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 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