rwk506's picture
Upload 5402 files (#1)
45a123c verified
Contract Summary Sheet
Contract (PO) Number: 781
Specification Number: B20551301
[Name of Contractor: PROGRESSIVE INDUSTRIES, INC.
City Department: DEPARTMENT OF HEALTH
Tid of Contract: Infant Cr Sets- 820851301
‘Term of Contract: Start Da
End Date: 1/31/06
Dollar Amount of Contract (or maximum compensation if a Term Agreement) (DUR):
$13,279.00
Brief Description of Work: Infant Car Seats- 820551301
Procurement Services Contact Person: JUANITA DEVON,
Vendor Number: 1011062
Submission Date: APR 9 2003
UNTITLED
a
Filia A ; )
TARGET MARRET ROCEAM f
onlgn AGREHaBUTc nstucen 0 ery orcmeaco ceo ‘il y
on NiENWINORITY BUSINESS ENTERPRISE(S) (MBE)
Seeno' [t-SNIN" AND WOMEN BUSINESS ENTERPRISE(S) (WBE) FIRMS
oe WITH APPROPRIATE SPECIALITY AREA DESIGNATION
vexoorno. 66 CHA conreact no. TACSS/S0/-Ab.
PROGRESSIVE NOUSTRES -_—SPECIFICATIONNO:- 82.05513.0
(ess A AVONDALE
ou, 60631 aent. © TERM AGREEMIN a
ents NOS UPON ke uiRew
PERN, ERE rat can sears i
pan Fe
CORRHET RIOD: THIRTYSIX MONTHS FROM THE DATE OF CONTRACT
IAWARD AND RELEASE
staring: 271-0 trou: E=5I-0G
feured ior use by
DEPARTMENT OF PUBLIC HEALTH
DRAWINGS. NONE
Ai signatures tobe sworn to before a Notary Pubic
INFORMATION; |UANITA DEVON, HEAD PURCHASE CONTRACT ADMINISTRATOR
PHONE NO.” (312) 744-4924
All bids are to be sealed and received no later than 11:00 a.m. on the day of the
id Opening, All bids will be read publicly in the »
BID AND BOND ROOM
ROOM 301, CITY HALL
8
Issued by
‘THE DEPARTMENT OF PROCUREMENT SERVICES.
CITY OF CHICAGO
ROOM 403, CITY HALL
121 NORTH LA SALLE STREET
CHICAGO, ILUNOIS 60602
RICHARD M. DALEY DAVID E. MALONE
MAYOR CHIEF PROCUREMENT OFFICE
Jw
UNTITLED-002
UNTITLED-003.
Table of Contents
REQUIREMENTS FOR BIDDING AND INSTRUCTIONS TO BIDDERS
GENERAL CONDITIONS.
SPECIAL CONDITIONS .
PERFORMANCE BOND °
SUB-ORDERS .
INVOICES *
PAYMENT °
DELIVERY .
INVENTORYILEAD TIME. w
TESTS
SAMPLES in
Quantmigs .
BASIS OF AWARD... i
LOCAL BUSINESS PREFERENCE i
INCOMPLETE BIDS . . "
[UNSPECIFIED ITEMS
CONTRACT PERIOD
CONTRACT EXTENSION OPTION,
PRICE ESCALATION.
CONTRACT DOCUMENTS TO BE COMPLETED BY BIDOER
CONTRACTOR CERTIFICATION
AUTHORIZED DEALER DISTRIBUTOR
WARRANTY
MANUALS, CERTIFICATES,
BID DATA,
‘CONTRACTOR'S INSURANCE
CONFLICTS OF INTEREST
DISCLOSURE OF OWNERSHIP w
GOVERNMENTAL ETHICS ORDINANCE w
CHAPTER 2-56 OF THE MUNICIPAL CODE OF CHICAGO, OFFICE OF INSPECTOR GENERAL Ww
BUSINESS RELATIONSHIPS WITH ELECTED OFFICIALS tw
‘SECTION 2-92-380 OF THE MUNICIPAL CODE OF CHICAGO ia
-MACBRIDE PRINCIPLES ORDINANCE 1
NON-APPROPRIATION 18
ACCEPTANCE 8
CONTRACT DOCUMENTS 18
DISCLOSURE OF RETAINED PARTIES - EXECUTIVE ORDER 97-7 1%
‘COMPLIANCE WITH CHILD SUPPORT ORDERS ORDINANCE 18
EARLY TERMINATION 1"
LIVING WAGE ORDINANCE ”
TARGET MARKET SPECIAL CONDITIONS ey
SCHEDULE 8.2 3
UNTITLED-004
TARGET MARKET SCHEDULE C-2
SCHEDULE 0-2
‘TARGET MARKET UTILIZATION REPORT
DETAILED SPECIFICATIONS . -
SCOPE -
EXCEPTIONS,
PROPOSAL x0
PROPOSAL
EXCEPTIONS (EXPLAIN): 20
BIO DATA 20
ADDITIONAL INFORMATION: a0
DISCLOSURE AFFIDAVIT FOR CONTRACTS AND CONCESSION,
AGREEMENTS NOT INVOLVING FEDERAL FUNDS
DISCLOSURE OF RETAINED PARTIES
TO BE EXECUTED BY A CORPORATION 33
TO BE EXECUTED BY A PARTNERSHIP 30
TO BE EXECUTED BY A SOLE PROPRIETOR =
ACCEPTANCE 25
INSURANCE CERTIFICATE OF COVERAGE sa
UNTITLED-005,
REQUIREMENTS FOR BIDDING
CONTRACT FOR SUPPLY
Proposals will be recewed by the Chief Procurement
COficer of the Citvof Chicago im accordance with Contract
Documents as set forth herein
1. BID DEPOSIT
Bid depost shall be required for all competitwe sealed
bidding for contracts when required in the legal
advertisement. Bid deposit shall be a bond provided by a
‘surety company authorized to do business inthe State of
Iino, or the equvaient in cashier's check. money order
‘or cetified check. All certied checks must be drawn on
2 bank doing business the United States, and shall be
made payable to the order of the City of Chicago. CASH
IS NOT AN ACCEPTABLE FORM OF BID DEPOSIT
Bid deposits shal be in the amount shown in the
advertsement or a8 may be prescribed herein, but notin
‘excess of 10% of the bid. Where the amount of the bid
deposit shown in the adverisement should prove to be
mate than 10% oF the bid, then the bidder may submit in
thew of the foregoing, an amount equal to 10% of his bi.
Compliance with the provisions herewith shall be
determined n ll cases by the Chvef Procurement Officer
{and his determination shall be final
When the legal advertisement requires a depost.
noncompliance requires thatthe bid be rejected unless
1s determined that the bid fails to comply in a non:
substantial manner with the deposit requirements.
_Ater bids are opened, deposts shall be revocable forthe
period speciied herein, f a bidder 1 permitted to
‘wathdraw its bid before award, no action shall be taken
against the bidder or the bid deposit.
PREPARATION OF PROPOSAL
‘The bidder shall prepare its proposal on the attached
proposal forms. Unless otherwise stated, all blank spaces
10m the proposal page oF pages, applicable to the subject
spectication, mus be correctly filled in, Either a unit
ppnce or a lump sum pnce, as the case may be, must be
stated for each and every stem, ether typed in or written
rnank, n figures, and, if required. in words.
\Wbdder's a corporation, the President and Secretary shall
texecute the bid and the Corporate seal shal be afined
In the event that ths bid is executed by other than the
President, attach hereto a certified copy ofthat section of
Corporate By-Laws or other authonzation by the
Specification. 82-03513-01
AND INSTRUCTIONS TO BIDDERS
Corporation which permis the persor
offer for the corporation
li bidder 1s a partnership, all panners snl eecute
bid, unless one partner has been autnorized 1 sae 1"
the partnership. in which case euidence ot scm
authonty satisiacton to the Chvet Procuremen: Once
shall be submitted. i bndder sa sole propretorsnp tne
sole propretorship shall execute the bid
|A*Partnership”, “Joint Venture” or “Sole Propnetorship
operating under an Assumed Same must be reastered
‘wth te Ili county in which located, 2s prowided
805 1LCS 405 (1992
Il, SUBMISSION OF PROPOSALS.
All prospective bidders shall subst sealed proposals
with applicable bid deposit enclosed nm enseloges
‘provided for that purpose in the DEPARTMENT OF
PROCUREMENT SERVICES, Room 301, Cin Hall. and
1f proposals are submitted im envelopes other than those
50 provided for this purpose. then the sealed envelope
submitted by the prospective bidder shall carn the
following information on the face of the envelope
bidder's name. address, subject matter of proposal
adverused date of bid opening andthe hour designated
for bid opening as shown on the legal adversement
Where proposals are sent by mail to the Chiet
Procurement Officer. the bidders shall be responsible
for their delivery to the Chief Procurement Oficer
before the advertised date and hour forthe opening of
bids. tthe mail s delayed bevond the date and hour set
forthe bid opening. proposals thus delaved wall not be
accepted.
Proposals shall be submitted wth onginal signatures in
the space provided on the appropnate Proposal
Execution Page Proposals not propery signed shal be
rejected
IV, WITHDRAWAL OF PROPOSALS
Bidders may withdraw thesr proposals at any time poor
tothe ume specified inthe advertisement asthe closing
Lume forthe recerpt of bids. However, no bidder shall
‘withdraw oe cancel his proposal fora period of sixty "60°
‘calendar days after said advervsed closing time for the
receipt of proposals nor shall the successtul bidder
withdraw or cancel or modify hs proposal ater having
been notte bythe Chief Procurement Oricerthat said
INFANT CAR SEATS, Page 1 of 59
UNTITLED-006
REQUIREMENTS FOR BIDDING AND INSTRUCTIONS TO BIDDERS
proposal has been accepted bv the City. The Citvresenves
the right to withhold and depos. as liquidated damages
and not a penalty, the bid deposit of any bidder
requesting withdrawal. cancellation ot modification of ts
proposal prior to the stated penod for acceptance of
Proposal
\Where this contrac shall be approved by another agency,
such asthe Federal Government of State of tlinois, then
the bidder shall not withdraw or cancel or modify his
proposal ior a penod of ninety (90) calendar days after
said adverused closing time forthe receipt of proposal.
V. COMPETENCY OF BIDDER
‘The Chet Procurement Officer reservestherighttoreiuse
toaward.a contractto any person rm or corporation that
1s in arrears o sn detault tothe City of Chicago upon
any debtor contact, or that i detaulter as surety oF
otherwise, upon any obligation o sad Cty, or had fale
to perio fathiully any previous contrat withthe City
The bidder. irequested. must present withina reasonable
Lime, as determined by the Chet Procurement Officer,
‘evidence satisfactory tothe Chief Procurement Ofcer of
perormance abilty and posession of necessary facilis,
pecuniary resources and adequate insurance to comply
with the terms of these specifications and contract
documents
VL. CONSIDERATION OF PROPOSALS
“The Chet Procurement Otficer shall epresent and act for
the City in all matters pertaining to this proposal and
ccontract_in conjunction therewith. The Chief
Procurement Officer reserves the night to reject any oral
‘proposals and to dstegard any informality in the bids and
bidding. when 1n his opinion the best interest ofthe City
wl be served by such action,
The proposal is contained in these contract documents
land MUST NOT BE DETACHED HERE FROM by any
bidder when submitinga proposal. Incomplete proposals
are subject to rejection.
Vil. ACCEPTANCE OF PROPOSALS
‘The Chief Procurement Officer will accept in wnting one
‘of the proporals or reject all proposals, within sexy 160)
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 ofthe Cty, extends the time of acceptance
tothe City
Vill, PERFORMANCE BOND
When required by the Chuet Procurement Onier
successul bidder or bidders shall, within seven
Calendar days of receipt of notice rom the Cit. turnin
«performance bond inthe full amount of the contra
fon Form P.W.O. 62. a specimen of winch 1s bound
herein. Recerpt of wntten nouce irom the Ci toturnsn
a bond constitutes tentative notice of pending award
‘and proposal acceptance. Release of the contract shall
bbe withheld pending receipt and appro.
sausiactory bond. Attention 1s called to the prov sions
‘of Section 5/8-10-13 ofthe limos Murvcipal Code and
to the provisions of Chapter 7-4 of the Municipal Coste
‘of Chicago.
1X FAILURE TO FURNISH BOND
In the event that the bidder fais to furnish the
performance bond in said period of seven 7 calendar
days, then the bid deposit of the bidder shall be
retained bythe City a liquidated damages and not sa
penalty
x —_DISCLOSURES
The apparent low bidder will be required to evecute
and notanze the disclosure required by Executive Order
97-1 no later than 7 calendar days ater noutication os
the City of Chicago unless a longer time 1 granted bx
the Chief Procurement Oficer. A copy ofthe disclosure
requited by Executive Order 97-1 1 attached to the
Specification. Refusal to execute and notanze such
disclosure will result in the Chief Procurement Officer
declaring the brdder non-responsible and the Citv
retaining the bid deposit. Moreover, if a bidder 1s
deemed non-responsible under ths provision, the
bidder's status asa non-responsible bidder may apply t0
the bidder's subsequent bids
XL INTERPRETATION OF
DOCUMENTS
any person contemplating submitung a proposal sn
doubt as to the true meaning of any part of the
specifications or other coatract documents, a writen
request for an interpretation thereof, may be submitted
to the Chief Procurement Officer. The person
submaung the request wil be responsible for is prompt
delivery. Any interpretation ofthe proposed documents
CONTRACT
Specification: 82-05513-01 , INFANT CAR SEATS, Page 2 of 59,
UNTITLED-007
REQUIREMENTS FOR BIDDING AND INSTRUCTIONS TO BIDDERS
sill be made only by an addendum duly ssued bs the
(Chie! Procurement Officer. Acopy a such addendum wl
be faxed, electronically mailed. mailed or delwered to
‘each person recewing a set of such contract documents
land to such other prospective bidders as shall have
requested that they be fumished with a copy of each
addendum Failure onthe par oi the prospectne bidder
torecewe a written interpretation prior tothe time of the
‘opening of bids will not be grounds for withdrawal of
proposal. Bidder will acknowledge receipt of each
Addendum ssued in space provided on proposal page.
(Oral explanations will not be binding.
XI. CATALOGS
ach bidder shall submit. where necessary, or when
requested by the Chief Procurement Officer, catalogs,
descnptive erature, and detailed dravangs. fully detailing,
features. designs, construction, appointments inshesand
the like not covered in the specications. necessary to
fully describe the matenal 0 work he proposes to furnish.
XII, TRADE NAMES
In cases where an item 1s identified by a manuiacturer's
ame, trade name, catalog number, of reference, 1s
Understood thatthe bidder proposes tofurishthe item so
identified and does not propose to furnsh an “equal
unless the proposed “equal” is defintely indicated therein
by the bidder
Reierence to a specific manufacturer. trade name or
catalog is intended to be descriptive but not restrictive
and only to indicat to the prospective bidder articles that
willbe satistactory. Bids on other makes and catalogs will
be considered, provided each bidder cieariy states onthe
face of the proposal exactly what st proposes to furnish. oF
forwards with the bd, a cut, illustration, or other
descriptive matter which willclearly indicate the character
lof the aricle covered by the bid.
‘The Chief Procurement Officer hereby reserves the right
‘to approve as an equal. oF to eject as nat being an equal
any arucle the bidder proposes to furnish which contains
‘major or minor vanations from specification requirements
but which may comply substantially therewith
XIV, RETURN OF BID DEPOSIT:
The bid deposit ofall except the two lowest bidders on
‘each contract will be retuned shortly aiter the bid
‘opening.
Specification: 82+
13-01
‘The Chel Procurement Ofice*resenes
all bid deposits. 1 the intent is to aare mut 9
contracts tor a requirement and OF (he {0
responsible bidders can not be reads aeterm:
based on price until all proposals have been esaiuates
The remaining bid deposes on each contract wii Ne
returned with the excepuon oF the accented fae
aiter the Chief Procurement Oricer has awarded th
contract. The bid deposit of the accepted bidder wil be
rewumed ater the contrac’ and a saistacton
performance bond has been approsed ssnere sux
bond is required
xv. TAXES
Federal Excise Tax does not apph to matena!
purchased by the City of Chicago by vitue of Exemption
Cernficate No, 36-6005820 and State oF Minos Sales
‘Tax does not apply bv vitue of Exemption So E9095.
1874-04, linoss Retalers Occupation Tas. Use Tax
and Municipal Retailers’ Occupation Tax do not appis
tomaterialsor services purchased bx the Cn oF Chicago
by vtue of Statue
The pnice or pices quoted herein shall nciude all other
Federal and/or State, direct and or indirect taxes which
20ph.
The prices quoted herein shall agree wth all Federal
laws and regulators.
XVI. ORDER OF PRECEDENCE OF COMPONENT
‘CONTRACT PARTS.
The order of precedence of the component contract
pars shall be as follows:
General Conditions
Addenda ifany
Department Special Prowsions
Plans or City Drawings.
Detailed Specsications
Standard Specifications of the City, State or
Federal Government. anv
G Advertisement ior proposals cops ut
advertisement to be attached t0 back of cover
> mone»
H. Requirements for Bidding and Instructions te
Bidders,
INFANT CAR SEATS, Page 3 of 59
UNTITLED-008
REQUIREMENTS FOR BIDDING AND INSTRUCTIONS TO BIDDERS
L._Periormance Bond, # required.
The foregoing order of precedence shall govern the
Interpretation of the contract in all cases of conflict of
Inconsistency therein. except as may be othenuse
expressly provided by the City.
XVII. NOTICES
Allcommunications and notices herein provided for shal
be faxed, delivered personally, electronically mailed, or
mailed first class. posage prepaid to the Co
‘name and address sted on the proposal neres
‘Commissioner of the using department bs
Procurement Officer. Room 403 Cin. Hall
Salle Stet. Chicago,
nos 60602
Speciication: B2-05513-01 , INFANT CAR SEATS, Page 4 of 39
UNTITLED-009
GENERAL CONDITIONS
1. NON-DISCRIMINATION
A 6 eens
It shall be an unlawsul employment practice for the
Contractor 1) to fail or refuse to hire orto discharge any
individual, or otherwise to discriminate against anv
individual with respect to hs compensation. othe terms.
Conditions, or privileges of his employment, because of
such individual's race, colo, religion, sex, age, handicap
‘or national ongin, of 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 afect
his status as an employee. because of such individual's
race, color. religion sex, age, handicap or national ongin.
Contractor shall comply with The Civil Rights Actof 1964,
42 US.C. sec. 2000 et seg. 11988), as amended.
tention 1s called to: Exec. Order No, 11.246, 30 Fed,
Reg. 12,319 1965), reprinted in 42 U-S.C. 20004e) 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 US.C.
sec. 6101-6106 (1988); Rehabilitation Act of 1973, 29
US.C. sec. 793.794 1988); Americans with Disabilives
Act. 42 US.C. sec. 12102 4 seqy and 41 CR Part 60
1569. (1990),
8. State Requirements
Contractor shall comply with the Mlinois Human Rights
Act, 775 ILCS 5/1 = 101 etseq. 11992), as amended and
any rules and regulatons promulgated in accordance
therewith, including, but not limited to the Equal
Employment Opportunity Clause, 5 ll, Admin, Code §
750 Appendix A. Furthermore, the Contractor shall
‘comply with the Public Works Employment Oscrmination
Act, 775 ILCS 1010.01 t.seq. (1992), a5 amended.
City Requirements
Contractor shall comply with the Chicago Human Rights
‘Ordinance. ch. 2-160, section 2-160-010 et seq. of the
‘Chicago Municipal Cade (1990), as amended. Further,
Contractor shall furnish or shall cause each of 1s
subcontractors) to furmish such reports and information as
requested by the Chicago Commission on Human
Relanons
D Subcontractors
‘Contractor agrees that all ofthe above orouisons §
{B) and iC) , will be incorporated sn al! agree
entered into with anv suppliers of materais turnin"
fof services, subcontractors oF ans tier and late
‘organizations which furnsh skilled. unshiled and cra
‘union skilled labor. oF which may proside ans such
materials. labor or services in connection saith th
Contract.
2. INDEMNITY
Contractor shall indemnity. Keep and save harriess
the Cty, ts agents, officials and emplovees, against al
injuries, deaths, loss. damages. claims, patent clams
sults labilties, judgments, costs and expenses. hich
may im any Way accrue against the Cit. in
Consequence ofthe granting ofthis contract or which
may in any way result thereirom. whether oF not 1
shall be alleged or determined that the act was caused
through negligence or omission of the Contractor
its employees. of the subcontractor or its emplovees
any, and the Contractor shall, at ts own expense:
appear, defend and pay all charges of atornevs and
all costs and other expenses arsing thereirom or
incurred in connection therewith, and. sf anv
Judgment shal be rendered against the City in anv
such action, the Contractor shal, at ts own expense.
sausy and discharge the same. Contractor expressh
understands and agrees that anv pertormance bond or
Insurance protection required by this contract, ot
otherwise provided by Contractor, shall in no ay
lim the responsibility to indemnity, keep and save
harmless and defend the Citv as herein provided.
To the extent permissible by law, the Contractor
wanes any limits on the Contractor's habit that
would otherwise have by wtue of the Workers
Compensation Actor any other related law or judicial
decision such as Kotecki v Cyclops Welding
Corporation, 146 il 2d 135.1991) The Cit
however, does not wawe any lmrations it may hase
‘on its habilty under the Worker's Compensation Act.
theilinos Pension Code or any other statute
‘Specification: 82-05513-01 , INFANT CAR SEATS, Page 5 of 59
UNTITLED-010
GENERAL CONDITIONS
3. PREVAILING WAGE ACT
The Contractor shall comply with “AN ACT regulating
wages of laborers, mechanics. and. other workers
employed in any public works by the State, county, city oF
any public body or any politcal subdivision or by anyone
under contract for public works.” Attention is called to
(Chapter 48, Par 39, ll Rev Stas. 1989,
{tis the policy of the Stat of linois that a wage of no less
than the general prevailing hourly rate as paid for work of
similar character 1n the locality 1n which the work is
Performed, shall be paid to all laborers, workers and
‘mechanics employed by or on behalf of any and ll public
bodies engaged in public works
The term "general prevailing hourly rate", when used in
thes Act means the hourly cash wages plus fringe benefits
for health and wellare, insurance, vacatons 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,
lithe Deparment of Labor revises the general prevailing,
hourly rate to be paid by the public body, the revsed rate
shall apply to such contract.
4. SUBLETTING OR ASSIGNMENT OF CONTRACT
‘OR CONTRACT FUNDS
‘No contract shall be assigned or any par othe same sub-
Contracted without the written consent of the Chief
Procurement Officer; but in no case shall such consent,
relieve the Contractor irom his obligations, or change the
terms ofthe contract,
The Contractor shall not transfer or assign any contract
funds or claims due orto become due without the waten
approval of the Chief Procurement Officer having first
been obtained.
The transfer or assignment of any contract funds either in
whole of in part, oF any interest therein, which shall be
due or to become due to the contractor, shall cause the
annulment of said transer or assignment so far asthe City
ts concerned.
5 GUARANTEES & WARRANTEES
All guarantees and warrantees requited shal!
furnished by the Contractor and shall be dein eree
the Chie' Procurement Officer betore tinal soucher ve
the contract i sued.
6 DELIVERY
All materials shipped to the Citv of Chicago must be
shipped F.0.8., designated location. Chicago lino
delivery is made by truck, arrangements must be
made in advance by the Contractor in orde that the
Cty may arrange for receipt of the materals The
material must then be delivered where directed
‘Truck deliveries willbe accepted before 4:00 P St on
‘week-days only. No delivenes will be accepted on
Saturdays, Sundays or Holidays
‘The quantity of matenal delnered by tuck shall be
ascertained from a weight cericate wsued by a dul
licensed Chicago Public Weigh-Master. In the case o!
delivery by ral, weight will be ascertained irom bill of
lading from onginating line, but the Citv reserves the
fight to re-weigh at the nearest avaiable railroad
scale.
7. DEMURRAGE AND RE-SPOTTING
The City will be responsible for demurrage charges
only when such charges accrue because ofthe City
negligence in unloading the materal.
The City will pay rairoad charges due to the re.
spotting of cas, only when such re-spotting sordered
by the Cry.
8. MATERIALS
RESPONSIBILITY
INSPECTION AND
The City. by its Chef Procurement Officer shall have
ight to inspect any matenal to be used in carving
‘out this contract.
‘The City does not assume any responsibilty for the
availabilty of any controled materals or other
‘matenalsand equipment required under thiscontract
Speciicaton: B2-05513-01 , INFANT CAR SEATS, Page 6 of 59
UNTITLED-011
GENERAL CONDITIONS
‘The Contractor shall be responsible for the contracted
ualty and standards of all materials, components ot
completed work furnished under this contract up to the
‘ume of final acceptance by the City
‘Materials, components or completed work not comphng,
therewith may be rejected by the Chief Procurement
Cicer and shall be replaced by the Contractor at no cost
tothe Gay.
[Any materals oF components rejected shall be removed
within a reasonable time from the premises ofthe City at
the entre expense ofthe Contractor, ater written notice
has'been mailed by the City to the Contractor that such
‘materials or components have been rejected.
9, INSURANCE
The Contractor agrees to keep in force dunng the ie of
ths contract such insurance polices as may be indicated,
Inthe SPECIAL CONDITIONS of this contrat. Contractor
further agrees to furnish ceraficates of any oral insurance
polices listing the City as an additonal insured upon
request by the Chief Procurement Officer.
10. PAYMENT
Payment to Contractor shall be as specified inthe Special
Conditions ofthis contract.
11, CASH BILLING DISCOUNT
‘Any cash biling discounts offered will nat be considered
in the evaluation of bids unless requested in the Special
‘Conditions to be included inthe proposal so requested,
‘ash biling discount foe payment of ivovces in thirty (30)
daysormore willbe considered in evaluating bids. Shorter
‘discount periods will not be considered in evaluating bids,
12. PRICE REDUCTION
Ii at any time atter 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 quantives and/or considerations shall
apply to the contract for the duration of the contract
pend 1or until the price 1s further reduced). Such price
reduction shal be eriecive atthe same rin ans
the same manner as the reduction 19 tne oF «
customers generally For purpose ofthis prox
general price reduction” shall mean ans. hot 0
reduction in the price of an article of sence omere
(1) to Contractors customers generalh. or 2 in me
Contractor's price schedile for the class customers
ice, wholesales, jobbers, retailers. ec. which as
Used as the basis for bidding on this contact
‘occasional sale at a lower price. or sale ot astressea)
merchandise at 2 lower pice. would not be
considered a “general price reduction” under this
pprowsion. The Contractor shall invoice the orders:
offices at such reduced pnces indicating on the
invoice that the reduction is pursuant to the "Price
Reduction” prowsion othe contractdocuments The:
Contractor, in addition shal within ten davs ot ans
general pace reduction not the Chie Procurement
(Officer of the Civ of Chicago ot such reduction
letter. Failure to doso mav require termination ofthe
contract. Upon receipt of anv such notice of a
general price reducton all orderingofiices willbe dus
‘nottied by the Chie Procurement Officer
‘The Contractor shall furnish, within ten days ater the
fend of the contract penod. a statement cerviing
ether:
(1) that no general price reduction, as detined
above, was made after the date of the bud or
offer oF
(2) any such general pace reductions were made
that as provided above. they were reported 1
the Chet Procurement Oficer within ten davs,
and ordering ofices were billed atthe reduce
prices.
Where one or more such general price reductions
were made. the statement’ furnished by the
Contractor shall include with respect to each pre
reduction:
(1) thedate when notice ofanvsuch reduction as
issued)
(2) the effectve date ofthe reduction. and
‘Specification: B2-05513-01 , INFANT CAR SEATS, Page 7 of 39,
UNTITLED-012
GENERAL CONDITIONS
3) the date when the Chief Procurement Officer was
notitied of any such reduction,
13, DEFAULT
‘A. The Gity may, subjetto the provisions of paragraph
1c) below, by writen nouce of delaut to the
Contactor, terminate the whole or any par ofthis
contract in any one othe folowing crcumstances
lu Af the Contractor fails to make delivery of the
supplies oF to perform the services within the time
specified herein or any extension thereoi: oF
Ai ofthe contractor fails to perform any ofthe other
provisions cof thes contract, oF $0 fails to make
‘ogres as to endanger performance ofthis contract
smaccordance with its terms, and in ether of these
‘mo circumstances does not cure such failure within
a period of 10 days for such other pend as the
(Chief Procurement Officer may authorize in wring)
ater receipt of notice irom the Chief Procurement
lficer specifying such failure.
B. In the event the City terminates this contract in
\whole orn par as provided in paragraph 'a) ofthis,
cause. the City may procure, upon such terms and
in such manner as the Chief Procurement Oficer
‘may deem appropriate, supplies or services similar
to those so terminated, and the Contractor shall be
hale tothe City for anv excess cost for such similar
supplies or service: Provided, that the Contractor
shall continue the performance ofthis to the extent
rot terminated under the provisions of ths clause,
C. The Contractor shall not be lable for any excess of
cost f acceptable evidence has been submited to
the Chief Procurement Officer the allure to periorm
the contract was due to causes beyond the control
and without the fault or negligence of the
‘Contractor
14 DISPUTES.
Except as otherwise provided inthis contract, any dispute
concerning a question of fact ansing under this contract,
‘which 1s not disposed of shall be decided atte hearing by
the Chef Procurement Officer, who shall reduce his
Specification: 2+
decision to wating and mai! oF otherwise“
‘copy thereot to the Contractor The decision v=
Chief Procurement Officer shall be final and nina"
15. NON-COLLUSION, BRIBERY OF A PUBLIC
‘OFFICER OR EMPLOYEE
Contractor, in periorming under ths contract shall
comply with the Municipal Cade of Chicago.
Section 2.92-320, a follows
No person or business entity shall be awarded a
Contract or sub-contract that person o” business
entity: ta) has been convicted of briben of
attempting to bribe a public oficer oF empiovee or
the City of Chicago. the State of llinass. oF an
agency ofthe federal government or of ant sate or
local government in the United States. that
officer's or emplovee's oficial capaci: oF 1b: has
been conucted of agreement or collusion among
bidders or prospecuve bidders in restraint ot
fteedom of competition by agreement to bid a ined
price, or otherwise: or ici has made an admission ot
‘Built of such conduct described 1n ay orb) above
‘which is matter of record but has not been
prosecuted for such conduct
For purposes ofthis secton, where an oficial. agent
‘or employee of a business entity has committed am
‘offense under this section on behalf of such an
‘entity and pursuant to the direction of authorization
(of a responsible oficial thereoi, the business enti.
shall be chargeable with the conduct. One business
entity shall be chargeable wath the conduct of an
afflated agency.
Ineigiblty under ths section shall continue tor
three years following such conviction or admission
The penod of ineligibility may be reduced
suspended, or waved by the Chief Procurement
Officer under certain specific circumstances
Reference is made to Section 2-92-320 for 3
definition of “afliated agency”, and a detailed
‘description of the conditions which would perm
the Chie! Procurement Otficer to reduce, suspend
‘or waive the period of eligi
3.01 , INFANT CAR SEATS, Page 8 of 59
UNTITLED-013
SPECIAL CONDITIONS
PERFORMANCE BOND
No Bond Required
SUB-ORDERS
Request for Iniant Car Seats inthe form of sub-orders will be ssued by the Deparment of Public Health and sent
the Contractor to be applied against the contract. Suborder will indicate quantities ordered foreach line item
Uunistotal cox, shipping address, delivery date, fund chargeable information, and other pertinent instructions
regarding delivery
INVOICES
(Onginal invoices must be forwarded by the Contractor to the Department of Public Heath to apphs against the
‘contract. Invoices must be submited in accordance with the mutually agreed upon time penod wth the
Department of Public Health,
All avoices must be signed. dated and reference the City contract number. Ifa Contractor has more than one
‘contract with the City, separate invoices must be prepared for each contract 1 leu of combing items trors
diferent contracts under the same invoice. Invoice quantities tem descriptions. units of measure and pricing
'nioemation must correspond tothe items quoted on the Proposal Page.
Invoices for overshipments or tems with pce escalatons may be reected unless the contract includes 3 prowsion
for such an adjustment by contract modification. Freight, handling and shipping costs are not to be invoiced As
stated inthe Requirements for Bidding and Instructions to Bidders section, the City of Chicago is exempt from
paving State of tino sales tax and federal excise taxes on purchases
PAYMENT
The Ciy will process payment within sixty (60) calendar days ater receipt of invoices completed in accordance with
the terms herein and all supporting documentation necessary forthe City to verity the Infant Car Seats supped
Under ths contract.
‘The City wll not be obligated to pay for any Infant Car Seats delivered which are non-comphant with the terms and
conditions ofthese specifications. Any items which fal tests andlor inspections are subject to exchange or
replacement atthe cost of the Contractor.
DELIVERY
Delivenes must be made F.O.B.. City of Chicago. Deparment of Public Health, Central Warehouse, 1820 N Besh
Ce. Chicago, illinois 60622 between the hours of 8:30 a.m, and 3:00 pm. Contractor should contact LaSun
COmotunwashe, at 312-742-1824 twenty-four hours prio to delivery.
‘The City reserves the nght to add new delivery locations or delete previously listed delivery locations as required
during the contract penod.
Specification; B2-05513-01 , INFANT CAR SEATS, Page 9 of 39
UNTITLED-014
‘SPECIAL CONDITIONS
INVENTORY/LEAD TIME
‘The Contractor must maintain an ventory of sufficient divers and quantity. as to ensure the deinen ot an
listed in the Proposal, which 5 ordered by the City irom stock within seven business davs after receipt o 3 C
department's order, In ieu ofthe inventory, the Contractor must be able to arrange such prompt deliver,
Repeated jallures of the Contractor to meet the above stated delivery requirements may be used bs the Cit as
rounds forthe termination of thes contract. and may further affect the Contractor's eliglit tr future contract
awards
‘The Contractor's compliance with these requirements will be determined by the Chel Procurement Officer hose
decision will be binding,
Tests,
Incorder to determine thatthe proposed Infant Car Seats conform to this specification, the City reserves the night to
test andor spect representative samples, Other tests and measurements may also be periormed. as determined
the City. Upon request by the Chief Procurement Officer, the bidder must submit one or mote samples tr tests and
Inspection, at no cost to the City.
SAMPLES
For bid evaluation purposes, the bidder must jurmish and deliver, upon request by the Chie Procurement Oricer.
‘one 1 sample of each line tem within ten (10) business days from the receipt of notice. All samples must be
delivered F.0.8., City of Chicago, Department of Public Health, Central Warehouse, 1820 \ Besh Ct, Chicago,
llinoxs 60622, Attn: LaSun Omotunashe. All samples must be tagged or labeled with the company name. address
and City specication number. Failure to furnish said samples within this time period may be cause fr rejection wt
the bid for being non-responsive to this requirement.
‘The City will not be lable for the condition ofthe samples,
furnish and deliver the samples wil be borne by the bidder
the bidder requests return of the samples. The cost to
QUANTITIES
Any quantities shown on the Proposal Page are estimated only for bid canvassing purposes. The City reserves the
right to increase or decrease quantities ordered under this contact, Nothing herein will be construed as a intent on
the part ofthe City to purchase any Infant Car Seats other than those determined by the Department of Public
Health to be necessary to meet their current needs
The City will be obligated to order and pay for only such quantities as are from time to time ordered, delivered and
accepted on sub-ordes issued directly by the Department of Public Heath
BASIS OF AWARD
‘A Contract willbe awarded based on the lowest total price offered by a responsive and responsible bidder who
‘meets the terms and conditions ofthis specficaton.
‘The total bid price isthe summation ofthe estimated quantities muliplied by the unt prices
‘Specification: 82-05513-01 , INFANT CAR SEATS, Page 10 of 59.
UNTITLED-015,
SPECIAL CONDITIONS,
‘The Chief Procurement Officer reserves the right to award a contract ar reyect am oral ids when in ns vps
the best interest ofthe City will be served therebs
LOCAL BUSINESS PREFERENCE
‘The Chee Procurement Officer will accept the lowest bid price or lowest evaluated bid price irom 2 responsive an
responsible local business, provided that the bid does not exceed the lowest bit pce or lowest evaluated Dic price
from a responsive and responsible non-local business by more than two percent 2%
A local business "Local Business" sa business located within the corporate liuts ofthe Cit. sshich has the majonty
of ts regular. fulltime work force located within the City, and is subject to Cty of Chicago taxes
‘Where all partners to a joint venture are Local Businesses, the joint venture will be deemed to be a Local Business
‘Where not all partners toa joint venture are Local Businesses, such omnt venture wall be considered a Local Busin
‘only f Local Businesses hold at least a fity percent (50%! interest in the venture. Local Businesses have atm
percent ‘508! interest inthe joint venture only the Local Business partners inthe venture hold subcontracts equa:
to ity percent (50%) oF moee ofthe amount ofthe bid. Joint venture bidders must submit information and
documentation including, but not limited to, the oine venture agreement and subcontracts! with their bids to
establish ther eligbilty for the Local Business Preference. jont venture bidder which fails to submit such
information will not be entitled to the Local Business Preierence
‘The Chief Procurement Officers determination of a bidders eligibility for the Local Business Preierence will be tinal
INCOMPLETE BIDS
Bidders must quote allstems on the Proposal Pages). Bids submited to the contrary willbe considered incomplete
and asa result, wall be rejected,
UNSPECIFIED ITEMS
‘Any Infant Car Seats not specifically lited herein may be added to this contract i they ial within the same specine
Ccalegory of supply tems specified.
‘The User Department wall nofy the Contractor in wring of the tems which are necessary and request a westen
‘pnce proposal fr the addition ofthe stems to this contract by modification, then forward the documents to the
Chief Procurement Officer. Such items) may be added to the contract only ithe prices are competitive with
‘current market prices and said items are approved by the Chiei Procurement Oficer in the form of a westen
‘modification signed by the Contractor and the City The Chiei Procurement Oficer reserves the night to seek
Ccompettive pricing information on sad stems tom other suppliers and to procure such stems! sn 2 manner which
serves the best interest ofthe City.
‘Any such temis) delivered by the Contractor, without a properly executed contract modiication signed by the Chiet
Procurement Officer are delivered entirely at the Contractor’ nsk. Consequently, the event that such
‘modification is not executed by the City the Contractor hereby releases the City from anv aby whatsoever to pay
{or any items delwered prior to the Contractor's receipt of the fully signed modification
‘Specification: 82.05513-01 , INFANT CAR SEATS, Page 11 of 38
UNTITLED-016
SPECIAL CONDITIONS,
CONTRACT PERIOD
The contract will begin on or about and continue through Lniess terminated pene to th
date according tothe terms ofthe Termination paragraph, or extended as provided for herein
‘The Citv will establish and enter the above start and expiration dates atthe time of formal award and release ot ths
contract unless negotiated prior to release ofthe contract.
The start date willbe no later than the fst day of the succeeding month fom the date shown as the Contract Award
and Release Date on the Acceptance Page herein. The expiration date will be the last dav of the thitv-sinth oth
{ull calendar month after the established start dat.
CONTRACT EXTENSION OPTION
‘This contract willbe in effect for the dates indicated herein forthe contract period. The Chie! Procurement Omicer
‘may elect to extend ths contract for an additional two (2) one (1) year extensions from the expiration date ot this
contract under the same terms and conditions of the original contract period. However. the contractor will have the
pprvlege of rejecting an extension of the contract period. Such rejection must be made in wating to the Department
‘of Procurement Services at least ninety (90! days prior to the expiration ofthe contract and wil tate ts
‘unwallingness to agree to an extension under the same terms and unit prices.
PRICE ESCALATION
Pnce escalation will be considered by the Chief Procurement Officer when the Contractor can show cause
substantiating the need for an increase. The Contractor will be required to furnish a certiied statement or afidavt
‘which sates thatthe increase represents the cost for materals only and in no way represents an increase ior his
profits, labor or other overhead, The Contractor must just his request for an increase by submitting evidence trom
the manufacturer which details the pricing changes, the eftectve date forthe change and anv other iniormation
requested by the Chief Procurement Orficer to vent the price change.
If approved by the Chief Procurement Oficer, a properly executed contract modification must be signed by the
Contractor and the City to reflect the price change and the effectve date forthe change. Ongnal bd pices are 1m
‘effect until the modification has been fully executed and released to the Contractor uniess the modhlication species
an effective date for the agreed upon price change.
‘Any Infant Car Seats with and without Lower Anchorage and Tethers for Children (Latch) delivered by the
‘Contractor atthe new price, without a properly executed contract modification signed by the Chet Procurement
(Officer, made at the contractor's risk. Consequentiy, n the event that such modhication 1s not executed by the
Cty, the Contractor hereby releases the City from any liability whatsoever to pay for delivered items atthe new
once pnor to the Contractor's receipt ofthe fully signed modification
‘The Chief Procurement Officer reserves the right to seek compettive pricing information on said stems rom other
suppliers and to procure such item) in a manner which serves the best interest ofthe Cay.
Prices are not subject to change for the inital twelve (12) months of the contract period. A minimum period of
twelve (12) months must elapse between escalation requests,
‘Specification: 82-05513-01 , INFANT CAR SEATS, Page 12 of 39
$$ eeesesSsSsSssSsSsssSssseF
UNTITLED-017
‘SPECIAL CONDITIONS
CONTRACT DOCUMENTS TO BE COMPLETED BY BIDDER
Each bidderiproposer must fully complete, sign notarize and submit as part of his her proposal the rolls ns
documents incorporated herein:
Schedule 8-2: affidavit of MBEWBE Target Market Joint Venture
Schedule C-2' Letter of Intent from Subcontractor. Supper andior Consultant to Periorm
Schedule D-2, fidavit of Target Market Subcontractors
Disclosure Affidavit
Dasclosure of Retarned Parties
Proposal Execution Page, as applicable (Corporation. Partnership, Sole Proprietorship
City of Chicago insurance Certiicate of Coverage
‘Note:ACH BIODER/PROPOSER MUST ACKNOWLEDGE RECEIPT OF & FULL SET OF CONTRACT DOCK MENTS
AND ANY ADDENDA AT THE TOP OF THE PROPOSAL EXECUTION PAGE.
CONTRACTOR CERTIFICATION
‘The Contractor or each joint venture partner must complete the appropnate subsection C. State Tay Delinquencies
and acknowledge all other presentations inthe section entitled Contractor Certification ofthe attached Contractor +
‘Afidavat the Affidavit! which certifies that the Contractor ot each joint venture partner. ss agents. emplovees
officers and any subcontractors a) have not been engaged in oF been convicted of briber oF attempted bribery 2
public oficer or employee ofthe City of Chicago, the State of ilnois, any agency ofthe tederai government or am
state of local government in the United States or engaged in or been convicted of bid-riggng or bd-rotation
actuties as defined in ths section as required by the Ilinoxs Cominal Code: br do nat owe an debts ro the State ot
unos 1m accordance with 65 ILCS 5/11-42.1-1 and ©) are not presently debarred or suspended as detined in
subsection D, Cerfication Regarding Suspension and Ossbarment othe Afidavit
AUTHORIZED DEALER/DISTRIBUTOR
‘The Contractor must be none other than the manufacturer or an authorized dealer distnbutor. Further. the
Contractor must be capable of furnishing onginal product warranty and manuiacturer’s related services such as
product information, product re-all notices, et
‘The Contractor's compliance with these requirements willbe determined by the Chief Procurement Officer. whose
decision will be binding
WARRANTY
[Ata minimum, the Contractor must warrant fora period of one 1) year from the date o inal acceptance by the
ity, that i wll, a its own expense and without any cost to the City replace all defective parts and make any repairs
that may be requrred or made necessary by reason of deiectve design, matenal or workmanship, or by reason of
non-compliance with these specification. The warranty period will commence on the fist day the unit is placed in
service by the City. If longer warranty can be furnished, at no additional costo the City, the longer period wall
prevail
Speciication: 2-05513-01 , INFANT CAR SEATS, Page 13 of 59
UNTITLED-018
‘SPECIAL CONDITIONS
MANUALS, CERTIFICATES
[At the ime of deiwery. the Contractor must furnish copies of all warrant or guarantee certicates owners man
‘operating maintenance manuals. appicabons and or certicates of ongin. as applicable, fr all unt: deinerec unc
the contract.
BID DATA
‘The Contractor should submit with this proposal. complete specications. descnptve literature and all other
pertinent and necessary data regarding the Infant Car Seats with and without Lower Anchorage and Tethers ‘or
Children iLatchy Contractor proposes to furnish. The information must be complete and without need of turther
‘explanation,
CONTRACTOR'S INSURANCE
The Contractor must provide and maintain at the Contractors own expense, until contract completion and during
the time penod following final completion f Contractor is required to return and perform anv addtional work, the
insurance coverages and requirements specified below, insuring all operations related to the contract
1) Workers Compensation and Employers Liability
Workers Compensation and Employers Liability Insurance, as prescnbed by applicable law covering all emplovees
who aro rove sevice under is Contract and Employes aby coverage wh mts fot than
'$100,000 each accident or illness.
21 Commercial Liability ‘Primary and Umbrella)
Commercial Labilty Insurance or equwvalent with limits of not less than $1,000,000 per accurrence, for bodky
Injury, personal injury, and property damage lability. Coverages will clude the following: All premises and
operations, productsicompleted operations. separation of insureds, defense, and contractual habit swith no
lumutation endorsement). The City of Chicago ito be named as an additional insured on a. primary.
‘non-contributory bass for any liability arising directly or indirectly from the work or services.
31 Automobile Labslity Primary and Umbrella)
When any motor vehicles (owned. non-owned and hired) are used in connection with work to be periormed, the
‘Contractor must provide Comprehensive Automobile Libilty Insurance with limits of not less than $1,000,000 per
cccurrence for bodily injury and property damage,
ADDITIONAL REQUIREMENTS
The Contractor wil fumish the City of Chicago, Department of Procurement Services, City Mall, Room 403, 121
North LaSalle Street, Chicago, tlinois 60602, onginal Certificates of Insurance evidencing the required coverage to
bbe in force on the date ofthis Contract, and Renewal Certificates of Insurance. or such similar evidence. if the
‘coverages have an expration of renewal date occurring during the term of this Contract. The Contractor wal submit
‘evidence of insurance on the City of Chicago Insurance Certificate Form icopy attached) or equivalent prior to
‘Contract award. The receipt of any certificate does not constitute agreement by the City that the insurance
requirements in the Contract have been fully met or thatthe insurance policies indicated on the cerificate are 1n
‘Specification: 82-05513-01 , INFANT CAR SEATS, Page 14 of 59
UNTITLED-019
SPECIAL CONDITIONS.
‘compliance with all Contract requirements The iailure ofthe City to obtain certicates or other insurance esc
ftom Contractor will nt be deemed to be a waiver bs the City. The Contractor wall advise all sure
Contract provisions regarding insurance. Non-coniorming insurance will not relieve Contractor o! he osigatin
provide insurance as specified herein. Nonfuilment of the insurance conditions mas constitute 2 Sot 0
Contract. and the Civ retains the right to terminate contract until proper evidence of insurance i prowioec
‘The insurance must provide for 60 calendar davs por wntten notice to be gwen tothe City in the evens coverage =
substarclly changed, canceled, or non-renewed
Any and all deductibles or sel-nsured retentions on referenced insurance coverages will be borne by
‘Contractors. The Contractor agrees that insurers wll waive their ight of subrogation against the Cin. of Chicago sts
‘employees, elected officials, agents, or representatives.
The Contractor expressly understands and agrees that any coverages and limits furnished by Contractor willin no
‘way lime the Contractors liabilities and responsibilities specified within the Contract documents laws
‘The Contractor expressly understands and agrees that any insurance or self insurance programs maintained by the
Gay of Chicago wil apply 1n excess of and not contribute with insurance provided by the Contractor uncer the
Contract.
‘The required insurance to be caried will not be limited by any mations expressed in the indemnnication language
herein or any limation placed on the indemnity therein gwen as a matter of law
‘The Contractor must require all subcontractors to provide the insurance required herein or Contractor mas provide
the coverages for subcontractors. ll subcontractors will be subject tothe same insurance requitements of
‘Contractor unless othenwise specified herern
li Contractor. or subcontractors desire additional coverages, the contractor and each subcontractor. will be
responsible for the acquisition and cost of such additvonal protection.
The City of Chicago Risk Management Department maintains the ght to modify, delete alter or change these
requirements.
CONFLICTS OF INTEREST
No member of the governing body of the City of Chicago or other unit of government and no other officer
‘employee or agent ofthe City of Chicago oF other unit of goverment who exercises any functions oF responsibilties
in connection with the carving out ofthe project mav have any personal interest, director indirect. sn the contract
The Contractor covenants that he presently has no interest and will nt acquire any interest, direct of indirect, in the
project to which the contract pertains which would confit in any manner or degree with the periormance of ts
‘work hereunder. The Contractor further covenants that in ts performance ofthe contract no person having anv
such interest will be employed.
Specification: B2-05513-01 , INFANT CAR SEATS, Page 15 of 59
UNTITLED-020
SPECIAL CONDITIONS
DISCLOSURE OF OWNERSHIP
Pursuant to Chapter 2-154 of the Municipal Code ofthe City of Chicago. anv perton, business entity or agenes
submitung a bid or proposal to or contracing with the City of Chicago will be required to comolete the Oicisure
‘Ownership interests nthe attached Disclosure Affidavit. Complete disclosure information must be proves
GOVERNMENTAL ETHICS ORDINANCE
‘Contractor must comply with Chapter 2-156 of the Municipal Code of Chicago, “Governmental Ethics sncluding
‘but not limited to Section 2-156-120 of ths Chapter pursuant to which no payment. gatutty or oner ot emplovment
veal be made in connection with any City contract by oF on behalf ofa subcontractor tothe prime Contractor oF
Igher ver subcontractor or any person associated therewith, as an inducement for the award of a subcontract or
order. Any contract negobated, entered into, or periormed in wolaton of any of the provisions of this Chapter will
bbe voidable as tothe City.
(CHAPTER 2-56 OF THE MUNICIPAL CODE OF CHICAGO, OFFICE OF INSPECTOR GENERAL
twill be the duty of any bidder, proposer, or Contractor, all subcontractors, and every applicant ior certication of
eligibility for a Cay contractor program, and all officers, directors, agents, partners, and emplovees of anv bidder
proposer, contractor. or such applicant to cooperate with the Inspector General n anv investigation oF hearing
tundertaken pursuant ro Chapter 2-56 of the Chicago Municipal Code, The Contractor undersiands and must abe
by all provisions of Chapter 2-56 of the Municipal Code of Chicago. ll Contractors must inoem subcontractors ot
ths provsion and require understanding and compliance herewith.
BUSINESS RELATIONSHIPS WITH ELECTED OFFICIALS.
Pursuant to Section 2-156-0301b) of the Municipal Code of the City of Chicago, ts legal for anv elected official ot
the city, or any person acting atthe directon of such oficial to contact. ether orally o° in writing. any other city
offical or employee with respect to any matter nvolng any person with whom the elected oficial has a business
relationship, of to parvcipate in any discussion in any city council commttee hearing orn anv city council meeting
‘oF to vote on any matter involving the person with whom an elected offical has a business relationship. Violation of
‘Section 2-156-0301b) by any elected offical wth respect to ths contract willbe grounds for termination of this
contract. The term business relavonship is defined as set forth in Section 2-156-080 of the Municipal Code of
Chicago.
Section 2-156-080 defines a "business relationship" as any contractual or other prvate business dealing of an
Official, or hs or her spouse, or of any enty in which an official or hs or her spouse has a financial interest, with 2
‘person or entity which entities an official to compensation or payment inthe amount of $2.500 or more in &
calendar year; provided, however, a financial interest will not include: \i any ownership through purchase at far
‘market value or inhertance of less than one percent of the share of a corporation, or any corporate subsidiary,
parent or afllate thereof, regardless of the value of or divdends on such shares, such shares are regstered on a
securities exchange pursuant tothe Securties Exchange Act of 1934, as amended: (i) the authorzed compensation
‘pad to an oficial or employee for hs office or employment; ii) any economic benefit provided equally to al
residents of the city; (wa time or demand depost ina financal institution; or an endowment or insurance policy
‘or annuity contract purchased fram an insurance company. A contractual or other private business dealing” wl
‘not include any employment relationship ofan offical’ spouse with an entity when such spouse has no discretion
concerning oF input relating to the relationship between that entity and the city
Specification: 82-05513-01 , INFANT CAR SEATS, Page 16 of 59
UNTITLED-021
‘SPECIAL CONDITIONS
SECTION 2.92-380 OF THE MUNICIPAL CODE OF CHICAGO.
44) Imaccordance with Section 2-92-380 of the Municipal Code of Chicago and in addition to ans other rah»
and remedies including any of set-off available to the Citv of Chicago under the contract or permittec at
‘rn equity the Cay will be entitled to set off a porson of the contract price or compensation due unde tne
Contract. m an amount equal to the amount ofthe fines and penalties for each outstanding parking wcsaton
‘complaint and the amount of anv debt owed by the contracting party tothe Citv For purposes ot this set
‘outstanding parking violation complaint” means a parking ticket, notice of parking violation. or parking
‘wolation complaint on which no payment has been made or appearance filed in the Circuit Cour of Cook,
‘County within the time specified on the complaint. “Debt” means a speciied sum of mones owed to tne Cit
for which the penod granted for payment has expired.
by Notwithstanding the provisions of subsection ia) above, no such debtis or outstanding parking wolation|
complaints willbe offset from the contract pace or compensation due under the contracts one or more ot
the following conditions are met:
1) the contracung party has entered into an agreement with the Deparment of Revenue. or other
appropriate City department, forthe payment of all outstanding parking vation complaints and
<ebts owed to the City and the Contracting party's in compliance with the agreement: or
12) the contracting part is contesting lability for or the amount ofthe debt in a pending adminsstratne
or judicial proceeding: oF
13) the contracting party has fled a petition in bankruptcy and the debts owed the Citv are
dischargeable in bankruptey.
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 provde a better
‘working enuronment for allcitzens in Northern Irland.
In accordance with Section 2-92-580 of the Municipal Code of Chicago. ifthe pnmary Contractor conducts anv
business operations in Northern Ireland, it hereby required thatthe Contractor must make all reasonable and good
{ath effons to conduct any business operations in Norther Ireland in accordance with the MacBnde Principles or
'Nonthern Ireland as defined in inois Public Act 85-1390 (1988 Il Laws 3220),
For those Contractors who take exception in competitive bid contracts to the provision set forth above. the City will
assess an eight percent penalty. This penalty wil increase thes bid price for the purpose of canvassing the bids v9
‘order to determine who isthe lowest responsible bidder. This penalty will apply ony 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, except to the extent Congress has directed that the Deparment of
Transportation not withhold funds from states and localities that choose to implement selecte purchasing polices
based on agreement to comply with the MacBnde Principles for Northern Ireland, orto the extent that such funds
{are not otherwise withheld by the Department of Transporation.
‘Specification: 82-05513-01 , INFANT CAR SEATS, Page 17 of 59)
UNTITLED-022
‘SPECIAL CONDITIONS.
NON-APPROPRIATION
|i no funds or insufficient funds are appropriated and budgeted in any fiscal period ofthe City tor pavments te
made under tis contract, then the City will notify the Contractor ofthat occurrence and this contract wll terminate
1m the earlier ofthe last day ofthe fiscal period for which sufficient appropriavoa was made oF whenever the tuna
appropriated for payment under this contract are exhausted. No payments will be made to the Contractar under
tus contract beyond those amounts appropnated and budgeted by the City to fund payments under ths cont
ACCEPTANCE
Its understood and agreed by and between the partis hereto, that the intial acceptance and inspection of am.
delivery wil not be considered a waiver of any provision ofthese specifications and will not relieve the Contractor ot
his obligation to supply satisactory matenal which Conforms tothe specifications, as shown by ans test or
inspections for which provisons are herein otherwise made.
CONTRACT DOCUMENTS
Failure of the Contractor to familanze himselthersel with ll requirements ofthe Contract Documents wll not
telieve him/her from complying with al of the provisions thereat
DISCLOSURE OF RETAINED PARTIES - EXECUTIVE ORDER 97-1
‘The apparent low bidder will be required to execute and notanze the disclosure required by Executwe Order 9~-1
‘no later than seven (7) calendar days ater notification by the Cty of Chicago unless a longer time ws granted by the
Chief Procurement Officer. copy of the disclosure required by Executive Order 97-1 1s attached to this
specification. Refusal to execute and notarize such disclosure will result sn the Chie! Procurement Oicer declaning
the bidder non-responsble and the City retaining the bid depose. Moreover, ifa bidder is deemed non-responsibie
Under this provision, the bidders status as a non-responsible bidder may apply tothe bidders subsequent bids
COMPLIANCE WITH CHILD SUPPORT ORDERS ORDINANCE
‘The Child Support Arrearage Ordinance, Municipal Code of Chicago, Section 2-92-15, furthers the Citys interest in
contracting with entities which demonstrate financial responsibilty, integrity and lawfulness, and finds that 1
especially inequitable for contractors to obtain the beneits of public funds under Citv contacts while its owners fa
to pay court-ordered child suppor, and shif the support of thes dependents onto the public veasury.
In accordance with Section 2-92-415 of the Municipal Code of Chicago. ithe Circutt Court of Cook County of an
knors court of competent jurisdiction has wsued an order declaring one or more Substantial Owners in arearage on
their chid support obligations and: (1) a one such Substantial Owner has not entered into a court-approved,
agreement for the payment ofall such child support owed, or (2) a Substantial Owner 1s not n compliance wth a
Courtapproved agreement fr the payment of all such child support owed, ‘see Ceruficaton of Compliance with
Child Suppor Orders in Disclosure Afidavit, then
For those bidders m competitive bid contracts, the City wil assess an eight percent penalty. This penalty will
increase ther bid price forthe purpose of canvassing the bids inorder to determune the lowest responsible buider
Thus penalty will apply only for purposes of comparing bid amounts and will nt affect the amount of any contract
payment.
Specification: B2-05513-01 , INFANT CAR SEATS, Page 18 of 59
UNTITLED-023
SPECIAL CONDITIONS,
For purposes ot ths section "SUBSTANTIAL OWNER means ans person who owns or holds a ten percent“
‘more percentage ot interest n the bidder: where the bidder isan individual or Sole proprietewshia suns.
‘means that individual or sole proprietorship.
"PERCENTAGE OF INTEREST” includes direct, indirect and benelicial interests n the Contractor snares o
bbenefical interest means that an interest in the Contractor is held by a corporation. joint xenture trust oartner
association, estate or other legal entity sn which the individual holds an interest. oF By agent norms» 0
bbehali of an individual or entity. For example, sf Corporation 8 holds or owns a twenty percent interes:
Contractor. andl an individual or entity has a ity percent or more percentage of interest in Corporatinn 8 tne wn
‘dividual or ent indvecth asa ten percent more percentage of interest im the Coneractoy It Corporat? B is
hel x another entity then this analisis similarly must be apphed to that next entry
The proxisions ofthis Section will only apply where not otherwise prohibted by federal. state 1 ls
EARLY TERMINATION
‘The City may terminate this contractor all or anv portion of the contract. at am time bx a notice sn writing ra
itv to the Contractor The City will gue notice to the Contractor The eitecive date oY termination wi be the 6
the notice srecerwed br the Contractor or the date stated inthe notice. whichever later Inthe City eects Ws
terminate the Contract m ful all services to be provided under f must cease and all materials na! may have Neen
Accumulated in performing his contract whether completed or in the process. must be delivered tthe Cit wie
TO davs after the effective date stated inthe nove
Aer the nouce 1s recened. the Contractor must resnct ils actaities, and those of ts subcontac tor to wind
down ans actsites prewousls begun No cots incurred arter the efiective date othe teemnativn ae alle
Pavment for ans services actually and satsiactorit. pertormed betore the erfecive date ofthe iermmnation ison the
same basis asset on m the Payment clause and as outed wn the Proposal page. buts an. compensa =
escrided 07 provided ior on the bass ofa peniod longer than 10 davs then the compensation Mw be rated
ficcordingh. No amount of compensation, however. permutted fo anbexpated proitsn wnprarmed woes
‘The pavment so made to the Contractor 1s jul settlement for ll services satsiactoni pericemec: under thr
contract Contactor disputes the amount of compensatan determined bs the Cato he se Contractor then thy
‘Contractor must ntiate dispute settlement procedures accordance wath prowiion 1 Ors the Cee)
Conditions
Ji the Cit’s election to terminate this contract tor deiault pursuant to provision 13 Detault the
Conditions determined sna court ot competent jundichon to have een wsrangtul the wha
termination i: to be deemed to be an eark: termination pursuant to this Earh Termination pr mh
LIVING WAGE ORDINANCE
Section 282.610 of the Municipal Code af Chicago requires ebgihle contractors and! the sui inact pat 3
hong wage ‘curtently $° 60 per hour minimum base wage: to covered emplovees emphived nthe perirmane ot
tins contract. You are an eligible contractor «at anv time during the perormance’ st the «cteact veut ase
mote rulltime employees If vou are, oF become, eligible. vou and sour subcontractors must ps Kast the hse
vnage to covered emplovees Covered emplovees are secunt guards ‘but anki wu and sour autos
femplos inthe agaregate 25 oF more of them. and, n an number, parking attendants, ca lars, home and
heath care workers. cashiers, elevator operators. custodial workers andl clerical ssarkers. Seen 2,
appt to nol-or-proit corporations with federal 307 ¢-31ax exempt status AbD. the werk bean dane under the
‘contracts subject to payment of prevailing sages, and the prevaling wages are higher than thw hase wage then
presailing wage rates apply and must be pad
Speevication B2-05513-01 , INFANT CAR SEATS, Page 14 at 56
UNTITLED-024
TARGET MARKET
NON-CONSTRUCTION SERVICES GENERAL EQUIPMENT & SUPPLIES
SPECIAL CONDITIONS REGARDING MINORITY
BUSINESS ENTERPRISE AND WOMEN BUSINESS ENTERPRISE COMMITMENT
Policy and Terms
tts the policy ofthe City of Chicago that Local Businesses certified as Minority Business Enterprises BE anc
Women Business Enterprises (WBE) in accordance with section 2-92-420 et. eq. of the Municipal Cooe o
Chicago and Regulations Governing Cerutication of Minority and Women-Owned Businesses and al other
regulations promulgated under the aforementioned sections ofthe Municipal Code shall hae the mawmum
‘opportunity to participate fully inthe periormance of ths agreement. The Chie Procurement Oriver nas
established a goal of awarding not less than 25% of the annual dollar value ofall contracts to certied \IBEs
and 5% of the annual dollar value of all contrac to certified WBES.
The Chvef Procurement Oficer has implemented the Target Market Program that seeks to award competitive
‘or on a negotiated bid process to ceriied MBES the established goal of 10% ofthe annual dollar \alue or i
Contracts and to certified WBES 1% ofthe annual dolar value of ll contracts.
Definitions
-Minonty Business Enterprise" or “MBE” means a firm awarded certification as a minor owned and
controlled business in accordance with City Ordinances and Regulations. as long as its perioeming ins
ceried Area of Speciality
“Women Business Enterprse” or “WBE” means a frm awarded certification as a women owned and
controlled business in accordance wath City Ordinances and Regulations a long a ts pertoeming is
cenied Area of Specality
Directory” means the Directory of Certified “Disadvantaged Business Enterpases”, “Minor Business
Enterprises” and "Women Business Enterprises” maintained and published by the City's Contract Compliance
Adminstrator. The Directory identifi firms that have been certified as MBES and WBEs, and inclades both
the date oftheir last certification and the area of speciality in which they have been certied. Contractors are
‘esponsible for venfying the current certification satus of all proposed MBEs and WES
‘Area of Specialty” means the description of a MBE oF WBE sirm’s business which has been determined by
the Chief Procurement Officer to be most reflective of the MBE of WBE firm s claimed specialty or expense
For the Target Market Program the Area of Specialty s smnonymous tothe designated commodity area Each
leete of cerafication contains a description of the MBE or WEE firm's Area of Specialty This information
‘aso contained in the Directory.
NOTICE: By wtue of certification, the City does not make any representation concerning the abilty of anv
MBEAVBE to perform work within their Area of Specialty. Its the responsibilty of all contractors to determine
the capabiity and capacity of MBEs and WBEs to satisfactorily perform the work proposed,
“Target Market Joint Venture” means an association of two or more MBEs, WBES, or both MBES and WEES al
certed by the City of Chicago or whose receraficaton is pending to carry outa single business enterpese for
profit, and for which purpose they combine these experts, property, capital, efor, skill and knowledge
Specification: 82-03513-01 , INFANT CAR SEATS, Page 20 of 59,
UNTITLED-025
TARGET MARKET NON CONSTRL.CTION SERUICES GENERAL EQUIPVENT & SLPPLIES WBE MRBE SoM
“Contract Complance Administrator” means the officer appointed pursuant to Section >
Muntepal Code of Chicago.
Eligibility
Contracts included in the Target Market Program can be either MBE Target Market Contracts. WE Target
‘Market Contracts or designated as open to all certified MBE and WEE firms, Onlv MBE and ABE joint
Ventures are eligible to bid on or parvcipate in MBE Target Market Contracts. while only WBE and \WBE lon
Ventures ate eligible to bid on or participate in WBE Target Market Contracts. On solictations open to bot
MBEs and WBES yoint ventures are allowed between both,
‘Contracts included in the Target Market Program have been identified by the Chief Procurement Oricer as
having at least three MBES or three WBEs, a the case may be. that indicated thesr interest in paricipatng in
the contract's designated commodity areas! by successfully being certified by the City’s Contract Compliance
‘Administrator. The Chief Procurement Officer shal select contracts for the Target Market Program whch
include a vanety of goods and services which the City frequently contracts.
‘The vendor may not subcontract more than ity percent (50%) of the dolla value of the contract The prime
Target Market vendor must perform at least 50% of the awarded contract amount with their own worhorces
Up to 50% ofthe dolla value ofthe Target Market contract may be subcontracted to firms who are ether
IMBE's andior WBE's or non-MBE's andior non- WBE's. The purchase of goods bv a VENDOR irom 2
‘manufacturer or supplier forsale tothe City n a contract consisting solely of the sale of gnods shall not be
deemed subcontracting. However, in appropriate cases the Chuef Procurement Officer mav initiate discussions
vith a contractor subcontracting with non-certified firms in order to maximize the overall participation of
MBEs and WBEs at all contracting levels
[MBE or WBE firms wil be allowed to participate n this Target Market Contract only in their Areas of Special
a ceriied, orf recertification was submitted porto cerufication expiration has been applied for. and
pending on the date of bid opening. Certification must be substantiated by current cemfication letters ofall
[MBE and WBE participating inthe contract being a part of the bid/proposal response
‘The Chief Procurement Officer may make participation in the Target Market Program dependent upon
submission to stricter compliance audits than are generally applicable to participants in the MBEAWBE
program. Where necessary or useful, che Chief Procurement Officer may require or encourage MBEs and
WBEs to panicipate in training programs offered by the Department of Planning and Economic Development
‘or other City departments or agencies as a condition of participation n the Target Market Program
‘The Chief Procurement Officer shall be authorized to review whether any MBE or WBE actwely involved in
the Target Market Program should be precluded from parvcipation in the Target Market Program in the
following year to prevent the domination of the Target Market Program by a small number of MBEs oF WBE
‘The decision of the Chief Procurement Officer to exclude a vendor from the Target Market Program 1s inal
and non-appealable. The Chief Procurement Officer shall review the paricipation of any vendor inthe Target
‘Market Program which has been awarded as the prime vendor m a calendar year ether 1) five (5) oF more
Target Market Contracts ori) Target Market Contracts with a total estimated value in excess of one millon
dollars ($1,000,000); provided, however, that each contract used inthe above Computation has an estimated
value in excess of ten thousand dollas ($10,000) The factors which willbe considered by the Chet
Procurement Officer include’
‘Specification: B2-05513-01 , INFANT CAR SEATS, Page 21 of 59
UNTITLED-026
w.
TAKCET MARKET NON CONSTRUCTION SERUICES CENERAL EQUIPMENT 4 SLPPLES BED
the total umber and estimated value of bath Target Market and other Civ contracts asattec
contractor.
i) the total number and estimated value of both Target Market and other City contracts awarae 1"
contractor ina specific commodity area
Vin) the percentage of the numberof both Target Market and other City contracts awarded
contractor m a specific commodity area:
the
lw) the percentage ofthe total estimated value of both Target Market and other City Contracts anardec
to the contractor n a spectic commodity area:
(the extent to which the Vendor is dominating the Target Market Program tothe undue detriment ot
other contractors or the City: and
wil any other factors deemed relevant by the Chiei Procurement Officer.
Procedure to determine Bid Compliance
Schedule D-2
Bidders must submit, together with the bud, a completed Schedule D-2 committing them to the utilzation ot
each listed firm,
Schedule C-2
Letter of Intent rom Subcontractor, Supplier andior Consultan to perform. In the event the Vendor tals
subm@ any Schedule C-2s with its bd/proposal the ity will presume that no subcontractors are pentoemng
services related to the contract absent evidence to the contrary:
Letter of Cenification
A copy of each proposed MBEWBE firm's current Letter of Certification from the Civ of Chicago must be
submitted wath the bd/proposal
Joint Venture Agreements
Vi the bidder/proposer isa yoint venture, the bidderproposer must provide a copy ofthe Jomnt Venture
agreement and a Schedule B-2. In order to demonstrate the MBEWBE partner's share inthe ownership and
Control, the joint venture agreement must include specific deta related to: (1) contributions of captal and
equipment: (2) work responsiiltes or other performance to be undertaken by the MBEWBE; and (3! the
‘commitment of management, sypervsory and operative personnel employed by the MBEAWBE to be
dedicated to the performance of the contract. The joint venture agreement must also clearly define each
partner's authority to contractually obligate the joint venture and each partner's authonty to expend jont
venture funds e.g. check signing authority),
Specification: B2-05513-01 , INFANT CAR SEATS, Page 22 of 58
UNTITLED-027
TARCET MARKET SON CONSTRLCTION SERVICES GENERAL EQUIPMENT & SLPSLES 86 W
‘Advances and Expedited Payments
vendor budding on a Target Market Contract mav request n ts bd proposal that i recene a pomion ot me
estimated contract value atthe time of award as an advance to cover start-up and mobization costs ric"
the Chief Procurement Officer may grant in whole or in part. The Chie! Procurement Oficer will ot ac.
‘requests made aiter bd:proposal opening. The Chief Procurement Officer mav grant advances not exceea
the lesser of: i) ten percent 10%) of the estimated contract value: oF i wo hundred! thowsana cols
$200,000
‘Advances wil be liquidated. and hence the City wll recene a credit fr these advances against payments due
under the contract, commencing atthe ime ofthe frst pavment to the contractor after the payment o! the
advance. The City shall be entitled to be repaid in full no later than such time asthe Cin. pavs fm percent
50%1 or more of the estimated contract value to the Contractor.
Inthe event a vendor does not perform as required by the contract and thus isnot ented to all, or par ot
any contract advances oF expedited payments has recesed. the Civ shall be entitled to take appropriate
actions to recover these excessive payments, including, but not limited to. liquidation agains vouchers Yor
‘commoditiesserices rendered for other awarded contracts or future bid deposits resttution sought trom the
performance bond, a determination thatthe contractor's non-responsive, or decerificavion, These remedies
{are in addition to all remedies otherwise avatlable to the City pursuant to the contract, at law. oF at equit.
Due to the nature of term agreements annual contracts with “depends upon requirements” contract values
there s no guarantee of the contract against which the advance can be measured or liquidated. Theretore,
advances will be granted for term agreements based upon reasonable estimates a the discretion ofthe Chiet
Procurement Officer.
‘Compliance
‘The Contract Compliance Adminstrator shall be entted to examine on five (5) business days notice, the
contractor's books and records including without limitation payroll records, tax returns and records, and books
‘of account, to determine whether the contractor i in compliance with the requirements of the Target Market
Program and the status of any MBE o WBE periorming any portion of the contract. Such nights are n addition
to any other audit inspection nights contained inthe contract.
It is materia breach of this contract ithe vendor, a joint venturer, oF subcontractor is disqualified as a MBE or
WBE, such status was a factor in contract award. and the status was misrepresented by the contractor or any
Joint venturer. Such a breach shall entitle the City to declare 2 default, terminate the contract and exercise
those remedies provided for in the contract. at law or 19 equity
In the event thatthe vendor Is determined not to have been involved in any misrepresentation of the status of
‘an MBE or WBE, the contractor shall discharge the disqualified MBE or WBE and, if possible. elenify and
engage a qualified MBE or WBE as is replacement. Continued eligibility to enter into future contracting
arrangements withthe City may be jeopardized as a result of non-compliance. Payments due under the
‘contract may be withheld until corective action is taken.
Speciication: B2-05513-01 , INFANT CAR SEATS, Page 23 of 59
UNTITLED-028
TARGET MARKET NOS.GOMSTRLCTION SERLICES GENERAL EQUIPMENT SLOPUES SENNEE SN WES
VIL. Resource Agencies
Small business guaranteed loans: suren. bond guarantees. 8 a. certncation
US Small Business Adminstration
[500 W. Madison Street, Sute 1250
Chicago. inoss 60667
Ato, General Senaces
M12: 353-4528,
SBA - Procurement Assistance
500 West Atadison Street, Sute 1250
Chicago. linais 60607
tent
31235
7381
$B A - Bond Guarantee Progra
Soren. Bone
5300 West Madson Sune 1256
Chicago, tlanots 80667
mention Carole Harris
13123534003
Robert P Murphy. Area Regional Administrator
Project information and general MBE WBE Program intormation
ity of Chicago
Department of Procurement Senuces
‘Contract Monitonng and Compliance
Cin Hall-Room 403,
Chicago, linots 60602
rention Camice Carey
312 744-1895
Ca of Chicago
Department of Procurement Sen ne
Contract Admunsstration Daisioe
(Gity Hall - Room 403,
Caicago. linass 00602
Attention Byvon Whataker
312 74-3926
Dwecton of Ceriied Disadvantaged, Minor and Women Business Enterprises asatite The Bid ar
Bond Room, Deparment of Procurement Ser.ices, Cs Hall, Room 403 Chicago, Has 4444)? Stands
through Fridav between the hours oF 8-40.am to 1045 am and 12 00/pm to 3 30pm
Specification 82-05513-01 INFANT CAR SEATS. Page 23 01 14
UNTITLED-029
SCHEDULE B-2
AFFIDAVIT Of MBE WBE TARGET MARKET JOINT VENTURE
This form 1s to be submited identifiang ont venturers in the MBENWBE Target Market Program with a rt
venture agreement among the MBE andior WBE venturers. In all proposed jomnt ventures each \IBE and o* WBE
\venturer must submit a copy of their current Letter of Centfication
ALL INFORMATION REQUESTED BY THIS SCHEDULE MUST BE ANSWERED IN THE SPACES PROVIDED DO
NOT REFER TO YOUR JOINT VENTURE AGREEMENT EXCEPT TO EXPAND ON ANSWERS PROM IDED ON THIS
FORM. IF ADDITIONAL SPACE IS REQUIRED. ADDITIONAL SHEETS MAY BE ATTACHED
1 Name of joint venture
Address of jot venture:
Phone number of joint venture:
IL Identify each MBEWBE venturers:
Name of Firm:
Address
Phone
‘Contact person for matters conceming MBEWBE joint venture;
Describe the role(s of the MBE and/or WBE venturens inthe joint venture
NV. Attach acopy.of the jot venture agieement. In order to demonstrate each MBE and or WBE venturer >
share inthe ownership, contol, management responsibilities risks and profs ofthe joint venture. the
proposed joint venture agreement must include specific details related to: 1) the contributions of capital
and equipment: (2) work tems to be performed by the MBEWBE's own forces. (31 work items to be
performed under the superison of the MBEWBE venture and i the commitment ot management
superuisory and operative personnel employed by the MBEWVBE to be dedicated to the pertormance othe
Project.
V. Qunership ofthe joint Venture.
A. What are the percentage's! of MBEAVBE ownership ofthe ownt venture?
MBEAWBE ownership percentage's)
8, Specify MBE/WBE percentages for each ofthe following iprovide narratwe descriptions and other
etal as applicable)
1. Profit and loss shanng —
2 Capstal contributions
(a) Dollar amounts of inital contnbution:
‘Specification: 82-05513-01 , INFANT CAR SEATS, Page 25 of 59
UNTITLED-030
MI
‘SCHEDULE 8-2 AFFIDAVIT OF MBEWBE TARGET MARKET JOINT VENTURE
"bs Dollar amounts of anticipated on-going contributions
3. Contributons of equipment Spec types. quality and quantities of equipment to me
prowided by each venture
4 Other applicable ownership interests, including ownership options oF other agreements
which resinct or limit ownership and/or control
Provide copies of all writen agreements between venturers concerning this project
6 Identify each current Citv of Chicago contract and each contract completed dunng the past
‘0 2) years by a joint venture of to oF more firms participating n this wnt venture
Identity by name and firm those individuals who are. or
‘Contra of and Participation inthe Joint Venture,
willbe, responsible for, and have the authority to engage inthe following management runctions and polic.
decisions. Indicate any limitations to their authorty such as dollar limes and co-signatory requirements
A
Jom venture check signing:
“Authority to enter contracts on befall ot the ovat venture:
Signing, co-signing andlor collateraltzing loans:
Acquistion of lines of cred:
Speatication: B2-05513-01 , INFANT CAR SEATS, Page 26 of 58
UNTITLED-031
SCHEDULE 6-2 AFFIDAVIT OF MBEWBE TARGET MARKET JOINT VENTURE
£ Acquistion and indemavi
ation of payment and performance bonds
F Negotiating and signing labor agreements:
G.__ Management of contract periormance. {Identify by name and frm onl
1 Supervision of field operations:
2. Major purchases:
3 Bumating
7 Engneenng:
Vil. Financial Controls of joint venture:
A Which firm andlor individual wil be responsible for keeping the books of account?
8 identi
‘the “managing partner,” if any, and describe the means and measure of thew compensation
What authority does each venturer have to commit or obligate the other to insurance and bonding
‘companies, financing institutions, suppliers, subcontractors, and/or other parties panvcipating inthe
performance of this contract or the work ofthis project?
Specification: 82-05513-01 , INFANT CAR SEATS, Page 27 of 59
UNTITLED-032
SCHEDULE 8-2 AFFIDAVIT OF MBEWBE TARGET MARKET JOINT VENTURE
Vl State the approumate number of operative personnel iby tradei needed to periorm the osnt venture »
under this contract. Indicate whether they will be emplovees of the MBE WEE fim, or the joint venture
Trade MBEWBE Tom Venture
number: ‘eumber)
¥ any personnel proposed for this project will be employees ofthe ont venture:
A. Are any proposed joint venture employees currently employed by ether venturer? _
Employed by MBEWWBE
8. Identify by name and frm the individual who wil be responsible for hiring joint venture emplovees
Which venturer wil be responsible fr the preparation of joint venture pavrols
1D. Please sate any matenal facts of addtional information periment tothe control and structure ofthis
jownt venture.
Specification: B2-05513-01 , INFANT CAR SEATS, Page 28 of 58
UNTITLED-033
SCHEDULE 8-2 AFFIDAVIT OF MBE WBE TARGET MARKET JOINT VENTURE
“The undersigned afirms thatthe foregomng statements are correct and inci all materia msoemnstar™ Ne
identi: and explain the terms and operations of our jomnt venture and the intended parwerbatis™ wes." ve
the undertaking. Further, the undersigned covenant and agree to proside to the Cit curren: comets ane
accurate information regarding actual joint venture work and the payment theretore. ant a ve
‘ane proxision ofthe joint venture agreement. and to perm the audit and examination oe As We HE eA
tiles ofthe jont venture, or those of each venture relevant tothe jot venture by authored resrene"” 5
Cats of the Federal tunding agency
Am maternal misrepresentation will be grounds for terminating an. contract which man be aware anc: matting
acwon unde federal or state laws concerning false statements
ote tamer filing thes Schedule 8-2 and before the completion on the joint venture s wore P98 BH "A
ane change i the ynformation submited, the yunt venture must noe the Cit. of Chicage et cH
through the prime contractor 1 the jomt venture s a subcontractor
Name of BE WBE Partner Fem Name of MBE WBE Panne
Signature Naat Sera oraian
Name and Title of Aifant Name and Title or Amar
Dare Date ~
On this dav of 20_ the aboversegned cen
personal: appeared and, known to me be the persons descnbecin the foregoing Aha ac hows beet
tat they executed the same in the capaci there stated and he the
purpose therein contained
IN WITNESS WWHEREOF. | hereuntn set mand and omc! seal
Signature ot Notare Public
My Commission Expires
stat
Speciication 82.05313-01 , INFANT CAR SEATS, Page 21 34
UNTITLED-034
TARGET MARKET/SCHEDULE C-2
Letter of Intent rom Subcontractor. Supper and or Consultant to Pertorn
Same rect Conn: Anfank CawSeutes
Specscaon Naber R211 Ol
Pease chechappropnate status of subcontracting Fr
Vudu! Mae >< WBE None
From Ceca
To Diese Ludlaschnes — and the Civ of Chcago
The undersigned! intends to perform work in connection with the above projects as 2
Sole Propnetor XX Corporation
— Paninersnip Fount Venture
‘The undersigned is prepared to provide the following described senices or upp the fllansia t= ih Sts
Connection with the above named project contract
that seats
Tic ape Gabel pevormance oredr th oon pce and dscnbed ee
tec Le —
Irmore space w needed to tully describe the firm » proposed =ape swith and or payment
addtional sheets
‘The undersigned ul enter nto a formal wen agement th ahve work wth en
conditioned upon vour execution of a contract wth yh) Cae an ya her
or receir ofa signed contract tom the Ci. of Chicas
Zi Lapa fs
Niko Comell
Speciication B2-05513-01 . INFANT CAR SEATS, Page 30 «3
UNTITLED-035
Cw of Cmeage
Ricard les, Mayor
Deprmet of
rcarema Sere
Progressive Industries, Inc.
16655 North Avondale
‘Chicago, tlinoss 60831
Re. 2 ANNIVERSARY CERTIFICATION
Contifcation Effective July 22, 2002
Certification Expres ‘uly 34: 2006
Annual Affidavit Certificate Expres July 31, 2003
Dear Ms. O'Donnel!
Congratulations on your continued eligi for certification as a WBE by the City
of Chicago, Re-validaton of Progressive Industries, Inc.'s certification 1s
| requred by July 31, 2003.
‘As a condition of continued certficaton dunng this five year period, you must
promplly notify the Office of Business Development of any changes in ownership
‘or control of your frm or any other matters or facs affecting your frm's elgibity
for certification
The City may commence actons to remove your firm's eligibility f you falta nly
us of any changes in ownership. management or control, or otherwise fall to
‘cooperate with the City in any inquiry oF mvestgation Removal of eigibity
procedures may also be commenced f your firm s found to be involved in bideing
(contractual wregulartes
Your firm's name wil be listed n the City’s Directory of Disadvantaged Business
Enterprises, Minonty Business Enterpnses and Women Business Enterposes in
the specialty area(s) of
Distributor of Medi
Hospital, Laboratory, Chemical, Safety, Industral,
Janitorial Equipment and Supplies, Stainless Steel Fabrication Products,
‘Small Trucks and Parts and Supplies, Promotional and Wearable Items,
Furniture and Fixtures, Pharmaceuticals
‘Your firms participation on City contracts will be credited only toward WBE goals,
1m your area(s) of specialty While, your participation on City contracts 18 not
limited to your specialty. creat toward WBE goais wil be gwen only for work done
Inthe specialty category
Thank you for your continued interest sn the City's Minonty, Women and
Disadvantaged Business Enterprise Programs.
ification
UNTITLED-036
SCHEDULE D-2
Affidavit of Target Market Subcontractors
'Non - Construction Services/General Equipment and Supplies
Contact ame Infwut Cue Seats
Specification No. T2-CE¥SV ROL
state oi_\\\uocts
County cry of Coc
| HEREBY DECLARE AND AFFIRM that | am duly authonzed representative of
rare sive ta dusedries Ines
and ha have personally revewed te mateal and fas et th heen describing our propoted plane
bsconvaco econo
AIL MBEWBE firms included in ths plan have been certified as such by the City of Chicago Letters of Certication
attached!
Direct Parscipation of Subcontracting Firms
"Note: The bidder/proposer shall, in determining the manner of MBEMWBE participation. can ons consider
involvement with MBE/WBE firms as joint venture partners. Subcontracting and supping ot eoods and
services diectly related tothe performance oi this contract open to MBEMWBE and non SBE WBE nrms
NOTICE. Subcontracting cannot exceed 50% ofthe rotal contract amount.
A The MBE andlor WBE bidder's! sto attach a copy of ther Citv of Chicago Letter of Cemtication
8, bidder/propose is a joint venture and one or more joint venture partners, thev must be cennied
-MBEs or WBEs, attach copes of Letters of Centiication and a copy of Joint Venture Agreement
clearly describing the role of the MBEWBE firms! and ts ownership interes nthe ont venture
Subcontractors (Direct or Indirect.
1. Name of Subcontractor: aeeviewsye Ineushien
Address: u
Come Peron: Buiciget < Si. Prone 232 Bea Sele
Dollar Amount Participation $§ |=), 2.4 ne CC
Percent Amount of Pancpation: %
Schedule C2 atached? Yes, iS No. + see page 2
Specification: 82-05513-01 , INFANT CAR SEATS, Page 31 of 59
UNTITLED-037
Tepe of Firm KX
MBE wee
2 Name of Subcontractor.
Address:
Contact Person: Phone:
Dollar Amount Participation $
Percent Amount of Participation: %
Schedule C-2 atached? Yes. No. :
Type of Firm:
BE woe Non-MWBE
3. Name of Subcontractor
Address
Contact Person: Phone:
Dollar Amount Participation $
Percent Amount of Paniciption *
Schedule C-2 atached? Yes.
Type of Frm:
MBE wae Non MWBE
4 Name of Subcontractor ——
Address
Contact Peron: Phone
Dolla Amount Participation $
Percent Amount of Partcipation: %
Schedule C2 atached? Yes No____*
Type of Firm
MBE wae Non. Mwae
Specification: B2.05513-01 , INFANT CAR SEATS, Page 32 of 59
UNTITLED-038
Das HAIDA TOF FACE AEN BCC TRACTS SON. SONSTRL CON sh SE NER
attach additional sheets as needed
* All Schedule C-2s and Letters of Certaication nat submitted with bid proposal ms ne
assure receypt bs the Contract Admunisrator within three 3. business dav ater ms coer.
due date
To the best of ms knowledge . information and belie, the tacts and representations conte
‘Schedule are true, and no materal facts have been omited
The contractor designates the following person as their MBE WBE Liaison Orwver
Same Eee get C Nain Phone Sumber 42.3 Bio
Ido solemnl declare and atm under penalties of perjur thatthe contents ofthe 108
true and correc. and that am authorized, on behal ofthe contractor. to make thi tc
AE,
State of a
Count of (pre.
This nstrument sas acknnssiedaet nerore me on le. on
» wl ctor wpe of athonts.eg ofcer.trnter ot
AUSETLe name pans on heal of who tremens
ation 82.0
5-011 INFANT CAR SEATS, Page 1 00
Speci
UNTITLED-039
TARGET MARKET
‘SUBCONTRACTOR UTILIZATION REPORT
NOTICE. THIS REPORTS NOT TO BE COMPLETED AT THE TIME OF B10 OR PROPOSAL SLBWISSION
AWARDED & CONTRACT WITH AN APPROVED SUBCONTRACTING PLAN THE PRIME CONTRAST. 1s
WILL BE REQUIRED TO SUBMIT THIS REPORT IN ACCORDANCE WITH THE REPORTING
REQUIREMENTS STATED IN THE SPECIAL CONDITION REGARDING SUBCONTRACTING
COMMITMENTS
Contract Adminisvator Specification No
Phone No, Contract No,
Date of Award a
LUtiization Repo No
STATE OF:
COUNTY iGiv) OF
In connection with the above-captioned contract
| HEREBY DECLARE AND AFFIRM that | am the
and duly authonzed representative of
and thatthe following firms have been contracted with, and have furnished. or ae furnshing and prepanng
‘materials for. and rendering services stated in the contract agreement.
‘The following Schedule accurately reflects the value of each sub-agreement and the amounts ot money paid to each
todate
nave INDICATE IF FIRMS (MBE, AMOUNT OF CONTRACT AMOUNT PAID TO DATE
WBE OR NON-MBE OR
NON: WBE
s s
s
s s
s s
s s
s $
s s _
AMOUNT BILLED TO CITY:
AMOUNT PAID TO PRIME CONTRACTOR. S
‘Specification: 82-05513-01 , INFANT CAR SEATS, Page 24 of 59
UNTITLED-040
‘TARGET MARKET SUBCONTRACTOR UTILIZATION REPORT
For each subcontractor sted on this repor. briely describe the work or goods senices provided ine
contract. Indicate line tems. 1 applicable:
Specification: B2-05513-01 , INFANT CAR SEATS, Page 35 of 539)
$a SsSsSsSsSSSSsSsSsMsseF
UNTITLED-041
‘TARGET MARKET SUBCONTRACTOR UTILIZATION REPORT.
|1DO SOLEMNLY DECLARE 3ND AFFIRM UNDER THE PENALTIES OF PERJLR) THAT THE CONTENTS OF >
FOREGOING DOCUMENT ARE TRUE AND CORRECT, AND THAT | AN ALTHORIZED ON BHA Ot
CONTRACTOR, TO MAKE THIS AFFIDAVT,
Name ot Contractor
Name of Aftant
Date.
State of
Counts ‘Civ of
This instrument was acknowledged before me on ___ date.
bs ‘name sof person =
as Ape of authors eg miver tntew et
of sname of part «n boas hon strum
was executed
Signature of Nota Public -
Seat
Spectication” B2-05513-01 , INFANT CAR SEATS, Page Sh i 3%
UNTITLED-042
DETAILED SPECIFICATIONS
score
‘The Contractor must iunish and deliver F.0.B .Citv of Chicago. Deparment of Public Health Ceneral Waren
1820 N. Besiv Ct. Chicago. Illinois 60622, Infant Car Seats as indicated on the Proposal Pages anc in accorcanc:
‘wath all the terms and conditions of ths specification,
Al products supplied under this specication must conform with all applicable Federal regulatons gosernine
Children’s Car Seats
NEWBORN'TODDLER CAR SEAT
Century Model No. 44164 Wes-Wesley
Product Features
+ Five: pornt harness
+ Level indicator.
‘+ Three-postion, quick change harness and two positon buckle
‘One pull harness adjustment.
Integrated head pillow and two prece chest chp.
Two position recline stand.
LATCH equipped.
Cenified for use in aircraft
BELT POSITIONING BOOSTER SEAT
Graco Model No 8496FCL-taCrosse
Product Features
‘+ For children irom 30 to 100 pounds
EPS foam in head rest for added side impact protection
Height adjustable head suppor
Padded arm rests, height adjustable
ual side-out Cupholders
Beit positoners to postion vehicle belt away from child's neck.
Removable seat pad.
BOOSTER CAR SEAT
Graco Model No. 848}Lan-Lansing.
Product Features
+ Beit Positioning Booster Seat allows child to use vehicle's combination lapishoulder
adult seat bet.
For children from 30 to 80 pounds
Cuphoider.
Deep, wide sides and high back seat supports child's back and head.
Bett postioners to posivon vehicle's shoulder belt away from child's neck.
Removable, washable seat pad.
Specification: B2-05513-01 , INFANT CAR SEATS, Page 37 of 59,
UNTITLED-043,
13.29.00
ACCEPTED
\_ @etication B2-05513-07 , INFANT CAR SEATS, Page 34 0: 0%
UNTITLED-044
PROPOSAL
INDICATE IFYOU ARE
MANUFACTURER vs 30 X
EXCLUSIVE DISTRIBUTOR: vss 30. X ACCEPTED
auomzeo psrneuroe ves X80
Ian excluswe or authonzed dstributor, attach to the bud written documentation trom tne manu
veniving vour distributorship status
EXCEPTIONS (EXPLAIN):
BID DATA
The Contractor should submut with thes Proposal. complete spectications. désenpie Iterath ane al the
perunent and necessary data regarding the Car Seats Contractor proposes to furnish The
complete wthout need of further explanation,
CAR SEATS PROPOSED BY THE BIODER,
Geace)
manufacturer NaME _ Caco | Cembun Childven's Paaducts (rc,
spores: _JOO\ \porstey Pike Medina OH 44256
ADDITIONAL INFORMATION:
3513-07 INFANT CAR SEATS, Page 40) 01 5
UNTITLED-045,
nt By: Sales offace; 390 722 4785; Nov-14-02 12:10Pa5 Page
GRACO CHILDREN’S PRODUCTS INC.
November 14, 2002,
Bridget Stanis
Progressive Industries, Ine
6685 N. Avondale Ave
Cineago, IL 60631
Dear Ms. 8
This leter isto confirm that Progressive Industries. lc. is
thorized to supply Grace/Century Car
Seats tothe City of Chicago for Spec # B2-05513-01
Sincerely,
Chips sory —
Carolyn Gongwer
‘Manufactuer's Representative
UNTITLED-046
TO BE EXECUTED BY A CORPORATION
‘The undersigned, hereby acknowledges having recerved Specification No. 82-05513-01 contavnins
Documents, including, but not lmited to, 1 Instrucuons to Bidders ‘Proposers. > Generar Caress * Se
Conditions, 41 Contract Plans of Drawings i applicable: 3 Detaled Specincations
Evaluation Selection Catena and Submittal Requirements ilf REP'RFQ . 6 Proposal Page> ~
‘Addenda Nos. (none unless indicated here)
bbe bound bx all the terms and conditions contained inthe Contract Documents. regardless of wnetner a complete =
thereat is attached to this proposal. except onlvto the extent that the corporation has taken express writen event
thereto n the sections of ths specication designated tor that purpose
Further. the undersignes being dul sworn deposes and says on oath that no disclosures of cmsnersin invests ave
been withheld and the mformation prowded therein tothe best of Knowledge s current anc the incerses ats
‘entered ito anw agreement with anv other bidder proposer’ or prospective bidder propose
firm or corporation relating tothe pice named in ths proposal oranv other proposal nor an agree 3
Lunder which any act or omission in retraining ree competion among bidders iproposers ane = ne cis iowee
any penn, fem 0 corporation the ~ ‘ofthis bid proposal or the price named wa
NAME OF CORPORATION
SIENATURE.OF PRESIDENT. =
EOF C\TORY rie eu
BUSINESS ADDRESS A le, C sai
Note. In the event that this bid \proposals signed by other than the President. attach heretoa «ened cope ot that
section of Corporate By-Laws or other authonzation. such as a resolution by the Boul w= Darectors, whieh
gems donne ris gop
Tapoidy Seman Sane
Corporate Seal
state of \Wirizi
Count of eck
This instrument was acknowledged beiore me or this ES dav of _{\.
20U2 by Valevic C'lvane\ as President or other authorized vllicer and
Enidagt (sina a Secreian of Pec pest Inauvies,
Conse Nae
Commission Expires
Specsication” B2-05513-07 , INFANT CAR SEATS, Page 35 01 3!
UNTITLED-047
TO BE EXECUTED BY A PARTNERSHIP
“The undersigned, herebs acknowledges having recen\ed Specification No. B2-05813-01 contains set of Comte
‘Documents. includmg. but notlmitedto. 1 Instructions 1 Bidders(Proposersi.2) General Conditions, Special eit,
4) Contract Plans or Draw ings tf applicable) 5) Detailed Specifications of Scope of Sen ices. Evaluate Sesto rst
‘and Submittal Requirements (If RFP RF). 6) Proposal Pages. 7) Cerficationsand8)ddenda Nos {noc unless indicated
here) and affirms that the partnership shall be bound by alle sermsans vondnaons
‘contained inthe Contract Documents regardless of whether a complete set thereof s artached 10 this proposal. eXceRt ons
to the estent tha the partnership has taken espress writen exception thereto i the sections designated
for than purpose
Further. the undersigned being duly sworn deposes and sas on oath that no disclosures oF ownership serene hate Wet
‘sitheléand the information prided therein othe best of itsknow edge is currentand the undersized hs enters
any agreement with ans other bidder proposer’ or prospect e bidder (proposerbor with any other peso Tem ot cepa
felating wo the price named inthis proposal orn other proposal or any agreement oF arrangement unser wich any ac
‘mmssion in restraining of ree competition among bidders proposers|andhas not disclosed tany pers. Heir ecepotaton
the terms of ths bd (proposal or the pnce named herein
BUSINESS NAME:
BUSINESS ADDRESS:
If you ate operating under an assumed name. provide County registration number hereinunder provided an the I
Revised Statutes 1965 Chapter 96 See. +e seq
Registration Number
SIGNATURES AND ADDRESSES OF ALL MEMBERS OF THE PARTNERSHIP
if all General Partners do not sign. indicate author of pariner signatories by antachiny copy of partners
‘agreement or other authorizing document)
Partner Signature: Address:
uate of _ County oF
Subscribed and sworn to before me by each ofthe foregoing ndiiduals this day of 20
Sealy
‘Commission Expires
Speetication B2-03513-01 . INFANT CAR SEATS, Page 56 0f 54
UNTITLED-048
‘TO BE EXECUTED BY A SOLE PROPRIETOR
“The undersigned, hereb acknowledges having recenved Specification No. B2-0S513-01 containing. full set of ontra
Documents. including. bt not imtedto |) lstructions to Bidders Proposers).2) General Conditions. /Spwctal itn
44} Contract Plans or Drawings if applicable) 5) Detailed Specifications or Scope of Ser wes, Evaluation Selection «ree
‘and Suibmural Requirements (IF RFP'RE Q) 6) Proposal Pages. )Cenificationsand 8) Addenda Now. nse ules odie
here)________ and affirms that the sole proprietor shallbe bound ty alte termina voit
‘contained mn the Contract Documents regardless of whether a complete set thereof is arached t fis propia eS" os
tothe event that the sole proprietor has taken eypress written exception therstoin the sections this so designated
for that purpose
Further: the undersigned being duls swom deposes and say on oath that no disclosures of ownershir smteress han beer
‘withheld and te information prot ded therein to the best ots know ledge s current and the underigie ha hoch ils
any agreement withany other bidder proposer’ or prospective bidder proposerior with any ther person. Firms corr
‘relating tthe price named i this proposal or any other proposal. nor ans agreement ce arangemen: unser Whit 36!
‘omission in restraining of free compention among bidders «proposers) and has not disclosed hs ary pers He
‘sorporation the tems ofthis bid (proposal) or the price named herein
SIGNATURE OF PROPRIETOR
DOING BUSINESS AS
BUSINESS ADDRESS a
If sou are operating under an assumed name. proude County registrauon number hereimunder ax prowided ov the Ilo
Revised Statutes 1995 Chapter 96 Sec 4 et seq
Registration Number
uate of
County of
‘This instrument was acknowledged before me on this day of
by (name sof person »
seals Commnsion Eypires
‘Speafication 82-05313-01 , INFANT CAR SEATS, Page 57 ot 5
UNTITLED-049
LT INSURANCE
‘ONC FAND CONFERS No Riow's UPoW The CERTINCATE
‘OLDER is CURTINCATE GOES NO RENE, EXTEND OR
[ALTER THE COVERAGE AFFORDED BY THE POLICES BELOW,
"NSURERS AFFORDING COVERAGE
ocomeer aaearaannaTE TTT | HTATT |e |g
[Son LJemwee = s
a Tara rieer Tia fe RT TT
UNTITLED-050
IMPORTANT
th cates holder isan ADDITIONAL INSURED, the pois) must be endorsed. A statement
‘on Bis coiest does rot conte sights oth cortical Node in leu of such endorsements).
SUBROGATION IS WAIVED, subject tothe lems and condone ofthe plicy. coran polices may
reauire 9 endortomant A statement on ths cericatecoes not cote ight to he cartiste
olen seu of such endorsement).
‘The Coraeato of insurance onthe rovers so of is orm does not consttue a contact between
the suing insurers). authorized representative producer, andthe crtcate holder, nor does
‘tmativey or negatively amen, exlend of ater te coverage afford by th polices sed thereon
UNTITLED-051
ACCEPTANCE
The undersigned. on behal ofthe CITY OF CHICAGO, a muncpal corporation othe State Hine
the oregong bid ems as wentined nthe proposal TERM AGREEMENT
DEPENDS UPON RECUIREMENT
sutsmavevicomae s 13,9792 CaUsS
fund cnageatle Y/-O2- D6
Se Procurement Officer
Contract Awarded ang Released on
ths _L dao F
See sugriens
NRE Sees ee
Specification. 82-05513-01 , INFANT CAR SEATS, Page 58 of 54
UNTITLED-052