 3.4. BASIS OF AWARD Contract(s) will be awarded for Services for each Service Area, based on the Lowest Total Bid Price per group. One (1) Contract will be awarded per Service Area based on the lowest total bid price preposed by a responsive and responsible bidder meeting the terms and conditions of the specification. in each Service Area, each bid line's extended price will be determined by multiplying its estimated quantity by its unit price. The sum of the extended prices for all lines in a group will be the Total Bid Price for that Group. Bidders must quote all line items within each Service Areas but are allowed to bid on one (1) or more Service Areas. Bids submitted to the contrary will be considered incomplete, and as a result, will be rejected. Contractor may be awarded one (1) or more Service Area. The Contractor's bid pricing will incorporate any/all peripheral costs including, but not limited to the costs of transportation, training, guarantee, etc., required by the speci?cation. The Chief Procurement Of?cer reserves the right to award one (1) or more Contracts or reject any or all bids when, in the Chief Procurement Of?cer?s opinion, the best interest of the City will be served thereby. 3.5. CHICAGO BUSINESS PREFERENCE The Chief Procurement Of?cer will accept the lowest bid price or lowest evaluated bid price from a responsive and responsible Chicago business, provided that the bid does not exceed the lowest bid price or lowest evaluated bid price from a responsive and responsible non?Chicago business by more than two percent A Chicago business ("Chicago Business") is a business located within the corporate limits of the City, which has the majority of its regular, full?time work force located within the City, and is subject to City of Chicago taxes. Where all partners to a joint venture are Chicago Businesses, the joint venture shall be deemed to be a Chicago Business. Where not all partners to a joint venture are Chicago Businesses, such joint venture shall be considered a Chicago Business only if Chicago Businesses hold at least a ?fty percent interest in the venture. Chicago Businesses have a fifty percent interest in the joint venture only if the Chicago Business partners in the venture hold subcontracts equal to fifty percent or more of the amount of the 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 for the Chicago Business Preference. A joint venture bidder which fails to submit such information shall not be entitled to the Chicago Business Preference. The Chief Procurement Of?cer's determination of a bidder?s eligibility for the Chicago Business Preference shall be ?nal. 3.6. PARTICIPATION BY OTHER LOCAL GOVERNMENT AGENCIES Any contract pursuant to these speci?cations will be in accordance with all ordinances and/or resolutions concerning cooperative governmental purchasing under joint purchase agreement approved by the City Council (Journal of Proceedings, City Council, Chicago April 20, 1964, page 2589-2590, by the Cook County Board of Commissioners on April 9. 1965). Other local government agencies may be eligible to participate in this agreement pursuant to the terms and conditions of this Contract if such agencies are authorized, by law or their governing bodies, to execute such purchases, and if such authorization is allowed by the City of Chicago's Chief Procurement Of?cer, and if such purchases have no net adverse effect on the City of Chicago, and result in no diminished services from the Bidder to the City's user Speci?cation Number 91706, Collection and Processing of Blue Cart Materials from Households and City Facilities, Page 36 of 101 departments pursuant to such purchases. Examples of such Local Government Agencies are: Board of Education, Chicago Park District, City Colleges of Chicago, Chicago Transit Authority, Chicago Housing Authority, Chicago Board of Elections, Metropolitan Pier and Exposition Authority (McCormick Place, Navy Pier), and the Municipal Courts. Said purchases will be made upon the issuance of a purchase order directly from the Local Government Agency. The City will not be responsible for payment of any amounts owed by any other Local Government Agencies, and will have no liability for the acts or omissions of any other Local Government Agency. 3.7. COMPENSATION Compensation For each Billing Month the City will pay the Contractor the Service Fee set out in the proposal pages multiplied by the number of Residential Service Locations serviced by the Contractor, as full and complete compensation pursuant to the terms of this Agreement during such Billing Month, as detailed below: Phase 1 Area The Service Fee multiplied by the estimated number of Blue Carts as set out in the Proposal Pages in Section 14. Phase 2 Area The Service Fee multiplied by the actual number of Blue Carts deployed as determined during distribution of Blue Carts prior to the start of Service as described in Section 12 of the Detailed Speci?cations. Expansion Area The Service Fee multiplied by the actual number of Blue Carts deployed as determined during distribution of Blue Carts prior to the start of Service as described in Section 12 of the Detailed Speci?cations. Bidders must include all current City, State, and Federal taxes and fees associated with waste handling and disposal as of December 1, 2010 in this compensation. The Contractor will be paid the same Service Fee regardless of the location of the facility within the Service Area. Collection from City Facilities and the 200 additional City-designated collection points per Service Area is to be part of the Service Fee. City Facilities shall be serviced every two weeks but are not to be billed. We. Contractor must submit an invoice for the Services performed in any month within 8 days after the ?rst day of the next succeeding month. The invoice shall detail the number of Service Locations, and contain such supporting documentation as the Commissioner requires, to enable the Commissioner to ascertain performance of the accuracy of the invoice Adjustments for In?ation The original bid prices for labor rates are to be valid and ?rm for the initial twelve (12) months of the eighty-four (84) month contract period beginning with the start date of the Contract. Beginning on the date after the initial twelve (12) months the Contractor may request an increase to the labor rates, based on the prevailing wage rate at the time of - escalation request. Beginning on the date after the initial eighty-four (84) month term, and for each twelve (12) month anniversary thereafter, subject to acceptable performance by the Contractor and contingent upon the appropriation of suf?cient funds for the procurement of the services provided for in this Contract, annual labor rate, may be made after receipt of written request from the Contractor made no later than thirty (30) calendar days after the expiration of each such twelve (12) month period. If Contractor does not request a price adjustment within such thirty (30) calendar day period, Contractor will not be entitled to a price adjustment for the upcoming year. The Contractor's unit prices will be adjusted "New Contract Price(s)" by an amount of no more than two percent per year, for each additional twelve (12) month period. The Contractor will be required to furnish supporting documents to verify the new rates and the effective date of the change and to furnish a certi?ed statement or af?davit which is to state information requested by the Chief Procurement Of?cer to verify the rate change. Any labor rate adjustments will be made in the form of a contract modi?cation signed by the City and the Contractor. If approved by the Chief Procurement Of?cer, a properly executed contract modi?cation must be signed by the Speci?cation Number 91706, Collection and Processing of Blue Cart Materials from Households and City Facilities, Page 37 of 101 Contractor and the City to re?ect the price change and the effective date for the change. Original bid prices are in effect until the modi?cation has been fully executed and released to the Contractor unless the modi?cation speci?es an effective date for the agreed upon price change. Any service provided by the Contractor at the new labor rate, without a properly executed contract modification signed by the Chief Procurement Of?cer, is made at the Contractor's risk. Consequently, in the event such modi?cation is not executed by the City, the Contractor releases the City from any liability whatsoever to pay for services rendered at the labor wage rate. The Service Fee will be subject to adjustment, upward or downward, on April 1 of each year during the Contract Term, beginning with April 1, 2012, on account of a Change in Law. Requests for such adjustments must be submitted by Contractor to the City with acceptable supporting documentation by January 31of each Calendar Year. Adjustments to the Service Fee will not be valid or binding unless approved in writing by the Commissioner and the Chief Procurement Of?cer. 3.8. FULL COMPENSATION FOR COLLECTION AND PROCESSING OF BLUE CART MATERIAL The Service Fee constitutes full compensation for the Services hereunder. No such fees will be payable with respect to any materials not disposed of by contractor. 3.9. CALCULATION OF MBEIWBE COMMITMENT For purposes of calculating bidder's percentage of Minority Business Enterprise (MBE) and/or Women Business Enterprise (WBE) dollar commitment toward the minimum goal of 9% MBE and 3% WBE participation as stated in the Special Condition Regarding Minority Business Enterprise and Women Business Enterprise, the estimated amount of the bidders total bid price will be used to calculate the actual dollar commitment to each MBE and/or WBE ?rm listed on your Schedule Goal Implementation Plan. If at the end of this contract, the actual dollar value is below the estimated value, the City will consider adjustments to your MBEIWBE plan which are proportionate to the actual dollar value of this contract. The Contractor will, not later than thirty (30) calendar days from the award of a contract by the City, execute formal contracts or purchase orders with the MBEs and WBEs included in their approved MBENVBE Utilization Plan. These written agreements shall be made available to the Chief Procurement Of?cer upon request. During the term the contract, the Contractor will submit MBENVBE Utilization Reports, a copy of which is attached. The frequency with which these reports are to be submitted will in no case be less often than on a quarterly basis. In the absence of written notice from the Chief Procurement Of?cer the contractors ?rst MBENVBE Utilization Report will be due ninety (90) calendar da 5 after the date of contract award and re will be due monthl thereafter. MBENVBE Utilization Reports are to be submitted directly to: Department of Procurement Services, Division of Contract Monitoring and Compliance, City Hall, Room 400, 121 N. LaSalle Street, Chicago, Illinois 60602. (NOTICE: Do not submit invoices with Utilization Reports.) Final payments may be held until the Utilization Reports have been received. The City of Chicago's Department of Procurement Services, Contract Compliance Administrator will be entitled to examine, on ?ve (5) business days notice, the Contractors books and records including without limitation payroll records, tax returns and records, and books of account, to determine whether the contractor is in compliance with its commitment to participation 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. 3.10. CONTRACT DOCUMENTS TO BE COMPLETED BY BIDDER Bidder must fully complete, sign, notarize and submit as part of your proposal the following documents incorporated herein: 1. Schedule B: Af?davit of Joint Venture (MBENVBE) (if applicable). 2. Schedule C-1: Letter of Intent from to Perform as Sub-contractor, Supplier and/or Consultant. 3. Schedule D-1: Af?davit of MBENVBE Goal Implementation Plan. Specification Number 91706, Collection and Processing of Blue Cart Materials from Households and City Facilities, Page 38 of 101 Proposal Pages. Bid Data Pages Contractor?s Af?davit Regarding Identi?cation of Material Recovery Facilities Economic Disclosure Statement and Af?davit. Af?davit of Chicago Business. Proposal Execution Page, as applicable (Corporation, Partnership, Sole Proprietorship). 10. City of Chicago Insurance Certi?cate of Coverage. NOTE: BIDDER MUST ACKNOWLEDGE RECEIPT OF A FULL SET OF CONTRACT DOCUMENTS AND ANY ADDENDA AT THE TOP OF THE PROPOSAL EXECUTION PAGE. 3.11. PURCHASE ORDER RELEASES Requests for Collection and Processing of Blue Cart Materials from Households and City Facilities in the form of Purchase Order Releases will be issued by the Department of Environment and sent to the Contractor to be applied against the contract. The Contactor must not honor any order(s) or make any deliveries of Collection and Processing of Blue Cart Materials from Households and City Facilities without receipt of a Purchase Order Release issued by the City of Chicago. Any Collection and Processing of Blue Cart Materials from Households and City Facilities provided by the Contractor without a Purchase Order Releases, is made at the Contractor's risk. Consequently, in the event such Purchase Order Release is not provided by the City, the Contractor releases the City from any liability whatsoever to pay for any Collection and Processing of Blue Cart Materials from Households and City Facilities provided without said Purchase Order Release. Purchase Order Releases will indicate quantities ordered for each line item, unit/total cost, shipping address, delivery date, fund chargeable information, catalog information and other pertinent instructions regarding delivery. 3.12. PAYMENT The City will process payment within sixty (60) calendar days after receipt of invoices and Subcontractor Payment Certi?cation forms completed in accordance with the terms herein, and all supporting documentation necessary for the City to verify the Collection and Processing of Blue Cart Materials from Households and City Facilities provided under this contract. The City will not be obligated to pay for any Collection and Processing of Blue Cart Materials from Households and City Facilities that was not ordered with a Purchase Order Release or that are non-compliant with the terms and conditions of these speci?cations. Any equipment, parts and/or services which fail tests and/or inspections are subject to correction, exchange or replacement at the cost of the Contractor. 3.13. CONTRACT PERIOD The contract will begin on or about and continue through unless terminated prior to this date according to the terms of Termination paragraph, or extended as rovid for herein. The City will establish and enter the above start and expiration dates at the time of formal award and release of this contract unless negotiated prior to release of the contract. The start date will be no later than the ?rst 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 of the eighty-fourth full calendar month after the established start date. 3.14. CONTRACT EXTENSION OPTION This Contract will be in effect for the dates indicated herein for the eighty-four (84) month contract period. The Chief Speci?cation Number 91706, Collection and Processing of Blue Cart Materials from Households and City Facilities, Page 39 of 101 Procurement Of?cer may exercise the City's right to extend this Contract following the expiration of the base contract term for up to eighty?four (84) months, subject to acceptable performance by the Contractor and contingent upon the appropriation of suf?cient funds for the procurement of services provided for in this Contract. No less than ninety (90) calendar days before the expiration of the then current contract term, the Chief Procurement Of?cer will give the Contractor notice of the City's intent to exercise its option to renew the Contract for the approaching Option period. The date on which the Chief Procurement Of?cer gives notice is the date the notice is mailed, if it is mailed, or the date the notice is delivered, if sent by courier or messenger service. With the same amount of notice as for options, the City reserves the right to extend the contract period for a period of no more than one hundred eighty-one (181) calendar days, either in lieu of exercising an option period or following the exhaustion of all option periods, for the purpose of providing continuity of service while procuring a replacement contract. 3.15. ACCEPTANCE It is understood and agreed by and between the parties hereto, that the initial acceptance and inspection of any Service will not be considered a waiver of any provision of these specifications and will not relieve the Contractor of its obligation to provide satisfactory Collection and Processing of Blue Cart Materials from Households and City Facilities which conforms to the speci?cations, as shown by any test or inspections for which provisions are herein othenivise made. Failure of the Contractor to familiarize himself/herself with all requirements of the Contract Documents will not relieve him/her from complying with all of the provisions thereof. 3.16. MODIFICATIONS AND AMENDMENTS No change, amendment or modi?cation of this Agreement, or any part hereof, is valid unless stipulated in writing and signed by the parties hereto, or their respective agents representatives. 3.17. DEEMED INCLUSION Provisions required by law, ordinances, rules, regulations, or executive orders to be inserted in the Contract are deemed inserted in the Contract whether or not they appear in the Contract or, upon application by either party, the Contract will be amended to make the insertion; however, in no event will the failure to insert the provisions before or after the Contract is signed prevent its enforcement. 3.18. NON-APPROPRIATION if no funds or insufficient funds are appropriated and budgeted in any ?scal period of the City for payments to be made under this contract, then the City will notify the Contractor of that occurrence and this contract shall terminate on the earlier of the last day of the ?scal period for which suf?cient 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. 3.19. TERMINATION The City may terminate this contract or all or any portion of the contract, at any time by a notice in writing from the City to the Contractor. The City will give notice to the Contractor. The effective date of termination will be the date the notice is received by the Contractor or the date stated in the notice, whichever is later. If the City elects to terminate the contract in full, all services to be provided under it must cease and all materials that may have been accumulated in performing this contract whether completed or in the process, must be delivered to the City within ten (10) calendar days after the effective date stated in the notice. After the notice is received, the Contractor must restrict its activities, and those of its subcontractors to winding down Speci?cation Number 91706, Collection and Processing of Blue Cart Materials from Households and City Facilities, Page 40 of 101 any activities previously begun. No costs incurred after the effective date of the termination are allowed. Payment for any services actually and satisfactorily performed before the effective date of the termination is on the same basis as set forth in the Payment clause and as outlined in the Proposal page, but if any compensation is described or provided for on the basis of a period longer than ten (10) calendar days, then the compensation must be prorated accordingly. No amount of compensation, however, is permitted for anticipated pro?ts on unperformed services. The payment so made to the Contractor is in full settlement for all services satisfactorily performed under this contract. Contractpr disputes the amount of compensation determined by the City to be due ContractorI then the Contractor must initiate dispute settlement procedures in accordance with the Disputes provision in the General Conditions. If the City's election to terminate this contract for default pursuant to the Default provision in the General Conditions is determined in a court of competent jurisdiction to have been wrongful, then in that case the termination is to be deemed to be an early termination pursuant to this Termination provision. Speci?cation Number 91706. Collection and Processing of Blue Cart Materials from Households and City Facilities, Page 41 of 101 4. CONTRACTORS INSURANCE The Contractor must provide and maintain at Contractor's own expense, until Contract completion and during the time period following completion if Contractor is required to return and perform any additional work, the insurance coverages and requirements speci?ed below, insuring all operations related to the ContractINSURANCE TO BE PROVIDED Workers Compensation and Employers Liabilitv Workers Compensation 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 $1,000,000 each accident, illness or disease. Commercial General Liability (Primary and Umbrella) Commercial General Liability insurance or equivalent with limits of not less than $10,000,000 per occurrence for bodily injury, personal injury, and property damage liability. Coverages must include the following: All premises and operations, products/completed operations, explosion, collapse, underground, separation of insureds, defense, and contractual liability (not to include Endorsement CG21 39 or equivalent). The City of Chicago is to be named as an additional insured on a primary, non-contributory basis for any liability arising directly or indirectly from the work. Subcontractors performing work for the Contractor must maintain limits of not less than $1,000.000 with the same terms herein. Automobile Liability (Primary and Umbrella) When any motor vehicles (owned, non-owned and hired) are used in connection with work to be performed, the Contractor must provide Automobile Liability Insurance with limits of not less than $10,000.000 per occurrence for bodily injury and property damage. Coverage extension must include an M08 endorsement where required by the Motor Carrier Act of 1980. The City of Chicago is to be named as an additional insured on a primary, non- contn'butory basis. Subcontractors performing work for the Contractor must maintain limits of not less than $1,000,000 with the same terms herein. Pollution Legal Liability Pollution Legal Liability insurance must be provided or cause to be provided, covering bodily injury, property damage and other losses caused by pollution conditions that arise from the Contract scope of services with limits of not less than $5,000,000 per occurrence. Coverage must include completed operations, contractual liability, defense, excavation, environmental cleanup, remediation and disposal. When policies are renewed or replaced, the policy retroactive date must coincide with or precede, start of work on the Contract. A claims-made policy which is not renewed or replaced must have an extended reporting period of two (2) years. The City of Chicago is to be named as an additional insured. Contractors Pollution Liabiliy When any remediation work is performed which may cause a pollution exposure, Contractors Pollution Liability must be provided or cause to be provided, covering bodily injury, property damage and other losses caused by pollution conditions that arise from the Contract scope of services with limits of not less than $5,000,000 per occurrence. Coverage must include completed operations, contractual liability, defense, excavation, environmental cleanup, remediation and disposal. When policies are renewed or replaced, the policy retroactive date must coincide with or precede start of work on the Contract. A claims-made policy which is not renewed or replaced must have an extended reporting period of two (2) years. The City of Chicago is to be named as an additional insured. Speci?cation Number 91706, Collection and Processing of Blue Cart Materials from Households and City Facilities, Page 42 of 101 6) Property The Contractor is responsible for any damage to City property at replacement cost that results from the Contract. The Contractor is resPonsible for all loss or damage to personal property (including materials, equipment, tools and supplies) owned, rented or used by Contractor. B. ADDITIONAL REQUIREMENTS The Contractor must furnish the City of Chicago, Department of Procurement Services, City Hall, Room 403, 121 North LaSalle Street, Chicago IL 60602, original Certi?cates of Insurance, or such similar evidence, to be in force on the date of this Contract, and Renewal Certi?cates of Insurance, or such similar evidence, if the coverages have an expiration or renewal date occurring during the term of this Contract. The Contractor must submit evidence of insurance on the City of Chicago Insurance Certi?cate Form (copy attached) or equivalent prior to Contract award. The receipt of any certi?cate 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. certi?cate are in compliance with all Contract requirements. The failure of the City to obtain certi?cates or other insurance evidence from Contractor is not a waiver by the City of any requirements for the Contractor to obtain and maintain the speci?ed coverages. The Contractor must advise all insurers of the Contract provisions regarding insurance. Non-conforming insurance does not relieve Contractor of the obligation to provide insurance as speci?ed herein. Nonfulfillment of the insurance conditions may constitute a violation of the Contract, and the City retains the right to stop work until proper evidence of insurance is provided, or the Contract may be terminated. The insurance must provide for 60 days prior written notice to be given to the City in the event coverage is substantially changed, canceled, or non-renewed. Any deductibles or self insured retentions on referenced insurance coverages must be borne by Contractor. The Contractor hereby waives and agrees to require their insurers to waive their rights of subrogation against the City of Chicago, its employees, elected of?cials, agents, or representatives. The coverages and limits furnished by Contractor in no way limit the Contractor's liabilities and responsibilities speci?ed within the Contract or by law. Any insurance or self insurance programs maintained by the City of Chicago do not contribute with insurance provided by the Contractor under the Contract. The required insurance to be carried is not limited by any limitations expressed in the indemnification language in this Contract or any limitation placed on the indemnity in this Contract given as a matter of law. if Contractor is a joint venture or limited liability company, the insurance policies must name the joint venture or limited liability company as a named insured. The Contractor must require all subcontractors to provide the insurance required herein, or Contractor may provide the coverages for subcontractors. All subcontractors are subject to the same insurance requirements of Contractor unless otherwise speci?ed in this Contract. If Contractor or subcontractor desire additional coverages, the party desiring the additional coverages is responsible for the acquisition and cost. Notwithstanding any provisions in the Contract to the contrary, the City of Chicago Risk Management Department maintains the right to modify, delete, alter or change these requirements. Speci?cation Number 91706, Collection and Processing of Blue Cart Materials from Households and City Facilities, Page 43 of 101 4.1. INSURANCE CERTIFICATE OF COVERAGE Named Insured: Speci?cation 87842 Address: RFQ (Number and Street) Project Name: Collection and Processing of Blue Cart . Materials from Households and City Facilities (City) (State) (ZIP) Purchase Order Description of Operation/Location The insurance policies and endorsements indicated below have been issued to the designated named insured with the policy limits as set forth herein covering the operation described within the Contract involving the named insured and the City of Chicago. The Certi?cate issuer agrees that in the event of cancellation. non-renewal or material change involving the indicated policies, the issuer will provide at least sixty (60) days prior written notice of such change to the City of Chicago at the address shown on this Certi?cate. This certi?cate is issued to the City of Chicago in consideration of the Contract entered into with the named insured. and it is mutually understood that the City of Chicago relies on this certi?cate as a basis for continuing such agreement with the named insured: Policy Expiration Limits of Liability Type Of lnsuEnce Insurer Name Number Date All Limits in Thousands General Liability Claims made[ Occurrence CSL Per Premises-Operations Occurrence Explosion/Collapse Underground ]Products/Completed-Operations General ]Blanket Contractual Aggregate ]Broad Form Property Damage Independent Contractors Products/Completed ]Personal Injury Operations Pollution Aggregate 3; Automobile Liability CSL Per Occurrence Excess Liability Umbrella Liability Each Occurrence Worker's Compensation and Employer's Liability Statutory/Illinois Employers Liability Builders Risk/Course of Construction Amount of Contract Professional Liability 35 Owner Contractors Protective 5 Other a) Each Insurance policy required by this agreement, excepting policies for worker's compensation and professional liability. will read: ?The City of Chicago is an additional insured as respects operations and activities of, or on behalf of the named insured, performed under contract with or permit from the City of Chicago.? b) The General. Automobile and Excess/Umbrella Liability Policies described provide for severability of Interest (cross liability) applicable to the named insured and the City. c) Workers Compensation and Property Insurers shall waive all rights of subrogation against the City of Chicago. d) The receipt of this certi?cate by the City does not constitute agreement by the City that the insurance requirements in the Contract have been fully met, or that the insurance policies indicated by this certi?cate are in compliance with all contract requirements. Name and Address of Certi?cate Holder and Recipient of Notice Signature of Authorized Rep, Certi?cate Holder/Additional Insured Agency/Company: City of Chicago Department of Procurement Services Address: 121 N. LaSalIe St, #403 Chicago. IL 60602 Telephone: For City use only Name of City Department requesting certi?cate: (Using Dept): Address: ZIP Code: Attention: Speci?cation Number 91706. Collection and Processing of Blue Cart Materials from Households and City Facilities, Page 44 of 101 INSURANCE CER Named mittens. Waste Management IL 12I2812010 .. . TIFECATE 9F COVERAGE Speci?cation 573'? Address: . 1500 Hoo'fm?g?nd Siren 1? RFQ No.: Ch:g?go iL 15mm 6003:}? (attention and Wu: or am an from Handrails and City 5 Dosorbiion atonement}: aeolian 'i'helnsurance policies and endorsements indicated beiow have been issued to the designated named theme with the policy Emits asset torth - named insured and the thoi Chicago. The Certi?cate issuer agrees non-renewal or material chan a to the City of Chicago at the entered into with the named that in the event at cancellation. prior written notice otsuch chong in consideration at the contract he contract Invotving the provide at least sixty {60) days a City at Chicago as the Indicated poiicies. the issuerwilt address shown on this Certi?cate. insured. and it is mutually understood that the City of Chic ed certificate as a basis for continui such a omen! with the named insur Poiicy Expiration Umits of liability oft ura i ur ns nce ns am Number Date General Liobtiity CSL Per 1 Claims made lxi Occurrence Occurrence 5 5.000.000 ix} Premises?Operations [xl ACE ?"3003" H00625524937 1M ,2012 Generai Underground insurance 00mm? Aggregate 6.000.000 ix] Products/Compieted- Operations Products/Completed x] Blanket Contractual Operations ?xi Broad Form Property Damage Aggregate 6.000.000 [xi Independent Contractors [xi Personal injury I 1 Pollution Excluded Automobiie liability ACE American MMTH08531463 1 ,1 ,2012 CSL Per Insurance Company Occurrence 5 1.000.000 ix! Excess Liobiilv ACE Property as 12012 Each Umbrelia Liability Casualty ins Co Occurrence 5 15.000.000 Workers Compensation and Indemnity lnsumnce WLRC46469768 1 ,1 ,2012 statutory/Hinds Employer's Ltab?ity Co of ?my, mm Employers Liability 3,000,000 Builders Risk/Course of NIA Amount of Contract Professional Liab?ity NIA Owner Contractors Protective MIA 3; Si ther Exam M, new? 935mm? ?mama XTRH00631475 1/1/2012 tagging; 5 9.000.000 Each Insurance polcy required by this agreement. excepting policies tar worker's compensation and prolessionat Iobltity. wiilreod: ?the City at at Chicago Is an additional insured a permit tram the City at Chicago! The General. Automobile and Excess/Umbrella Liabilty Poic bi named insured and the City. c] Workers Compensation and Property insurer: sholiwarze oil a) the receipt at its: certified tot-'9? mast. or that ti re Name and Address of Certificate Holder and Recipient of Notice Certi?cate Holder/Additional insured City at Chicago, I2i N. LaSaile st. 403 Department of Procurement Services Chicago. iL 60602 respects operations and activities at. or on behalf of the named to by the City does not aorta-Jule agreement by the City that the colic-res indi'coicd by this certi?cate ate In comgiiance faith-ail coats; insured. periormed undorcontraci with or to: described provide tor of interest [cross tiabiity) applicable to the rights orsubrooation against the City at Chicago, requirements in the contract have been ?1 insurance at reauirame?nts Signature of Authorized Rep. ., AgenCY/Company; Lor'tcon pdr?gpnnie s. Address 5847 Sen Feline. Suits: 32?, Houston. TX i400! Tehphone 7 ?l J'dfh?J' Subject to policy terms. conditions and exclusions. Where and to the extent required by written contract. Commerciai General Liability Form ISO CG 00 01 12 07 Form Approved: OMB No. 2125-0074 . ENDORSEMENTFOR MOTOR CARRIER POLICIES OF INSURANCE FOR PUBLIC LIABILITY UNDER SECTIONS 29 AND so OF THE MOTOR CARRIER ACT OF 1980 Issued to WI: of 1:99 North higher greet thggo. IL 60622 Dated at TX this gamete); of Fegmag. 2911 Amending Policy No. (Primary) MMT H08631463 I (Excess) XT H08631475 Effective Date Name of Insurance Company Telephone Number 215-540-4555 by Authorized Company Representative The policy to which this endorsement is attached provides primary or excess Insurance. as Indicated by for the limits shown: This Insurance Is primary and the company shall not be liable for amounts In excess of $1 .mopog for each accident. This insurance is excess and the company shall not be liable for amounts in excess of 9.900.000 for each accident In excess of the underlying limit of SW for each accident. Whenever required by the Federal Highway Administration (FHWA) or the Interstate Commerce Commission (ICC). the company agrees to furnish the FHWA or the ICC a duplicate of said poliw and all its endorsements. The company also agrees. upon telephone request by an authorized representative of the FHWA or the ICC. to verify that the policy is in force as of a particular date. The telephone numberto call is: 713458-5200 Cancellation of this endorsement may be effected by the company or the insured by giving (1) thirty-?ve (35) days notice in writing to the other party (said 35 days notice to commence from the date the notice is mailed. proof of mailing shall be sufficient proof of notice). and (2) if the insured Is subject to the ICC's jurisdiction. by providing thiIty (30) days notice to the ICC (said 30 days notice to commence from the date the notice Is received by the ICC at its of?ce In Was hington. D.C.). DEFINITIONS AS USED IN THIS ENDORSEMENT damage. or destruction of natural resources arising out of the accidental discharge. dispersal. release. or escape into or upon the land. atmosphere. watercourse. or body of water. of any commodity transported by a motor carrier. This shall include the cost of removal and the cost of necessary measures taken to minimize or mitigate damage to human health. the natural environment. ?sh. shell?sh. and wildlife. PROPERTY DAMAGE means damage to or loss of use of property. PUBLIC LIABILITY means liability for bodily injury. environmental restoration. ACCIDENT includes continuous or repeated exposure to conditions which results In bodily Injury. property damage. or environmental damage which Ihe Insured neither expected norintended. MOTOR VEHICLE means a land vehicle. machine. truck. tractor. trailer. or semitrailer propelled or drawn by mechanical power and used on a highway for transporting property. or any combination thereof. BODILY INJURY means injury to the body. sickness. or disease to any persan. including death resulting from any of these. ENVIRONMENTAL RESTORATION means restitution for the loss new property damage. and thereof, shall relieve the company from liability or from the payment of any final judgment. within the of liability herein described. irrespective of the ?nancial condition. Insolvency or bankruptcy of the insured. However. all terms. conditions. and lirnitatlons In the policy to which the endorsement is attached shall remain In full force and effect as binding between the Insured and the company. The Insured agrees to reimburse the company for any payment made by the company on account of any accident. claim. or suit Involving a breach of the terms of the policy. and for any payment that the company would not have been obligated to make under the provisions of the policy except for the agreement contained in this endorsement. It is further understood and agreed that. upon failure of the company to pay any ?nal judgment recovered against the insured as provided herein. the judgment creditor may maintain an action In any court of competent jurisdiction against the company to compel such payment. The insurance policy to which this endorsement is attached provides automobile liability insurance and is amended to assure compliance by the insured. within the limits stated herein. as a motor carrier of property. with Sections 29 and 30 of the Motor Carrier Act of 1980 and the rules and regulations of the Federal Highway Administration and the Interstate Commerce Commission (ICC). In consideration of the premium stated in the policy to which this endorsement ls attached. the insurer (the company) agrees to pay. within the limits of liability descnbed herein. any ?nal judgment recovered against the insumd for pubiic liability resulting from negligence in the operation. maintenance or use of motor vehicles subject to the ?nancial responsibility requirements of Sections 29 and 30 of the Motor Carrier Ad of 1980 regardless of whether or not each motor vehicle is speci?cally described in the policy and whether or not such negligence occurs on any route or in any territory authorized to be served by the insured or elsewhere. Such Insurance as Is afforded. for public liability. does not apply to Injury or death of the lnsured's employees while engaged in the course of their employment. or property transported by the insured. designated as cargo. It is understood and agreed that no condition, provision. stipulation. or limitation. contained in the policy. this endorsement. or any other endorsement thereon. or violation The Motor Carrier Act of 1980 requires limits of ?nancial responsibility accordln The limits of the company's liability for the amounts prescribed in this endorsement apply separately. to each accident. and any payment under the policy because of any one accident shall not operate to reduce the liability of the company for the payment of ?nal judgments resulting from any other accident 9 to the type ofcarriage and commodity transported by the motor carrier II is the MOTOR obligation to obtain the required limits of ?nancial responsibil . THE SCHEDULE OF LIMITS SHOWN ON THE REVERSE SIDE DOES NOT PROVIDE COVERAGE. The limits shown in the schedule are forinfomtation purposes only. Form MOS-90 (1) (2) (3) (4) Note: The type of carriage listed under (1), (2), and (3) applies to vehicles with a 10,000 pounds or more. The type of carriage listed under number (4) applies to all veh Type of Carriage For hire (in interstate or foreign commerce). For hire and Private (in interstate, foreign, or intrastate commerce). For hire and Private (in interstate, foreign commerce: in any quantity) or (in intrastate commerce: in bulk only). For hire and Private (in interstate or foreign commerce). rating of less than 10,000 pounds. (1) (2) SCHEDULE OF LIMITS Public Liability Commodity Transported Property (nonhazardous). Hazardous substances transported in cargo tanks. or hopper-type vehicles with capacities in excess of 3.500 water gallons; or in bulk Class A or explosives, poison gas (Poison A). lique?ed compressed gas; or highway route controlled quantity radioactive materials. Oil listed in 49 CFR 172.101. hazardous waste. hazardous materials, and hazardous substances de?ned in 49 CFR 171.8 and listed in 49 CFR 172.101, but not mentioned in (2) above or (4) below. Any quantity of Class A or explosives, any quantity of poison gas (Poison A), or highway route controlled radioactive materials. SCHEDULE OF LIMITS Public Liability Minimum Insurance 750.000 5,000,000 1.000,000 5,000,000 gross vehicle weight rating of icies with gross vehicle weight For-hire Motor Carriers of Passengers Operating in interstate or foreign commerce Vehicle Seating Capacity Any vehicle with a seating capacity of 16 passengers or more. Any vehicle with a seating capacity of 15 passengers or less. Minimum Insurance 5.000.000 1.500.000 I I9 ACORD CERTIFICATE OF LIABILITY INSURANCE DATE (mom 01 I1 CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING EXTEND OR ALTER THE IMPORTANT: If the certi?cate holder Is an ADDITIONAL INSURED, the pollcy?ee) must be endorsed. If IS WAIVED. subject to the terms and of the policy. certaln pollclee may requlre an endorsement. A statement on We certi?cate does not confer to the certi?cate holder In Ileu of such endorsementIg). PRODUCER Marsh USA Inc. 1000 Main Street. Suite 3000 I IEIE Houston. TX 77002 -NIAIL . PRODUCER AFFORDING COVERAGE NAIC 0 INEURED INSURER A Char?s Specialty Insurance Co. Waste Managemnt of Illinois 14I1 Opus Pbce. Suite 400 Mg: Downers IL 50515 ?sung; INSURER INsueEn E: INSURER r: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: ms}: DL BR UR TYPE or INSURANCE POLICY NUMBER (MFMOUEWI WI ?W?s GENERAL LIABILITY EACI-I OCCURRENCE 5 COMMERCIAL GENERAL LIABILITY 3 CLAIMS-MADE OCCUR MED EXP (Any one person) 3 PERSONAL A ADV INJURY I GENEMWLREGATE cm AGGREGATE LIMIT APPLIES PRODUCTS - COMPIDF A66 3 POLICY Loc 8 AUTONOEILE LIABILITY COMBINED SINGLE LIMIT (a eccldent) ANY AUTO BODILY INJURY (Per person) 8 ALL OWNED AUTOS SCHEDULED UTOS BODILY INJURY (Per eeddent) A PROPERTY DAMAGE HIRED AUTOS (Per accident) NON-OWNED AUTOS UMBRELLA LIAB OCCUR EACH OCCURRENCE EXCESS CLAIMS-MADE AGGREGATE DEDUCTIELE RETENTION 8 WORKERS co MPENSATI on we STATU- OTH- ANII LIAEILITY I ANY PROPRIETORIPARTNERIEXECUTIVE I A on may EL. DISEASE - EA EMPLO If es. dudes under YE 3 DESCRIPTI OF OPERATI Del EL. DISEASE - POLICY UMIT I A Pollution PLS 5444079 01101/2011 Each lncIdanI 5.000.000 Legal IJablIty Maw-Cale Lin" 5.000.000 The City Is Included as Mdmonal Insured where requIIed by written contract and arm by law. OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORD 101, Addltional Remark! Schedule, It more spice ls required) Departmenl of Procurement Services CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Chicago THE EXPIRATION DATE THEREOF. NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 121 N. LeSalIe SI, 5:9 403 cnrcaco. IL 60602 AUTHORIZED REPRESENTATIVE cl Marsh USA Inc- Stephanie 5- 510W ACORD 25 (20 09I09) 1988-2009 ACORD CORPORATION. All rights reserved. The ACORD name and Iogo are reglstered marks of ACORD ADDITHQNAL INFORMATION HOU-OO1779815-05 DATE 01l11r2011 PRODUCER Marsh USA Inc. 1000 MaIn Street, Suite 3000 Houston, TX 77002 WMI INSURERS AFFORDING COVERAGE NAIC INSURED Waste Management of Ilinol: 1411 Opus Place. Suite 400 Downers Grove. IL 50515 INSURER G: INSURER H: INSURER I: Hit INSURER J: TEXT Poihttiun Legal Liability continued: Aggregate Limit is excess the 8111 Sell Insuted Retention LImit - 35.000300 CERTIFICATE HOLDER City of Chlcaga Depanmantot Procurement Services 121 N. LaSalie 81.. Ste 403 Chicago. IL 60602 Fag AUTHORIZED REPRESENTATIVE at Marsh USA inc. Stephanie S. 2 5. SPECIAL CONDITIONS REGARDING MINORITY BUSINESS ENTERPRISE AND WOMEN BUSINESS ENTERPRISE 5.1. POLICY AND TERMS It is the policy of the City of Chicago that Local Businesses certi?ed as Minority Business Enterprises (MBE) and Women Business Enterprises (WBE) in accordance with Section 2-92-420 et seq. of the Municipal Code of Chicago and Regulations Governing Certi?cation of Minority and Women-owned Businesses, and all other Regulations promulgated under the aforementioned sections of the Municipal Code will have the maximum opportunity to participate fully in the performance of this agreement. Therefore, the Contractor will not discriminate against any person or business on the basis of race, color, national origin or sex, and will take af?rmative action to ensure that women and minority businesses will have the maximum opportunity to compete for and perform subcontracts for supplies or services. The Chief Procurement Of?cer has established a goal of awarding not less than 9% of the annual dollar value of all non- construction contracts to certi?ed MBEs and 3% of the annual dollar value of all non-construction contracts to certi?ed WBEs. Accordingly, the Contractor commits to expend at least the following percentages of the total contract price (inclusive of any and all modi?cations and amendments), if awarded, for contract participation by MBEs and WBEs: Year Advertised MBE Percentage WBE Percentage 1991 21.1% 5% 1992 19.5% 4.9% 1993 17.7% 4.8% after 1993 16.9% 4.5% This commitment is met by the Contractor's status as a MBE or WBE, or by a joint venture with one or more MBEs or WBEs as prime contractor (to the extent of the MBE or WBE participation in such joint venture), or by subcontracting a portion of the work to one or more MBEs or WBEs, or by the purchase of materials used in the performance of the contract from one or more MBEs or WBEs, or by the indirect participation of MBEs or WBEs in other aspects of the Contractor's business (but no dollar of such indirect MBE or WBE participation will be credited more than once against a Contractors MBE or WBE commitment with respect to all Contracts of such Contractor), or by any combination of the foregoing. Note: participation goals are separate and those businesses certi?ed with the City of Chicago as both a will not be credited more than once against a Contractor's MBE or WBE commitment in the performance of the Contract. As noted above, the Contractor may meet all or part of this commitment by contracting with MBEs or WBEs for the provision of goods or services not directly related to the performance of this Contract. However, in determining the manner of participation, the Contractor will ?rst consider involvement of as joint venture partners, subcontractors, and suppliers of goods and services directly related to the performance of this Contract. in appropriate cases, the Chief Procurement Of?cer will require the Contractor to demonstrate the speci?c efforts undertaken by it to involve MBEs and WBEs directly in the performance of this Contract. The Contractor also may meet all or part of this commitment through credits received pursuant to Section 2- 92-530 of the Municipal Code of Chicago for the voluntary use of MBEs or WBEs in private sector projects. 5.2. DEFINITIONS A. ?Area of Specialty? means the description of an MBE or WBE ?rm-s business which has been determined by the Chief Procurement Of?cer to be most re?ective of the MBE or WBE ?rm-s claimed specialty or expertise. Each letter of certi?cation contains a description of the firm's Area of Specialty. This information is also contained in the Directory. Credit toward this contract-s MBE and WBE participation goals shall be limited to the participation of ?rms performing within their Area of Specialty. Speci?cation Number 91706, Collection and Processing of Blue Cart Materials from Households and City Facilities, Page 45 of 101 NOTICE: The City of Chicago does not make any representation concerning the ability of any MBENVBE to perform work within their Area of Specialty. It is the responsibility of all contractors to determine the capability and capacity of to satisfactorily perform the work proposed. B. ?Directory" means the Directory of Certi?ed ?Disadvantaged Business Enterprises,? ?Minority Business Enterprises" and "Women Business Enterprises? maintained and published by the Executive Director. The Directory identi?es ?rms that have been certi?ed as MBEs and WBEs, and includes both the date of their last certi?cation and the area of specialty in which they have been certi?ed. Contractors are responsible for verifying the current certi?cation status of all proposed MBE and WBE firms. C. "Executive Director? means the executive director of the Of?ce of Compliance or his or her designee. D. ?Minority Business Enterprise? or means a ?rm awarded certi?cation as a minority owned and controlled business in accordance with City Ordinances and Regulations. E. ?Women Business Enterprise" or means a ?rm awarded certification as a women owned and controlled business in accordance with City Ordinances and Regulations. F. ?Joint Venture" means an association of two or more businesses to carry out a single business enterprise for pro?t, and for which purpose they combine their expertise, property. capital, efforts, skill and knowledge. Contractors may develop joint venture agreements as an instrument to provide participation by MBEs and WBEs in contract work. A joint venture seeking to be credited for participation may be formed among certi?ed MBENVBE ?rms or between certi?ed MBENVBE ?rm(s) and A joint venture is eligible for credit if the partner(s) share in the ownership, control, management responsibilities, risks and pro?ts of the joint venture, and are responsible for a clearly de?ned portion of work to be performed, in proportion with the MBENVBE ownership percentage. 5.3. COUNTING PARTICIPATION TOWARD THE CONTRACT GOALS The inclusion of any MBE or WBE in the contractor's Utilization Plan shall not conclusively establish the contractor's right to full credit for that ?rm?s participation in the contract. The Chief Procurement Of?cer reserves the right to deny or limit credit to the contractor where any MBE or WBE is found to be engaged in substantial subcontracting or pass-through activities with others. In this regard, a contractor may count toward its MBE and WBE goals only expenditures to ?rms that perform a commercially useful function. A ?rm is considered to perform a commercially useful function when it is responsible for the performance of a clearly de?ned and distinct element of work and is carrying out its responsibilities by actually performing, managing, and supervising the work involved. To determine whether a ?rm is performing a commercially useful function, the Chief Procurement Of?cer shall evaluate the amount of work subcontracted, industry practices, and other relevant factors. The amount of MBENVBE participation credit shall be based upon an analysis by the Chief Procurement Of?cer of the speci?c duties that will be performed by the MBE or WBE. Each shall be expected to actually perform a substantial more than eighty-?ve percent portion of the work contemplated for it by any subcontract or agreement through the use of its own employees and equipment. Requested information may include, without limitation: (1) specific information concerning broker's fees and/or commissions; (2) intended sub?suppliers or other sources of goods and/or services; and (3) speci?c ?nancial or other risks to be assumed by the The participation of MBEs and WBEs who have been certi?ed as "brokers? shall no longer be considered eligible to participate on contracts awarded by the City in 1993 and thereafter until further notice for any consideration of MBE or WBE credit. Credit for the participation of as joint venture partners shall be based upon an analysis of the duties, responsibilities and risks undertaken by the as speci?ed by the joint venture's executed joint venture agreement. The Chief Procurement Of?cer reserves the right to deny or limit credit to the contractor where any MBENVBE joint venture partner is found to have duties, responsibilities, risks or Speci?cation Number 91706, Collection and Processing of Blue Cart Materials from Households and City Facilities, Page 46 of 101 loss and management control over the joint venture that is not commensurate with or in proportion to its joint venture ownership. 5.4. REGULATIONS GOVERNING REDUCTIONS TO OR WAIVER OF GOALS The following Regulations set forth the standards to be used in determining whether or not a reduction or waiver of the commitment goals of a particular contract is appropriate. if a bidder or bidder determines that it is unable to meet the MBE and/or WBE percentage on a City of Chicago contract, a written request for the reduction or waiver of the commitment must be included in the bid or proposal. The written request for reduction or waiver from the commitment must be in the form of a signed petition for grant of relief from the percentages submitted on the bidder/bidder's letterhead, and must demonstrate that all required efforts as set forth in this document were taken to secure eligible Minority and Women Business Enterprises to meet the commitments. The Chief Procurement Of?cer or designee shall determine whether the request for the reduction or waiver will be granted. Bidders/bidders will be considered responsive to the terms and conditions of these Regulations if a waiver request and proof of noti?cation to an assist agency is submitted at the time of bid/proposal opening. Once the bids have been opened, the lowest responsive and responsible bidder so deemed by the Chief Procurement Of?cer or authorized designee will have no more than fourteen (14) calendar days to submit to the Department of Procurement complete documentation that adequately addresses the conditions for waiver described herein. Bidders responding to Request for Proposals (RFPs) who have been identi?ed as a short listed candidate and/or a prospective awardee will be given a designated time allowance, but no more than fourteen (14) calendar days to submit to the Department of Procurement complete documentation that adequately addresses the conditions for waiver described herein. Respondents to Request for Information and or Quali?cations deemed by the Chief Procurement Of?cer or authorized designee to be the most responsive and responsible shall submit documentation that adequately addresses the conditions for waiver described herein during negotiations. Failure to submit documentation suf?cient to support the waiver request will cause the bid/proposal to be found non-responsive by the Chief Procurement Of?cer, and the bid/proposal will be rejected. in such cases the remedies to be taken by the Chief Procurement Officer, in his discretion, may include, but are not limited to, forfeiture of bid deposit; negotiating with the next lowest bidder/bidder; or readvertising the bid/proposal. All bidders/bidders are encouraged to submit all required documents at the time of bid opening to expedite the contract award. Direct/indirect Participation Each of the following elements must be present in order to determine whether or not such a reduction or waiver is appropriate. The bidder/bidder has documented the unsuccessful solicitation for either subcontractors or joint venture partners of at least 50% (or at least ?ve when there are more than eleven certi?ed ?rms in the commodity area) of the appropriate certi?ed ?rms to perform any direct or indirect work identi?ed or related to the advertised bid/proposal. Direct participation involves subcontracting a portion of the goods/services speci?cally required in the bid/proposal. Indirect participation is the subcontracting of goods/services not speci?cally related to the performance of this contract. Documentation must include but is not necessarily limited to: A detailed statement of efforts to identify and select portions of work identi?ed in the bid solicitation for subcontracting to certi?ed MBENVBE ?rms; A listing of all MBENVBE ?rms contacted that includes: Names, address and telephone numbers of MBENVBE ?rms solicited; Date and time of contact; Method of contact (written, telephone, transmittal of facsimile documents, etc.) Copies of letters or any other evidence of mailing that substantiates outreach to MBENVBE vendors that includes: Project identification and location; Classi?cation/commodity of work items for which quotations were sought; Date, item and location for acceptance of subcontractor bid proposals; Detailed statement which summarizes direct negotiations with appropriate ?rms for speci?c portions of the work and indicates why negotiations were unsuccessful; Speci?cation Number 91706, Collection and Processing of Blue Cart Materials from Households and City Facilities, Page 47 of 101 Affirmation that good faith efforts have been demonstrated by choosing subcontracting opportunities likely to achieve MBEIWBE goals by not imposing any limiting conditions which were not mandatory for all subcontractors; or denying the bene?ts ordinarily conferred on MBEIWBE subcontractors for the type of work that was solicited. OR Subcontractor participation will be deemed excessively costly when the MBENVBE subcontractor proposal exceeds the average price quoted by more than twenty percent In order to establish that a subcontracts' quote is excessively costly, the bidder/ bidder must provide the following information: A detailed statement of the work identi?ed for MBENVBE participation for which the bidder/bidder asserts the MBEIWBE quote(s) were excessively costly (in excess of 20% higher). A listing of all potential subcontractors contacted for a quotation on that work item; Prices quoted for the subcontract in question by all such potential subcontractors forthat work item. Other documentation which demonstrates to the satisfaction of the Chief Procurement Officer that the MBEIWBE proposals are excessively costly, even though not in excess of 20% higher than the average price quoted. This determination will be based on factors that include, but are not limited to the following: The City's estimate for the work under a speci?c subcontract; The bidder/bidders own estimate for the work under the subcontract; An average of the bona ?de prices quoted for the subcontract; Demonstrated increase in other contract costs as a result of subcontracting to the or other ?rm. Assist Agency Participation Every waiver and/or reduction request must include evidence that the bidder/bidder has provided timely notice of the need for subcontractors to an appropriate association/assist agency representative of the MBEIWBE business community. The notice requirement of this Section will be satis?ed if a bidder/bidder contacts at least one of the associations on Attachment A to these Regulations when the prime contractor seeks a waiver or reduction in the utilization goals. Attachment to these Regulations provides the letter format that a prime contractor may use. Proof of noti?cation prior to bid submittal certi?ed mail receipt or facsimile transmittal receipt) will be required for any bid/proposal submitted to be deemed responsive on the date of bid opening. If deemed appropriate, the Chief Procurement Of?cer or Contract Compliance Of?cer may contact the assist agency for veri?cation of noti?cation. lmpracticability if the Chief Procurement Of?cer determines that a lesser MBE and/or WBE percentage standard is appropriate with respect to a particular contract subject to competitive bidding prior to the bid solicitations for such contract, bid speci?cations shall include a statement of such revised standard. The requirements set forth in these Regulations shall not apply where the Chief Procurement Of?cer determines prior to the bid solicitations that MBENVBE subcontractor participation is impracticable. This may occur whenever the Chief Procurement Of?cer determines that for reasons of time, need, industry practices or standards not previously known by the Procurement Department administrator, or such other extreme circumstances as may be deemed appropriate, such a Waiver is in the best interests of the City. This determination may be made in connection with a particular contract, whether before the contract is let for bid, during the bid or award process, before or during negotiation of the contract, or during the performance of the contract. For all noti?cations required to be made by bidders/bidders, in situations where the Chief Procurement Of?cer has determined that time is of the essence, documented telephone contact may be substituted for letter contact. 5.5. PROCEDURE TO DETERMINE BID COMPLIANCE The following Schedules and described documents constitute the bidder's MBEIWBE proposal, and must be submitted in accordance with the guidelines stated: Schedule C-1: Letter of Intent from MBENVBE to Perform as Subcontractor, Supplier andlor Consultant. Speci?cation Number 91706, Collection and Processing of Blue Cart Materials from Households and City Facilities, Page 48 of 101 A Schedule C-1 executed by the (or Schedule B/Joint Venture Subcontractor) must be submitted by the bidder/bidder for each included on their Schedule D-1 and must accurately detail the work to be performed by the and the agreed rates and prices to be paid. (All post bid/proposal submissions must have original signatures on all documents). Failure to submit a completed Schedule 0-1 in accordance with this section shall entitle the City to deem the bid/proposal non-reSponsive and therefore reject the bid/proposal. Letters of Certi?cation. A copy of each proposed ?rm's current Letter of Certification from the City of Chicago must be submitted with the bid/proposal. All Letters of Certi?cation issued by the City of Chicago include a statement of the firm's Area of Specialty. The MBENVBE ?rm's scope of work, as detailed by their Schedule C-1, must conform to their stated Area of Specialty. Joint Venture Agreements. If the bidder's/bidder's proposal includes the participation of a as joint venture on any tier (either as the bidder/bidder or as a subcontractor), the bidder/bidder must provide a copy of the joint venture agreement and a Schedule B. In order to demonstrate the MBENVBE partner's share in the ownership, control, management responsibilities, risks and pro?ts of the joint venture, the proposed joint venture agreement must include sgeci?c details related to: 1) contributions of capital and equipment; (2) work responsibilities or other performance to be undertaken by the and (3) the commitment of management, supervisory and operative personnel employed by the MBENVBE to be dedicated to the performance of the contract. The joint venture agreement must also clearly de?ne each partners authority to contractually obligate the joint venture and each partner's authority to expend joint venture funds check signing authon'ty). Required Schedules Regarding DBEIMBEIWBE Utilization. Bidders must submit, together with the bid, a completed Schedule D-1 committing them to the utilization of each listed MBEIWBE ?rm. Except in cases where the bidder/bidder has submitted a request for a complete waiver of or variance from the MBENVBE commitment in accordance with Section 5.4. herein, the bidder/bidder must commit to the expenditure of a speci?c dollar amount of participation by each ?rm included on their Schedule The total dollar commitment to proposed MBEs must at least equal the MBE goal, and the total dollar commitment to proposed WBEs must at least equal the WBE goal. Bidders are responsible for calculating the dollar equivalent of the MBE and WBE goals as percentages of their total base bids or in the case of Term Agreements, as percentages of the total estimated usage. All commitments made by the bidder's Schedule D-1 must conform to those presented in the submitted Schedule 0?1. If Schedule C-1 is submitted after the opening (See Section 5.5A. above), the bidder/bidder may submit a revised Schedule D-1 (executed and notarized to conform with the Schedules Except in cases where substantial and documented justi?cation is provided, bidders/bidders will not be allowed to reduce the dollar commitment made to any MBE or WBE in order to achieve conformity between the Schedules C-1 and D-1. All commitments for joint venture agreements must be delineated in the Schedule B. 5.6. REPORTING REQUIREMENTS DURING THE TERM OF THE CONTRACT The Contractor will, not later than thirty (30) calendar days from the award of a contract by the City, execute formal contracts or purchase orders with the MBEs and WBEs included in their approved MBENVBE Utilization Plan. These written agreements will be made available to the Chief Procurement Of?cer upon request. In the case of one (1) time procurements of supplies with either single or multiple deliveries to be performed in less than one (1) year from the date of contract award, a Utilization Report", indicating ?nal MBE and WBE payments will be submitted directly to the Department of Procurement Services so as to assure receipt either at the same time, or before the using Department receives contractors ?nal invoice. (NOTICE: Do not submit Invoices with Utilization Reports") Final payments may be held until the Utilization Reports have been received. During the term of the contract, the Contractor will submit quarterly Utilization Reports", a copy of which is attached. The frequency with which these reports are to be submitted will be in no case less often than on a quarterly basis. In the absence of written notice from the Chief Procurement Of?cer the contractors ?rst Utilization Report Will be due ninety (90) calendar days after the date of contract award, and regorts will be due quarterly thereafter. MBENVBE Utilization Reports are to be submitted directly to: Department of Procurement Services, Division of Vendor Relations, City Hall, Room 400, 121 N. LaSalle Street, Chicago, Illinois 60602. Speci?cation Number 91706, Collection and Processing of Blue Cart Materials from Households and City Facilities, Page 49 of 101 The Executive Director will be entitled to examine, on five (5) business days notice, the contractors books and records including without limitation payroll records, tax returns and records, and books of account, to determine whether the contractor is in compliance with its commitment to MBENVBE participation 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. 5.7. MBEIWBE SUBSTITUTIONS Changes by the contractor of the commitments earlier certified in the Schedule are prohibited. In some cases, however, it may become necessary to substitute a new MBE or WBE in order to actually fulfill the MBENVBE requirements. The contractor must notify the Chief Procurement Of?cer immediately in writing of the necessity to reduce or terminate a subcontract and to utilize a substitute ?rm for some phase of work. The contractor's noti?cation should include the name, address and principal official of the substitute MBENVBE and the dollar value and scope of work of the subcontract. Attached should be all the requisite MBENVBE af?davits and documents, as enumerated above in Section 5, "Procedure to Determine Bid Compliance." The City will not approve extra payment for escalated costs incurred by the contractor when a substitution of subcontractors becomes necessary for the contractor in order to comply with contract requirements. After award of contract, no relief of the MBENVBE requirements will be granted by the City except in exceptional circumstances. Requests for complete or partial waiver of the MBENVBE requirements of this contract must be made in writing, stating all details of the request, the circumstances, and any additional relevant information. The request must be accompanied by a record of all efforts taken by the contractor to locate speci?c ?rms, solicit MBENVBE bids, seek assistance from technical assistance agencies, etc., as outlined above in the section entitled "Regulations Governing 5.8. NON-COMPLIANCE AND DAMAGES The following constitutes a material breach of this contract and shall entitle the City to declare a default, terminate the contract and exercise those remedies provided for in the contract, at law or in equity: Failure to satisfy the MBENVBE percentages required by the contract; and The contractor or subcontractor is disquali?ed as a MBE or WBE, such status was a factor in contract award, and was misrepresented by the contractor. In the event that the contractor is determined not to have been involved in any misrepresentation of the status of the disquali?ed subcontractor or supplier, the contractor shall seek to discharge the disquali?ed subcontractor or supplier, upon proper noti?cation to the Chief Procurement Officer and/or Executive Director and make every effort to identify and engage a quali?ed MBE or WBE as its replacement. Furthermore, continued eligibility to enter into future contracting arrangements with the City may be jeopardized as a result of non-compliance. Payments due to the contractor may be withheld until corrective action is taken. 5.9. ARBITRATION In the event a contractor has not complied with the contractual MBENVBE percentages in its Schedule D, underutilization of shall entitle the affected to recover from the contractor damages suffered by such entity as a result of being underutilized; provided, however, that this provision shall not apply to the extent such underutilization occurs pursuant to a waiver or substitution approved by the City. The Ordinance and contracts subject thereto provide that any disputes between the contractor and such affected regarding damages shall be resolved by binding arbitration before an independent arbitrator other than the City, with reasonable expenses, including attorney's fees, being recoverable by a prevailing MBENVBE in accordance with these regulations. This provision is intended for the bene?t of any MBENVBE affected by underutilization and grants such entity Speci?c third party bene?ciary rights. Any rights conferred by this regulation are non- Speci?cation Number 91706, Collection and Processing of Blue Cart Materials from Households and City Facilities, Page 50 of 101 waivable and take precedence over any agreement to the contrary, including but not limited to those contained in a subcontract, suborder, or communicated orally between a contractor and a MBENVBE. An desiring to arbitrate shall contact the contractor in writing to initiate the arbitrative process. Except as otherwise agreed to in wn'ting by the affected parties subject to the limitation contained in the last sentence of the previous paragraph, within ten (10) days of the contractor receiving noti?cation of the intent to arbitrate from the MBENVBE the above-described disputes shall be arbitrated in accordance with the Commercial Arbitration Rules of the American Arbitration Association a not-for?pro?t agency, with an of?ce at 225 North Michigan Avenue, Suite 2527, Chicago, Illinois 60601-7601 [Phone: (312) 616-6560; Fax: (312) 819?0404]. All such arbitrations shall be initiated by the MBENVBE ?ling a demand for arbitration with the shall be conducted by the and held in Chicago, All fees of the arbitrator are the initial responsibility of the provided, however, that the arbitrator is authorized to award reasonable expenses, including attorney's and arbitrator fees, as damages to a prevailing MBENVBE. The must send the City a copy of the Demand for Arbitration within ten (10) days after it is ?led with the The MBENVBE also must send the City a copy of the decision of the arbitrator within ten (10) days of receiving such decision. Judgment upon the award rendered by the arbitrator may be entered in any court of competent jurisdiction. 5.10. RECORD KEEPING The Contractor shall maintain records of all relevant data with respect to the utilization of retaining these records for a period of at least three years after final acceptance of the work. Full access to these records shall be granted to the City of Chicago, Federal or State authorities in this project, the US. Department of Justice, or any duly authorized representatives thereof. Speci?cation Number 91706, Collection and Processing of Blue Cart Materials from Households and City Facilities, Page 51 of 101 5.11. INFORMATION SOURCES Small business guaranteed loans; surety bond guarantees; 8 certi?cation: US. Small Business Administration 500 W. Madison Street, Suite 1250 Chicago. illinois 60661 General Information (312) 353-4528 S.B.A. Bond Guarantee Program Surety Bonds 500 West Madison. Suite 1250 Chicago, IL 60661 Attention: Carole Harris (312) 353-4003 S.B.A. - Procurement Assistance 500 West Madison. Suite 1250 Chicago, illinois 60661 Attention: Robert P. Murphy, Area Regional Administrator (312) 353-7381 Project information and general MBENVBE information: City of Chicago Department of Procurement Contract Administration Division City Hall - Room 403 Chicago, illinois 60602 Attention: Monica Cardenas (312) 744-0845 Directory of Certi?ed Disadvantaged, Minority and Women Business Enterprises: City of Chicago City of Chicago Of?ce of Compliance ATTN: Supplier Diversity Program 333 State Street, Suite 540 Chicago, IL 60604 information on availability in the manufacturing, sales or supplies, and related ?elds (direct assistance from 42 regional af?liates located throughout the US): National Minority Suppliers Development Council, Inc. 1040 Avenue of the Americas, 2nd Floor New York, New York 10018 Attention: Harriet R. Michel (212) 944?2430 Speci?cation Number 91706, Collection and Processing of Blue Cart Materials from Households and City Facilities, Page 52 of 101 Chicago Minority Business Development Council 1 East Wacker Drive Suite 1200 Chicago, Illinois 60601 Attention: Tracye Smith, Executive Director (312) 755-8880 Speci?cation Number 91706. Collection and Processing of Blue Cart Materials from Households and City Facilities, Page 53 of 101 6. ATTACHMENT A - ASSIST AGENCY Alliance of Business Leaders Entrepreneurs (ABLE) 150 N. Michigan Ave. Suite 2800 Chicago, IL 60601 Phone: (312) 624?7733 Fax: (312) 624-7734 Web: Alliance of Minority and Female Contractors 010 Federation of Women Contractors 5650 S. Archer Avenue Chicago, IL 60638 Phone: (312) 360?1122 Fax: (312) 360?0239 Asian American Institute 4753 N. Broadway St. Suite 904 Chicago, IL 60640 Phone: (773) 271-0899 Fax: (773) 271 -1982 Web: Association of Asian Construction Enterprises 333 N. Ogden Avenue Chicago, IL 60607 Black Contractors United 400 w. 76?? Street, Suite 200 Chicago, IL 60620 Phone: (773 483-4000 Fax: (773) 483?4150 Web: Chicago Area Gay Lesbian Chamber of Commerce 3656 N. Haisted Chicago, IL 60613 Phone: (773) 303?0167 Fax: (773) 303-0168 Web: Chatham Business Association Small Business Development, Inc. 8441 S. Cottage Grove Avenue Chicago, IL 60619 Phone: (773)994?5006 Fax: (773)994-9871 Chicago Minority Supplier Development Council, Inc. 105 W. Adams, Suite 2300 Chicago, IL 60603-6233 Phone: (312) 755-8880 Fax: (312) 755-8890 Web: Chicago Urban League 4510 S. Michigan Ave. Chicago, IL 60653 Phone: (773) 285?5800 Fax: (773) 285-7772 Web: Cosmopolitan Chamber of Commerce 203 N. Wabash, Suite 518 Chicago, IL 60601 Phone: (312) 499-0611 Fax: (312) 332-2688 Web: Federation of Women Contractors 5650 S. Archer Avenue Chicago, IL 60638 Phone: (312) 360?1122 Fax: (312) 360-0239 Web: Hispanic American Construction Industry Association (HACIA) 901 West Jackson Boulevard, Suite 205 Chicago, IL 60607 Phone: (312) 666-5910 Fax: (312) 666-5692 Web: Illinois Hispanic Chamber of Commerce 111 W. Washington, Suite 1660 Chicago, IL 60602 Phone: (312) 425?9500 Fax: (312) 425-9510 Web: Latin American Chamber of Commerce 3512 West Fullerton Avenue Chicago, IL 60647 Phone: (773) 252-5211 Fax: (773) 252-7065 Web: Speci?cation Number 91706, Collection and Processing of Blue Cart Materials from Households and City Facilities, Page 54 of 101 National Association of Women Business Owners Chicago Chapter 230 E. Ohio, Suite 400 Chicago, IL 60611 Phone: (312) 224?2605 Fax: (312) 6448557 Web: Rainbow/PUSH Coalition International Trade Bureau 930 E. 501h Street Chicago, IL 60615 Phone: (773) 256-2781 Fax: (773) 373-4104 Web: Suburban Black Contractors Association 1250 Grove Ave. Suite 200 Barrington, IL 60010 Phone: (847) 852-5010 Fax: (847) 382-1787 Web: Uptown Center Hull House 4520 N. Beacon Street Chicago, IL 60640 Phone: (773) 561-3500 Fax: (773) 561-3507 Web: Women Construction Owners Executives (WCOE) Chicago Caucus 308 Circle Avenue Forest Park, IL 60130 Phone: (708) 366-1250 Fax: (708) 366-5418 Women's Business Development Center 8 South Michigan Ave, Suite 400 Chicago, IL 60603 Phone: (312) 853-3477 Fax: (312) 853~0145 Web: (DEC 2009) Speci?cation Number 91706, Collection and Processing of Blue Cart Materials from Households and City Facilities, Page 55 of 101 Chicago Women in Trades (CWIT) 4425 S. Western Blvd. Chicago, IL 60609-3032 Phone: (773) 376-1450 Fax: (312) 942-0802 Web: Coalition for United Community Labor Force 1253 w. 63'? Street Chic-go, IL 60636 Phone: (773) 863-0283 Englewood Black Chamber of Commerce PO. Box 21453 Chicago, IL 60621 Ralph G. Moore Associates (RGMA) 211 W. Wacker Dr., Suite 1050 Chicago. IL 60606 Phone: (312) 419-1911 Fax: (312) 419-1918 South Shore Chamber, Incorporated Black United Funds Bldg. 1313 E. 715? Street Chicago, IL 60649-2000 Phone: (773) 955- 9508 United Neighborhood Organization (UNO) 954 w. Washington Blvd., 3'd Floor Chicago, IL 60607 Phone: (312) 432-6301 Fax: (312) 432-0077 Web: 7. ATTACHMENT On Bidder/Bidders Letterhead RETURN RECEIPT REQUESTED (Date) Re: Speci?cation No.: 91706 Project Name: Collection and Processing of Blue Cart Materials from Households and City Facilities (Assist Agency Name and Address) Dear (Bidder/Bidder) intends to submit a bid/proposal in response to the above referenced Speci?cation with the City of Chicago. Bids are due advertised speci?cation with the City of Chicago. The following areas have been identi?ed for subcontracting opportunities on both a direct and indirect basis: Our efforts to identify potential subcontractors have not been successful in order to meet the Disadvantaged] MinorityNVomen Business Enterprise contract goal. Due to the inability to identify an appropriate DBEIMBEIWBE firm certified by the City of Chicago to participate as a subcontractor or joint venture partner, a request for the waiver of the contract goals will be submitted. If you are aware of such a ?rm, please contact Name of Company Representative at Address/Phone within (10) ten working days of receipt of this letter. Under the City of Chicago's Ordinance, your agency is entitled to comment upon this waiver request to the City of Chicago. Written comments may be directed within ten (10) working days of your receipt of this letter to: City of Chicago Of?ce of Compliance Attn: Supplier Diversity Program 333 S. State Street, Suite 540 Chicago, Illinois 60604 (312) 747-7778 E-mail: integrity@cityofchicago.org If you wish to discuss this matter, please contact the undersigned at Sincerely, Speci?cation Number 91706, Collection and Processing of Blue Cart Materials from Households and City Facilities, Page 56 of 101 8. SCHEDULE B: AFFIDAVIT OF JOINT VENTURE This form need not be submitted if all joint venturers are MBEs and/or WBEs. In such a case, however, a written joint venture agreement among the MBE and WBE venturers must be submitted. In all proposed joint ventures, each MBE and/or WBE venturer must submit a copy of their current Letter of Certification. All information requested on 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. Name of joint venture: Address of joint venture: Phone number of joint venture: Identify each venturer(s): Name of Firm: Address: Phone: Contact person for matters concerning compliance: Identify each MBENVBE venturer(s): Name of Firm: Address: Phone: Contact person for matters concerning MBENVBE compliance: Describe the ro e(s) of the MBE and/or WBE venturer(s) in the joint venture: Attach a copy of the joint venture agreement. In order to demonstrate the MBE and/or WBE venturer's share in the ownership, control, management responsibilities, risks and pro?ts of the joint venture, the proposed joint venture agreement must include speci?c details related to: (1) the contributions of capital and equipment; (2) work items to be performed by the own forces; (3) work items to be performed under the supervision of the MBENVBE venturer; and (4) the commitment of management, supervisory and operative personnel employed by the to be dedicated to the performance of the project. Ownership of the Joint Venture. What are the percentage(s) of ownership of the joint venture? MBENVBE ownership percentage(s) ownership percentage(s) Specify MBENVBE percentages for each of the following (provide narrative descriptions and other detail as applicable): Pro?t and loss sharing: Capital contributions: (3) Dollar amounts of initial contribution: Dollar amounts of anticipated on?going contributions: Contributions of equipment (Specify types, quality and quantities of equipment to be provided by each venturer): Speci?cation Number 91706, Collection and Processing of Blue Cart Materials from Households and City Facilities. Page 57 of 101 10k Other applicable ownership interests, including ownership options or other agreements which restrict or limit ownership and/or control: Provide copies of all written agreements between venturers concerning this project. Identify each current City of Chicago contract (and each contract completed during the past two (2) years) by a joint venture of two or more ?rms participating in this joint venture: Control of and Participation in the Joint Venture. identify by name and firm those individuals who are, or will be, responsible for, and have the authority to engage in the following management functions and policy decisions. (Indicate any limitations to their authority such as dollar limits and co-signatory requirements): Joint venture check signing: Authority to enter contracts on behalf of the joint venture: Signing, co-signing and/or collateralizing loans: Acquisition of lines of credit: Acquisition and indemni?cation of payment and performance bonds: Negotiating and signing labor agreements: Speci?cation Number 91706. Collection and Processing of Blue Cart Materials from Households and City Facilities, Page 58 of 101 Mr Management of contract performance. (Identify by name and only): 1. Supervision of ?eld operations: 2. Major purchases: 3. Estimating: 4. Engineering: Financial Controls of joint venture: Which ?rm and/or individual will be responsible for keeping the books of account? Identify the managing partner, if any, and describe the means and measure of their compensation: What authority does each venturer have to commit or obligate the other to insurance and bonding companies, ?nancing institutions, suppliers, subcontractors, and/or other parties participating in the performance of this contract or the work of this project? State the approximate number of operative personnel (by trade) needed to perform the joint ventures work under this contract. Indicate whether they will be employees of the ?rm, the ?rm, or the joint venture. Trade Firm (Number), MBENVBE (Number)-I? Joint Venture ?r .. i Wyn?u; Note: If any personnel proposed for this project will be employees of the joint venture: Are any proposed joint venture employees currently employed by either venturer? Currently employed by non- MBENVBE (number) Employed by MBENVBE Identify by name and ?rm the individual who will be responsible for hiring joint venture employees: Which venturer will be responsible for the preparation of joint venture payrolls: Please state any material facts of additional information pertinent to the control and structure of this joint venture. Speci?cation Number 91706. Collection and Processing of Blue Cart Materials from Households and City Facilities, Page 59 of 101 Speci?cation Number 91706, Collection and Processing of Blue Cart Materials from Households and City Facilities, Page 60 of 101 (Oh The undersigned af?rms that the foregoing statements are correct an include all material infon'nation necessary to identify 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 to the City current, complete and accurate information regarding actual joint venture work and the payment therefore, and any proposed changes in any provision of the joint venture agreement, and to permit the audit and examination of the books, records and ?les of the joint venture, or those of each venturer relevant to the 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 initiating action under federal or state laws concerning false statements. Note: If, after ?ling this Schedule and before the completion on the joint ventures work on the project. there is any change in the infon'nation submitted, the joint venture must inform the City of Chicago, either directly or through the prime contractor if the joint venture is a subcontractor. Name of MBENVBE Partner Firm Name of Partner Firm Signature of Af?ant Signature of Affiant Name and Title of Af?ant Name and Title of Af?ant Date Date On this day of, the above-signed of?cers (names of af?ants) personally appeared and, known to me be the persons described in the foregoing Af?davit, acknowledged that they executed the same in the capacity therein stated and for the purpose therein contained. IN WITNESS WHEREOF, I hereunto set my hand and of?cial seal. Signature of Notary Public (SEAL) My Commission Expires: Speci?cation Number 91706, Collection and Processing of Blue Cart Materials from Households and City Facilities, Page 61 of 101 12/01/2010 14:14 FAX 830 241 1722 WM CHICAGO MA .002 9. SCHEDULE G-?l Project Description: Collection and of Blue Carl Mato?ell mam Households and City Facilities Speci?cation Number: 91708 From: _Petromex Inc MBE: Yee__3$_ No? (Narne of MBEIWBE Firm) WBE: Yea No To:Waenua Management of IL 1:113 who? ofChi (Name of Prime Contractor) The eta the is confirmed by me attached letter of Geni?oetion from the City of Chicago effective date of ?i to fore period of ?ve (5) years. The undersigned is prepared to provide the following described services or supply the following described goods in connection with the above named meat/contract: Supgly diesel fuels The above described performance is altered for ihe following price and described terms of payment: 5. Q. 9 95 If more space ll needed to fully describe the MEEIWBE firms proposed Boo oi'worit anoint a achedul attach additional sheets. 99 m" a, The undersigned will enter into a fomai Written agreemnt for the ohm work with you as Prirna comm conditioned upon your axeculloo of a contract with the Oily a! Chicago. arid will do so Within (3) three working days of receipt of a signed oonireot from the Olly of Chicago. (g?naiure of Omar. or Audinrized Agent of MBEIWBE) 5TV 0'6 ?islet-awr- Name [Title (Print) i?ia-io Date .1 qua-Lisa? i733 Phone Speci?cation Number 91706. Golieotlon and o; ?otation Materials from Households and City Facilities, age 6 1 1 CITY OF CHICAGO OFFICE- OF 0MPLIANCE August 24, 2010 Felipe Estrada Petromex, Inc. 14702 S. Hamlin Ave. Midlothian, IL 60445 Annual No Change Af?davit Due: August 1, 2011 DeaLEelipeEstradaCongratulations on your continued eligibility for certi?cation as a Minority Business Enterprise (MBE) by the City of Chicago. This certi?cation is valid until August 1, 2012. As you know, your ?rm must also be re-validated annually. We extended the deadline for submitting the No- Change Affidavit to September so that we might review the program for ways to streamline the process. As a result, while you will still be required to submit an annual No-Change Af?davit, we will no longer require ?rms to submit ?nancial records with the Af?davit. and we will allow the Af?davit to be submitted on-line. This should improve the process for businesses and make it easier to comply with annual validation requirements. However, as part of our mggram improvements,we will also increase auditing activities. you may at any time be required to submit ?nancial records and other documents needed to support your continued eligibilitv. This new process will begin in 201 . As such, your ?rm's next No Change Af?davit is due by August 1, 2011. Please remember, you have an af?rmative duty to ?le your No-Change Af?davit 60 days prior to the date of expiration. Therefore, you must ?le your No?Change Af?davit by June 2, 2011. It is important to note that you also have an ongoing af?rmative duty to notify the City of Chicagoof any changes in ownership or control of your ?rm, or any other fact affecting your ?rm? eligibility for certi?cation within 10 days of such change. Thesechanges may include but are not limited to a change of address, change of business structure, change in ownership or ownership structure, change of business operations, and/or gross receipts that exceed the program threshold. Please note you shall be deemed to have had your certi?cation lapse and will be ineligible to participate as a MBE if you fail to ?le your No Change Af?davit within the required time period; it provide ?nancial or other records requested pursuant to an audit within the required time period; or notify the City of any changes affecting your ?rm?s certi?cation within 10 days of such change. Further, if you or your ?rm is found to be involved in certi?cation, bidding and/or contractual ?aud or abuse, the City will pursue decertification and debarment. And in addition to any other penalty imposed by law, any person who knowingly obtains, or knowingly assists another in obtaining, a contract with the city by falsely Jag-:06 1 5 {339 33 Kerr? aka: the indm?vafur the imfr'rfrizm! 0r an?n-?amkled. ix (3 mfmriipaawned businm a ?3 31?3?. 1" nn's'lfemwnw; 'J'i?i'i'a?z'laln?e Ei-?sr :?mnrcea'wimn rhea mu?iCF/jnf?ibr upwind m; dream manila;- (313226 (2 1" m1! ?05; 2?5 {my and no: 2m?? than $10. 905' 3r ?m?k 11?? mm. i? ?3?3 (35"th Dii'eiimrfr? 01? M?nm'?ty Busincss .IEnicmz?ises and Warmer: Business i3: {he s: arc-am of ?10509 Face? {3121, Diesel 405$?? Recycied Pezmicu Products 4859!} f?cimfcum "Mariners, 40595 Peri?(ileum Products, Scrap or Waste 5533f! Locom nth-es. Diesel 92845 1?ut:iing ?ervicz?s. Muhile Vehicie) 9982M Oiis. Was?: hm: Finn?s participation cm (In: cantractswil! be ?edited om}; ,mward MBE ggats in 01?, 3333(5) 01? spccu?; Ry. Wh sh: yuur pat?icfpat?m an ity'ccumg'ac'ls is not iimiaed your speciality, credit {01mm Ram}; goals w'iil he 32' van for war}: atom: in a spec-wiry categ?ry. Thank you for your continued parimpazim: in the fay}; Supplier Diversity I?ragram. ?nccreiy. 1/ d? 539* il-fhml? 1%ng Managing hernia12/01/2010 14:15 FAX 630 241 1722 WM CHICAGO MA @002/002 9. SCHEDULE 0-1 Project Donor-lotion: Callers-?an and Processing of Blue Cart Materials from Households and City Facilities Speci?cation Number: 91706 From: 311313 Inc MBE: No 35, (Name or MBEIWBE Firm) was: Yes 1 No To: Waste Management of Inc and the City (Nlma 0' Prime Contractor) The MBEMIBE eta of the n?rmed by the attached letter of Conl?mllon from the City of effective date of to for a period of (5) Years. The is prepared to provide the following desulbod services or supply the fo?owlna desorfood goods in connection the above named proleotloonlraot: Supply diesel fuels The above described perfonnonoa ls altered for tho following price and desorlbod toms of payment: 5_ b-U-e' 3.0% If we space ls needed to fully describe the MBEIWBE ?rm: proposed scope 01 work endlor payment schedule, attach additlonal sheets. The will enter into a formal written agreement for the above work With y0u as 3 Prime Contractor. upon your ?demon 01 a contract with the City of Chloego. and will do so three worms days of receipt of a signed contract from the City of Chlcago. (Signature idem '1 1 .1 Name mtle (Print 9/17/10 702? 598? 1700 Date speci?cation Number 91708. Collection and Processan of gnome Materials from Households and City Facilities. Page 52 1 1 CITY OF CHICAGO OFFICE OF COMPLIANCE August 25, 2010 Deborah Stange West Fuels, Inc. 72 S. La Grange Road;Suite #7 La Grange, IL 60525 Certi?cation Expires: 12/1/2011 Dear Deborah Stange: Congratulations on your continued eligibility for certi?cation as a Women Business Enterprise (WBE) by the City of Chicago. This certi?cation is valid until 12/1/2011. You have an a?'nmative duty to ?le for recerti?cation 60 days prior to the date of expiration. Therefore, you must ?le for recerti?cation by 10/2/2011. In the coming months, the Of?ce of Compliance will be sending you notice detailing the procedures for ?ling a request for recerti?cation. While you will not need to ?le a No Change Af?davit in 2010 or 2011, it is important to note that you have an ongoing af?rmative duty to notify the City of Chicago of any changes in ownership or control of your ?rm, or any other fact affecting your ?rm?s eligibility for certi?cation within 10 days of such change. These changes may include but are not limited to a change of address, change of business structure, change in ownership or ownership structure, change of business operations, and/or gross receipts that exceed the program threshold. Please also note you shall be deemed to have had your certi?cation lapse and will be ineligible to participate as a WBE if you fail to ?le your request for recerti?cation within the required time period; 0 provide ?nancial or other records requested pursuant to an audit within the required time period; or notify the City of any changes affecting your ?rm?s certi?cation within 10 days of such change. Further, if you or your ?rm is found to be involved in certi?cation, bidding and/or contractual ?'aud or abuse, the City will pursue decerti?cation and debarment. And in addition to any other penalty imposed by law, any person who knowingly obtains, or knowingly assists another in obtaining, a contract with the city by falsely representing that the individual or entity, or the individual or entity assisted, is a minority- owned business or a woman-owned business, is guilty of a misdemeanor, punishable by incarceration in the county jail for a period not to exceed six months or a ?ne of not less than 000.00 and not more than $10, 000, or both. West Fuels, Inc. is listed in the City?s Directory of Minority Business Enterprises and Women Business Enterprises in the specialty area(s) of: 6003 Antifreeze 40531 Lubricants, Industrial Type 40557 Oil, Lubricating: Differential and Gear Lubricant 72033 Gasoline and Diesel Fuel Pumps, Service Station Type 1 0. SCHEDULE D-1 OF MBEIWBE GOAL IMPLEMENTATION PLAN Project Description: Collectzon and processing of blue cart: materials from households and city facilities Speci?cation Number: 91706 State of Illinois County (City) of ??939? HEREBY DECLARE AND AFFIRM that i am duly authorized representative of: Waste Management of IL. Inc . Name of Bidder and that have personally reviewed the material and facts set forth herein describing our proposed plan to achieve the goals of this contract. All MBEIWBE ?rms included in this plan have been certi?ed as such by the City of Chicago (Letters of Certi?cation Attached). I. Direct Participation of MBEIWBE Firms (Note: The bidder shall, In determining the manner of MBEIWBE participation. ?rst consider involvement with ?rms as joint venture partners, subcontractors. and suppliers of goods and services related to the performance of this contract.) A if bidder is a certi?ed MBE or WBE ?rm. attach copy of City of Chicago Letter of Certi?cation. (Certi?cation of the bidder as a MBE satis?es the MBE goal only. Certi?cation of the bidder as a WBE satis?es the WBE goal only.) 8. If bidder is a joint venture and one or more joint venture partners are certi?ed MBEs or WBEs. attach copies of Letters of Certi?cation and a copy of Joint Venture Agreement clearly describing the role of the MBEIWBE ?rm(s) and its ownership interest in the joint venture. C. 1. Name of MBEIWBE: Address: Contact Person: Phone: Dollar Amount Participation: Percent Amount of Participation: Speci?cation Number 91706. Collection and Processing of Blue Cert Materials from Households and City Facilities. Page 63 of 101 0 Schedule C-t attached? Yes No '(see next page) 2. Name of MBEJWBE: Address: Contact Person: Phone: Dollar Amount Paticipation: Percent Amount of Participation: as Schedule attached? Yes No '(see next page) 3. Name of MBEJWBE: Address: Contact Person: Phone: Dollar Amount Participation: Percent Amount of Participation: Schedule 0-1 attached? Yes No 4. Name of MBEIWBE: Address: Contact Person: Phone: Dollar Amount Participation: it. Percent Amount of Participation: Speci?cation Number 91706, Collection and Processing of Blue Cart Materials from Households and City Facilities, Page 84 of 101 Schedule C-?i attached? Yes No ?(see next page) 5. Name of MBEIWBE: Address: Contact Pemon: Phone: Dollar Amount Participation: Percent Amount of Participation: 5g, Schedule 0-1 attached? Yes No '(see next page) 6. Attach additional sheets as needed. ll. Indirect Participation of MBEIWBE Firms (Note: This section does need not to be completed if the MBEIWBE goals have been met through the direct participation outlined in Section i. if the MBEIWBE goals have not been met through direct participation, contractor will be expected to demonstrate that the proposed MBEIWBE direct participation represents the maximum achievable under the circumstances. Only after such a demonstration will indlrect participation be considered.) MBEIWBE proposed to perform work or supply goods or services where such performance does not directly relate to the performance of this contract: 14702 S. Hamlin Ave. Hidlothian. IL 60445 Address: 3 I a Phil Estrada 705.591.5201 Phone: Dollar Amount 5?50, ?30 Participation: 3" Percent Amountof 9.0 Participation: a Schedule c-1 Yes No Speci?cation Number 91706. Collection and Processing of Blue Cart Materials from Households and City Facilities. Page 65 of 101 attached? West Fuels Inc. Address: 72 S.LaGrange Rd, Suite LaGrange IL 60525 Debbie Stan Contact Person: 9 . . 0 Phone: 708 588 190 Am Diane-z" mm Percent Amount of Participation: Schedule 01 . attached? C. Name of Address: Contact Person: Phone: Dollar Amount Participation: Percent Amount of Participation: Schedule c-1 . attached? 0. Name of MBENVBE: Address: Contact Person: Phone: Dollar Amount 3 Participation: Percent Amount of Speci?cation Number 91706. Collection and Processing of Blue Cart Materials from Households and City Facilities. Page 66 of 101 Participation: Schedule c-t . attached? E. Attach additional sheets as needed. All Schedule (3-15 and Letters of Codi?cation not submitted with bid/proposal must be submitted so as to assure receipt by the Contract Administrator within ten (10) business days after bid Opening (or proposal due date). Summary of MBEIWBE Proposal: A. MBE Proposal MBE Direct Participation (from Section MBE Firm Name Dollar Amount Percent 9i: Total Direct MBE Participation 5 it MBE indirect Participation (from Section ii.) MBE Firm Name Dollar Amount Percent Petromex 530.30 9.0 95 Total indirect MBE Participation s_ 3t- ,530. 30 9 B. WBE Proposal WEE Direct Participation (from Section WBE Firm Name Dollar Amount Percent Total Direct WBE Participation WBE indirect Participation (from Section ll.) WBE Firm Name Dollar Amount Percent Speci?cation Number 91706. Collection and Processing of Blue Cart Materials from Households and City Page 67 of 101 lest: Fuels ?3 175.77 3.0 3 Total indirect WBE Participation 6.179 '77 3 Speci?cation Number 91706. Collection and Processing of Blue Cat! Materials from Households and City Facilities, Page 68 of 101 To the best of my knowledge. information and belief. the facts and representations contained in this Schedule are true. and no material facts have been omitted. The Contractor designates the following person as their MBEIWBE Liaison Of?cer: Ga. Crohan Name: ry 530.724.0400 Phone Number: i do solemnly declare and af?rm under penalties of perjury that the contents of the foregoing document are true and correct, and that i am authorized. on behalf of the Contractor. to make this affidavit. Date: i/O Signature of a?iant: Illinois State of 9 County of age This instrument was acknowledged before me on I (date) by 6+3 U6 f) (name Is of personls) as 441mg l/lC/E. of authority. officer, trustee. etc.) of 01F L) (name of party on behalf of whom instrument executed) Notary Public Signature: 8mm (Seal) Commission Expires: .3 3) Of?cial Seal Barbara Corriero Notary Public State of Illinois 4-: My Commission Expires 12/03120' '4 L. Speci?cation Number 91706, Collection and Processing of Blue Cart Materials from Households and City Facilities. Page 69 of 101 11. DBEIMBENVBE UTILIZATION REPORT NOTICE: THIS REPORT IS NOT TO BE COMPLETED AT THE TIME OF BID OR PROPOSAL SUBMISSION. IF AWARDED A CONTRACT WITH AN APPROVED DBEIMBENVBE PLAN, THE PRIME CONTRACTOR WILL BE REQUIRED TO SUBMIT THIS REPORT IN ACCORDANCE WITH THE REPORTING REQUIREMENTS STATED IN THE SPECIAL CONDITION REGARDING DISADVANTAGED OR MINORITY AND WOMEN BUSINESS ENTERPRISE COMMITMENT. Contract Administrator: Speci?cation Number: 91706 Phone Number: Contract Number: Date of Award: Utilization Number: Project Description: Collection and Processing of Blue Cart Materials from Households and City Facilities STATE OF: I COUNTY (CITY) OF: I In connection with the above-captioned contract: I HEREBY DECLARE AND AFFIRM that I am the (Title Print or Type) and duly authorized representative of (Name of Company - Print or Type) (Address of Company) (Phone) and that the following Disadvantaged, Minority and Women Business Enterprises have been contracted with, and have furnished, or are furnishing and preparing materials for, and rendering services stated in the contract agreement. The following Schedule accurately reflects the value of each DBEIMBENVBE sub?agreement and the amounts of money paid to each to date. DBEIMBEIWBE Indicate Type of Firm Amount of Amount Paid Firm Name (DBEIMBEIWBE) Contract To-Date Amount Billed to City: Amount Paid to Prime Contractor:$ Specification Number 91706, Collection and Processing of Blue Cart Materials from Households and City Facilities, Page 70 of 101 Mil For each and/or WBE listed on this report, brie?y describe the work or goods/services provided in relation to this contract. (Indicate line items, if applicable) Name Description of Work/Services And/or Goods Provided Speci?cation Number 91706, Collection and Processing of Blue Cart Materials from Househol ds and City Facilities, Page 71 of 101 plA i do solemnly declare and affirm under the penalties of perjury that the contents of the foregoing document are true and correct, and that i am authorized, on behalf of the Contractor, to make this af?davit. Name of Contractor: (Print or Type) Signature: (Signature of Af?ant) Name of Affiant: (Print or Type) Date: (Pn'nt or Type) State of County (City) of This instrument was acknowledged before me on (date) by name/s of person/s) as (type of authority, of?cer, trustee, etc.) of (name of party on behalf of whom instrument was executed). Notary Public Signature: (Seal) Commission Expires: Speci?cation Number 91706, Collection and Processing of Blue Cart Materials from Households and City Facilities, Page 72 of 101 12. DETAILED SPECIFICATIONS 12.1 . SCOPE The City of Chicago is requesting proposals for the collection and processing of Blue Cart Materials from Blue Carts to be located at Service Locations in accordance with the terms and conditions of this speci?cation. This description of Services is intended to be general in nature and is neither a complete description of Contractor's Services nor a limitation on the Services that Contractor is to provide under this Agreement. The City of Chicago has the right to modify the contract by adding or deleting service levels as required, and adding or deleting locations and will amend the contract as needed. 12.2. BLUE CART MATERIAL COLLECTION REQUIREMENTS Collection The Contractor will be required to collect and recycle Blue Cart Material in Blue Carts from Residential Service Locations, City Facilities, and up to 200 additional City-designated collection points throughout each Service Area. The Contractor will be responsible for emptying Blue Carts from exterior areas at the designated Service Locations. Contractor shall remove all collected materials from Blue Cart Containers under this proposal. Blue Carts may be located at the curbside or within the alleyway at Residential Service Locations. Blue Carts may be located at the dock area or othenivise near City Facilities. The Contractor shall collect Blue Cart Materials from a maximum of six (6) Blue Carts per City Facility. The Contractor will not be required to provide equipment such as plastic recycling bins, deskside recycling containers, or any other equipment normally used to collect recyclables inside a facility as part of this speci?cation. Processing Contractor must take Blue Cart Materials to a Materials Recycling Facility (MRF) or intermediate Processing Facility for the separation and Recycling of Recyclable Material from Residual Material. The Contractor shall obtain written approval from the City for facilities used by the Contractor where Residual Materials will be disposed. Contractor shall submit any requests for approval a minimum of 45 days prior to the initial use of the facility. included in the request shall be the following: Regulatory compliance history for the facility for the last ten years Copies of all applicable permits Copies of all Notices of Violation in the past ten years Copies of all Non~Compliance Notices in the past five years Approval will not be unreasonably withheld. Refer to Section for additional information. Level of Service Blue Cart Materials from Service Locations shall be collected every two weeks. Blue Cart Materials from City Facilities shall be collected every two weeks. More frequent collection shall be at the discretion of the Contractor. No additional compensation will be paid for extra collections. Collection will be from Blue Carts only. The collection of Recyclable Materials from City Facilities with dumpsters, compactors, or other recycling containers is not included in this Agreement. Contamination Loads may be rejected for gross contamination. The Contractor shall be required to implement a sticker system for any materials placed in Blue Carts that are not collected due to gross contamination. The sticker should identify why such materials were not collected. The Contractor shall provide an example of the sticker system to the City for advance approval 30 days prior to the Contractor's services being implemented. The Contractor shall notify the City of Service Locations that have been stickered for non-compliance within twenty?four (24) hours of Speci?cation Number 91706. Collection and Processing of Blue Cart Materials from Households and City Facilities, Page 73 of 101 the Contractor identifying the non-compliance. Bulk Collection at City Facilities Contractor shall allow for up to ?fty (50) events per year where bulk Recyclable Materials are collected from a City Facility. The City will coordinate with the Contractor prior to each collection and will typically provide at least seven (7) Calendar Days prior notice. 12.3. GENERAL OPERATING REQUIREMENTS The Contractor shall provide the Services in compliance with all applicable governmental laws, rules, regulations and permits. Except as speci?cally identi?ed in this Agreement, the Contractor shall pay all costs and expenses incurred with respect to the services to be provided pursuant to this Agreement. The Contractor shall possess all City and State licenses required to collect and transport recyclables. The Contractor shall perform all Services rendered hereunder in a neat, thorough, and workmanlike manner, without supervision by the City. The Contractor shall leave the areas surrounding each serviced container free of trash, recyclables, and debris. The Contractor must remove any loose cardboard containers from on or around the Blue Carts at City Facilities at no additional cost to the City. The Contractor shall take all reasonable actions to avoid damage as a result of its and any Subcontractors' Operations to existing sidewalks, curbs, streets, alleys, pavements, utilities, adjoining property, the work of separate contractors, and the property of the City and others. The Contractor shall repair any damage thereto specifically caused by the Contractor or its Subcontractors' operations. The Contractor shall also leave all property described in the preceding sentence in a clean and condition. The Contractor shall use care and diligence in the performance of all speci?ed services and shall provide neat, orderly, uniformed and courteous employees and personnel on its crews. The Contractor shall, in a manner consistent with applicable law, meet insurance requirements and recognized safety practice. The Contractor shall establish and maintain appropriate safety procedures for the services provided. The Contractor shall provide the City with copies of all reports ?led with govemmentai authorities having jurisdiction over safety standards and procedures, including, without limitation, reports ?led with the Occupational Safety and Health Administration. The Contractor shall take reasonable precautions for the safety of and shall provide reasonable protection to prevent damage, injury, or loss to employees performing the Services and other persons who may be affected thereby. The Contractor shall be responsible for the acts of its employees and agents while on the listed building premises. Accordingly, the Contractor agrees to take all necessary measures to prevent injury and loss to persons or property located on the listed building premises. Contractor shall be responsible for all damages to persons or prcperty caused by Contractor or any of its agents or employees. Contractor shall repair, to the speci?cations of the City of Chicago, any damage that it, or its employees or agents, may cause to the listed building premises or equipment; on Contractor's failure to do so within the timeframe established by the City of Chicago, the City of Chicago may repair such damage and Contractor shall reimburse the City of Chicago for the cost of repair. It is the Contractor?s responsibility to have equipment of suitable type, and in proper condition to operate and maintain uninterrupted schedules. The Contractor shall maintain collection vehicles in a clean and safe working condition. The collection vehicles must be clearly marked with the contractor?s name and logo. The Contractor agrees that in the event of an accident of any kind, Contractor will immediately notify the City of Chicago Department of Environment Commissioner and thereafter furnish a full written report of such accident. Speci?cation Number 91706, Collection and Processing of Blue Cart Materials from Households and City Facilities, Page 74 of 101 12.4. PHASING OF SERVICES Phase 1 Area Collection Service Beginning July 1, 2011, Contractor shall collect Blue Cart Materials from all Residential Service Locations and City Facilities in the Phase 1 Area. Phase 2 Area Collection Service Beginning November 1, 2011, Contractor shall collect Blue Cart Materials from all Residential Service Locations in the Phase 2 Area and from all City Facilities and up to two hundred (200) additional City-designated collection points in the Service Area. Prior to the start of Service in the Phase 2 Area, the Contractor shall deliver Blue Carts to Service Locations within the Phase 2 Area with City-provided Blue Carts. The Contractor shall install tags and deliver Blue Carts to City Facilities as part of Phase 2. Expansion Area Collection Service As directed by the Commissioner, with 90 days prior written notice, Contractor shall collect Blue Cart Materials from all Service Locations in the Expansion Area or portion therein. Prior to the start of Service in the Expansion Area or portion therein, the Contractor shall deliver Blue Carts to Service Locations within the Expansion Area with City-provided Blue Carts. 12.5. BLUE CART DISTRIBUTION AND REPLACEMENT Blue Cart Distribution Policy Blue Carts shall be delivered as follows: Single-family households shall receive one Blue Cart Two-?at buildings shall receive two Blue Carts Three and four-?at buildings shall receive three Blue Carts City Facilities shall receive up to six (6) Blue Carts The 200 additional City-designated collection points shall receive up to six (6) Blue Carts Additional Blue Carts shall be delivered upon the City?s request after the initial distribution not to exceed the following maximums, not to exceed 1% of the total number of Blue Carts in the Phase 1 Area and not to exceed 3% of the total number of Blue Carts distributed in any Phase 2 Area or Expansion Area: Single-family households shall receive up to two Blue Carts Two-?at buildings shall receive up to three Blue Carts Three and four-?at buildings shall receive up to four Blue Carts No additional compensation will be paid to the Contractor if additional Blue Carts are distributed to Residential Service Locations in accordance with the above limits. The City-provided Blue Carts will be available for pickup by the Contractor at designated locations in the City. All Blue Carts delivered by the Contractor shall be delivered to the front of the Residential Service Location or as directed by the City for City Facilities. Contractor shall not remove refuse (black) carts from Service Locations. Contractor shall install RFID tags on all Blue Carts deployed as part of Phase 2. tag information shall be collected at the time of Cart deployment and reported as described in Section 12.10 Data Tracking and . Replacement of Blue Carts Contractor shall replace all unserviceable Blue Carts with City-provided Blue Carts for the duration of this Agreement. Unserviceable Blue Carts shall be delivered by the Contractor to the designated locations within the City. 12.6. TITLE TO BLUE CART MATERIAL Upon Contractor's collection of the Blue Cart Materials, the City will not assert any ownership rights with respect to such materials (and will not assert any rights to any revenues derived from the sale thereof); likewise, contractor will, at that Speci?cation Number 91706, Collection and Processing of Blue Cart Materials from Households and City Facilities, Page 75 of 101 time, assume all costs, expenses, and liabilities with respect to such materials, including, without limitation, costs for processing and/or disposal of such materials as permitted by this Agreement. 12.7. CUSTOMER SERVICE REQUIREMENTS Contractor shall distribute a pamphlet to all Service Locations within the ?rst thirty (30) days of the Agreement and no later than thirty (30) days prior to commencing Services. The pamphlet shall describe the Services to be provided by the Contractor, a map of the collection days of the Services (including Holiday collection schedule). and a 1-800 telephone number, email and web site address where residents can request assistance or receive additional information on the Services. Contractor shall maintain an of?ce and a 1-800 telephone number for the receipt of service and complaint calls, and shall be available for such calls on all working days from 8:00 am. to 5:00 pm. CST. Any complaints must be given prompt and courteous attention, and in case of missed scheduled collections, the Contractor shall investigate; and if veri?ed, shall arrange for collection of such recyclables within forty?eight (48) hours after the complaint is received. Contractor shall provide the City the collection routes for City approval. The routes can change with City approval no more than once per year. Contractor must send a day of service noti?cation to all residents within 45 days of the start of Services and prior to any route changes. The Contractor shall distribute annual mailings to reinforce the program details, which will include an annual calendar of the pickup schedule. The Contractor may do additional outreach at their own expense, however all materials shall be pre-approved by the City. Contractor must work with the City in promotion of the City?s recycling programs including waste reduction. The Contractor will provide feedback and suggestion for increasing recycling at City Facilities. The Contractor will develop strategies for streamlining and standardizing the transition process. 12.8. DATA TRACKING AND REPORTING The Contractor will weigh all Blue Cart Material collected by the Contractor and report this data to the City in a form approved by the City. Contractor shall provide a Customer Service report to the City. This report shall identify the number of inquiries the Contractor has received from residents, the type of inquiries, the nature of the inquiry, and the time needed to resolve the resident's concern. The report must also provide the names, addresses, and phone numbers or email addresses of those residents calling the Contractor so that the City may randomly survey those residents. Contractor shall provide and maintain a database for the City that includes the association information from the RFID tags. The database must include each container?s RFID tag number, serial number, date of manufacture, location of manufacture, cart size, cart type, date of delivery, date of start of Service, and Service Location address for all Blue Carts within the Phase 2 Area and Expansion Area. It is expected that the Contractor will maintain this database for the contract period and provide additional association information for future container purchases by the City. The database shall be updated as replacement Blue Carts are delivered to Service Locations. Contractor must submit to the City, as part of its invoice for the previous Billing Month, at a minimum, the following operating data by Service Area: Weight of all Blue Cart Materials collected - Number of Blue Carts delivered to new Service Locations Number of replacement Blue Carts delivered to Service Locations Number of Service Locations and Blue Carts where service has been cancelled A report detailing ultimate recycling location and weight of all Blue Cart Material collected by material type The percentage of residual material not recycled from the collected Blue Cart Material (contamination rate) 12.9. PERSONNEL The Contractor shall employ quali?ed personnel, all of whom shall be licensed as required by law, in suf?cient number to provide the Services speci?ed under this Agreement. Staf?ng Contractor must ensure that the appropriate number of hourly and salaried employees consistent with good Speci?cation Number 91706, Collection and Processing of Blue Cart Materials from Households and City Facilities, Page 76 of 101 of Recyclable Materials must be appropriately trained in accordance with all applicable rules, regulations, ordinances, laws, and good management and industry standards and practices, and be fully equipped, licensed as necessary, available as needed, quali?ed, and assigned exclusively to perform the obligations of Contractor hereunder. Maw Within 30 days after execution of this Agreement, Contractor must provide a Key Personnel list; the list may be revised from time to time by substitution of personnel subject to prior written consent of the City. Contractor may not reassign or replace Key Personnel without the written consent of the City. The City may at any time notify Contractor in writing that the City will no longer accept performance of the Services by one or more Key Personnel. Upon such notice, Contractor must immediately cease to assign that Person or those Persons to perform the Services and must replace such Persons in accordance with this Section. Labor Relations 12.10. WASTE STUDY Contractor must accommodate the City in any waste study the City may wish to perform, such as a waste sort, by providing ample space at a local facility and coordinating with City staff. The Contractor shall reimburse the City for the cost of conducting a waste study of the Blue Cart Material collected by the Contractor. The every-other-year cost of this study shall not exceed $20,000 per Service Area. There will be no more than two audits conducted during the Contract Period. 12.11. OPERATING LEGAL HOLIDAYS Contractor must collect Blue Cart Materials so that no person shall undertake or cause the loading, unloading, opening, closing, or other handling of boxes, crates, containers, building, materials, garbage cans, dumpsters, or similar objects between the hours of 10:00 PM. and 7:00 AM. in such a manner as to cause a noise disturbance within a residential district or within a noise sensitive zone. Contractor may adjust by one 1) Calendar Day fonlvard its collection schedule for Blue Cart Material the Day after a Holiday. 12.12. GOVERNMENTAL SANITATION DISCLAIMER OF WARRANTIES BY CITY Contractor acknowledges that the City has entered into this Agreement solely in its governmental capacity to ful?ll the function of collecting and processing Blue Cart Material in a safe and environmentally responsible manner. Furthermore, the City and Contractor agree that the Blue Cart Material becomes the property of Contractor and ceases to be the property of the City at the time of collection by the Contractor. 12.13. CONFIDENTIALITY All Deliverables and reports, data, ?ndings or information in any form prepared, assembled or encountered by or provided by Contractor under this Contract are property of the City and are con?dential, except as speci?cally individual or organization without the prior written consent of the City. Contractor must implement such measures as may be necessary to ensure that its staff and its Subcontractors are bound by the con?dentiality provisions contained in this Contract. Contractor must not issue any publicity news releases or grant press interviews, and except as may be required by law Speci?cation Number 91706, Collection and Processing of Blue Cart Materials from Households and City Facilities, Page 77 of 101 during or after the performance of this Contract, disseminate any information regarding its Services or the project to which the Services pertain without the prior written consent of the Commissioner of the Department of Environment. If Contractor is presented with a request for documents by any administrative agency or with a subpoena duces tecum regarding any records, data or documents which may be in Contractor's possession by reason of this Contract, Contractor must immediately give notice to the Commissioner and the Corporation Counsel for the City with the understanding that the City will have the opportunity to contest such process by any means available to it before the records or documents are submitted to a court or other third party. Contractor, however, is not obligated to withhold the delivery beyond the time ordered by the court or administrative agency, unless the subpoena or request is quashed or the time to produce is otherwise extended. 12.14. EXCEPTIONS Any deviations from these speci?cations must be noted on the Proposal Page or pages attached thereto, with the exact nature of the change outlined in suf?cient detail. The reason for which deviations were made should also follow if not self-explanatory. Failure of a bidder to comply with the terms of this paragraph may be cause for rejection. The City reserves the right to disqualify bids which do not completely meet outlined Speci?cations. The impact of exceptions to the Speci?cation will be evaluated by the City in determining its need. Speci?cation Number 91706, Collection and Processing of Blue Cart Materials from Households and City Facilities, Page 78 of 101 13. PROPOSAL PAGES Speci?cation Number 91706, Collection and Processing of Blue Cart Materials from Households and City Facilities, Page 79 of 101 WASTE MANAGEMENT Illinois Market Area 1141 Opus Place, Suite 400 Downers Grove, IL 60515 (630) 724-8400 March 9, 2011 Ms. Stacy Stewart Department of Procurement Services City of Chicago Bid and Bond Room 121 North LaSalle Street, Room 301 Chicago, Illinois 60602 Re: 60 Day Price Hold Collection and Processing of Blue Cart Materials from Households and City Facilities Speci?cation No. 91706 Dear Ms. Stewart: This letter is to con?rm that Waste Management will hold the prices as quoted in our submittal dated January 11, 201 1. Please let me know if there are any questions or if there is anything else you may need. I look forward to hearing from you soon. Sincerely, MM Michael Brink Public Sector Representative City of Chicago P001350 Catalog RFQ - Lines by Group RFQ Header Information COLLECTION AND PROCESSING OF BLUE CART MATERIALS FROM HOUSEHOLDS AND Please Respond By 111 212011 RFO Description CITY FACILITIES RFQ Number 3566 Special Instructions 072-2005 DEPARTMENT OF Ship To Location ENVIRONMENT Your Quote is Effective as of 1/12/2011 For More Information Please Contact STACY STEWART RFQ Status Active 312-744-2681 Bileroposal pricing for all commodity andior service line Items must be based on the standard unit of measure indicated below. Pricing on alternate units of amen?: may not be aicckepmd. Unit costs must be limited to three decimal places. Each quote must be signed and unit price, extended price and total price must ty or written Quotes on ?or equal" items must be identi?ed as "alternate" to speci?ed item on the comment line. If quoting an alternate. indicate manufacturer name. moda?lylr??cata?l'og nag; and attach descriptive literature. Alternate items may not be accepted. Any exceptions to items speci?ed or other terms must be do icate on . RFQ Header Details Contract Type WORK SERVICES I FACILITIES MAINT. Speci?cation 91706 Target Market N0 Procurement Type BID Advertise Date 11I2212010 Bid Deposit Required YES WEB BID Edit Rules GROUP Compliance Of?cer Compliance Type Description Percentage Type Dear: Required 96 Minority Owned Business Enterprise Target Percentage Rate 9.00 Women Owned Business Enterprise Target Percentage Rate 3.00 "lo Run Tune: 01106!? 08:48:48 Sped 91706 Page 1 of 2 M. 30c? City of Chicago Puoasc Catalog RFQ - Lines by Group mw mn%% 42m 3075 3 (NM) 3 WA) 2.73 33,961.15 (??1173 A@@Ef?am 15 Group GROUP A Total Group Extended Price 53723 WA) 5 (HA) - 2-54 149,156.12 6mm snows Total emupemmd Price 5 149: 156 - 42 .- Troupe Each 32169 $2.80 (MIA) VF .1 GROUPC TotalGloupExtandedP?ce 90:073-20 ?ns? 0 Each 44514 I: (WA) RIVA) 2.91 @fa 3 $129,826. Total Group Extended Price I lm Totalempemndedmca 359.056.47 Each 3 (MIA) 3 (mm 2.36 92,701. r. whim": ?f A@p? MB A - \?17 1. 1 Group GROUPF TotaleupExtondadece $82,701.48 Total Price Lu Spec: 91706 Pace 2 of 2 Run Time: 01 [06111 00:48:48 14. ADDITIONAL PROPOSAL INFORMATION 14.1. PERSON TO CONTACT REGARDING BID ADDRESS: 1411 Opus Place, Sulte 400 Downers Grove, IL 60515 14.2. REFERENCES Bidder must demonstrate sufficient capacity of waste handling services as Speci?ed herein. Therefore. the Bidder must submit the following information at the time of bid. Bidder must demonstrate experience with the collection of waste and/or recyclable material from single family and low density multi-family homes with curbside or alley pick up within the past ten (10) years. The Bidder shall provide a minimum of three references which shall include the largest contract held as well as the two most recent contracts. The list must include the following information: Reference No.1 City of Elgin ADDRESS: 150 Dexter Court, Elgln IL 50120 CONTACT: Dave Lawry PHONE: 847-931?5980 DESCRIPTION RESidential waste, recycling and yard waste services PERFORMED: 2?04 ?30 Present Elgin, IL PROJECT LOCATION: DOLLARVALUE OF WORK: 3 aPPIOXimately $5 million per year NUMBER OF HOUSEHOLDS SERVICED: 29: 853 Reference No. 2 COMPANYICLIENT: City of Joliet ADDRESS: 150 West Jefferson St. Joliet IL 60432 CONTACT: Tom Thanas PHONE: 815-724-3730 DESCRIPTION OFWORK: Reeldentlal waste, and yard waste services PERFORMED: 2?07 to present PROJECT Joliet, IL DOLLAR VALUE OF WORK: 5 APPmXimatelY $10 million per year NUMBER OF HOUSEHOLDS SERVICED: 45- 000 Speci?cation Number 91706. Collection and Processing of Blue Cart Materials from Households and City Facilities, Page 80 of 101 Reference No. 3 COMPANYICLIENT: Village Of Lombard 255 E. Wilson St. Lombard IL 60148 ADDRESS: CONTACT: Carl PHONE: 630?620?5766 DESCRIPTION OFWORK: Residentlal waste, and yard waste serv1ces PERFORMED: 2001 - present PROJECTLOCATION: Lombard' IL DOLLAR VALUE OFWORK: 9; Approximately $5 million per year NUMBER OF HOUSEHOLDS SERVICED: 11, 0 0 0 The Bidder?s failure to furnish the above information will result in the disqualification of the Bidder. 14.3. COMMENTS (EXPLAIN) Speci?cation Number 91706. Collection and Processing of Blue Cart Materials from Households and City Facilities. Page 81 of 101 15. AFFIDAVIT OF CHICAGO BUSINESS If this is a competitively bid Contract, a Chicago business preference may be appiicebie. Faiiure to complete and submit this form with the bid at the time of Bid Opening wiil be cause for rejection of the bid for being non-responsive. 1. Is bidder a "Chicago Business? as de?ned in the Special Conditions. Chicago Business Preference language? Yes No 2. Street address of principal place of business: 1411 Opus Place, Suite 400 Downers Grove, IL 60515 3. How many persons are currently employed by bidder? 1 90? 4. How many of bidder's current employees work at City of Chicago locations? 5. is bidder subject to City of Chicago taxes? Yes No Steve Batchelor Printed Name: Area Vice President Title: County of DuPage State of IllanlS Acknowledged under oath on (date) I Before me by 6+3i/e Bait/1 As (title) Wed. i/i Pres {5114774, of(?rrn) Waste Management of IL Inc. Notary Public Signature: Bar?m (Seal) Of?cial Seal Barbara Corriero 01/ Commission Note Pubiic State oflliInOIs Expires: . 3 ,5 MyCommission Expires 1 . Speci?cation Number 91706, Collection and Processing of Blue Cart Materials from Households and City Facilities, Page 82 of 101 16. AFFIDAVIT CONCERNING SECTION 1-23-010 OF THE MUNICIPAL CODE OF CHICAGO The Contractor (the hereby certi?es and declares as follows: 1. Neither the Af?ant nor any Controlling Person (as de?ned below) of the Af?ant has ever been convicted or in custody, under parole or under any other non-custodial supervision resulting from a conviction in a court of any jurisdiction for the commission of a felony of any kind, or of a criminal offense of whatever degree, involving; bribery or attempted bribery, or its equivalent under any local, state or federal law, of any public officer or employee of the City of Chicago (the ?City") or of any Sister Agency (as de?ned below); or theft, fraud, forgery, perjury, dishonesty or deceit, or attempted theft, fraud, forgery, perjury, dishonesty or deceit, or its equivalent under any local, state or federal law against the City or any Sister Agency; or conspiring to engage in any of the acts set forth in items or of this Section. 2. Neither the Af?ant nor any Controlling Person of the Affiant has made in any civil or criminal proceeding an admission of guilt of any of the conduct set forth in items through inclusive, of Section 1 above, under circumstances where such admission of guilt is a matter of record but has not resulted in criminal prosecution for such conduct 3. Neither the Af?ant nor any Controlling Person of the Af?ant is charged with or indicted for any felony or criminal offense set forth in items through inclusive, of Section 1 above. Such ineligibility shall remain in effect until ?nal adjudication is made with respect to such felony or criminal offense. As used herein, ?Controlling Person? shall mean any person who (1) is an of?cer, director, limited liability company manager, managing member, partner, general partner or limited partner of any business entity; or (2) owns, directly or indirectly through one or more intermediate ownership entities, more than 7.5% of the ownership interest in any business entity or (3) controls, directly or indirectly through one or more intermediate ownership entities, the day?to-day management of any business entity. lndicia of control include, without limitation: interlocking management or ownership; identity of interests among family members; shared facilities and equipment; common use of employees; or organization of a business entity following the ineligibility of a business entity under this section, using substantially the same management, ownership or principals as the ineligible entity. As used herein, ?Sister Agency" shall mean (1) the Board of Education of the City of Chicago; (2) Chicago Park District (3) Chicago Transit Authority (4) Community College District No. 508, Cook County, Illinois; (5) Chicago Housing Authority or (6) the Public Building Commission of Chicago. Under penalty of perjury, the person signing below: (1) warrants that helshe is authorized to execute this Af?davit on behalf of the Af?ant, and (2) warrants that all certi?cations and statements contained in this Af?davit are true, accurate and complete as of the date hereof. Nota MaMme/ri' 0.9 an; . ry (Print of type (game of ctor) Signed and sworn to before me on (date) I By: at County, I State. (Sisrr'here) VJ . ?at/MM. QGWQ . ta bl' (Print or type name of person signing) *3 Commission expires: [527/ 3/13 ?fty? YA. (Print or type title of person signing) Seal: Barbara Corriero Notary Public State of minors. My Commission Expires 12/0312. Speci?cation Number 91706, Collection and Processing of Blue Cart Materials from Households and City Facilities, Page 83 of 101 17. PREVAILING WAGE RATES FOR COOK COUNTY Cook County Prevailing Wage for December 2010 Trade Name RG TYP Base FRMAN OSA OSH Pensn Vac ASBESTOS ALL 35.200 35.700 1.5 1.5 2.0 9.130 8.370 0.000 0.400 ASBESTOS ABT-MEC BLD 31.540 0.000 1.5 1.5 2.0 9.670 9.610 0.000 0.620 BOILERMAKER BLD 43.020 46.890 2.0 2.0 2.0 6.720 9.890 0.000 0.350 BRICK MASON BLD 39.030 42.930 1.5 1.5 2.0 8.800 10.67 0.000 0.740 CARPENTER ALL 40.770 42.770 1.5 1.5 2.0 9.840 9.790 0.000 0.490 CEMENT MASON ALL 41.850 43.850 1.5 1.5 2.0 8.600 9.810 0.000 0.220 CERAMIC TILE FNSHER BLD 33.600 0.000 2.0 1.5 2.0 6.950 8.020 0.000 0.540 COMM. ELECT. BLD 36.440 38.940 1.5 1.5 2.0 8.420 8.910 0.000 0.700 ELECTRIC PWR EQMT OP ALL 40.850 46.430 1.5 1.5 2.0 10.27 12.98 0.000 0.310 ELECTRIC PWR ALL 31.860 46.430 1.5 1.5 2.0 8.010 10.13 0.000 0.240 ELECTRIC PWR LINEMAN ALL 40.850 46.430 1.5 1.5 2.0 10.27 12.98 0.000 0.310 ELECTRICIAN ALL 40.400 43.000 1.5 1.5 2.0 13.83 7.420 0.000 0.750 ELEVATOR CONSTRUCTOR BLD 46.160 51.930 2.0 2.0 2.0 10.03 9.460 2.770 0.000 FENCE ERECTOR ALL 32.660 34.660 1.5 1.5 2.0 10.67 10.00 0.000 0.500 GLAZIER BLD 38.000 39.500 1.5 2.0 2.0 10.19 13.64 0.000 0.790 INSULATOR BLD 42.050 44.550 1.5 1.5 2.0 9.670 10.81 0.000 0.620 IRON WORKER ALL 40.750 42.750 2.0 2.0 2.0 12.45 17.09 0.000 0.300 LABORER ALL 35.200 35.950 1.5 1.5 2.0 9.130 8.370 0.000 0.400 LATHER ALL 40.770 42.770 1.5 1.5 2.0 9.840 9.790 0.000 0.490 MACHINIST BLD 43.160 45.160 1.5 1.5 2.0 7.640 8.700 0.000 0.000 MARBLE FINISHERS ALL 29.100 0.000 1.5 1.5 2.0 8.800 10.67 0.000 0.740 MARBLE MASON BLD 39.030 42.930 1.5 1.5 2.0 8.800 10.67 0.000 0.740 MATERIAL TESTER I ALL 25.200 0.000 1.5 1.5 2.0 9.130 8.370 0.000 0.400 MATERIALS TESTER II ALL 30.200 0.000 1.5 1.5 2.0 9.130 8.370 0.000 0.400 MILLWRIGHT ALL 40.770 42.770 1.5 1.5 2.0 9.840 9.790 0.000 0.490 OPERATING ENGINEER BLD 1 45.100 49.100 2.0 2.0 2.0 11.70 8.050 1.900 1.150 OPERATING ENGINEER BLD 2 43.800 49.100 2.0 2.0 2.0 11.70 8.050 1.900 1.150 OPERATING ENGINEER BLD 3 41.250 49.100 2.0 2.0 2.0 11.70 8.050 1.900 1.150 OPERATING ENGINEER BLD 4 39.500 49.100 2.0 2.0 2.0 11.70 8.050 1.900 1.150 OPERATING ENGINEER BLD 5 48.850 49.100 2.0 2.0 2.0 11.70 8.050 1.900 1.150 OPERATING ENGINEER BLD 6 46.100 49.100 2.0 2.0 2.0 11.70 8.050 1.900 1.150 OPERATING ENGINEER BLD 7 48.100 49.100 2.0 2.0 2.0 11.70 8.050 1.900 1.150 OPERATING ENGINEER FLT 1 51.300 51.300 1.5 1.5 2.0 11.70 8.050 1.900 1.150 OPERATING ENGINEER FLT 2 49.800 51.300 1.5 1.5 2.0 11.70 8.050 1.900 1.150 OPERATING ENGINEER FLT 3 44.350 51.300 1.5 1.5 2.0 11.70 8.050 1.900 1.150 OPERATING ENGINEER FLT 4 36.850 51.300 1.5 1.5 2.0 11.70 8.050 1.900 1.150 OPERATING ENGINEER HWY 1 43.300 47.300 1.5 1.5 2.0 11.70 8.050 1.900 1.150 OPERATING ENGINEER HWY 2 42.750 47.300 1.5 1.5 2.0 11.70 8.050 1.900 1.150 OPERATING ENGINEER HWY 3 40.700 47.300 1.5 1.5 2.0 11.70 8.050 1.900 1.150 OPERATING ENGINEER HWY 4 39.300 47.300 1.5 1.5 2.0 11.70 8.050 1.900 1.150 OPERATING ENGINEER HWY 5 38.100 47.300 1.5 1.5 2.0 11.70 8.050 1.900 1.150 OPERATING ENGINEER HWY 6 46.300 47.300 1.5 1.5 2.0 11.70 8.050 1.900 1.150 OPERATING ENGINEER HWY 7 44.300 47.300 1.5 1.5 2.0 11.70 8.050 1.900 1.150 ORNAMNTL IRON WORKER ALL 40.200 42.450 2.0 2.0 2.0 10.67 14.81 0.000 0.500 PAINTER ALL 38.000 42.750 1.5 1.5 1.5 9.750 11.10 0.000 0.770 PAINTER SIGNS BLD 31.740 35.640 1.5 1.5 1.5 2.600 2.540 0.000 0.000 PILEDRIVER ALL 40.770 42.770 1.5 1.5 2.0 9.840 9.790 0.000 0.490 PIPEFITTER BLD 43.150 46.150 1.5 1.5 2.0 8.460 9.850 0.000 1.770 PLASTERER BLD 39.250 41.610 1.5 1.5 2.0 10.60 10.69 0.000 0.550 PLUMBER BLD 44.000 46.000 1.5 1.5 2.0 9.860 7.090 0.000 1.030 ROOFER BLD 37.650 40.650 1.5 1.5 2.0 7.750 6.570 0.000 0.430 Speci?cation Number 91706, Collection and Processing of Blue Cart Materials from Households and City Facilities, Page 84 of 101 SHEETMETAL WORKER BLD 40.460 43.700 1.5 1.5 2.0 9.830 16.25 0.000 0.630 SIGN HANGER BLD 28.960 29.810 1.5 1.5 2.0 4.700 2.880 0.000 0.000 SPRINKLER FITTER BLD 49.200 51.200 1.5 1.5 2.0 8.500 8.050 0.000 0.450 STEEL ERECTOR ALL 40.750 42.750 2.0 2.0 2.0 10.95 15.99 0.000 0.300 STONE MASON BLD 39.030 42.930 1.5 1.5 2.0 8.800 10.67 0.000 0.740 TERRAZZO FINISHER BLD 35.150 0.000 1.5 1.5 2.0 6.950 10.57 0.000 0.430 TERRAZZO MASON BLD 39.010 42.010 1.5 1.5 2.0 6.950 11.91 0.000 0.510 TILE MASON BLD 40.490 44.490 2.0 1.5 2.0 6.950 9.730 0.000 0.610 TRAFFIC SAFETY WRKR HWY 24.300 25.900 1.5 1.5 2.0 3.780 1.875 0.000 0.000 TRUCK DRIVER ALL 1 30.700 31.350 1.5 1.5 2.0 6 750 5.450 0.000 0.150 TRUCK DRIVER ALL 2 30.950 31.350 1.5 1.5 2.0 6 750 5.450 0.000 0.150 TRUCK DRIVER ALL 3 31.150 31.350 1.5 1.5 2.0 6 750 5.450 0.000 0.150 TRUCK DRIVER ALL 4 31.350 31.350 1.5 1.5 2.0 6 750 5.450 0.000 0.150 TRUCK DRIVER ALL 1 32.550 33.100 1.5 1.5 2.0 6.500 4.350 0.000 0.000 TRUCK DRIVER ALL 2 32.700 33.100 1.5 1.5 2.0 6.500 4.350 0.000 0.000 TRUCK DRIVER ALL 3 32.900 33.100 1.5 1.5 2.0 6.500 4.350 0.000 0.000 TRUCK DRIVER ALL 4 33.100 33.100 1.5 1.5 2.0 6 500 4.350 0.000 0.000 TUCKPOINTER BLD 39.200 40.200 1.5 1.5 2.0 7 830 10.25 0.000 0.770 Legend: (Overtime is required for any hour greater than 8 worked each day, Monday through Friday. OSA (Overtime is required for every hour worked on Saturday) OSH (Overtime is required for every hour worked on Sunday and Holidays) (Health Welfare Insurance) Pensn (Pension) Vac (Vacation) (Training) Explanations COOK COUNTY The following list is considered as those days for which holiday rates of wages for work performed apply: New Years Day, Memorial Day, Fourth of July, Labor Day, Thanksgiving Day, Christmas Day and Veterans Day in some classifications/counties. Generally, any of these holidays which fall on a Sunday is celebrated on the following Monday. This then makes work performed on that Monday payable at the appropriate overtime rate for holiday pay. Common practice in a given local may alter certain days of celebration. If in doubt, please check with IDOL. TRUCK DRIVERS (WEST) - That part of the county West of Barrington Road. EXPLANATION OF CLASSES ASBESTOS GENERAL removal of asbestos material/mold and hazardous materials from any place in a building, including mechanical systems where those mechanical systems are to be removed. This includes the removal of asbestos materials/mold and hazardous materials from ductwork or pipes in a building when the building is to be demolished at the time or at some close future date. ASBESTOS MECHANICAL removal of asbestos material frOm mechanical systems, such as pipes, ducts, and boilers, where the mechanical systems are to remain. CERAMIC TILE FINISHER The grouting, cleaning, and polishing of all classes of tile, whether for interior or exterior purposes, all burned, glazed or unglazed products; all composition materials, granite tiles, warning detectable tiles, cement tiles, epoxy composite materials, pavers, glass, mosaics, fiberglass, and all substitute materials, for tile inade in tile?like Speci?cation Number 91706, Collection and Processing of Blue Cart Materials from Households and City Facilities, Page 85 of 101 units; all mixtures in tile like form of cement, metals, and other materials that are for and intended for use as a finished floor surface, stair treads, promenade roofs, walks, walls, ceilings, swimming pools, and all other places where tile is to form a finished interior or exterior. The mixing of all setting mortars including but not limited to thin?set mortars, epoxies, wall mud, and any other sand and cement mixtures or adhesives when used in the preparation, installation, repair, or maintenance of tile and/or similar materials. The handling and unloading of all sand, cement, lime, tile, fixtures, equipment, adhesives, or any other materials to be used in the preparation, installation, repair, or maintenance of tile and/or similar materials. Ceramic Tile Finishers shall fill all joints and voids regardless of method on all tile work, particularly and especially after installation of said tile work. Application of any and all protective coverings to all types of tile installations including, but not be limited to, all soap compounds, paper products, tapes, and all polyethylene coverings, plywood, masonite, cardboard, and any new type of products that may be used to protect tile installations, Blastrac equipment, and all floor scarifying equipment used in preparing floors to receive tile. The clean up and removal of all waste and materials. All demolition of existing tile floors and walls to be re-tiled. COMMUNICATIONS ELECTRICIAN Installation, operation, inspection, maintenance, repair and service of radio, television, recording, voice sound vision production and reproduction, telephone and telephone interconnect, facsimile, data apparatus, coaxial, fibre optic and wireless equipment, appliances and systems used for the transmission and reception of signals of any nature, business, domestic, commercial, education, entertainment, and residential purposes, including but not limited to, communication and telephone, electronic and sound equipment, fibre optic and data communication systems, and the performance of any task directly related to such installation or service whether at new or existing sites, such tasks to include the placing of wire and cable and electrical power conduit or other raceway work within the equipment room and pulling wire and/or cable through conduit and the installation of any incidental conduit, such that the employees covered hereby can complete any job in full. MARBLE FINISHER Loading and. unloading trucks, distribution of all materials (all stone, sand, etc.), stocking of floors with material, performing all rigging for heavy work, the handling of all material that may be needed for the installation of such materials, building ofscaffolding, polishing if needed, patching, waxing of material if damaged, pointing up, caulking, grouting and cleaning of marble, holding water on diamond or Carborundum blade or saw for setters cutting, use of tub saw or any other saw needed for preparation of material, drilling of holes for wires that anchor material set by setters, mixing up of molding plaster for installation of material, mixing up thin set for the installation of material, mixing up of sand to cement for the installation of material and such other work as may be required in helping a Marble Setter in the handling of all material in the erection or installation of interior marble, slate, travertine, art marble, serpentine, alberene stone, blue stone, granite and other stones (meaning as to stone any foreign or domestic materials as are specified and used in building interiors and exteriors and customarily known as stone in the trade), carrara, sanionyx, vitrolite and similar opaque glass and the laying of all marble tile, terrazzo tile, slate tile and precast tile, steps, risers treads, base, or any other materials that may be used as substitutes for any of the aforementioned materials and which are used on interior and exterior which are installed in a similar manner. MATERIAL TESTER I: Hand coring and drilling for testing of materials; field inspection of uncured concrete and asphalt. Speci?cation Number 91706, Collection and Processing of Blue Cart Materials from Households and City Facilities, Page 86 of 101 MATERIAL TESTER II: Field inspection of welds, structural steel, fireproofing, masonry, soil, facade, reinforcing steel, formwork, cured concrete, and concrete and asphalt batch plants; adjusting proportions of bituminous mixtures. OPERATING ENGINEER - BUILDING Class 1. Asphalt Plant; Asphalt Spreader; Autograde; Backhoes with Caisson Attachment; Batch Plant; Benoto (requires Two Engineers); Boiler and Throttle Valve; Caisson Rigs; Central Redi~Mix Plant; Combination Back Hoe Front End?loader Machine; Compressor and Throttle Valve; Concrete Breaker (Truck Mounted); Concrete Conveyor; Concrete Conveyor (Truck Mounted); Concrete Paver Over 27E cu. ft; Concrete Paver 27E cu. ft. and Under: Concrete Placer; Concrete Placing Boom; Concrete Pump (Truck Mounted); Concrete Tower; Cranes, All; Cranes, Hammerhead; Cranes, (GCI and similar Type); Creter Crane; Crusher, Stone, etc.; Derricks, All; Derricks, Traveling; Formless Curb and Gutter Machine; Grader, Elevating; Grouting Machines; Highlift Shovels or Front Endloader 2-1/4 yd. and over; Hoists, Elevators, outside type rack and pinion and similar machines; Hoists, One, Two and Three Drum; Hoists, Two Tugger One Floor; Hydraulic Backhoes; Hydraulic Boom Trucks; Hydro Vac (and similar equipment); Locomotives, All; Motor Patrol; Lubrication Technician; Manipulators; Pile Drivers and Skid Rig; Post Hole Digger; Pre?Stress Machine; Pump Cretes Dual Ram; Pump Cretes: Squeeze Cretes?Screw Type Pumps; Gypsum Bulker and Pump; Raised and Blind Hole Drill; Roto Mill Grinder; Scoops - Tractor Drawn; Slip?Form Paver; Straddle Buggies; Tournapull; Tractor with Boom and Side Boom; Trenching Machines. Class 2. Boilers; Broom, All Power Propelled; Bulldozers; Concrete Mixer (Two Bag and Over); Conveyor, Portable; Forklift Trucks; Highlift Shovels or Front Endloaders under 2? 1/4 yd.; Hoists, Automatic; Hoists, Inside Elevators; Hoists, Sewer Dragging Machine; Hoists, Tugger Single Drum; Rock Drill (Self?Propelled); Rock Drill (Truck Mounted); Rollers, All; Steam Generators; Tractors, All; Tractor Drawn Vibratory Roller; Winch Trucks with Frame. Class 3. Air Compressor; Combination Small Equipment Operator; Generators; Heaters, Mechanical; Hoists, Inside Elevators; Hydraulic Power Units (Pile Driving, Extracting, and Drilling); Pumps, over 3" (l to 3 not to exceed a total of 300 Low Boys; Pumps, Well Points; Welding Machines (2 through Winches, 4 Small Electric Drill Winches; Bobcats (up to and including cu yd.) Class 4. Bobcats and/or other Skid Steer Loaders (other than bobcats up to and including cu Oilers; and Brick Forklift. Class 5. Assistant Craft Foreman. Class 6. Gradall Class 7. Mechanics. OPERATING ENGINEERS HIGHWAY CONSTRUCTION Class 1. Asphalt Plant; Asphalt Heater and Planer Combination; Asphalt Heater Scarfire; Asphalt Spreader; Autograder/GOMACO or other similar type machines: ABG Paver; Backhoes with Caisson Attachment; Ballast Regulator; Belt Loader; Caisson Rigs; Car Dumper; Central Redi-Mix Plant; Combination Backhoe Front Endloader Machine, (1 cu. yd. Backhoe Bucket or over or with attachments); Concrete Breaker (Truck Mounted); Concrete Conveyor; Concrete Paver over 27E cu. ft.; Concrete Placer; Concrete Tube Float; Cranes, all attachments; Cranes, Tower Cranes of all types: Creter Crane: Crusher, Stone, etc.; Derricks, All; Derrick Boats; Derricks, Traveling; Dowell Machine with Air Compressor; Dredges; Formless Curb and Gutter Machine; Grader, Elevating; Grader, Motor Grader, Motor Patrol, Auto Patrol, Form Grader, Pull Grader, Subgrader; Guard Rail Post Driver Truck Mounted; Hoists, One, Two and Three Drum; Hydraulic Backhoes; Backhoes with shear Speci?cation Number 91706. Collection and Processing of Blue Cart Materials from Households and City Facilities, Page 87 of 101 attachments; Lubrication Technician; Manipulators; Mucking Machine; Pile Drivers and Skid Rig; Pre?Stress Machine; Pump Cretes Dual Ram; Rock Drill Crawler or Skid Rig; Rock Drill Truck Mounted; Rock/Track Tamper; Roto Mill Grinder; Slip~Form Paver; Soil Test Drill Rig (Truck Mounted); Straddle Buggies; Hydraulic Telescoping Form (Tunnel); Tractor Drawn Belt Loader (with attached pusher - two engineers); Tractor with Boom; Tractaire with Attachments; Trenching Machine; Truck Mounted Concrete Pump with Boom; Raised or Blind Hole Drills (Tunnel Shaft); Underground Boring and/or Mining Machines 5 ft. in diameter and over tunnel, etc; Underground Boring and/or Mining Machines under 5 ft. in diameter; Wheel Excavator; Widener (APSCO). Class 2. Batch Plant; Bituminous Mixer; Boiler and Throttle Valve; Bulldozers; Car Loader Trailing Conveyors; Combination Backhoe Front Endloader' Machine (Less than 1. cu. yd. Backhoe Bucket or over or with attachments); Compressor and Throttle Valve; Compressor, Common Receiver Concrete Breaker or Hydro Hammer; Concrete Grinding Machine; Concrete Mixer or Paver 75 Series to and including 27 cu. ft.; Concrete Spreader; Concrete Curing Machine, Burlap Machine, Belting Machine and Sealing Machine; Concrete Wheel Saw; Conveyor Muck Cars (Haglund or Similar Type); Drills, All; Finishing Machine Concrete; Highlift Shovels or Front Endloader; Hoist Sewer Dragging Machine; Hydraulic Boom Trucks (All Attachments); Hydro?Blaster; All Locomotives, Dinky; Off?Road Hauling Units (including articulating)/2 ton capacity or more; Non Self?Loading Ejection Dump; Pump Cretes: Squeeze Cretes - Screw Type Pumps, Gypsum Bulker and Pump; Roller, Asphalt; Rotary Snow Plows; Rototiller, Seaman, etc., self?propelled; Scoops - Tractor Drawn; Self?Propelled Compactor; Spreader - Chip Stone, etc.; Scraper; Scraper Prime Mover in Tandem (Regardless of Size): Tank Car Heater; Tractors, Push, Pulling Sheeps Foot, Disc, Compactor, etc.; Tug Boats. Class 3. Boilers; Brooms, All Power Propelled; Cement Supply Tender; Compressor, Common Receiver Concrete Mixer (Two Bag and Over); Conveyor, Portable; Farm-Type Tractors Used for Mowing, Seeding, etc.; Fireman on Boilers; Forklift Trucks; Grouting Machine; Hoists, Automatic; Hoists, All Elevators; Hoists, Tugger Single Drum; Jeep Diggers; Low Boys; Pipe Jacking Machines; Post-Hole Digger; Power Saw, Concrete Power Driven; Pug Mills; Rollers, other than Asphalt; Seed and Straw Blower; Steam Generators; Stump Machine; Winch Trucks with Frame; Work Boats; Tamper-Form?Motor Driven. Class 4. Air Compressor; Combination - Small Equipment Operator; Directional Boring Machine; Generators; Heaters, Mechanical; Hydraulic Power Unit (Pile Driving, Extracting, or Drilling); Hydroh Blaster; Light Plants, All (1 through Pumps, over 3" (1 to 3 not to exceed a total of 300 Pumps, Well Points; Tractaire; Welding Machines (2 through Winches, 4 Small Electric Drill Winches. Class 5. Bobcats (all); Brick Forklifts; Oilers. Class 6. Field Mechanics and Field Welders Class 7. Gradall and machines of like nature. OPERATING ENGINEER - FLOATING Class 1. Craft Foreman; Diver/Wet Tender; and Engineer (hydraulic dredge). Class 2. Crane/Backhoe Operator; 70 Ton or over Tug Operator; Mechanic/Welder; Assistant Engineer (Hydraulic Dredge); Leverman (Hydraulic Dredge); Diver Tender; Friction and Lattice Boom Cranes. Class 3. Deck Equipment Operator, Machineryman; Maintenance of Crane (over 50 ton capacity); Tug/Launch Operator; Loader/Dozer and like equipment on Barge; and Deck Machinery, etc. Speci?cation Number 91706, Collection and Processing of Blue Cart Materials from Households and City Facilities, Page 88 of 101 Class 4. Deck Equipment Operator, Machineryman/Fireman (4 Equipment Units or More); Off Road Trucks (2 ton capacity or more); Deck Hand, Tug Engineer, Crane Maintenance 50 Ton Capacity and Under or Backhoe Weighing 115,000 pounds or less; and Assistant Tug Operator. TERRAZZO FINISHER The handling of sand, cement, marble chips, and all other materials that may be used by the Mosaic Terrazzo Mechanic, and the mixing, grinding, grouting, cleaning and sealing of all Marble, Mosaic, and Terrazzo work, floors, base, stairs, and wainscoting by hand or machine, and in addition, assisting and aiding Marble, Masonic, and Terrazzo Mechanics. TRAFFIC SAFETY Work associated with barricades, horses and drums used to reduce lane usage on highway work, the installation and removal of temporary lane markings, and the installation and removal of temporary road signs. TRUCK DRIVER - BUILDING, HEAVY AND HIGHWAY CONSTRUCTION - EAST WEST Class 1. Two or three Axle Trucks. A?frame Truck when used for transportation purposes; Air Compressors and Welding Machines, including those pulled by cars, pick-up trucks and tractors; Ambulances; Batch Gate Lockers; Batch Hopperman; Car and Truck Washers; Carry? alls; Fork Lifts and Hoisters; Helpers; Mechanics Helpers and Greasers; Oil Distributors 2-man operation; Pavement Breakers; Pole Trailer, up to 40 feet; Power Mower Tractors; Selprropelled Chip Spreader; Skipman; Slurry Trucks, 2-man operation; Slurry Truck Conveyor Operation, 2 or 3 man; TEamsters Unskilled dumpman; and Truck Drivers hauling warning lights, barricades, and portable toilets on the job site. Class 2. Four axle trucks; Dump Crets and Adgetors under 7 yards; Dumpsters, Track Trucks, Euclids, Hug Bottom Dump Turnapulls or Turnatrailers when pulling other than self?loading equipment or similar equipment under 16 cubic yards; Mixer Trucks under 7 yards; Ready?mix Plant Hopper Operator, and Winch Trucks, 2 Axles. Class 3. Five axle trucks; Dump Crets and Adgetors 7 yards and over; Dumpsters, Track Trucks, Euclids, Hug Bottom Dump Turnatrailers or turnapulls when pulling other than self?loading equipment or similar equipment over 16 cubic yards; Explosives- and/or Fission Material Trucks; Mixer Trucks 7 yards or over; Mobile Cranes while in transit; Oil Distributors, l-man operation; Pole Trailer, over 40 feet; Pole and Expandable Trailers hauling material over 50 feet long; Slurry trucks, l?man operation; Winch trucks, 3 axles or more; Mechanic-?Truck Welder and Truck Painter. Class 4. Six axle trucks; Dual-purpose vehicles, such as mounted crane trucks with hoist and accessories; Foreman; Master Mechanic; Self-loading equipment like P.B. and trucks with scoops on the front. Other Classifications of Work: For definitions of classifications not otherwise set out, the Department generally has on file such definitions which are available. If a task to be performed is not subject to one of the classifications of pay set out, the Department will upon being contacted state which neighboring county has such 23 classification and provide such rate, such rate being deemed to exist by reference in this document. If no neighboring county rate applies to the task, the Department shall undertake a special determination, such special determination being then deemed to have existed under this determination. If a project requires these, or any classification not listed, please contact IDOL at 217-782?1710 for wage rates or clarifications. LANDSCAPING Speci?cation Number 91706, Collection and Processing of Blue Cart Materials from Households and City Facilities, Page 89 of 101 Landscaping work falls under the existing classifications for laborer, operating engineer and truck driver. The work performed by landscape plantsman and landscape laborer is covered by the existing classification of laborer. The work performed. by landscape operators (regardless of equipment used or its size) is covered by the classifications of operating engineer. The work performed by landscape truck drivers (regardless of size of truck driven) is covered by the classifications of truck driver. Speci?cation Number 91706, Collection and Processing of Blue Cart Materials from Households and City Facilities, Page 90 of 101 CERTIFICATE OF FILING FOR CITY OF CHICAGO ECONOMIC DISCL SURE STATEMENT EDS Number: 19123 Date of This iling:12/08/2010 02:24 PM Certi?cate Printed on: 12/08/2010 Original Filing Date:12/08/2010 02:24 PM Disclosing Party: Waste Management of TitlezParalegal Illinois, Inc. Filed by: Becky Lelingis Matter: Collection and Processing of Blue Cart Materials from Households and City Facilities Applicant: Waste Management of Illinois, Inc. Speci?cation 91706 Contract The Economic Disclosure Statement referenced above has been electronically filed with the City. Please provide a cepy of this Certi?cate of Filing to your city contact with other required documents pertaining to the Matter. For additional guidance as to when to provide this Certi?cate and other required documents, please follow instructions provided to you about the Matter or consult with your City contact. A copy of the EDS may be viewed and printed by visiting and entering the EDS number into the EDS Search. Prior to contract award, the ?ling is accessible online only to the disclosing party and the City, but is still subject to the Illinois Freedom of Information Act. The ?ling is visible online to the public after contract award. 18. CITY OF CHICAGO ECONOMIC DISCLOSURE STATEMENT AND AFFIDAVIT (EDS) 18.1. ONLINE EDS FILING REQUIRED PRIOR TO BID OPENING The Bidder must complete an online EDS prior to the bid opening date. A BIDDER THAT DOES NOT FILE AN ELECTRONIC EDS PRIOR TO THE BID OPENING WILL BE FOUND NON-RESPONSIVE AND ITS BID WILL BE REJECTED. 18.2. ONLINE EDS WEB LINK The web link for the Online EDS is 18.3. ONLINE EDS NUMBER Upon completion of the online EDS submission process, the Bidder will be provided an EDS number. Bidders should provide this number here: EDS Number: 193 18.4. ONLINE EDS CERTIFICATION OF FILING Upon completion of the online submission process, the Bidder will be able to print a hard copy Certi?cate of Filing. The Bidder should submit the signed Certi?cate of Filing with its bid. PIease Insert your Certi?cation of Filing following this page. A Bidder that does not include a signed Certi?cate of Filing with its bid must provide it upon the request of the Chief Procurement Of?cer. 18.5. PREPARATION CHECKLIST FOR REGISTRATION To expedite and ease your registration process, we recommend that you collect the following information prior to registering for an Online EDS user account: Invitation number, if you were provided an invitation number. EDS document from previous years, if available. Email address to correspond with the Online EDS system. Company Information: Legal Name City of Chicago Vendor Number, if available. appeewwe . Address and phone number information that you would like to appear on your EDS documents. e. EDS Captain. Check for an EDS Captain in your company - this maybe the person that usually submits EDS for your company, or the ?rst person that registers for your company. Speci?cation Number 91706, Collection and Processing of Blue Cart Materials from Households and City Facilities, Page 91 of 101 18.6. PREPARATION CHECKLIST FOR EDS SUBMISSION To expedite and ease your EDS submission, we recommend that you collect the following information prior to updating your EDS information online. items #1 through #7 are needed for both EDS information updates and contract related EDS documents: invitation number, if you were provided with an invitation number. Site address that is speci?c to this EDS. Contact that is responsible for this EDS. EDS document from previous years, if available. Ownership structure, and if applicable, owners? company information: of ownership Legal Name FEINISSN City of Chicago Vendor Number, if available. Address List of directors, of?cers, titleholders, etc. (if applicable). For partnerships/LLCILLP/Joint ventures, etc.; List of controlling parties (if applicable). Items #8 and #9 are needed ONLY for contract related EDS documents: Contract related information (if applicable): City of Chicago contract package Cover page of City of Chicago bid/solicitation package if EDS is related to a mod, then cover page of your current contract with the City. List of subcontractors and retained parties: Name Address Fees Estimated or paid 18.7. EDS FREQUENTLY ASKED QUESTIONS Q: Where do I file? A: The web link for the Online EDS is Q: How do I get help? A: if there is a question mark on a page or next to a ?eld, click on the question mark for help filling out the page or ?eld. You may also consult the User Manual and the Training Videos available on the left menu. Speci?cation Number 91706, Collection and Processing of Blue Cart Materials from Households and City Facilities, Page 92 of 101 ?9 PP 2.9 Why do I have to submit an The Economic Disclosure Statement (EDS) is required of applicants making an application to the City for action requiring City Council, City department or other City agency approval. For example, all bidders seeking a City contract are required to submit an EDS. Through the EDS, applicants make disclosures required by State law and City ordinances and certify compliance with various laws and ordinances. An EDS is also required of certain parties related to the applicant, such as owners and controlling parties. Who is the Applicant? ?Applicant? means any entity or person making an application to the City for action requiring City Council or other City agency approval. The applicant does not include owners and parent companies. Who is the Disclosing Party? ?Disclosing Party" means any entity or person submitting an EDS. This includes owners and parent companies. What is an entity or legal entity? ?Entity? or ?Legal Entity? means a legal entity (for example, a corporation, partnership, joint venture, limited liability company or trust). What is a person for purposes of the ?Person? means a human being. Who must submit an An EDS must be submitted in any of the following three circumstances: An Applicant must always ?le this EDS. If the Applicant is a legal entity, state the full Applicants: name of that legal entity. If the Applicant is a person acting on his/her own behalf, state his/her name. Whenever a legal entity has a bene?cial interest (E. G. direct or indirect ownership) of Entities holding more than 7.5% in the Applicant, each such legal entity must ?interest: behalf. Whenever a Disclosing Party is a general partnership, limited partnership, limited liability company, limited liability partnership or joint venture that has a general partner, Controlling managing member, manager or other entity that can control the day-to?day entities: management of the Disclosing Party, that entity must also ?le an EDS on its own behalf. Each entity with a bene?cial interest of more than 7.5% in the controlling entity must also file an EDS on its own behalf. What information is needed to submit an The information contained in the Preparation Checklist for EDS submission. I don?t have a user ID password. Can i still submit an Online No. You must register and create a user ID and password before submitting an Online EDS. Speci?cation Number 91706, Collection and Processing of Blue Cart Materials from Households and City Facilities, Page 93 of 101 What information is needed to request a user ID password for Online The information contained in the Preparation Checklist for Registration is needed to request a login for the Online EDS. Q: I already have a username and password from another City web site (City Web Portal, Department of Construction and Permits, Department of Consumer Services, etc.). Can i log-in the Online EDS with that account? A: Usually not. The Online EDS uses a user l0 and password system that is shared by the Public Vehicle Advertising and Water Payment web sites. You may use a username and password from those sites by answering ?Yes? to ?Is this an existing City of Chicago user lD?" when registering. Other usernames and passwords will not be automatically recognized. However, you may choose to create an identical username for the Online EDS if it is not already taken. i don?t have an email address. How do I submit an Online You cannot get an account to submit an online EDS without an email address. If you need an e-mail address, we suggest that you use a free internet email provider such as or or rnail.google.com to open an account. The City does not endorse any particular free internet email provider. Public computers are available at all Chicago Public Library branches. i forgot my user ID. Can i register again? No. if you are the EDS Captain of your organization, please contact the Department of Procurement Services at 312-744-4900. If you are an EDS team member, contact your EDS Captain, who can look up your user lD. Who is the EDS Captain? The EDS Captain is a person who performs certain administrative functions for an organization which ?les an EDS. Each organization registered with the Online EDS has at least one EDS Captain. There may be cc- captains, who are all equal. EDS Captains approve new users, change contact information for an organization, and de-active accounts of employees who have left the organization. Please see the User Manual for more information. PP Why do we need EDS Captains? The Online EDS is designed to be a self-service web application which allows those doing or seeking to do business with the City to perform as many routine functions as possible without City intervention. Because many organizations have multiple staff ?ling an EDS, the EDS Captain role allows those organizations to self- manage the contact information and users. 2?0 Q: Who is the EDS team? A: The EDS team for an organization is everyone who is registered to ?le an EDS on behalf of the organization. Q: I forgot my password. What should i do? A: To retrieve a temporary password, click the ?Forgot your password?" link on the login page. Enter your user lD that you provided when you registered your account. The system will automatically generate a temporary password and send it to you. When you log-in with your temporary password, you will be asked to create a new password. Q: How do I complete an Online A: Click on ?Create New? after logging in. The Online EDS system will walk you through the EDS questions. Please see the User Manual for details. Q: How do i fill out a Disclosure of Retained Parties? A: There is no longer a separate Disclosure of Retained Parties ?ling. After logging in, click on "Create New". Speci?cation Number 91706, Collection and Processing of Blue Cart Materials from Households and City Facilities, Page 94 of 101 Answer (click) ?Contract" to "is this EDS for a contract or an EDS information update?" Click "Fill out and click on the ?Retained Parties" tab. When ?nished, click on ?Ready to Submit." How do i attach documents? Attachments are discouraged. If at all possible, please provide a concise explanation in the space provided in the online form. Attachments with pages of of?cers are not acceptable. Names of of?cers must be typed into the system. if you must provide an attachment for another reason, please send it to your City of Chicago contact (contract administrator or negotiator for procurements) and they will attach it for you. Documents can be sent in PDF (preferred), Word, or paper format. 1?5? - Who can complete an Economic Disclosure Statement online? Any authorized representative of your business with a user lD and password can complete your EDS online. One person, such as an assistant, can ?ll in the information and save it, and another person can review and electronically sign the Online EDS. s9 What are the bene?ts of ?ling my Economic Disclosure statement electronically? Filing electronically reduces the chance of ?ling an incomplete EDS and speeds up the processing of contract awards. A certi?cate of filing can be printed at the completion of the process and inserted into your bid package. The biggest bene?t for those who frequently do business with the City is that after the ?rst EDS, each EDS is much easier to ?ll out because non?contract specific information is pre-?lled from the last submitted EDS. PP Will my information be secure? Yes. When making your intemet connection to our Web Sewer, you will connect through a Secure Socket Layer (SSL for short) to the ?Online login page. All information you type will be protected using strong Within the login page, you will provide us with a user lD, password, and secret question for user authentication, Only you will have knowledge of this unique identi?cation information. 1?9 i am ?ling electronically. How do i sign my Once you have completed the EDS, you will be prompted to enter your password and answer to your secret question. Together, these will serve as your electronic signature. Although you will also print and physically sign an EDS certi?cation of ?ling as a notice that your EDS was ?led, your EDS is complete as a legal document with only the electronic ?ling. PP My address has changed. How can i update my information? You must be an EDS Captain for your organization to update this. Log-in and click on ?Vendor Admin, Site Administration.? Select the appropriate site and click edit. have more questions. How can I contact the Department of Procurement Services? Please contact the contract administrator or negotiator assigned to your solicitation or contract. You may call DPS at 312-744-4900 between 8:30 AM and 5:00 PM Central Time. 1?9 - Can I save a partially complete Yes. Click "Save". To avoid data loss, we recommend you save your work periodically while filling out your EDS. PP - Do i have to re-type my information each time i submit an No. The system will remember non-contract speci?c information from your last submitted EDS for one year. This information will be filled-in for you in your new EDS. You will have an opportunity to correct it if it has changed since your last ?ling. When you submit your new EDS, the information is saved and the one-year PP Speci?cation Number 91706, Collection and Processing of Blue Cart Materials from Households and City Facilities, Page 95 of 101 clock begins running anew. P9 What are the system requirements to use the Online The following are minimum requirements to use the Online EDS: A PDF viewer such as Adobe Reader is installed and your web browser is con?gured to display PDFs automatically. You may download and install Adobe Reader free at Your web browser is set to permit running of JavaScript. Your web browser allows cookies to be set for this site. Please note that while we use cookies in the Online EDS, we do not use them to track personally identi?able information, so your privacy is maintained. Your monitor resolution is set to a minimum of 1024 768. While not required to submit an EDS, if you wish to view the training videos, you must have Adobe Flash Plugin version 9 or higher, speakers, and sound. Please note that very old computers may not be able to run Adobe Flash and will not be able to play the training videos. In that case, we encourage you to seek help using the Online EDS Manuals. You may download and install Adobe Flash Plugin free at The Online EDS has been tested on Internet Explorer 6.0 and 7.0 and Firefox 2.0 and 3.0 on Windows and Mac OS X. Although it should work on other browsers and operating systems, the City of Chicago cannot guarantee compatibility. Speci?cation Number 91706, Collection and Processing of Blue Cart Materials from Households and City Facilities, Page 96 of 101 ASSISTANT CERTIFICATE WASTE MANAGEMENT OF ILLINOIS, INC. I, Dennis M. Wilt, Assistant Secretary of Waste Management of Illinois, 1110., a Delaware corporation (the "Corporation"), do hereby certify that the following resolution was adopted by the Board of Directors of the Corporation and that such resolution has not been amended, modi?ed or rescinded and is in full force and effect as of the date hereof: RESOLVED, that Steven R. Batchelor, Vice President, or any of?cer of this Corporation, and each of them, are hereby authorized, following compliance with appropriate corporate policies and procedures, to prepare, execute and to submit on behalf of the Corporation a Bid Proposal to the City of Chicago for the Collection and Processing of Blue Cart Materials From Households and City Facilities (the "Bid") and to execute on behalf of the Corporation any and all documents required to be submitted by the Corporation in connection with the Bid and to execute an approved contract resulting harm the award of the Bid to the Corporation. Dated: January 10, 2011 Dennis M. Wilt Assistant Secretary CERTIFICATE OF THE ASSISTANT SECRETARY Dennis M. Wilt, being duly elected as Assistant Secretary of Waste Management of Inc., a Delaware Corporation (the ?Corporation"), does hereby certify as follows: 1. Jim Kearney is the Market Area Controller. 2. As the Illinois/Indiana Market Area Controller, Mr. Kearney is fully authorized to sign any and all bids, proposals and contracts on behalf of the Corporation, pursuant to the following resolution adopted by the Board of Directors of the Corporation on September 4, 2002, which resolution has not been amended, modi?ed or rescinded: RESOLVED, that any Market Area General Manager, Manager of Financial Control Analysis, Controller or Market Area Sales Manager of the Corporation be, and each of them hereby is, authorized, following compliance with appropriate corporate policies and procedures, to submit a bid, proposal or contract (the ?Proposal?) on behalf of the Corporation; to execute on behalf of the Corporation any and all documents required to be submitted by the Corporation in connection with any such Proposal or resulting from the award of the bid to the Corporation. Amy; Dennis M. Wilt, Assistant Secretary Dated: February 17, 2010 Subscrib ,and swo to before me This [2?de 'ay of?y?f, 2010. 19. PROPOSAL TO BE EXECUTED BY A CORPORATION The undersigned, hereby acknowledges having received Speci?cation No.: 91706 containing a full set of Contract Documents. including. but not limited to. 1) General Conditions, 2) Special Conditions, 3) Contract Plans or Drawings (if applicable) 4) Detailed Speci?cations or Scope of Services. Evaluation/Selection Criteria and Submittal Requirements (if RFPIRFQ). 5) Proposal Pages. 6) Certi?cations and 7) Addenda Nos. (none unless indicated here) Addendum 1 5: 2 Clarification 1 . and af?rms that the corporation shall be bound by all the terms and conditions contained In the Contract Documents, regardless of whether a complete set thereof is attached to this prOposai. except only to the extent that the corporation has taken express written exception thereto in the sections of this speci?cation designated for that purpose. Under penalty of perjury. the undersigned: (1) warrants that helshe was authorized to submit an EDS on behalf of the Disclosing Party on-line. (2) warrants that all certi?cations and statements contained in the EDS are true. accurate and complete as of the date the EDS was submitted on?line. and (3) further warrants that. as of the date of submission of this proposal or bid. there have been no changes in circumstances since the date that the EDS was submitted that would render any certi?cation in the EDS false. inaccurate or incomplete. Further, the undersigned being duly sworn deposes and says on oath that no disclosures of ownership interests have been withheld and the information provided therein to the best of its knowledge is current and the undersigned has not entered into any agreement with any other bidder (bidder) or prospective bidder (bidder) or with any other person. firm or corporation relating to the price named in this proposal or any other proposal. nor any agreement or arrangement under which any act or omission in restraining of free competition among bidders (bidders) and has not disclosed to any person. ?rm or corporation the terms of this bid (proposal) or the price named herein. Waste Management of IL Inc. NAME OF CORPORATION: (Print or SIGNATURE OF R: (Or Authorized Of?ce? TITLE OF SIGNATORY: IC 2? EU I 64/1 . (Print or Type) BUSINESS ADDRESS: 1411 Opus Place, Suite 400 Downers Grove IL 60515 (Print or Type) ?Note: In the event that this bid (proposal) is signed by other than the President. attach hereto a certi?ed copy of that section of Corporate By-Laws or other authorization, such as a resolution by the Board of Directors, which permits the person to sign the offe for the Corporation. ATTEST: 1W i Corporate S??cretary Sig nature State of Illinois (Af?x Corporate Seal) County of DuPage This Instrument was acknowledged before me on this day__ of Kid/1% 2010 by 6 4 e. as President (or other authorized officer) and "h beam as Secretary of p? 2m? (Corporation Name). have Notary Public Signature: Ema (Seal) Of?cial Seal Barbara Corriero . Notary Public State of Commission Expires: Je?l?r/?/LB My Commission Expires 121031201.- Speci?cation Number 91706. Collection and Processing of Blue Cart Materials from Households and City Facilities, Page 97 of 101 Pi 20. PROPOSAL TO BE EXECUTED BY A PARTNERSHIP The undersigned, hereby acknowledges having received Speci?cation No.: 91706 containing a full set of Contract Documents, including, but not limited to, 1) General Conditions, 2) Special Conditions, 3) Contract Plans or Drawings (if applicable) 4) Detailed Specifications or Scope of Services, Evaluation/Selection Criteria and Submittal Requirements RFQ 2987), 5) Proposal Pages, 6) Certi?cations and 7) Addenda Nos. (none unless indicated here) and af?rms that the partnership shall be bound by all the terms and conditions contained in the Contract Documents, regardless of whether a complete set thereof is attached to this proposal, except only to the extent that the partnership has taken express written exception thereto in the sections of this speci?cation designated for that purpose. Under penalty of perjury, the undersigned: (1) warrants that he/she was authorized to submit an EDS on behalf of the Disclosing Party on-line, (2) warrants that all certi?cations and statements contained in the EDS are true, accurate and complete as of the date the EDS was submitted on-line, and (3) further warrants that, as of the date of submission of this proposal or bid, there have been no changes in circumstances since the date that the EDS was submitted that would render any certi?cation in the EDS false, inaccurate or incomplete. Further, the undersigned being duly sworn deposes and says on oath that no disclosures of ownership interests have been withheld and the information provided therein to the best of its knowledge is current and the undersigned has not entered into any agreement with any other bidder (bidder) or prospective bidder (bidder) or with any other person, ?rm or corporation relating to the price named in this proposal or any other proposal, nor any agreement or arrangement under which any act or omission in restraining of free competition among bidders (bidders) and has not disclosed to any person, ?rm or corporation the terms of this bid (proposal) or the price named herein. BUSINESS NAME: (Print or Type) BUSINESS ADDRESS: (Print or Type) if you are operating under an assumed name, provide County registration number hereinunder as provided in the Illinois Revised Statutes 1965 Chapter 96 Sec. 4 et seq. Registration Number: SIGNATURES AND ADDRESSES OF ALL MEMBERS OF THE PARTNERSHIP (If all General Partners do not sign, indicate authority of partner signatories by attaching copy of partnership agreement or other authorizing document): Partner Signature: Address: State of County of Subscribed and sworn to before me by each of the foregoing individuals this day of 2010. Notary Public Signature: (Seal) Commission Expires: Speci?cation Number 91706, Collection and Processing of Blue Cart Materials from Households and City Facilities, Page 98 of 101 AM 21. PROPOSAL TO BE EXECUTED BYA SOLE PROPRIETOR The undersigned, hereby acknowledges having received Speci?cation No.: 91706 containing a full set of Contract Documents, including, but not limited to, 1) General Conditions, 2) Special Conditions, 3) Contract Plans or Drawings (if applicable) 4) Detailed Speci?cations or Scope of Services, Evaluation/Selection Criteria and Submittal Requirements RFQ 2987), 5) Proposal Pages, 6) Certi?cations and 7) Addenda Nos. (none unless indicated here) . and af?rms that the sole proprietor shall be bound by all the terms and conditions contained in the Contract Documents, regardless of whether a complete set thereof is attached to this proposal, except only to the extent that the sole proprietor has taken express written exception thereto in the sections of this speci?cation designated for that purpose. Under penalty of perjury, the undersigned: (1) warrants that he/she was authorized to submit an EDS on behalf of the Disclosing Party on?line, (2) warrants that all certi?cations and statements contained in the EDS are true, accurate and complete as of the date the EDS was submitted on?line, and (3) further warrants that, as of the date of submission of this proposal or bid. there have been no changes in circumstances since the date that the EDS was submitted that would render any certification in the EDS false, inaccurate or incomplete. Further, the undersigned being duly sworn deposes and says on oath that no disclosures of ownership interests have been withheld and the information provided therein to the best of its knowledge is current and the undersigned has not entered into any agreement with any other bidder (bidder) or prospective bidder (bidder) or with any other person, ?rm or corporation relating to the price named in this proposal or any other proposal, nor any agreement or arrangement under which any act or omission in restraining of free competition among bidders (bidders) and has not disclosed to any person, ?rm or corporation the terms of this bid (proposal) or the price named herein. SIGNATURE OF PROPRIETOR: (Signature) DOING BUSINESS AS: (Print or Type) BUSINESS ADDRESS: (Print or Type) if you are operating under an assumed name, provide County registration number herein under as provided in the Revised Statutes 1965 Chapter 96 Sec. 4 et seq. Registration Number: State of County of This instrument was acknowledged before me on this day of 2010 by (name/s of person/s) Notary Public Signature: (Seal) Commission Expires: Speci?cation Number 91706, Collection and Processing of Blue Cart Materials from Households and City Facilities, Page 99 of 101 22. PROPOSAL ACCEPTANCE The undersigned, on behalf of the CITY OF CHICAGO, a municipal corporation of the State of hereby accept the foregoing bid items as identi?ed in the proposal. Total Amount of Contract: 256.735.83 D.U.R. Fund Chargeable: 011-0100-082020-0185?0000 VARIOUS Mayor Contract Awarded and Released on this i day of 520 I 20,10? Speci?cation Number 91706, Collection and Processing of Blue Cart Materials from Households and City Facilities, Page 100 of 101 EXHIBITS 1-5 Speci?cation Number 91706, Collection and Processing of Blue Cart Materials from Households and City Facilities, Page 101 of 101 EXHIBIT 1 Contractor's Affidavit Regarding Identification of Material Recovery Facilities AFFIDAVIT REGARDING IDENTIFICATION OF MATERIAL RECOVERY FACILITIES Contractor to show here the name and location of material recovery facilities he/she is proposing to use for the subject project: SPECIFY THE TYPE OF MATERIALS TO BE DISPOSED OF: Newspapers, magazines,catalogs, books, phone books, cardboard, scrap paper, shredded paper, paper cartons, household plastic containers metal cans, aluminum foil, glass containerg Waste Management Recycle Amer1ca?Gray?lake LEGAL NAME OF MATERIAL RECOVERY FACILITIES: CID?vWaste Management Recycle America (The Contractor must provide to the Commissioner or his/her designate representative with copies of all dump tickets, maniiests, etc.) 30869 N. Rte 83, Grayslake IL 60030 S. Jeffery, Chicago IL 60633 PHONE: 630-404-4453 CONTACT PERSON: Mike "1??an if requested by the Chief Procurement Officer, the Contractor must submit copies of all contractual agreements. for those material recovery facilities proposed by the Contractor. Page 1 of 1 EXHIBIT 2 Estimated Quantities Estimated Quantities Service Areas 1 2 3 4 5 6 Phase 1 Area Number of Service Locations 20,986 31,905 18,172 41,216 11,720 31,681 Number of Households 33,450 65,992 35,671 48,087 20,295 38,065 Number of Recyclable Blue Carts 30,755 58,723 32,169 44,614 18,513 35,043 Phase 2 Area Number of Service Locations - - 10,310 - - Number of Households - 22,369 - - - Number of Recyclable Blue Carts to be delivered - - 19,895 - - Expansion Area Number of Potential Service Locations 55,058 7,140 24,984 35,007 50,403 51,089 Number of Potential Households 69,350 12,654 41,755 58,294 85,653 65,293 Potential Number of Recyclable Blue Carts to be 64,199 11,191 38,270 53,512 78,067 60,059 delivered Number of City Facilities llt' 2:21;? of a Itlonal City esrgna Co ec Ion 200 200 200 200 200 200 Page 1 of 1 EXHIBIT 3 Historical Blue Cart Materials Historical Blue Cart Materials (in tons) 19th Ward 1? Ward 37th Ward Southeast Northeast Southwest Region Region Region 2007 February 325.99 March 488.32 April 483.49 179.68 May 568.51 325.65 lune 487.71 271.96 107.65 271.61 July 469.82 377.52 164.03 267.28 36.62 August 513.57 456.88 159.31 309.93 390.78 September 441.50 298.51 171.31 255.68 355.92 October 498.01 279.07 200.27 273.58 436.37 November 509.61 300.11 164.18 260.81 422.37 December 470.52 352.36 135.55 271.90 490.74 Total 5,257.15 2,336.51 1,102.30 2,416.13 2,132.80 Southeast Region includes Wards 5 and 8. Northeast Region includes Wards 46 and 47 plus Zip Code 60640. 2008 January 505.40 382.00 143.17 282.68 528.03 February 386.38 308.89 122.41 220.94 413.75 March 406.20 282.23 175.34 268.48 439.79 April 445.88 335.85 189.91 338.38 528.90 May 511.88 306.02 205.94 275.65 520.81 June 480.44 368.56 164.77 285.24 879.55 July 458.26 423.40 177.70 307.22 1,167.85 August 374.92 382.57 162.68 301.83 1,070.19 435.51 September 365.07 362.10 221.97 307.25 1,185.04 559.26 October 397.62 342.99 183.57 316.39 1,138.82 798.36 November 392.64 322.08 124.17 220.29 952.72 822.17 December 533.81 396.48 107.00 396.02 1,246.46 1,039.25 Total 5,258.50 4,214.17 1,978.63 3,520.37 10,071.91 3,654.55 Southeast Region includes portions of Wards 6, 20, and 9. Northeast Region includes portions of Wards 32, 33, 40, 44, 46, 47, and 48. Southwest Region includes portions of Wards 13, 14, 18, and 23. 2009 January 441.90 403.31 118.24 371.75 939.09 764.50 February 399.80 343.52 103.02 330.88 1,091.47 711.97 March 471.25 389.96 173.71 422.72 1,332.26 918.97 A ril 499.13 311.54 202.88 389.78 1,744.37 982.14 May 533.03 383.75 178.02 345.79 1,864.03 1,030.47 .lune 521.27 410.18 175.89 335.12 2,040.27 1,074.79 July 563.97 432.64 163 .38 382.24 2,286.01 1,051.63 August 552.97 258.21 158.37 398.25 2,185.17 870.73 Se tember 403.86 301.97 146.76 380.32 2,297.05 1,050.15 October 375.72 380.90 115.00 592.25 2,246.00 955.75 November 580.16 325.11 97.38 480.14 2,167.78 887.89 December 539.22 380.39 125.95 476.00 2,510.10 950.64 Total 5,883.28 4,321.68 1,759.60 4,906.24 22,704.60 11,259.63 Southeast Region Includes Wards 5, 8, and portions of Wards 6 and 20. Northeast Region includes Wards 32, 33, 35, 38, 39, 40, 44, 46, 47, 48, and 50. Southwest Region includes Wards 13, 14, 18, and 23. 2010 January 362.96 342.98 91.89 339.66 2,155.79 805.73 February 289.32 255.41 42.54 339.67 1,809.55 757.09 March 417.78 318.33 73.79 428.56 2,264.57 888.72 A ril 447.32 375.77 130.53 423.07 2,492.66 1,019.02 May 376.30 329.82 148.73 367.18 2,254.78 925.54 Total 1,893.68 1,622.31 487.48 1,898.14 10,978.35 4,395.10 Southeast Region includes Wards 5, 8, and portions of Wards 6 and 20. Northeast Region includes Wards 26, 30, 31, 32, 33, 35, 33, 39, 40, 44, 45, 4E, 47, 48, and 50. Southwest Region includes Wards 13, 14, 18, and 23. Number ?f ?mes 17,155 14,593 12,250 39,555 109,431 45,291 (2009/2010) Page 1 of 1 EXHIBIT 4 Service Areas Page 1 of 7 Miles Phase 2 Area Legend Phase Phase 1 Area Expansion Area Service Area Eisenhower Expy Dan ?Ran E)5py Service Areas Service Area 1 OroleA r! mAve Phase/1 Legend 0 City Facilities Service Area Phase Expansion Area 0 0-5 1 2 3 _4M?es Phase1Area Page 2 of 7 Service Area 2 g: Expansion 1 Legend City Facilities Service Area Phase Expansion Area Phase 1 Area 00.51 2 3 4 Service Area 3 Boundary Coincident With Ward 37 v: Gad-A . .. . I ExpanSIon . . . '0 . Eisenhower Expy Legend 0 City Facilities Service Area Phases Expansion Area Phase 1 Area Miles 5? Phase 2 Area 0 0.45 0.9 1.8 2.7 3.6 Page 4 of 7 Service Area 4 Western Ave Service Area 5 . 87m St. 'Dan Ryan Expy Legend 0 City Facilities Service Area Phase Expansion Area . Phase 1 Area Expssion Miles 0 0.45 0.9 1.8 2.7 3.6 Page 6 of 7 Service Area 6 Boundary Coincident with Ward 7 79th St$90 Boundary Coincident with Ward 19 BishopiFord Expy . . @173 maid?stExpanSIon I . i 0 Legend 0 City Facilities Service Area Phase Expansion Area 0 0.5 1 2 3 4 Phase 1 Area Page 7 of 7 EXHIBIT 5 City Facilities Address 10 N. Leavitt Ave. Department Fire IBuIIding Name Ward Zip Facil?y Tm FIRE ENGINE COMPANY 26 60612 OWNED Sta?Ft Year Bull Engine Company/Fire House 10.530 1 975 10 S. Kedzie Ave. Family and Support Services and Health Gar?eld Center 60612 OWNED Community Center 58.000 101 E. 79th St. Fire FIRE ENGINE COMPANY 122 60619 OWNED Fire Facility 7.364 1975 1010 S. Clinton St. Fire FIRE PREVENTION BUILDING 60607 OWNED Fire Facility 7.840 1950 10101 S. Stony Island Ave. Fleet STONY ISLAND FUEL STATION 60617 OWNED Fuel Station 10101 S. Stony Island Ave. Streets and Sanitation 8TH WARD FUEL SITE (088) 60617 OWNED Fuel Station 99.632 1013 S. Central Park Ave. Water Management CENTRAL PARK PUMPING STATION (WATER) 60624 OWNED Pumping Station 90.000 10300 S. Doty Ave. Streets and Sanitation Department of Streets and Sanitation 60628 OWNED Auto Found 1040 W. 95th St. Water Management South District Storage Yard (WATER) 60643 OWNED Warehouse 10400 S. Vincennes Ave. Fire FIRE HOOK AND LADDER 24 60643 OWNED Fire Facility 4.091 10420 S. Vincennes Av Fleet Fuel Station 60643 OWNED Fleet Facility 1044 N. Orleans St. Fire FIRE DEPT - AIR MASK AND SAFETY 60610 OWNED Fire Facility 1 2.000 1 925 10458 S. Hoxie Ave. Fire FIRE ENGINE COMPANY 81 - District 6 60617 OWNED Fire Facility 10.590 1 927 1050 W. 79th St. Family and Support Services Aging Center 60620 LEASED Aging Center 5.972 1052 W. Waveland Ave. Fire FIRE ENGINE COMPANY 78 60613 OWNED Engine CompanyfFire House 5.800 1915 10615 S. Ewing Ave. Fire FIRE ENGINE COMPANY 74 60617 OWNED Fire Facility 3.433 1 927 11001 S. Indiana Ave. Chicago Public Library PULLMAN LIBRARY 60628 OWNED Library 11.013 1101 5. California Ave. Fire FIRE ENGINE COMPANY 107 60612 OWNED Engine CompanylFire House 13.025 1 971 1101 W. Taylor St. Chicago Public Library ROOSEVELT LIBRARY (UNIV. OF ILLINOIS) 60607 LEASED Library 6.000 11010 S. Kedzie Ave. Chicago Public Library MOUNT GREENWOOD LIBRARY 60655 OWNED Library 12.700 1991 11035 S. Homewood Ave. Fire FIRE ENGINE COMPANY 120 60643 OWNED Fire Facility 5.463 1915 11071 S. Hoyne Ave. Chicago Public Library WALKER LIBRARY 60643 OWNED Library 11.900 1890 1125 N. Ashland Ave. Fire FIRE ENGINE COMPANY 30 60622 OWNED Engine Company/Fire House 5.514 1880 1129 W. Chicago Ave. Fire FIRE ENGINE COMPANY 14 60642 OWNED Engine Company/Fire House 10,830 1962 1140 W. 79th St. Health Auburn Gresham Public Health Center 60620 OWNED Mental Health Clinic 8.828 115 S. Pulaski Rd. Chimgo Public Library LEGLER LIBRARY 60624 OWNED Library 36.075 1909 1150 E. 55th St. Fire ENGINE COMPANY 60 60615 OWNED Fire Facility 24.282 1963 1150 N. North Branch St. Streets and Sanitation 32ND AND 42ND WARD YARD (086) 60642 OWNED Ward Yard 11.000 1150 W. Fullerton Ave. Chicago Public Library LINCOLN DEPAUL LIBRARY 60614 LEASED Library 13.916 11508 N. North Branch 81. Environment Hazardous Waste Recycling Center 60642 OWNED Warehouse 24.000 11615 S. Indiana Ave. Streets and Sanitation 9TH WARD YARD (DSS) 60628 OWNED Ward Yard 7.500 11659 S. Avenue 0 Ave. Fire FIRE ENGINE COMPANY 104 AND 60617 OWNED Fire Facility 9.000 1 971 11940 8. Peoria St. Fire ENGINE COMPANY 115 60643 OWNED Fire Facility 6.495 1 907 11958 S. State St. Fire FIRE ENGINE COMPANY 75 60628 OWNED Fire Facility 4.900 1928 120 N. Racine Ave. Streets and Sanitation CTA - BUILDINGS - OEMC - DSS 60607 LEASED Of?ce 71 .462 1200 W. Wilson Ave. Fire FIRE ENGINE COMPANY 63 60640 OWNED Engine CompanyfFire House 10.375 1969 1201 S. Campbell Ave. Health Lawndale Mental H.C.lFire Warehouse 60608 LEASED Mental Health Clinic 40,088 1210 W. Elmdale Ave. Chic-ago Public Library EDGEWATER LIBRARY 60660 OWNED Library 1 1.000 1 973 1226 W. Ainslie St. Chicago Public Library BEZAZIAN LIBRARY 60640 OWNED Library 14,125 1956 1244 N. Western Ave. Fire FIRE ENGINE COMPANY 57 60622 OWNED Engine Company/Fire House 7.530 1974 12700 6. Butler Dr. Fleet Trailer for Fleet Vehicle Storage Site 60633 OWNED Trailer 12701 S. Doty Ave. Fire FIRE ENGINE COMPANY 80 60633 OWNED Fire Facility 15.725 1964 1320 6. Racine Ave. Family and Support Services CYS - Chicago Park District 60608 LEASED Child Center 11.000 1320 W. Concord Streets and Sanitation 43rd Ward Yard (035) 60642 OWNED Administrative 4.000 13359 S. Burley Ave. Fire FIRE ENGINE COMPANY 97 60633 OWNED Fire Facility 3.522 1 927 1350 W. 89th St. Chicago Public Library BRAINERD LIBRARY 60620 OWNED Library 8.000 1999 1350 W. 89th St. Water Management BRAINERD LIBRARY AND FUEL STATION (WATER) 60620 OWNED Library 8,000 1 999 1360 5. Blue Island Av. Fire FIRE ENGINE COMPANY 18 60608 OWNED Fire Facility 2008 1366 W. Chicago Ave. Chicago Public Library ECKHART PARK LIBRARY 60642 LEASED Library 1424 W. Pershing Rd. Water Management WATER Central District 60609 OWNED Warehouse 1440 E. 6701 St. Fire FIRE ENGINE COMPANY 63 60637 OWNED Fire Facility 8,924 2005 1501 W. Pershing Rd. Transportation CENTRAL OFFICE (CDOT) 60609 OWNED Administrative 100.000 1501 W. School St. Streets and Sanitation 44TH WARD YARD (068) 60657 OWNED Ward Yard 3.500 1920 1532 W. Wabansia Ave. Transportation 3rd District North Trailer Field Of?ce 60642 Ward Yard 1548 S. Loomis St. Animal Care and Control Animal Care 60608 OWNED Ward Yard 4.000 156 N. Lake Shore Dr. Transportation Bureau of Bridges 8 Transit (CDOT) 60601 OWNED Administrative 1605 N. Troy St. Chicago Public Library HUMBOLDT PARK LIBRARY 60647 OWNED Library 13.000 1607 W. Howard St. Health NORTH TOWN l' ROGERS PARK (HEALTH) 60626 LEASED Health Clinic 9.545 Page 1 of 7 De?rtrnent Buildiilg Name 1618 W. 33rd Pl. Fire Ward Zip Ownership Faciliyjype SW Year Bull FIRE ENGINE COMPANY 39 60608 OWN ED Engine CompanylFire House 5.250 1886 1619 E. 73rd St. Streets and Sanitation 5TH AND 6TH WARD YARD (DSS) 60649 OWNED Ward Yard 1.200 1920 163 E. Pearson St. Water Management VISITOR CENTER I WATER PUMPING STATION 60611 OWNED Cultural 15.000 1642 N. Besly Ct. Health Health Department Training 60642 LEASED Health Clinic 1659 W. Melrose St Chicago Public Library LINCOLN BELMONT LIBRARY 60657 OWNED Library 14.000 1701 N. Milwaukee Ave. Chicago Public Library Bucktowanrcker Park Branch Library 60647 OWNED Library 14.000 1713 S. Ashland Ave. Health PILSEN COMMUNITY HEALTH CENTER 60608 OWNED Health Clinic 13.968 1976! 1717 W. Pershing Rd. Streets and Sanitation 11TH WARD YARD 60609 OWNED Ward Yard 1717 W. Pershing Rd. Transportation CDOT AND 053 60609 OWNED Of?ce 1724 W. 95th St. Fire FIRE ENGINE COMPANY 121 60643 OWNED Fire Facility 7.751 1915 1732 W. Byron St. Fire FIRE DEPT - EMS NORTH 60613 OWNED Fire Facility 3.740 1 905 1745 W. 63rd St. Chicago Public Library West Engiewood Library 60636 OWNED Library 7.000 1747 N. Pulaski Rd. Fire FIRE ENGINE COMPANY 76 60639 OWNED Engine CompanyiFire House 11.000 1 974 1747 N. Spring?eld Ave. Water Management SPRINGFIELD PUMPING STATION (WATER) 60647 OWNED Pumping Station 33.476 1754 S. Clark St. Streets and Sanitation DSS Street Operations 60616 OWNED Operations Center 1756 W. 74th St. Streets and Sanitation 15rHr 18TH WARD YARD (058) 60636 OWNED Ward Yard 2.925 1965 1759 W. Adams St. Police POLICE COUNSELING 60612 OWNED Chapel 6.000 1767 E. 79th St. Family and Support Services ATLAS CENTER (SE) AGING) 60649 OWNED Aging Center 22.000 1933: 1805 S. Loomis St. Chicago Public Library RUDY LOZANO LIBRARY 60608 OWNED Library 18.000 195] 1817 S. Pulaski Rd. Streets and Sanitation 24TH WARD YARD (088) 60623 OWNED Ward Yard 6.500 1980] 1821 S. Indiana Ave. Cultural Affairs WIDOW HENRY CLARKE HOUSE (CULTURAL AFFAIRS) 60616 OWNED Cuiturai 6.600 1 636 1627 N. Monticello Ave. Streets and Sanitation 35TH WARD YARD (068) 60647 OWNED Ward Yard 6.100 1901 N. Damen Ave. Fire FIRE ENGINE COMPANY 35 60647 OWNED Engine Company/Fire House 9,731 1973 1915 S. Damen Ave. Fire FIRE ENGINE COMPANY 23 60608 OWNED Engine CompanylFire House 10.529 1 973 1915 W. 35th St. Chiago Public Library MCKINLEY PARK LIBRARY ooeos ow~eo Library 12.800 1994 1944 W. Cullerton St. Streets and Sanitation 25TH WARD YARD (088) 60608 OWNED Ward Yard 3.500 1962 W. 95th St. Chicago Public Library Beverly Branch Library 60643 OWNED Library 16.341 2009 1987W. 111th St. Health Department of Health 60643 LEASED Health Clinic 4.570 200 E. 115th St. Health ROSELAND NEIGHBORHOOD HEALTH CENTER 60628 OWNED Health Clinic 19.523 1 920 2006 E. 95th St. Revenue ADMIN HEARINGS AND REVENUE PAYMENT CENTER 60617 LEASED 5.964 2014 E. 95th St. Revenue Revenue - Administrative Hearings 60617 LEASED Administrative 6.954 2019 W. Lawrence Ave. Family and Support Services Aging - Northeast (LEW CENTER) 60625 OWNED Aging Center 33.000 202 E. Chicago Ave. Fire FIRE ENGINE COMPANY 98 60611 OWNED Engine Company/Fire House 7,070 1902 2045 W. Washington St. Health MILES SQUARE HEALTH CENTER 60612 OWNED Health Clinic 33.480 21 W. 5901 St. Fire FIRE ENGINE COMPANY 84 60621 OWNED Fire Facility 16.775 2006 2102 W. Ogden Ave. Family and Support Services Aging and MOPD 60612 OWNED Aging Center 21.000 1987 2102 W. Ogden Ave. Mayors Of?ce for People with Disabilities Aging and MOPD 60612 OWNED Administrative 21.000 1987 2111 W. Lexington St. 311 City Services 311 City Services 60612 OWNED Administrative 59.000 212 W. Cermak Rd. Fire FIRE ENGINE COMPANY 8 60616 OWNED Engine Company/Fire House 7.551 1936 2133 W. Lexington St. Health Department of Public Health 60612 OWNED Health Clinic 66.815 2160 W. Ogden Ave. Health SACHS WSDC 60612 OWNED Health Clinic 29.172 1 955 2179 N. Stave St. Fire FIRE ENGINE COMPANY 43 60647 OWNED Engine CompanylFire House 9.844 1916 2214 W. Ban'y Ave. Fire FIRE ENGINE COMPANY 56 60618 OWNED Engine Company/Fine House 3.679 1936 2215 W. 51st St. Fire FIRE ENGINE COMPANY 123 60609 OWNED Fire Facility 10.496 1 974 2232 W. Eastwood Ave. Water Management THOMAS JEFFERSON PUMPING STATION (WATER) 60625 OWNED Pumping Station 1 5.984 2236 W. 69th St. Fire FIRE ENGINE COMPANY 101 60636 OWNED Fire Facility 6.612 1972 2255 E. 103rd St. Police 4TH DISTRICT POLICE STATION 60617 OWNED Police Station 35.000 1981 2300 W. 52nd St. Streets and Sanitation FLEET GARAGE I SO. CENTRAL DIV. OFF. 60609 OWNED Garage 72.000 2322 W. Foster Ave. Fire FIRE ENGINE COMPANY 110 60625 OWNED Engine Company/Fire House 7.500 1915 2323 N. Natchez Ave. Fire FIRE ENGINE COMPANY 125 60707 OWNED Engine Company/Fire House 9.100 1916i 2345 S. Wentworth Ave. Chicago Public Library CHINATOWN LIBRARY 60616 LEASED Library 12.000 2350 W. Ogden Ave. Business Affairs and Consumer Protection Consumer Services 60608 OWNED Office 46.583 2352 S. Ashland Ave. Streets and Sanitation DSS FORESTRY HQ AND RODENT CONTROL 60608 OWNED Operations Center 78.066 1939 2354 N. Milwaukee Ave. Health NORTHWEST MENTAL HEALTH BRANCH 60647 LEASED Health Clinic 9.821 2358 S. Whipple St. Fire FIRE ENGINE COMPANY 109 60623 OWNED Engine Company/Fire House 8.528 1907 2401 E. 100th St. Chicago Public Library JEFFREY MANOR LIBRARY 60617 OWNED Library 7.000 2418 W. Division St. Health WESTOWN NEIGHBORHOOD HEALTH CENTER 60622 OWNED Health Clinic 30.000 1974 2420 W. Pershing Rd. Business Affairs and Consumer Protection Consumer Services Taxi Testing 60632 LEASED Garage 3.144 1970 Page 2 of 7 2451 S. Ashland Ave. Streets and Sanitation leullding Name Streets and Sanitation Ward ll 25 Owner-slit 60606 OWNED Facility Type Sq Ft Year Bully Shop 2460 W. Cortland St. Streets and Sanitation 26TH WARD YARD (DSS) 60647 OWNED Ward Yard 3.500 0 25 S. Laflin SL Fire FIRE ENGINE COMPANY 103 60607 OWNED Engine Company/Fire House 4.250 1 927 250 N. Breakwater Access Rd. Police POLICE MARINE SAFETY STATION 42 60601 OWNED Marine Unit 12,500 2500 W. Grand Ave. Streets and Sanitation 1ST AND 27TH WARD YARD 26 60612 OWNED Ward Yard 2505 E. 73rd St. Chicago Public Library SOUTH SHORE LIBRARY 60649 OWNED Library 7.750 1929l 2505 W. Grand Ave. Streets and Sanitation Streets and Sanitation 27 60612 OWNED Of?ce 3.802 1 970 2534 S. Throop St. Fire FIRE ENGINE COMPANY 26 11 60606 OWNED Engine CompanylFire House 14.291 1964 2550 W. Addison St. Administrative Hearings - Revenue - DCAP 47 60618 LEASED Payment Center 7,672 0 259 N. Columbus Dr. Fire FIRE ENGINE COMPANY 13 42 60601 OWNED Fire Facility 15.300 1 932 2714 N. Halsted St. Fire FIRE ENGINE COMPANY 55 43 60614 OWNED Engine CompanyfFire House 15.705 1966 2735 N. Ashland Ave. Revenue Department of Revenue 32 60614 LEASED Operations Center 37.400 2741 S. Western Ave. Animal Care and Control DAVID R. LEE ANIMAL CONTROL 25 60606 OWNED Operations Center 49.901 1961 2607 W. 55th St. Chicago Public Library GAGE PARK LIBRARY 16 60632 LEASED Library 4.165 2817 N. Natoma Ave. Streets and Sanitation 36TH WARD YARD (DSS) 36 60634 OWNED Ward Yard 5.000 2627 N. Pulaski Rd. Fire FIRE ENGINE COMPANY 91 30 60641 OWNED Engine CompanylFire House 11.500 1 982 2840 S. Calumet Ave. Streets and Sanitation 2ND WARD YARD (DSS) 60616 OWNED Ward Yard 3.500 1 920 2861 N. Clark St. Health LAKEVIEW HEALTH CENTER 60657 OWNED Health Clinic 27.796 2930 E. 134th St. Water Management HEGEWISCH AUTOMATIC PUMPING STATION (WATER) 10 60633 OWNED Pumping Station 3.750 1 975 2936 E. 69th St. Health SOUTH CHICAGO HEALTH CENTER 60617 OWNED Health Clinic 18.112 1 982 3001 S. Rockwell Ave. Water Management Water Dept Central District Storage Yard 12 60608 OWNED Water Facility 3002 W. 42nd St. Fire FIRE ENGINE COMPANY 65 14 60632 OWNED Engine Company/Fire House 13.106 1 929 3015 W. 31 st St. Fire FIRE EQUIPMENT WAREHOUSE 12 60623 OWN ED Fire Facility 16.000 3027 E. 93rd St. Fire FIRE ENGINE COMPANY 46 10 60617 OWNED Fire Facility 17.973 1 932 3030 S. Sacramento Ave. Streets and Sanitation STORAGE FOR DIESEL TRUCKS (DSS) 12 60623 OWNED Garage 10.000 3030 W. Fullerton Ave. Chic-ago Public Library LOGAN SQUARE LIBRARY (NEW) 35 60647 OWNED Library 14.000 3042 S. Kedvale Ave. Fire FIRE ENGINE COMPANY 99 60623 OWNED Fire Facility 5.090 1 903 3048 E. 130th St. Chic-ago Public Library HEGEWISCH LIBRARY 10 60633 OWNED Library 13.000 1991 3050 S. Sacramento Ave. Streets and Sanitation MOTOR MAINTENANCE (DSS) 12 60623 OWNED Vehicular Maintenance 24.068 3059 W. 26th St. Health SOUTH LAWNDALE CLINIC 12 60623 LEASED Health Clinic 12.000 310 W. Division St. Chicago Public Library NEAR NORTH BRANCH LIBRARY 43 60610 OWNED Library 13.600 1 997 3100 8. Sacramento Ave. Water Management Department of Water Management! Billing and Customer Service 12 60623 LEASED Office 1 3100 S. Western Ave. Water Management Sanitary District 12 60608 LEASED Garage 3104 N. Narragansett Ave. Chicago Public Library WEST BELMONT LIBRARY 36 60634 OWNED Library 1 1.000 3112 W. 111th St. Fire FIRE ENGINE COMPANY 92 19 60655 OWNED Fire Facility 5.120 1949 3124 S. Sacramento Ave. Transportation IRON SHOP (CDOT) 12 60623 OWNED Shop 29.970 3143 N. Rockwell Ave. Streets and Sanitation 33RD WARD YARD (DSS) 60616 OWNED Ward Yard 5.500 3148 S. Sacramento Ave. Streets and Sanitation METER SHOP (1335) 12 60623 OWNED Shop 66.744 3160 N. Milwaukee Ave. Family and Support Services COPERNICUS AGING CENTER 30 60618 OWNED Aging Center 320 W. Touhy Ave. Police POLICE CANINE TRAINING UNIT 0 OWNED Trailer 3226 E. 106th St. Transportation 106th Street Bridge House (CDOT) 10 60617 OWNED Bridge House 324 S. DesPlaines St. Fire FIRE ENGINE COMPANY 5 2 60661 OWNED Fire Facility 11.700 1 928 3245 N. Campbell Ave. Fleet FLEET FUEL STATION (AREA 03) 60618 OWNED Garage 25.400 330 W. 10401 St. Fire FIRE ENGINE COMPANY 93 60628 OWNED Fire Facility 6.330 1919 3300 E. Cheltenham Pl. Water Management South Water Puri?cation Plant 60649 OWNED Pumping Station 3353 W. 13th St. Chicago Public Library FREDRICK A. DOUGLASS LIBRARY 24 60623 OWNED Library 20,830 1929 3357 W. 55lh St. Streets and Sanitation 14th Ward Yard (DSS) 14 60632 OWNED Ward Yard 34 E. 114lh St. Fire FIRE ENGINE COMPANY 62 60626 OWNED Flre Facility 7.235 1928 3400 S. Halsled St. Chicago Public Library RICHARD J. DALEY CENTER LIBRARY 11 60608 OWNED Library 11.130 193?l 3400 S. Lawndale Ave. Streets and Sanitation 22ND WARD YARD (DSS) 60623 OWNED Ward Yard 3.520 3401 N. Elston Ave. Fire FIRE ENGINE COMPANY 106 2nd District 33 60616 OWNED Engine CompanyIFire House 17.700 1 959 3421 S. Calumet Ave. Fire FIRE ENGINE COMPANY 19 60616 OWNED Fire Facility 7.663 1 956 3436 S. Martin Luther King Dr. Chicago Public Library MARTIN LUTHER KING. JR. BRANCH LIBRARY 0 OWNED Library 9.162 3448 S. Lawndale Ave. Transportation BUREAU OF SIGNS AND MARKINGS (CDOT) 60623 OWNED Of?ce 53.000 3509 S. Lowe Ave. Fire FIRE ENGINE COMPANY 29 11 60609 OWNED Engine Companyr?Fire House 5,845 1 925 351 E. Lower Randolph St. Streets and Sanitation Loop Operations Of?ces (DSS) 42 60601 OWNED Of?ce 8.000 351 W. 104th St. Water Management ROSELAND PUMPING (WATER) 60626 OWNED Pumping Station 33.542 1912 3512 W. Monirose Streets and Sanitation Streets and Sanitation District #2 Of?ce 33 6061B OWNED Operations Center Page 3 of 7 Address ?92920:? Building Name 3525 S. Michigan Ave. Health IRONS CLINIC COOK COUNTY (City as Landlord) 3 Ward (Zip Owner-shin Facility Type Year Built] 60653 OWNED Health Clinic 10.889 3540 S. Normal Ave. Police Mayor Detaii (Police) 11 60609 LEASED Garage 3548 W. Irving Park Rd. Chicago Public Library INDEPENDENCE BRANCH LIBRARY 33 60618 LEASED Library 8.888 3559 S. Maplewood Ave. Streets and Sanitation 12TH WARD YARD 12 60632 OWNED Ward Yard 20.400 3637 W. 59th St. Fire FIRE ENGINE COMPANY 88 13 60629 OWNED Engine CompanylFire House 14.843 2006i 3647 S. State St. Chicago Public Library CHICAGO BEE LIBRARY 3 60609 OWNED Library 7.211 1929 3710 E. 10661 St. Chicago Public Library VODAKI EASTSIDE LIBRARY 10 60617 OWNED Library 14.000 3720 W. 55th St. Streets and Sanitation 13th Ward Yard 23 60632 OWNED Ward Yard 3746 S. Iron Si. Fieet IRON ST. FUEL STATION 11 60609 OWNED Fuel Station 3800 W. Wabansia Av Water Management Department of Water Management 30 0 LEASED Of?ce 3801 N. Damen Ave. Fire FIRE ENGINE COMPANY 112 47 60618 OWNED Engine CompanyIFire House 10.000 1979 3812 S. Iron St. Streets and Sanitation GARAGE 11 60609 OWNED Garage 25.000 3838 W. Wabansia Ave. Water Management NORTH DISTRICT OFFICE BUILDING AND YARD (WATER) 30 60647 Of?ce 41.357 3900 E. 95th St. Flre Illinois international Port District 10 0 LEASED Fire Facility 3900 3. California Ave. Police JUVENILE DETENTION AND SUPPORT FACILITY 14 60632 OWNED Police Facility 19.388 3901 S. Ashland Ave. Water Management CENTRAL DISTRICT OFFICE (WATER) 11 60609 OWNED Operations Center 50.000 1 980 3918 N. Harlem Ave. Fire FIRE ENGINE COMPANY 86 38 60634 OWNED Engine CompanyIFire House 7.355 1954 3920 S. Michigan Ave. Police Police Evidence Warehouse 3 60653 LEASED Police Facility 58.840 3945 W. Peterson Ave. Fire FIRE ENGINE COMPANY 89 39 60659 OWNED Engine Company/Fire House 7.500 1 953 3949 W. 16th St. Fire FIRE ENGINE COMPANY 38 24 60623 OWNED Engine CompanylFire House 17.500 2007 3950 S. Honore St. Fire Fire Warehouse 12 60609 OWN 3954 E. Foreman Dr. Fire FIRE DEPT - Air 8. Sea Rescue 10 60617 LEASED Fire Facility 400 E. Lower Waclter Dr. Streets and Sanitation Central Auto Pound (089) 42 60601 OWNED Auto Pound 1,200 4005 S. Dearbom St. Fire FIRE ENGINE COMPANY 16 3 60609 OWNED Engine Company/Fire House 4.920 1936 4005 W. 27th St. Chicago Public Library JOHN TOMAN LIBRARY 22 60623 OWNED Library 15.500 1 927 4005 W. West End Ave. Fire FIRE ENGINE COMPANY 95 26 60624 OWNED Engine CompanylFire House 12.400 1980 4017 N. Tripp Ave. Fire FIRE ENGINE COMPANY 69 38 60641 OWNED Engine Company/Fire House 4.464 1936i 4020 W. 63rd St. Chicago Public Library WEST LAWN LIBRARY 13 60629 OWNED Library 12,000 19861 4042 W. 47th St. Fire FIRE ENGINE COMPANY 34 14 60632 OWNED Fire Facility 10,270 1967 4100 N. Long Ave. Family and Support Services Park District Site (Dept of Aging) 38 60641 Of?ce 4101 W. 7901 SL Chi?go Public Library SCOTTSDALE LIBRARY 13 60652 OWNED Library 12.500 1966 412 N. Kedz'e Ave. Fire FIRE ENGINE COMPANY 44 28 60612 OWNED Engine Company/Fire House 17.180 1981 4141 N. Rockwell Si. Streets and Sanitation 47TH WARD YARD (085) 47 60618 LEASED Ward Yard 7.200 4150 W. 5501 St. Health GREATER LAWN (HEALTH) (WIC) 23 60632 LEASED Health Clinic 16.070 419 5. Wells Si. Fire FIRE ENGINE COMPANY 1 2 60607 OWNED Fire Facility 11.000 1949 4211 W. Ferdinand St. Fleet SHOP FACILITY I FUEL STATION (D53) 26 60624 OWNED Fuel Station 58.000 4233 W. Ferdinand St. Streets and Sanitation GARAGE 28 60624 OWNED Garage 4243 N. Neenah Ave. Streets and Sanitation 38TH WARD YARD (DSS) 38 60634 OWNED Wand Yard 16.01 7 1950 4300 W. North Ave. Chimgo Public Library NORTH PULASKI BRANCH LIBRARY 30 60639 LEASED Library 6,243 4311 W. Ferdinand St. Streets and Sanitation 28TH WARD YARD 28 60624 OWNED Ward Yard 4313 S. Ashland Ave. Health Department of Health 11 60609 LEASED Health Clinic 4.185 4314 S. ArCherAve. Chicago Public Library BRIGHTON PARK LIBRARY 14 60632 OWNED Library 11.000 1969 4314 S. Cottage Grove Ave. MARTIN LUTHER KING COMMUNITY CENTER 4 60853 OWNED Community Center 432 E. Marquette Rd. Fire FIRE ENGINE CO. #47 20 60637 OWNED Engine Company/Fire House 1s??1 4345 w. Armitage Ave. Family and Support Services TRINA DAVILA COMMUNITY CENTER (CDHS) 31 60639 LEASED Community Center 4.200 4352 8. Cottage Grove Ave. Streets and Sanitation 4TH WARD YARD 4 60653 OWNED Ward Yard 4400 W. Lawrence Ave. Chicago Public Library MAYFAIR LIBRARY 39 60630 LEASED Library 7.605 4401 S. Ashland Ave. Fire FIRE ENGINE COMPANY 49 11 60609 OWNED Fire Facility 6.108 1978 441 N. Waller Ave. Fire FIRE ENGINE COMPANY 96 29 60644 OWNED Flre Facility 10.428 1 8981 4426 N. Kedzie Ave. Fire FIRE ENGINE COMPANY 124 33 60625 OWNED Engine CompanylFire House 14.000 1966 444 N. Dearbom St. Fire Fire Prevention Bureau 42 60654 OWNED Fire Facility 445 N. Sacramento Ave. Environment Chicago Center for Green Technology 27 60612 OWNED Of?ce 40.000 4455 N. Lincoln Ave. Chicago Public Library SULZER LIBRARY 47 60625 OWNED Library 83.000 1985 4600 S. Cottage Grove Fire FIRE ENGINE COMPANY 45 4 60653 OWNED Fire Facility 8.669 1 928 4600 S. Damen Ave. Chicago Public Library BACK OF THE YARDS LIBRARY 12 60609 LEASED Library 5,808 4505 W. Lawrence Ave. Streets and Sanitation 39TH WARD YARD (D88) 45 60630 OWNED Ward Yard 3.400 4615 W. Homer St. Streets and Sanitation 31 ST WARD YARD (085) 31 60639 LEASED Ward Yard 48.192 4625 N. Milwaukee Ave. Fire FIRE ENGINE COMPANY 108- 3rd Disirid 45 60630 OWNED Fire 18.430 1981 Page 4 of 7 4740 N. Sheridan Rd. Elia-1mm Family and Support Services We Warle Ownershl CDHS North Area Service Center. MOWD. CDPH. Streets and Sanitation 60640 LEASED Fae??r Type Neighborhood Center Sq Ft Year PHI 0 4750 N. Sheridan Rd. Streets and Sanitation 46WDYD 0 OWNED Ward Yard 5.800 4770 S. Kedz'e Ave. Revenue Chicago Department of Revenue 60632 LEASED Administrative 8.000 4801 S. Michigan Ave. Chicago Public Library HALL LIBRARY 60615 OWNED Library 11.632 4620 W. Sunnyside Ave. Water Management SUNNYSIDE PURIFICATION (WATER) 60630 OWNED Fuel Station 8.000 4827 W. Wilson Ave. Water Management MAYFAIR PUMPING STATION (WATER) 60630 OWNED Pumping Station 41.700 1915 4630 W. Chicago Ave. Streets and Sanitation 37TH WARD YARD (DSS) 60651 OWNED Ward Yard 8.000 1980 4833 W. Sunnyside Av. Fleet SUNNYSIDE FUEL STATION 60630 OWNED Fuel Station 2.000 4635 N. Lipps Ave. Streets and Sanitation 45TH WARD YARD (DSS) 60630 OWNED Ward Yard 11.350 4840 W. Sunnyside Ave. Fleet GAS PUMPING STATION 60630 OWNED Fuel Station 4856 W. Chicago Av. Chicago Public Library WEST CHICAGO LIBRARY 60651 OWNED Library 8.000 4900 W. Chicago Ave. Fire FIRE ENGINE COMPANY 117 - District 4 60651 OWNED Fire Facility 17.100 1 980 4900 W. Sunnyside Ave. Water Management Water Management Operations 60630 OWNED Of?ce 3.000 4904 S. Lake Park Ave. Chicago Public Library T.M. BLACKSTONE LIBRARY 60615 OWNED Library 1 3.794 4909 W. Division St. Health Department of Health 60651 LEASED Health Clinic 1.400 4911 W. Belmont Ave. Flre FIRE ENGINE COMPANY 7 60641 OWN ED Engine CompanyfFire House 12.525 1933I 4921 S. Western Bv. Water Management WESTERN AVENUE PUMPING STATION (WATER) 60609 OWNED Pumping Station 36.520 4956 W. Madison St. Health Department of Health 60644 LEASED Health Clinic 3.383 4959 S. Western Ave. Water Management SOUTH CHLORINE ROOM (WATER) 60609 OWNED Shop 1 .500 1926] 5000 S. Union Ave. Fire FIRE ENGINE COMPANY 50 60609 OWNED Fire Facility 5.001 1938i 5021 S. Wabash Ave. Streets and Sanitation 3RD WARD YARD (035) 60615 OWNED Ward Yard 1.200 1930 5055 S. Archer Ave. Chicago Public Library ARCHER HEIGHTS LIBRARY 60632 OWNED Library 14.832 5071 W. Congress Pkwy. Family and Support Services Austin Satellite Center 60644 OWNED Aging Center 5108 W. Belmont Ave. Chicago Public Library PORTAGE - CRAGIN LIBRARY 60641 OWNED Library 12.800 1969 5150 N. Kimball Ave. Chicago Public Library ALBANY PARK LIBRARY 60625 OWNED Library 10.555 1963 5200 W. 63rd St. Fire FIRE ENGINE COMPANY 127 - District 7 (Midway) 60638 OWNED Fire Facility 19.100 1 991 5212 W. Harrison St. Fire FIRE ENGINE COMPANY 113 60644 OWNED Fire Facility 4.566 1 955 5215 S. Western Fleet Fleet Management Facility 60609 OWNED Fieet Facility 2009 5258 W. Grand Ave. Fire FIRE ENGINE COMPANY 68 60639 OWNED Engine CompanyIFire House 10.160 1 970 5326 N. Bowmanville Ave. Streets and Sanitation Bureau of Forestry (088) 60625 5331 W. Devon Ave. Chicago Public Library Edgebrook Library 60646 OWNED Library 15.500 5333 N. Western Ave. Streets and Sanitation 40TH WARD YARD (058) 60625 OWNED Ward Yard 3.644 1 980 5337 N. Western Ave. Streets and Sanitation DSS Bureau of Forestry Garage 60625 OWNED Garage 1 960 5343 N. Cumbertand Ave. Fire FIRE ENGINE COMPANY 11 60656 OWNED Engine Company/Fire House 11.000 1 974 5349 S. Wabash Ave. Fire FIRE ENGINE COMPANY 61 60615 OWNED Engine Company/Fire House 5.488 1929 5363 W. Lawrence Ave. Chicago Public Library JEFFERSON PARK LIBRARY 60630 OWNED Library 11.000 5400 N. Lincoln Ave. Police 20TH DISTRICT POLICE STATION 60625 OWNED Police Station 42.000 2002 5430 W. Gale St. City Clerk City Clerk Satellite Of?ce 60630 OWNED 5440 S. Racine Ave. Chicago Public Library SHERMAN PARK LIBRARY 60609 OWNED Library 6.700 1937 548 W. Division St. Fire FIRE ENGINE COMPANY 4 60610 OWNED Engine CompanylFire House 13.571 55 W. Illinois St. Fire FIRE ENGINE COMPANY 42 60654 OWNED Fire Facility 33.072 1968 5555 w. Lexington St. Water Management LEXINGTON PUMPING STATION (WATER) 60644 OWNED Pumping Station 36.000 5556 S. Central Ave. Streets and Sanitation 23RD WARD YARD (085) 60638 OWNED Ward Yard 3.550 1950 5559 S. Narragansett Ave. Fire FIRE ENGINE COMPANY 32 60638 OWNED Fire Facility 13.414 1959 558 W. De Koven St. Fire R. J. QUINN ACADEMY (FIRE) 60607 OWNED Fire Facility 66.285 5605 W. Grand Ave. Streets and Sanitation 29TH AND 30TH WARD YARD (DSS) 60639 OWNED Ward Yard 2.500 5615 W. Race Ave. Chicago Public Library AUSTIN LIBRARY 60644 OWNED Library 1 5.035 1928 5630 N. Lincoln Ave. Chiago Public Library Budlong Woods Library 60659 OWNED Library 14,000 [5672 S. Archer Ave. City Clerk Senior Services and City Clerk 60636 LEASED Of?ce 5.300 5724 W. North Ave. Chicago Public Library NORTH AUSTIN LIBRARY 60639 OWNED Library 9.300 1 987 5758 W. Grace St Fire FIRE ENGINE COMPANY 94 60634 OWNED Engine Company/Fire House 3.053 1925I 5801 N. Pulaski Rd. Streets and Sanitation NPV EWC SHOP - BLDG. 60646 OWNED Shop 5.380 1912 5853 N. Broadway Streets and Sanitation 48TH WARD YARD (055) 60660 OWNED Ward Yard 5.500 1980 5955 S. Mhland Ave. Fire FIRE ENGINE COMPANY 116 - District 5 60636 OWNED Fire Facility 10.000 1976 6 S. Hcyne St. Chicago Public Library MABLE MANNING LIBRARY 60612 OWNED Library 13.000 6030 N. Avondale Ave. Fire FIRE ENGINE COMPANY 119 60631 OWNED Engine CompanyIFire House 6.600 1930 6030 N. Clark St. Fire FIRE ENGINE COMPANIES 59 AND 70 (NEW 9I2008) 60660 OWNED Engine CompanyfFire House 2003] 605 W. Armitage Ave. Fire FIRE ENGINE COMPANY 22 60614 OWNED Engine Company/Fire House 10.200 1971] Page 5 of 7 Address at Building Name 6083 N. Northwest Hwy. Chicago Public Library Ward mnershi CARL B. RODEN LIBRARY 60631 OWNED FaEiTiiy Type Library Year Baily 6100 W. Irving Park Rd. Chicago Public Library Austin Irving Library 60634 OWNED Library l611 W. 69th St. Streets and Sanitation 17TH WARD YARD (DSS) 60621 OWNED Ward Yard 1950 61 17 S. Kedzie Ave. Family and Support Services SOUTHWEST CENTER (AGING) 60629 OWNED Aging Center 1965 6120 S. Kedzie Ave. Chicago Public Library CHICAGO LAWN LIBRARY 60629 OWNED Library 1960 6120 8. Racine Ave. Police Old 7th DistrICt - Tru Unit 60636 OWNED 6145 s. Throop St. Streets and Sanitation 16th Ward Yard (DSS) 60636 OWNED Ward Yard 6151 S. Normal Bv. Chicago Public Library KELLY LIBRARY 60621 OWNED Library 6239 N. California Ave. Fire FIRE ENGINE COMPANY 71 60659 OWNED Engine Company/Fire House 1 927 627 N. Albany Police Police 60612 LEASED Police Facility 6337 S. Woodlawn Ave. Health WOODLAWN BEHAVIORAL HEALTH CENTER 60637 OWNED Health Clinic 6348 S. Archer Ave. Chicago Public Library GARFIELD RIDGE LIBRARY 60638 LEASED Library 6401 S. Evans Ave. Streets and Sanitation 20TH WARD YARD (DSS) 60637 OWNED Ward Yard 1930 641 W. 63rd St. Health ENGLEWOOD HEALTH CENTER 60621 OWNED Health Clinic 1972 6411 S. Central Ave. Transportation 6411 S. Central Ave 60638 OWNED Equipment Storage 1950 642 W. 43rd St. Chicago Public Library Canaryville Library 60609IOWNED Library 6423 W. 63rd Pl. Chicago Public Library CLEARING LIBRARY 60636 OWNED Library 1994 6424 N. Lehigh Ave. Fire FIRE ENGINE COMPANY 79 60646 OWNED Engine CompanylFire House 1 970 6435 N. California Ave. Chicago Public Library NORTHTOWN LIBRARY 60645 OWNED Library 644 W. Belmont Ave. Chicago Public Library JOHN MERLO LIBRARY 60657 OWNED Library 1942 6441 N. Ravenswood Ave. Streets and Sanitation 49TH AND 50TH WARD YARD I FUEL STATION (DSS) 60626 OWNED Ward Yard 6445 N. Ravenswood Av. Fleet RAVENSWOOD FUEL STATION 60626 OWNED Fuel Station 6453 W. Higgins Rd. Streets and Sanitation 418T WARD YARD (DSS) 60656 OWNED Ward Yard 650 W. 83rd St. Police AUTO POUND (POLICE) (CITY TRAILER) 60620 OWNED Parking Lot 6501 S. State St. Fleet 65TH AND STATE FUEL STATION 60637 OWNED Fuel Station 657 W. 63rd St. Family and Support Services ENGLEWOOD AGING CENTER 60621 OWNED Aging Center 6601 S. Oglesby Ave. Water Management 68TH STREET PUMPING STATION 60649 OWNED Pumping Station 6907 N. Clark St. Chicago Public Library ROGERS PARK LIBRARY 60626 OWNED Library 1999 6969 W. Grand Ave. Chicago Public Library GALEWOOD MONT CLARE LIBRARY 60707 LEASED Library 700 W. Wilson Ave. Water Management LAKEVIEW PUMPING STATION (WATER) 60640 OWNED Pumping Station 701 N. Sacramento Blvd. Streets and Sanitation AUTO POUND 06 TRAILER (055) 60612 OWNED Auto Pound 7059 S. South Shore Dr. Police MOUNTED PATROL (PARK DISTRICT) (Police) 60649 OWN ED Stable 7101 S. Parnell Ave. Fire FIRE ENGINE COMPANY 54 60621 OWNED Fire Facility 1936] 725 W. Harrison St. Water Management CERMAK PUMPING STATION (WATER) 60607 OWNED Pumping Station 1920] 731 E. 63rd St. Chicago Public Library BESSIE COLEMAN LIBRARY 60637 OWNED Library 1993) 7313 S. Kingston Ave. Fire FIRE ENGINE COMPANY 126 Engine Company/Fire House 1916) 7340 N. Clark St. Fire FIRE ENGINE COMPANY 102 60626 OWNED Engine CompanylFire House 20%! 7454 W. Balmoral Ave. Chicago Public Library ORIOLE PARK LIBRARY (NEW) 60656 OWNED Library 7501 S. Western Ave. Water Management SOUTH DISTRICT HEADQUARTERS (WATER) 60620 OWNED Warehouse 1955 7506 S. Racine Ave. Chicago Public Library THURGOOD MARSHALL LIBRARY 60620 OWNED Library 1994 7600 S. Oakley Ave. Streets and Sanitation Department of Streets and Sanitation 0 OWNED Warehouse 7659 S. Pulaski Rd. Fire FIRE ENGINE COMPANY 64 60652 OWNED Fire Facility 1970 7600 S. Oakley Ave. Transportation 7800 S. Oakley Ave 60620 OWNED Garage 1 930 7901 S. Martin Luther King Jr Dr. Chicago Public Library WHITNEY M. YOUNG. JR. LIBRARY 0 OWNED Library 7982 S. South Chicago Ave. Fire FIRE ENGINE COMPANY 72 60617 OWNED Engine Company/Fire House 1971 800 S. Desplaines St. Business Affairs and Consumer Protection Maxwell Street Permit Center 60607 OWNED Of?ce 2008 8026 S. Kedzie Ave. Fire FIRE ENGINE COMPANY 15 60652 OWNED Fire Facility 1 957 306 N. Michigan Ave. Water Management HISTORIC WATER TOWER 60611 OWNED Of?ce 1 869 [811 N. Michigan Ave. Water Management CHICAGO AVENUE PUMPING STATION (WATER) 60611 OWNED Of?ce 8120 S. Ashland Ave. Fire FIRE ENGINE COMPANY 129 60620 OWNED Fire Facility 1900 8148 S. Stony Island Ave. Chicago Public Library AVALON BRANCH LIBRARY 60617 OWNED Library 817 E. 91 st St. Fire FIRE ENGINE COMPANY 82 60619 OWNED Engine CompanylFIre House 1916i 629 W. 120th Street Streets and Sanitation 34th Ward Yard 60643 OWNED Ward Yard 630 W. 119th St. Chicago Public Library West Pullman Library 60643 OWNED Library 8400 S. Kedvale Ave. Water Management SOUTHWEST PUMPING STATION (WATER) 60652 OWNED Shop 845 W. 69th St. Family and Support Services Salvation Army (ECHO) 60621 LEASED Community Center 845 W. Wilson Ave. Health UPTOWN HEALTH CENTER 60640 OWNED Health Ciinic 1 972 8530 S. Keda'e Ave. Chicago Public Library WRIGHTWOOD - ASHBURN LIBRARY 60652 OWNED Library 1 997 Page 6 of 7 My?: Department eundmg Name Want 7.12 OwnershIEI FaciEty Type Sq E: Year Burnt 6541 S. State St. Health CDPH 6 60619 LEASED Health Clinic 8559 S. \frncennes Ave. Streets and Sanitation 21 ST WARD YARD (DSS) 21 60620 OWNED Ward Yard 1,040 8630 S. Emerald Ave. Fire FIRE ENGINE COMPANY 73 21 60620 OWNED Fire Facility 3.685 1927 8759 S. Commercial Ave. Family and Support Services SOUTH CHICAGO COMMUNITY CENTER (CDHS) 10 60617 LEASED Community Center 2.500 900 E. 103rd St. Streets and Sanitation WAREHOUSE (DSS) 8 60628 LEASED Warehouse - 9055 S. Houston Ave. Chicago Public Library SOUTH CHICAGO LIBRARY 10 60617 OWNED Library 14.000 1941 9059 S. Cottage Grove Ave. General Services and Health BURNSIDE COMMUNITY SERVICES CENTER (DOS) 8 60619 OWNED Community Center 4.000 9160 S. Harbor Av. Streets and Sanitation 7th 10th Ward Yards 10 60617 Ward Yard - 2009 929 W. Buena Ave. Chicago Public Library UPTOWN LIBRARY 46 60613 OWNED Library 12,114 1993 940 W. Exchange Ave. General Services BUREAU OF ELECT RICITY. EWC DIVISION (DSS) 11 60609 OWNED Shop 29,500 1970 9525 S. Halsted St. Chicago Public Library WOODSON REGIONAL LIBRARY 21 60628 OWNED Library 65.000 1975 9536 S. Genoa Ave Water Management Water Facility 21 60643 OWNED Water Facility - 100 S. Racine Ave. Police 12TH DISTRICT POLICE STATION 27 60607 OWNED Police Station 18.667 1940 1160 N. Larrabee St Police 18TH DISTRICT POLICE STATION 27 60610 OWNED Police Station 47,000 1436 W. 63rd St. Police 7TH DISTRICT POLICE STATION 16 60636 OWNED Police Station 44.000 2009 1718 S. State St. Police 1ST DISTRICT POLICE STATION (AREA 4) 3 60616 OWNED Police Station 102.300 1900 W. Monterey Ave. Police 22ND DISTRICT POLICE STATION 19 60643 OWNED Police Station 42.000 2150 N. Califomla Ave. Police 14TH DISTRICT POLICE STATION 35 60647 OWNED Police Station 42.000 2452 W. Belmont Ave. Police 19TH DISTRICT POLICE STATION (AREA 3) 47 60618 OWNED Police Station 94.900 1975i 300 E. 29th St. Police 21 ST DISTRICT POLICE STATION 4 60616 OWNED Pollce Station 11.520 3120 S. Halsted St Police 9th District Police Station 11 60608 OWNED Police Station 44.000 3151 W. Harrison St. Police 11TH DISTRICT POLICE STATION (AREA 4) 24 60612 OWNED Police Station 85,161 3315 W. Ogden Ave. Police 1001 DISTRICT POLICE STATION 24 60623 OWNED Police Station 44.000 4650 N. Pulaski Rd. Police 17TH DISTRICT POLICE STATION 39 60630 OWNED Police Station 45.000 5400 N. Lincoln Ave. Police 20TH DISTRICT POLICE STATION 40 60625 OWNED Police Station 42.000 2002 5555 W. Grand Ave. Police 25TH DISTRICT POLICE STATION AND AREA 5 GARAGE 29 60639 OWNED Garage 109.800 0 5701 W. Madison St. Police 15TH DISTRICT POLICE STATION 29 60644 OWNED Police Station 45.000 6464 N. Clark St. Police 24TH DISTRICT POLICE STATION 40 60626 OWNED Police Station 35.025 1975 727 E. 111th St. Police 5TH DISTRICT POLICE STATION (AREA 2) AND GARAGE 9 60626 OWNED Police Station 135.000 0 7806 S. Halsted St. Police 6TH DISTRICT POLICE STATION 17 60620 OWNED Police Station 11.610 1999 I937 N. Wood St. Police 13TH DISTRICT POLICE STATION 1 60622 OWNED Police Station 19,436 3420 W. 63rd St Police 8TH DISTRICT POLICE STATION 15 60629 OWNED Police Station 45.000 3600 N. Halsted St. Police 23RD DISTRICT POLICE STATION 44 60613 OWNED Police Station 16.556 1879 5151 N. Milwaukee Ave. Police 16TH DISTRICT POLICE STATION 45 60630 OWNED Police Station 45.000 5555 W. Grand Ave. Police 25TH DISTRICT POLICE STATION AND AREA 5 GARAGE 29 60639 OWNED Garage 109,600 0 7040 S. Cottage Grove Ave. Police 3RD DISTRICT POLICE STATION 6 60637 OWNED Police Station 36.200 Page 7 of 7